Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 3297 - Contract - Silverton Construction Company - West Cargo Apron Expansion, LIA - 01_25_1990
Resolution # 3297 January 25, 1990 Item #28 BID # 10480 HW: js RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock a Contract by and between the City of Lubbock and Silverton Construction Company for west cargo apron expansion at Lubbock International Airport, subject to Federal Aviation Administration approval, attached herewith, which shall be spread upon the minutes of the Council and as spread upon the minutes of this Coun- cil shall constitute and be a part of this Resolution as if fully copied herein in detail. Passed by the City Council this 25thy of January 1990. B. C. McMINN, MAYOR ATTEST: Rane to Bcyd, City Secreuar APPROVED AS TO CONTENT: Gene Eads, Purchasing Manager APPROVED AS TO FORM: Harold Willard, Assistant'City Attorney i CONTRACT COPY ��OWN'ER 3x-P 7 Specifications and Contract Documents for CITY OF LUBBOCK, TEXAS LUBBOCK INTERNATIONAL AIRPORT . WEST CARGO APRON RECONSTRUCTION & TAXIWAY IMPROVEMENTS A.I.R. PROJECT NO. 3-48-0138-08 E oft an r 191 December, 1989 PAP 40 Parkhill, Smith & Cooper, Inc. Engineers • Architects • Planners 1 CITY OF LUBBOCK. TEXAS LUBBOCK INTERNATIONAL AIRPORT SPECIFICATIONS AND CONTRACT DOCUMENTS FOR WEST CARGO APRON RECONSTRUCTION & TAXIWAYS IMPROVEMENTS A.I.P. PROJECT NO, 3-48-0138-08 December, 1989 ADDENDUM NO. 2 January 5, 1990 Attention of all bidders is directed to the following modifications to the referenced Plans and Specifications. SPECIFICATIONS 1. Page SP-11, SPECIAL PROVISIONS Delete Paragraph SP-5.9 Construction Phase Access Roads from the orginal specifications AND delete the revised Paragraph SP-5.9 Construction Phase Access_ Roads from Addendum No. 1, and insert the following: "SP-5.9 Construction Phase Access Roads Access to the various construction areas shall be along the routes noted on the drawings included in Addendum No. 2. The routes shown consist of paved and unpaved roads. In addition, new Access Road C shall be constructed at the east end of the terminal apron for use by an air freight company temporarily relocated due to the West Cargo Apron reconstruction. All access roads along unpaved routes shall be constructed as all-weather roads, and shall include a minimum bituminous surfacing and drainage culverts, traffic signage and security gates, as required. Roads shall be maintained by the Contractor during the project. Individual roads are further discussed as follows: Costs for all access road improvements and maintenance, as herein specified, shall not be measured or paid for separately but shall be considered as subsidiary to other items of work." arr Access Road A - Access Road A is an existing paved road that extends from Regis Street north to the end of the existing pavement. Construction traffic will be sharing this road with other Airport users. -' Upon completion of construction activities, any failed pavement along this road shall be repaired by the Contractor to the satisfaction of the Engineer, and the entire road shall be sealcoated and remarked by the Contractor. The seal coat shall be a single course seal coat, using precoated seal coat aggregate, in accordance with the requirements of Section 19, BITUMINOUS SEAL COAT, of these specifications. Remarking of Access Road A shall match existing markings. 1 Addendum No. 2 Page 1 of 6 Access Road_B - Access Road B begins at the north end of Access Road A and extends north along an existing, unpaved, airfield perimeter road. The Contractor shall improve the existing perimeter road to meet the needs of construction phase hauling, and to meet the minimum pavement requirements as herein specified. Access Road B shall be constructed as a minimum 3-inch crowned pavement section, and shall 12-feet wide, minimum. The new pavement section shall be designed by the Contractor to meet the Contractor's individual hauling requirements, but shall include a minimum 6-inch caliche base course and a minimum two course bituminous penetration surfacing. Drainage ditches shall be constructed along each side of the road, and shall be graded to drain, following the natural drainage routes. A minimum of three (3) corrugated metal drainage culverts, with a minimum inside diameter of 12-inches, shall be installed as required to provide drainage across the road. The culverts shall each extend a minimum of 3- feet beyond the edge of the new road surfacing. The Contractor shall be responsible for maintaining the roadway as an all-weather surface for the duration of the project to the satisfaction of the Engineer. Upon completion of construction activities, any failed pavement along this road shall be repaired by the Contractor to the satisfaction of the Engineer. Access Road B shall remain in place at the completion of this project. Access Road C Access to the east terminal apron will be provided along Access Road C. A layout of Access Road C is included as Plate III of this Addendum. Access Road C shall be new construction consisting of a 6-inch caliche base course and a 1k-inch bituminous surface course over graded and compacted subgrade (compaction at 90-percent density). Width of the road shall be 20-feet. The Contractor shall install a 24-foot cantilever gate in the existing security fence. The gate shall be designed in accordance with Federal Aviation Administration requirements, and shall match the configuration of the surrounding fencing. The gate shall be constructed of new materials and shall generally consist of 6-foot tall chain link fabric with three strands of barbed wire mounted to diagonal arms at the top of the gate. Posts, rails and braces shall be steel pipe. Posts shall be set in a concrete foundation, measuring a minimum of 3�-feet deep and 1k-feet in diameter. A locking device suitable for pad locking shall be provided to secure the gate. Entry through Access Road C shall be limited at the Owner's discretion, and the maintenance of security at Access Road C shall be the responsibility of the user. Access Road C and related construction items shall remain in place at the completion of this project. Access Road D - Access Road D extends east from Access Road A, through an existing paved parking lot, to the north side of the West Cargo Apron area. The Contractor shall redesignate the existing divided access road from the former terminal building to the north -bound frontage road for Interstate Highway 27 as herein specified. The northern leg of the existing access loop will be converted to a two-lane, two-way access road dedicated to Airport users. The eastern portion of the southern leg from Access Road A to the West Cargo Apron will be converted to a two-lane, two-way access road dedicated to construction vehicles only. The western portion of the Addendum No. 2 Page 2 of 6 1 1 southern leg will be closed to all traffic for the construction phase. The Contractor shall provide traffic signage and barricades as shown on Plate III of this Addendum, and in accordance with the Texas Manual on Uniform Traffic Control Devices for Roads and Highways. The Contractor shall provide, install and maintain a security gate for construction phase access to the Airport Operations Area in accordance with the specifications. Upon the completion of the West Cargo Apron construction activities, the Contractor shall reconstruct Access Road D. The reconstruction shall ■ consist of the removal of the existing bituminous surfacing, recompacting and regrading of the existing base course, and construction of a new lk- L F" I 1 1 inch bituminous surface course. The Contractor shall remove the Contractor's security gate and reconstruct the security fencing within the limits of the Contractor's removed security gate. 2. Page SP-13. SPECIAL PROVISIONS Insert the following sentence to Paragraph SP-12, WATER FOR CONSTRUCTION: "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." 3. TECHNICAL SPECIFICATIONS Delete all references to embankment or topsoil borrow sites available on Airport property. In the event the Contractor determines there are insufficient amounts of suitable excess excavation materials available for the construction of embankment or topsoil, the Contractor shall be responsible for obtaining the required materials from locations off the Airport property at the Contractor's expense. No separate measurement or payment shall be made for this item. 4. Pa¢e 5-7. CEMENT TREATED BASE COURSE In Paragraph 4-5 Placing, insert the following sentence into the fourth paragraph: "Use of a motor -grader for initial spreading of the cement treated base material is not a method approved by the Engineer." 5. Paze 19-1. BITUMINOUS SEAT. COAT Insert the following paragraph under Paragraph 1-1 General: "The bituminous seal coat shall be constructed using both precoated and non-precoated aggregates. Specifically, the precoated aggregates shall be used in the seal coat constructed on the traffic lane of Taxiway A, approximately the center 40-feet. Non-precoated aggregate shall be used in the seal coat constructed on the shoulders of Taxiway D and Taxiway A." Addendum No. 2 Page 3 of b 6. Page 20-1. MISCELLANEOUS CONSTRUCTION Delete Paragraph 2-2 Removal of Abandoned Fuel Line, and insert the following new paragraph: "2-2 Removal of Abandoned Fuel Line An abandoned fuel line exists from the fuel tanks immediately northwest of the West Cargo Apron to the existing fuel hydrants shown within the limits of the West Cargo Apron reconstruction area. These fuel lines, and any other abandoned fuel lines or fueling accessories discovered within the limits of the construction area, shall be removed as herein specified. The removed fuel lines shall be removed for a minimum distance of 5-feet beyond the outer edge of the reconstructed apron pavement or to an existing closure valve at the existing fuel tank location. The Contractor shall provide the required written and verbal notification to the Texas Water Commission prior to the excavation or removal of any fuel piping. Prior to piping removal, any fuel remaining in the piping shall be drained and disposed of in accordance with Texas Water Commission requirements. The Texas Water Commission requires extensive testing of soils surrounding any fuel tanks and piping which are to be removed. The Owner shall be responsible for all required soils testing, and for any site remediation required as a result of the soils testing. Should site * remediation be required, the Contractor's construction schedule shall be adjusted to provide the Owner ample opportunity to complete the required site remediation." 7. Page 20-1. MISCELLANEOUS CONSTRUCTION In Paragraph 21-3- Installation of Ground Rods, delete the first sentence of the second paragraph and insert the following: "Ground rods shall be installed as herein specified. The exact locations of ground rod installations shall be determined at the time of construction." 8. Page 20-1. MISCELLANEOUS CONSTRUCTION In Paragraph 2-4 Tie Down Anchor Rods, delete the first sentence and insert the following: "Tie down anchor rods shall be installed as herein specified and in conformity with the dimensions, designs and details shown on the plans. The exact locations of tie down anchor rod installations shall be determined at the time of construction." W Addendum No. 2 Page 4 of 6 I� J 1 1 1 1 1 DRAWINGS 1. Sheet 3 of 20. PROJECT AIRPORT LAYOUT PLAN The Contractor's plant site and storage area shall be identified as the area between Access Road A and the frontage road for Interstate Highway 27, at the north end of Access Road A. This area is identified on Plate I, included with this Addendum. This plant site and storage area is located under the approach surface for Runway 8, and is, therefore, restricted to structures with a maximum height of 30-feet. Should the Contractor choose to locate his plant in this area, the Contractor shall provide and maintain a FAA -approved obstruction light on any structure over 20-feet tall within the site. Upon completion of the project, the Contractor shall repair any damage done to the site, including reshaping and reseeding disturbed areas. Any seeding required shall be in accordance with Section 18, SEEDING AND FERTILIZING, of these specifications. At the Contractor's option, the Contractor's plant site and storage area may be located off the Airport property or on the east side of the Airfield, immediately north of Bluefield Street and west of Guava Avenue. Also, at the Contractor's option, the Contractor's field office and employee parking area may be located in the former terminal parking lot, as shown on Plate I. The route of Access Road B as shown on the replacement Sheet 3 included with Addendum No. 1 shall be deleted. The revised route of Access Road B shall be as shown on Plate I included with this Addendum, and shall generally follow a portion of the existing, unpaved, Airfield perimeter road. A waste area for the Contractor's disposal of select materials shall be located on the east side of the Airfield as directed by the Owner. Select materials disposed of on the Airport property shall be deposited in windrows or spread eavenly over.the waste site, at the direction of the Owner. No compaction effort shall be required for materials wasted on the Airfield. Concrete, asphalt, or other undesirable construction debris removed by the Contractor under this contract shall be removed from the Airport property and disposed of at the Contractor's expense. No borrow shall be obtained on the Airport property, but shall be provided if needed from locations off the Airfield, and at the Contractor's expense. 2. Sheet 8 of 20. WEST APRON JOINTING LAYOUT In Section 3, the new 9-inch thick portland cement concrete pavement shall be constructed on base, subbase and subgrade courses identical in materials and thicknesses to that shown for the TYPICAL WEST APRON SECTION, shown on Sheet 11 of 20, of the drawings. A transition in the thickness of the new base, subbase and subgrade courses shall be constructed over a minimum distance of 5-feet, measured from the edge of the new 14-inch pavement (on the east) or the existing 12-inch pavement (on the north). The base, subbase and subgrade course thicknesses shall transition to match the new base, subbase and subgrade courses under the new 14-inch and 9-inch concrete pavement, or shall transition to match the existing base, subbase and subgrade courses under the existing 12-inch concrete pavement. Addendum No. 2 Page 5 of 6 3. Sheet 8 of 20. WEST APRON JOINTING LAYOUT In the detail entitled, "PLAN - JOINTING LAYOUT," a thickened outside edge is indicated along the southwest side of the new portland cement concrete pavement apron. A thickened edge is not required at pavement joints where a buried slab is to be constructed. The symbol for the thickened edge shall be removed, and no thickened edge shall be constructed, along the south 100-feet of the southwest side of the new apron identified in conjuction with a new buried slab. The BURIED SLAB DETIAL, shown on Sheet 12, applies at this location. 4. Sheet 8 of 20. WEST APRON JOINTING LAYOUT In Section 5, at the top of the sheet, delete the following note: "TRANSITION CONCRETE THICKNESS TO 14" TO NEAREST JOINT BUT NOT LESS THAN 10"." and insert the following: "TRANSITION CONCRETE THICKNESS TO 14-INCHES TO NEAREST JOINT BUT NOT LESS THAN 10-FEET." This Addendum becomes a part of and shall be attached to the referenced Plans and Specifications. This Addendum shall be acknowledged by the Bidder and shall be attached to the Proposal submitted. PARKHILL, SMITH & COOPER, INC. By: rry G. Bilderback, P.E. ACKNOWLEDGED: S, L`5d-r)V AJ By: Addendum No. 2 Page 6 of 6 r r 4 \ JERMINAL a I 1 REMOVE EXISTING 30" CURB & CUTTER, AS REQUIRED FOR CONSTRUCTION OF ACCESS ROAD C, AND CONSTRUCT NEW 30" LAYDOWN GUTTER SECTION TO CONNECT EXISTING CURB & GUTTER FLOWLINES. NEW 24' CANTILEVER GATE TO REMAI IN PLACE AT THE CONCLUSION OF CONSTRUCTION ACTIVITIES / APRON,g.2. N �ry` '**-� EXISTING SEWER fi m DUMP STATION \gyp_ EXISTING FIRE HYDRANT R�5o' S' TYP EXISTING CONCRETE DRAINAGE CHANNEL L1CIJ I INN ILKMINAL ACCESS ROAD N 1 SCALE: 1' = 100' ADDENDUM N0. 2- EXISTING CHAIN LINK FENCE CITY OF LUBBOCK, TEXAS LUBBOCK INTERNATIONAL AIRPORT WEST CARGO APRON RECONSTRUCTION & TAXIWAY IMPROVEMENTS ACCESS ROAD C EI�lIieE ,,,,;; Parkhill, Smith & Cooper. Inc. JANUARY 5. 1990 PLATE III 1 1 1 1 1 CITY OF LUBBOCK, TEXAS LUBBOCK INTERNATIONAL AIRPORT SPECIFICATIONS AND CONTRACT DOCUMENTS WEST CARGO APRON RECONSTRUCTION & TAXIWAY IMPROVEMENTS AIP PROJECT NO. 3-48-0138-08 DECEMBER, 1989 December 27, 1989 Attention of all bidders is directed to the following modifications and additions to the referenced Plans and Specifications. SPECIFICATIONS 1. Page A-1. ADVERTISEMENT FOR BIDS In the third paragraph, change the quantity of portland cement concrete pavement from 47,500 square yards to 49,300 square yards. 2. Page IB-5. INSTRUCTIONS TO BIDDERS In the second paragraph of PART B, delete the following sentence: "Likewise, the subcontracting goal for firms owned and controlled by women is two percent of the dollar value of this contract." 3. Page C-2. PROPOSAL Make the following quantity changes: 1. Item'No. 5. Change fron 4,571 S.Y. to 5,533 S.Y. 2. Item No. 6. Change from 47,320 S.Y. to 44,762 S.Y. 3. Item No. 9. Change from 51,891 S.Y. to 50,295 S.Y. 4. Page C-3, PROPOSAL Make the following quantity changes: 1. Item No. 10. Change from 645 Tons to 622 Tons. 2. Item No. 12. Change from 4,571 S.Y. to 5,533 S.Y. 3. Item No. 13. Change from 47,320 S.Y. to 44,762 S.Y. 4. Item No. 14. Change from 27,837 Cwt. to 24,764 Cwt. 5. Page C-4, PROPOSAL Make the following quantity changes: 1. Item No. 18. Change from 37,574 S.Y. to 39,486 S.Y. 6. Page D-1, CONTRACT In the third paragraph, change the quantity of portland cement concrete pavement from 47,500 square yards to 49,300 square yards. Addendum No. 1 Page 1 of 4 7. Pave SP-1. SPECIAL PROVISIONS In the first paragraph of SP-1 SCOPE OF WORK, change the quantity of portland cement concrete pavement from 47,500 square yards o 49,300 square yards. 8. Page SP-11. SPECIAL PROVISION Delete SP-5.9 Construction Phase Access Roads and insert the following: "SP-5.9 Construction Phase Access Roads Access to the various construction areas shall he along the routes noted on the drawings. Routes shown consist of paved and unpaved roads, and areas that will require construction of roads. In addition, a temporary road to the east end of the terminal apron will be required for use by an air freight company. All unpaved and new roads shall be constructed as all-weather roads and shall include a minimum bituminous surfacing, culverts, signs and security gates. Roads shall be maintained by the Contractor during the project. Individual roads are further discussed as follows: Access Road —A - Access Road A is a paved road that extends from Regis Street north to the security fence. Construction traffic will be sharing this road with other airport users. Upon completion of construction, any failed pavement along this road shall be repaired and the entire road sealcoated and remarked. The seal coat shall be a single course seal coat using materials as specified in Section 19, Bituminous Seal Coat. Aggregate shall be precoated. Access Road B - Access Road B begins at the north end of Access Road.A. Portions of this road will be new construction and the remainder will be along an existing unpaved perimeter road. The existing perimeter road will require widening and drainage culverts. Upon completion of construction, this road shall be left in place in an acceptable condition. Access Road C - Access to the east terminal apron will be provided along Access Road C. The road shall be constructed using 6- inches of caliche base and 1-1/2 inches of bituminous surfacing. Width of the road shall be 20 feet. The Contractor shall install a 24-foot cantilever gate in the existing security fence at a location approved by the Airport Manager. The Contractor shall maintain the road and gate, however, maintenance of security shall be the responsibility of the user. All improvements shall be removed upon completion of construction. Access Road D - Access Road D extends east from Access Road A, through a parking lot, to the west apron. The existing divided access road from the former terminal to the access road for IH-27 will be converted to two -two lane access roads. The north road shall be dedicated to Airport users and the south road shall be dedicated to Addendum No. l Page 2 of 4 1 1 1 1 1 1 1 s 1 1 1 I i 11 I- I 1 1 construction vehicles only. That portion of the south road between IH-27 access road and Access Road A shall be closed to all traffic for the duration of construction. Each road shall be signed to direct and control traffic. The Contractor shall provide, install and maintain his own security gate in the existing security fence. Upon completion of construction, Access Road D shall be reconstructed. Existing surfacing shall be removed, the existing base course recompacted and regraded, and a new 1-1/2-inch bituminous surface constructed. The security gate shall be removed and the fencing replaced. Costs for access road construction will not be paid for directly, but shall be considered subsidiary to other items of work." Page 9-3. PORTLAND_ CEMENT CONCRETE PA_VEMM In paragraph 2-6, Steel Reinforcing, delete the first sentence and insert the following: "Bar mats for steel reinforcing shall conform to the requirements of ASTM A184 fabricated with bars conforming to the requirements of ASTM A615 or ASTM A616, Grade 60." 9. Page - 0. PORTLAND CEMENT CONCRETE PAVEMENT In Paragraph 3-4 Handling. Measuring and Batching Material. delete the second subparagraph and insert the following: "The Contractor shall maintain an adequate stockpile of aggregates to insure a steady, uninterrupted delivery of concrete to the site." DRAWINGS 1. Sheet 1 of 20. SUMMARY OF QUANTITIES & SHEET INDEX Make the following changes to the SUMMARY OF QUANTITIES: Item No. 5 Change from 4,571 S.Y. -�o 5,533 S.Y. Item No. 6 Change from 47,320 S.Y. to 44,762 S.Y. Item No. 9 Change from 51,891 S.Y. to 50,295 S.Y. Item No. 10 Change from 645 Tons tg 622 Tons. Item No. 12 Change from 4,571 S.Y. tg 5,533 S.Y. Item No. 13 Change from 47,320 S.Y. = 44,762 S.Y. Item No. 14 Change from 27,837 Cwt. _to 24,764 Cwt. Item No. 18 Change from 37,574 S.Y. to 39,486 S.Y. 2. Sheet 3 of 20. PROJECT AIRPORT LAYOUT PLAN Substitute the attached, revised Sheet 3 for Sheet 3 bound in the drawings. Note the revisions to the access roads and the removal of railroad tracks in the southeast corner of the airport property. Addendum No. 1 Page 3 of 4 1 Li 1 1 I 1 1 1 1 This Addendum becomes a part of and shall be attached to the above referenced Plans and Specifications. This Addendum shall be acknowledged by the Bidder and attached to the Proposal submitted. ACKivII0i+7LEDGED : l �1 Ly Tory 61V 5T�` BY Addendum No. 1 Page 4 of 4 PARKHILL, SMITH & COOPER, INC. Bji�? aVj X� 0,4.,- Roge Gras, P.E. 1 ICITY OF LUBBOCK, TEXAS 1 LUBBOCK INTERNATIONAL AIRPORT WEST CARGO APRON RECONSTRUCTION & TAXIWAY IMPROVEMENTS AJ.P. PROJECT NO. 3-48-0138-08 December, 1989 i F 1 Parkhill, Smith & Cooper, Inc. Engineers v Architects • Planners TABLE OF CONTENTS AIRFIELD LIGHTING IMPROVEMENTS ADVERTISEMENT FOR BIDS . . . . . A-1 INSTRUCTIONS TO BIDDERS . . . . IB-1 BID BOND . . . . . . . . . . . . BB-1 PROPOSAL . . . . . . . . . . . . C -1 CONTRACT . . . . . . . . . . . . D -1 PERFORMANCE BOND . . . . . . . . E-1 PAYMENT BOND . . . . . . . . . . F-1 CERTIFICATE OF INSURANCE . . . . G-1 GENERAL CONDITIONS OF THE AGREEMENT Paragraph Page GC-01 Owner GC-1 GC-02 Contractor GC-1 GC-03 Owner's Representative GC-1 GC-04 Contract Documents GC-1 GC-05 Interpretation of Phrases GC-1 GC-06 Subcontractor GC-1 GC-07 Written Notice GC-2 GC-08 Work GC-2 GC-09 Substantially Completed GC-2 GC-10 Layout GC-2 GC-11 Keeping of Plans and Specification Accessible GC-2 GC-12 Right of Entry GC-2 GC-13 Lines and Grades GC-2 GC-14 Owner's Representative's Authority and Duty GC-3 GC-15 Superintendence and Inspection GC-3 GC-16 Contractor's Duty and Superintendence GC-3 GC-17 Contractor's Understanding GC-4 GC-18 Character of Workmen GC-4 GC-19 Construction Plant GC-4 GC-20 Sanitation GC-4 GC-21 Observation and Testing GC-4 GC-22 Defects and Their Remedies GC-5 GC-23 Changes and Alterations GC-5 GC-24 Extra Work GC-6 GC-25 Discrepancies and Omissions GC-7 GC-26 Right of Owner to Modify Methods and Equipment GC-7 GC-27 Protection Against Accident to Employees and Public GC-7 GC-28 Contractor's Insurance GC-7 GC-29 Protection Against Claims of Sub -Contractors, Laborers, Materialmen & Furnishers of Machinery, Equipment & Supplies GC-9 GC-30 Protection Against Royalties or Patented Invention GC-10 11 Paragraph Page GC-31 Laws and Ordinances GC-10 GC-32 Assignment and Subletting GC-10 GC-33 Time for Completion and Liquidated Damages GC-10 GC-34 GC-35 Time and Order of Completion Extension of Time GC-11 GC-11 GC-36 Hindrances and Delays GC-11 GC-37 Quantities and Measurements GC-12 GC-38 Protection of Adjoining Property GC-12 GC-39 Price for Work GC-12 GC-40 Payments GC-12 GC-41 Partial Payments GC-13 GC-42 Final. Completion and Acceptance GC-13 GC-43 Final Payment GC-13 GC-44 Correction of Work Before Final Payment of Work GC-13 GC-45 Correction of Work After Final Payment GC-14 GC-46 Payment Withheld GC-14 GC-47 Time of Filing Claimes GC-14 GC-48 Arbitration GC-14 GC-49 Abandonment By Contractor GC-15 GC-50 Abandonment By Owner GC-16 GC-51 GC-52 Bonds Special Conditions GC16 GC-16 GC-53 Losses From Natural Causes GC 17 GC-54 Independent Contractor GC-17 IGC-55 Cleaning Up GC-17 SPECIAL PROVISIONS SP-1 Scope of Work SP-1 SP-2 Contract Documents SP-1 SP-3 Time and Order of Completion SP-2 SP-4 Limitation of Operation SP-4 SP-5 Airport Operations Security SP-6 SP-6 Payment SP-11 SP-7 Affidavit of Bills Paid SP-11 SP-8 Calendar Day SP-12 SP-9 SP-10 Protection of Property Electric Power and Natural Gas SP-12 SP-12 SP-11 Lines and Grades SP-12 SP-12 Water for Construction SP-13 SP-13 Material Tests SP-13 SP-14 Barricades, Signs, and Hazard Markings SP-14 SP-15 Prevention of Air and Water Pollution SP-14 SP-16 Progress Schedule SP-15 SP-17 Public Convenience and Safety SP-15 SP-18 Final Cleaning Up SP-15 SP-19 Insurance SP-16 it or r 1 Paragraph Pare SP-20 Removal and Disposal of Structures, Utilities and Obstruction SP-16 SP-21 Conformity with Plans and Allowable Deviations SP-16 SP-22 Removal of Defective and Unauthorized Work SP-17 SP-23 Disputed Claims for Extra Work SP-17 SP-24 Federal Participation SF-17 SP-25 Indemnification SP-18 SP-26 Opening of Section of Airport to Traffic SP-18 SP-27 Contractor's Responsibility for Work SP-19 SP-28 Correction of Faulty Work After Final Payment SP-19 SP-29 Texas State Sales Tax SP-19 SP-30 Separate Contracts SP-19 SP-31 Shop Drawings SP-19 SP-32 Engineer SP-20 SP-33 Engineer's Field Office SP-20 SP-34 Subsurface Conditions SP-21 SP-35 Trench Safety SP-21 SP-36 OSHA - Chapter XVII - Subpart P - Excavation, Trenching and Shoring SP-21 SP-37 Wage, Labor, EEO and Safety Requirements SP-21 SECTION 1 REMOVAL OF EXISTING PAVEMENT 1. Description 1-1 2. Construction Methods 1-1 3. Method of Measurement 1-2 4. Basis of Payment 1-2 SECTION 2 EXCAVATION AND EMBANKMENT AND TOPSOILING FAA ITEM P-152 1. Description 2-1 2. Construction Methods 2-1 3. Topsoil 2-8 4. Method of Measurement 2-9 5. Basis of Payment 2-10 W a 1 1 1 1 1 1 SECS 3 LIME -TREATED SUBGRADE FAA ITEM P-155 Paragraph Page 1. Description 3-1 2. Materials 3-1 3. Composition 3-1 4. Weather Limitations 3-2 5. Equipment 3-2 6. Construction Methods 3-2 7. Method of Measurement 3-5 8. Basis of Payment 3-5 SECTION 4 CRUSHED AGGREGATE BASE COURSE FAA ITEM P-209 1. Description 4-1 2. Material 4-1 3. Construction Methods 4-2 4. Method of Measurement 4-6 5. Basis of Payment 4-6 SECTION 5 CEMENT TREATED BASE COURSE FAA ITEM P-304 1. Description 5-1 2. Material 5-1 3. Laboratory Tests 5-3 4. Construction Methods 5-3 5. Methods of Measurement 5-10 6. Basis of Payment 5-10 SECTION 6 BITUMINOUS PRIME COAT FAA ITEM P-602 1. Description 6-1 2. Materials 6-1 3. Construction Methods 6-1 4. Methods of Measurement 6-3 5. Basis of Payment 6-3 Pb BID BOND THE STATE OF TEXAS ) COUNTY OF LUBBOCK ) KNOWN ALL MEN BY THESE PRESENTS, THAT SURETY'S NO. (hereinafter called the Principal), as Principal, and (hereinafter called the Surety), as Surety, are held and firmly bound unto the City of Lubbock, Texas, a home rule municipal corporation of Lubbock County, Texas (hereinafter called the Obligee), in the amount of DOLLARS ($ ), 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 submitted a Bid or Proposal to enter into a certain written contract with the Obligee to NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully, enter into such written Contract, then this obligation shall be void; otherwise to remain in full force and effect. BB - 1 r IT IS EXPRESSLY UNDERSTOOD AND AGREED that if said Principal should +� withdraw its Bid anytime after such Bid is opened and before official rejection ir8 of such Bid or, if successful in securing the award thereof, said Principal should fail to enter into the Contract and furnish satisfactory Performance Bond and Payment Bond, the Obligee, in either of such events, shall be entitled and is hereby given the right to collect this Bid Bond as liquidated damages. PROVIDED further that if any legal action be filed upon this Bond venue shall lie in Lubbock County, Texas. IN WITNESS WHEREOF, the said Principal and Surety do sign and seal this instrument, this day of , 19 Principal By Address APPROVED AS TO FORM: City Attorney NOTE: Attach Power of Attorney BB - 2 By Address Surety a A PROPOSAL TO: The Mayor and City Council City of Lubbock, Texas Lubbock, Texas Gentlemen: _1 y W 'M Pursuant to the foregoing Notice to Bidders, the undersigned Bidder hereby proposes to do all work and furnish all necessary superintendence, labor, machinery, equipment, tools, and materials and whatever else may be necessary to complete all work upon which he bids as provided by the attached specifications and shown on the plans, and binds himself on acceptance of his proposal to execute a Contract, and Bonds according to the accompanying forms, for performing and completing the said work within the time stated, and furnishing all required guarantees, for the following prices to -wit: LUBBOCK INTERNATIONAL AIRPORT WEST CARGO APRON RECONSTRUCTION AND TAXIWAY IMPROVEMENTS Item Quantity No. & Unit_ Description of Item and Unit Prices T tal Amount BASE BID - FAA PARTICIPATING 1. 18,065 Removal of Asphaltic Concrete S.Y. Pavement, per square yard: Two Dollars and ninety-one Cents ($ 2.91 ) 2. 127 Removal of Portland Cement Concrete S.Y. Pavement, per square yard: Four Dollars and forty-eight Cents ($ 4.48 ) 3. 16,628 Removal of Portland Cement Concrete S.Y. Pavement with Asphaltic Concrete Overlay, per square yard: Twelve Dollars and sixty-one Cents ($ 12.61 ) $ 5.2,569.15 $ 568.96 $ 209,679.08 C - 1 Item No. Quantity & Unit Description of Item and Unit Price„ Total Amount 4. 188 L.P. Removal of Concrete Buried Slabs, linear foot: per Five Dollars and sixty Cents ($ 5.6Q ) $ 1,052.80 5,533* 5. 4,S?! Excavation and Grading for 6-inch S.Y. Base Course, per square yard; Four Dollars and thirty-seven Cents ($ 4.37 ) $ 24,172.21_ 44,762 6. 47,329 Excavation and Grading for 8-inch S.Y. Base Course, per square yard: Six Dollars and fifty-seven Cents ($ 6.57 ) $ 294,086.34 7. 1,845 Excavation and Grading for 12-inch S.Y. Base Course, per square yard; Two Dollars and eleyen Cents ($ 2.11 ) $ 3,892.95 8. 23,920 Excavation, Grading and Topsoiling S.Y. in Unpaved Areas, per square yard: One Dollars and thirty-eight Cents ($ 1.38 ) $ 33,009.60 50,295 9. 54:;891 6-inch Lime Treated Subgrade, Excluding S.Y. Lime, per square yard: Ong Dollars and ninety-eight Cents ($ 1.98 ) $ 99,584.10 ��l 1 *Changes Per Addendum #1 dated 27 Dec 89. C - 2 Item Quantity No. 6 Unit Description of Item and Unit Prices Total Amount 622 10. 6" Lime, used in Lime Treated Subgrade, Ton per ton: Ei ghty f ive Dollars and thirteen Cents ($ 85.13 ) 11. 1,845 12-inch Crushed Aggregate Base S.Y. Course, per square yard: Six Dollars and five Cents ($ 6.05 ) 5,533 " 12. 4,S?I: 6-inch Cement Treated Base Course, S.Y. per square yard: r t, Seven Dollars r and forty-seven Cents ($ 7.47 ) 6w 44,762 13. 47,329 8-inch Cement Treated Base Course, S.Y. per square yard: Eleven Dollars and seventy seven Cents ($ 11,77) 24,764 14. 2�,$37 Cement, Used in Cement Treated Base, Cwt. per hundredweight: TWO Dollars and eighty Cents ($ 2.80 ) 15. 887 Bituminous Prime Coat, per gallon: Gal. One Dollars and thirty-four Cents ($ 1.34 ) 16. 832 Bituminous Tack Coat, per gallon: Gal. One Dollars and twelve Cents ($ 1.12 ) 1 $ 52,950.86 $ 11,162.25 $ 41,331.51 $ 526.848.74 $ 69,339.20 $ 1,188.58 $ 931.84 C - 3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Item Quantity No. & Unit D scriRtion of Item and Unit, Prices Total Amount 17. 1,050 Bituminous Surface Course, per Ton ton: Thir y-seven Dollars and forty-one Cents ($ 37.41 ) $ 39,280.50 39,486 18. 3q,574 14-inch Portland Cement Concrete S.Y. Pavement, per square yard: Thirty-four Dollars and nineteen Cents ($ 34.19 } $1,350,026.34 19. 4,583 11-inch Portland Cement Concrete S.Y. Pavement, per square yard: Thirty Dollars and thirty nine Cents ($ 30.39 } $ 139.277.37 20. 5,290 7-inch Portland Cement Concrete S.Y. Pavement, per square yard: Twenty-eight Dollars and forty-nine Cents ($ 28.49 ) $ 150,712.10 21. 528 Concrete Buried Slabs, per linear L.F. foot: Thirty* Dollars and eirhty--nine Cents ($ 30.89 ) $ 16,309.92 22. 140 21-inch Reinforced Concrete Pipe, L.F. Class V, per linear foot: Thir&y-three Dollars and sixty Cents ($ 33.60 } $ 4,704.00 23. 600 27-inch Reinforced Concrete Pipe, L.F. Class V, per linear foot: Fifty-six Dollars and no Cents ($ 56.00 ) $ 33,600.00 C - 4 Item No. Quantity & Unit Description of Item and Unit Prices Total Amours 24. 2 Grate Inlet, per each: One thousand one hUndre5l twenty Dollars and no Cents ($ 1,120,00) $ 2,240.00 25, 1 Headwall for 21-inch R.C.P., per Ea. each: One thousand one hundred - twenty Dollars and no Cents ($ 1,120,00) $ 1,120.00 26. 1 Headwall for 27-inch R.C.P., per Ea. each: One thousand five hundred seventy-nine Dollars and no Cents ($ 1,579.00) $ 1,579.00 27. 2 Headwall for Double Barrel 27-inch Ea. R.C.P., per each: Four thousand thirty two Dollars and no Cents ($ 4,032.00) $ 8.064.00 28. 1 Concrete Drainage Channel, for the L.S. lump sum price of: Two thousand nine hundred forty Dollars and no Cents ($ 2,940,00) $ 2,940.00 29. 1 Concrete Drainage Channel at Exist. L.S. Drainage Structure C, for the lump sum price of. Nine thousand five hundred twenty Dollars and no Cents ($ 9.520.00 ) $ 9,520.00 30. 4,770 Runway and Taxiway Painting, Reflec- S.F. torized, per square foot: No I Dollars and eighty-four, Cents ($ 0.84 ) $ 4,006.80 1 LI C - 5 1 1 1 1 1 1 1 i 1 1 1 t 1 Item Quantity & Unit Descrinti n of Item and Unit Prices Total Amount ,No 31. 6,300 Underground Electrical Cable, 1/c, L.F. 08, 5KV, in Conduit and Duct, per linear foot: No Dollars and sixty-two Cents ($ 0.62 ) $ 3 L6&0 _ 32. 5,300 Counterpoise Wire, #8 AWG Bare, L.F. per linear foot: No Dollars and forty-four Cents ($ 0.44 ) $ 2,332.00 33. 5,070 1-way, 2-inch Underground Conduit L.F. in Trench, per linear foot: TGro Dollars and sixteen Cents ($ 2.16 ) $ 10,951.20_ 34. 302 4-way, 4-inch Underground Electrical L.F. Duct, Concrete Encased, per linear foot: Twentyt-eizht Dollars and thirty-four, Cents ($ 28.34 ) $ 8,558..68 35. 9 Manhole, 2' x 2' HD, per each: Ea. One thousand nine hundred seventy-one Dollars and twenty Cents ($ 1.971.20 ) $ 17,740.80 36. 71 Medium Intensity Taxiway Lights, Ea. Base Mounted, 360° Blue, per each: Four hundred thirty seven Dollars and thirty --six Cents ($ 437,36 } $ 31,052.56 C - 6 I Item No. Quantity ,& Unit Description of Item_and Unit Prices Total Amount 37. 3 High Intensity Runway Lights, Base Ea. Mounted, Semi -Flush, per each: Two thousand one hundred six Dollars and seventy-two Cents ($ 2.106. 2 ) $ 6,320.16 38. 3 Removal of Existing Base Mounted Ea. Runway Lights, per each: One hundred seventeen Dollars and four Cents ($ 117.04 ) $ 351.12 39. 22 Removal of Existing Stake Mounted Ea. Taxiway Lights, per each: Thirty-six Dollars and ninety-six Cents ($ 36.96 ) $ 813.12 40. 7 Base Mounted 1- and 2-Character In - Ea. formation or Mandatory Sign, per each: One thousand seven hundred Dollars twenty-four and eighty Cents ($ 1,724.80) $ 12,073.60 41. 2 Base Mounted 3- and 4-Character In - Ea. formation or Mandatory Sign, per each: Two thousand two hundred _seventeen Dollars and sixty Cents ($ 2.217.60) $ 4,435.20 42. 1 Base Mounted 5-, 6- and 7-Character Ea. Information or Mandatory Sign, per each: Two thousa d nine hundred fifty-six Dollars and eighty Cents ($ 2.956.80 ) $ 2,956.80 1 C - 7 Item No. Quantity §1 Unit DescriRtion of Item and Unit Prices Total Amount 43. 5.0 Seeding and Fertilizing, per acre: Acre Three thousand two hundred _ fifty Dollars and twenty-four Cents ($ 3,250.24 ) $ 16,251.20 44. 1 Removal of Existing Underground Fuel L.S. Piping, for the lump sum price of: One thousand hundred one twenty Dollars and no Cents ($ 1,120,00) $ 1,120.00 45. 6 Ground Rods, per each: Ea. One hundred twelve Dollars and no Cents ($ 112.00 ) $ 672.00 46. 8 Tie Down Anchor Rods, per each: Ea. One hundred forty Dollars and no Cents ($ 140.00 ) $ 1,120.00 BASE BID - FAA PARTICIPATING - SUBTOTAL BID ITEMS 1-46 INCLUSIVE $3,106,409.64 BASE BID - FAA NON -PARTICIPATING 47. 1 Cost for Insurance Policy, as spec- L.S. ified in Paragraph SP-19 of the Special Provisions, for the lump sum price of: Two thousand one hundred seventy-three Dollars and _noCents ($ 2.173.00 ) $ 2,173.00 BASE BID - FAA NON -PARTICIPATING - SUBTOTAL BID ITEM 47 $ 2.17 .00 TOTAL BASE BID - ITEMS 1-47 INCLUSIVE $3,308,582.64 C - 8 Item Quantity No. & Unit Description of Item and Unit Prices Total Amount ADDITIVE ALTERNATE - FAA PARTICIUTIN 48. 10,892 Bituminous Material, AC-5 with Gal. Latex Additive, Used in the Seal Coat, per gallon: One Dollars and thirty-four Cents ($ 1.34 ) $ 14,595.28 49. 143 Grade 5 Aggregate, Used in the C.Y. Seal Coat, per cubic yard: Thirty-three Dollars and _sixty Cents ($ 33.60 ) $ 4,804.80_ 50. 206 Grade 5 Aggregate, Precoated, Used C.Y. in the Seal Coat, per cubic yard: Thirty-nine Dollars and twenty Cents ($ 39.20 ) $ 8,075.20 51. 800 Emulsified Asphalt, per gallon: Gal. Two Dollars and twenty-four, Cents ($ 2_.24 ) $ 1,792.00 52. 9,619 Runway and Taxiway Painting, S.F. Reflectorized, per square foot: No Dollars and eighty-four Cents ($ 0.84 ) $ 8,079.96 ADDITIVE BID ITEMS ALTERNATE 48-52 INCLUSIVE - FAA PARTICIPATING - SUBTOTAL $ 37,347.24 TOTAL BID SUMMARY BASE BID Items 1 47, Inclusive) (Bid through .....................$3,308,582.64 ADDITIVE ALTERNATE (Bid Items 48 through 52, Inclusive) .........$ 37,347.24 TOTAL BID ..................................................... .$3 345,929.88 C - 9 The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the Plans, Specifications and Contract Documents pertaining to the work covered by the above bid, and that the prices yA- bid herein are based on the minimum wage rates included in the Specifications. The Bidder (offeror) certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntary excluded from participation in this transaction by any Federal department or agency. It further agrees that by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offeror/contractor or any lower tier participant in unable to certify to this statement, it shall attach an explanation to this solicitation/proposal. • The contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies that it: a. is not owned or controlled by one or more citizens or nationals of a foreign country included in the list of countries that M discriminate against U.S. firms published by the Office of the United States Trade Representative (USTR); b. has not knowingly entered into any contract or subcontract for this project with a contractor that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list. C. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the OR 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. 5 Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely upon the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide immediate written notice to C - 10 I 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 of subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. The Bidder hereby agrees to commence work under this contract on or before a date to be specified in written "Notice to Proceed" and to complete the project within 300 calendar days, as stipulated in the specifications. Bidder further agrees to pay as liquidated damages, the sum of $500.00 for each calendar day thereafter as hereinafter provided in the General Conditions. Bidder acknowledges receipt of the following addendum: #1 Dated 27 December 1989 #2 Dated 5 January 1990 Enclosed with this Proposal is a Cashier's or Certified Check for Dollars ($ ) or, a Proposal Bond in the sum of 51 of the bid amount Dollars {$ ), which it +� is agreed shall be collected and retained by the Owner as liquidated damages in the event the Proposal is accepted by the Owner with sixty (60) days after the date advertised for the reception of bids and the undersigned fails to execute r the contract and the required bonds with the Owner, under the conditions hereof, within ten (10) days after the date said proposal is accepted; otherwise, said check or bond shall be returned to the undersigned upon demand. _Silverton Construction Co.. Inc. CONTRACTOR (Seal if Bidder is a By Corporation) Vie Whittrey, Exec, ice-Pres. P.O. Box 12629, 11 Pas$- TX 72913 Address C - 11 a N U m wm m � m =on � m sm 4m so m The Bidder (Proposer) shall complete the following statement by checking the appropriate space. The Bidder (Proposer) haste_ has not participated in a previous contract subject to the equal opportunity clause prescribed by Executive Order 10925, or Executive Order 11114, or Executive Order 11246. The Bidder (Proposer) has_X has not submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. If the Bidder (Proposer) has participated in a previous contract subject to the equal opportunity clause and has not submitted compliance reports due under applicable filing requirements, the Bidder (Proposer) shall submit a compliance report on Standard Form 100, 'Employee Information Report EEO-1' prior to the award of contract. Silverton Construction Co CONTRACTO/z� �z By ike Whitney, Exec. ice Pres. ATTEST: Q067 CORPORATE SEAL DATED: i -.5 -CPU Standard Form 100 is normally furnished contractors annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a hk- contractor has not received the form, he may obtain it by writing to the following address: Joint Reporting Committee 1800 G Street Washington, D. C. 20506 1 C - 13 I GENERAL BIDDER'S NAME Silver ton Conrtrucioa Co.,� Iac. ADDRESS P.O. Box 12629. El Paso, Texan 79911 INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION NUMBER 85-0263702 NONSEGREGATED FACILITIES NOTICE TO PROSPECTIVE FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS: (1) A Certification of Nonsegregated Facilities must be submitted prior to the award of a federally assisted construction contract exceeding $10,000 which is not exempt from the provisions of the equal opportunity clause. (2) Contractors receiving federally assisted construction contract awards exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the equal opportunity clause. NOTE: The penalty for making statements in offers is prescribed in 18 U.S.C. 1001. NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENTS FOR CERTIFICATION OF NONSEGREGATED FACILITIES: (1) A Certification of Nonsegregated Facilities must be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the equal opportunity clause, (2) Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the equal opportunity clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. CERTIFICATION OF NONSEGREGATED FACILITIES: The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor certifies further that he will not maintain or provide for his employees C - 14 any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the equal opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex or national origin because of habit, local custom or any other reason. The federally assisted construction contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause, and that he will retain such certifications in his files. NOTICE TO PROSPECTIVE CONTRACTORS OF REQUIREMENT FOR CERTIFICATION OF NONSEGREGATED FACILITIES: A Certification of Nonsegregated Facilities must be submitted prior to the award of a contract or subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. Certification - The information above is true and complete to the best of my knowledge and belief. Bike Whitap.y. Executive V.ce President Name and Title of Signer (Please Type) `s (Ic ignature Date NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. C - 15 CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this day of F,'jJc U 19R'/ A.D. 1990, by and between the City of Lubbock , of the County of Lubbock , and State of Texas , acting through its Mayor. B. G. "Peck" McMinn , thereunto duly authorized so to do, Party of the First Part, hereinafter termed Owner, and. Silyerton Construction Co.. Inc. of the City of E1 Paso , County of El Paso and State of Texas , Party of the Second Part, hereinafter termed Contractor. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part (Owner), and under the conditions expressed in the bonds bearing even date' herewith, the said Party of the Second Part (Contractor) hereby agrees with said Party of the First Part (Owner) to commence and complete the construction of certain improvements described as follows: A Base Bid consisting of the construction of approximately 477,699 49,300* square yards of portland cement concrete pavement on the west cargo apron and taxiways, removal of -existing pavement, excavation and grading, construction of drainage structures, taxiway edge lighting, pavement marking and other related items of work. Including/fae4ed+ag Additive Alternate Bid, consisting of a single course seal coat on approximately 43,500 square yards of taxiway pavement, and taxiway markings. These improvements are shown on the plans entitled, "City of Lubbock, Texas, Lubbock International Airport, West Cargo Apron Reconstruction and Taxiway Improvements," dated December, 1989, and the specifications attached hereto. This contract shall include all extra work in connection therewith, under the terms as stated in the General Conditions of the Agreement; and at his (or ON their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other acces- sories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, and in accordance with the Plans, which includes all maps, plats, blue prints and other drawings and printed or written explanatory matter thereof, and the Specifications therefor, as prepared by Parkhill, Smith & Cooper, Inc., Consulting Engineers, Lubbock, E1 Paso and Midland, Texas, herein entitled the Engineer, each of which has been identified M *Per Addendum #1 dated 27 Dec 89. D - 1 by the endorsement of the Contractor and the Engineer thereon, together with the Contractor's written Proposal, the General Conditions of the Agreement, and the Performance Bond and Payment bond hereto attached; all of which are made a part hereof and collectively evidence and constitute the entire contract. The Contractor hereby agrees to commence work under this contract on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within three hundred (300) calendar days thereafter. The Contractor further agrees to pay, as liquidated damages, the sum of $500.00 for each calendar day thereafter as hereinafter provided in the General Conditions. The Owner agrees to pay the Contractor in current funds for the performance of the contract in accordance with the Proposal submitted therefor, subject to additions and deductions, as provided in the specifications, and to make payments on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in the year and day first above written. ATT C ty Secretary Party of the First Part (Owner) Bydr 6 -ow I OL Party of the Second Part (Contractor) ,SILVERTON CONSMCTION CO.. INC. ATTEST ,s a By_ `—� 13y�A- , Z Complete Address: Affix Corporate Seal if any. Approved as to Form City of Lubbock By city Attorney " 4,< V )�- Se-� -e<__ 4 STATUTORY PERFORMANCE 50,40 PURSUANT TO ARTICLE 5160 BOND CHECK OF THE REVISED CIVIL STATUTES Of TEXAS AS BEST RATING % r AMENDED By LICENSED iN TEXAS ACTS Of THE 56TH LEGISLATURE, REGULAR SESSION 1959 DATE By KNOW ALL MEN.eY THESE PRESENTS, that SILAf�I'ON1 C0N8T11W7 )N M. ice,.. (hersinafter called the Prindpst(s(, as Principei(s(, and GONTI NENTAE CASUALTY COMPANY -(hereinafter called the Surstylaj as sursty(sj are held and firmly bound unto the City of Lubbock there inafter called the Obnge L In the amount of TW69 h ift Three Hundred EQrff-ft BMW. fine Hkxt r�red Tylent5r• Ing bolus and 88 rants it2,2 .929.�i lawful money of the United States forth* 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 u0t,6_4' day of 19-vp , to WB.ST CARGO APRON RECU�fSTItUC',�IOr�+I UXIVA'I IMPROMEMENIS AT LUBBOCK INTERNATIONAL AIRPORT and said principal under the tau 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 trade 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 per- form the work in accordance with the plans, specifications and contract documents, then this obligation shall be void;,otherufse to remain In full force and effect. PROVIDED, HOWEVER, that -this bond Is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, regular session 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were eopfed at tength herein. k 19 WiTNESS WHEREOF, the said Principal (s) and Surety (s) have signed and seated this Instrument this �J day of SkAL&LVIJ, 19C)1. CONTINENTAL CASUALTY COMPANY -Siyerton Constr. Cn_, Inc. 1 Surety Principal By:, Z�Z4 i ke WhiibAeY, EX . VP i *By: (Title) By: (Title) a PERFORMANCE BOND E - 1 the undersigned surety company represents that it is duty qualified to do business in Texas, and hereby dcsigrates H O WARD Co agent resident in Lubbock County to whom any requisite notices may be delivered ar-0 cn .hjm service of process may be had in matters arising out of such suretyship. CONTINENTAL CASUALTY COMPANY Surety By: (Tit(e) ROGER N. DOWNEY Approved as to Form ATTORNEY -IN -FACT City of Lubbock C 3y: City Attorney '40te: If signed by an officer of the Surety Company, there must be on fife a certified extract from the by-laws showing that this person has authority to sign such oialigation. if signed by an Attorney in Fact, we must have copy of power of attorney for our M es. PERFORMANCE BOND E - 2 Continental Casualty Company CNA For All the Commitments You Make' AN ILLINOIS CORPORATION POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men by these Presents, That CONTINENTAL CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Illinois, and having its principal office in the City of Chicago, and State of Illinois, does hereby make, constitute and appoint Ralper N. Downey, Tracy Duran, individually of Alhuquer-que, New Mexico Its true and lawful Attorney -in -fact with full power and authority hereby conferred to sign, seal and execute in its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind CONTINENTAL CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of CONTINENTAL CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article IX —Execution of Documents Section 3. Appointment of Attorney -in -fact. The President or a Vice President may, from time to time, appoint by writtencertificates attorneys -in -fact to act In behalf of the Company in the excecution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Vice President or the Board of Directors may at any time revoke all power and authority previously given to any attorney -in -fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 3rd day of April, 1957. "Resolved, that the signature of the President or Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signatures and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and bindino on the Company." In Witness Whereof, CONTINENTAL CASUALTY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 3 rd day of Orrnber 1 19-R9 0&,00 State of Illinois ICounty of Cook f ss CONTINENTAL CASUALTY COMPANY �LLL�I J. E. Purtell Vice President. On this 3rd day of October , 19 S9 , before me personally came J. E. Purtell, to me known, who, being by me duly sworn, did depose and say: that he resides in the Village of Glenview, State of Illinois; that he is a Vice -President of CONTINENTAL CASUALTY COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. eLinda C. Dempsey tart' Public. CERTIFICATE My Commission Expires Novemtt er 12, 1990 I, M. C. Vonnahme, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that Section 3 of Article IX of the By -Laws of the Company and the Resolution of the Board of Directors, set forth in said Power of Attorney are still in force. In testimony whereof �I a hereunto subscribed my n ��f Ixed the seal f the said Company this L4 day of RY 19 40 rtl•s`u; � . frr �r•-\ u�.a,tr u1 M. C. Vonnahm Assistant Secretary. SEAL 4 Form 1-23142-B INV. NO. G-56623-B 1 STATUTORY PAYMENT SONO PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION, 1959 RATING 14r LICFN_3FD )N TEXAS DATL 'y' BY KNOW ALL MEN BY THESE PRESENTS, that SILVERTON !QONSTRUCTQN CO.. INC.. (hereinafter called the Principal(s), as PrincipaKsL and CONTINENTAL CASUALTY COMPANY (hereinafter called the Suraty(sj as Surely(sj, are held and firmly bound unto the City of Lubbock there inafter called the Obliges), In the amount of Three Million Three Hundred Forty-five Thousand. 141ne Hundred Twenty-nine P211ars and Be Cents ($3,243,929,881 lawful' money of the United Stales, for the payment whereof, the said Principal and Surety bind themselves, and their hairs, 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 day of 19—, to WEST.CARGO APRON RECONSTRUCTION & TAXIWAY IMPROVEMENTS at HIRRQf'K THIERNATTQ Ai. AIRPORT and said Principal under the taw 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 rade a part hereof as fulty and to the same extent as if copied at length -herein. 1 NOW, THEREFORE, THE CONDITION Of THIS OBLIGATION 15 SUCH, that if the said Principal shalt pay all claimants supplying labor and material to him or a sub -contractor In the prosecution of the work provided for in said con- tract, then, this obligation shall be void; otherwise to remain in full force and effect; 9 a PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the•56th legislature, Regular Session, 1959, and all tiabititles on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were- ccpied at length herein. PAYMENT BOND F -- I Iu WITNESSrWHEREOF, the said Principal (s) and Surety (s) have signed and sealed this irstrunent this ,Is day of Prircipal Sil rtoZco str ction Co., Inc. gy: .gy. Mi ke Whitney, Exec. VP (Title) gy (Title) CONTINENTAL CASUALTY COMPANY Surety By: (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby des, ignates HOWAR D COWAN 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. CONTINENTAL CASUALTY COMPANY Surety y -Y� l 4- By: (Title) ROGER M. DOWNEY Approved as to form: ATTORNEY -IN -FACT City of Lubbock C' `1 By: City Attorney •Note; if signed by an officer of the Surety Company there trust 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 crust have copy of power of attorney for our files. PAYMENT BOND F - 2 CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: JANUARY 24. 1990 Type of Lubbock, Texas Project: ilverton Construction Co.,oInc. THIS IS TO CERTIFY TkppAi Box 12629, El P ehlf�lEtesd 6Ysured) is, at the date of this certificate, in- sured by this Company with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by this Company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE Policy No. Effective Expires Limits of Liability ................................................................................................................... Workmen's TACC30484459 8-5-89 8-5-90 100,000 Compensation S ........................................................... ;Q ........................... ............... Owner's Protec- Per Person S tive or Contin- Per Occurrence S gent Liability .......................... ............................................................. Property Damage _............................ S Contractor's Per Person S Protective or Per Occurrence S Contingent Property Damage S Liability Automobile MA883296764 7-1-89 7-1-90 Per Person Per Occurrence S 1,000,000 S 1,00M 0 Property Damage s 1 ,000,000 Comprehensive EC2770161 7-1-89 7-1-90 General Liability $ 1.000, 00 .................................................................................................................... Umbrella Liability S 5,000,000 UB28730129 7-1-89 7-1-90 .................................................................................................................... The foregoing Policies (6A (do not) cover all sub -contractors. Texas Locations Covered DESCRIPTION of Operations covered, Weit Cargo Apron Reconstruction & Taxiway Improvements at Lubbock International Airpor The City of Lubbock is to be named as additional insured with respects to the Comprehensive Gene he above [ici s e er n e there'o or b po ppropriate endorsement provide that they my 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 THIS CERTIFICATE MUST BE SENT TO THE OWNER. American General Fire & Casualty (Name of insurer) a ny By; Title ROGER N. DOWNEY DOWNEY & CO. G — 1 SECTION 7 BITUMINOUS TACK COAT FAA ITEM P-603 Paragraph Lau 1. Description 7-1 2. Materials 7-1 3. Construction Methods 7-1 4. Methods of Measurement 7-3 5. Basis of Payment 7-3 SECTION 8 BITUMINOUS SURFACE COURSE FAA ITEM P-401 1. Description 8-1 2. Materials 8-1 3. Composition 8-3 4. Construction Methods 8-7 5. Method of Measurement 8-19 6. Basis of Payment 8-19 SECTION 9 PORTLAND CEMENT CONCRETE PAVEMENT FAA ITEM P-501 . 1. Description 9-1 2. Materials 9-1 L 3. Construction Methods 9-6 4. Repairs of Defective Pavement Slabs 9-24 5. Removal and Replacement of Defective Pavement Areas 9-26 6. Tolerance in Pavement Thickness 9-27 7. Method of Measurement 9-27 8. Basis of Payment 9-27 SECTION 10 PIPE FOR STORM SEWERS AND CULVERTS FAA ITEM D-701 1. Description 10-1 i 2. Materials 10-1 3. Construction Methods 10-1 4. 5. Methods of Measurement Basis of Payment 10-3 10-5 �i 1 1 1 1 1 1 1 1 SECTION 11 CONCRETE MANHOLES AND DRAINAGE STRUCTURES FAA ITEMS D-751 ANDS Paragraph Paae 1. Description 11-1 2. Materials 11-1 3 Construction Methods 11-2 4. Method of Measurement 11-4 5. Basis of Payment 11-4 SECTION 12 STRUCTURAL PORTIAND CEMENT CONCRETE FAA ITEM P-601 1. Description 12-1 2. Materials 12-1 3. Construction Methods 12-3 4. Basis of Measurement and Payment 12-8 SECTION 13 JOINT SEALING FILLER FAA ITEM P-605 1. Description 13-1 2. Materials 13-1 3. Construction Methods 13-1 4. Method of Measurement and Basis of Payment 13-2 SECTION 14 APRON AND TAXIWAY PAINTING FAA ITEM P-620 1. Description 14-1 2. Materials 14-1 3. Construction Methods 14-1 4. Method of Measurement 14-3 5. Basis of Payment 14-3 SECTION 15 INSTALLATION OF UNDERGRQUND CABLE FOR AIRPORTS FAA IT L-108 Paragraph Page 1. Description 15-1 2. Equipment and Materials 15-1 3. Construction Methods 15-2 4. Method of Measurement 15-5 5. Basis of Payment 15-5 1 SECTION 16 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT FAA ITEM L-110 1. Description 16-1 2. Equipment and Materials 16-1 3. Construction Methods 16-1 4. Method of Measurement 16-4 5. Basis of Payment 16-5 SECTION 17 INSTALLATION OF AIRPORT LIGHTING SYSTEMS FAA ITEM L-125 1. Description 17-1 2. Equipment and Materials 17-1 3. Construction Methods 17-3 4. Method of Measurement 17-4 5. Basis of Payment 17-4 SECTION 18 SEEDING AND FERTILIZING FAA ITEM T-901 1. Description 18-1 2. Materials 18-1 3. Construction Methods 18-2 4. Method of Measurement 18-5 5. Basis of Payment 18-5 1 Paragraph 1. 2. 3. 4. 5. 1 1 1 1 t f 1 SECTION 19 BITUMINOUS SEAL COAT FAA IT P-609 Description Materials Construction Methods Method of Measurement Basis of Payment SECTION 20 MISCELLANEOUS CONSTRUCTION 1. Scope of Work 2. Materials and Construction Methods 3. Measurement and Payment Pave 19-1 19-1 19-3 19-6 19-7 20-1 20-1 20-1 SECTION 21 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION. AND SILTATION CONTROL 1. Description 21-1 2. Materials 21-1 3. Construction Requirements 21-2 4. Methods of Measurement and Basis of Payment 21-3 APPENDIX Soil Investigation for West Cargo Apron Reconstruction Lubbock International Airport, Lubbock, Texas LE ADVERTISEMENT FOR BIDS NOTICE TO BIDDERS BID #10450 Sealed proposals addressed to the Honorable Mayor and City Council of the City of Lubbock, Texas will be received at the office of Gene Eads, Purchasing Manager, Municipal Building, 1625 13th Street Room L-04, Lubbock, Texas, 79401 until 2:00 P.M. on the 12th day of January, 1990, or as changed by the issuance of formal addenda to all planholders, for furnishing all necessary materials, machinery, equipment, superintendence, and labor for constructing certain improvements at the Lubbock International Airport, Lubbock, Texas. Immediately following the closing time for receipt of bids, proposals will be publicly opened and read aloud. Any bid received after closing time will be returned unopened. The work to be done under this proposal consists of a Base Bid and one Additive Alternate Bid. The Base Bid consists of the construction of approximately 47,500 square yards of portland cement concrete pavement on the west cargo apron and taxiways, removal of existing pavement, excavation and grading, construction of drainage structures, taxiway edge lighting, pavement marking and other related items of work. The Additive Alternate Bid consists of a single course seal coat on approximately 43,500 square yards of taxiway pavement, and taxiway markings. A bid proposal guaranty is to accompany the bid, thereby guaranteeing the good faith of the bidder and that the bidder will enter into the written contract. The guaranty is to amount to five percent (5%) of the total bid and must be in the form of cash or certified check, issued by a bank satisfactory to the City of Lubbock, or a bid bond. If in the form of cash or certified check, it is hereby expressly understood and agreed that the City of Lubbock is given the right to retain such as liquidated damages if such bidder withdraws its bid anytime after such bid is opened and before official rejection of such bid, or, if successful in securing the award thereof, such bidder fails to enter into the contract and furnish satisfactory performance bond and payment bond. If a bid bond is submitted, it shall be executed on forms contained in these contract documents by a corporate surety authorized to do business in the State of Texas, and acceptable to the City of Lubbock, and accepted according to the latest list of companies holding certificates of authority from the Secretary of the Treasury of the United States of America. Proposals submitted without bid guaranty in the form of cash, certified check or bid bond for 5% of the maximum bid will not be considered. The successful Bidder will be required to furnish a Performance Bond and a Payment Bond each in the amount of the contract, written by a responsible Surety Company authorized to do business in the State of Texas, and satisfactory A - 1 11 to the Owner, as required b Article 5160 V.A.T.C.S. as amended b H.B. 344 , q Y , Y , passed by the 56th Legislature, Regular Session, 1959. Said statutory bonds shall be issued by a company meeting the requirements of Paragraph IB-5, of the INSTRUCTIONS TO BIDDERS of these specifications. All lump sum and unit prices must be stated in both script and figures. The Owner reserves the right to reject any or all bids and to waive formalities. In case of ambiguity or lack of clearness in stating the prices in the bids, the Owner reserves the right to consider the most advantageous construction thereof, or to reject the bid. Unreasonable (or "unbalanced") unit prices will authorize the Owner to reject the bid. Bidders are expected to inspect the site of the work and to inform themselves regarding all local conditions. It is the policy of the Department of Transportation (DOT) that disadvantaged business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds. All bidders and proposers shall make good faith efforts, as defined in P Appendix A of 49 CFR Part 23, Regulations of the Office of the Secretary of Transportation, to subcontract ten percent (10%) of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE). In the event that the bidder for this solicitation qualifies as a DBE, the contract goal shall be deemed to have been met. Individuals who are rebuttably presumed to be socially and economically disadvantaged include women, Blacks, Hispanics, Native Americans, Asians -Pacific Americans and Asian -Indian Americans. The apparent successful bidder (proposer) will be required to submit information concerning the DBE's that will participate in this contract. The information will include the name and address for each DBE, a description of the work to be performed by each named firm, and the dollar value of the contract (subcontract). If the bidder fails to achieve the contract goal as stated herein, it will be required to provide documentation demonstrating that it made good faith efforts in attempting to do so. A bid that fails to meet these requirements will be considered nonresponsive. NOTICES FOR CONTRACTS IN EXCESS OF $10.000 The regulations and orders of the Secretary of Labor, OFCCP and FAR 152.61 require that the sponsor or his contractor(s) include, in invitations for bids A or negotiations for contracts over $10,000, the following notices: (1) The proposed contract is under and subject to Executive Order 11246 of September 24, 1965, and to the Equal Opportunity Clause. (2) The Bidder (Proposer) must supply all the information required by the bid or proposal form. A - 2 Of (3) The successful bidder will be required to submit a Certification of Nonsegregated Facilities prior to award of the contract, and to notify * prospective subcontractors of the requirement for such a Certification where the subcontract exceeds $10,000. Samples of the Certification and Notice to Subcontractors appear in the specifications. (4) Women will be afforded equal opportunity in all areas of employment. However, the employment of women shall not diminish the standards or requirements for the employment of minorities. NOTICES FOR CONTRACTS IN EXCESS OF $50,000 For contracts of $50,000 or more, a contractor having 50 or more employees, and his subcontractors having 50 or more employees, and who may be awarded a subcontract of $50,000 or more, will be required to maintain an affirmative action program within 120 days of the commencement of the Contract. ADDITIONAL NOTICES FOR $l MILLION CONTRACTS (1) Preaward Egual Opportunity Compliance Reviews. Where the bid of the apparent low responsible bidder is in the amount of $1 million or more, the bidder and his known all -tier subcontractors which will be awarded subcontracts of $1 million or more will be subject to full, on -site, preaward equal opportunity compliance reviews before the award of the contract for the purpose of determining whether the bidder and his subcontractors are able to comply with the provisions of the equal opportunity clause. (2) Compliance Reports. Within 30 days after award of this contract, the contractor shall file a compliance report (Standard Form 100) if: a. The contractor has not submitted a complete compliance report within 12 months preceding the date of award; and "employer" b. The contractor is within the definition of in paragraphs 2e(3) of the instructions included in Standard Form 100. The contractor shall require the subcontractor on all -tier subcontracts, irrespective of dollar amount, to file Standard Form 100 within 30 days after award of the subcontract if the above two conditions apply. Standard Form 100 will be furnished upon request. After opening of bids, the apparent successful bidder will be required to submit the names and addresses of DBE firms that will participate in the contract along with a description of the work and dollar amount for each firm. If the responses do not clearly show DBE participation will meet the goals above, the apparent successful bidder must clearly demonstrate, to the satisfaction of the airport sponsor, that a good faith effort has in fact been made and that meeting said goals is not reasonably possible. If any apparent low bidder cannot do so, A - 3 n the contract may, at the option of the airport sponsor, be awarded to the next low bidder able to meet these requirements. This project is subject to Equal Opportunity, Affirmative Action, Minority Business Enterprise Contract Provisions, and other requirements stated in the Instructions to Bidders and other sections of the project specifications and 1 contract documents. Information for bidders, proposal forms, specifications and plans are on file in the office of the City of Lubbock Purchasing Manager, the office of the Director of Aviation, Lubbock International Airport, Lubbock, Texas, and the offices of Parkhill, Smith & Cooper, Inc., Consulting Engineers, 4010 Avenue R, Lubbock, Texas 79412. Copies of the Plans and Specifications may be secured from Parkhill, Smith & Cooper, Inc., Consulting Engineers, 4010 Avenue R, Lubbock, Texas 79412, upon a deposit of ONE HUNDRED DOLLARS ($100.00) as a guarantee of the safe return of the plans and specifications. The full amount will be returned to the Bidder upon return of the documents to the Engineer in good condition within ten (10) days after the date for receiving bids. A pre -bid conference concerning this project will be held at 10:00 AM on the 3rd day of January 1990 at Lubbock International Airport, Ambassador Room. CITY OF LUBBOCK By Gene Eads, .P.M. Purchasing Manager A - 4 I IINSTRUCTIONS TO BIDDERS IB-1. BID FORMS Bids shall be submitted on the Proposal form in the bound specifications. The complete bound documents shall be submitted and plans shall be returned as specified herein. In addition to the completed Proposal, bid forms shall include Bid Security, Financial Statement, and other specified documents. Failure to submit a complete bid as specified will be considered as sufficient cause for rejection of the bid. IB-2. PREPARATION OF PROPOSAL All blanks in the forms shall be filled in or marked "N.A." (Not Applicable) and all required information shall be included with the Proposal. Bid prices shall be written in ink and shall be shown both in written words and figures. Receipt of all addenda issued shall be acknowledged in the space provided on the addendum. Each addendum received and the Bid Security shall be enclosed with the Proposal, The Proposal and accompanying documents shall be enclosed in a sealed envelope, addressed to the Honorable Mayor and City Council, City of Lubbock, Texas, in care of the City Secretary, marked "Proposal for City of Lubbock, Texas, Lubbock International Airport, West Cargo Apron Reconstruction and Taxiway Improvements," with the name and address of the Bidder also shown thereon. IB-3. FINANCIAL STATEMENT A sworn statement of the current financial condition of the Bidder shall also be enclosed with the Proposal, in order to provide the Owner with information relative to the responsibility of bidders and their ability to ro finance and construct the work. This statement shall be enclosed with the Proposal in a separate envelope and will be returned to the Bidder upon return of his bid security. IB-4. BID SECURITY Each proposal must be accompanied by a Bid Bond, Certified Check, or cash in the amount of not less than five percent of the bid submitted, payable without recourse to the City of Lubbock, Texas. Such bid security shall be so conditioned that if the Bidder is awarded the Contract and is unable or fails to furnish performance and payment bonds and execute the Contract within ten days after date of award, the security shall revert to the Owner as compensation for damages which the Owner suffers because of such failure by the Bidder. IB-5. PERFORMANCE AND PAYMENT BONDS With the execution and delivery of the contract documents, the Contractor shall furnish, on the forms provided herein, bonds, as required by the General Conditions, executed by an approved surety company authorized to do business in the State of Texas, and accepted according to the latest list of companies holding certificates of authority from the Secretary of the Treasury of the United States of America. Performance and Payment bonds shall be issued by a company carrying a current Best Rating of B or Superior. IB-6. INTERPRETATION OF BIDS No bid will be considered which fails to supply all information indicated, or which has any limitation or provisions placed upon it by the Bidder. In case of a difference between the written words and the figures in the Proposal, the amount stated in written words will be considered as the bid price, without recourse on the vart of the Contractor. In case of ambiguity or lack of clearness in the Proposal, the Owner will adopt the most advantageous construction thereof or reject the bid. The Owner reserves the right to accept or reject any or all bids, if it is deemed to be in the best interest of the public. Further, the Owner reserves the right to reject any bids because of irregularity or to waive such irregularity if such action is in the public interest. IB-7. DISPOSITION OF BIDS The Owner expects to make award of the contract as soon as possible after the opening of bids, but specifically reserves the right to hold all Proposals for a period not to exceed sixty (60) days, before making an award. No Proposal, having been opened, may be withdrawn prior to expiration of this sixty day period. Bid security of all but the successful Bidder will be returned upon making an award. A fixed amount of funds is available for the project. The Owner reserves the right to reduce the scope of work and to award a contract that is within the available funding. IB-E. EXAMINATION OF SITE, PLANS AND SPECIFICATIONS Prior to submission of a Proposal, each Bidder shall have made a thorough examination of the site of work and of the plans and specifications, and shall become informed as to the location and nature of the proposed construction, labor conditions and all other matters that may affect the cost and time of completion of the work upon which he bids. Bidders shall make such investigations of the nature of the project as they deem necessary and shall assume all responsibility for fully informing themselves of the character of materials which will be encountered. The submission of a Proposal shall be prima facie evidence that the Bidder has made such an examination. IB-9. INTERPRETATION OF SPECIFICATIONS PRIOR TO BIDDING Any questions arising, during the advertising period as to meaning or intent of the specifications will be answered by an addendum which will be sent to all who have placed a deposit and have been furnished plans and contract documents. The receipt of each addendum shall be acknowledged by the Bidder in the space provided and each addendum shall be enclosed with the Proposal when it is submitted. All addenda shall become a part of these contract documents. IB-10 AVAILABILITY OF PLANS A. For Bidders It is intended that all parties with an interest in the type of work included in the project covered by these documents be given a reasonable I IB - 2 opportunity to examine the documents and prepare a bid or sub -bid. Documents may be examined without charge as noted in the Notice to Bidders. Drawings for general distribution are full-size (24" x 36") drawings. Complete sets of documents may be obtained from the Engineer upon request, accompanied by a deposit of $100.00. Upon return of the documents to the Engineer in good condition within ten (10) days after the date for receiving bids, the full amount of the deposit will be returned. B. For the Contractor The Contractor will be furnished ten (10 sets) of full-size drawings and ten (10) sets of specifications for his use during construction. This shall include all plans and specifications furnished to material suppliers and subcontractors but does not include the executed contract copies. Plans and specifications for use during construction will be furnished directly only to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors, or others, as required for proper execution of the work. Should additional sets of documents be desired, they may be purchased, by the Contractor only, at the following prices, exclusive of postage or freight charges: Full-size Drawings $60.00 per set Single Sheets of Drawings $ 3.00 per sheet Specifications $40.00 per.set IB-11. SPECIAL PROVISIONS Attention of Bidders is directed to SPECIAL PROVISIONS included in these documents for requirements concerning scope of work, labor, wage schedule, insurance and similar subjects. IB-12. STORAGE AREA Contractors bidding on the work included in this contract who desire to locate a material storage area, mixing plant, or other similar facility on the airport property may secure such a site, buildings or areas by direct negotiation with the Director of Aviation, Lubbock International Airport, Lubbock, Texas. IB-13. DELETED IB-14. WITHDRAWAL OF PROPOSALS Any Bidder, upon his or his authorized representative's written request, will be given permission to withdraw his Proposal not later than the time set for opening thereof. At the time of opening of the Proposals, when such Proposal is reached, it will be returned to him unread. IB-15. DISQUALIFICATION OF BIDDERS Any one or more of the following causes will be considered as sufficient for the disqualification of bidder and the rejection of his bid or bids: More than one Proposal for the same work from an individual firm, IB - 3 r 6 �j 0 partnership, or corporation under the same or different name. Evidence of collusion among bidders. Participants in such collusion may not receive recognition as Bidders for any future work. Unbalanced Proposals in which the prices for some items are 'out of proportion to the prices for other items. Failure to submit a unit price for each item of work for which a bid price is required by the Proposal. Lack of competency as revealed by the financial statement, experience, or plant and equipment statements submitted. Lack of responsibility as shown by past work judged from the standpoint of workmanship and progress. Uncompleted work which, in the judgment of the Owner, might hinder or prevent the prompt completion of additional work if awarded. For being in arrears on existing contracts, in litigation with the Owner, or having defaulted on a previous contract. A IB-lb. MATERIAL GUARANTY Before any contract is awarded, the Bidder .may be required to furnish a complete statement of the origin, composition, or manufacture of any or all materials proposed to be used in the construction of the work, together with samples, which may be subjected to the tests provided for in these specifications to determine their quality and fitness for the work. IB-17. AWARD OF CONTRACT Provision is made in the proposal for a Base Bid and one Additive Alternate Bid. Each bidder is required to submit a proposal on the Base Bid and Additive Alternate Bid. The contract will be awarded for the work included in the Base Bid. The Additive Alternate Bid will be included in the contract if funding is available. IB-18. CONTRACTOR'S CERTIFICATION OF AFFIRMATIVE ACTION The Contractor assures that it will undertake an affirmative action program as required by 14 CFR Part 152, Subpart E, to insure that no person shall on the grounds of race, creed, color, national origin, or sex be excluded from participating in any employment activities covered in 14 CFR Part 152, Subpart E. The Contractor assures that no person shall he excluded on these grounds from participating in or receiving the services or benefits of any program or activity covered by this subpart. The Contractor assures that it will require that its covered suborganizat ions provide assurances to the Contractor that they similarly will undertake affirmative action programs and that they will require assurances from their suborganizations, as required by 14 CFR Part 152, Subpart E, to the same effect. IB - 4 iW 11 9W IB-19. DISADVANTAGED BUSINESS ENTERPRISE CONTRACT PROVISIONS PART A Policy. It is the policy of the Department of Transportation (DOT) that disadvantaged business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this agreement. Consequently, the DBE requirements of 49 CFR Part 23 apply to this agreement. DBE Obligation. The contractor agrees to ensure that disadvantaged business enterprises as defined in 49 CFR Part 23 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. In this regard all contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that disadvantaged business enterprises have the maximum opportunity to compete for and perform contracts. Contractors shall not discriminate on the basis of race, color, national origin or sex in the award and performance of DOT -assisted contracts. Comuliance. All bidders, potential contractors, or subcontractors for this DOT assisted contract are hereby notified that failure to carry out the DOT policy and the DBE obligation, as set forth above shall constitute a breach of contract which may result in termination of the contract or such other remedy as deemed appropriate by the owner. Subcontract Clauses. All bidders and potential contractors hereby assure that they will include the above clauses in all subcontracts which offers further subcontracting opportunities. PART B It is further understood and agreed: The award selection procedure for this solicitation will include the selection criteria of 49 CFR Part 23.45(1) to ensure that prime contracts are awarded to competitors that meet Disadvantaged Business Enterprise (DBE) goals. Notification is hereby given that DBE goals are established for this prime contract. The goal for firms owned and controlled by socially and economically disadvantaged individuals is ten percent (10%) of the dollar value of this contract. Likewise, the subcontracting goal for firms owned and controlled by women is two percent of the dollar value of this contract. After opening of bids, the apparent successful bidder will be required to submit the names and addresses of DBE firms that will participate in the contract along with a description of the work to be performed by each named firm and the dollar value for each contract (subcontract). If the responses do not clearly show DBE participation will meet the goals above, the apparent successful bidder must provide documentation clearly demonstrating to the satisfaction of the airport sponsor, that it made good faith efforts in IB - 5 io attempting to do so and that meeting said goals is not reasonably possible. A bid that fails to meet these requirements will be considered nonresponsive. Agreements between bidder/proposer and a DBE in which the DBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. All bidders and proposers shall make a good faith effort to replace a DBE subcontractor that is unable to perform successfully with another DBE subcontractor. The bidder shall establish and maintain records and submit regular reports, as required, which will identify and assess progress in achieving DBE subcontract goals and other DBE affirmative action efforts. IB - 6 THE STATE OF TEXAS } COUNTY OF LUBBOCK } SURETY'S 110. KNOWN ALL MEN SY THESE PRESENTS, THAT SILVERTON CONSTRUCTION CO., INC. POST OFFICE BOX 12629 EL PASO, TEXAS 79913 (hereinafter called the Principal.), as Principal, and CONTINENTAL CASUALTY COMPANY POST OFFICE BOX 17369 DENVER, COLORADO 80217 (hereinafter called the Surety), as Surety, are held and firmly bound unto the City of Lubbock, Texas, a home rule municipal corporation of Lubbock County, Texas (hereinafter called the Obligee), in the amount of FIVE PERCENT (5%) OF THE AMOUNT BID DOLLARS ($ ), for the payment whereof the said Principal and Surety bind thernselVes, and their heirs, administrators, executors, successors and'assigns, jointly and severally, firmly by these presents. W]iEREAS, the Principal has submitted a Bid or Proposal, to enter into a certain written contract with the Obligee to WEST CARGO APRON RECONSTRUCTION AND TAXIWAY IMPROVEMENTS NOW, THEREFORE, THE CONDITION Of THIS OBLIGATION 19 SUCH, that if the said Principal shall faithfully, enter into such written Contract, then this obligation shall be void, otherwise to remain in full force and effect. BB - L IT Is EXPRESSLY UNDERSTOOD AND AGREED that if said Principal should withdraw its Bid anytime after such Bid is openod and before official rejection of such Did or, if successful in securing the award thereof; said Principal should fail to enter into the Contract and furnish satisfActory Performance Bond and Payment Bond, the Obligee, in either of such events, shall be entitled and is hereby given the right to collect this aid Bond as liquidated damages, PROVIDED further that if any legal action be filed upon this Bond venue shall lie in Lubbock County, Texas IH WITNESS WHEREOF, the said Principal and Surety do sign and seal this instrument, this 12TH day of JANUARY S_ILVERTON CONSTRUCTION CO., INC. Principal - By — '.Ilzt�l Z" i ney, xec. ce resident Address PO BOX 12629 EL PASO, TEXAS 79913 APPROVED AS TO FORM: City Attorney NOTE: Attach Power of.6ttorney BB - 2 19 90 CONTINENTAL CASUALTY C0MANY Sure �• -R GER N. DOWNEY P.TTORNET 1 -FACT Address.. PO BOX 17369 DENVER, COLORADO 80217 'Continental Casualty Company C/VA For Ali the Commitments You Make' AN ILLINOIS CORPORATION POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men by these Presents, That CONTINENTAL CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Illinois, and having its principal office in the City of Chicago, and State of Illinois, does hereby make, constitute and appoint Roger N. Downey. Tracy Duran, Individually of Al6uquerqu} New Mexico Its true and lawful Attorney -in -fact with full power and authority hereby conferred to sign, seal and execute in its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind CONTINENTAL CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of CONTINENTAL CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article IX —Execution of Documents Section 3. Appointment of Attorney -in -fact. The President or a Vice President may, from time to time, appoint by writtencertificates attorneys -in -fact to act in behalf of the Company in the excecution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Vice President or the Board of Directors may at any time revoke all power and authority previously given to any attorney -in -fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 3rd day of April, 1957. "Resolved, that the signature of the President or Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signatures and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." In Witness Whereof, CONTINENTAL CASUALTY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this .rrf day of OCto hpr , 19--29 eAsu,fr} State of Illinois i taro.,,E County of Cook ( ss "z p�7 SEAL ? not CONTINENTAL CASUALTY COMPANY --P� _�4«Y-I J. E. Purtell Vice President. On this 3rd day of October 19 89 , before me personally came J. E. Purtell, to me known, who, being by me duly sworn, did depose and say: that he resides in the Village of Glenview, State of Illinois; that he is a Vice -President of CONTINENTAL CASUALTY COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. a NOTARY J i PUBLIC � Linda C. Dempsey tary Public. CERTIFICATE My Commission Expires Novemfer 12, 1990 I, M. C. Vonnahme, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that Section 3 of Article IX of the By -Laws of the Company and the Resolution of the Board of Directors. set forth in said Power of Attorney are still in force. In testimony -eof I have hereunto subscri % a and affixed the seal o he said Company this 1' ` day of 19 �� M. C. Vonnahm Assistant Secretary. Y - SEAL Form 1-23142.3 INV. NO. G-56623-B TO, CITY OF LUBBOCK CERTIFICATE OF INSURANCE DATE, JANUARY 24, 1989 Type of Lubbock, Texas Project: CITY OFLUBBOCK THiS IS TO CERTIFY THAT LUBBOCK , TEXAS (Name and Address of insured) is, at the date of this certificate, in- sured by this Company with respect to the business operations hereinafter described, for the typos 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 No. Effective Expires Limits of Liability Workmen's compensation ........................................................................................................... Owner's ProEec- EC84554104 3-1-90 7-1-90 Per Person s—�1,0070,,000,0 Live or Contin• Per Occurrence ! F'M ,U V0 gent Liability General Aggregate $2,000,000 Property Damage s inc T u ed .................................................................................................................... Contractor's Protective or Contingent Liability Per Person ! Per Occurrence ! Property Damage S .................................................................................................................... Per Person = Automobile Per Occurrence ! Property Damage ! C orrpr eh ens I ve General liability S Umbrella liability ! The foregoing Poticies 00) (do not) cover atl sub contractors. Locations Covered Texas DES RI TION of rati s covered West Cargo Apron Reconstruction & Taxiway Improvements a Liibboc�C gnternarionait' Airport Parkhi 1 Smith & Coo er, Inc. is t9 bq named as additional insured with respect to the Own a above icfae a Cher fn t e . thereof or b . a r po y pp oprfeta 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 THIS CERTIFICATE MUST BE SENT TO THE OWNER. American General Fire & Casualt (Name of Insurer) Com r- By: '. Title ROGER N. DOWNEY DOWNEY & CO. G — � , . J 0, 801 STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION 1959 KNOW ALL MEN BY THESE PRESENTa, that SI"RTON CONSTRIJCTC14 CO.. INC.. (hereinatter called the Prindpal(eL as Principal(aL and (hereinafter called the Surety(s), as Sur*ty(e), are held and firmly bound unto the City of Lubbock (her* inafter called the Oblipsa), In the amount of Three Million Th Hundred Forty-five Thousand Nine Hundred Twenty-nine Dollars and 88 Cent ($3.345 929.8g! lawful money of the United Statea for the payment whereof, the acid Principal and Surety bind themselves, and their heirs, administrators, eseoutars, successor; and assigns, jointly and severalty, firmly by these prowmtL WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the e* day of FR&OARY , 19-D, to WEST CARGO APRON RECONSTRUCTION & TAXIWAY IMPROVEMENTS AT LUBBOCK INTERNATIONAL AIRPORT 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 wade 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 per- form the work in accordance with the, plans, specifications and contract doctmentsr then this obligation shall be void;, otherwise to remain in full force and affect. PROVIDED, HOWEVER, that -this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, regular session 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of 19_ Surety PERFORMANCE BOND E — 1 r SlIvArton Constr. Co- TUC. Principal By: (Title) *By: -- (Title) By: (Title) air .'A 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. Approved as to form City of Lubbock By: City Attorney Surety By: (Title) *Mote: if signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws lkffi 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. I 1 PERFORMANCE BOND E - 2 1 STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160 OF T4E REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION, 1959 KNOW ALL MEN BY THESE PRESENTS, that SILVERTON CONSTRUCTION CO.. INC.. (hereinafter called the Principakaj as Principal(sL and (hereinafter called the Surety(aL as Suroty(aj are held and firmly bound unto the City of Lubbock (hers lnafter called the Obroeei, In the amount of Three Million Three Hundred Fortwfive Thousand. Nine Hundred Twenty-nine Dollars and 88 Cents IS M ONC 881 lawful money of the United States for the payment whereof, the sold Principal and Surety bind themsehiss, and their heirs, administrators, executors, successcra and assigns, Jointly and eaverally, firmly by these prommts. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 'day of Fa6kf16de-Y to WEST CARGO APRON RECONSTRUCTION & TAXIWAY IMPROVEMENTS at T11ACICK TNTF.RNATTONAT, ATRP RT 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 lenoth'herein. i NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying tabor and material to him or a sub -contractor in the prosecution of the work provided for in said con- tract, then, this obligation shaft be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 1160 of the Revised civil Statutes of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, and aLi 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. f!� I I I PAYMENT BOND F — 1 I IN WITNESS WHEREOF, the said Principa( (s) and Surety (s) have signed and sealed this instrument this day of 14, Surety Principal Silverton Construction Co., Inc. By: egy: • (Title) By: (Title) By: (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby des- ignates 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: (Titie) Approved as to form: City of Lubbock By: City Attorney •Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. PAYMENT BOND F - 2 1 t 1 f 1 i � 1 � I i f t 1 SILVERTON CONSTRUCTION CO., INC. WORK IN PROGRESS AND COMPLETED PROJECTS I t 1 TO: CITY OF LUBBOCK ILubbock, Texas CERTIFICATE OF INSURANCE DATE: _ Type of Project: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, in- sured by this Company with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by this Company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE Policy No.Effective Limits of Liability .- ... ......Expires ..................•'-.`..... Workmen's Compensation -----._............................................................................... Owner's Protec- ...... Per Person .......,. S tive or Contin- Per occurrence S gent Liability ...Property .. - tyDamage -- S .. Contractor's Per Person S Protective or Per Occurrence Contingent Property Damage S Liability .................................................................................................................... Per Person S Automobile Per Occurrence $ Property Damage S .................................................................................................................... Comprehensive General Liability S .................................................................................................................... Umbrella Liability S The foregoing Policies (do) (do not) cover all sub -contractors. Locations Covered DESCRIPTION of Operations Covered 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 THIS CERTIFICATE MUST BE SENT TO THE OWNER. (Name of Insurer) By: Title c-i ATTACHEMENT NO.1 WORK IN PROGRESS AS OF 11130189. NAME OWNER ARCHITECT CONTRACT COMPLETE COMPLETION AMOUNT TO DATE DATE Regional Maint. US Army Engineering Division $2,173,200 46g Jan-90 Facility Corps of Engineers Corps of Engineers Ft. Rood, Texas A New Nigh School Socorro Independent Garland & Hilles $14,172,50D 10% Aug-90 E1 Paso, TX School District Water System US Army Base Procurement $i,569,000 31% Sept-i0 Ft. Hood, TX Ft. Hood, TX Ft. Hood, Texas Rpr Base Streets US Air Force Base Procurement 1891,228 .2% Aug-90 Goodfellow AFB, TX Goodfellow AFB,TX Goodfellow AFB, TX Water Well impro* US Corp of Engineers Nuitt-lollars, Inc. $1,312,242 0% Jun-90 ADATS, Ft. Bliss, TX Ft. Worth, TX Yandell & Hiller, Inc. Dallas, TX Armed Farces Reserve Dept of the Navy AC & Associates $4,519,19G 0% Apr-91 . Harlingen, TX Lubbock, TX (Joint Venture) - Truck Route Exp. General Services General Services $892,900 0% Mar-90 Border Station Administration Administration � Del Rio, TX Ft. Worth, TX Ft. Worth, TX M ATTACHMENT NO. 2 05MPLETED PROJECTS A5 OF 9-30-a9 #**##xx##Y#######x*#####*#####x######**t#######x*x###x###****###x*####*#xx#*##*x**##****##########x#x#xx#x####*####xx###### NAME OWNER ARCHITECT CONTRACT COMPLETION LOCATION % WITH OWN AMOUNT DATE FORCES Members Insurance Members Mutual Garland & Hilles $258,407 Sept-89 E1 Paso, TX Bldg, E1 Paso, TX Insurance Co. EL Paso, TX E1 Paso County E1 Paso County MKMS, Inc. AIA 4533,400 Flay-89 E1 Paso, TX 30% Coliseum Addition E1 Paso, Texas E1 Paso, Texas & Alterations Convert Bldg 231 US Army Base Procurement $168,142 June-89 El Paso, TX 60% to DVQ Ft. Bliss, TX Ft. Bliss, TX Ft. Bliss, TX Systems Engineering US Army Bechtel National 1848,700 July-69 WSMR, NM 90% Support Bldgs WSMR, NM San Francisco, CA (FLUOR CONSTRUCTORS) - Engineering Complex New Mexico State grown Burton & Assoc $2,731,356 Apr-89 Las Cruces, W 30% University Las Cruces, HM Convert Bldg to US Army Base Procurement $81,188 Apr-89 Ft. Bliss, TX 30% Museum Bldg #5847 Ft. Bliss, TX Ft. Bliss, TX Ft. Bliss, TX AAFES/Convenience Store Ft. Hood, TX Repairs to Biggs Army Airfield Runway Exterior Mad for Academic Service Building Repair Area 02 Phase 3 & 4 Modernization & Renovation of Indian Housing South Central Elementary School Stagecoach Elementary Army & Air Force Exchange Services US Army Ft. Bliss, TX Albert Komatsu & Assoc Ft. Worth,TX Base Engineering Ft. Bliss, TX University of Texas Alvidrez & Assoc. at El Paso 1918,700 Mar-59 $417,317 Feb-89 $208,335 Jan-89 Dept of Army John E. Hawkins $5,634,547 Dec-88 Red River Army Depot and Associates Tigua Indian Garland & Hilles AIA $323,985 Aug-58 Housing Authority Austin ISD Austin, Texas Killeen ISD Killeen, Texas O'Connell, Robertson $1,554,172 Aug-88 & Grobe AIA BLGY, Inc. $459,333 Aug-68 Ft. Mood, TX ^40% Ft. Bliss, TX 20% E1 Paso, TX tot Texarkana, TX 60% El Paso, TX 20% Austin, TX 20% Killeen, TX 20% Hardstands+^ Dept of Army Coops of Engineeri 171862,189 June-88 ft-. Bliss, TX 55% 1 i A Motor Park Ft. Bliss, TX Ft, Worth District ADAL Project US AIR FORCE Corps of Engineers $908,799 Apr-88 Bergstrom 40% Bergstrom AFB, TX AFB, TX North/South Blvd. US AIR FORCE Albert S.Xomatsu $1,581,886 May-88 Goodfellow 20% Goodfellow AF8, TX and Associates AFB, TX Demolition at El Paso Community MKMS, Inc. $23,874 May-88 E1 Paso, TX 20% 1123 H. Oregon College E1 Paso, TX Door Placement Ysleta I.S.D. ,aint Department $93,763 Jan-67 Ei Paso, TX 50% E1 Paso, Tx YISD Concrete Pads Lockhead Engineering tockhead Engineering $27,868 Dec-87 White Sands Las Cruces, NM NASA Missile Range 100% Addition To Dept of Air Force Albert S. Komatsu 15,458,000 Jan-87 SAFB, TX 35% Commissary Bergstrom AFB, TX and Associates Gasden High Gasden I.S.D. Orlando Cervantes $1,143,330 Jan-87 Gadsen, TX .20% School Remodel E1 Paso, TX and Associates Lamar Intermediate E1 Paso I.S.u. Garland 6 dilles 34,831,400 Jan-67 El Paso, TX 2251 School El Paso, TX Modifications to Dept of Army Corps of Engineers $396,733 Feb-87 WSMR, NM 40% Bldg S25875 White Sands Missile Range, HM 126 Rousing Dept of Air Force Base Engineering $2,093,661 Mar 87 BAFB, TX 20% Bergstrom,AFB, TX Repair Area 02 Dept of Army John E. Hawkins $4,673,000 May-87 RRAD, TX 70% Hardstand Ph 1 6 2 Red River Army Depot and Associates Ethylene Exhaust Dept of Army Corps of Engineers $58,695 Jul-87 Ft Bliss, TX 40% Ft Bliss, TX Wherry housing Dept of Air Force Base Engineering $158,372 Oct-86 BAFB, TX 60% Bergstrom AFB, TX Safeway Store 124 Safeway Inc. Faster, Henry, Henry, $517,930 Jul-86 El Paso, TX 30% El Paso, Tx & Thorpe Construct Apron Dept of Air Force Base Engineering $176,448 Mar-86 HAFB, NM 60% 5FIS Holloman AFB, HM Repair Window Dept of Air Force Base Engineering 148,442 Dec -SS HAFB, NM 70% Openings Holloman AFB, NM Alter COU/MED Dept of Air Force Base Engineering $90,549 Mar-86 HAFB, NM 40% Surgical Areas Holloman AF8, NM Science Room Socorro I.S.D. SHWC, Inc. $323,791 Feb-86 Socorro, TX 40% Renovations Socorro, TX Dallas, Texas Addition to Brown Austin I.S.D. Ken Michael, AIA $297,400 Jan-86 Elementary School Austin, TX Austin, Tx Taxiway Repair Dept of Air Force Base Engineering $1,471,368 Oct-85 Cannon AF8, NM Divad Range Dept of Army Corps of Engineers $8,024,629 Oct-85 Ft Bliss, TX Bel Air Middle School Ysleta I.S.D. Carroll, Du5ang & Rand $91,581 Aug-85 Ysleta, TX E1 Paso, Texas Water Treatment Plant BRB Contractors, Inc. City of Austin $24,000 See p-85 Improvements Austin, TX Engineering (subcontract) Federal Reserve Bank Federal Reserve Bank Facilities Management $316,597 Jul-85 of E1 Paso, TX Dept Replace Sailed Dish Dept of Army Corps of Engineer $97,830 Aug-85 Conveyor, WBAMC Ft Bliss, TX Repair TALC Control Dept of Air Force Rasa Engineering $53,128 Mar-85 Center Bergstrom AF8, TX Alter !saint. Facility Dept of Air Force Base Engineering $73,600 Mar-85 Bergstrom AFB, TX Various 5ldg Repairs Dept of Navy Base Engineering $79,689 Apr-85 WSMR, NM Hazardous Storage Fac Dept of Air Force Base Engineering $102,168 Apr-85 Holloman AFB, NM Alter Chapel Dept of Air Force Base Engineering $89,675 Apr-85 Holloman AFB, TX Repair Intersections Dept of Air Force Base Engineering $189,388 Apr-85 Holloman AFB, NM Lincoln Village Jordan & Nobles O'Brian, Nyfeler & $535,000 Apr-85 Shopping Center (subcontract) Callaway Parking Lot Austin, TX OSHA Deficiencis Dept of Army Base Engineering $37,000 Dec-84 Ft Bliss, Tx Handicapp Req. General Services AWn GSA - Fort Worth $55,000 Dec-84 US Courthouse Austin, TX Williat Cannon Austin Road Co. Texas Highway Dept. $98,598 Dec-84 Drive- .t (subcontractor) Austin, TX Austin, TX 60% CAFE, HM 70% Ft Bliss, TX 60% El Pisa, T% ,0% Austin, TX 100E El Paso, TX 301 Ft Bliss, TX 50% BAFB, TX 60% BAFB, TX 60% WSMR, NM 60% HAF8, NM 50% HAFB, NM 60% HAF8, NM 70% Austin, TX i00% Ft. 8liss,TX 100E Austin, TX 70% Austin, TX 100E YISD Admin Office Ysleta T.S.D. The Ramos &roue $2,066,000 Jan-84 E1 Paso, TX 35$ Ysleta, TX Primate Lab Univerisity of Texas UT Engineering $162,700 Nov-84 Bastrop, TX 60% Bastrop, TX North Bluff Drive Austin Road Co. City Engineering $268,174 Sep-84 Austin, TX 10% Phase I (subcontractor) Austin, TX Repair Floor Tile Dept of Air Force Base Engineering $83,629 Jun-84 HAFB, NM 30% Hospital Holloman AFB, NM NCO Club Dept of Army 9ase Engineering $387,748 Aug-84 WSMR, NM 40% WSMR, NM AGE Maint Facility Dept of Air Force Base Engineering 1173,240 Aug-84 HAFB, kM 40% Holloman AFB, NM Vandenberg Field Dept of Air Force Base Engineering $104,390 Sep-B4 HAFB, NM 30% Holloman AFB, NM - Repair Apron B, Dept of Air Force Base Engineering $1,736,000 Aug-84 8AF8, TX 70% Phase III Bergstrom AFB, TX Traveling Bridge City of Las Cruces City Engineering $58,916 Jul-84 Las Cruces, NM 30% Crane Las Cruces, NM - Alter Billeting Office Dept of Air Force Base Engineering $74,770 Jul-84 HAFB, NM 30% Hoiloman AFB, NM Lordsburg Rest Area/ New Mexico Hwy Dept NM Highway Dept. 1986,408 Jul-84 Lordsburg, NM 30% Welcome Center Lordsburg, NM ABC in bldg 1504 Dept of Army Base Engineering $251,680 May-84 WSMR, NM 30% White Sands Missile Range, NM Repair POL Parking Dept of Air Force Base Engineering $398,953 Apr-84 RAFB, TX 70% Area Reese AFB, TX Stinger Facility . Dept of Army Base Engineering $157,880 Mar-84 FT Bliss, TX 30% Ft Bliss. TX Repair Foundations Dept of Air Force Base Engineering $41,822 Jan-84 HAFB, NM 60% Holloman AFB, HM Addition to Surety Surety Savings Carr/Razloznik $253,858 Nov-83 El Paso, TX 45% Savings El Paso, TX A/C in bldg 1506 Dept of Army Base Engineering $191,248 Haw-83 Ft Bliss, TX 25t Ft Bliss, TX Constr Storage Area Dept of Air Force Base Engineering $14,200 Nov-83 HAFB, NM 70% Holloman AFB, TX Cortez Hotel Demo E1 Paso Company Carroll, DuSang, 180,740 Aug-83 E1 Paso, TX 1u0% E1 Paso, TX Hart & Rank Dining Room Addition City of E1 Paso City Engineering $29,550 Jul-83 E1 Paso, TX 60% Sacramento Senior El Paso, TX Citizen Center Vandal II Missile Dept of Navy Menendez-Dannell $709,599 pug-83 WSMR, NM 40% Facility White Sands Missile Houston, Tx Range, NM Repair Arpon 8 Dept of Air Force Base Engineering $2,257,454 May-83 BAFB, IX 35% Phase TI Bergstrom AFB, TX Federal Reserve Bank Federal Reserve Bank Facilities Management $23,800 Mar-83 E1 Paso, TX 65% E1 Paso, TX Addition to Cloudcroft C1oudCroft Schools Alley -Connell AIA 11,333,000 Mar-83 Cloudcroft, NM 35% Schools District, NM Family Planning Clinic County of El Paso Jon Davis & Assoc. $215,495 Oct-82 E1 Paso, TX 35% R.E. Thomason General El Paso, TX Hospital Replace 7-30 Taxiway Dept of Air Force Base Engineering $3,159,912 Jan-83 HAFB, NM 75% Holloman AFB, NM Alter Munition Maint Facility Dept of Air Force Base Engineering $43,700 Dec-62 HAFB, NM 40% Holloman AFB, NM Mid -High School Alamogordo School Charles Molan $271,900 Nov-82 Alamogordo, NM 35% District, HM & Assoc La Luz/Fresnal City of Alamogordo City Engineering S109,550 Oct-82 La Luz, 4M 20% Pipeline La Luz, NM WRSK Storage Dept of Air Force Base Engineering 163,250 Sep-82 HAFB, NM 35% Facility Holloman AF8, HM Socorro Intermediate Socorro I.S.D. Kuykendall & McCombs S156,000 Sep-82 5ocorra, TX 40% School Renovation Socorro, TX 11 Classroom Addition Canutillo I.S.D. James H. Carr $494,400 Sep-82 Canutillo, TX 35% & Remodel Canutillo, TX and Assoc Senior Citizen City of Deming CCIC, Albuq. NM $30,400 Jul-82 Deming, NM 55% Deming, NM Municipal Bldg. City of E1 Paso City Engineering $35,700 Mar-82 El Paso, TX 35% Chiller Addition E1 Paso, TX Construct Wash Dept of Air Force Bass Engineering $57,700 Mar-82 HAFB, NM 38% Rack wf Oil Separator Holloman AF8, NM Repair. Street Dept of Air'Force Base Engineerih4:.�<- u�r-$148,30T "65t Intersections Nalloian AF8, HM CIRIS Lab, Dept of Air Force Base Engineering 191,300 Mar-82 HAFB, NM 40% Bldg 1265 Holleman AFB, HM Construct Bldg Dept of Air Force Base Engineering $99,000 Mar-82 HAFB, NM 37% Sound Suppressor Holleman AFB, NM Bldg 819 Dept of Air force Base Engineering 174,100 Feb-82 HAFB, NM 35% Holleman AFB, NM Hacienda Central Mountain Bell Carroll OuSang & Rand 132,450 Jan-82 El Paso, Tx 43% Office El Paso, TX Addition to Houston E1 Paso I.S.D. Fouts, Gomez, Moore $214,400 Mar-82 El Paso, Tx 25% School E1 Paso, TX Canutillo Central Off Mountain Bell Foster, Henry, Henry & $136,700 Nov-81 Canutillo, Tx 25% E1 Paso, TX Thorpe AIA Secretarial Admin NM State University Robert L. Torres AIA $311,600 Nov-81 Las Cruces, NM 25% Addition Las Cruces, NM - Science Renovations E1 Paso I.S.D. EPISD Engineering $112,700 Sep-81 El Paso, Tx 35% El Paso, TX Dolphin Terrace Ysleta I.S.D. Danny Anderson Consul. $57,600 Sep-81 E1 Paso, Tx 45% Elementary School Ysleta, TX - Putnam & Dowell E1 Paso I.S.D. don Davis & Assoc $82,860 Sep-81 E1 Paso, Tx 25% Elementary School El Pasa, TX Socorro High School Socarro I.S.D Kuykendall & McCombs $264,400 Sep-81 El Paso, Tx 35� New Cafeteria Socorro, TX POL Tank Facility Dept of Air Force Base Engineering $92,550 Sep-81 HAFB, HM 30% Holloman AFB, NM Dona Ana County Jail Dona Ana County W.T. Harris & Assoc $294,575 May-81 Las Cruces, NM 30% Las Cruces, NM Mountain Bell Tele Mountain Bell Foster, Henry, Henry $83,000 Apr-81 El Paso, Tx 35% City & Horizon El Paso, TX Thorpe AIA Building 15 Dept of Air Force Base Engineering $165,800 Apr-81 HAFB, NM 30% Holleman AFB, HM Building 1175 Dept of Air Force Base Engineering $276,850 Feb-81 HAFB, NM 45% Holleman AFB, NM McKelligon Canyon Rec. City of El Paso City Engineering $120,500 Feb-81 E1 Paso, Tx 33% Bldg E1 Paso, TX AMU 3& 4 Dept of Air Force Gordon Herkenhoff & Ass $446,700 Feb-81 HAFB, NM 30% Holleman AFB, NM Mate/Deeate-Stiffleg NASA Connell,Metcalf,Eddy $524,500 Feb-81 NSMR, NM 65% Derrick White Sands Missile Range, NM Ft. Bayard Medical State of New Mexico W.T. Harris & Assoc Center Bayard, HM White Sands Proving Dept of HEW Charles Nolan Grounds School White Sands Missile Range, NK Commissary Addition Dept of Air Force Cromwell Firm Holloman AFB, NM Alter Building 523 Dept of Air Force Base Engineering Holloman AFB, NM Aircraft Corrosion Dept of Air Force Base Engineering Control Holloman AF8, NK Remodel GTE GTE Products James Carr Sylvania E1 Paso, TX Repair VET Clinic Dept of Air Force Base Engineering Holloman AFB, NM Remodel Mescalero Dept of HEN Dean/Hunt Hospital Mescalero, NK POL Facility Cept of Air Force Ease Engineering HoIIoman AF8, HM Remodel Western El Paso I.S.D. Jon Davis Hills School El Paso, TX $184,400 Dec-80 Bayard, NM 35% $315,896 Sep-80 WSMR, NM 30% $2,400,000 Jul-30 HAFB, NM 25% $48,000 May-eD HAFB, NM 40% $202,000 Mar-80 HAFB, NK 70% $93,000 Apr-80 E1 Paso, Tx 50% 110,000 Dec-79 HAFB, NM 90% $19,000 Nov-79 Mescalero, NM 50% $98,000 Dec-79 HAFo, NK 40% $100,000 Sep-79 E1 Paso, 1X 65$ rF"'RAL t..� '�M ITteNS Of THE AGREPENY Ow whenwer the word Owner, or the axproeswon Party of the first Part, or first Party, are used n this con- tract, it shall be understood as referring to the City of Lmbb=K, Taxes. Z, CONTRACTOR whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is wed, it shsll be understood to mean trio person, persons, cc-partnarship or corporation, to -wit: Silvertan Canstr. Co. Iqc- , who has agreed to perform the work amdraced in this contract, or to his or their legal representative. OWNER-S PEWRESENTATNE whenever the, word owners Rspresentative or representative is used in this contract, it shall be understood as referring to Bern E, Cash, Dir. of Aviation, City of Lubbock, under ,chose supervision these contract documents, including the piano and specifications, were prepared, end who will aspect corMtrtc• tions; or to such other representative, supervisor, or ins tar as my be authorited by said Owner to act in any particular under this agreement. Engineers, supervisor or inspectors will act for the OwMr under the direction of Owner's Representative, but shall not directty supervise the Contractor or man acting in, behalf of the Contractor. i. CONTRACT OOCtPENTS The contract documents shall consist of the Notice to Bidders, Ganer3l Instructions to Bidders, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if "),,Specifications, Plana, Insurance Certificate, and all other docusants rieda evoi table to Bidder for his inspection in accordance with the Notice to Bidders. S; IN,TERPRETATI Of P%RASES Whenever the words "Directed," "Permitted," "Designated." "Required." "Considered Necessary," "Prescribed," or words of like import ore used, it shall be understood that the direction, requirement, permission, order, designeeion 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 Owners Representative. wherever in the 14wifications or drwings aceaepenying this agreement, the terse of description of various qualities relative to finish, workmanship, or other qualities of similar kind which cannot, from their na- ture, be spoeifically and clearly described and specified, but are necessarily described in general torft, the fulfillment of which must dogod an individual judgwit, then, in all such cases, any gwestion of the fulfillment of said Specifications shall be decided by the Owner's Represantative, and said work shad be done in accordnwee with his intorprotationo of the meaning of the words, tome, or chutes defining the character of the work. 6. LOCONTRACTOR The tors Subcontractor, as employed herein, include$ only those having a direct contract with the Contractor for porfory ncs of work on the project contemplated by these contract documents. Owner shall have no re- sponsibility to any Subcontractor employed by Contractor for perforew,ce of work. 6n the project conteuupleted by those contract documents, but said Subcontractors will look ouclusively to Contractor for any payments due Subcontractor. GC-1 I 7. WRITTEN NOTICE Written notice shalt be deemed to have been duty served if delivered in person to the individual or to a membar of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the test business address known to him who gives the notice. Unless otherwise stipulated, the Contractor shalt provide and pay for all materials, supplies, mschinerv, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and Me all other facilities necessary for the execution and completion of the work covered by the contract docu- ments. Unless otherwise specified, ail materials shall be new and both workmanship and materials shall be �w of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Motorists or work described in words which so applied have wall known, technical or trade meaning shall be held to refer sucn recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 4. 'SUBSTANTIALLY COMPLETED l.. The term "Substantially Completed" is meant that the structure or project contemplated by the contract docu- ments 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. LAYQUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly ■P locating ail work in accordance with the Plans and Specifications. M, 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished with one copies of ail Plans, Profiles and Specifications without expense to him and he shalt keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY -• The Owner's Representative eery mks periodic visits to the site to observe the progress of quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract docu- ments. He will not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of the work, nor will he be responsible for the construction means, methods, techniques, sequences or proceduresr or the safety precautions incident thereto. Nis efforts will be directed towards providing assurances for the owner that the completed project will conform to the requirements of the contract docu- ments, but he wilt not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. On the basis of his on -site observations, he will keep the Owner informed of the progress of the work and will endeavor to guard the Owner against defects and deficiencies in the work of the Contractor. 13. U NES AND GRADES All lines and grades shalt be furnished by the Owner's Representative whenever necessary for the commence- ment of the work contemplated by these contract docuients or the completion of the work contemplated by GC-2 these contract documents. whenever necessary, Contractor shall suspend his work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Con- tractor shall be allowed no extra compensetion therefore. The Contractor shall give the owner's Repre- sentative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him, his Subcontractors, or his employees, such stakes, marks, etc., sheik be replaced by the Owner's Representa• tive at Contractor's expense. 14. OWER'S REPRESENTATIVE11 AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative shall review sit work included herein. He has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. in order to permit delays and disputes and to discourage litigation, it is further agreed that the Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under this contract. He shall determine all questions in relation to said work and the construction thereof, and shalt, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The Owner's Representative's estimates and findings shall be conditions precedent to the right of the parties hereto to arbitration or to any action on the contract, and to any rights of the Contractor to receive any money under this contract; provided, however, that should Owner's Representative render any decision or give any direction, which in the opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party may file with said Owner's Representative within 30 days his written objection to the decision or direction so rendered, and by such action may reserve the right to submit the questions so raised to arbitration as hereinafter provided. It is the intent of this Agreement that there shell be no daisy in the execution of the work, therefore, written decisions or direc- tion of the Owner's Representative as rendered shalt be promptly carried out., and any claim arising there- from shall be thereafter adjusted to arbitration as hereinafter provided. The Owner's Representative shall, within a reesonable time, render and deliver to both the owner and the a. Contractor a written decision on all claims of the parties hereto and on all questions which may arise rota- tive to the execution of the work or the interpretation of the contract, specifications and plans. Should the Owner's Representative fail to make such decision within ■ reasonable time, an appeal to arbitration may be taken as if his decision had been rendered against the party appealing. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shell 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 end the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Con- tractor shall furnish all ressonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within six (b) days make written appeal to the Owner's Representative for his decision. 16. CONTRACTOR'S DUTY AND SUPERIMTENDENCE The Contractor shell give personal attention to the faithful prosecution and completion of this contract and shad keep on the work, during its progress, s competent superintendent and any necessary assistants, at satisfactory to Owner's Representative. The superintendent shall represent the Contractor in his absence and all directions given to him shall be binding as if given to the Contractor. Adequate supervision by 1W me GC-3 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 suspandinq operations of the Contractor. The work, from Its coamancemment to commotetion, shall be uder the exetusive charge and Control of the Con- tractor and sit risk in connection therewith shad be borne by the Contractor. The Owner or owner's Representatives wilt not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of his agents or employees, or any other persons performing any of the work. M CONTRACTOR'S UNDERSTANDING it is understood and agreed that trio Contractor has, by careful examination, satisfied himself as to the na- ture and location of the work, the confirmation of the ground, the character, gwtity and quantity of mate- rials to be encountered, the character of equipment and facilities needed preliminary to end during the prosecution of the work, and the general and total conditions, and all other matters which in any way effect the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of this contract, shall effect or modify any of the terms or obligations herein contained. 18. CHARACTER OF %JORKMEN The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of work required under this contract, to do the worts; and agrees that whenever the Owner's Representative shall inform him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or dis- orderly, such men or man shalt be discharged from the work and shall not again be employed on the work with- out the Owner's Representative's written consent. p. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and motorists necessary in the prosecu- tion and completion of this contract where it is not otherwise specifically provided that Owner shall fur- nish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any motorists, toots, 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 wilt be permitted only at such places as the Owner's Representative shall direct, end the sanitary conditions of the grounds in or about such structure shall at all time 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 ob- servation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved pp by the Owner's Representative and their use shall be strictly enforced. 21. OeSERVATiON AND TESTING ,M1 The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such obser- vation and testing at any Location wherever work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be contemplated by Owner or Owner's Representative and shad give am- aP- ple notice as to the time each part of the work will be ready for such observation. Owner or Owner's Rep- resentative may reject any work found to be defective or not in accordance with the contract documents, re• rp— gardless of the stage of its completion or the time or place of discovery of such errors and regardless of GC-4 whether Owner's Observer has previously accepted the work through oversight or otherwise. If any work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Repre- sentative, 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 Representa- tive 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 port of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Reoresentative, it must, if requested by the Owner or Owner's Representa- tive, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspec- tions, tests and approvers shalt be borne by the Contractor unless otherwise provided herein. Any work which fails to most the requirements of any such tests, inspections or approval, and any work which meats the requirements of arty such tests or approval but does not meet the requirements of the contract documents shalt be considered defective. Such defective work shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or spprovals mode by Owner, Owner's Representative, or other persons authorized under this agreement to make such inspections, tests, or approvals shall relieve the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is further agreed that if the work or any part thereof, or any material brought on the site of the work for was in the work or selected for the same, shalt be deemed by the Owner or Owners' Representative as un- suitable or not in conformity with plans, specification and contract documents, the Contractor shalt, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and re- build or otherwise remedy such work so that it shall be in full accordance with this contract. it is fur- ther agreed that any rersedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Corner may make such changes and alterations as the Owner may see fit, In the tine, grade, form dimensions, plans or 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 shalt not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with, if they in- crease the ame4nt of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity setuslty 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 Bork. In case the Owner shalt make such changes or alterations as shall make useless any work already done or mete- rial already furnished or used in said work, than the Owner shall recompense the Contractor for any material or labor so used, and for any actual toss occasioned by such change, due to actual expenses incurred in preparation for the work as originally planed. GC-5 24. EXTRA WORK The terra "ews work* as used in this contract shall be understood to mean and include sit work that may be required by this Owner or Owner's Representative to be done by the Contractor to accomplish any change, al- teration or addition to the work as shown on the plans and specifications or contract documents and not cov- ered by Contractor's proposal, except as provided under Changes and Alterations herein. it is agreed that this Contractor shall perform all extra work under the direction of the Owner's Representa- tive 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 wort shall be determined by the foilowino 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 cam - maned, than the Contractor shall be paid the actual field cost of the work, plus fifteen (15%) per cent. In the event said axtre work be parforimed and paid for under Method (C), then the provisions of this per@ - graph shall apply and the "actual field cost" is hereby defined to include the cost of sit 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 sit expenses incurred directly on account of such extra work, including Social Security, old Age Benefits, Maintenance Bonds, Public Liability and 'Property Damage and Workmen's Compensation and all other insurances as may be required by low 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 shalt be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these met- ters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of mochin- ary end equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terns 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 com- pensate ham for his profit, overhead, general superintendence and field office expense, and ill other ele- ments of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office #ant be maintained primarily on account of such Extra York, then the cost to maintain and operate the some shall be included in the "actual field cost.~ No claim for extra work of any kind will be allowed unless ordered in writing by owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which he should receive compensation or an adjustment in the construction time, he shall make written request to the Owner's Repre- sentative 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 in- sists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to arbi- tration as herein below provided. GC-6 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of this contract that all work described in the proposal, the specifications, plane and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative_ if the Contractor finds any discrepancies or omissions in these plans, specifications, or contract documents, he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no such request is received by the Owner's Representative prior to the opening of bids, then it shall be considered that the Contractor fully understands the work to be included and hem provided sufficient sum in his proposal to complete the work in accordance with these plans and specifications. It is further understood that any re- quest for clarification must be submitted no later then five days prior to the opening of bids. 26. RIGHT OF 01MER TO MODIFY MET4COS AND EOUIPM£NT 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 speci- fied, the Contractor shall, if so ordered in writing, increase his force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 2i. PROTECTION AGAINST ACCIDENT TO EMPLg1EES AND THE PUBLIC The Contractor shalt take out and procure a policy or policies of Workman's Compensation Insurance with an Insurance. company licensed to transact business in the State of Texas, which policy shall comply with the workmen's Compensation Laws of the State of Texas. The Contractor shaLL at all times exercise reasonable precaution for the safety of employees and others on or near the work and shalt comply with all applicable provisions of federal, state and municipal taws and building and construction codes. AU 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 incaVstibla with federal, state or municipal laws or reguistions. The Contractor, his sureties and insurance carriers shall defend, indam- nify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or claims of any character whatsoever, brought for or on account of any injuries or damages received or sus- tained by any person or persons or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the execution and supervision of said contract, and the project which is the subject matter of this contract, on account of the failure of Contractor or any subcon- tractor to provide necessary barricades, warning lights, or signs and wilt be required to pay arty judgment with costs which may be obtained against the Owner or arty of its officers, agents, or employees including attorney's fees. The safety precautions taken shall be the sale responsibility of the Contractor, in his sate 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 pro- gresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assump- tion of duty to supervise safety precautions by either the Contractor or any of his subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall procure and carry at his sole cost and expense through the life of this contract, in- surance protection as hereinafter specified. Such insurance shall be carried with an insurams company au- thorized to transact business in the State of Texas and shall cover all operations in connection with this GC-7 contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A. Comprshensive Gomrsl Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of $300,000 Bodily Injury and $300,000 Property Damage per occurrence to include: Premises and Operations Explosion Z Coltapse Hazard Underground Damage Hazard Products i Completed Operations Hazard Contractual Liability Independent Contractors Coverage PersonaC Injury (with exclusion "ca waived) The City is to be named as an additional Insured on this policy for this specific job, and copy of the endorsement doing so is to be attached to the Certificate of Insurance. B. Owner's Protective or Contingent Public Liability Insurance and Property Demags Liability Insurance. The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy naming the City of Lubbock as insured and the amount of such policy shall be as follows For bodily Injuries, including accidental death, $500,000 per occurrence, and $100,000 for Property Damage. C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobite Liability Insurance with Limits of not less than; Soddy Injury s250/500,ON Property Damage t100,000 to include all owned and non -owned cars including: Employers Hon -ownership Liability Hired and Hon - owned vehicles. The City is to be naamed as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of insurance. 0. Builder's Risk Insurance The Contractor shall obtain a Builder's Risk policy in the amount of rXM IeCltlixed(100% of poten- tial loss) naming the City of Lubbock as insured. E. Excess or umbrella Liability Insurance The Contractor shall have Excess or umbrella Liability Insurance in the amount of $5,000,000.00 (t1,000,000 minimum) with coverage to correspond with Comprehensive General Liability and Comprehen- sive Autcmobile Liability coverages. GC-8 r- r a r 29. r F. worker's Compensation and Employers Liability insurance As required by State statute covering all employees whether employed by the Contractor or any Sub- contractor on the job with Employers Liability of at least $100,000 limit. G. Proof of Coverage Before work on this contract is connencad, each Contractor end 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 nase and address of the insured. (2) The location of the operations to which the insurance applies. (3) The nave of the policy end 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 in- sured 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) con- tained In the job specifications. No substitute of nor &T*ncnment thereto will be accept- able. PROTECTION AGAINST CLAIMS OF SUBCOiiTRACTORS, LABORERS. MATERTALMEN, AND FURNISHERS OF MACHINERY. EQUIPMENT AND SUPPLIES The Contractor agrees that he rill indemaify and save the Owner harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materlslmen and furnishers of machinery and parts thereof, equipment, power tools, all suppliers, including commissary, incurred in the furtherance of the performance of this contract. when Owner so desires, the Contractor shall furnish satisfactory evidence that sli obligations of the nature hereinabove designated have been paid, discharged or waived. If during the progress of the work, Contractor shall allow any indebtednass to accrue for work furnished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after dam wid is made, then Owner may, during the period for which such indebtedness shall remain unpaid, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness. Any and all comtm,nicstions between any party under this paragraph must be in writing. M GC-9 30. PRCTECTION AGAINST ROYALTIES OR PATENT INYENTTON The contractor shall pay sit royetties and license fees, and shall provide for the use of any design, de- vice, material or process covered by letters patent or copyright by suitable legal agreement with the Paten- tee or owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner heratess from any loss on account thereof, except that Owner shall defend all such suits end china and shall be responsible for all such loss when a particular design, device, motorist or process or the product of a particular m*nxrfacturer or manufacturers is speci- fied or required in these contract docuaonts by Owner; provided, however, if choice of alternate design, de- vice, motorist or process is allowed to the Contractor, then Contractor shall indemnify and save owner harm- less from any loss on account thereof. If the asterial or process specified or required by Owner is an in- fringemant, the Contractor shall be responsible for such loss unless he promptly gives written notice to the owner of such infringement. 31. LAWS AND ORDINANCES The Contractor shalt at all times observe and comply with sit federal, state and local laws, ordinances and regulations, which in any manner effect the contract or the work, and shall indowify and save harmless the owner against any claim* arising from the violation of any such lows, ordinances, and regulations, whether by the Contractor or his employees. If the Contractor observes that the plans and specifications ere at variance therewith, he shall promptly notify the Owners' Representative in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the owner's Representative, he shall bear all costs arising therefrom. The Owner is a municipst corporation of the State of Texas and the law from which it derives its powers, in- sofar 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. 32. ASSIGNMENT AND SUBLETTING The Contractor further sore" that he will retain personal control and will give his personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from his full obligations to the Owner, as provided by this contractual agreement. 33. TiME FOR COMPLETION AND LIOUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for comptetion as specified in the contract 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 commei ad on a date to be specified in the Notice to Proceed. if the Contractor should neglect, fait, or refuse to complete the work within the time herein specified, or any proper extension thereof granted by the Owner, then the Contractor does hereby agree as part of the con- sideration for the awarding of this contract, the Owner way withhold permanently from Contractors total compensation, the`sum of EivP FimMAI-AA Doitars (f 500.00 ) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every calendar day that the Contractor shall be in default after the time stipulated for completing the work. GC-10 it is expressly understood and agreed, by and between Contractor and the Owner, that the time for the com- pletion of the'work described nerein is reasonable time for the completion of the same, taking into consid- eration the average climatic change and conditions and usual industrial conditions prevailing in this local- ity. The amount is fixed and agreed upon by and between the Contractor and the Owner because of the improctica- biiity and extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sus- tain, and the amount is agreed to be damages the Owner would sustain and shall be retained by the owner from current periodical estimates for payments or from final payment. it is further agreed and understood between the Contractor and owner that time is of the essence of this contract. 34. TIME ANQgRDER Of COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Con- tractor shall be allowed to prosecute his work at such time and sesaiwa, 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 contact, the plans and specifications, and within the time of completion designated in the proposals; provided, also, that when the Owner is having other work done, either by contract or by his own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the owner shall be harmonized. The Contractor shell submit, at such times as my reasonably be requested by the Owner's Representative, scheduies which shall show the order in which the Contractor proposes to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the say• eral parts. 35. EXTENSION Of TIME The Contractor agrees that he has submitted his proposal in full recognition of the time required for the completion of this project, taking into comideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 33 hereinabove set forth and that he shall not be entitied to, nor will he request, an extension of time on this contract, except when his work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the owner, or by changes ordered in the work, or by strike, walk -outs, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for an ex- tension of time, submitting therewith all written justification as may be required by Owners Representative for such an extensfon as requested by Contractor. The Owner's Representative within ten (10) days after re- ceipt of a written request for an extension of time by the Contractor supported by all requested docu- mentation shall then submit such written request to the City Council of the City of Lubbock for their con- sideration. should the Contractor disagree with the action of City Council on granting an extension of time, such disagreement shall be settled by arbitration as hereinafter provided. 36. HINDRANCE AND DELAYS In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays in- cident to such work, whether growing out of delays in securing material or workmen or otherwise. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's GC-11 Representative for the owner's convenience, in which event, such expense as in the judgment of the Owner's Representative that is caused by such stoppage shall be paid by owner to Contractor. 37. OUANTITiES 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 motorist to be furnished hereunder, where the estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals of- fered for the work. it is understood and agreed the% 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 WXxMt of work done and motorists furnished on the project. 38. PROTECTION OF ADJOINING PROPERTY The Contractor shalt take proper means to protect the adjacent or adjoining property or praparties in any way encountered, which my be injured or seriously affected by any process of construction to be undertaken under this agreement, fres any doenge or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. The Contractor agrees to indemnify, save and hold harmless the Owner against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the perfor- mance of this contract, but such indemnity shall not spply to any claim of any kind arising out of the exis- tence or character of the work. 39. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of ski 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 sat forth in the 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 materiaks and all labor required for the aforesaid work, also, for all expenses incurred by him and for well and truly performing the same and the whole thereof in the miner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 40. PAYMENT 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 do- fective 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 con- tract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of ail claims against Owner which have not theretofore been timely filed as provided in this contract. GC-12 41. PARTIAL PAYMENTS on or before the tenth day of each month, the Contractor shall submit to Owner's Representative an applics- tion for partial payment. owner's Representative shall review said application for partial payment and the progress of the work made by the Contractor and if found to be in order shall prepare a certificate for par• tial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month; said statement shall also include the value of all sound me. tarials dalivered on site of the work that are to be fabricated into the work. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the owner's Representative's Certificate of Partial Psyment, less 10% of the amount thereof, which 10% shell be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terns of this agreement. It is understood, however, that in case the whole work be near to complation, and this fact is certified to by Owner's Representative and some unexpected and some unusual delay occurs due to no fault or negligence on the part of the Contractor, the Owner may upon written recommendation of Owner's Representative pay a reasonable and equitable portion of the retained per- centage due contractor. 42. FINAL COMPLETION AND ACCEPTANCE Within thirty-one (31) days after the Contractor has given the owner's Representative written notice that the work has been completed or substsntietty completed, the owner's Representative and the Owner shall in* spect the work and within said time, if the work be found to be coaplated or substantially completed in ac• cordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the duty of the Owner within thirty-one (31) days to issue a certificate of acceptance of the work to the Contractor. 43. FINAL PAYMENT Upon the issuance of the certificate of cosplation, the Owner's Representative shad proceed to make final measurement and prepare a final statement of the value of all work performed and materisls furnished under the terns of the agreement, end shall certify sane to the Owner, who shall pay to the Contractor on or be- fore the 31st day after the date of certificate of caspletion, the balance due Contractor under the terms of this agreement, provided he has fully performed his contractual obligations under the terms of this con- tract; and said payment shall becoame due in any event upon said performance by the Contractor. Neither the certificate of acceptance nor the find payment, nor any provisions in the contract documents shalt relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the special condi- tions Of any) of this contract or required in the specifications made a part of this contract. 44. CORRECTION OF WORK BEFORE r14AL PAYMENT FOR WORK Contractor shall promptly remove from Owners' promises all materials condemned by the Owner's Representative on account of failure to conform to the contract, whether actually incorporated in the work or not, and Con- tractor shall at his own expanse promptly replace such condemned materials with other materials conforming to the requirements of the contract. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. if Contractor does not remove and replace any such condeeeed 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. GC-13 45. CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final paywnt nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for faulty materials or workmanship, and he shalt remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shell appear within a period of one (1) year from the date of substantial completion. The owner or the Owner's Representative shall give notice of observed de- fects with reasonable promptness. 46. PAYMENT WITHHELD The Owner any, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect himself from loss on account of: (a) Defective work not remadiod. (b) Claim filed or ressorwible evidence indicating possible filing of claims. (c) FaiLure of the Contractor to make payments promptly to subcontractors or for materials or labor. (d} Damage to another contractor. when the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. 47. TIME Of FILING CLAIMS It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) days after the owner's Representative has given any directions, order or instruction to which the Contractor desires to take exception. The Owners' Representative shall reply to such written exceptions by the Contractor and render his finet decision in writing. In case the Contractor should appeal from the decision of the Owner's Representative, any demand for arbitration shall be filed with the Owner's Representative and the Owner in writing within ten (10) days after the date of detivery to Contractor of the final decision of the Owner's Representative. It is further agreed that finel acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a bar to any claim by either party, except where noted other- wise in the contract documents. 48. ARBITRATION ALL questions of dispute under this agreement shall be submitted to arbitration at the request of either party to the dispute. The parties may agree upon one arbitrator, otherwise, there shall be three; one named in writing by each party and the third chosen by the two arbiters selected; or if the arbiters fail to se - Lett a third within ten (10) days, he shall be chosen by the District Judge, 72nd Judicial District of Taxes. Each arbiter shall be a resident of the City of Lubbock. ShouLd the party demanding arbitration fail to name an arbiter within ten (10) days of the dam nd, his right to arbitrate shall lapse, and the de- cision of the Owner's Representative shalt be final and binding on him. Should the other party fail to choose on arbiter within ten (10) days, the Owner's Representative shall appoint such arbiter. Should ei- ther party refuse or negtect to supply the arbiters with any papers or information demanded in writing, the arbiters are empowered by both parties to take Ex Porte Proceedings. The arbiters shot( act with promptness. The decision of any two shalt be binding on both parties to the contract, unless either or both parties shalt appeal within ten (10) days from date of the award by the or- biters, and it is hereby agreed that each party shalt have the right of appeal and sit proceedings shall be GC--14 according to and governed by Arbitration Statutes of Texas, being Article 224, at seq., Yernan's Annotated Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT SHALL BE A CONDITION PRECEDENT TO ANY RIGHT OF LEGAL ACTION. The arbiters, if they dew the case demands it, are authorised to award the party whose contention is sus- tained, such sins as they deem proper for the tiaal, expense and trouble incident to the appeal, and if the appeal was taken without reasonable cause, they may award damages for any delay occaaf*wd thereby. The ar- biters shall fix their own compensation, unleas otherwise provided by agreement, and shall assess the costs and charges of the arbitration upon either or both parties. The award of the arbiters must be made in writ- ing and shatt not be open to objection on account of the fare of proceedings or award. 49. ABANDONMENT BY CONTRACTOR In case the Contractor should abandon and fail or refuse to resume work within ten (1O) days after written notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the or- ders of the Owner's Representative, when such orders are consistent with this contract, this Agreaftnt, or the Specifications hereto attached, then the Surety on the bond shall be notified in writing and directed to complete the work end a copy of said notice shall be dalivered to the Contractor. After receiving said notice of abard*rnwt, the Contractor shall not ramove from the work any machinery, equipment, tools, materials or supplies than on the job, but the same, together with any materiels 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 bonneetion with Extra Work, where credit shalt be allowed as provided for under paragraph 24 of this contract); it being understood that -the use of such squipaaent and materials will ultimately reduce the cost to complete the work and be reflected in the final satttaeent. In case the Surety should fail to commence compliance with the notice for completion hereimbefore provided for within ten (TO) days after service of such notice, then the Owner may provide for completion of the work in either of the following elective manners: (a) The owner my employ such force of men and use of machinery, equipment, tools, materials and sup- plies as said owner my dens necessary to complete the work and charge the expense of such labor, machinery, aquipwnt, tools, arterials and supplies to said Contractor, and the expense so charged shell be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have bees payable under this contract, if the same had been com- pleted by the Contractor, then said Contractor shall receive the difference. In case such expense is greater then the sum which would have been payable under this contract, if the tow had been com- plated by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess to the Omer; or (b) The Owrwr, under gated bids, after notice published as squired by law, at (east twice in a newspa- per having a general circulation in the County of location of the work, way let the contract for the complation of the work under substantially the saws terms and conditions which are prodded 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 shalt be and ramrin bound therefore. However, should the cost to complete any such new contract prow 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. When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and certificates of cosplation and acceptance, as provided in paragraph 42 hersinabove set forth, shall be issued. A complete itemized statement of the contract accents, certified to by Owner's Representative as GC-15 16 being correct shall than be prepared and detiv*rtd to Contractor and his Surety, whereon the Contractor or his Surety, or.the owner as the case may be, shall pay the balance due as reflected by said statement within F 30 days after the date of certificste of completion. ias 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 wham the Contractor and/or his Surety shall pay the balance shown to be due by them to the Owner, then sit machinery, equipment, tools, motorists or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety fail to pay the amount due the Owner within the tine designated herainabove, and there remains any machinery, equipment, tools, motorists or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and motorists shall be nailed to the Contractor and his Surety at the respective addresses designated in this contract; provided, however, that actual written notice given in any owner wit) satisfy this condition. After aei(ing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice the Ownar may sal( such machinery, equipment, tools, motorists or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety. Such sale may be made at either public or privets sale, with or without notice, as the Owner nay elect. The Owner shalt release any machin- ery, equipment, tools, motorists, or supplies which remain on the ■jobsite rd belong to persons other then the Contractor or his Surety, to their proper owners. 50. ABANDONMENT BY OWNER In case the Owner shall fail to comply with the terns of this contract, and should fail or refuse to comply with said terns within ten (10) days after written notification by the Contractor, then th* Contractor may suspend or wholly abandon the work, and may remove therefrom) all machinery, tools, and equipment, and all materials on the ground that hav* not been included in payments to the Contractor and hove not been incorpo- rated into the work. Thereupon, the Owner's Reprosentativ* shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value of sit work actually completed by said Con- tractor at the prices stated in the the attached proposal, the value of all partially completed work at a fair and equitable price, and the amount of att Extra Work performed at the prices agreed upon, or provided for by the terns of this contract, and a reasonable sum to cover the cost of any provisions made by the Con- tractor to carry the who(* work to completion, and which cannot be utilized. The Owner's Representative shall then make a fins) statement of this balance due the Contractor by deducting from the above estimate all previous payments by the Owner and all other sums that may be retained by this Owror under the terms of this Agreement, and shall certify some to the Owner who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said final statement as due the Contractor, under the terms of this Agreement. 51. BONDS The successful bidder shall be required to furnish a performance bond and payment bond in accordance with Article 5160, Yernonis Annotated Civil Statutes in the amount of 100% of the total contract price, in the event said contract price exceeds $25,000.00. If the contract price does not exceed $25,000.00, the statu- tory bonds will not be required. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. And it is fur- ther agreed that this contract shalt not be in affect until such bonds are so furnished. 52. SPECIAL CONDITIONS as in the event special conditions are contained herein as part of the contract documents and said special con, ditions conflict with wrf of the genre) conditions contained in this contract, then in such event the a>i special conditions shall control. GC-16 c 53. LOSSES FROM NATURAL CAUSES unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elmnants, or from any unforeseen circumstance and the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 54. INDEPENDENT CONTRACTOR Contractor is, and shall roimain, an independent contractor with full, complete and exclusive power and au- thority to direct, supervise, and control his own rmployeee and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative &hall have the right to ob- serve Contractor's work during his performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not into 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 smptoyses or to any other person, firm, or corporation. 55. CLEA14ING UP The Contractor shall at sit time keep the premises free froe accumulation of debris caused by the work, and at the cosptetion of the work he shall ran*ve all such debris and also his tools, scaffolding, and surplus motorists and shalt leave the work roan clean or its equivalent. The work shall be left in good order and condition. In case of dispute owner my raimove the debris and charge the cost to the Contractor. GC-17 TO: NOTICE Of ACCEPTANCE The City of Lubbock, having considered the proposals submitted and opened on the _day of 19 _, for work to be done and materials to be furnished in and for: as set forth in detail in the Specification, Plans, and Contract Documents for such work for the City of Lubbock; it appearing that your proposal is fair, equitable and to the beat interest of said City, plasma take notice that said propoest was accepted by the City Council of the City of Lubbock an the day of 19 — at the bid price contained therein, subject to the execution of and furnishing of all contract documents, bonds, cer- tificates of insurance, and sit other documents specified and required to be executed and furnished under the con- tract documents. it will be necessary for you to execute and furnish to the City of Lubbock sit such documents within ton (10) days from your receipt of this Notice. The five percent (Sx) bid security, submitted with your proposal, wilt be returned upon the execution of such contract documents and bands within the above specified ton (10) day period. in the event you should fail to execute and furnish such contract documents and bonds within the time limit specified, said bid security will be re- tained by the City of Lubbock. CITY Of LWBOCX Owens Raprasentative CrIlol•' SPECIAL PROVISIONS SP-1 SCOPE OF WORK The work to be accomplished under these specifications, including the plans, consists of a Base Bid and one Additive Alternate Bid. The Base Bid consists of the construction of approximately 47,500 square yards of portland cement concrete pavement on the west cargo apron and taxiways, removal of existing pavement, excavation and grading, construction of drainage structures, taxiways edge lighting, pavement marking and other related items of work. The Additive Alternate Bid consists of a single course seal coat on approximately 43,500 square yards of taxiway pavement, and taxiway markings. 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 CONTRACT D0CUMENTS All work covered by this contract shall be done in accordance with the Contract Documents described in the General Conditions. The drawings included in the documents consist of the plans entitled "City of Lubbock, Texas, Lubbock International Airport, West Cargo Apron Reconstruction and Taxiway Improvements," dated December, 1989. _ All bidders shall be thoroughly familiar with all of the drawings and specifications. The Contractor shall be responsible for the satisfactory completion of all work shown on the drawings or specified. The intent of the plans and specifications is to prescribe a complete work or improvement which the Contractor undertakes to do in full compliance with the plans, the specifications, the special provisions, proposal, and contract. The Contractor shall do all work including such additional, extra, and incidental work as may be considered necessary to complete the project in a satisfactory and acceptable manner, as provided in the plans, proposal,, and contract. He shall furnish, unless otherwise provided in the specifications, special provisions, or contract, all materials, equipment, tools, labor and incidentals necessary to prosecute the completion of the work. The Contract Documents are complementary, and what is called for by any one shall be as binding as if called for by all. In case of conflict between any of the Contract Documents, priority of interpretation shall be in the following order: Signed Agreement, Performance Bond, Special Bonds (if any), Proposal, Special Provisions, Notice to Bidders, Instructions to Bidders, IN Technical Specifications, Plans and General Conditions of the Agreement. H I SP - 1 14 SP-3 TIME AND ORDER OF COMPLETION The Contractor will be permitted to prosecute certain portions of the work in the order and manner of his own choosing to the best interest of the project. However, the work shall be conducted in such manner and with such materials, equipment and labor as may be required to insure completion in accordance with the plans and specifications within the time stated in the Proposal and in the Contract. The Contractor shall furnish the Engineer with his proposed progress schedule and this schedule shall be approved by the Engineer before work is commenced on the project. Other contractors will 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 schedule his work well in advance of actual operations and shall keep the Engineer advised of this schedule so that close coordination can be maintained with the Director of Aviation and with other contractors. Portions of the apron, runways and taxiways will be closed as required for proper execution of the work, but at least three (3) days notice will be required before closing any portion of a runway, taxiway or apron. When closing of the main runways, taxiways and apron areas for construction work is required, the time closed shall be kept to a minimum time. One of the two main runways, including access taxiways, shall be kept open at all times except as otherwise specified. All operations shall be coordinated, through the Engineer, with the Director of Aviation. Before either of the two main runways can be closed, the Engineer shall approve the length of time of closure and the Contractor's work schedule during closure. Runways, taxiways and apron areas shall not be closed for construction work until all construction equipment and materials required for that portion of work have been delivered to the site, approved and are ready for installation. Additive Alternate Phasing The pavement shoulders on Taxiways A and D are to be seal coated under this contract. Work within the Taxiway A and D pavement shoulders, under separate contract, includes the installation of new, base mounted taxiway lights, taxiway informational signs and new underground conduit. The Contractor shall coordinate his work, through the Engineer, with that of the lighting improvements contractor to insure that the following sequence of construction is maintained: 1. Cut the existing taxiway A and D shoulder pavement as required and install the new taxiway light bases and the new 2-inch SP - 2 conduit perpendicular to the taxiway centerline. (Not in this contract) 2. Repair the taxiway shoulder pavement as specified. (Not in this contract) 3. Construct the taxiway shoulder pavement seal coat. The seal coat contractor shall take all necessary precautions to insure that no asphalt from the seal coat construction is applied to the taxiway light bases. Construction of the seal coat shall not proceed without the approval of the Engineer. (In this contract) 4. Install the taxiway light base lids and light fixtures. (Not in this contract) Any deviation from the above sequence of construction will require the prior approval of the Engineer. The work shall be coordinated so that the seal coat work can be completed within the specified time, April 15 to September 1. Construction of the taxiways and apron shall be considered as two separate projects for the purpose of construction phasing. Taxiway Phasing The construction of Taxiways A, 0 and T shall be accomplished in two phases. The first phase shall be complete and operational before the second phase is begun. Taxiways A and T shall be constructed in the first phase, and Taxiway 0 shall be constructed in the second phase. Construction on Taxiways A. 0 and T shall be completed prior to September 1. 1990. During Phase I, the displaced threshold shall be located approximately 3,800 feet south of the north threshold of Runway 17R-35L. Construction on Taxiways A and T shall be completed within 90 calendar days. During Phase II, the displaced threshold shall be located approximately 1,600 north of the south threshold of Runway 17R-35L. Construction on Taxiway 0 shall be completed within 60 calendar days. All work and materials required for the temporary displacement of the threshold shall be furnished, installed and removed at the Contractor's expense and shall be subject to approval by the Engineer and the Airport Manager. This work shall include: 1. Furnishing and installing eight temporary high intensity threshold lights with 180° red and 180° green lenses for the displaced threshold. 2. Changing lenses in existing runway and threshold lights between the existing and displaced threshold to 360° red lenses for the duration of that construction phase, and reinstalling the existing SP - 3 lenses in the original location when that construction phase is compete. 3. Exchanging 360' clear lenses on approximately 20 existing runway lights for approximately 20 existing 160° clear and 180° yellow lenses for the duration of that construction phase, and reinstalling the lenses in the original location when that construction stage is complete. 4. Furnishing temporary outboard threshold panels on Runway 17R-35L, and removing these upon completion of that construction phase. 5. Providing temporary barricades. West Cargo Apron Phasing The reconstruction of the west cargo apron shall be accomplished in three phases, the limits of each shall be as shown in the drawings. Each phase shall be complete and operational before the next phase is begun. Each phase shall be completed within the following time limits: Phase I - 70 calendar days Phase II - 125 calendar days Phase III - 55 calendar days During Phases I and II, the perimeter taxiway shall be kept open for air traffic. The Contractor shall install low height, lighted barricades to separate the construction area from the active taxiway. An obstacle free line shall be established a distance of 94 feet from the perimeter taxiway centerline during Phases I and II. Construction can be accomplished between the edge of pavement and the obstacle free line, except during times when air freight aircraft are entering or leaving. The Contractor shall schedule his work within the obstacle free line so that all equipment will be removed and out of the area when air freight aircraft are entering and leaving. SP-4 LIMITATION OF OPERATION Each item of work shall be completed without delay and in no instance shall the Contractor be permitted to transfer his forces from uncompleted work to new work without the permission of the Engineer. The Contractor shall be required to submit a schedule of operations to the Engineer for approval. The Contractor shall not commence new work to the prejudice of work already started. 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 SP - 4 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. All operations shall be coordinated, through the Engineer, with the Director of Aviation, to the end that no interference with aircraft traffic on active runways, taxiways or aprons will result from the operations of the Contractor. Construction activities will not be allowed within the safety areas of any active runway or taxiway. The taxiway safety area is defined as the area within 131 feet of the centerline of any taxiway or taxilane. The runway safety area is defined as the area within 250 feet of the centerline of any runway when r" aircraft are operating under Visual Flight Rule (VFR, clear weather) conditions, or within 570 feet of the centerline of any runway when aircraft are operating under Instrument Flight Rule (IFR, inclement weather) conditions. VFR or IFR conditions shall be determined by the Lubbock Air Traffic Control Tower personnel. The Contractor shall maintain flagmen, as may be required, to direct his construction traffic if it becomes necessary for such traffic to cross or travel along any active taxiway or runway. Traffic shall be directed away from these facilities whenever possible and no traffic shall ever cross an active runway or taxiway without having proper clearance from the control tower. Trenches and manhole excavations within the limits of the safety area Nif of any airfield paving shall be backfilled as outlined in these specifications by the end of the work day or work period. Excavations outside the safety areas of any active airfield paving shall be barricaded as outlined in these specifications to the satisfaction of the Engineer by the end of each work day or work period. All excavations shall be backfilled as soon as practicable. No open excavations shall be allowed within the safety area of any active airfield pavement. The Contractor shall schedule his work well in advance of actual operations and shall keep the Engineer advised of this schedule so that close coordination can be maintained with the Director of Aviation. Aprons, runways and taxiways will be closed as required for proper execution of the work as provided in above paragraphs. The Contractor shall exert every effort to maintain the safety of aircraft traffic and shall acquaint himself with the rules and regulations concerning aircraft traffic safety. Violations of the safety rules by the Contractor's workmen shall result in the discharge of such men in accordance with the General Conditions. Continued violations of safety rules and regulations by the Contractor, after having been notified of such violations by the Engineer, shall constitute grounds for suspending the Contractor's operations until steps are taken that will insure a safe operation. The Contractor shall be required to equip vehicles used by the super- intendent or foremen on the project with a radio receiver/transmitter(s) for maintaining direct communication with the FAA control tower at Lubbock Inter- SP - 5 national Airport. Communication will be required at a frequency of 121.9 MHz for Lubbock ground control. Radio contact shall be required when construction operations are in the vicinity of, or when crossing any active runway, taxiway, or apron, or as directed by the Engineer. The Contractor shall have an adequate number of radios to maintain communication in all areas of work. The Contractor shall provide an area for parking all equipment not �1. being used for construction purposes, and for parking of employee vehicles. This area shall be located away from the operational area of the airport in an area approved by the Engineer and the Director of Aviation. No employee or other unauthorized vehicles will be allowed within the operational area of the airport. Hauling routes shall not be along or across any paved airport street, road, apron, taxiway or runway without specific written authorization from the Engineer and the Director of Aviation. Any damage incurred by the Contractor's equipment shall be repaired by and at the expense of the Contractor, and as required by the Engineer and the Director of Aviation. The 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. SP-5 AIRPORT OPERATIONS SECURITY SP-5.1 General Airport security is a vital part of the Contractor's responsibilities during the course of this project. Airport security, nation- wide, has come under close scrutiny in the last few years. The following security guidelines and the rules and regulations of the Lubbock International Airport Police Department (LIAPD) and the Federal Aviation Administration (FAA) shall be followed by the Contractor and the Contractor's employees, subcontractors, suppliers and representatives at all times during the execution of this project. The Contractor shall be directly responsible for any and all fines or penalties levied against the Airport as a result of any breach of security or safety caused by the Contractor or the Contractor's employees, subcontractors, suppliers or representatives. SP-5.2 Airport Operations AXea (AOA) The Airport operations area (AOA) shall be defined as any portion of the Airport property normally secured against unauthorized entry. � The AOA includes all areas specifically reserved for the operations of aircraft �, and aircraft support equipment and personnel. Generally, the AOA is defined by the Airport's outer security fencing and other security measures at the Airport terminal building. "- SP-5.3 LIAPD-Issued-Security Badges The Contractor shall be responsible for obtaining a photo - identification security badge issued by the LIAPD for each supervisor or foreman ar of each work crew working within the AOA. The Contractor shall obtain LIAPD SP - 6 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 disQlav an LIAPD security badge. or obtain and display a Contractor -issued identification badge. as specified below, AND be escorted or directly supervised by an individual I displaying a current LIAPD security badge. The Contractor my obtain LIAPD security badges from the Lubbock International Airport Police Department at the Lubbock International Airport. The LIAPD reserves the right to limit the number of security badges issued to the Contractor. The LIAPD will charge the Contractor a twenty-five dollar ($25.00) fee for each security badge issued. An additional fee will be charged, as noted later in this section, for lost or destroyed badges. The LIAPD security badges shall be worn in an easily visible location on the person issued the badge at all times while working within the AOA. The badge holder shall be familiar with and shall obey all security and safety rules and regulations. The LIAPD security badge may be confiscated and all security rights revoked by the LIAPD upon the breach of any security or safety regulations at the discretion of the LIAPD. The holder of an LIAPD security badge shall surrender the badge at the completion of this project, upon transfer or termination of employment, or at any other time at the request of the LIAPD. The Contractor shall conduct a background check of each applicant for an LIAPD security badge utilizing standard background check forms provided by the LIAPD. The Contractor shall be responsible for completing the required forms, and for submitting the forms to the LIAPD for their review as early in the project as possible to avoid any construction delays. Forms for completing the required background check shall be available through the Director of Aviation's office after award of the project. The background check shall show proof of a minimum five (5) year employment record and will be reviewed by the LIAPD. The LIAPD shall be responsible for reviewing the background checks. Only persons whose application is approved by the LIAPD shall be issued security badges. The LIAPD reserves the right to bar from the AOA any individuals found by the background check to be, in the opinion of the LIAPD, a risk to AOA security or safety. At the completion of this project, the Contractor shall return all LIAPD-issued security badges to the LIAPD, The LIAPD will charge an additional twenty-five dollar ($25.00) fee for each lost or destroyed LIAPD- issued security badge. All LIAPD-issued security badges must be accounted for and surrendered at the completion of this project. Failure to account for and surrender all LIAPD-issued security badges will constitute grounds for withholding retainage from the final pay estimate amount. UO SP-5.4 ontrActor-Issµed Identification Badggs 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 SP - 7 employees, subcontractors, suppliers and representatives operating within the AOA. The Contractor shall maintain a record of all persons issued a Contractor's identification badge. This record shall include the home address and telephone number of each person issued a badge. The Contractor's record of all employees issued an identification badge shall be made available upon the request of the LIAPD, the Director of Aviation or the Engineer. The format and content of the Contractor -issued identification badge shall be approved by the LIAPD prior to issuing. The identification badge shall display the Contractor's company name, the employee's name, and the badge's effective and expiration dates, and shall be plastic -laminated with a clip -on or pin -on method of attaching the badge to the holder's outer clothing. The identification badge shall be worn in an easily visible location on the person issued the badge at all times while operating within the AOA. Contractor -issued identification badge shall not be transferable from individual to individual, but shall be issued to and carried by the specific employee, subcontractor, supplier or representative, issued the badge. The Contractor -issued identification badges shall be renewed by the Contractor every thirty (30) days during the project construction period. The Contractor shall be responsible for all Contractor -issued identification badges. All expired identification badges or badges invalidated by termination of the holder's employment, completion of construction activities, or other reasons, shall be confiscated by the Contractor and retained by the Contractor until the end of the project. It shall be the Contractor's responsibility to record and account for all Contractor -issued identification badges. All identification badges issued by the Contractor during the project and the records of said badges shall be transferred to the possession of the LIAPD at the completion of the project. The Contractor -issued identification badge does not allow unlimited access to all areas within the AOA, but will permit only escorted or directly supervised access to only those portions of the AOA under construction by the Contractor. Lvery individual operating- within the AOA shall dis2lax either an LIAPD-issued security badge or a Contractor -issued identification badge at all times. All individual employees, subcontractors, suppliers or representatives, or groups of employees, subcontractors, suppliers or representatives, must be escorted or directly supervised by an individual bearing a valid LIAPD-issued security badge at all times while within the AOA. Persons within the AOA not possessing a valid LIAPD-issued security badge, or escorted or directly supervised by an individual possessing a valid LIAPD-issued security badge, shall be considered in violation of LIAPD security requirements and shall be subject to immediate removal from the AOA and any other disciplinary actions necessitated by LIAPD security arrangements. SP-5.5 Contractor's Entrance Cate The Contractor shall provide an entrance gate to the AOA for the Contractor's employees, subcontractors, suppliers and representatives at a location directed by the Engineer. This entrance gate shall be provided, installed, and, at the end of all construction activities, shall be removed, and the existing fence reinstalled to the satisfaction of the Engineer, by the Contractor at no additional expense to the Owner. Adjacent to the Contractor's SP - 8 entrance gate, outside the AOA, the Contractor shall provide a parking area for the Contractor's employee's personal automobiles. This area may also be used for storage of the Contractor's equipment and materials. 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 storage 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 any damaged areas. The Contractor shall be responsible for, and shall control all movement through the Contractor's entrance gate. Only authorized personnel and vehicles shall be allowed to enter the AOA through this gate. When not in immediate use by the Contractor, the gate shall be securely locked by the Contractor to prevent entrance by unauthorized persons or vehicles. Upon request, the Contractor shall provide the Director of Aviation and the LIAPD with duplicate keys (for key locks) or combinations (for combination locks) to the lock or locks used to secure the Contractor's entrance gate to the AOA. If construction activities, such as hauling materials, require that the Contractor's entrance gate to the AOA remain open for long periods of time, the Contractor may, upon approval from the Engineer, leave the gate open and provide a full-time watchguard at the gate. The watchguard shall be approved for and shall possess an LIAPD-issued security badge. If this security arrangement is desired and approved, the gate shall be manned by the watchguard as long as the gate 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. SP-5.6 Vehicle Escorts All vehicles responsible to the Contractor, such as supplier's vehicles, entering the AOA shall be escorted by an approved Contractor escort vehicle from the point of AOA entry to the construction site. The escort vehicle shall be clearly identified with standard FAA markings and/or FAA flags. In addition, the escort vehicle shall be marked with the Contractor's name. The escort vehicle will be responsible for leading supply, delivery or other vehicles across the active airfield. To facilitate safe movement of the escort vehicle and the escorted vehicles, the driver of the escort vehicle shall be approved for, shall be issued, and shall display an LIAPD security badge. Further, the escort vehicle driver shall be familiar with airport security and safety procedures. The escort vehicle shall be equipped with an FAA radio, as specified herein, and 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-5.7 Challenging 1n€1,Ahorized Personnel or Vehicles The Contractor and the Contractor's employees, subcontractors, suppliers, and representatives who have been issued an LIAPD security badge shall be responsible for challenging any person or vehicle found on the AOA or other SP - 9 non-public areas who is not displaying a valid LIAPD security badge, or who cannot produce a valid LIAPD security badge, or who is not under escort or under the direct supervision of a person possessing a valid LIAPD security badge. The challenge shall consist of notifying the person that he is within a restricted area, and informing the person of an appropriate exit route. Should the unauthorized person refuse to exit the restricted area, the LIAPD shall be immediately notified for further action, and the unauthorized person shall be kept under surveillance until the LIAPD arrive. Any expired or altered badge, or any badge bearing a photograph not matching the bearer, shall be brought to the attention of the LIAPD and shall be immediately confiscated by the LIAPD or the Director of Aviation. SP-5.8 Cranes or Hoists Any construction activity utilizing a crane or any other hoisting device shall have the prior, written approval of the Federal Aviation Administration. The Contractor shall be responsible for filing the prescribed - forms for airspace clearance in accordance with Part 77 of the Federal Aviation Regulations. Applications for airspace clearance must be submitted at least thirty (30) days prior to the beginning of construction activities. To avoid construction delays, the Contractor is urged to file the prescribed forms in a timely manner. Airspace clearance from the FAA must be approved prior to the erection of the crane or other hoisting device. r� When requesting approval for the use of a crane or other hoisting device, the following information is required: 1. Exact location of construction activities utilizing a crane or other hoisting device. 2. Maximum extendable height of crane or other hoisting device. 3. Duration of construction activities utilizing a crane or other hoisting device. 4. Daily hours of crane or other hoisting device operation. 4 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 Lhe grane or other hoisting_ device. SP - 10 SP-5.9 Construction Phase Access Roads Access to the various construction areas will be along routes as noted on the drawings. In addition, a temporary road to the east end of the �r terminal apron will be required for use by an air freight company. All roads shall be constructed as all-weather roads and shall include a minimum bituminous surfacing, culverts, signs and security gates. Roads shall be maintained during the project by the Contractor. Individual roads are further discussed as follows: Access Road A - Access to the west cargo apron and Taxiway 0 construction sites will be along Access Road A. The existing divided access road will be converted to two -two lane access roads. The north road shall be dedicated to Airport users and the south road shall be dedicated to construction vehicles only. Each road shall be signed to direct and control traffic. Upon completion of construction, the south road shall be reconstructed. Existing surfacing shall be removed, the existing base course recompacted and regraded, and a new 1-1/2 inch bituminous surface constructed. Access Road B - Access to Taxiways A and T construct -ion sites f* will be partially along a new road and partially along an existing unpaved L perimeter road. The existing perimeter road will require widening and drainage culverts. Upon completion of the construction, the portion of the road outside lip the security fence will be removed. — Access Road C - Access to the east terminal apron will be provided along Access Road C. The road shall be constructed using 6-inches of caliche base and 1-1/2 inches of bituminous surfacing. Width of the road shall be 20 feet. The Contractor shall install a 24-foot cantilever gate in the existing security' fence at a location approved by the Airport Manager. The Contractor shall maintain the road and gate, however, maintenance of security shall be the responsibility of the user. All improvements shall be removed upon completion of construction. sp Costs for access road construction will not be paid for directly, but shall be considered subsidiary to other items of work. SP-6 PAYMENT ` Partial payments and final payment for work covered herein will be made in accordance with the provisions of the GENERAL CONDITIONS except that the amount retained by the Owner from partial payments will be 5 percent instead of 10 percent. SP-7 AFFIDAVIT OF BILLS PAID Prior to final acceptance of this project by the Owner, the Contractor shall execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of these improvements, have been paid in full, including any retainage, and that there are no claims pending, of which he has been notified. SP - 11 SP-8 CALENDAR DAY Time for completion of the project and for liquidated damages shall be in accordance with the provisions of the General Conditions, Paragraph GC-33. A calendar day is defined as every day shown on the calendar. SP-9 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. Various existing underground utilities and structures are shown on the plans. Their locations are believed to be reasonably accurate but are not guaranteed. Though an effort has been made to locate and mark, on the plans, all underground utilities, the Contractor is herein warned that unmarked utilities may exist within the construction area. Prior to construction, the Contractor shall coordinate his activities with FAA Facilities at Lubbock International Airport. Certain runway and taxiway lights and signs and electrical cables are not scheduled to be removed or abandoned under this contract. The Contractor shall take all steps necessary to protect these existing facilities during construction to assure continuous operation of lights for runways and taxiways which will be open for night operations. SP-10 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-11 LINES AND GRADES The Engineer will provide the Contractor with horizontal control points and a benchmark for vertical control. All construction staking shall be done by the Contractor. References to lines and grades as established by the Engineer shall be in reference to these control points. The Engineer will provide the Contractor with all necessary information relating to control points set by the Engineer. The Contractor will be responsible for laying out the work from the control points established by the Engineer. The Contractor will be required to set "blue tops" for the subgrade and subbase courses for the apron along each longitudinal construction joint at SP - 12 alternate intersection of the longitudinal construction joint with the transverse contraction joint. Where portland cement concrete rigid pavement is used, forms shall be set in accordance with the tolerances specified and in accordance with the layout shown on the plans. The Engineer will check all "blue tops", grade control, forms and all major layouts at his discretion, but this check will not relieve the Contractor of the responsibility of correctly locating line and grade in accordance with the plans and specifications. 31_ 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 F 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 N. 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-12 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. SP-13 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. Cement -Treated Base - Cement -treated base mix designs, as required in the specifications. Base Materials - Tests required on all materials, prior to use of such materials. Concrete Agglegate - Tests required, prior to use, for approval of source. Cement - Certified mill test on each car of cement. SP - 13 Concrete - Concrete mix designs for all concrete proposed, as required in the specifications. Asphalt - Certified plant tests and certificates of compliance with each shipment. Bituminous Surface - Tests on all aggregates, prior to use, Courses (Hot Mix for approval of source; asphalt tests Asnha tic Concrete as required above; tests necessary for the establishment of approved job mix; mix designs for proposed material, as required in the specifications. Where only small amounts of any material are used or where compliance with the specifications can be determined by visual inspection, no tests are required. Certificates of compliance shall be required on all materials not tested. All materials proposed to be used may be tested at any time during their preparation and use. If, after trial, it is found that sources of supply which have been approved do not furnish a product 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-14 BARRICADES, SIGNS, AND HAZARD MARKINGS The Contractor shall provide, erect, and maintain all necessary barricades, signs, danger signals, and lights for the protection of the work and the safety of the public for both land and air traffic. Before closing existing apron, runways or taxiway, 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. Taxiways closed to traffic shall be protected by effective barricades. Suitable warning signs illuminated at night by acceptable light units, shall be provided for closed runways apron, taxiways and roadways. Obstructions shall be illuminated at night. 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 regularly by the Contractor to assure that batteries or power cells are in working order. SP-15 PREVENTION OF AIR AND WATER POLL'[TTON 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 SP - 14 Air and Water Pollution Soil Erosion, and Siltation Control," is included as Section 21 of the technical specifications for this project. SP-16 PROGRESS SCHEDULE Within thirty (30) days after award of the contract, the Contractor shall submit a progress schedule for the project. The progress schedule shall be prepared in a form suitable to the Engineer and shall show the proposed starting and completion dates for each phase of construction and each item of work within each phase. The progress schedule shall include a "Percent Complete Curve", with the monthly amount, cumulative amount and cumulative percent. The progress schedule, when submitted in suitable form and provided the schedule indicates certain completion of the project within the time specified, will be approved in writing by the Engineer. Revision or changes in the approved progress schedule may be made only with approval of the Engineer. SP-17 PUBLIC CONVENIENCE AND SAFETY Materials stored on the airport shall be so placed and the work shall, at all times, be so conducted as to cause no greater obstruction to the air and ground traffic than is considered necessary by the Engineer. In protecting operational areas, the minimum clearances maintained for runways shall be in agreement with Part 77 of the Federal Aviation Regulations.• During construction of the project, the Contractor shall also maintain operational safety on the Airport in accordance with FAA's Advisory Circular 150/5370-2C, "operational Safety on Airports During Construction," included in the Appendix of these Specifications. No runway, taxiway, apron, or roadway shall be closed or opened except by express permission from the Engineer and Director of Aviation. The Contractor shall be responsible for maintaining the pavement free of all rocks, gravel, dirt and other debris in areas where hauling is permitted on or across any active apron, runway or taxiway, or in areas temporarily closed which are subject to opening on short notice. All rocks, gravel, dirt or other debris shall be removed immediately by the Contractor. SP-18 FINAL CLEANING UP As each intermediate phase of work is completed and prior to opening any portion of any airfield apron, runway or taxiway, the Contractor shall be responsible for cleaning the construction site and adjacent pavement as specified above. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus, and discarded materials, rubbish and temporary structures. Material cleared from the site and deposited on property adjacent, will not be considered as being disposed of satisfactorily. The cost of the "Cleanup" shall be included as a part of the cost of the various items of work involved, and no direct compensation will be made for this work. SP - 15 SP-19 INSURANCE The Contractor shall not begin work under this contract until he has obtained all insurance as required in the General Conditions of the Agreement, has furnished proof of same to the Owner, and the Owner shall have approved same. The Contractor shall obtain a separate Owners protective or Contingent Public Liability Insurance Policy naming the City of Lubbock and the Engineer as the insured and the amount of the policy shall be as follows; $1,000,000 for injuries, including, accidental death, to one or more persons and subject to the above limit for each person; a total limit of $1,000,000 for all damages arising out of bodily injuries to or death of two or more persons in any one accident; a limit of not less than $1,000,000 for all damages arising out of injury to or destruction or property in any one accident. and subject to that limit per accident; a total (or aggregate) limit of $2,000,000 for all damages arising out of injury to or destruction of property during the policy period. A copy of this policy shall be delivered to the Owner and to the Engineer. The cost of this separate policy shall be included in the Proposal under the appropriate item. A certificate of Insurance is included in the specifications and Contract Documents for this project. The Contractor will be required to have five (5) extra copies of this certificate executed by his insurance company or companies. This certificate will become a part of the Contract Documents and must be included with the Contract Documents before execution by the City of Lubbock. Coverages specified herein apply to all operations of the Contractor in connection with this work, including automobiles and other vehicles. Coverage shall extend to all subcontractors unless proof of minimum coverage required is submitted separately by each subcontractor not so covered. SP-20 REMOVAL AND DISPOSAL OF STRUCTURES, UTILITIES AND OBSTRUCTIONS All structures, utilities or obstructions found on the airport and shown on the plans which are not to remain in place or which are not to be used in the new construction shall be removed as directed by the Engineer. Unless specified in the proposal, this work shall not be paid for separately but shall be considered as subsidiary obligation of the Contractor covered under other contract items. All material found on the airport or removed therefrom shall remain the property of the Owner, unless otherwise indicated. All materials and debris specified to be disposed of by the Contractor shall become the property of the Contractor and shall be properly disposed of off the airport property by the Contractor. SP-21 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 - 16 SP-22 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK All work which has been rejected or condemned shall be repaired or, if it cannot be satisfactorily repaired, removed and replaced at the Contractor's expense. Materials not conforming to the requirements of the specifications shall be removed immediately from the site of the work and replaced with satisfactory material by the Contractor at his expense. Work done beyond that shown on the plans, or as given, except as herein provided, work done without proper inspection, or any extra or unclassified work done without written authority and prior agreement in writing as to prices, will be done at the Contractor's risk and will be considered unauthorized and, at the option of the Engineer, may not be measured and paid for and may be ordered removed and replaced at the Contractor's expense. Upon the failure of the Contractor to repair satisfactorily or to remove and replace, if so directed, rejected, unauthorized, or condemned work or materials immediately after receiving formal notice from the Engineer, the Owner may recover for such defective work or materials on the Contractor's bond, or by action in a court having proper jurisdiction over such matters, or may employ labor and equipment and satisfactorily repair or remove and replace such work and charge the cost of the same to the Contractor, which cost will be deducted from any money due him. SP-23 DISPUTED CLAIMS FOR EXTRA WORK In case the Contractor deems extra compensation is due him for work on materials not clearly covered in the contract, or not ordered by the Engineer as an extra, the Contractor shall notify the Engineer in writing of his intention to make claim for such extra compensation before he begins the work on which he bases the claim and shall afford the Engineer every facility for keeping actual cost of the work. Failure on the part of the Contractor to give such notification or to afford the Engineer proper facilities for keeping strict account of actual costs shall constitute a waiver of the claim for such extra compensation. The filing of such notice by the Contractor and the keeping of costs by the Engineer shall not in any be construed to prove validity of the claim. When the work has been completed, the Contractor shall within 10 days file his claim for extra compensation with the Engineer, who will present it to the Owner for consideration. SP-24 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 SP - 17 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-25 INDEMNIFICATION The Contractor shall indemnify and hold harmless and defend the Owner and all of the Owner's officers, agents and employees from all suits, actions, claims, damages, personal injuries, losses, property damage and expenses of any character whatsoever, including attorney's fees, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act of the Contractor, their agents or employees, or any subcontractor, in the execution, supervision and operations growing out of or in any way connected with the performance of this contract, and the Contractor will be required to pay any judgment with costs which may be obtained against the Owner or any of its officer, agents or employees, including attorney's fees. The Contractor shall indemnify and hold harmless and defend the Owner and all of the Owner's officers, agents and employees from all suits, actions, claims, damages, personal injuries, property damage, losses and expenses of any character whatsoever, including attorney's fees, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act of the Owner, the Owner's officers, agents and employees, whether such negligent act was the sole proximate cause w 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 or any of its officers, agents or employees, including attorney's fees. The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materialmen, and furnishers of machinery and parts thereof, equipment, power tools, all 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 ram. hereinabove designated have been paid, discharged or waived. SP-26 OPENING OF SECTION OF AIRPORT TO TRAFFIC Whenever, in the opinion of the Engineer, apron, runway or taxiway is in an acceptable condition, it may be opened to traffic upon the written order of the Engineer. The opening of any section of the work will be held as an acceptance of said section but shall not be considered as a waiver of any of the provisions of these specifications or contract. Pending final completion and acceptance of the work, all necessary repairs and renewals on any section opened, due to defective material or work, to natural causes other than ordinary wear and tear, or to the operations of the Contractor, shall be performed by and at the expense of the Contractor. SP - 18 SP-27 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 nonexecution 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-28 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-29 TEXAS STATE SALES TAX The work under this contract is for an entity which qualifies for exemption pursuant to the provisions of Article 151.309 of the Texas Tax Code. The Contractor performing this contract may purchase, rent or lease all materials, supplies, equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate complying with State Comptroller's rulings. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's rulings. SP-30 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-31 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 SP - 19 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 from responsibility for errors of any sort in shop drawings or schedules. SP-32 ENGINEER Whenever the word Engineer is used in this contract, it shall be understood as referring to Parkhill, Smith & Cooper, Inc., Consulting Engineers, Lubbock, Midland, Austin and El Paso, Texas, Engineer of the Owner, or such other Engineer, Supervisor or Inspector as may be authorized by said Owner to act in any particular. SP-33 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 the negligence of the occupying engineering force, the Contractor shall immediately restore it to its original state. Upon the Contractor and shall be removed from the project site. The building shall not be less than 150 square feet in floor area and shall have not less than two (2) glass windows and one (1) door, a table not less than 3' wide and 6' long, a desk and two chairs, and a filing cabinet shall be provided. A minimum of four duplex electrical outlets shall be provided. The Contractor shall provide a suitable heater fired by either natural or LP gas. The Contractor shall also provide a suitable refrigerated air cooler. All fuel and electrical power for the building shall be provided by the Contractor. The Contractor shall have a private line telephone installed in the Engineer's field office for exclusive use of the Owner and Engineer. The Engineer will be responsible for subsequent monthly use charges. SP - 20 SP-34 SUBSURFACE CONDITIONS Subsurface soil explorations for this project were conducted by Terra - Testing Inc. Boring logs of all borings are reproduced in the Appendix of these specifications. The approximate locations of the borings are shown in the * drawings. r. The borings were made in order to secure information for use during the r design of the project, The fact that the Boring Logs are 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-35 TRENCH SAFETY The Contractor shall strictly comply with all requirements of the Occupational Safety and Health Administration (OSHA) Manual, Chapter XVII, Subpart P - EXCAVATION, TRENCHING AND SHORING for all trenching and excavation operations. If depths of trenches are encountered which are over five (5) feet, the Contractor shall cut the trench walls to the angle of repose of the soils encountered, or shall submit alternate shoring details to the Engineer for approval. A copy of the Occupational Safety and Health Administration Manual, Chapter XVII, Subpart P - EXCAVATION, TRENCHING AND SHORING is included in SP- 36 of these specifications. IN SP-36 OSHA - CHAPTER XVII - SUBPART P - EXCAVATION, TRENCHING AND SHORING See pages SP-23 through SP-26. SP-37 WAGE, LABOR, EEO AND SAFETY REQUIREMENTS See pages SP-27 through SP-46. Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246, as amended). k a. The Bidders attention is called to the "Equal Opportunity w. Clause" and the Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. 4W S P - 21 b. The goals and timetables for minority and female participation, expressed in percentage terms for the contractor's aggregate work force in each trade on all construction work in the covered area, are as follows: Goals for Minority Participation in Each Trade 19.6% 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. The contractor's compliance with the executive order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR Part 60-4.3(a), and its efforts to meet the goals established for the geographical area where the contract resulting from this solicitation is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the women evenly on each of these projects. The transfer of minority or female employees or trainees from contractor to contractor or from project to project, for the sole purpose of meeting the contractor's goals, shall be a violation of the contract, the executive order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. C. The contractor shall provide written notification to the Director, OFCCP, within 10 working days of award or any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employee identification number; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. d. As used in the notice and in the contract resulting from this solicitation, the "covered area" is City of Lubbock, Lubbock County, Texas. 5P - 22 to ro tV W Chaplor XVII-Occupational Saloly and f loahh Admin.1 1926.651 serving as a guard al the outer edge of a shlp's deck, Subpart P—Excovolioni, Trenching, and Shoring 11S2L.6so Central protection require- nttirta. (a) Walkways, ruiimays, and sidewalks shall be kept clear of exca. waled material or other obstructions and no sidewalks shall be undermined unless shored to carry a minimum live load of one hundred and twenty -live 1125) pounds per square toot. (b) lfr planks are used for raised walkways, runways, or shlewalks, they shall be laid parallel to the length of the walk and fastened together against displacement. eel Planks shall be imilorm In thlek- ncsi and all exposed ends shall be pra- vlded with beveled cleats to prevent tripping. (ai) Raised walkways, runways, and sldewalks shall be provided with plank steps on slront alrIngcfs. Itamps, used In lieu of steps. shall be provided with cleats to Insure a Sale walking surface, (el All employees shall be protected with personal proLeellve equipment for the protection of the head, eyes, reApintory orS". hands. Itet, and other parts of the body as Set forth In Subpart E of this part— (f) Employees exposed to vehicular Lfaffle shall be provldcd with and shall be Instructed to wear warnlnt vests marked with or made of te(lcctorized or high visibility material. fg) Employers subjected to hazard. ous dusts• gases, fumes, mtsLs, or at- mospllercx de(lclent In oxygen, shall be protected with approved respira- Lary protection as set forth In Subpart 0 of this part. th) No person shall be permitted under loads handled by power shovels, derricks, or tioULs. To avoid any splll- aee employees shall be rcqulrcd to stand away from any vehicle being loaded. (1) 1]ally Inspections of excavations shall be made by a competent person. if evidence of paulble cave -Ins or slides Is apparent, all work In the eitea- vatlan shall cease until the necessary prra%u(lons have been taken to "Ic- cuard the employees. Y1716.6sl Sprelfic raeA•.16e raqulre• ateelx. Aa) Prior to opening an excavation, short. shall be made to deLcrminc .nether underground Inalallalfons; ae.. sewer, telephone, water. fuel, elee- crnc limes, ctc- wilt be encountered• and t[ so, where such underground Inalsd- :1.tlona are located. When Lie excava- tion stiproaehea the estlmatod loeallon a< such an installation• the exact loca- Jon shall be determined and when It a< uncovered, proper supports shall be provided (or the existtn[ lrudallAUa(. utility usropartles shall be contLcW And advised of proposed work prior LO :he start at actual excavation. tbl Trccs, boulders, and other sur- ,Xcc encumbrances• located so as to create a hazard to Cenployoea Involved to cxcaVAlIOn work or In the vlchilty ctiereol at any time during operations. z-utl be removed or made sale before eAeavaLing is begun. (cf The walls and IAecs of all exeava- ions In which employees Arc cxpwcd A danger from moving ground PLItall tie guarded by a shoring system, slop- ztC of the ground• or some other equivalent means. td1 EAcavaUotu shall be Inspccttll by a competent person after every rain- saorm or other hazard -Increasing oc- errence, and the protection against wules And cave-ins shall be hureased If iaoecssary. tc) The delerinlnaLion of the angle at rcpwe and design of flit suliportinit sastem shall be based on careful evalu- rlon of pertinent factors such as: 5rpth of cut; possible variation In -atcr content of the malcrial white _?a excavation Is open; s lticipatcd x!Lanccs In malcplals from exposure to tor, sun, water, or freezing: loading Im- :uscd by structures, equipment, over- 'rinx material. or stored material; and abratlon from equipment, blasting. xxf(Ic, or other sources. it) SupporLlrig systems; Le., piling. vsbbine. zhortng. Clot, shall be de• ,wncd by a qualified ivrson and mett accepted engineering requlrtmeptLs. When lie rods Arc used to restrain the 7fr of sheeting or other retaining sys. Irrrts- Litt rods 311211 be stcureby an - Talc 29-Labor eland weal back of tilt angle of repose. When tichl sheeting or sheet pillne Is %tied. full loading due to ground water table shall be assumed, unieu prevcnLed by weep hole or drains or other mans. Additional stringers, Ales, and bracing shall tie provided in allow for any necessary kmpora(y rCtnoval of Individual sup- ports. (gl All slopes shall be excavated to at least, the angle of repose except for areas where solid rock allows for line drilling or presplitling. (h) The angle of repose shall be flal- Lcned when An excavation has ogler condiLloru• 41ILY mAterials, loose bout. dcrs, and areas where erosion, deep frost action, and slide planes appear. tlKi) In excavation which employ- ecs may tic required to enter, excAvat- ed or other material shall be effective. ly stored and retained at (cast 2 feet or more from Lhe edge of the excavation. (2) As an alLernaLtve to the clearance prescribed In paragraph (1)(1) of L1113 scetlon, the employer may use effec- Live barriers or alfier effective retain- ing devlcca In lieu thereof !n order to prevent excavated or other m&LcFIala from lalllnz Into the ex Cavallon. (1) Sides, slopes, and faces of ail ex. eivAllons shall meet AecepLcd engt. notering rcqulrcuicnls by scAllnif. benching. barricading. rock bolllug. wire meshing, or other equally eflec- Live means. Sptclal altcnUon shall be given Lo slopes which may be adverse. ly affected by weather or•nto(sture content. (it) Support systems shall be planned and designed by a qualified person when excavation is la excess of 20 feet lit depth, adjacent to structures or Lm- pruverneuls, or subject. Lo vibration or ground water. (1) Materials used for sheeting. sheet piling, cribbing, bracing. shoring, anJ underpinning shalt be In good service. able condition, and timbers shall tic sound, free from large or loose knotti and of proper dimensions. (in) Special precallors shall be taken b1 sloping or shoring the aides of cxca• vationa adjacent to A previously back. filled excavallon or a fill, parttcululy when the sepAratlon is less than the depth of the excavation. Particular xt- tentlou also shall be paid to joints and 2Oz '71 Chapter XVII —Occupational Safaty and health Adrnin, S 1926,65Z scar of material comprlshlc a face and Lite slope of such scams and joints. (n) I;xccpL In hard rock, excavations below the level of Lite base of footing of any foundation or retaining will Shall not be permitted, unless Lilt wait Is underpinned and all other preeau• Lions taken to Insure Elie stability of the adjacent wafts for the protectlon of employees Involved In excavation work or In the vicinity thereat. (a) If the xLabfllty of adjoining build- ings or waltz is endangered by cxcava. Lions. shoring. bracing, or underpin. nint shall be provided as necessary to Insure their astety. Such sharing. bracing, or underpinnlne shall be In. spected daily or more often, as condL Lions warrant, by a competent person and the protcctlon effectively maln• talned, IN Diversion ditches, dikes, or atiter suitable means shall be used to prc. went surface water from entering tin excavation and to provide adequate drainage of the area adjacent W Lite excavaUan. Water shall not be allowed to accumulate In an excavation. (q) If It to necessary to place or oper. ate tower shovels, derricks, trucks, maLerlals, or other heavy objects on a level above and near ail excavation, the aide of the excavation shall be sttect.pllcd, shored. and braced as nee. cssary to resist. the extra piessurc due Lo such superimposed loads. M Blasting and the use of exphsslves shall be performed In accordance with Subpart U of this part (s) When mobile equipment Ls utl. Itud or allowed adjacent to cxcava. Lions, autsstsnUed stop logs or barrl- ca=tu shall be Installed. If possible, the grade should be away from the cxcava. Lion. (t) Adequate barrier physical protec- tion &hall be provided At all remotely located excavations. All wells, pits. Limits, etc., shall be barricaded or cov. ered. Upon completion at exploration and AiMI1Lr operations, temporary wells, plu. ahalta, etc.. &hall be back. filled. lul If posalble, dust conditions shall be kept to a minimum by the use of water. salt, calcium chloride, all. or outer means. (vl In locations where uxyecn defl- elcney or xutaU& conditions are Loasl- Ate- air In Lite excavation shall be tested. Controls, as set forth In Sub. parts D and E of this part, shall be cs. tablished to assure acceptable atmoa- pherie conditions. When flammable gale& are present, adequate venUlatlon shall be provided or sources of Ignition shall be eliminated- Attended emer- tcney rescue equipment. such as breaLhing ►pDaralus, a safely hxrness and line- basket stretcher, eLc., shall be readily available where adverse At. mospheric conditions may extst or de- vr.lop In an excavation. (WO Where tmplayees or equipment are rittuired or Ixrmitted to galas over excavations, walkways or bridges with standard guadralls shall be tirovlded. (x) Where ramps arc used for ern. pluyces or equipment. they shall be designed and constructed by qualified persons In aeecrdanee with accepted cucintering requirements. (y) All ladders used on excavation operations shall be In accordance with the requirements of Subpart L of this part. L9a.65i Spccinc ircncktar requltc- rrtrnts. (a) Banks more that S feet nigh shall be shored. laid back to a stable slope, or some other equivalent ancaas of protection shall be provided where employees may be exposed to moving ground or cavedits, Refer to Table 11-1 as a gulde In sloping of banks. Trench. CS less than 5 feet In depth shall also be ef(ectively protected when cxaml- n►tlon of the ground Indicates ha.ard. ous ground movement may be expceL- cd. (b) Sides of trenches In unaabie of soft Material, S feet or more In depth. shall be shared, sheeted. braced, sloped, or otherwise supported by means of sufficient strength to protect the employees workloa within them. See Tables P-l. P•I Lfollowing park. graph (9) of this section). (c) Sides of trenches In hard or com- pact sail. Including embankments, shall be shored or othervrlse supported when the trench is more than S feet In depth and a feel or more in Length. In lieu of shoring, the sides of the Lrericn Kim i 1926.652 above Lhe S•foot level may be sloped to preclude collapse. but shall not be steeper than a ldoot rLte to each X. foot horizontal. When the outside di. ameter of a pipe Is greater than a feet. a bench of !-foot minimum shall be provided at the toe of the sloped por- tlon. (d) Materials used for sheeting and sheet piling. bracing. shoring. and un- derpinning. shall be In good service&- bie condition, and timbers used shall be sound and free from large or loose knots. and shall be designed and In. stalled so a3 to be efleclive to the bottom of the excavation. lei Additional precautions by way of shoring and bracing shall be Laken to prevent slides or cave-ins when excava- tions or trenches are made In locations adjacent to baekfllled excavations. or where excavations are subjected to vl- bratlons from railroad or highway traffic. the operation of machinery, or any other source. lf) Employees entering bell-bottom pier holes shall be protected by the in - Title 29-1-abor stalladon of a removable type easing of sufficient strength to resist shifting of the surrounding earth. Such tempo- rary protection shall be provided for the full depth of that part of each pier hole which Is above the bell. A lifeline. suitable for Instant rescue and secure- ly fastened to a shoulder harness. shall be worn by each employee enter- Ing the shafts. This lifeline shall be In. dividually manned and separate from any line used to remove materials ex- cavated from the bell footing. QX1) Minimum requirements for trench Limbering shall be In aceard- ance with Table P-2. (2) Braces and diagonal shores In a wood shoring system shall not be sub- jected to compressive atre-u In excess of values given by the following for- mula S-13_20L/D Ma,xlmunt ratlo LID -SO Where: L-Lensth. unaupporled. In inches. D-Least side of the umber In Inches. S-Allowable Amu In pounds per square Inch of crou.acctlon. 2DI i Chapter XVII—Occupatkxtal Safety and Hoahh Admin. 4 1925.652 T.Li• T - t APPROXIMATE ANGLE OF REPOSE FOit uorihs or Slbf% of EXCAVATIONS a.u• a.n. suss, t..r .r s s � X a.T.M• sarW ra s�.aw. .i o , _ OrIt" arI t.1a4 ki 1926.652 F. r (4 po N Or t Tula 29-Labor f Chapter XVII-Occupational Safety and Hoahh Admul. 4 1926.653 Y a + - I a _ X x a = I --T — JT w J a 1 FFII 4 a � ss da r--- — — — - s£ .AIM I 31 (h) When employees are required to be In trenches { feet deep or more, an adequate means of exit, such as a ladder or steps, shall be provided and located so as to require no more than 25 feet of lateral travel. (1) Bracing or shoring of trenches shall be carried along with the excava- tion. (j) Cross brapcs or trench Jacks shall be placed in true horizontal position. be spaced vertically, and be secured to prevent slldlmg, falling. or kickouts. ik) Portable trench boxes or sildins trench shields may be used for the protection of personnel In lieu of a shoring system or sloping. Where such trench boxes or shields are used. they shall be designed, colutructed. and malntalned In a manner which will provide protection equal to or greater than the sheeting or shoring required for the trench. (I) IIackfilling and removal of trench supports shall progress together from Lhe bottom of the trench. Jacks or braces shall be relessed slowly and. In unstable soil, ropes shall be used to pull out the Jacks or braces from above afLcr employees have cleared the trench. ii Il29_657 Denaltiona applicable to lhb subpart. (a) "Accepted engineering requlre- menLs (or practlres)"-Those require- menLs or practices which are compaLl- ble with sLandards required by it reets- tered arehltect, a registered profea- slonal engineer, or other duly licensed or recognised authority. (b) "Ancla of repose"-Thc gre►tefL angle above the horizontal plane at which a material will He without slld- Ing. (c) "Dank" -A mass of soil rising above a digging level. (d) "Belled cxatvatlon"-A part of a shaft or footing excavation. usually near the bottom and bell -shaped; I.e., an enlargement of the crow section above. (e) "Braces (trench) ---The horizon- tal members of the shoring system whose ends bear against the uprights or stringers. ( f ) "ExcAvaLlon"-Any manmade cavity or depression In the earth's sur. face. including its aides, wails. or faces. formed by earth removal and produc- ing unsupported earth conditions by reasons of the excavation. It Installed forms or almllar structures reduce the deplh•to-widUt relationship. an exca- vatlon may become a trench. lg) "Faces" -See paragraph (k) of this section. (h) "hard compact soll"-Atl earth materials not classified as running or unstable. (1) "Ktekouts"-Aec{dental release or failure of a shore or brace. ()) "Sheet plle"-A pile, or sheeting, that may form one of a continuous Itt- terloekingt fine, or a row of limber. concrete, or steel piles, driven In Close contact to provide a tight wall to resist the I&feral pressure of water. ad)LcenL earth, or other materials. (it) "Sides", "Walls', or "Faces" - The vertical or Inclined earth surfaces formed &s a result of excavation work. (1) "Slope" -The angle with the horizontal at which a particular earth material will stand Indefinitely with- out movement. (m) "Stringers' (wales) -The horl. zonLal members of a shoring system whose sides bear against. the uprights or earth. (n) "Trench" -A narrow excavation made below the surface of the ground. In general. the depth Is greater than the width, but the width of a trench Is not greater than 15 feet. (o) "Trench lack" --Screw or hydrau- lic type jacks used as cross bracing In a trench shoring system. (p) - Crenell shlcld"-A shoring system compos€d of steel plate& and bracing, welded or bolted together. which support the walls of a trench from the ground level to the trench bottom and which can be moved along as work progresses. (q) "Unstable soil" -Earth material, other that) running, that because of Its nature or the influence of related eon- ditlons, cannot be depended upon to remain In place without extra support, such as would be furnished by a system of shoring. (r) "Uprights' --The vertical mctn- ben of a shoring system. (s) "Wales" -See paragraph (m) of this section. it) "Walls" -See paragraph (k) of this section. 207 WAGE, LABOR, EEO, AND SAFETY REQUIREMENTS SECTION A (Federal Aviation Administration (FAA) Requirements) A-1 Airport and Airway Improvement Program Project. The work in this contract is included in Airport Improvement Project No. 3-48-0138-08-88 which is being undertaken and accomplished by the City of Lubbock. Texas (Sponsor) in accordance with the terms and conditions of a grant agreement between the city of Lubbock, Texas (Sponsor) and the United States, under the Airport and Airway Improvement Act of 1982 (P.L. 97-248) as amended by the Airport and Airway Safety and Capacity Expansion Act of 1987 (P.L. 100-223) and Part 152 of the Federal Aviation Regulations (14 CFR Part 152), pursuant to which the United States has agreed to pay a certain percentage of the costs under those Acts. The United States is not a party to this contract and no reference in this contract to the FAA or any representative thereof, or the United States, by the contract, makes the United States a party to this contract. A-2 Consent to Assignment. The contractor shall obtain -the prior written consent of the rite of Tathhnck- Texas (Sponsor) to any proposed assignment of any interest in or part of this contract. A--3 Convict Labor. No convict labor may be employed under this contract. A-4 Veterans Preference. In the employment of labor (except in executive, administrative, and supervisory positions), preference shall be given to veterans of the Vietnam era and disabled veterans as defined in Section 515(c)(1) and (2) of the Act. However, This preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. A-5 Withholding: Sponsor from Contractor. Whether or not payments or advances to the City of Lubbnek, Texas (Sponsor) are withheld or suspended by the FAA, the City of Lubbock, Texas (Sponsor) may withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics employed by the contractor or any subcontractor on the work, the full amount. of wages required by this contract. A-6 Nonpayment of wages. If the contractor or subcontractor fails to pay any laborer or mechanic employed or working on the site of the work any of the wages required by this contract, the riry of r.,ahhor-k, Texas (Sponsor) may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment or advance of funds until the violations cease. A-7 FAA inspection and review. The contractor shall allow any authorized representative of the FAA to inspect and review any work, or materials used in the performance of this contract. SP - 27 2 A-8 Subcontracts. The contractor shall insert in each of his subcontracts the provisions contained in paragraphs A-1, A-3, A-4, A-5, A-5, and A-7 requiring the subcontractors to include these provisions in any lower tier subcontracts which they may enter into, together with a clause requiring this insertion in any further subcontracts that may in turn be made. A-9 Contract termination. A breach of paragraphs A-6, A-7, and A-8 may be grounds for termination of the contract. 8P - 28 SECTION B (Secretary of Labor Requirements) B-1 Minimum wages. (a) All mechanics and laborers 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 regulations issued 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 equivalents thereof) due at time of payment computed at wage rates not less than those contained in the wage determination(s) of the Secretary of Labor which is (are) 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. For the purpose of this paragraph, 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 subparagraph (d) below; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds,or programs, but covering the particular weekly period, are deemed to be constructively made or incurred during such weekly period (29 CFR 5.5(a)(1)(i)). Such laborers and mechanics shall be paid the appropriate wage rate and fringe beoefits on the wage skill, except as provided in paragraph B-4 of this clause. 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, however, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination(s) (including any additional classifications and wage rates conformed under subparagraph (b) of this section) and the Davis -Bacon poster shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and readily accessible place where it can easily be seen by the workers. (b) (1) Any class of laborers or mechanics, including apprentices and trainees, which is not listed in the wage determinations) and which is to be employed under this contract, shall be classified or reclassified conformably to the wage determination(s). Approval will be given for an additional classification and wage rate, and fringe benefits therefor, only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (ii) The classification is utilized in the area by the construction industry; and (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the contractor and the laborers and mechanics to be SP - 29 I 4 representatives, and (insert sponsor's name) City of Lubback- Te a— s agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action of the action taken shall be sent by (insert sponsor's name) City of Lubbock, 'Texas to the FAA for tentative approval and transmittal to the Department of Labor, Employment Standards Administration, Administrator of the Wage and Hour Division, Washington, D.C. 20210. The Department of Labor will approve, modify or disapprove every additional classification action within 30 days of receipt and so advise the FAA or will notify the FAA within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under control number 1215-0140.) (29 CFR 5.5(a)(1)(i)). (3) In the event the contractor, the laborers or mechanics, including apprentices and trainees, to be employed in the classification or their representatives and the (insert sponsor's name) City of Lubbock.Texas do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits where appropriate), The (insert sponsor's name) City of Lubbock. Texas shall send the questions, including the views of all interested parties and the recommendation of the sponsor, to the FAA to be referred, with the recommendation of the FAA, to the Department of Labor for final determination. The Department of Labor will issue a determination within 30 days of receipt or provide notification within the 30- day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215- 0140.) (4) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (b)(2) and (3) of this paragraph , shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (c) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as a hourly rate, the contractor shall either pay the benefit as stated in the t wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. In the event the interested parties cannot agree upon =a a cash equivalent of the fringe benefit, the question accompanied by the recommendation of the FAA shall be referred to the Secretary of Labor for determination (29 CFR 5.5(a)(1)(iii)). (d) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of of the wages of any SP - 30 Ll C - 5 laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, however, 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. (29 CFR 5.5 (a)(1)(W ). (Approved by the Office of Management and Budget under OMB control number 1215-0140) B-2 Withholding: FAA from sponsor. Pursuant to the terms of the grant agreements between the United States and (insert sponsor's name) City of Lubbock, lexas relating to Airport Improvement Project No. 3-48-0138-08-88 , and Part 152 of the Federal Aviation Regulations (14 CFR Part 152), the FAA shall upon its own action or upon written request of of an authorized representative of the Department of Labor may withhold or cause to be withheld from (insert sponsor's name) City of Lubbock. Texas 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 on the work, the full amount of the wages required by this contract. In the event of failure to pay any laborer or mechanics, including any apprentice, trainee or helper, employed or working on the site of the work all or part of the wages required by this contract, the FAA may, after written notice to the (insert sponsor's name) rity of Lubbank,ag take further action as may be necessary to cause the suspension of any further payment or advance of funds until such violations have ceased (29 CFR 5.5(a)(2)). B-3 Payrolls and basic records. (a) Payrolls and basic records relating thereto will be maintained during the course of the work and preserved for a period of 3 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 employee, his correct classsification, rates of pay (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section 1 (b)(2) 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) (see subparagraph (d) of paragraph B--1 above), that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1 (b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs (29 CFR 5.5(a)(3)(i)). (Approved by the Office of Management and Budget under OMB control numbers 1215-0140 and 1215-0017.) im SP - 31 6 (b) (1) The contractor will submit weekly a copy of all payrolls to the (insert sponsor's name) City of Lubbock. Texas for availability to the FAA, as required by paragraph 152.59(a). The payrolls submitted shall set out accurately and completely all of the information required to be maintained by paragraph B-3 (a) above. This information may submitted in any form desired. The contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of management and Budget under OMB control number 1215-0149). r' 6 (2) Each payroll shall be accompanied by a "Statement of Compliance", signed by the employer or his agent who pays or supervises the pp payment of persons employed under the contract and shall certify the following: (i) That the payroll for the payroll period contains the information required to be maintagined under paragraph B--3 (a) above and that ` such information is correct and complete; Ik 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; (iii) 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. (3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph B-3 (2) of this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States - code. (c) The contractor will make the records required under the labor standards clauses of the contract available for inspection, copying or transcription by authorized representatives of the sponsor, the FAA and the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. (d) If the contractor or subcontractor fails to submit the required records or to make them available, the FAA may, after written notice to the sponsor or contractor, take such action as as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. SP - 32 I C. 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. (29 CFR 5.5(a)(3)(ii)). B-4 Apprentices and trainees (a) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individuallyre in the registered g 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 in any craft classification shall not be greater than the ratio permitted to the contractor as to his entire work force under the registered program. Any employee 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 gage rate determined by the Secretary of Labor for the classification of work he actually performed. In addition, any apprentice performing work on the job site in excess of the ratio { permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a prcentage of the -- journeyman 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 the fringe benefits listed on the gage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringe benefits 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 the apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (29 CFR 5.5 (a) (4) (i)) . (b) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training. The ratio of trainees to journeymen on the job site shall be not greater than permitted under the plan approved by the ON SP - 33 8 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 the 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. (29 CFR 5.5 (a) (4) Uii)). (c) Equal employment opportunity. The utilization of apprentices, trainees, and journeymen under this paragraph shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30 (29 CFR 5.5(a)(4)(iii)). (d) Application of 29 CFR Part 5.5(a)(4). on contracts in excess of $2,000, the employment of all apprentices and trainees as defined in 29 CFR Part 5.2(c) shall be subject to the provisions of 29 CFR 5.5(a)(4) (see paragraph B-4 (a), (b), and (c) above). (e) Enforcement. (i) The FAA shall promulgate the necessary regulations or procedures, for federally assisted construction programs for which it does not contract directly, necessary to ensure that contracts contain the provisions herein or such modifications thereof which have been approved by the Department of Labor. No payment, advance, grant, loan, or guarantee of funds shall be approved by the FAA after the beginning of construction unless there is on file with the FAA a certification by the contractor that he and his subcontractors have complied or that there is substantial dispute with respect to the required provisions (29 CFR 5.6(a)(1)). (ii) Enforcement activities, including the investigation of complaints of violations, to insure compliance with the requirements of these provisions shall be primary duty of the FAA. The Department of Labor will coordinate its efforts with the FAA, as may be necessary to ensure consistent enforcement of the requirements of these provisions. Enforcement of these provisions shall be in accordance with 29 CFR 5.6. $P - 34 9 B-5 Compliance with Copeland Regulations. The contractor shall comply with r the Copeland Regulations (29 CFR Part 3) of the Secretary of Labor which are herein incorporated by reference in this contract (29 CFR 5.5(a)(5)). B-6 Compliance with Davis -Bacon and Related Acts Requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. B-7 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 FAA, the sponsor, the U.S. Department of Labor, or the employees or their representatives. k6 B-8 Certification of Eligibility. (a) By entering into this contract, the contractor certifies that neither it nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (b) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (c) The penalty for making false statements is prescribed in the V.S. Criminal Code, 18 U.S.C. 1001. B-9 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 laborer or mechanic in any workweek in which he is employed on such work to work in excess of 40 hours in such workweek unless such laborer or mechanic received compensation at a rate not less than 1 1/2 times his basic rate of pay for all hours worked in excess of 40 hours in such workweek (29 CFR 5.5(c)(1)). B-10 Violations, liability for unoaid wages, liquidated damages. In the event of any violation of paragraph B-6 of this provision, the contractor and any subcontractor responsible therefor shall be liable to any affected employee for his unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States 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 said paragraph B-6 of this provision, in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of the standard workweek of 40 hours without payment of the overtime wages required by said paragraph B-6 of this provision (29 CFR 5.5(c)(3)). SP - 35 10 B-11 Withholding for unpaid wages and liquidated damages. The FAA or the sponsor shall upon its own action or upon written request of an authorized r 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 L Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may administratively be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in paragraph B-7 of this provision (29 CFR 5.5(c) (3)) . r B-12 Working conditions. No contractor may require any laborer or mechanic ,ki employed in the performance of any contract to work in surroundings or under working conditions that are unsanitary, hazardous, or dangerous to his health F or safety as determined under construction safety and health standards (29 CFR Part 1926) and other occupational and health standards (29 CFR Part 1910) issued by the Department of Labor. B-13 Subcontracts. The contractor or subcontractor shall insert in each of his subcontracts the clauses contained in paragraphs B-1 through B-11 of this provision, and also a clause requiring the subcontractors to include these r provisions in any lower tier subcontracts which they may enter into, together L with a clause requiring this insertion in any further subcontracts that may in turn be made. The contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the labor standards clauses set forth. (29 CFR 5.5(a)(6), 5.5(c)(4)). w L B-14 Contract termination; debarment. A breach of clause B-1 through B-13 may be grounds for termination of the contract, and for the debarment as a contractor or subcontractor as provided in 29 CFR 5.12. SP - 36 r 11 SECTION C (Equal Employment Opportunity Clause) -- During the performance of this contract, the contractor agrees as follows: C-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, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruiment 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. C-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 consideration for employment without regard to race, color, religion, sex, or national origin. C-3 The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided, advising the said labor union or worker's 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. C-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. r C-5 The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, as amended, 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 others. I SP - 37 1 1 1 C. r- 06 12 C-6 In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulation, 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 procedures authorized in Executive Order 11246 of September 24, 1965, as amended, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, as amended, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. C-7 The contractor will include the portion of the sentence immediately preceding paragraph C-1 and the provisions of paragraphs C-1 through C-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, as amended, 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 provisions, including sanction 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. SP - 38 13 SECTION D (Health and Safety Requirements) D-1 It is a condition of this contract, and shall be made a condition of each subcontract entered into pursuant to this contract, that the contractor and any subcontractor shall no require any laborer or mechanic employed in performance of the contract to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health or safety, as determined under Safety and Health Regulations for Construction, Title 29 Code of Federal Regulations Part 1926 promulgated by the United States Secretary of Labor, in accordance with Section 107 of the Contract Work hours and Safety Standards Act, 83 STAT. 96. SP - 39 14 SECTION E (Air and Water Quality Standards) E-1 Any other provision herein to the contrary notwithstanding, the contractor in carrying out work under this contract, shall at all times comply with all applicable state and federal air and water quality standards; with all pollution control laws; and with such rules, regulations, and directives as may be lawfully issued by a local, state, or federal agency having within its jurisdiction the protection of the environment in the area surrounding where work under this contract will be performed. In addition, the contractor shall comply with directives given by the Project Engineer in implementation of the letter and intent of FAA Advisory Circular 150/5370-10, entitled Item P-156, Temporary Air and Water Pollution, soil Erosion and Siltation Control. Copies of this Advisory Circular can be obtained from Department of Transportation, Distribution Unit, TAD-484.3, Washington, D.C. 20590. E-2 Contractor and subcontractors agree: a. That any facility to be used in the performance of the contract 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 and Section 308 of the Federal Water Pollution Control Act and all regulations issued thereunder. C. That as a condition for award of a contract he will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be utilized for 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 contract or subcontract which exceeds $100,000 the aforementioned criteria and requirements. SP - 40 15 SECTION F Standard Federal Equal ;Employment Opportunity Construction Contract Specifications (Executive Order 11246, as amended) 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 America, 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 provision of these specifications and the notice which contains the applicable goals for minority and female participatiom 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 must 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 obligation undr th EEO clause and to make a flood faith effort to achieve each goal under the plan in each trade in SP - 41 0 R, 16 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 efforts to achieve the plan goals and timetables. 4. The contractor shall implement the specific affirmative action standards provided in paragraphs 7.a. through p. 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. The contractor is expected to make substantially uniform progress towards 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, as amended, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the contractor during the training period and the contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. +� 7. The contractor shall take specific affirmative actions to ensure EEO. 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 harrassment, 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 on -site supervisort 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 organization's 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 SP - 42 17 4 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 w_ referred, not employed by the contractor, this shall be documented in the file with the reason therefor along with whatever additional actions the contractor amy 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 woman 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 0 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 7. b. 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 EO obligations; by including it 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 on -site supervisory personnel such as 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 pllicy with other contractors and subcontractors with whom the contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students; and to minority and female recruitment and training organizations serving the contractor's recruitment area and employment SP - 43 18 needs. Not later than 1 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 the contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. 1. Conduct, at least annually, an inventory and evaluation, at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the contractor's EEO policies and affirmative action obligations. S. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations 'A Ma. through p.). The efforts of a contractor association, joint contractor - union, contractor --community, or other similar groups of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7.a. through p. of these specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions sp-44 r, 6P 19 taken on behalf of the contractor. The obligation to comply, however, is the contractor's and failure of such group to fulfill an obligation shall not be a defense for the contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The contractor, however, is required to provide EEO and to take affirmative action for all minority groups, both male and female, and all women, both minority and nonminority. Consequently, the contractor may be in violation of the executive order if a particular group is employed in a substantially disparate manner (for example, even though the contractor has . achieved its goals for Women generally, the contractor may be in violation of the executive order if a specific minority group of women is underutilized). 10. The contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246, as .- amended. " 12. The contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportuniity 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 OFCCP. Any contractor who fails to carry out these 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 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, ak 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. Sp - 45 VP I t C t I t t t t 1 E C 20 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). SP - 46 U.S. Department of Labor GENERAL WAGE DECISION NO. TX89-39 Supercedes General Wage Decision No. TX88-39 State: TEXAS *1 County(ies): ZONE 1 - Bally, Borden, Cochran, Cottle. Crosby, Dawson, Dickens, Fisher, Floyd, Foard, Gaines, Garza. Hale, Haskell, Hockley, ,Jones, Kent. King, Knox, Lamb, Lynn, 'Motley, Scurry, Shackleford, Stephens, Stonewall, Terry, Throckmorton, Yoakum & Young ZONE 2 - Lubbock Construction Type: Heavy & Highway Construction Description: Heavy (excluding tunnels & dams) and Highway Projects (does not include building structures in rest area projects) Modification Record: No. Publication Date 1 Apr. 21, 1989 SP - 47 Page No.(s) 1094-1095 U.S. Department of Labor TX89-39 Basic Basic Hourly Hourly Rates Rates ( ZONE 1 ( ZONE 2 *ASPHALT HEATER OPERATOR .6 7.50 *ASPHALT RAKER .3 7.30 *BATCHING PLANT SCALE OPERATOR 1 8.00 *CARPENTER .9 8.00 *CARPENTER HELPER .0 6.30 *CONCRETE FINISHER (PAVING) .4 8.00 rr, *CONCRETE FINISHER (STRUCTURES) .1 7.55 *CONCRETE FINISHER HELPER (STRUCTURES) .7 7.00 *ELECTRICIAN - 12.45 *FORM BUILDER (STRUCTURES) 6.50 *FORM BUILDER HELPER (STRUCTURES) - *FORM SETTER (STRUCTURES) 7.25 *FORM SETTER HELPER (STRUCTURES) 6. 5 6.70 *LABORER, COMMON - 6 0 6.30 *LABORER, UTILITY 6 5 6.95 *MECHANIC 9 0 11.00 *MECHANIC HELPER 8 5 8.75 *OILER 6 O 6.85 *SERVICER T 5 6.75 *PIPELAYER 7.00 *BLASTER 7 0 - *REINFORCING STEEL SETTER (STRUCTURES) 7 5 11.40 *REINFORCING STEEL SETTER HELPER 8.60 *SPREADER BOX OPERATOR 7. 5 - *POWER EQUIPMENT OPERATORS: Asphalt Distributor 7. 5 6.00 Asphalt Paving Machine 7. 0 8.35 Broom or Sweeper Operator S. 5 - Bulidozer 150 HP & Less 7, 0 7.00 Bulldozer over 150 HP 8 0 - Concrete Paving Finishing Machine 9.00 Concrete Paving joint Machine 6.30 Concrete Paving Saw 8.75 Concrete Paving Mixer 6 0 - Concrete Paving Spreader - Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (less than 1 1/2 CY) 8 5 8.65 1r► Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (1 1/2 CY & Over) 9. 8.65 Crusher or Screening Plant Operator S. 6.30 Foundation Drill Operator (Truck Mounted) 10.40 Front End Loader (2 1/2 CY & less) .3 7.75 4P Front End Loader (Over 2 1/2 CY) 7.80 Motor Grader Operator, Fine Grade 1 .0 10.90 Motor Grader Operator .9 9,85 Roller, Steel Wheel (Plant -Mix Pave- ment) ,8 7.10 Roller, Steel Wheel (Other -Flat Wheel or Tamping) .1 6.45 *1 ft- SP - 48 W E U.S. Department of Labor TX89-39 Roller, Pneumatic (Self -Propelled) 1 6.55 Scrapers (17 CY & Less) .7 6.95 Scrapers (Over 17 CY) 5 7.30 Tractor (Crawler Type) over 150 HP 7. 8.50 Tractor (Pneumatic) 80 HP & Less 6 0 6.30 Tractor (Pneumatic) over 80 HP 6 O 6.50 Wagor Drill, Boring Machine or Post Hole Driller Operator G. 5 - *TRUCK DRIVERS: Single Axle, Light 6 0 6 30 Single Axle. Heavy 6 0 6.40 Tandem Axle or Semitrailer 6.6 7.00 Lowboy - Float .3 - Vibrator (Hand Type) .2 - *1 - 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 (29 CFR, 5.5 (a) (1) (ii)). SP - 49 SECTION 1 REMOVAL OF EXISTING PAVEMENT 1. DESCRIPTION 1-1 General This item shall consist of the excavating, removal and disposal of certain portions of the existing airfield paving in accordance with these specifications and in conformity with the dimensions and typical cross sections shown on the plans and with the lines and grades established by the Engineer. 1-2 Classification Pavement to be removed consists of asphaltic concrete, portland cement concrete pavement with an asphaltic concrete overlay, or portland cement concrete pavement. No consideration shall be given to differences in thickness of material for each material removed. All pavement of each type to be removed shall be considered as being the same and equal and no consideration shall be given to differences in thickness of material. Concrete buried slabs (concrete slabs surfaced with a varying thickness of asphaltic concrete) are also to be removed under this item. A typical section of a buried slab section is shown in the drawings. 2. CONSTRUCTION METHODS fi- All lines separating pavement to be removed from pavement to remain in place shall be cut neatly and in a straight line. The lines shall be cut by means of sawing, or with a wheel type cutting edge attached to a motor grader, or other method approved by the Engineer which will produce a satisfactory pavement edge. In no case shall the line be cut with a motor grader blade. The surfacing to be removed shall be scarified and broken up. No method of breaking or removing the existing surface shall be used which, in the opinion of the Engineer, removes an excess amount of existing base material. Removal of buried slabs shall be done in such a manner that adjacent pavement will not be damaged. The existing dowels between the buried slab and �. adjacent concrete pavement shall be cut flush with the edge of the remaining pavement. All existing pavement removed under this contract shall become the property of the Contractor. The Contractor shall be responsible for disposal d. of all removed material at locations off the airport property. Disposal shall be in accordance with all applicable laws and ordinances and shall be with r consent of the owner of the property on which the material is disposed. Removal of flexible base course under asphaltic concrete pavement shall be considered "Excavation and as "Unclassified Embankment Excavation" and Topsoiling". in accordance with Section 2, 1 - 1 1 3. METHOD OF MEASUREMENT The quantity of airfield pavement to be removed shall be paid for under 1 this item and shall be the number of square yards of each type, measured by surface area in its original position, completed and accepted. The quantity of buried slab removal to be paid for shall be the linear feet of buried slab removed and disposed of as specified. 4. BASIS OF PAYMENT Payment shall be made at the contract unit price per square yard for the removal of existing airfield pavement of each type, and at the contract unit price per linear foot for the removal of concrete buried slabs. These prices shall be full compensation for all cutting or sawing; for all scarifying; for all breaking and removing of existing pavement; for all hauling to the disposal area; and for all labor, equipment, tools and incidentals necessary to complete this item, END OF SECTION I 1 1 I 1 ` 1 1 SECTION 2 EXCAVATION AND EMBANKMENT AND TOPSOILING FAA ITEM P-152 1. DESCRIPTION 1-1 General This item shall consist of excavating, removing, and satisfactorily disposing of all materials within the limits of the work required to construct the taxiways, apron, intermediate, and other areas for drainage or other purposes in accordance with these specifications and in conformity with the dimensions and typical sections shown on the plans and with the lines and grades established by the Engineer. All suitable material taken from excavation shall be used in the formation of embankment, subgrade, stabilized subgrade, and for backfilling as indicated on the plans or as directed by the Engineer. When the volume of the excavation exceeds that required to construct the embankments to the grades indicated, the excess shall be placed as embankment in areas designated by the Engineer or wasted as directed. When the volume of excavation is not sufficient for constructing the fill to the grades indicated, the deficiency shall be supplied frodh borrow sources at locations within the airport or other authorized areas. The embankment or waste areas for excess excavation will be on airport property in areas designated by the Engineer. These areas shall be for soils only. Other materials and debris shall be disposed of off airport property as specified in other sections of these specifications. 1-2 Classification All material excavated shall be defined as unclassified excavation and shall include all excavation performed under this item regardless of the material encountered. 2. CONSTRUCTION METHODS ` 2-1 General The rough excavation shall be carried to the necessary depth to obtain the specified depth of subgrade densification shown on the plans. Likewise, on embankments, the depth of subgrade densification shall be as shown on the plans. Should the Contractor, through negligence or other fault, excavate below the designated lines, he shall replace the excavation with approved materials, in an approved manner and condition, at his own expense. The Engineer shall have complete control over the excavation, moving, placing, and disposition of all material and shall determine the suitability of material to be placed in embankments. All material determined unsuitable shall be disposed of in waste areas or as directed. Topsoil shall not be used in fills or in subgrades but shall be handled and placed as directed. 2 - 1 The Contractor shall inform and satisfy himself as to the character, quantity, and distribution of all material to be excavated. No payment will be*made for any excavated material which is used for purposes other than those designated. All spoil areas shall be leveled to a uniform line and section and shall present a neat appearance before project acceptance. The surface elevation of spoil areas shall not extend above the surface elevation of adjacent or contiguous usable areas of the airport. Those areas outside of the pavement areas in which the top layer of soil material becomes compacted, due to hauling or to any other activity of the Contractor, shall be scarified and disced to a depth of 4 inches, as directed, to loosen and pulverize the soil. If it is necessary to interrupt existing surface drainage, sewers or underdrainage, conduits, utilities, or similar underground structures, or parts thereof, the Contractor shall be responsible for and shall take all necessary precautions to protect and preserve or provide temporary services. The Contractor shall, at his own expense, satisfactorily repair all damage to such facilities or structures which may result from any of his operations during the period of the contract. 2-2 Excavation Excavation shall be performed as indicated on the contract plans to the lines, grades, and elevation shown or as directed by the Engineer, and shall be made so that the requirements for formation of, embankments can be followed. No excavation or stripping shall be started until the Engineer has taken cross -sectional elevations and measurements of the existing ground surface, and has set control base lines for the proposed work. All material encountered within the limits indicated shall be removed and disposed of as directed. During r the process of excavation, the grade shall be maintained so that it will be well drained at all times. When directed, temporary drains and drainage ditches shall be installed to intercept or divert surface water which may affect the work, When selective grading is specified or required as indicated on the plans, the excavated material shall be handled to allow the selected material to be properly placed in the embankment and in the capping of pavement subgrades as determined from the soil profile and soil characteristics. This material shall be deposited within the designated areas of the airport as shown on the plans or as directed by the Engineer. The Contractor shall so schedule the work that excavated material can be placed in its proper section of the pavement construction. If the Contractor for his convenience desires to stockpile material, it shall be stockpiled in approved areas for later use. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for landing strips, subgrades, roads, shoulders, intermediate areas, or any areas intended for turfing shall be excavated to a minimum depth of 12 inches below the contemplated surface of the subgrade or the designated grades. Muck, peat, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be removed to a depth specified, to provide a 2 - 2 1 satisfactory foundation. Unsatisfactory materials shall be disposed of at locations designated by the Engineer. The portion so excavated shall be refilled with suitable selected material as specified, obtained from the grading operations or borrow area and thoroughly compacted by rolling. The necessary refilling will constitute a part of the embankment. Where rock cuts are made and refilled with selected material, or where trenching out is done to provide for a course of pavement, the depths thus created shall be ditched at frequent intervals to provide adequate drainage. The Contractor shall make the distribution as indicated on the plans. Widening or narrowing of the section and raising or lowering of the grade to avoid haul will not be permitted. The right is roserved to make minor adjustments or revisions in lines or grades, if found necessary, as the work progresses due to discrepancies in the plans or to obtain satisfactory construction. The removal of existing structures and utilities required to permit the orderly progress of work will be accomplished by the Contractor as an incidental part of the work, unless otherwise shown on the plans. In cut areas, the subgrade under areas to be paved shall be compacted to the depths and to the densities at optimum moisture as shown on the plans or as specified by the specifications, and as determined by the compaction control tests specified in AASHT0 Designation T-180. Any unsuitable materials encountered shall be removed. In cut areas, the subgrade material shall be removed to the depths indicated on the drawings. The bottom layer of subgrade shall be compacted to the depths and density as shown on the drawings. The remaining layers of subgrade shall be constructed as embankment as shown on the drawings. No payment or measurement for payment will be made for suitable materials removed, manipulated, and replaced in order to obtain density except as specified above. Any removal, manipulation, aeration, replacement, and recompaction of suitable materials necessary to obtain the required density, except as specified above, shall be considered as incidental to the excavation and embankment operations, and shall be performed by the Contractor at no additional cost to the project. Stones or rock fragments larger than 4 inches in their greatest dimension will not be permitted in the top 12 inches of the subgrade. The finished grading operations conforming to the typical cross section shall be completed and maintained at least 1,000 feet ahead of the paving operations. In cuts, all loose or protruding rocks on the back slopes shall be barred loose or otherwise removed to line or 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 not be permitted. 2 - 3 2-3 Borrow Excavation Borrow excavation shall consist of excavation made from borrow areas within the limits of the airport property outside the normal grading limits. Borrow area(s) within the airport property from which borrow may be obtained will be designated. Borrow excavation shall be made only at these designated locations and within the horizontal and vertical limits as staked or as directed. On completion of borrow operations, the borrow area shall be finished to a neat and uniform grade acceptable to the Engineer and shall receive topsoil as specified in following paragraphs. The Contractor shall notify the Engineer, sufficiently in advance of the beginning of excavation, so necessary measurements and tests can be made. All objectionable material shall be disposed of as directed. All borrow pits shall be opened up immediately 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 shall be drained and left in a neat and presentable condition with all slopes dressed uniformly. The borrow excavation shall be handled and placed as specified in these specifications for excavation and embankment. 2-4 Ditch Excavation Ditch excavation shall consist of excavating for drainage ditches such as intercepting, inlet or outlet, temporary levee construction, or any other type as designed or as shown on the plans. The work shall be performed in the proper sequence with the other construction. The location of all ditches or levees shall be established on the ground. All satisfactory material shall be placed in fills; unsatisfactory material shall be placed in spoil areas or as directed. Waste or surplus material shall be disposed of as shown on plans or as directed. Intercepting ditches shall be constructed prior to the starting of adjacent excavation operations. All necessary handwork shall be performed to secure a finish true to line, elevation, and cross section, as designated. Ditches constructed on the project shall be maintained to the required cross section and shall be kept free from debris or obstructions until the project is accepted. Where necessary, sufficient openings shall be provided ;. through spoil banks to permit drainage from adjacent lands. {i 2-5 Preparation of Embankment Area Embankment areas shall be cleared and grubbed. All depressions or holes below the ground surface, whether caused by grubbing or otherwise, shall be backfilled with suitable material and compacted to ground surface before the construction of the embankment will be permitted to start. Immediately prior to the placing of the fill materials, the entire area upon which the embankment is to be placed, except where limited by rock, shall be scarified and broken by means of a disc harrow or plow, or other approved equipment, to a depth of 6 inches. Scarifying shall be done approximately parallel to the axis of the fill. All roots, debris, large stones, or objectionable material that would cause interference with the compaction of 2 - 4 J the foundation or fill shall be removed from the area and disposed of as directed. A thin layer (approximately 3 inches) of the fill material shall be spread over the scarified foundation and the whole area compacted as required in the specifications. Where embankments are to be placed on natural slopes steeper than 3-to-1, horizontal benches shall be constructed as directed by the Engineer. Suitable excavated material shall be incorporated in embankments. No direct payment shall be made for the preparation of the embankment area. 2-6 StriRRine All vegetation such as trees, brush, heavy sods, heavy growth of grass, decayed vegetable matter, rubbish, and any other unsuitable material within the area upon which embankment is to be placed shall be stripped or otherwise removed before the embankment is started, and in no case shall such objectionable material be allowed in or under the embankment. No direct payment will be made for stripping. 2-7 Formation of Embankments Embankments shall be formed of satisfactory materials placed in successive horizontal layers of not more than 8 inches in loose depth for the full width of the cross section. 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. All materials entering the embankment shall be reasonably free of organic matter such as leaves, grass, roots, and other objectionable material. Soil, granular material, shale, and any other material permitted for use in embankment shall be spread in successive layers as specified. Operations on earthwork shall be suspended at any time when satisfactory results cannot be obtained because of rain, freezing weather, 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 layers shall be of the proper moisture content before rolling to obtain the prescribed compaction. Wetting or drying of the material and manipulation when necessary to secure a uniform moisture content throughout the layer shall be required. Should the material be too wet to permit proper compaction or rolling, all work on all portions of the embankment thus affected shall be delayed until the material has dried to the required moisture content. Sprinkling 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 at frequent intervals. From these tests, corrections, adjustments, and modifications of methods, materials, and moisture content will be made to construct the embankment. 1 Iq Iq r Rolling operations shall be continued until the embankment is compacted to not less than 95%, for noncohesive soils; and 90% for cohesive soils of the maximum density, at optimum moisture, as determined by the compaction control tests in AASHTO Designation T-180. Under all areas to be paved, the embankment shall be compacted to the depths and to the densities at optimum moisture as shown on the plans or as specified in the specifications, as determined by the compaction control tests specified in AASHTO Designation T-180. On all areas outside of the pavement areas, no compaction will be required on the top 4 inches. Any areas inaccessible to a roller shall be consolidated and compacted by mechanical tampers. During construction of the embankment, the Contractor shall route his 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, starting layers shall be placed 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 materials shall.be incorporated under the future paved areas. Stones or fragmentary rock larger than 4 inches in their greatest dimension will not be allowed in the top 12 inches 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 to form a dense, compact mass. Rock or boulders shall not be disposed of outside of the excavation or embankment areas, except at places and in the manner designated by the Engineer. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. The Contractor shall be responsible for the stability of all embankments made under the contract and shall replace any portion which, in the opinion of the Engineer, has become displaced due to carelessness or negligence on the part of the Contractor. There will be no separate measurement or payment for compacted embankment, and all costs incidental to placing in layers, compacting, discing, watering, mixing, sloping, and other necessary operations of the embankments will be included in the contract price for excavation. When stockpiling of excavated material and later rehandling of such material is done for the convenience of the Contractor, no extra payment will be made for the rehandling of stockpiled materials. 2 - 6 0 2-8 Equipment The Contractor may use any type of earth -moving, compaction, and watering equipment he may desire or has at his disposal, provided the equipment is in a satisfactory condition and is of such capacity that the construction schedule can be maintained as planned by the Contractor and as approved by the Engineer in accordance with the total calendar days or working days bid for the construction. The Contractor shall furnish, operate, and maintain such equipment as is necessary to control uniform density, layers, section, and smoothness of grade. 2-9 Preparation and Protect$ n of the Tgp of the Subg_rade On areas to be paved, the specified depth in cut areas and the top of embankment shall be compacted to the density specified. When completed, the surface shall be true to the lines, grades, and cross section shown on the plans or as directed by the Engineer. After all drains, structures, ducts, and other underground appurtenances along the edges or under the pavement have been completed, the subgrade shall be compacted to the depth and density specified as determined by the compaction control tests specified in AASHTO Designation T-180. Any irregularities or depressions that develop under rolling shall be corrected by loosening the material at these places and adding, removing, or replacing material until the surface is smooth and uniform. Any portion of the area which is not accessible to a roller shall be compacted to the required density by approved mechanical tampers. The material shall be sprinkled with water during rolling or tamping as required or when directed by the Engineer. All soft and yielding material and material which will not compact readily when rolled or tamped shall be removed as directed by the Engineer and replaced with suitable material. After grading operations are complete, all loose stones larger than 2 inches in their greatest dimension shall be removed from the surface of all proposed graded paving areas and disposed of as directed by the Engineer. At all times, the top of the subgrade shall be kept in such rp condition that it will drain readily and effectively. In handling materials, tools, and equipment, the Contractor shall protect the subgrade from damage by laying planks when directed and shall take other precautions as needed. In no case will vehicles be allowed to travel in a single track. If ruts are formed, the subgrade shall be reshaped and roiled. Storage or stockpiling of materials on the top of the subgrade will not be permitted. Until the subgrade has been checked and approved, no stabilized subgrade, subbase, base, surface course, or pavement shall be laid thereon. 2-10 Haul No payment will be made separately or directly for haul on any part of the work. All hauling will be considered a necessary and incidental part of the work and its cost shall be considered by the Contractor and included in the contract unit price for the pay items of work involved. 2-11 Tolerances In those areas upon which a subbase, stabilized subgrade, or base course is to be placed, the top of the subgrade shall be of such smoothness 2 - 7 fl that, when tested with a 16-foot straightedge applied parallel and at right angles to the centerline, it shall not show any deviation in excess of k inch, or shall not be more than 0.05 foot 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 landing strips, intermediate and other designated areas, the surface shall be of such smoothness that it will not vary more than 0.10 of a foot from true grade as established by grade hubs. Any deviation in excess of W this amount shall be corrected by loosening, adding or removing materials, and reshaping. OM 3. TOPSOIL Topsoil shall be salvaged from stripping or other grading operations Topsoil shall be the surface layer of soil with no admixture of refuse or any material toxic to plant growth, and it shall be reasonably free from subsoil and stumps, roots, brush, stones (2 inches or more in diameter), clay lumps or similar objects. Brush and other vegetation which will not be 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. L All areas outside the paved areas within the grading limits shall be topsoiled unless otherwise shown on the plans or otherwise directed by the Engineer. 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. 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 inches to facilitate bonding of the topsoil to the covered subgrade soil. The surface of the area to be LI topsoiled shall be cleared of all stones larger than 2 inches in any diameter and all litter or other material which may be detrimental to proper bonding, the rise of capillary moisture, or the proper growth of the desired planting. L 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 shall be e 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. Prior to the stripping of topsoil from designated areas, any vegetation, briers, stumps and large roots, rubbish or stones found on such areas, which may 2 - 8 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. The Contractor shall remove topsoil 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. In unpaved excavation areas, at least the upper 4 inches of material shall be topsoil, 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 pulverized or by other effective means, and all stones or rocks (2 inches 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. No direct payment will be made for topsoil as such. 4. METHOD OF MEASUREMENT All materials, within the limits of the work as shown on the plans or as directed by the Engineer, shall be removed and disposed of in accordance with the provisions of this Section. The excavation, grading and topsoiling will be measured and paid for on a square yardage basis. The number of square yards of excavation and grading for the base or subbase courses to be paid for in the various pavements shall be equal to the number of square yards of base or subbase course of the different thickness and shall include all subgrade densification. The number of square yards of excavation, grading and topsoiling to be paid for in the various unpaved areas shall be equal to the number of square yards of unpaved areas within the limits of grading, including embankment and k� topsoiling complete, as specified. Excavated material which is stockpiled and later rehandled will not be measured for payment. W. 2 - 9 �1 5. BASIS OF PAYMENT Payment for this item of work will be made at the contract unit price per square yard for "Excavation and Grading," and at the contract unit price per square yard for "Excavation, Grading and Topsoiling," which unit prices shall be complete compensation for furnishing all labor, materials, equipment and other costs, necessary for performing the work in accordance with the provisions of this Section. No additional compensation will be allowed nor deductions made, due to variations in the volume of excavation and grading caused by field changes in the grades as shown on the plans, and no additional compensation will be made or allowed for disposing, of waste materials. IEND OF SECTION 1 1 1 I 1 1 1 1 2 - 10 1 SECTION 3 LIME -TREATED SUBGRADE FAA ITEM P-155 (MODIFIED) 1. DESCRIPTION This item shall consist of constructing one or more courses of a mixture of soil, lime, and water in accordance with this specification, and in conformity with the lines, grades, thicknesses, and typical cross sections shown on the plans or established by the Engineer. M 2. MATERIALS 2-1 Hydrated Lime Hydrated lime shall conform to the requirements of AASHTO Designation M-216, Type I, Grade A. 2-2 Water Water used for mixing or curing shall be reasonably clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product. Water shall be tested in accordance with and shall meet the suggested requirements of AASHTO T 26. Water known to be of potable quality may be used without test. 2-3 Soil The soil for this work shall consist of materials on the site or selected materials from other sources and shall be uniform in quality and gradation, and shall be approved by the Engineer. The soil shall be free of roots, sod, weeds, and stones larger than 2�-z inches. 3. COMPOSITION 3-1 Lime Lime shall be applied at the rate of 5% by weight for the depth of subgrade treatment shown. Lime content shall be calculated by the weight of hydrated lime. 3-2 Tolerances At final compaction, the lime and water content for each course of subgrade treatment shall conform to the following tolerances: Material Tolerance Lime + 0.5% Water + 2%,-0% 1 3 - 1 4. WEATHER LIMITATIONS The lime -treated subgrade shall not be mixed while the atmospheric temperature is below 40°F. or when conditions indicate that temperatures may fall below 40°F. within 24 hours, when it is foggy or rainy, or when soil or subgrade is frozen. 5. EQUIPMENT The equipment required shall include all equipment necessary to complete this item such as: grading and scarifying equipment, a spreader for the lime or lime slurry, mixing or pulverizing equipment, sheepsfoot and pneumatic or vibrating rollers, sprinkling equipment, trucks, and truck scales. All machinery, tools, and equipment shall be on the site and approved by the Engineer prior to the beginning of construction operations and shall be maintained in a satisfactory working condition throughout the construction period. b. CONSTRUCTION METHODS 5-1 General It is the primary requirement of this specification to secure a n completed subgrade containing a uniform lime mixture, free from loose or segregated areas, of uniform density and moisture content, well bound for its full depth, and with a smooth surface suitable for placing subsequent courses. It shall be the responsibility of the Contractor to regulate the sequence of his work, to use the proper amount of lime, maintain the work, and rework the courses as necessary to meet the above requirements. Prior to beginning any lime treatment the subgrade shall be constructed and brought to grade as specified in Section 2 "Excavation and Embankment and Topsoiling" and shall be shaped to conform to the typical sections, lines, and grades as shown on the plans or as established by the Engineer. The material to be treated shall then be excavated to the secondary grade (proposed bottom of lime treatment) and removed or windrowed to expose the secondary grade. Any wet or unstable materials below the secondary grade shall be corrected, as directed by the Engineer, by scarifying, adding lime, and compacting until it is of uniform stability. The excavated material shall then be spread to the desired cross section. If the Contractor elects to use a cutting and pulverizing machine that will remove the subgrade material accurately to the secondary grade and pulverize the material at the same time, he will not be required to expose the secondary grade nor windrow the material. However, the Contractor shall be required to roll the subgrade, as directed by the Engineer, and correct any soft areas that this rolling may reveal before using the pulverizing machine. This method will be permitted only where a machine is provided which will insure that the material is cut uniformly to the proper depth and which has cutters that will plane the secondary grade to a smooth surface over the entire width of the cut. The machine must give visible indication at all times that it is cutting to the proper depth. 3 - 2 6-2 Application Lime shall be spread only on that area where the first mixing operations can be completed during the same working day. The application and mixing of -lime with the soil shall be accomplished by the methods hereinafter described as "Slurry Placing." (a) Slurry placing. The lime shall be mixed with water in trucks with approved distributors and applied as a thin water suspension or slurry. The distribution of lime shall be attained by successive passes over a measured section of subgrade until the proper amount of lime has been spread. The amount of lime spread shall be the amount required for mixing to the specified depth which will result in the percentage determined in the job mix P" formula. The distributor truck shall continually agitate the slurry to keep rw the mixture uniform. 6-3 Mixina pq The mixing procedure shall be for "Slurry Placing" only as 1, hereinafter described: (a) First mixing. The full depth of the treated subgrade shall be mixed with an approved mixing machine. Lime shall not be left exposed for more than six hours. The mixing machine shall make two coverages. Water shall be added to the subgrade during mixing to provide a moisture content above the optimum moisture content of the material and to insure chemical action of the lime and subgrade. After mixing, the subgrade shall be •lightly rolled to seal the surface subgrade and help prevent evaporation mixture shall be maintained at of moisture. The water content of the a moisture content above the optimum moisture content for a minimum of 48 hours or until the material becomes friable. During the curing period, the material shall be sprinkled as directed. During the interval of time between application and mixing, lime that has been exposed to the open air for 6 hours or more, or to excessive loss due to washing or blowing will not be accepted for payment. (b) Final mixing. After the required curing time, the material shall be uniformly mixed by approved methods. If the mixture contains clods, they shall be reduced in size by blading, discing, harrowing, scarifying, or the use of other approved pulverization methods so that the remainder of the �. clods shall meet the following requirements when tested dry by laboratory sieves: r Percent Minimum of clods passing 1i inch sieve 100 Minimum of clods passing No. 4 sieve 60 6-4 Compaction Compaction of the mixture shall begin immediately after final mixing. The material shall be aerated or sprinkled as necessary to provide optimum moisture. Compaction should begin at the bottom and shall continue until the entire depth of mixture is uniformly compacted. The entire thickness of the treated subgrade shall be compacted to a density of at least 95% of maximum density at optimum moisture, as determined by the compaction control tests, AASHTO Designation T-180. 3 - 3 The material shall be sprinkled and rolled as directed by the Engineer. All irregularities, depressions, or weak spots which develop shall be corrected immediately by scarifying the areas affected, adding or removing material as required, and reshaping and recompacting by sprinkling and rolling. The surface of the course shall be maintained in a smooth condition, free from undulations and ruts, until other work is placed thereon or the work is accepted. In addition to the requirements specified for density, the full depth of the material shown on the plans shall be compacted to the extent necessary to remain firm and stable under construction equipment. After each section is completed, tests will be made by the Engineer. If the material fails to meet the density requirements, it shall be reworked to meet these requirements. Throughout this entire operation, the shape of the course shall be maintained by blading, and the surface upon completion shall be smooth and shall conform with the typical section shown on the plans and to the established lines and grades. Should the material, due to any reason or cause, lose the required stability, density, and finish before the next course is placed or the work is accepted, it shall be recompacted and refinished at the sole expense of the Contractor. 6-5 Finishing and Curing After the final layer or course of lime -treated subgrade has been compacted, it shall be brought to the required lines and grades in accordance with the typical sections. The completed section shall then be finished by rolling, as directed, with a pneumatic or other suitable roller sufficiently light to prevent hair cracking. The finished surface shall not vary more than 3/8 inch when tested with a 16-foot straightedge applied parallel with and at right angles to the pavement centerline. Any variations in excess of this tolerance shall be corrected by the Contractor, at his own expense, in a manner satisfactory to the Engineer. ti The completed section shall be moist -cured for a minimum of 7 OR days before further courses are added or any traffic is permitted, unless otherwise directed by the Engineer. Subsequent courses shall be applied within 14 days after the lime -treated subgrade is cured. 6-6 Thickness The thickness of the lime -treated subgrade shall be determined by depth tests or cores taken at intervals so that each test shall represent no more than 300 square yards. When the base deficiency is more than 11 inch, the Contractor shall correct such areas in a manner satisfactory to the Engineer. The Contractor shall replace, at his expense, the base material where borings are taken for test purposes. 6-7 Maintenance The Contractor shall maintain, at his own expense, the entire lime -treated subgrade in good condition from the start of work until all the work has been completed, cured, and the next course has been placed. 1 3 - 4 fl 7. METHOD OF MEASUREMENT The yardage of lime -treated subgrade, excluding the lime, to be paid for shall be the number of square yards completed and accepted. The quantity of lime to be paid for shall be the number of tons of lime actually used in the subgrade as authorized by the Engineer. The yardage of soil used in lime -treated subgrade to be paid for shall be as specified in Section 2 "Excavation and Embankment and Topsoiling." 8. BASIS OF PAYMENT Payment shall be made at the contract unit price per square yard for the lime -treated subgrade of the thickness specified and at the contract unit price per ton for lime. The price shall be full compensation for furnishing all material, and for all preparation, delivering, placing and mixing these materials, and all labor, equipment, tools and incidentals necessary to complete this item. Payment for soil used in lime -treated subgrade shall be at the contract in unit price as specified in Section 2 "Excavation and Embankment and Topsoiling." I L1 I I END OF SECTION 3 - 5 1 1 1 1. DESCRIPTION SECTION 4 CRUSHED AGGREGATE BASE COURSE FAA ITEM P-209 r, 1-1 General iW This item shall consist of a base course composed of crushed aggregates constructed on the prepared underlying course in accordance with these specifications and shall conform to the dimensions and typical cross section shown on the plans and with the lines and grades established by the Engineer. 2. MATERIALS 2-1 Aggregate The aggregate shall be either crushed stone or crushed gravel. The fine aggregate shall be screenings obtained from crushed stone or crushed gravel. The crushed stone shall consist of hard, durable particles or fragments of stone, free from dirt or other objectionable matter, and shall contain not more than 8% of flat, elongated, soft, or disintegrated pieces. The crushed gravel shall consist of hard durable stones, rocks, and boulders crushed to specified sizes and shall be free from excess flat, elongated, soft or disintegrated pieces, dirt, or other objectionable matter. The method used in production of crushed gravel shall be such that the finished product shall be as uniform as practicable. The crushing of the gravel shall result in a product, all of which will be retained on a No. 4 mesh sieve, and shall have at least 90% by weight of particles with at least two fractured faces and 100% by weight of particles with at least one fractured face. If necessary, the gravel shall be screened before crushing to meet this requirement or to eliminate an excess of fine particles. All stones, rocks, and boulders of inferior quality occurring in the pit shall be wasted. The crushed aggregate shall have a percent of wear not more than 45 at 500 revolutions, as determined by AASHTO T 96 (Los Angeles Rattler Test). The crushed aggregate shall not show evidence of disintegration nor show a total loss greater than 20% when subjected to 5 cycles of the sodium sulphate accelerated soundness test using AASHTO T 104. All material passing the No. 4 mesh sieve produced in the crushing operation of either the stone or gravel shall be incorporated in the base material unless there is an excessive amount which, if included, would not meet the gradation requirements. 4 - 1 1 The crushed aggregate shall meet the requirements of Table 1 when tested in accordance with AASHTO T 11 and T 27. TABLE 1. - REQUIREMENTS FOR GRADATION OF AGGREGATE Sieve designation (square openings) Percent by weight passing sieves 1" maximum 1 inch 100 3/4 inch 70-100 No. 4 35- 65 No. 40 15- 25 No, 200 3- 10 The gradation in the table represents the limits which shall determine suitability of aggregate for use from the sources of supply. The final gradations decided on within the limits designated in the table shall be well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on the adjacent sieves or vice versa. The amount of the fraction of material passing the No. 200 mesh sieve shall not exceed one half the fraction passing the No. 40 mesh sieve. The portion of the base aggregate, including any blended material, passing the No. 40 mesh sieve shall have a liquid limit of not more than 25 and ' a plasticity index of not more than 6 when tested in accordance with AASHTO T 89 and T 90. 2-2 Additional Fine Material If additional fine material, in excess of that naturally present in the base course material, is necessary for correcting the gradation to the limitations of the specified gradation, or for the satisfactory bonding of the base material, or for changing the soil constants of the material passing the No. 40 mesh sieve, it shall be uniformly blended and mixed with the base course material at the crushing plant or by an approved plant. There shall be no reworking of the base course material in -place to obtain the specified gradation. The additional fine material for this purpose shall be obtained from the crushing rp of stone or gravel, and when used, shall be of a gradation as necessary to accomplish the specified gradation in the final mixed base course material. 3. CONSTRUCTION METHODS 3-1 Operation at Sources of Supply All work involved in clearing and stripping of quarries and pits, including the handling of unsuitable material, shall be performed by the Contractor at his own expense. The base material shall be obtained from approved sources. The material shall be handled in a manner that shall secure a uniform and satisfactory product. 4 - 2 �1 3-2 Equipment All equipment necessary for the proper construction of this work shall be on the project, in first-class working condition, and approved by the Engineer before construction is permitted to start. 3-3 Preparing Underlying Course The underlying course shall be checked and accepted by the Engineer before placing and spreading operations are started. Any ruts or soft, yielding places caused by improper drainage conditions, hauling, or any other cause, shall be corrected and rolled to the required compaction before the base course is placed thereon. Grade control between the edges of the pavement shall be accomplished by grade stakes, steel pins, or forms placed in lanes parallel to the centerline of the pavement and at intervals sufficiently close that string im lines or check boards may be placed between the stakes, pins, or forms. To protect the underlying course and to insure proper drainage, the spreading of the base shall begin along the centerline of the pavement on a crowned section or on the high side of the pavement with a one-way slope. 3-4 Plant Mix The base material shall be uniformly blended during crushing operations or mixed in an approved plant. The type of -plant may be either a central proportioning and mixing plant or a traveling plant. The plant shall blend and mix the materials to meet these specifications and to secure the proper moisture content for compaction. 3-5 Placing and Spreading (a) Central Plant. The crushed aggregate base material that has been proportioned in a crushing and screening plant, or proportioned and processed in a central mixing plant, shall be placed on the prepared underlying course and compacted in layers of the thickness shown on the plans. The depositing and spreading of the material shall commence where designated and shall progress without breaks. The material shall be deposited and spread in lanes in a uniform layer and without segregation of size to such loose depth that, when compacted, the layer shall have the required thickness. The base aggregate shall be spread by spreader boxes or other approved devices or methods that shall spread the aggregate in the required amount to avoid or minimize the need for rehandling the material and to prevent the rutting of the underlying course. The spreader boxes or other devices shall be equipped with strike -off templets or screeds that can be adjusted or controlled to secure the required thickness of the material. Dumping from vehicles in piles on the underlying course which will require rehandling shall not be permitted. Hauling over the uncompacted base course shall not be permitted. (b) Traveling Plant. If a traveling plant is used for mixing, the base material shall be placed on the underlying course in such condition to provide a base mixture conforming to the specified gradation and moisture content, and in such quantity to develop the thickness of the layer of the base 4 - 3 1 1 71 11 1 1 and the density after compaction. The material shall be shaped to a uniform section. The Engineer shall examine the mixture to determine that the mixing is complete and satisfactory and that the proper moisture content is maintained before compaction is started. No spreading shall be done except when authorized. Care shall be taken that no material from the underlying course is mixed with the base material. If necessary, the base course shall be bladed until a smooth, uniform surface is obtained that is true to line, grade, and cross section and until the mix is in condition for compacting. (c) Method of Placine. The base course shall be constructed in a layer not less than 4 inches nor more than 8 inches of compacted thickness. The aggregate, as spread, shall be of uniform gradation with no segregation or pockets of fine or coarse materials. Unless otherwise permitted by the Engineer, the aggregate shall not be spread more than 2,000 square yards in advance of the rolling. Any necessary sprinkling shall be kept within these limits. No material shall be placed in snow or on a soft, muddy, or frozen underlying course. When more than one layer is required, the construction procedure described herein shall apply similarly to each layer. The Engineer shall have tests made to determine the maximum density and the proper moisture content of the base material, and this information will be available to the Contractor. The base material shall have a satisfactory moisture content when rolling is started, and any minor variations prior to or during rolling shall be corrected by sprinkling or aeration, if necessary. During the placing and spreading, sufficient caution shall be exercised to prevent the incorporation of subgrade, subbase, or shoulder material in the base course mixture. 3-5 Finishing and Compacting After spreading, the crushed aggregate shall be thoroughly compacted by rolling. The rolling shall progress gradually from the sides to the center of the lane under construction, or from one side toward previously placed material by lapping uniformly each preceding rear -wheel track by one-half the width of such track. Rolling shall continue until the entire area of the course has been rolled by the rear wheels. The rolling shall continue until the stone is thoroughly set, the interstices of the material reduced to a minimum, and until creeping of the stone ahead of the roller is no longer visible. Rolling shall continue until the base material has been compacted to not less than 100% density, as determined by the compaction -control tests specified in AASHTO Designation T-180. Blading and rolling shall be done alternately, as required or directed, to obtain smooth, even, and uniformly compacted base. The soft or yielding When the rolling course shall not be rolled when the or when the rolling causes undulation develops irregularities that exceed 3/8 4 - 4 underlying course is in the base course. inch when tested with 1 r a 16-foot straightedge, the irregular surface shall be loosened, refilled with the same kind of material as that used in constructing the course, and rolled again as required. In areas inaccessible to rollers, the base course material shall be tamped thoroughly with mechanical tampers. The sprinkling during rolling, if necessary, shall be in the amount and by equipment approved by the Engineer. 3-7 Surface Test After the course has been completely compacted, the surface shall be tested for smoothness and accuracy of grade and crown. Any portion lacking the required smoothness or failing in accuracy of grade or crown shall be scarified, reshaped, recompacted, and otherwise manipulated as the Engineer may direct until the required smoothness and accuracy are obtained. The finished surface shall not vary more than 3/8 inch from a 16-foot straightedge when applied to the surface parallel with, and at right angles to, the centerline. 3-8 Thickness The thickness of the base course shall be determined by depth tests or cores taken at intervals in such a manner that each test shall represent no more than 300 square yards. When the base deficiency is more than -1i inch, the Contractor shall correct such areas -by scarifying, adding satisfactory base mixture, rolling, sprinkling, reshaping, and finishing in accordance with these specifications. The Contractor shall replace, at his expense, the base material where borings have been taken for test purposes. 3-9 protection Work on the base course shall not be accomplished during freezing temperatures nor when the subgrade is wet. When the aggregates contain frozen materials or when the underlying course is frozen, the construction shall be stopped. Hauling equipment may be routed over completed portions of the base course, provided no damage results and provided that such equipment is routed over the full width of the base course to avoid rutting or uneven compaction. However, the Engineer in charge shall have full and specific authority to stop all hauling over completed or partially completed base course when, in is opinion, such hauling is causing damage. Any damage resulting to the base course from routing equipment over the base course shall be repaired by the Contractor at his own expense. 3-10 Maintenance Following the completion of the base course, the Contractor shall perform all maintenance work necessary to keep the base course in a condition satisfactory for priming. After priming, the surface shall be kept clean and free from foreign material. The base course shall be properly drained at all times. If cleaning is necessary, or if the prime coat becomes disturbed, any work or restitution necessary shall be performed at the expense of the Contractor. 4 - 5 1 1 1 1 1 1 1 1 1 4. METHOD OF MEASUREMENT The quantity of crushed aggregate base course to be paid for shall be the number of square yards of material placed, bonded, and accepted in the completed base course. The different thicknesses shall be measured separately. S. BASIS OF PAYMENT Payment shall be made at the contract unit price per square yard for each thickness of crushed aggregate base course. This price shall be full compensation for furnishing all materials and for all preparation, hauling, and placing of these materials, and for all labor, equipment, tools, and indicentals necessary to complete the item. END OF SECTION 4 - 6 SECTION 5 CEMENT TREATED BASE COURSE FAA ITEM P-304 1, DESCRIPTION 1-1 General This item shall consist of furnishing, mixing, spreading, shaping, and compacting mineral aggregate, cement, and water in accordance with the requirements of this specification and shall conform to the dimensions and typical cross sections shown on the plans and to the lines and grades established by the Engineer. Taxiway and apron pavements shall be built in a series of parallel lanes 20 to 30 feet wide. Longitudinal construction joints shall be located a minimum of five feet from those of the concrete pavement. 2. MATERIALS 2-1 Portland Cement Portland cement shall be a standard brand and shall conform to the requirements specified in ASTM C150 Type I. Contractors may use bulk cement, subject to the Engineer's approval of the apparatus for handling, weighing, applying the cement, and performance. 2-2 Water The water for the base course shall be clean, clear, and free from injurious matter and amounts of sewage, oil, acid, strong it shall be free from clay or silt. alkalies, or vegetable If the water is of questionable quality, it shall be tested in accordance with the requirements of AASHTO T 26. 2-3 Aggregate The aggregate may be either stone or gravel, crushed or uncrushed. The aggregate shall meet the gradation specified in Table 1. If the material is blended from more than one source, the material from each source shall meet the specified requirements for wear and for soundness. The crushed or uncrushed gravel shall consist of hard, durable stones, rocks, and boulders of accepted quality, crushed to specified sizes, and free from an excess of flat, elongated, soft or disintegrated pieces, dirt, or other objectionable matter. The method used in the production of crushed gravel shall be such that the finished product shall be as consistent as practicable. If necessary to meet this requirement or to eliminate an excess of fine particles, the gravel shall be screened before crushing. All stones, rock, and boulders of inferior quality shall be wasted. 5 - 1 �Mh The coarse aggregate (retained on the No. 4 sieve) shall have a percent of wear not more than 45 at 500 revolutions as determined by AASHTO T 96. The coarse aggregate (retained on the No. 4 sieve) shall show no evidence of disintegration nor show a total loss greater than 16% when subjected to 5 cycles of the sodium sulphate accelerated soundness test specified in AASHTO T 104. All material passing the No. 4 mesh sieve produced in the crushing operation of either the stone or gravel shall be incorporated in the base material to the extent permitted by the gradation requirement. The aggregate shall meet the requirements given in the following table when tested in accordance with AASHTO T 11 and T 27. Table 1. - Requirements for Gradation of Aggregate Sieve designation Percentage by weight (square openings) passing sieves 1-1/2 inch 100 1 inch 3/4 inch 70- 55- 95 85 No. 4 30- 60 No. 40 10- 30 No. 200 5- 15 The gradation in the table represents the limits which shall determine suitability of aggregate for use from the sources of supply. The final gradation decided on, within the limits designated in the table, shall be well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on the adjacent sieves, or vice versa. The amount of the fraction of material passing the No. 200 mesh sieve shall not exceed one-half the fraction passing the No. 40 mesh sieve. The portion of the base aggregate, including any blended material, passing the No. 40 mesh sieve shall have a liquid limit of not more than 25 and a plasticity index of not more than 6 when tested in accordance with AASHTO Designation T 89 and T 90. The aggregate used in the cement treated base course shall be furnished by the Contractor from an approved source or sources. Any aggregate that does not meet the above specified laboratory tests will not be approved. In addition, any material that does not meet the laboratory tests specified in paragraph 3 for compressive strength, wet -dry and freeze -thaw, when mixed with not less than 4% nor more than 8% cement by weight, will not be approved. 2-4 Bituminous Material The types, grades, controlling specifications, and application temperatures for the bituminous materials used for curing the cement -treated 1 5-2 base course are given below. The Engineer shall designate the specific material to be used. Type and Grade Specification Application Temperature Cutback asphalt RC-70 AASHTO M 81 120'-1600F. RC-250 AASHTO M 81 160'-200'F. 3. LABORATORY TESTS Prior to base course construction, laboratory tests of aggregates for use as base shall be made to determine the quantity of cement required. The costs of all pre -construction tests shall be borne by the Contractor. Pre -construction tests for aggregates shall include gradation, wear and soundness tests of each source of material and gradation tests of the combined materials. Satisfactory materials shall be obtained from an approved source. The Contractor shall submit to the Engineer for approval test certificates from an approved commercial laboratory on the cement treated base mixes proposed for use on this project. Certificates shall include tests made on a minimum of three separate cement contents for each material proposed for use. Cement contents shall be as specified by the Engineer. Each of -the three tests shall include wet -dry, freeze -thaw and compressive strength tests. The compressive tests shall include four tests each at 7, 14 and 28 days for a total of twelve compressive tests for each cement content. Two tests each at 7, 14 and 28 days shall be soaked specimens. Specimens shall be prepared and tested in accordance with these specifications. Test specimens containing the various amounts of cement are to be compacted in accordance with AASHTO Designation T-180, and the optimum moisture for each amount of cement is to be determined. Specimens of aggregate, cement, and water must develop a compressive strength of at least 750 psi in 7 days. Specimens are to be subjected to 12 cycles of the wet -dry and the freeze -thaw tests in accordance with AASHTO T 135 and T 136, respectively, for specimens when molded in accordance with AASHTO Designation T-180. The maximum weight loss of the specimens for either the wet -dry or the freeze -thaw shall be less than 14%. L� I 1 I 4. CONSTRUCTION METHODS 4-1 Weather Limitations The cement -treated base shall not be mixed or placed while the atmospheric temperature is below 35'F., or when conditions indicate that the temperature may fall below 35°F. within 24 hours, or when the weather is foggy or rainy. The temperature requirement may be waived but only when so directed by the Engineer. 5 - 3 i 1 4-2 EE uinment All methods employed in performing the work and all equipment, tools, other plants and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer before the work is started. If unsatisfactory equipment is found, it shall be changed and improved. All equipment, tools, machinery, and plants must be maintained in a satisfactory working condition. ~ 4-3 Prevarinz Underlvine Course The underlying course shall be graded and shaped to conform to the grades, lines, thicknesses, and typical cross section shown on the plans before placing and spreading operations are started. Any ruts or soft, yielding places caused by improper drainage conditions, hauling, or any other cause, shall be corrected and rolled to the required compaction before the base course is placed thereon. Grade control between the edges of the pavement shall be accomplished by grade stakes, steel pins, or forms placed in lanes parallel to the centerline of the pavement and at intervals sufficiently close that string lines or check boards may be placed between the stakes, pins, or forms. To protect the subbase and to insure proper drainage, the spreading of the base shall begin along the centerline of the pavement on a crowned section or on the high side of the pavement with a one-way slope. 4-4 Mixing (a) General Requirements. Cement -treated base shall be mixed at a central mixing plant by either batch or continuous mixing. The aggregates and cement may be proportioned either by weight or by volume. Except as otherwise provided herein, aggregates for the cement -treated base shall be separated into two sizes and each size shall be stored separately. One storage bin shall contain aggregate retained on a No. 4 sieve and not more than 15% shall be finer than a No. 4 sieve. The other storage bin shall contain aggregate finer than a No. 4 sieve. Additional breakdown in aggregate may be used at the option of the Contractor with the approval of the Engineer. It will not be required that the aggregate be stored in separate stockpiles, provided the Contractor can consistently deliver a finished product that meets these specifications. In all plants, water shall be proportioned by weight or volume, and there shall be means by which the Engineer may readily verify the amount of water per batch or the rate of flow for continuous mixing. The discharge of the water into the mixer shall not be started before part of the aggregate is placed into the mixer. The inside of the mixer shall be kept free from any hardened mix. In all plants, cement shall be added in such a manner that it is uniformly distributed throughout the aggregates during the mixing operation. 5 - 4 FW M OR The charge in a batch mixer, or the rate of feed into a continuous mixer shall not exceed that which will permit complete mixing of P 1 L� .1 t 1 I all the material. Dead areas in the mixer, in which the material does not move or is not sufficiently agitated, shall be corrected either by a reduction in the volume of material or by other adjustments. (b) Batch Mixing. In addition to the "General Requirements" as provided in Paragraph 4-4(a), batch mixing of the materials shall conform to the following requirements: The mixer shall be equipped with a sufficient number of paddles of a type and arrangement to produce a uniformly mixed batch. The mixer platform shall be of ample size to provide safe and convenient access to the mixer and other equipment. The mixer and batch -box housing shall be provided with hinged gates of ample size to permit easy sampling of the discharge of aggregate from each of the plant bins and of the mixture from each end of the mixer. The mixer shall be equipped with a timing device which will indicate by a definite audible or visual signal the expiration of the mixing period. The device shall be accurate to within 2 seconds. The plant shall be equipped with a suitable automatic device for counting the number of batches. The mixing time of a batch shall begin after all ingredients are in the mixer and shall end when the mixer is half emptied. Mixing shall continue until a homogeneous mixture of uniformly distributed and properly coated aggregates of unchanging appearance is produced. In general, the time of mixing shall be not less than 30 seconds, except that the time may be reduced when tests indicate that the requirement for cement content and compressive strength can be consistently met. (1) Weight proportioning. When weight proportioning is used, the discharge gate on the weigh box shall be arranged to blend the different aggregates as they enter the mixer. (2) Volumetric proportioning. When volumetric proportioning is used for batch mixing, the volumetric proportioning device for the aggregate shall be equipped with separate bins, adjustable in size, for the various sizes of aggregates. Each bin shall have an accurately controlled gate or other device designed so that each bin shall be completely filled and accurately struck -off in measuring the volume of aggregate to be used in the mix. Means shall be provided for accurately calibrating the amount of material in each measuring bin. (c) Continuous mixing. In addition to the "General Requirements" as provided in Paragraph 4-4(a), continuous mixing of the materials shall conform to the following requirements: The correct proportions of each aggregate size introduced into the mixer shall be drawn from the storage bins by a continuous feeder, which will supply the correct amount of aggregate in proportion to the cement 5 - 5 C�NWL 1 and will be so arranged that the proportion of each aggregate size can be separately adjusted. The fine bin shall be equipped with a vibrating unit which will effedtively vibrate the side walls of the bin and prevent any "hang up" of material while the plant is operating. A positive signal system shall be provided to indicate the level of material in each bin, and as the level of material in any one bin approaches the strike -off capacity of the feed gate, the device shall automatically and instantly close down the plant. The plant shall not be permitted to operate unless this automatic signal is in good working condition. b, The drive shaft on the aggregate feeder shall be equipped with a revolution counter accurate to 1/100 of a revolution and of sufficient capacity to register the total number of revolutions in a day's run. The continuous feeder for the aggregate may be mechanically or electrically driven. Aggregate feeders that are mechanically driven shall be directly connected with the drive on the cement feeder. Aggregate feeders that are electrically driven shall be '* actuated from the same circuit that serves the motor driving the cement feeder. An indicating frequency meter, reading to one fourth cycle, shall be installed at a convenient location in the circuit leading to the cement feeder motor. A voltage regulating transformer, controlling the current delivery to a maximum variation of 1% shall be installed in the circuit leading to the aggregate feeders; an indicated voltmeter graduated to 2.-volt increments shall be installed, Current for operation of plants equipped with electrically actuated aggregate feeders shall not vary in frequency in excess of 1 cycle nor in voltage in excess of 10%. All continuous mixing plants shall be equipped with a hopper of at least 20 cubic feet capacity which is divided into as many compartments as there are sizes of aggregate being proportioned, The hopper shall be suspended under the aggregate feeders, on a scale frame, in such a manner that the discharge from each aggregate feeder may be diverted into separate compartments in the hopper when the feeders are in full operation. The full weight of the loaded hopper shall be indicated on a springless, dial scale, not exceeding a 5,000-pound capacity, with 5-pound graduations. Each compartment of the hopper shall be equipped with a gate, so that each size aggregate may be withdrawn separately on a conveyor below the hopper, in order that the total weight of each size of aggregate may be determined and representative samples obtained. The material so withdrawn may be returned to storage. The mixing time in a continuous mix plant shall be not less than 30 seconds, except that the time may be reduced when tests indicate that the requirement for cement content and compressive strength can be consistently met. To compute the mixing time in a continuous mixer, the weight of its contents at operating level is divided by the weight of the mixture delivered per second by the mixer. Mixing time in seconds — Pugmill dead capacity in pounds Output in pounds per second 5 - 6 i� The pugmill for the continuous mixer shall be equipped with a surge hopper containing sufficient baffles and gates to prevent segregation of material discharged into the truck and to allow for closing of the hopper between trucks without requiring shut down of the plant. 4-5 Placing The use of mixers having a chute delivery shall not be permitted except as approved. In all such cases the arrangement of chutes, baffle plates, etc., shall insure the placing of the cement -treated base without segregation. The prepared underlying course shall be free of all ruts or soft yielding places. The surface, if dry, shall be moistened but not to the extent of producing a muddy condition at the time the base mixture is placed. Trucks for transporting the mixed base material shall be provided with protective covers. The material shall be spread on the prepared underlying course to such depth that, when thoroughly compacted, it will ' conform to the grade and dimensions shown on the plans. Not more than 30 minutes shall elapse between the time the base material is mixed and the time it is deposited in place. The materials shall be spread by a spreader box, self-propelled spreading machine, or other method approved by the Engineer. It shall not be placed in piles or windrows. If spreader boxes or other spreading machines are used that do not spread the material the full width of the lane or the width being placed in one construction operation, a sufficient number of them shall be provided and operated in staggered formation to obtain full -width spreading. If, in the opinion of the Engineer, full -width construction is undesirable due to inadequate equipment, operating difficulties, or climatic conditions, the base shall be constructed in partial widths. If the time elapsing between the placing of adjacent partial widths exceed 30 minutes, a construction joint satisfactory to the Engineer shall be provided. The equipment and methods employed in spreading the base material shall insure accuracy and uniformity of depth and width. If conditions arise Ink where such uniformity in the spreading cannot be obtained, the Engineer may require additional equipment or modification in the spreading procedure to obtain satisfactory results. Spreading equipment shall be not more than 30 feet nor less than 9 feet in width. Immediately upon completion of the spreading operations, the base material shall be thoroughly compacted. Self-propelled rollers, in sufficient number, size, and type, shall be provided to obtain the specified results. Care shall be exercised in routing construction equipment to avoid the formation of unnecessary ridges due to wheel tracks or tractor treads. If necessary, the base material after compaction shall be trimmed by means of a self-propelled motor grader to the grade and section shown on the plans. All material loosened in this operation shall be swept from the surface before any further rolling. Finishing operations shall continue until the surface is true to the specified cross section and until the surface shows no variations of 5 - 7 L'� more than 3/8 inch from a 16-foot straightedge laid in any location parallel with, or at right angles to, the longitudinal axis of the pavement. Any variations in excess of this tolerance shall be corrected by the Contractor, at his own expense, and in a manner satisfactory to the Engineer. It is the intent of this specification to secure the maximum weight of dry materials per cubic foot of compacted base material. In no case shall the weight of dry materials be less than 96% of the weight determined by the Engineer as agreeing with the standard density obtainable with the equipment and materials used. The field density shall be determined by methods described in AASHTO Designation T-180. The base material shall be compacted immediately after spreading, and not more than 45 minutes shall elapse between the time of spreading and the completion of the final rolling to obtain maximum density. No equipment or traffic which, in the opinion of the Engineer, I will damage the base course or the curing material shall be permitted on the finished base course during the 72-hour curing period. 4-6 Construction Joints At the end of each day's run a transverse construction joint shall be formed by a header or by cutting back into the compacted material to form a true transverse vertical face. These faces shall be protected by banking damp earth against them or by other approved suitable methods. The protection provided for construction joints shall permit the placing, spreading, and compacting of base material without injury to the work previously laid. When a longitudinal construction joint is required in part - width construction, side forms shall be used or it shall be formed by cutting back into the compacted material to form a true vertical edge. Suitable curing shall be provided for any exposed longitudinal edge. Care shall be exercised to insure thorough compaction of the base material immediately adjacent to all construction joints. 4-7 Protection and Curine After the base course has been finished as specified herein, it shall be protected against drying for 7 days by the application of bituminous material or other acceptable methods. The curing method shall begin as soon as possible, but no later than 24 hours after the completion of finishing operations. The finished base course shall be kept continuously moist until the curing material is placed. The bituminous material specified shall be uniformly applied to the surface of the completed base course at the rate of approximately 0.2 gallon per square yard using approved heating and distributing equipment. The exact rate and temperature of application to give complete coverage without excessive runoff shall be as specified. r 5 - 8 ir IAt the time the bituminous material is applied, the surface shall be dense, free of all loose and extraneous material, and shall contain WI sufficient moisture to prevent penetration of the bituminous material. Water shall be applied in sufficient quantity to fill the surface voids immediately before the bituminous curing material is applied. Should it be necessary for construction equipment or other traffic to use the bituminous -covered surface before the bituminous material has dried sufficiently to prevent pickup, sufficient granular cover shall be applied before such use. The curing material shall be maintained and applied as needed by the Contractor during the 7-day protection period so that all of the base course shall be covered effectively during this period. Finished portions of base course that are used by equipment in constructing an adjoining section shall be protected in such a manner to prevent equipment from marring or damaging the completed work. �- When the air temperature may be expected to reach the freezing point, sufficient protection from freezing shall be given the base course for 7 days after its construction and until it had hardened. 4-8 Cold Weather Protection During cold weather, when the air temperature may be expected to drop below 35°F., a sufficient supply of hay, straw, or other material suitable for cover and protecting previously placed material shall be provided at the site. Any base which has been damaged by freezing, or otherwise, shall be removed and replaced by the Contractor at his own expense. 4-9 Thickness The thickness of the cement treated base course shall be determined from measurements of cores drilled from from thickness measurements at holes drilled in the the finished base course or base course at intervals so that each test shall represent no more than 300 square yards. The average thickness of the base course constructed during one day shall be within 1/2-inch of the thickness shown on the plans, except that the thickness of any one point shall be within +3/4 inch or -1/2 inch of that shown on the plans. Where the average thickness shown by the measurements made in one day's construction is not within the tolerance given, the Engineer shall evaluate the area and determine if, in his opinion, it shall be reconstructed at the Contractor's expense or the deficiency deducted from the total material in place. The Contractor shall replace, at his expense, the base material where borings are taken for test purposes. 4-10 Maintenance The Contractor shall be required to maintain, at his own expense, the entire base course within the limits of his contract in good condition from the time he starts work until all the work has been completed. Maintenance shall include immediate repairs of any defects that may occur. I This work shall be done by the Contractor at his own expense and repeated as often as necessary to keep the area intact at all times. Faulty work must be 1 5 - 9 1 replaced for the full depth of treatment. It is the intent of this specification that the Contractor construct the plan depth of cement treated base in one homogeneous mass. The addition of thin stabilized layers to provide the specified depth will not be permitted. 5. METHODS OF MEASUREMENT The quantity of one course, cement -treated base, to be paid for will be determined by measurement of the number of square yards of base actually constructed and accepted by the Engineer as complying with the plans and specifications. The different thicknesses will be measured separately. The quantity of portland cement to be paid for shall be the number of hundred weights of cement actually used in the base as authorized by the Engineer. 6. BASIS OF PAYMENT Payment shall be made at the contract unit price per square yard for cement -treated base course. This price shall be full compensation for furnishing all materials, except portland cement, and for all preparation, manipulation, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. This price shall include furnishing, installing and maintaining bituminous curing material as specified. Payment shall be made at the contract unit price per hundred weight for portland cement. This price shall be full compensation for furnishing this material; for all delivery, placing, and incorporation of this material; and for all labor, equipment, tools, and incidentals necessary to complete the item. END OF SECTION 1 1 1 t 1 1 5 - 10 I t a 1 1 1. DESCRIPTION SECTION 6 BITUMINOUS PRIME COAT FAA ITEM P-602 1-1 General This item shall consist of an application of bituminous material on the prepared base course in accordance with this specification applied at the rate specified by the Engineer. The type of bituminous material to be used shall be selected by the Engineer from those included in this specification. 1-2 Quantities of Bituminous Material The approximate amount of bituminous material per square yard for the prime coat shall be 0.25 to 0.50 gallons per square yard. The exact amount shall be as ordered by the Engineer. 2. MATERIALS 2-1 Bituminous Material The types, grades, controlling specifications, and application temperatures for the bituminous materials are given below. Type and Grade Specification Application temperatures Liquid asphalt MC-70 AASHTO M-82 120°-160°F. MC-250 AASHTO M-82 1600-200°F. MC-30 AASHTO M-82 70°-1500F. 3. CONSTRUCTION METHODS 3-1 Weather Limitations The prime coat shall be applied only when the existing surface is dry or contains sufficient moisture to get uniform distribution of the bituminous material, when the atmospheric temperature is above 60°F., and when the weather is not foggy or rainy. The temperature requirements may be waived, but only when so directed by the Engineer. ft 6 - 1 1 LJA 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 have pneumatic tires of such width and number that the load produced on the surface shall not exceed 650 pounds per inch of tire width and shall be designed, equipped, and operated so that bituminous material, at even heat, can be applied uniformly on variable widths of surface at readily controlled rates from 0.05 to 2.0 gallons per square yard. The material shall be applied within a pressure range from 25 to 75 pounds per square inch and with an allowable variation from any specified rate not to exceed 5%. Distributor equipment shall include a thermometer for reading temperatures of tank contents. 3-3 Application of Bituminous Material Immediately before applying the prime coat, the full width of the surface to be primed shall be swept with a power broom to remove all loose dirt and other objectionable material. The application of the bituminous material shall be made by means of a pressure distributor at the temperature, pressure, and in the amounts directed by the Engineer. Following the application, the primed surface shall be allowed to dry not less than 48 hours without being disturbed or for such additional time as may be necessary to permit the drying out of the prime until it will not be picked up by traffic or equipment. This period shall be determined by the Engineer. The surface shall then be maintained by the Contractor until the surfacing has been placed. Suitable precautions shall be taken by the Contractor to protect the primed surface against damage during this interval, including supplying and spreading any sand necessary to blot up excess bituminous material. 3-4 Bituminous Material Contractor's Resyonsibility 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 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. 6 - 2 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. 4. METHOD OF MEASUREMENT The bituminous prime coat to be paid for shall be the number of gallons of the material used as ordered for the accepted work, corrected to 60°F., in accordance with the temperature -volume correction tables for asphalt materials contained in ASTM D-1250. 5. BASIS OF PAYMENT Payment shall be made at the contract unit price per gallon 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. 6W ow I I Ll END OF SECTION 6 - 3 ISECTION 8 BITUMINOUS SURFACE COURSE FAA ITEM P-401 1. DESCRIPTION 1-1 General This item shall consist of a surface course composed of mineral aggregate and bituminous material mixed in a central mixing plant and placed on a prepared course in accordance with these specifications and shall conform to the lines, grades, thicknesses, and typical cross sections shown on the plans. Each course shall be constructed to the depth, typical section, or elevation required by the plans and shall be rolled, finished, and approved before the placement of the next course. The surface course shall be constructed in lifts not to exceed 2 inches in compacted thickness. 2. MATERIALS 2-1 Agsregate Aggregates shall consist of crushed stone or crushed gravel, with or without sand or other inert finely divided mineral aggregate. The portion of materials retained on the No. 8 sieve shall' be known as coarse aggregate, the portion passing the No. 8 sieve and retained on the No. 200 sieve as fine aggregate, and the portion passing the No. 200 sieve as mineral filler. (a) Coarse Aggregate. Coarse aggregate shall consist of sound, tough, durable particles, free from adherent coatings of clay, organic matter, and other deleterious substances. It shall show no more wear than 40 percent when tested in accordance with ASTM C 131, nor shall the sodium sulfate soundness loss exceed 9 percent, after five cycles, when tested in accordance with ASTM C 98. If the requirements for sodium sulphate soundness cannot be met, a weighted loss in excess of 9%, but not to exceed 14%, will be accepted provided the coarse aggregate can be shown to have a satisfactory service record of at least 5 years duration under similar conditions of service and exposure. Crushed aggregate shall contain at least 75% by weight of crushed pieces having two or more fractured faces and at least 95% by weight of particles with one or more fractured faces. The area of each face shall be equal to at least 75% of the smallest midsectional area of the piece. When two fractures are contiguous, the angle between planes of fractures shall be at least 30 degrees to count as two fractured faces. I The aggregate shall not contain more than 8 percent, by weight, of flat or elongated pieces. A flat particle is one having a ratio of 8 - 1 1 width to thickness greater than five; an elongated particle is one having a ratio of length.to width greater than five. (b) Fine Aggregate. Fine aggregate shall consist of clean, sound, durable, angular particles produced by crushing stone or gravel that meets the requirements for wear and soundness specified for coarse aggregate. The aggregate particles shall be free from coatings of clay, silt, or other objectionable matter and shall contain no clay balls. The fine aggregate, including any blended filler, shall have a plasticity index of not more than 6 when tested in accordance with ASTM D 424, and a liquid limit of not more than 25 when tested in accordance with ASTM D 423. If necessary to obtain the gradation of aggregate blend or workability, natural sand may be used. The amount of sand to be added will be adjusted to produce mixtures conforming to requirements of this specification. (c) Sampling and Testing. All aggregate samples required for testing shall be furnished by the Contractor. ASTM D 75 shall be used in sampling coarse aggregate and fine aggregate, and ASTM C 183 shall be used in sampling mineral filler. All tests for initial aggregate submittals necessary +W to determine compliance with requirements specified herein will be made by the Contractor at his expense. Sampling will be conducted by an approved so independent testing laboratory. No aggregate shall be used in the production of mixtures without prior approval. (d) Sources of Aggregates. Samples of the bituminous and aggregate materials that the Contractor proposes to use, together with a statement of their source and character, must be submitted and approval must be obtained before use of such material begins. The Contractor shall require the manufacturer or producer of the bituminous and aggregate materials to furnish material subject to this and all other pertinent requirements of the contract. Only those materials which have been tested and approved for the intended use shall be acceptable. Approval of the source of aggregate does not relieve the Contractor in any way of the responsibility for delivery at the job site of aggregates that meet the requirements specified herein. (e) Samples of Aggregates. Samples of aggregates shall be furnished by the Contractor at the start of production and at intervals during production of bituminous mixtures. The intervals and points of sampling will be designated by the Engineer. The samples will be the basis of approval of specific lots of aggregates from the standpoint of the quality requirements of this section. 2-2 Filler If filler, in addition to that naturally present in the aggregate, is necessary, it shall meet the requirements of ASTM D 242 and shall consist of stone dust, loess, portland cement or other approved mineral ,r matter. 2-3 Bituminous Material The types, grades, and controlling specifications and maximum mixing temperatures for the bituminous materials are given in Table 1. 1 8 - 2 The Contractor shall furnish vendor's certified test reports for each carload or equivalent of bitumen shipped to the project. The report shall be delivered to the Engineer before permission is granted for use of the material. The furnishing of the vendor's certified test report for the bituminous material shall not be interpreted as a basis for final acceptance. All such test reports shall be subject to verification by testing sample materials received for use on the project. TABLE 1. - BITUMINOUS MATERIAL Type and Grade Asphalt Cement Penetration Grade 85-100 Viscosity Grade AC-10 3. COMPOSITION Maximum Mixing Specification Temperature a ASTM D 946 325 AASHTO M-226 315 3-1 Composition of Mixture The bituminous plant mix shall be composed of a mixture of aggregate, filler if required, and bituminous material. The several aggregate fractions shall be sized, uniformly graded, and combined in such proportions that the resulting mixture meets the grading requirements of the job mix formula. 3-2 Job Mix Formula No bituminous mixture for payment shall be produced until a job mix formula has been approved by the Engineer. The formula shall be submitted in writing by the Contractor to the Engineer at least 15 days prior to the start of paving operations and shall indicate the definite percentage of each sieve fraction of aggregate, the percentage of bitumen, and the temperature of the completed mixture when discharged from the mixer. All test data used to develop the job mix formula shall also be submitted. The approved job mix formula for each mixture shall be in effect until modified in writing by the Engineer. Should a change in sources of materials be made, a new job mix formula shall be established before the new material is used. The bituminous mixture shall be designed using procedures contained in Chapter III, MARSHALL METHOD OF MIX DESIGN, of The Asphalt Institute's Manual Series No. 2 (MS-2), current edition, and shall meet the requirements of Tables 2 and 3. 8 - 3 1 1 1 i 1 i 1 1 1 i 1 1 1 1 The mineral aggregate shall be of such size that the percentage composition by weight, as determined by laboratory screens, will conform to the gradation or gradations specified in Table 4, when tested in accordance with ASTM Standard C 136. The final gradations decided on within the limits designated in the table shall be well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on the adjacent sieves, or vice versa. The final designated gradations shall produce a relatively smooth curve when plotted on a semilogarithmic gradation chart. The percentage by weight of the total mix for the bituminous material shall be within the limits specified. TABLE 2. - MARSHALL DESIGN CRITERIA Number of Blows 75 each end of specimen Stability, min- 1800 imum pounds Flow, 0.01 in. 8-16 Percent air voids 3-5 Percent voids in See Table 3 mineral aggregate TABLE 3. - MINIMUM PERCENT VOIDS IN MINERAL AGGREGATE U.S.A. Standard Nominal Maximum Minimum Voids in Sieve Designation Particle Size Mineral Aggregate in. in. Rercent 3/4 0.750 14 8 - 4 TABLE 4. - AGGREGATE -BITUMINOUS SURFACE COURSE Sieve Percentage by Weight Passing Sieves Size 3f4" maximum 3/4 in. 100 1/2 in. 82- 96 3/8 in. 75- 89 No. 4 59- 73 No. 8 46- 60 No. 16 34- 48 No. 30 24- 38 No. 50 15- 27 No. 100 8- 18 No. 200 3- 6 Bitumen per- cent: (of 5.0-7.5 total mix) 1 1 L� I 1 The gradation specified represents the limits which shall determine the suitability of aggregate for use from the sources of supply. The aggregate, as finally selected, shall have a gradation within the limits designated in Table 4 and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve, or vice versa, but shall be uniformly graded from coarse to fine. The job mix tolerances shown in Table 5 shall be applied to the job mix formula to establish a job control grading band. The full tolerances in Table 4 still will apply if application of the job mix tolerances results in a job control grading band outside the master grading band in Table 4. 8 - 5 1 TABLE 5. - JOB MIX FORMULA TOLERANCES (Based On a Single Test) Tolerance Material Plus or Minus Aggregate passing No. 4 sieve or larger 7 percent Aggregate passing Nos. 8, 16, 30, & 50 sieves 4 percent Aggregate passing Nos. 100 & 200 sieves 2 percent Bitumen 0.25 percent Temperature of mix 20°F IM 6w The aggregate gradation may be adjusted within the limits of Table 4, as directed, without adjustments in the contract unit prices. Should a change in sources of materials be made, a new job mix formula shall be established before the new material is used. Deviation from the final approved design for bitumen content and gradation of aggregates shall not be greater than the tolerances permitted and shall be based on daily plant extraction. Extraction tests for bitumen content and aggregate gradation will be made twice daily or as directed by the Engineer. The mixture will be tested for bitumen content in accordance with ASTM D 2171 and for aggregate gradation in accordance with AASHTO T 30. 1 1 Tests on Marshall specimens shall be made twice daily or as directed by the Engineer to retain job control. The mixture shall comply with the requirements of Tables 2 and 3 when tested in accordance with the Marshall method procedures contained in Chapter III of The Asphalt Institute's Manual Series No. 2 (MS-2), current edition. Failure to meet the design criteria will be cause for the Engineer to halt production until the problem is identified and corrected. If the index of retained strength of the specimens of composite mixture, as determined by ASTM D 1075, is less than 75, the aggregates shall be rejected or the asphalt shall be treated with an approved antistripping agent. The amount of antistripping agent added to the asphalt shall be sufficient to produce an index of retained strength of not less than 75. 3-3 Test Section Prior to full production, the Contractor shall prepare a quantity of bituminous mixture according to the job mix formula. The amount of mixture should be sufficient to construct a test section at least 50 feet long and 20 feet wide placed in two sections and shall be of the same depth specified for the construction of the course which it represents. The 1 Now underlying grade or pavement structure upon which the test section is to be constructed shall be the same as the remainder of the course represented by the test section. The equipment used in construction of the test section shall be the same type and weight to be used on the remainder of the course represented by the test section. If the test section should prove to be unsatisfactory, the necessary adjustments to the mix design, plant operation, and/or rolling procedures shall be made. Additional test sections, as required, shall be constructed and evaluated for conformance to the specifications. When test sections do not conform to specification requirements, the pavement shall be removed and replaced at the Contractor's expense. Full production shall not begin without approval of the Engineer. Approved test sections will be paid for in accordance with Paragraph 6, Basis of Payment, hereafter. 4. CONSTRUCTION METHODS 4-1 Weather Limitations The bituminous mixture shall not be placed upon a wet surface or when the surface temperature of the underlying course is less than specified in Table 6. The temperature requirements may be waived, but only when so directed by the Engineer. TABLE 6. - BASE TEMPERATURE LIMITATIONS Mat Thickness Underlying Course Temperature (Minimum) -F 3 in, or greater 40 Greater than 1 in. 45 but less than 3 in. 1 1 in. or less 50 4-2 Bituminous Mixing Plant If the supplier is equipped with an automated plant the automation feature shall be used in the production of bituminous material for the project. If the supplier is equipped with a recordation feature, it also shall be used. Sufficient storage space shall be provided for each size of aggregate. The different aggregate sizes shall be kept separated until they have been delivered to the cold elevator feeding the drier. The storage yard shall be neat and orderly, and the separate stockpiles shall be readily accessible for sampling. Plants used for the preparation of bituminous mixtures shall conform to all requirements under (a), except that scale requirements shall apply only where weight proportioning is used. In addition, batch mixing 8 - 7 1 plants shall conform to the requirements under (b), and continuous mixing plants shall conform to the requirements under (c), and drum mixers shall conform to the requirements under (d). (a) Requirements for All Plants. Mixing plants shall be of sufficient capacity to adequately handle the proposed bituminous construction. (1) Plant scales. Scales shall be accurate to 0.5 percent of the required load. Poises shall be designed to be locked in any position to prevent unauthorized change of position. in lieu of plant and truck scales, the Contractor may provide an approved automatic printer system to print the weights of the material delivered, provided the system is used in conjunction with an approved automatic batching and mixing control system. Such weights shall be evidenced by a weigh ticket for each load. Scales shall be inspected for accuracy and sealed as often as the Engineer may deem necessary. The Contractor shall have on hand not less than ten 50-pound weights for testing the scales. (2) Eguipment for preparation of bituminous material. Tanks for the storage of bituminous material shall be equipped to heat and �fto hold the material at the required temperatures. Beating shall be accomplished by approved means so that flames will not contact the tank. The circulating system for the bituminous material shall be designed to assure proper and continuous circulation during the operating period. Provision shall be made for measuring quantities and for sampling the material in the storage tanks. (3) Cold feeders. The plant shall be provided with accurate mechanical or electrical means for uniformly feeding the aggregates into the drier to obtain uniform production and temperature. When added mineral filler is specified, a separate bin and feeder shall be furnished with its drive interlocked with the aggregate feeders. (4) Drier. The plant shall include a drier(s) which continuously agitates the aggregate during the heating and drying process. (5) Screens. Plant screens, capable of screening all aggregates to the specified sizes and proportions and having normal capacities in excess of the full capacity of the mixer, shall be provided. (6) Bins. The plant shall include storage bins of sufficient capacity to supply a mixer operating at full capacity. Bins shall be arranged to assure separate and adequate storage of appropriate fractions of the mineral aggregates. When used, separate dry storage shall be provided for filler or hydrated lime, and the plant shall be equipped to feed such material into the mixer. Each bin shall be provided with overflow pipes of such size and at such location to prevent backup of material into other compartments or bins. Each compartment shall be provided with its individual outlet gate to prevent leakage. The gates shall cut off quickly and completely. Bins shall be constructed so that samples may be obtained readily. Bins shall be equipped with adequate tell -tale devices which indicate the position of the aggregates in the bins at the lower quarter points. 1 8-8 1 1 (7) Bituminous control unit. Satisfactory means, either by weighing or metering, shall be provided to obtain the specified amount of bituminous material in the mix. Means shall be provided for checking the quantity or rate of flow of bituminous material into the mixer. (8) Thermometric equipment. An armored thermometer of adequate range shall be placed in the bituminous feed line at a suitable location near the charging valve of the mixer unit. The plant shall also be equipped with an approved thermometric instrument placed at the discharge chute of the drier to indicate the temperature of the heated aggregates. The Engineer may require replacement of any thermometer by an approved temperature -recording apparatus for better regulation of the temperature of aggregates. (9) Dust collector. The plant shall be equipped with a dust collector to waste any material collected or to return all or any part of the material uniformly to the mixture as directed. (10) Truck scales. Unless an automatic batching plant with automatic printers is used, the bituminous mixture shall be weighed on approved scales furnished by the Contractor or on public scales at the Contractor's expense. Scales shall be inspected for accuracy and sealed as often as the Engineer deems necessary. (11) Safety requirements. Adequate and safe stairways to the mixer platform and sampling points shall be provided, and guarded ladders to other plant units shall be placed at all points where accessibility to plant operations is required. Accessibility to the top of truck bodies shall be provided by a suitable device to enable the Engineer to obtain sampling and mixture temperature data. Means shall be provided to raise and lower scale calibration equipment, sampling equipment, and other similar equipment between the ground and the mixer platform. All gears, pulleys, chains, sprockets, and P, other dangerous moving parts shall be thoroughly guarded. Ample and unobstructed passage shall be maintained at all times in and around the truck loading area. This area shall be kept free of drippings from the mixing platform. (12) Testing Laboratory. The Owner will perform conformance testing throughout the production of materials for use on the project. Conformance testing will be performed by an independent testing laboratory as specified or as directed by the Engineer. (b) Requirements for Ba.tching Plants. (1) Weigh box or hopper. The equipment shall include a means for accurately weighing each size of aggregate in a weigh box or hopper of ample size to hold a full batch without hand raking or running over. The gate shall close tightly so that no material is allowed to leak into the mixer while a batch is being weighed. (2) Bituminous control. The equipment used to measure the bituminous material shall be accurate to within ± 0.5 percent. The 8 - 9 1 1 1 I low 1 OP bituminous material bucket shall be of a nontilting type with a loose sheet metal cover. The length of the discharge opening or spray bar shall be not less than three -fourths the length of the mixer and it shall discharge directly into the mixer. The bituminous material bucket, its discharge valve(s), and spray bar shall be adequately heated. Steam jackets, if used, shall be efficiently drained, and all connections shall be so constructed that they will not interfere with the efficient operation of the bituminous scales. The capacity of the bituminous material bucket shall be at least 15 percent in excess of the weight of bituminous material required in any batch. The plant shall have an adequately heated, quick -acting, nondrip charging valve located directly over the bituminous material bucket. The indicator dial shall have a capacity of at least 15 percent in excess of the quantity of bituminous material used per batch. The controls shall be constructed to lock at any dial setting and automatically reset to that reading after each additional batch of bituminous material. The dial shall be in full view of the mixer operator. The flow of bituminous material shall be automatically controlled to begin when the dry mixing period is over. All of the bituminous material required for one batch shall be discharged in not more than 15 seconds after the flow has begun. The size and spacing of the spray -bar openings shall provide a uniform application of bituminous material the full length of the mixer. The section of the bituminous line between the charging valve and the spray bar shall have a valve and outlet for checking the meter when a metering device is substituted for a bituminous material bucket. (3) Mixer. The batch mixer shall be an approved type capable of producing a uniform mixture within the job mix tolerances. If not enclosed, the mixer box shall be equipped with a dust hood to prevent loss of dust. The clearance of blades from all fixed and moving parts shall not exceed 1 inch. (4) Control of mixing time. The mixer shall be equipped with an accurate time lock to control the operations of a complete mixing cycle. It shall lock the weigh -box gate after the charging of the mixer and keep it locked until the closing of the mixer gate at the completion of the cycle. It shall lock the bituminous material bucket throughout the dry mixing period and shall lock the mixer gate throughout the dry and wet mixing periods. The dry mixing period is defined as the interval of time between the opening of the weigh -box gate and the introduction of bituminous material. The wet mixing period is the interval of time between the introduction of bituminous material and the opening of the mixer gate. The timing control shall be flexible and shall be capable of settings of 5-second intervals or less throughout a 3-minute cycle. A mechanical batch counter shall be installed as a part of the timing device and shall be designed to register only completely mixed batches. The setting of time intervals shall be at the direction of the Engineer who shall then lock the case covering the timing device until a change is made in the timing periods. 8 - 10 a n (c) Requirements for Continuous Mix Plants. (1) Aggregate proportioning. The plant shall include means for accurately proportioning each size of aggregate. The plant shall have a feeder mounted under each compartment bin. Each compartment bin shall have an accurately controlled individual gate to form an orifice for the volumetric measuring of material drawn from each compartment. The one dimension adjustable by positive feeding orifice shall be rectangular with mechanical means and provided with a lock. Indicators shall be provided for each gate to show the respective gate opening in inches. (2) Weight calibration of aggregate feed. The plant shall include a means for calibration of gate openings by weighing test samples. Provision shall be made so that materials fed out of individual orifices may be bypassed to individual test boxes. The plant shall be equipped to conveniently handle individual test samples of not less than 200 pounds. Accurate scales shall be provided by the Contractor to weigh such test samples. (3) Synchronization of aggregate feed and bituminous material feed. Satisfactory means shall be provided 'to afford positive interlocking control between the flow of aggregate from the bins and the flow of bituminous material from the meter or other proportioning device. This control shall be by interlocking mechanical means or by any other positive method satisfactory to the Engineer. (4) Mixer. The plant shall include an approved continuous mixer adequately heated and capable of producing a uniform mixture within the job mix tolerances. It shall be equipped with a discharge hopper with dump gates to permit rapid and complete discharge of the mixture. The paddles shall be adjustable for angular position on the shafts and shall be reversible to retard the flow of the mix. The mixer shall have a manufacturer's plate giving the net volumetric contents of the mixer at the several heights inscribed on a permanent gauge. Charts shall be provided showing the rate of feed per minute for each aggregate used. M- (d) Requirements for Drum Mixers. (1) Exclusions. Paragraphs 4-2(a)(4) through 4-2(a)(9) do not apply to drum mixers. (2) Aggregate delivery system. An automatic plant shutoff shall be provided to operate when any aggregate bin becomes empty. Provisions shall be provided for conveniently sampling the full flow of materials from each cold feed and the total cold feed. Total cold feed shall 'p be weighed continuously. The weighing system shall have an accuracy of 0.5 percent when tested for accuracy. The plant shall provide positive weight control of the cold aggregate feed by use of a belt scale, or other 1 8 - 11 1 a appropriate device, which will automatically regulate the feed gate and permit instant correction of variations in load. The cold feed flow shall be automatically coupled with the asphalt flow to maintain the required proportions of each material. Provisions shall be made for introducing the moisture content of the cold feed aggregates into the belt weighing signal and correcting wet aggregate weight to dry aggregate weight. Screens or other suitable devices which will reject oversize particles or lumps of aggregate that have been cemented together shall be installed in the feeder mechanism between the bins and the dryer drum. Dry weight of the aggregate flow shall be displayed digitally in appropriate units of weight and time and totalized. (3) Bituminous material and additive delivery systems. Satisfactory means of metering shall be provided to introduce the proper amount of bituminous material and additives into the mix. Delivery systems shall prove accurate to plus or minus 1 percent when tested for accuracy. The bituminous material and additive delivery shall be interlocked with the aggregate weight. The bituminous material and additive flow shall be displayed digitally in appropriate units of volume (or weight) and time shall be totalized. (4) Thermometric equipment. A recording thermometer of adequate range shall be located to indicate the temperature of the bituminous material in storage. The plant shall also be equipped with approved recording thermometers, pyrometers, or other approved recording thermometric instruments at the discharge chute of the drum mixer. (5) Drum mixer. A drum mixer of satisfactory design shall be provided. It shall be capable of drying and heating the aggregate to the moisture and temperature requirements set forth in the paving mixture requirements and capable of producing a uniform mixture. If the quality requirements of Paragraph 3-2 cannot be met, the Contractor will be required to utilize either batch or continuous mix plants. (6) Temporary storage of bituminous mixture. Use of surge bins or storage bins for temporary storage of hot bituminous mixtures will be permitted as follows: (a) The bituminous mixture may be stored in surge bins for a period of time not to exceed 3 hours. (b) The bituminous mixture may be stored in insulated and heated storage bins for a period of time not to exceed 12 hours, provided an inert gas atmosphere is maintained in the bin during the storage period. If the Engineer determines that there is an excessive amount of heat loss, segregation and/or oxidation of the mixture due to temporary storage, use of surge bins or storage bins will be discontinued. 8 - 12 AMMMMMML (e) Inspection of Plant. The Engineer or his authorized representative shall have access, at all times, to all parts of the paving plant for checking adequacy of equipment; inspecting operation of the plant; verifying weights, proportions, and character of materials; and checking the temperatures maintained in the preparation of the mixtures. 4-3 Hauling Equipment Trucks used for hauling bituminous mixtures shall have tight, clean, smooth metal beds. To prevent the mixture from adhering to them, the beds shall be lightly coated with a minimum amount of paraffin oil, lime solution, or other approved material. Each truck shall have a suitable cover to protect the mixture from adverse weather. When necessary, so that the mixture will be delivered to the site at the specified temperature, truck beds shall be insulated and covers shall be securely fastened. 4-4 Bituminous Pavers Bituminous pavers shall have self-contained, power -propelled units with an activated screed or strike -off assembly, heated if necessary, and shall be capable of spreading and finishing courses of bituminous plant mix material which will meet the specified thickness, smoothness, and grade. The paver shall have a receiving hopper of sufficient capacity to u' permit a uniform spreading operation. The hopper shall be equipped with a distribution system to place the mixture uniformly in front of the screed. The screed or strike -off assembly shall effectively produce•a•finished surface of the required evenness and texture without tearing, shoving, or gouging the mixture. 1 1 I 1 The paver shall be capable of operating at forward speeds consistent with satisfactory laying of the mixture. The paver shall be equipped with a control system capable of automatically maintaining the screed elevation as specified herein. The control system shall be automatically actuated from either a reference line or surface through a system of mechanical sensors or sensor -directed mechanisms or devices which will maintain the paver screed at a predetermined transverse slope and at the proper elevation to obtain the required surface. The controls shall be capable of working in conjunction with any of the following attachments. The actual method used shall be approved by the Engineer. (a) Ski -type device of not less than 30 feet in length or as directed by the Engineer. (b) Taut stringline (wire) set to grade. (c) Short ski or shoe. 4-5 Rollers Rollers may be of the vibratory, steel wheel, or pneumatic - tired type. They shall be in good condition, capable of reversing without 8 - 13 1 backlash, and operating at slow speeds to avoid displacement of the bituminous mixture. The number, type, and weight of rollers shall be sufficient to compact the mixture to the required density without detrimentally affecting the compacted material. 4-6 Preparation of Bituminous Material The bituminous material shall be heated to the specified temperature in a manner that will avoid local overheating and provide a continuous supply of the bituminous material to the mixer at a uniform temperature. The temperature of the bituminous material delivered to the mixer shall be sufficient to provide a suitable viscosity for adequate coating of the aggregate maximum temperature set forth in Table 1 and not be more than 25°F above the temperature of the aggregate as specified in Paragraph 4-7. 4-7 Preparation of Mineral Aggregate The aggregate for the mixture shall be dried and heated to the temperature designated by the job formula within the job tolerance specified. The maximum temperature and rate of heating shall be such that no permanent damage occurs to the aggregates. Particular care shall be taken that aggregates high in calcium or magnesium content are not damaged by overheating. The temperature shall not be lower than is required to obtain complete coating and uniform distribution on the aggregate particles and to provide a mixture of satisfactory workability. 4-8 Preparation of Bituminous Mixture The aggregates and the bituminous material 'shall be measured or gauged and introduced into the mixer in the amount specified by the job mix formula. The combined materials shall be mixed until a complete and uniform coating of the particles and a thorough distribution of the bituminous material throughout the aggregate are secured. Wet mixing time shall be approved by the Engineer for each plant and for each type aggregate used. Normally, the mixing time after introduction of bituminous material should not be less than 30 seconds. For continuous mix plants, the minimum mixing time shall be determined by dividing the weight of its contents at operating level by the weight of the mixture delivered per second by the mixer. Mixing time (seconds) — Pugmill dead capacity in pounds Pugmill output in pounds per second 4-9 TransRorting, Spreading and Finishing The mixture shall be transported from the mixing plant to the point of use in vehicles conforming to the requirements of Paragraph 4-3. Deliveries shall be scheduled so that spreading and rolling of all mixture prepared for one day's run can be completed during daylight, unless adequate artificial lighting is provided. Hauling over freshly placed material shall not be permitted until the material has been compacted, as specified, and allowed to cool to atmospheric temperature. Immediately before placing the bituminous mixture, the underlying course shall be cleared of all loose or deleterious material with 8 - 14 1 1 FA r� SECTION 7 BITUMINOUS TACK COAT FAA ITEM P-603 ON 1-1 General This item shall consist of supplying and applying bituminous material to a previously prepared, bonded and/or bituminized binder, leveling, or base course or existing pavement in accordance with these specifications and to the width shown on the typical cross section on the plans. 1-2 Quantity of Material The approximate amount of bituminous material per square yard for the tack coat shall be 0.05 to 0.20 gallons per square yard. The exact amount shall be as ordered by the Engineer. 2. MATERIALS 2-1 Bituminous Material The types, grades, controlling specifications, and application temperatures for the bituminous materials follow. Application Type and Grade Specification temperature Cutback asphalt RC-250 THD Item 300 125°-180"F. 3. CONSTRUCTION METHODS 3-1 Weather Limitations The tack coat shall be applied only when the existing surface is dry, when the atmospheric temperature is above 60°F., and the weather is not foggy or rainy. The temperature requirements may be waived, but only when so directed by the Engineer. 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 have pneumatic tires of such width and number that the load produced on the surface shall not exceed 650 pounds per inch of 7 - 1 AM tire width, and it shall be , designed, equipped, and operated so that bituminous g material at even heat may be applied uniformly on variable widths of surface at readily controlled rates from 0.05 to 2.0 gallons per square yard. The material shall be applied within a pressure range of 25 to 75 pounds per square inch and with an allowable variation from any specified rate not to exceed 5%. Distributor equipment shall include a tachometer, pressure gauges, volume -measuring devices, and a thermometer for reading temperatures of tank contents. 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 to remove all loose dirt and other objectionable material. The application of the bituminous material shall be made by means of a pressure distributor at the pressure, temperature, and in the amounts directed by the Engineer. Following the application, the surface shall be allowed to cure without being disturbed for such period of time as may be necessary to permit k' 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 Pr next course has been placed. Suitable precautions shall be taken by the Contractor to protect the surface against damage during this interval, including any sand necessary to blot up excess bituminous material'.` 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 vendor's certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The report shall be delivered to the Engineer before permission is granted for use of the material. The furnishing of the vendor's certified test report for the bituminous material shall not be interpreted as a basis for final acceptance. All such test reports shall be subject to verification by testing samples of material received for use on the project. 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 Iuntil the initial outage and temperature measurements have been taken by the LF] 7 - 2 1 io IR 1 1 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. 4. METHOD OF MEASUREMENT The bituminous tack coat to be paid for shall be the number of gallons of the material used as ordered for accepted work, corrected to 60"F., in accordance with the temperature -volume correction tables for asphalt contained in ASTM D-1250. 5. BASIS OF PAYMENT Payment shall be made at the contract unit price per gallon of bituminous tack coat. This price shall be full compensation for furnishing all materials and for all preparation, delivering, and application of these materials and for all labor, equipment, tools, and incidentals necessary to complete the item. END OF SECTION 7 - 3 1 �� v 5 power blowers, power brooms, or hand brooms as directed. Prior to overlaying, all cracks 1/4 inch or more in width in the existing surface shall be cleaned and filled with a lean mixture of sand and bituminous material. This mixture should be well tamped in place and any excess removed level with the pavement surface. 4 The mix shall be placed at a temperature of not less than 225°F. Moisture content of the mix shall not exceed 1 percent. Upon arrival, the mixture shall be spread to the full width by an approved bituminous paver. It shall be struck off in a uniform layer of such depth that, when the work is completed, it shall have the required thickness and shall conform to the grade and contour indicated. The speed of the paver shall be regulated to eliminate pulling and tearing of the bituminous mat. Unless otherwise directed, placing shall begin along the centerline of areas to be paved on a crowned section or on the high side of areas with a one-way slope. The mixture shall be placed in consecutive adjacent strips having a minimum width of 10 feet, except where edge lanes require strips less than 10 feet to complete the area. The longitudinal joint in one layer shall offset that in the layer immediately below by at least 1 foot; however, the joint in the top layer shall be at the centerline of the pavement. Transverse joints in one layer shall be offset by at least 2 feet from transverse joints in the previous layer. Transverse joints in adjacent lanes shall be offset a minimum of 10 feet. On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the mixture may be spread, raked, and luted by hand tools. 4-10 Compaction of Mixture After spreading, the mixture shall be thoroughly and uniformly compacted with power rollers. Rolling of the mixture shall begin as soon after I spreading as it will bear the roller without undue displacement or hair checking. Rolling shall be initiated with the drive wheel toward the paving machine. The sequence of rolling for the first paving lane should be to first roll the lower edge (with reference to the transverse slope) of the lane and 4 then roll the upper edge. The interior of the lane should then be rolled from the lower side toward the upper with overlapping roller paths. On adjoining paving lanes rolling shall begin by overlapping the joint (with the previous lane) by 5 to 8 inches and then rolling the outside edge of the new lane. The interior is rolled from the outside edge toward the compacted joint with overlapping wheel paths. Alternate paths of the roller shall be of slightly different lengths. The speed of the roller shall, at all times, be sufficiently slow to avoid displacement of the hot mixture. Any displacement occurring as a result of reversing the direction of the roller, or from any other cause, shall be corrected at once by rakes and fresh mixture. Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until all roller marks are eliminated, the 8 - 15 1 surface is of uniform texture and true to grade and cross section, and the required field density is obtained. To prevent adhesion of the mixture to the roller, the wheels shall be kept properly moistened, but excessive water will not be permitted. In areas not accessible to the roller, the mixture shall be thoroughly compacted with hot hand tampers. Any mixture which becomes loose and broken, mixed with dirt, or in any way defective shall be removed and placed with fresh hot mixture and immediately compacted to conform to the surrounding area. This work shall be done at the Contractor's expense. Skin patching shall not be allowed. 4-11 Joints The formation of all joints shall be made in such a manner as to ensure a continuous bond between old and new sections of the course. All joints shall present the same texture, density, and smoothness as other sections of the course. The roller shall not pass over the unprotected end of the freshly laid mixture except when necessary to form a transverse joint. When necessary to form a transverse joint, it shall be made by means of placing a bulkhead or by tapering the course, in which case the edge shall be cut back to its full depth and width on a straight line to expose a vertical face. In both methods all contact surfaces shall be given a tack coat of bituminous material before placing any fresh mixture against the joint. Longitudinal joints which are irregular, damaged, or otherwise defective shall be cut back to expose a clean, sound surface for the full depth of the course. All contact surfaces shall be given a tack coat of bituminous material prior to placing any fresh mixture against the joint. 4-12 Shaping Edges r While the surface is being compacted and finished, the Contractor shall carefully trim the outside edges of the pavement to the proper alignment. Edges so formed shall be beveled while still hot with the back of a rake or a smoothing iron and thoroughly compacted by tampers or by other satisfactory methods. 4-13 Sampling and Testing Bituminous Mixture for Compaction Bituminous concrete will be accepted for density on a lot basis. A lot will consist of 1000 tons or each days production and will be divided into 4 equal sublots. One test shall be made for each sublot. Pavement density will be determined by taking, for each lot, the average density of four laboratory -prepared specimens, taken from trucks delivering mixture to the site. The specimens will be compacted in accordance with ASTM D 1559, Section 3.5, except that the temperature of the mixture immediately prior to completion shall be 250°F± 5°. The sample of mixture can 8 - 16 I u, be placed in an over for not more than 30 minutes to maintain the heat, but it shall not be reheated if it cools before use. Each lot of compacted pavement will be accepted, with respect to density, when the average field density is equal to or greater than 98 percent of the average density of the laboratory -prepared specimens. Four field density determinations will be made for each lot. Cores taken from the pavement will be used to test the field density. The density of the laboratory -prepared specimens and the cored samples will be determined in accordance with ASTM D 2726 or D 1188, whichever is applicable. Bituminous mixture sampled for laboratory specimens and the location of sampling sites within a lot's placement area shall be chosen on a random basis in accordance with procedures contained in Appendix C of The Asphalt Institute's Specification Series No. 1 (SS-1), Fifth Edition and as directed by the Engineer. Cores will be taken in accordance with the requirements of Paragraph 4-15 of this Section. Sliding scale pay factors (SSPF) for pavements which fail to meet specified densities are listed in Table 7 and shall be applied to each lot. TABLE 7. - SLIDING SCALE PAY FACTORS Average Percent Recommended Density Percent Payment 98.0 and greater 100 97.0 - 97.9 98 96.0 - 96.9 90 95.0 - 95.9 75 Less than 95.0 reject 4-14 Surface Tests �r Tests for conformity with the specified crown and grade shall be 4 made by the Contractor immediately after initial compression. Any variation shall be corrected by the removal or addition of materials and by continuous rolling. The finished surface shall not vary more than 1/4-inch for the surface course when tested with a 16-foot straightedge applied parallel with, or at right angles to, the centerline. Deviation shall not exceed 1/16-inch per foot. 8 - 17 1 After completion of final rolling, the smoothness of the course shall again be tested; humps or depressions exceeding the specified tolerances or that retain water shall be immediately corrected by removing the defective work and replacing with new material, as directed by the Engineer. This shall be done at the Contractor's expense. The finished surfaces of bituminous courses shall not vary from the gradeline, elevations, and cross sections shown on the contract drawings by more than 1/4-inch for runways or 1/2-inch for taxiways and aprons. The Contractor shall correct pavement areas varying in excess of this amount by removing and replacing the defective work. Skin patching will not be permitted. 4-15 Sampling Pavement Samples of the completed pavement shall be removed from locations designated by the Engineer to enable him to determine the composition, compaction, and density of the pavement. Samples for each day or fraction thereof shall be taken. The Contractor shall replace the pavement free of charge. If the pavement is deficient in composition, compaction, or thickness, satisfactory correction shall be made as directed by the Engineer. 4-16 Tolerance In Pavement Thickness The thickness of the pavement shall be determined by average caliper measurement of cores tested in accordance with AASHTO T 148. Pavement thickness shall be not less than the specified minimum thickness. For the purpose of determining the thickness of pavement, units to be considered separately are defined as 1,000 linear feet of pavement in each paving lane starting from the end of the pavement bearing the smaller station number. The last unit in each lane shall be 1,000 feet plus the fractional part of 1,000 feet remaining. One core shall be taken at random in each unit. When the measurement of the core from a unit is not deficient from the specified minimum thickness full payment will be made. When the measurement of any core is less than the specified minimum thickness, the actual thickness of the pavement in this area shall be determined by taking additional cores at not less than 10-foot intervals parallel to the centerline in each direction from the affected location, until in each direction core is found which is not deficient. Areas found deficient in thickness shall be removed and replaced with surfacing of the minimum thickness specified. Cores shall be taken at the discretion of the Engineer. No additional payment over the unit contract bid price shall be made for any pavement which has a thickness in excess of that shown on the plans. 8 - 18 I 5. METHOD OF MEASUREMENT The quantity of bituminous surface course to be paid for will be the number of tons of surface course, completed and accepted. 1 6. BASIS OF PAYMENT Payment for bituminous surface course shall be made at the contract unit price per ton. The price shall be full compensation for furnishing all materials, for all preparation, mixing, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. When sliding scale pay factors are applied to pavements with density less than that specified, payment for the material in that lot will be made at a reduced price arrived at by multiplying the contract unit price by the pay factor. END OF SECTION R 8 - 19 SECTION 9 PORTLAND CEMENT CONCRETE PAVEMENT FAA ITEM P-501 1. DESCRIPTION 1-1 General This work shall consist of pavement composed of portland cement concrete, with or without reinforcement as shown on the plans constructed on a prepared subbase course in accordance with these specifications and shall conform to the lines, grades, thicknesses, and typical cross sections shown on the plans. Concrete pavement shall be constructed with the use of conventional stationary forming as specified herein. The slip -form method of pavement construction will not be allowed. 2. MATERIALS 2-1 Fine Aggregate Fine aggregate for concrete shall conform to the requirements of ASTM C33 and shall meet the requirements of Table 1. TABLE 1. - GRADATION FOR FINE AGGREGATE Sieve Designation Percentage by Weight (Square Openings) Passing Sieves 3/8 in. 100 No. 4 95-100 No. 8 80-100 No. 16 50- 85 No. 30 25- 60 No. 50 10- 30 No. 100 2- 10 2-2 Coarse Aggregate Coarse aggregate shall conform to the requirements of ASTM C33 except that where the requirements for sodium sulphate soundness cannot be met, a weighted loss in excess of 12%, but not to exceed 14% will be accepted provided the coarse aggregate can be shown to have a satisfactory service record of at 9 - 1 least 5 years duration under similar conditions of service and exposure. Gradation shall be in accordance with either gradation in Table 2. TABLE 2. - GRADATION FOR COARSE AGGREGATE Sieve A B Designations Designations From 2" to No. 4 From 1-1/2" to No. 4 (square openings) Percentage by Weight passing Sieves in. 2"-1" 1"-No.4 1-1/2"-3/4" 3/4"-No.4 2-1/2 --- --- --- --- 2 90-100 --- 100 --- 1-1/2 35- 75 100 90-100 --- 1 0- 15 95-100 25- 55 100 3/4 --- --- 0- 15 95-100 1/2 0- 5 25- 60 --- --- 3/8 --- --- 0- 5 20- 55 No. 4 --- 0- 10 --- 0- 10 No. B --- 0- 5 --- 0- 5 The percentage of wear shall be no more than 40 when tested in accordance with ASTM C131 or ASTM C535. 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% by weight of particles with two or more fractured faces. The aggregate shall be composed of sound, tough, durable particles and shall meet the requirements for deleterious substances given in ASTM C33. The aggregate in any size group shall not contain more than 8 percent by weight of flat or elongated pieces. 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. t 2-3 Cement Cement shall conform to the requirements of ASTM C150, Type I. 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. 2-4 Premolded Joint Filler Premolded joint filler for expansion joints shall conform to the requirements of ASTM D1751 or ASTM D1752 as specified 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 authorized for a joint, the abutting ends shall be fastened securely and held accurately to shape by stapling or other positive fastening means satisfactory to the Engineer. 2-5 Joint Sealer The joint sealer for the joints in the concrete pavement shall meet the requirements of Section 13, "Joint Sealing Filler" and shall be of the type specified. 2-6 Steel Reinforcing Bar mats for steel reinforcing shall conform to the requirements of ASTM A184 fabricated with bars conforming to the requirements of ASTM A615, Grade 60. Welded wire fabric for steel reinforcing shall conform to the requirements of ASTM A497 using deformed wire in both directions. Splices for bars shall be made as shown on the plans by lapping the bars the required amount 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 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. 2-7 Smooth Dowel Bars 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. Before delivery to the construction site, a minimum of two-thirds of the length of each dowel bar shall be painted with one coat of oil lead or tar paint. If plastic or epoxy -coated steel dowels are used, no lead L. or tar paint coating is required, except when specified for a particular 1 9-3 situation on the contract plans. Coated dowels shall conform to the requirements given in AASHTO M254. Split dowels shall be of the threaded type, of approved design. The external and internal threaded portion of the split dowels shall conform to the thread designation given in the table below, as defined in the national Bureau of Standards Handbook H28. When 3-piece split dowels are furnished, the minimum length coupling shall be as indicated in the table below. Dowel diameter, inches thread designation 3/4 7/8 - 9 1 1-1/4 1-1/2 2 3 1-1/8 - 7 1-3/8 - 6 1-3/4 - 5 -UNC - 2A-RH -UNC - 2A-RH -UNC - 2A-RH -UNC - 2A-RH 2-1/4-4-1/2 -UNC - 2A-RH 3-1/4 - 4 -UNC - 2A-RH Minimum coupling length, inches 2 2-1/2 3 3-3/4 4-3/4 6-3/4 The minimum length of each external threaded portion of the split dowels shall not be less than the nominal diameter of the dowel. Split dowels, when assembled in place, shall be straight, with length as specified, and shall have all external threads enclosed. End faces of couplings and of female portions of split dowels shall be squared to assure proper alignment of the dowel during installation. The sleeves for dowel bars at expansion joints shall be metal of an approved design to cover 2 to 3 inches of the dowel, with a closed end, and with a suitable stop to hold the end of the bar at least 1 inch from the closed end of the sleeve. Sleeves shall be of such design that they will not collapse during construction. follows: The diameter and length of the smooth dowel bars shall be as 9 - 4 1 t 1 Y 1 Nominal Pavement Thickness Diameter Length Spacing inches) (inches) (inches) (inches) 6- 7 3/4 18 12 8-12 1 19 12 13-16 1-1/4 20 15 17-20 1-1/2 20 18 21-24 2 24 18 2-8 Deformed Dowel Bars Deformed bars shall be used for dowel bars only in the locations specifically noted on the plans. The deformed bars shall conform to the requirements of ASTM A615, Grade 60. Deformed dowel bars may be sheared to length. 2-9 Tie Bars Tie bars shall conform to the requirements of ASTM A615, Grade 60. 2-10 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 and shall meet the suggested requirements of AASHTO T 26. Water known to be of potable quality may be used without testing. Where the source of water is relatively shallow, the intake shall be so enclosed as to exclude silt, mud, grass, or other foreign materials. 2-11 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 C309, Type 2 (all resin base). (b) White polyethylene film for curing concrete shall conform to the requirements of ASTM C171. (c) White burlap -polyethylene sheeting for curing concrete shall conform to the requirements of ASTM C171. (d) Waterproof paper for curing concrete shall conform to the requirements of ASTM C171. 2-12 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 9 - 5 1 1 material to be furnished meets all of the requirements indicated below. In addition, the Engineer may require the Contractor to submit complete test data from an approved laboratory showing that the material to be furnished meets all of the requirements of the cited specifications. Subsequent tests will 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) Pozzolanic Admixtures. Pozzolanic admixtures shall be fly ash or raw or calcined material pozzolans meeting the requirements of ASTM C618 with the exception of loss of ignition, where the maximum should be less than 6 percent. (b) Air -Entraining Admixtures. Air -entraining admixtures shall meet the requirements of ASTM C260 and shall be added to the mixer in the amount necessary to produce the specified air content. The air- entraining agent and the water reducer admixture shall be compatible. (c) Water -Reducing Admixtures. Water -reducing, set -controlling admixtures shall meet the requirements of ASTM C494, Type A, water -reducing or Type D, water -reducing and retarding. Water -reducing admixtures shall be added at the mixer separately from air -entraining admixtures in accordance with the manufacturer's printed instructions. (d) Hip -Range Water-Reducinz Admixtures. High -range water - reducing admixtures (super plasticizer) shall meet the requirements of ASTM C494, Type F or Type G. The high -range water -reducing admixture and the air entraining agent shall be compatible. 3. CONSTRUCTION METHODS 3-1 Equipment Equipment and tools necessary for handling materials and performing all parts of the work shall be approved by the Engineer as to design, capacity, and mechanical condition. The equipment shall be at the job site before the start of construction operations for examination and approval. (a) Batching Plant and Eauipment. (1) General. The batching plant shall include bins, weighing hoppers, and scales for the fine aggregate and for each size of coarse aggregate. If bulk cement is used, a bin, hopper, and separate scale for cement shall be included. The weighing hoppers shall be properly sealed and vented to preclude dusting during operation. (2) Bins and hoover. Bins with adequate separate compartments for fine aggregate and for each required size of coarse aggregate shall be provided in the Batching plant. Each compartment shall discharge efficiently and freely into the weighing hopper. Means of control shall be provided so that, as the quantity desired in the weighing hopper is approached, the material may be added slowly and shut off with precision. A port or other opening for removing an overload of any one of the several materials from the 9 - 6 hopper shall be provided. Weighing hoppers shall be constructed to eliminate accumulations of materials and to discharge fully. (3) Scales. The scales for weighing aggregates and cement shall be of either the beam or the springless dial type. They shall be accurate within 0.5 percent throughout their range of use. When beam- type scales are used, provisions such as a "telltale" dial shall be made for indicating to the operator that the required load in the weighing hopper is being approached. A device on the weighing beams shall clearly indicate critical position. Poises shall be designed to be locked in any position and to prevent unauthorized change. The weight beam and "telltale" device shall be in full view of the operator while charging the hopper, and the operator shall have convenient access to all controls. Scales shall be inspected and sealed as often as the Engineer may deem necessary to assure their continued accuracy. The Contractor shall have on hand not less than ten 50-pound weights. These weights shall be used for testing of all scales as directed by the Engineer. (b) Mixers. (1) General. Concrete may be mixed at a central plant, or wholly or in part in truck mixers. Each mixer shall have attached in a prominent place a manufacturer's nameplate showing the capacity of the drum in terms of volume of mixed concrete and the speed of rotation of the mixing drum or blades. A device accurate within 3 percent and satisfactory to the Engineer shall be provided at the mixer for determining the amount of air -entraining agent or other admixture to be added to each batch. Mixers shall be examined daily for the accumulation of hard concrete or mortar and the wear of blades. (2) Central Plant mixer. Mixing shall be in an approved mixer capable of combining the aggregates, cement, and water into a thoroughly mixed and uniform mass within the specified mixing period, and of discharging the mixture without segregation. Central plant mixers shall be equipped with an acceptable timing device that will not permit the batch to be discharged until the specified mixing time has elapsed. The water system for a central mixer shall be either a calibrated measuring tank or a meter and shall not necessarily be an integral part of the mixer. The mixers shall be cleaned at suitable intervals and shall be examined daily for changes in condition due to accumulation of hard y. concrete or mortar or wear of blades. The pickup and throwover blades shall be replaced when they have worn down 3/4-inch or more. The Contractor shall have I 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 C94. 9 - 7 (4) TNonagitator trucks. Nonagitating hauling equipment shall conform to the requirements of ASTM C94. (c) Finishing Equipment. (1) Finishing machine. The finishing machine shall be equipped with one or more oscillating -type transverse screeds. In lieu of a finishing machine, a vibratory screed, supplemented by hand-held vibrators, will be allowed for pavements constructed with concrete containing super-plastizer. An adequate number of hand-held vibrators shall be provided to insure adequate consolidation of the concrete. (2) Vibrators. For side -form construction, vibrators may be either the surface pan type for pavements less than 8 inches thick or the internal type with either immersed tube or multiple spuds, for the full width of the concrete slab. They may be attached to the spreader or the finishing machine, or they may be mounted on a separate carriage. They shall not come in contact with the joint, load -transfer devices, subgrade, or side forms. The frequency of the surface vibrators shall not be less than 3,500 vibrations per minute, and the frequency of the internal type shall not be less than 7,000 vibrations per minute for spud vibrators. When spud -type internal vibrators are used adjacent to the side forms, they shall have a frequency of not less than 3,500 vibrations per minute. Hand vibrators should be used to consolidate the concrete along forms and other isolated areas. (d) Concrete Saw. When sawing of joints• is specified, the Contractor shall provide sawing equipment adequate in number of units and power to complete the sawing to the required dimensions and at the required rate. The Contractor shall provide at least one standby saw in good working order. An ample supply of saw blades shall be maintained at the site of the work at all times during sawing operations. The Contractor shall provide adequate artificial ++ lighting facilities for night sawing. All of this equipment shall be on the job both before and at all times during concrete placement. (e) Forms. Straight side forms shall be made of steel having a thickness of not less than 7/32-inch and shall be furnished in sections not less �. than 10 feet in length. Forms shall be in one piece for the full depth required except as hereinafter permitted. Where the drawings require several different thicknesses for the same slab, forms may be built up with metal or wood to provide an increase in depth of not more than 25 percent. The required form depth may be obtained by securely bolting or welding to the bottom of the form a tubular metal section of the proper thickness or by securely bolting wood planks to the bottom of the form. The tubular metal section or wood planks shall completely cover the underside of the base of the form and shall extend beyond the edge of the base a sufficient distance to provide the necessary stability. The base width of the one-piece form, or built-up form, shall be not less than eight -tenths of the vertical height of the form, except that forms 8 inches or r less in vertical height shall have a base width not less than the vertical height h, of the form. Flexible or curved forms of proper radius shall be used for curves of 100-foot radius or less. Flexible or curved forms shall be of a design acceptable to the Engineer. Forms shall be provided with adequate devices for secure settings so that when in place they will withstand, without visible spring 1 9 - 8 or settlement, the impact and vibration of the consolidating and finishing equipment. Flange braces shall extend outward on the base not less than two-thirds the height of the form. Forms with battered top surfaces and bent, twisted, or broken forms shall be removed from the work. Repaired forms shall not be used until inspected and approved. Built-up forms shall not be used, except as approved by the Engineer. The top face of the form shall not vary from a true plane more than 1/8-inch in 10 feet, and the upstanding leg shall not vary more than 1/4-inch. The forms shall contain provisions for locking the ends of abutting sections together tightly for secure setting. 3-2 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 grade shall be thoroughly tamped, either mechanically or by hand, at both the inside and outside edges of the base of the forms. Forms shall be staked into place with not less than 3 pins for each 10-foot section. i' A pin shall be placed at each side of every joint. Form sections shall be tightly locked and shall be free from play or movement in any direction. The forms shall not deviate from true line by more than 1/4-inch at any point. 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. When any form has been disturbed or any grade has become unstable, the form shall be reset and rechecked. 3-3 Conditioning of Underlying Course The prepared grade shall be well moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from the concrete. Ruts or depressions in the subgrade or subbase caused by hauling or usage of other equipment shall be filled as they develop with suitable material (not with concrete or concrete aggregates) and thoroughly compacted by rolling in accordance with applicable sections of these specifications. If damage occurs to a stabilized subbase, it shall be corrected full depth by the Contractor in accordance with applicable sections of these specifications or the damaged areas filled with concrete integral with the pavement. A multiple -pin templet weighing not less than 1,000 pounds per 20 feet or other approved templet shall be provided and operated on the forms immediately in advance of the placing of the concrete. The templet shall be propelled only by hand and not attached to a tractor or other power unit. Templets shall be 6- adjustable so that they may be set and maintained at the correct contour of the underlying course. The adjustment and operation of the templet shall be such as will provide an accurate retest of the grade before placing the concrete thereon. All excess material shall be removed. Low areas in unstabilized areas may be filled and compacted in a manner approved by the Engineer, to a condition equal to that of the surrounding grade or, if permitted, filled with concrete integral with the pavement. 41. 9 - 9 1 NhL 1 In cold weather, the underlying subbase shall be protected so that It will be entirely free from frost when the concrete is placed, The use of chemicals to eliminate frost in the underlying material will not be permitted. The templet shall be maintained in accurate adjustment, at all times by the Contractor, and should be checked daily, The work described under the foregoing paragraphs does not constitute a regular subgrading operation, but rather a final accurate check of the underlying course. 3-4 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 built up in layers of not more than 3 feet in thickness. Each layer shall be completely in place before beginning the next layer and shall not be allowed to "cone" down over the next lower layer. Aggregates from different sources and of different grading shall not be stockpiled together. Improperly placed stockpiles will not be accepted by the Engineer. The Contractor shall maintain a stockpile of aggregates for ten days of concrete construction. Aggregates shall be handled from stockpiles or other sources to the batching plant in such manner to secure the specified grading of the material. Aggregates that have become segregated or mixed with earth or foreign material shall not be used. All aggregates produced or handled by hydraulic methods, and washed aggregates, shall be stockpiled or binned for draining at least 12 hours before being hatched. Rail shipments requiring more than 12 hours will be accepted as adequate binning only if the car bodies permit free drainage. The fine aggregate and coarse aggregate shall be separately weighed into hoppers in the respective amounts set by the Engineer in the job mix. Cement shall be measured by weight. Separate scales and hopper, with a device to positively indicate the complete discharge of the batch of cement into the batch box or container, shall be used for weighing the cement. When required by the contract or when permitted, batching plants shall be equipped to proportion aggregates and bulk cement, by weight, automatically using interlocked proportioning devices of an approved type. When bulk cement is used, the Contractor shall use a suitable method of handling the cement from weighing hopper to 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 of the actual presence in each batch of the entire cement content specified. When cement is placed in contact with the aggregates, batches may ry be rejected unless mixed within 1-1/2 hours of such contact. Batching shall be i conducted so that the results in the weights of each material required will be within a tolerance of 1 percent for cement and 2 percent for aggregates. r Water may be measured either by volume or by weight. The accuracy of measuring the water shall be within plus or minus 1 percent of required 9 - 10 amounts. Unless the water is to be weighed, the water -measuring equipment shall include an auxiliary tank from which the measuring tank shall be filled. The measuring tank shall be equipped with an outside tap and valve to provide for checking the setting, unless other means are provided for readily and accurately determining the amount of water in the tank. The volume of the auxiliary tank shall be at least equal to that of the measuring tank. Methods and equipment for adding air -entraining agent or other admixtures to the batch, when required, shall be approved by the Engineer. All admixtures shall be measured into the mixer with an accuracy of plus or minus 3 percent. 3-5 Proportions Proportioning requirements for concrete shall be designed for a flexural strength of 700 psi at 28 days. Prior to the start of paving operations and after approval of all material to be used in the concrete, the Contractor shall submit to the Engineer for approval test certificates, from an approved commercial laboratory, on the concrete mix proposed for use on this project. Certificates shall include tests made on six flexure test specimens. Three specimens for the design shall be tested at 7 days and three at 28 days. The costs of preconstruction mix design and tests shall be borne by the Contractor. Additional test certificates shall be furnished by the Contractor at his expense if the material source is changed or if construction tests indicate marked variations from the original tests. Flexural strength shall be as specified at 28 days using test specimens prepared in accordance with ASTM C31 and tested in accordance with ASTM C78. The mix determined shall be workable concrete having a slump between 1 and 2 1/2 inches as determined by ASTM C143. If high -range water -reducing admixtures are used, the initial slump range of 1 to A inches shall not exceed 8 inches after the addition of the high -range water -reducing admixture. The minimum cement content shall be maintained to produce concrete of suitable durability and workability. The maximum water -cement ratio specified for concrete shall not be exceeded. Entrained air shall be required to increase durability and provide workability. The cement content shall not be less than 5.5 sacks per cubic yard nor shall the water -cement ratio, including free surface moisture on the aggregates but not including moisture absorbed by the aggregates, be more than 5.5 gallons per sack of cement. The cement content shall be determined in accordance with ASTM C138. 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 mixed air -entrained concrete shall be based upon trial mixes with the materials to be used in the work adjusted to produce concrete of the required plasticity and workability. The percentage of air entrainment in the mix shall be 5-1/2 percent plus or minus 1-1/2 percentage points. Air content shall he determined by testing in accordance with ASTM C231 for gravel and stone coarse aggregate and ASTM C173 for other highly porous coarse aggregate. All concrete shall be air -entrained concrete. M0' 3-6 Field Test Specimens During construction, concrete samples shall be taken in the field to determine the consistency, air content, and strength of the concrete. Flexural test beams shall be made each day that the concrete is placed. Each group of test beams shall be molded from the same batch of concrete and shall consist of a sufficient number of specimens to provide two flexural strength tests at each test age. The specimens shall be made in accordance with ASTM C31. However at the start of paving operations and when the aggregate source, aggregate characteristics, or mix design is changed, additional groups of test beams may be required until the Engineer is satisfied that the concrete mixture being used complies with the strength requirements of these specifications. Test ages will be 7 days and 28 days. When it appears that the test specimens will fail to conform to the requirements for strength, the Engineer shall have the right to order changes in the concrete sufficient to increase the strength to meet these requirements. When a satisfactory relationship between 7-day and 28-day strengths has been established and approved, the 7-day test results may be used as an indication of the 28-day strengths. However, the 7-day test results will not replace the results of the 28-day tests if the 28-day results fall below the requirement. Concrete pavement will be tested for flexural strength on a lot basis. A lot will consist of each days production. Two sets of beams will be made for each lot. Random samples will be taken from the plastic concrete at the site in accordance with accepted statistical procedures. A unit price penalty will be assessed in accordance with Paragraph 8-1(a) for pavement that fails to meet the required flexural strength. 3-7 Mixing Concrete The concrete may be mixed in a central mix plant or in truck mixers. The mixer shall be of an approved type and capacity. Mixing time shall be measured from the time all materials, except water, are emptied into the drum. Ready -mixed concrete shall be mixed and delivered in accordance with the requirements of ASTM C94, except that the minimum required revolutions of the mixing speed for transit mixed concrete may be reduced to not less than that recommended by the mixer manufacturer. The number of revolutions recommended by the mixer manufacturer shall be indicated on the manufacturer's serial plate attached to the mixer. The Contractor shall furnish test data acceptable to the Engineer verifying that the make and model of the mixer will produce uniform concrete conforming to the provisions of ASTM C94 at the reduced number of revolutions shown on the serial plate. When mixed in a central mixing plant, the mixing time shall not be less than 50 seconds nor more than 90 seconds. Mixing time ends when the discharge chute opens. Transfer time in multiple drum mixers is included in mixing time. The contents of an individual mixer drum shall be removed before a succeeding batch is emptied therein. The mixer shall be operated at the drum speed as shown on the GR manufacturer's nameplate on the approved mixer. Any concrete mixed less than the specified time shall be discarded at the Contractor's expense. The volume of concrete mixed per batch shall not exceed the mixer's nominal capacity in 9 - 12 cubic feet, as shown on the manufacturer's standard rating plate on the mixer. An overload up to 10 percent above the mixer's nominal capacity may be permitted provided concrete test data for segregation and uniform consistency are satisfactory, and provided no spillage of concrete takes place. The batch shall be charged into the drum so that a portion of the mixing water shall enter in advance of the cement and aggregates. The flow of water shall be uniform, and all water shall be in the drum by the and of the first 15 seconds of the mixing period. The throat of the drum shall be kept free of such accumulations as may restrict the free flow of materials into the drum. Mixed concrete from the central mixing plant shall be transported in truck mixers, truck agitators, or nonagitating trucks. The time elapsing from the time water is added to the mix until the concrete is deposited in place at the work site shall not exceed 30 minutes when the concrete is hauled in nonagitating trucks, nor 60 minutes when the concrete is hauled in truck mixers or truck agitators. Retempering concrete by adding water or by other means will not be permitted, except when concrete is delivered in transit mixers. With transit mixers additional water may be added to the batch materials and additional mixing performed to increase the slump to meet the specified requirements, if permitted by the Engineer. All these operations must be performed within 45 minutes after the initial mixing operations and the water -cement ratio must not be exceeded. Admixtures for increasing the workability or for accelerating the set will be permitted only when specified in the contract. 3-8 Limitations of Mixing No concrete shall be mixed, placed, or finished when the natural light is insufficient, unless an adequate and approved artificial lighting system is operated. Unless authorized in writing by the Engineer, mixing and concreting operations shall be discontinued when a descending air temperature in the shade and away from artificial heat reaches 40 degrees F and shall not be resumed until an ascending air temperature in the shade and away from artificial heat reaches 35 degrees F. When concreting is authorized during cold weather, the aggregates may be heated by either steam or dry heat prior to being placed in the mixer. The apparatus used shall heat the mass uniformly and shall be arranged to preclude the possible occurrence of overheated areas which might be detrimental to the materials. Unless otherwise authorized, the temperature of the mixed concrete shall not be less than 50 degrees F and not more than 80 degrees F at the time of placement in the forms. If the air temperature is 35 degrees F or less at the time of placing concrete, the Engineer may require the water and/or the aggregates to be heated to not less than 70 degrees F nor more than 150 degrees F. Concrete shall not be placed on frozen subgrade nor shall frozen aggregates be used in the concrete. During periods of warm weather when the maximum daily air temperature is likely to exceed 85 degrees F., the following precautions shall 9 - 13 be taken. The forms and the underlying material shall be sprinkled with water immediately before placing the concrete. The concrete shall be placed at the coolest temperature practicable, and in no case shall the temperature of the concrete when deposited in the forms exceed 90 degrees F. A retarder shall be used for concrete deposited in the forms when the temperature of the concrete exceeds 85 degrees F. The aggregates and/or mixing water shall be cooled as necessary to maintain the concrete temperature at or not more than the specified maximum. Concrete shall be placed in the forms continuously and rapidly at a rate adequate to assure finishing of the concrete prior to initial set of the concrete. The finished surface of the newly laid pavement shall be k yet clamp by ADRl-gin& a waterf g or mist with approved spraying equipment_ until the pavement is covered by the curine medium. 3-9 Placing Concrete The concrete shall be deposited on the moistened grade to require as little rehandling as possible. Unless truck mixers, truck agitators, or nonagitating hauling equipment are equipped with means for discharge of concrete without segregation of the materials, the concrete shall be unloaded into an approved spreading device and mechanically spread on the grade to prevent segregation of the materials. Placing shall be continuous between transverse joints without the use of intermediate bulkheads. Necessary hand spreading shall be done with shovels and not rakes. Workmen shall not be allowed to walk in the freshly mixed concrete with boots or shoes coated with earth or foreign substances. When concrete is to be placed adjoining a previously constructed lane of pavement and when mechanical equipment will be operated upon the existing lane of pavement, the concrete shall be at least 7 days old and at a flexural strength approved by the Engineer. If only finishing equipment is carried on the existing lane, paving in adjoining lanes may be permitted after 3 days, if approved by the Engineer. Concrete shall be thoroughly consolidated against and along the faces of all forms and along the full length and on both sides of all joint assemblies by means of vibrators inserted in the concrete. Vibrators shall not be permitted to come in contact with a joint assembly, the grade, or a side form. In no case shall the vibrator be operated longer than 15 seconds in any one location, nor shall the vibrators be used to move the concrete. Concrete shall be deposited as near to expansion and contraction joints as possible without disturbing them but shall not be dumped from the discharge bucket or hopper onto a joint assembly unless the hopper is well centered on the joint assembly. Should any concrete materials fall on or be worked into the surface of a completed slab, they shall be removed immediately by approved methods. 3-10 Strike -Off of Concrete and Placement of Reinforcement Following the placing of the concrete, it shall be struck off, using a finishing machine or a vibratory screed with supplemental hand-held vibrators, to conform to the cross section shown on the plans and to an elevation 9 - 14 such that when the concrete is properly consolidated and finished, the surface of the pavement shall be at the elevation shown on the plans. When reinforced concrete pavement is placed in two layers, the bottom layer shall be struck off to such length and depth that the sheet of reinforcing steel fabric or bar mat may be laid full length on the concrete in its final position without further manipulation. The reinforcement shall then be placed directly upon the concrete, after which the top layer of the concrete shall be placed, struck off, and screeded. If any portion of the bottom layer of concrete has been placed more than 30 minutes without being covered with the top layer or if initial set has taken place, it shall be removed and replaced with freshly mixed concrete at the Contractor's expense. When reinforced concrete is placed in one layer, the reinforcement may be positioned in advance of concrete placement or it may be placed in plastic concrete by mechanical or vibratory means after spreading. Reinforcing steel, at the time concrete is placed, shall be free of mud, oil, or other organic matter that may adversely affect or reduce bond. Reinforcing steel with rust, mill scale, or a combination of both will be considered satisfactory, provided the minimum dimensions, weight, and tensile properties of a hand wire -brushed test specimen are not less than the applicable ASTM specification requirements. 3-11 Joints (a) General. (1) Longitudinal and transverseJoints. Longitudinal and transverse joints shall be constructed as indicated on the plans and in accordance with these requirements. All joints shall be constructed true to line with their faces perpendicular to the surface of the pavement. Joints shall not vary more than 1/4-inch from a true line or from their designated position. The vertical surface of the pavement adjacent to all expansion joints shall be finished to a true plane and edged to a radius of 1/4-inch or as shown on the plans. The surface across the joints shall be tested with a 10-foot straightedge as the joints are finished and any irregularities in excess of 1/8-inch shall be corrected before the concrete has hardened. Transverse joints shall be at right angles to the centerline of the pavement and shall extend the full width of the slab. The transverse joints in succeeding lanes shall be placed in line with similar joints in the first lane. All joints shall be so prepared, finished, or cut to provide a groove of the width and depth shown on the plans. (2) Tie bars. Tie bars shall consist of deformed bars installed principally in longitudinal joints as shown on the plans. Tie bars shall be placed at right angles to the centerline of the concrete slab and shall be spaced at intervals of 30 inches, unless otherwise specified. They shall be held in position parallel to the pavement surface and midway between the surfaces of the slab. When tie bars extend into an unpaved lane, they may be bent at right angles against the form at longitudinal construction joints, unless threaded bolt or other assembled tie bars are specified. These bars shall not be painted, greased, or enclosed in sleeves. 1 9-15 1 1 (3) Dowel bars. Dowel bars or other load -transfer units of an approved type shall be placed across transverse or other joints in the manner as specified on the plans. They shall be of the dimensions and spacings specified 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. Dowels shall be placed by the banded -in -place method. Installation by removing and replacing dowels in preformed holes will not be permitted. Dowels in longitudinal and transverse construction joints shall be held securely in place parallel to the surface as indicated, by means of devices fastened to the form. Dowels in expansion joints and tie bars and dowels installed within the paving lane shall be held securely in place as indicated, by means of rigid metal bars or wires so arranged as to provide rigid support for the dowels throughout the paving operation, with a minimum of four continuous bars or wires extending across the paving lane. The dowels shall be welded to the assembly or held firmly by mechanical locking arrangements that will prevent the dowels from rising, sliding out, or becoming distorted during paving operations. The dowel assemblies shall be held securely in the proper location by means of suitable pins or anchors. When split dowels are used, the female portion of the split dowel shall be securely fastened to the pavement form in such manner as to maintain the proper position and alignment of the dowel during concrete placement and so that no mortar or other foreign matter will enter the socket or coupling. Prior to assembly of split dowels, the external and internal threads shall be cleaned thoroughly to remove all cement, cement mortar, grit, dirt, and other foreign matter. In the final assembly of the split dowels a minimum torque of 200 foot-pounds shall be applied. The spacing of dowels in longitudinal construction joints shall be as indicated except that where the planned spacing cannot be maintained because of form length or interference with form braces, closer spacing with additional dowels shall be used. Dowels in longitudinal joints shall be omitted when the center of the dowel would be located within a horizontal distance from a transverse joint equal to one-fourth of slab thickness. The method used in holding dowels in position shall develop such accuracy that the error in alignment of any dowel from its required position after the pavement has been finished shall be not greater than 1/8-inch per foot. The Contractor shall furnish an approved template for checking the position of the dowels. A metal, or other approved 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 2-7, shall be thoroughly coated with asphalt MC-70, or an approved lubricant, to prevent the concrete from binding to that portion of the dowel. If free -sliding plastic -coated or epoxy -coated steel dowels are used, a lubrication bond breaker shall be used. (b) Installation. The top of an assembled joint device shall be set at the proper distance below the pavement surface and the elevation shall be checked. Such devices shall be set to the required position and line and 9 - 16 1 shall be securely held in place by stakes or other means during the placing 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 shall be checked for exact position and alignment as soon as the joint device is staked in place, and the device shall be tested to determine whether it is firmly supported. The maximum permissible tolerance on dowel bar alignment in each plane, horizontal and vertical, shall not exceed 2 percent or 1/8-inch per foot of a dowel bar. The most effective way to obtain proper alignment is with well -fabricated dowel baskets and dowel assemblies. When joints in concrete pavements are sawed, the joints shall be cut as shown on the plans. Equipment shall be as described in Paragraph 3-1. The circular cutter shall be capable of cutting a groove in a straight line and shall produce a slot at least 1/8-inch wide and to the depth shown on the plans. When shown on the plans or required by the specifications, the top portion of the slot or groove shall be widened by means of a second shallower cut or by suitable and approved beveling to provide adequate space for joint sealers. Sawing of the joints shall commence as soon as the concrete has hardened sufficiently to permit cutting without chipping, spalling, or tearing. Sawing shall be carried on both during the day and night as required. The joints shall be sawed at the required spacing consecutively in sequence of the concrete placement, unless otherwise approved by the Engineer. (c) Longitudinal Joints (1) Construction. Longitudinal construction joints necessary for lane construction shall be formed against suitable side forms (usually made of steel), as indicated in the plans. Wooden forms may be used under special conditions, when approved by the Engineer. Where butt- type joints with dowels are designated, the dowels for this type shall be painted and greased. The edges of the joint shall be finished with a grooving tool or edging tool, and a space or slot shall be formed along the joint of the dimensions, as indicated, to receive the joint sealing material. Longitudinal construction joints shall be sawed to provide a groove at the top conforming to the details and dimensions indicated on the plans. Provisions shall be made for the installation of tie bars as noted on the plans. ` (2) Contraction or weakened -plane tyRe•. The longitudinal groove sawed in the top of the slab shall be installed where indicated on the drawings. The groove shall be sawed with approved equipment in the hardened concrete to the dimensions required. The sawed groove shall be straight and of uniform width and depth. The groove shall be clean cut so that spalling will be avoided at intersections with transverse joints. Tie bars shall be installed across these joints where indicated on the plans. 1 (3) Expansion. Longitudinal expansion joints shall be installed as indicated on the plans. These shall be of a butt type without load -transfer devices and shall include a premolded expansion material. The thickness of the concrete at these joints shall be increased by at least 25% of the normal pavement thickness to the nearest inch but not less than 2 inches as shown on the plans. This increase shall slope to normal thickness in not less 9 - 17 I than 10 feet from the joint or to the nearest joint such as a groove joint. The premolded filler, of the thickness as shown on the plans, shall extend for the full depth and width of the slab at the joint, except for space for sealant at the top of the slab. The filler shall be securely staked or fastened into position perpendicular to the proposed finished surface. A metal cap shall be provided to protect the top edge of the filler and to permit the concrete to be placed and finished. After the concrete has been placed and struck off, the cap shall be carefully withdrawn leaving the space over the premolded filler. The edges of the joint shall be finished and tooled while the concrete is still plastic. (d) Transverse Joints. (1) Expansion. Transverse expansion joints shall be installed at the locations and spacing as shown on the plans. The joints shall be installed at right angles to the centerline and perpendicular to the surface of the pavement. The joints shall be installed and finished to insure complete separation of the slabs. Expansion joints shall be of a premolded type conforming to these specifications and with the plans and shall be the full width of the pavement strip. All concrete shall be clean from the top of the joint material. Before the pavement is opened to traffic, this space shall be swept clean and filled with approved joint sealing material. All devices used for the installation of expansion Joints shall be approved by the Engineer. They shall be easily removable without disturbing the concrete and held in proper transverse and vertical alignment. Immediately after forms are removed, any concrete bridging the joint space at the ends shall be removed for the full width and depth of the joint. When specified, expansion joints shall be equipped with dowels of the dimensions and at the spacing and location indicated on the plans. The dowels shall be firmly supported in place and accurately aligned parallel to the subgrade and the centerline of the pavement by means of a dowel assembly which will remain in the pavement and will ensure that the dowels are not displaced during construction. Other types of load -transfer devices may be used, when approved by the Engineer. (2) Contraction. Transverse contraction joints, weakened -plane joints, or both, shall be installed at the locations and spacing as shown on the plans. These joints will be installed by sawing a groove into the concrete surface after the concrete has hardened in the same manner as specified in Paragraph 3-11(c)(2). Dowel bar assemblies shall be installed, when required, as shown on the plans. (3) Construction. 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 9 - 18 concrete arrives. The joint shall be located at a contraction or expansion joint. If the pouring of the concrete has been stopped, causing a joint to fall in another location, it shall not be installed; but the fresh concrete shall be removed back to the previously spaced regular joint. Construction joints shall be doweled unless shown otherwise. (4) Buried Slab. Buried slabs shall be installed at the locations shown on the plans. The joint between the buried slab and concrete pavement shall be equipped with dowels of the size, dimension, spacing and locations indicated on the drawings. The dowels shall be firmly supported in place and accurately aligned parallel to the subgrade and the centerline of the pavement by means of a dowel assembly which will remain in the pavement and which will insure that the dowels are not displaced during construction. 3-12 Final Strike -Off. Consolidation. and Finishing (a) Sequence. The sequence of -operations shall be the strike -off and consolidation, floating and removal of laitance, straightedging, and final surface finish. The addition of superficial water to the surface of the concrete to assist in finishing operations generally will not be permitted. If the application of water to the surface is permitted, it shall be applied as a fog spray by means of approved spray equipment. (b) Finishing at Joints. The concrete adjacent to joints shall be compacted or firmly placed without voids or segregation against the joint material; it shall be firmly placed without voids or segregation under and around all load -transfer devices, joint assembly units, and other features designed to extend into the pavement. Concrete adjacent to joints shall be mechanically vibrated as required in Paragraph 3-9. After the concrete has been placed and vibrated adjacent to the joints, the finishing machine shall be operated in a manner to avoid damage or misalignment of joints. If uninterrupted operations of the finishing machine, to, over, and beyond the joints, cause segregation of concrete, damage to, or misalignment of the joints, the finishing machine shall be stopped when the screed is approximately 8 inches from the joint. Segregated concrete shall be removed from the front of and off the joint; the screed shall be lifted and set directly on top of the joint, and the forward motion of the finishing machine shall be resumed. Thereafter, the finishing machine may be run over the joint without lifting the screed, provided there is no segregated concrete immediately between the joint and the screed or on top of the joint. (c) Machine Finishing. The concrete shall be spread as soon as it is placed, and it shall be struck off and screeded by an approved finishing machine. The machine shall go over each area as many times and at such intervals as necessary to give the proper consolidation and to leave a surface of uniform texture. Excessive operation over a given area shall be avoided. When side 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. 9 - 19 1 When in operation, the screed shall be moved forward with a combined longitudinal and transverse shearing motion, always moving in the direction in which the work is progressing, and so manipulated that neither end is raised from the side forms during the striking -off process. If necessary, this shall be repeated until the surface is of uniform texture, true to grade and cross section, and free from porous areas. (d) Hand Finishing. Hand finishing methods will not be permitted, except under the following conditions: In the event of breakdown of the mechanical equipment, hand methods may be used to finish the concrete already deposited on the grade; in areas of narrow widths or of irregular dimensions where operation of the mechanical equipment is impractical. Concrete, as soon as placed, shall be struck off and screeded. An approved portable screed shall be used. A second screed shall be provided for striking off the bottom layer of concrete when reinforcement is used. The screed for the surface shall be at least 2 feet longer than the maximum width of the slab to be struck off. It shall be of approved design, sufficiently rigid to retain its shape, and shall be constructed either of metal or of other suitable material covered with metal. Consolidation shall be attained by the use of a suitable vibrator. (e) Floating. After the concrete has been struck off and consolidated, it shall be further smoothed, trued, and consolidated by means of a longitudinal float, using one of the following methods: (1) Hand Method. The hand -operated longitudinal float shall not be less than 12 feet in length and 6 inches in width, properly stiffened to prevent flexibility and warping. The longitudinal float, operated from foot bridges resting on the side forms and spanning but not touching the concrete, shall be worked with a sawing motion, while held in a floating position parallel to the pavement centerline and passing 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 soupy material shall be wasted over the pavement edge or side forms on each pass. (2) Mechanical Method. The Contractor may use a machine composed of a cutting and smoothing float(s), suspended from and guided by a rigid frame. The frame shall be carried by four or more visible wheels riding on, and constantly in contact with, the side forms or pavement subbase. If necessary, long -handled floats having blades not less than 5 feet in length and 6 inches in width may be used to smooth and fill in open -textured areas in the pavement. Long -handled floats shall not be used to float the entire surface of the pavement in lieu of mechanical methods. When strike -off and consolidation are done by hand and the crown of the pavement will not permit the use of the longitudinal float, the surface shall be floated transversely by means of a long -handled float. Care shall be taken not to work the crown out of the pavement during the operation. After floating, any excess water and laitance shall be removed from the surface of the pavement by a straightedge 10 feet or 1 more in length. Successive drags shall be lapped one-half the length of the blade. 9 - 20 1 (f) Strai t-Edge Testing and Surface Correction. After the pavement has been struck off and consolidated and while the concrete is still plastic, it shall be tested for trueness with a 16-foot straightedge. For this purpose the Contractor shall furnish and use an accurate 16-foot straightedge swung from handles 3 feet longer than one-half the width of the slab. The straightedge shall be held in contact with the surface in successive positions parallel to the centerline and the whole area gone over from one side of the slab to the other, as necessary. Advancing shall be in successive stages of not more than one-half the length of the straightedge. Any excess water and laitance shall be removed from the surface of the pavement. Any depressions shall be immediately filled with freshly mixed concrete, struck off, consolidated, and refinished. High areas shall be cut down and refinished. Special attention shall be given to assure that the surface across joints meets the requirements for smoothness. 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. 3-13 Surface Texture The surface of the pavement shall be finished with either a broom or burlap drag finish for all newly constructed concrete pavements. (a) Brush or Broom Finish. If the pavement surface texture is to be a type of brush or broom finish, it shall be applied when' the water sheen has practically disappeared. The equipment shall operate transversely across the pavement surface, providing corrugations that are uniform in appearance and approximately 1/16 of an inch in depth. It is important that the texturing equipment not tear or unduly roughen the pavement surface during the operation. Any imperfections resulting from the texturing operation shall be corrected. (b) Burlap Drag Finish. If a burlap drag is used to texture the pavement surface, it shall be at least 15 ounces per square yard. To obtain a rough -textured surface, the transverse threads of the burlap should be removed approximately 1 foot from the trailing edge. A heavy buildup of grout on the burlap threads produces the desired wide sweeping longitudinal striations on the pavement surface. The corrugations shall be uniform in appearance and approximately 1/16 of an inch in depth. 3-14 Surface Test As soon as the concrete has hardened sufficiently, the pavement surface shall be tested with a 16-foot straightedge or other specified device. Areas in a slab showing high spots of more than 1/4-inch but not exceeding 1/2-inch in 16 feet shall be marked and immediately ground down with an approved grinding machine to an elevation that will fall within the tolerance of 1/4-inch or less. Where the departure from correct cross section exceeds 1/2-inch, the pavement shall be removed and replaced at the expense of the Contractor when so directed by the Engineer. Any areas or sections so removed shall be removed to the nearest joints in all directions. Removal of slabs shall be as specified in Paragraph I� 5. 11 9 - 21 3-15 Curing Immediately after the finishing operations have been completed and marring of the concrete will not occur, the entire surface of the newly placed concrete shall be cured in accordance with one of the methods below. In all cases in which curing requires the use of water, the curing shall have prior right to all water supply or supplies. Failure to provide sufficient cover material of whatever kind the Contractor may elect to use, or lack of water to adequately take care of both curing and other requirements, shall be cause for immediate suspension of concreting operations. The concrete shall not be left exposed for more than 1/2-hour during the curing period. The following are alternate approved methods for curing concrete pavements. (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 to not more than 75 square feet. The curing compound shall be applied uniformly until the surface presents a uniform white appearance and completely conceals the natural color of the concrete. Curing compound shall be maintained for a curing period of 14 days, unless otherwise approved by the Engineer. The spraying equipment shall be of the fully atomizing type equipped with a tank agitator. At the time of use, the compound shall be a thoroughly mixed condition with the pigment uniformly dispersed throughout the vehicle. During application the compound shall be stirred continuously by effective mechanical means. Hand spraying of odd widths or shapes and concrete surfaces exposed by the removal of forms will be permitted. Curing compound shall not be applied to the inside faces of joints to be sealed, but approved means shall be used to insure proper curing of such joint faces for 72 hours. The curing compound shall be of such character that the film will harden within 30 minutes after application. Should the film become damaged from any cause within the required curing period, the damaged portions shall be repaired immediately with additional compound. Upon removal of side forms, the sides of the exposed slabs shall be protected immediately to provide a curing treatment equal to that provided for the surface. (b) Polyethylene Films. The top surface and sides of the pavement shall be entirely covered with polyethylene sheeting. The units shall be lapped at least 18 inches. The sheeting shall be placed and weighted to cause it to remain in contact with the surface covered. The sheeting shall have dimensions that will extend at least twice the thickness of the pavement beyond the edges of the pavement. Unless otherwise specified, the sheeting shall be maintained in place for 72 hours after the concrete has been placed. (c) Waterproof Paper. The top surface and sides of the pavement shall be entirely covered with waterproofed paper. The units shall be lapped at least 18 inches. The paper shall be placed and weighted to cause it to remain in contact with the surface covered. The paper shall have dimensions that will extend at least twice the thickness of the pavement beyond the edges of the slab. The surface of the pavement shall be thoroughly wetted prior to placing of the paper. Unless otherwise specified, the paper shall be maintained in place for 72 hours after the concrete has been placed. 9 - 22 (d) White Burlap -Po Methylene 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 wetted and in position for 72 hours after the concrete has been placed. (e) Curies in Cold Weather. When the average daily temperature is below 40 degrees F, curing shall consist of covering the newly laid pavement with not less than 12 inches of loose, dry hay or straw, or equivalent protective curing authorized by the Engineer, which shall be retained in place for 10 days. The hay or straw shall be secured to avoid being blown away. Admixture for curing or temperature control may be used only when authorized by the Engineer. When the concrete is being placed and the air temperature may be expected to drop below 35 degrees F, a sufficient supply of straw, hay, grass, or other suitable blanketing material such as burlap or polyethylene shall be provided along the work. Any time the temperature may be expected to reach the freezing point during the day or night, the material so provided shall be spread over the pavement to a sufficient depth to prevent freezing of the concrete. The period of time such protection shall be maintained shall not be less than 10 days. A minimum of 3 days is required when high, early strength concrete is used. The Contractor shall be responsible for the quality and strength of the concrete placed during cold weather, and 'any concrete injured by frost action shall be removed and replaced at the Contractor's expense. 3-16 Removing Forms Unless otherwise specified, forms shall not be removed from freshly placed concrete until it has set for at least 12 hours, except where auxiliary forms are used temporarily in widened areas. Forms shall be removed carefully to avoid damage to the pavement. After the forms have been removed, the sides of the slab shall be cured as outlined in one of the methods indicated in Paragraph 3-15. Major honeycombed areas shall be considered as defective work and shall be removed and replaced. Any area or section so removed shall be removed to the nearest joints in all directions. 3-17 Sealing Joints The joints in the pavement shall be sealed in accordance with Section 13, "Joint Sealing Filler." 3-18 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, or crossovers, etc. The location and type of device or facility required to protect the work and provide adequately for traffic shall be the responsibility of the Contractor. Any damage to the pavement occurring prior to final acceptance shall be repaired 0 or the pavement replaced at the Contractor's expense. In order that the concrete be properly protected against the effects of rain before the concrete is 1 9 - 23 sufficiently hardened, the Contractor will be required to have available at all times materials for the protection of the edges and surfaces of the unhardened concrete. Such protective materials shall consist of rolled polyethylene sheeting at least 4 mils 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. 3-19 Opening to Traffic The Engineer shall decide when the pavement shall be opened to traffic. The pavement will not be opened to traffic until test specimens molded and cured in accordance with ASTM 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 traffic until 14 days after the concrete was placed. Prior to opening to traffic, the pavement shall be cleaned. 3-20 Surface Tolerances Extreme care must be exercised in all phases of the operation to assure the pavement will pass the specified tolerances. The following tolerances are applicable: (a) Lateral deviation from established alignment of the pavement edge shall not exceed plus or minus 0.10 foot in 100 feet of pavement length or 0.02 foot in any one slab. (b) Vertical deviation from established grade shall not exceed plus or minus 0.02 foot for runways or 0.04 foot for taxiways and aprons at any point. (c) Surface smoothness deviations shall not exceed 1/4-inch from a 16-foot straightedge placed in any direction, including placement along and spanning any pavement joint or edge. 4. REPAIRS OF DEFECTIVE PAVEMENT SLABS 4-1 General Broken slabs, random cracks, nonworking contraction joints near cracks, and spalls along joints and cracks shall be replaced or repaired as specified hereinafter at no cost to the Owner. 4-2 Broken Slabs r Pavement slabs containing multiple cracks through more than 1/4 of the depth of the slab separating the slab into three or more parts and pavement slabs with one or more cracks through more than 1/4 of the depth of the pavement extending diagonally across more than 1/3 of the slab either transversely or longitudinally shall be entirely removed and replaced. Pavement slabs containing a single diagonal crack intersecting the transverse and longitudinal joints within 1/3 of the width and length of the slab from the corner shall be repaired by removing and replacing the smaller portion of the slab. Repairs of broken slabs shall be made in conformance with Paragraph 5. 9 - 24 4-3 Grooving and Repairing Cracks in Pavement Slabs Random cracks penetrating more than 1/4 of the depth of the pavement shall be grooved, the crack filled with epoxy -resin and the groove filled with epoxy -resin grout. The top of the crack shall be grooved to a minimum depth of 3/4-inch and to a width not less than 3/8-inch nor more than 5/8-inch by means of an approved grooving machine. The grooving machine shall be of the vertical rotary -cutting type and shall be capable of following closely the path of the crack and of widening the top of the crack to the required section without spalling or otherwise damaging the concrete. Random cracks that are tight and that penetrate less than 1/4 of the depth of the pavement shall be filled with epoxy -resin. When necessary, the depth of crack penetration shall be determined by inspection of cores not less than 4 inches in diameter drilled by the Contractor at his expense at locations directed. The core holes shall be refilled with portland-cement concrete bonded to the pavement with epoxy -resin grout. In addition, when a longitudinal crack is continuous across one or more slabs and penetrates more than 1/4 the depth of pavement, core holes not less than 6 inches in diameter shall be drilled through the full depth of slab at both ends of the crack. In the operation to drill cores at the longitudinal -crack ends. the core bits shall be so positioned that the core removed will include not more than 3 inches of the crack. Sandblasting and high-pressure air jets shall be used to remove any fines near the apparent ends of the crack to permit accurate determination of ends of the crack. All fines, dust, and other loose material on the wall of the cored holes shall be removed by scrubbing with a stiff -bristle brush, followed by washing and dewatering of the core hole. These core holes shall be refilled with epoxy -resin concrete. A prime coat of epoxy -resin binder thinned with 3 parts toluene to 7 parts epoxy binder, by volume, shall be applied and brushed into the vertical wall of the core hole. Placement of the epoxy -resin concrete shall be delayed until the prime coat becomes stringy or approaches dry to touch. The epoxy -resin concrete shall be placed in layers not over 6 inches thick. The time interval between placement of additional layers shall be such that temperature of the epoxy -resin concrete does not exceed 140 degrees F. at any time during hardening. 4-4 Nonworking (uncracked) Contraction Joints When a transverse random crack terminates in or crosses a transverse contraction joint, the uncracked portion of the joint shall be filled with epoxy -resin mortar or grout and the crack shall be routed and sealed. When a transverse random crack approximately parallels the planned contraction joint and is within a distance of 25 percent of the slab length from a contraction joint, the crack shall be routed and sealed, and the joint shall be filled with epoxy -resin grout or mortar. When a transverse random crack is more than 25 percent of a slab length from the nearest contraction joint, both the joint and the crack shall be sealed. Joints to be filled with epoxy -resin mortar or grout shall be thoroughly cleaned. Cleaning and sealing of cracks and joints shall be as specified in Section 13, "Joint Sealing Filler." 4-5 Spalling Along Joints and Cracks Spalls shall be repaired by making a saw cut at least 1 inch outside the spalled area and to a minimum depth of 2 inches. When the spalled area abuts a joint, the saw cut shall be made to a depth of 2 inches or 1/6 the slab thickness, whichever is greater. The concrete between the saw cut and the joint or primary crack shall be thoroughly cleaned with compressed air, 9 - 25 sandblasting, or other methods to remove all loose material. A prime coat of epoxy -resin binder thinned with 3 parts toluene to 7 parts epoxy binder, by volume, shall be applied to the dry, cleaned surface of all sides of the cavity, except the joint or primary crack face. The prime coat shall be applied in a thin coating and scrubbed into the surface with a stiff -bristle brush. Placement of portland-cement concrete or epoxy -resin concrete or mortar shall be delayed until the prime coat becomes stringy or approaches dry to touch. The epoxy concrete shall then be placed in the cavity in layers not exceeding 2 inches thick. The time interval between placement of additional layers shall be such that the temperature of the epoxy -resin concrete does not exceed 140 degrees F. at any time during hardening. Mechanical plate, screed, float vibrators, or hand tampers shall be used to consolidate the concrete or mortar. Excess mortar or concrete on the adjacent surfaces of the hardened concrete shall be removed before it hardens. After the finishing operations and while the epoxy -resin concrete or mortar is still tacky, a thin coating of portland cement shall be uniformly spread on the surface of the repaired area and lightly brushed into the surface. If the spalled area to be patched abuts a working joint or a working crack which penetrates the full depth of a slab, an insert or other bond -breaking medium shall be used to maintain working joints or cracks during the repair work. Surface embedment of a flexible polyethylene or other suitable type hose shall be used for forming a groove along the working crack to be filled with appropriate type of joint -sealing material. The hose shall be removed carefully before the concrete hardens sufficiently to form a high bond. The groove shall be thoroughly cleaned and filled with a sealer as specified in Section 13, "Joint Sealing Filler." 5. REMOVAL AND REPLACEMENT OF DEFECTIVE PAVEMENT AREAS Defective pavement areas shall be removed and replaced as specified herein with pavements of the thickness and quality required by these specifications. The defective pavement shall be carefully removed in such manner that the adjacent pavement will not be damaged and the existing keys or dowels at the joints will be left intact. When a portion of an unfractured slab is to be replaced, a saw cut 2 inches deep shall be made transversely across the slab in the required location, and the concrete shall be removed to provide an essentially vertical face in the remaining portion of the slab. Prior to placement of the fresh concrete, the face of the slab shall be cleaned of debris and loose concrete, and then thoroughly coated with epoxy -resin grout. The epoxy -resin coating shall be approximately 1/16-inch, and shall be applied by scrubbing a thin coat of grout into the surface with a stiff -bristle brush followed by a second application. Strips of polyethylene sheeting shall be placed on the vertical faces of adjacent slabs at the juncture with the slab to be patched as a bond -breaking medium. Placement of the fresh portland-cement concrete shall be accomplished while the epoxy -resin is still tacky and in such manner that the grout coating will not be removed. Longitudinal and transverse joints of the replaced slab or portion thereof shall be constructed as indicated. The joints shall be sealed as specified in Section 13, "Joint Sealing Filler". The replaced pavements will be paid for at the contract price but no payment will be made for the defective pavements removed nor for the cost of removing the defective pavements. 9 - 26 6. TOLERANCE IN PAVEMENT THICKNESS The thickness of the measurement of cores tested pavement shall be determined in accordance with ASTM C174. by average caliper The Engineer may elect to measure thickness of concrete pavement prior to placement based on measurements from a string line stretched across the forms or in the plastic concrete behind the concrete placing operation. Areas found deficient in thickness shall be removed and replaced with concrete of the thickness shown on the plans at the Contractor's expense. Core holes shall be filled with non -shrink grout. 7. METHOD OF MEASUREMENT 7-1 General The quantity of portland cement concrete pavement to be paid for shall be the number of square yards of concrete pavement as specified, in place, completed and accepted, less deductions as hereinafter required for deficient strength. The different thicknesses shall be measured separately. The quantity of buried slab to be paid for shall be the number of linear feet of concrete buried slab, in place, completed and accepted. $. BASIS OF PAYMENT 8-1 Genera The accepted quantities of concrete pavement will be paid for at the contract unit price per square yard, which price and payment shall be full compensation for furnishing and placing all materials, including any dowels, steel reinforcement, joint material, and texturing. No additional payment over the unit contract bid price shall be made for any pavement which has an average thickness in excess of that shown on the plans. (a) Flexural Strength Price Adjustment. When any pay factor for flexural strength deficiency for a lot of concrete is less than 1.0, payment for the material in that lot shall be made at a reduced price arrived at by multiplying the contract price per unit of measurement by the appropriate pay factor in the following table. The lot will be accepted without adjustment in payment for flexural strength if the average 28-day flexural strength, based on four acceptance tests of the lot, is greater than or equal to the acceptance limit shown under the 1.00 pay factor in the table below. If the average strength does not meet this limit, the Contractor may elect to leave the lot in place at a reduced unit price determined in accordance with the table. If the average 28-day flexural strength of the lot fails to attain the lower acceptance limit shown for a 0.75 pay factor, the Engineer may order the removal and replacement of all the concrete in the lot at the Contractor's expense. The pay factor for concrete which is allowed to remain in place when the pay factor is outside the 0.75 limit will be 0.50. 9 - 27 1 1 1 1 1 1 1 1 I 1 PAY FACTOR SCHEDULE FOR FLEXURAL STRENGTH AT 28 DAYS Acceptance Limits Pay Factor Average Flexural Strength (4 tests) 1.00 700 psi or greater 0.95 690 to 699 psi 0.85 685 to 689 psi 0.75 680 to 684 psi Concrete for buried slabs shall be paid for at the contract unit price per linear foot, and shall be full compensation for furnishing all materials, including dowels, preparation, excavation and placement of the buried slab. END OF SECTION 9 - 29 SECTION 10 PIPE FOR STORM SEWERS AND CULVERTS FAA ITEM D-701 1. DESCRIPTION 1-1 General This item shall consist of pipe of the types, classes, sixes, and dimensions required on the plans, furnished and installed at the places designated on the plans and profiles, or by the Engineer, in accordance with these specifications and with the lines and grades given. This item shall include the bid price per linear foot of pipe in place, the cost of common excavation and backfill, the cost of furnishing and installing all trench bracing, all fittings required to complete the pipe drain as shown on the plans, and the material for and the making of all joints, including all connections to existing drainage pipe and structures. 2. MATERIALS 2-1 General The pipe shall be of the type called for on the plans or in the proposal and shall be in accordance with the following appropriate requirements. The Contractor shall supply certification from the manufacturer that the pipe provided will meet the specified requirements. 2-2 Concrete Culvert and Sewer Pipe Concrete culvert and sewer pipe, reinforced, shall conform to the requirements of AASHTO M 170 or ASTM C-76. Pipe shall be Class V unless otherwise noted. 2-3 Mortar Mortar for connections to other drainage structures shall be composed of 1 part, by volume, of portland cement and 2 parts of mortar sand. The portland cement shall conform to the requirements of ASTM C-150, Type I. The sand shall conform to the requirements of ASTM C-144. Hydrated lime may be added to the mixture of sand and cement in an amount equal to 15% of the weight of cement used. The hydrated lime shall meet the requirements of ASTM C-6. 2-4 Preformed Bituminous Gasket Joints Preformed bituminous gaskets for concrete nonpressure pipe shall conform to the requirements of Fed. Spec. SS-S-00210 (GSA-FSS), and shall be Ram-Nek or approved equal. 3. CONSTRUCTION METHODS 3-1 Equipment All equipment necessary and required for the proper construction 10 - 1 of storm sewers and culverts shall be on the project, in first-class working condition, and approved by the Engineer before construction is permitted to start. The Contractor shall provide appropriate hoisting equipment to handle the pipe while unloading and placing it in its final position without damage to the pipe. The Contractor shall provide hand tampers and pneumatic tampers to obtain the required compaction of the pipe bed and the backfill, as specified. 3-2 Excavation The Contractor shall do all excavation to the depth shown on the plans. Where rock, or soil containing rocks or gravel, hard pan, or other unyielding foundation material is encountered in trench excavation, the pipe shall be bedded in accordance with the requirements of one of the classes of bedding but with the following additions: The hard unyielding material shall be excavated below the elevation of the bottom of the pipe or pipe bell to a depth of at least 8 inches or k inch for each foot of fill over the top of the pipe, whichever is greater, but not more than three -fourths the nonimal diameter of the pipe. The cushion shall consist of a fine compressive material, such as silty clay or loam, lightly compacted, and shaped as required for the specified class of bedding. The cost of furnishing and placing the cushion material shall be included in the bid price per linear foot of pipe in-p-lace. The bottom of the trench shall be excavated to a horizontal section as far as practicable. Excavated material not required or acceptable for backfill shall be disposed of by the Contractor as directed by the Engineer. Excavation shall not be carried below the required depth; but when it is, the trench shall be backfilled at the Contractor's expense with material approved by the Engineer and compacted to the density of the surrounding earth material as determined by AASHTQ Designation T-180. When directed, unstable soil shall be removed for the full width of the trench and replaced with sand or with approved granular material. The Engineer shall determine the depth of removal of unstable soil and the amount of backfill necessary. The backfill shall he compacted and shaped to a firm but slightly yielding condition to form the bed for the pipe. Grades for pipe shall be as shown on the drawings. No changes in grade will be made unless so directed by the Engineer. The minimum width of the trench at the top of the pipe, when placed, shall be a width which will permit the proper construction of joints and compaction of backfill around the pipe. The sides of the trench shall be vertical, unless otherwise approved by the Engineer. The maximum allowable width of the trench shall not exceed 12 inches on each side of the pipe when placed, unless otherwise approved by the Engineer. 10 - 2 The bed for pipe shall be so shaped that at least the lower quarter of the pipe circumference shall be in continuous contact with the bottom of the trench. The Contractor shall do such trench bracing, sheathing, or shoring necessary to perform and protect the excavation as required for safety and conformance to governing laws. The bracing, sheathing, or shoring shall not be removed in one operation but shall be done in successive stages as determined by the Engineer to prevent overloading of the pipe during backfilling operations. The cost of the bracing, sheathing, or shoring, and the removal of same, shall be included in the unit price bid per foot for the pipe. 3-3 laying and Installing Pipe The Contractor shall provide the necessary mason's lines and supports to insure installation of the pipe to line and grade, as shown on the drawings. The Contractor's facilities for lowering the pipe into the trench shall be such that neither the pipe nor the trench will be damaged or disturbed. The Engineer shall inspect all pipe before it is laid, and reject any section that is damaged by handling or is defective to a degree which will materially affect the function and service of the pipe. The laying of the pipe in the finished trench shall be started at the lowest point and laid upgrade. For tongue and groove pipe, the grooved end shall be laid upgrade. The pipe shall be firmly and accurately set to line and grade so that the invert will be smooth and uniform. The pipe shall be protected from water during placing and until the mortar in the joints has thoroughly set. Pipe shall not be laid on frozen ground. Pipe which is not true in alignment, or which shows any settlement after laying, shall be taken up and relaid without extra compensation. The Contractor shall provide, as may be necessary, for the temporary diversion of steam flow in order to permit the installation of the pipe under dry conditions. 3-4 Mortar The mortar shall be of the desired consistency for caulking and filling between the pipe and the drainage structures. Mortar that is not used within 45 minutes after water has been added shall be discarded. Retempering of mortar shall not be permitted. 3-5 Pipe Joints Pipe joints for concrete pipe shall be of the tongue and groove type. The joints shall be of a water tight joint. Each joint shall be sealed with a preformed bituminous gasket as specified. The gasket shall be installed as recommended by the pipe manufacturer. 10 - 3 3-6 Backfillinz All trenches and excavations shall be backfilled within a reasonable time after the pipes are installed, unless other protection of the pipe is directed. The backfill material shall be selected granular material from excavation or borrow; material which is placed at the sides of the pipe and 1 foot over the top shall be material which can be readily compacted. It shall not contain stones retained on a 3-inch sieve, frozen lumps, chunks of highly plastic clay, or any other material which is objectionable to the Engineer. The material shall be moistened or dried, if necessary, to be compacted by the method in use. Backfill material shall be approved by the Engineer. The backfill shall be placed in loose layers not to exceed 6 inches in depth along each side of the pipe. Special care shall be taken to secure thorough compaction under the haunches and at the sides of the pipe. This backfill shall be brought up evenly on each side of the structure to an elevation of 1 foot over the top of the pipe, or such greater elevation as directed by the Engineer. Backfilling shall be done in a manner to avoid injurious top or side pressures on the pipe. In embankments and for other areas outside of pavements, the fill shall be compacted at each side of the pipe for a lateral distance equal to twice the outside diameter or 12 feet, whichever is less, and carried up to an elevation of at least 1 foot above the top of the pipe. Under unpaved areas the backfill shall be compacted to the density required for embankments in unpaved areas in accordance with Section 2, "Excavation and Embankment and Topsoiling." Under paved areas, the subgrade and any backfill shall be compacted to the density required for embankments for paved areas in accordance with Section 2, "Excavation and Embankment and Topsoiling." Movement of construction machinery over a culvert shall be at the Contractor's risk. Any pipe damaged thereby shall be replaced at the expense of the Contractor. 3-7 Cleaning and Restoration of Site After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankment, shoulders, or as ordered by the Engineer. Except for paved areas of the airport, the Contractor shall restore all disturbed areas to their original condition. After all work is completed, the Contractor shall remove all tools and other equipment, leaving the entire site free, clear, and in good condition. Performance of the work described in this section is not payable directly but shall be considered as a subsidiary obligation of the Contractor covered under the contract unit price for the pipe. 3-8 Inspection Prior to final approval of the drainage system, the Engineer, accompanied by the Contractor's representative, shall make thorough inspection, 10 - 4 by an appropriate method, of the entire installation. Any indication of defects in material or workmanship, or obstruction to flow in the pipe system, shall be further investigated and corrected. Defects due to the Contractor's negligence shall be corrected by the Contractor without additional compensation and as directed by the Engineer. 4. METHOD OF MEASUREMENT The footage of pipe to be paid for shall be the number of linear feet of pipe in place, completed, and approved to be measured along the centerline of the pipe from end or inside face of structure to the end or inside face of structure, whichever is applicable. The several classes, types, and sizes shall be measured separately. 5. BASIS OF PAYMENT Payment will be made at the contract unit price per linear foot for each kind of pipe of the type, class, and size designated. These prices shall be full compensation for furnishing all materials and for all preparation, excavation, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. END OF SECTION 10 - 5 SECTION 11 CONCRETE MANHOLES AND DRAINAGE STRUCTURES FAA ITEMS D-751 AND D-752 1 1. DESCRIPTION 1-1 General um This item shall consist of either plain or reinforced concrete culverts, headwalls, manholes, catch basins, inlets, and miscellaneous drainage structures constructed in accordance with these specifications, at the specified locations and conforming to the lines, grades, and dimensions shown on the plans or required by the Engineer. 2. MATERIALS 2-1 Concrete Plain and reinforced concrete used in structures, connections of pipes with structures, and the support of structures or frames shall conform to the requirements of Section 12, "Structural Portland Cement Concrete." 2-2 Welded Steel Grates Welded steel grates shall conform to the member size, dimensions and details shown on the plans and shall be welded into an assembly in accordance with those details. Steel shall conform to the requirements of ASTM A 36. All welding shall conform to the AWS Structural Welding Code. Grates shall be galvanized in accordance with ASTM A 123, after assembly. Each grate unit shall be provided with fastening members to -� prevent it from being dislodged by traffic but which will allow easy removal for access to the structure. 2-3 Frames. Grates and Covers The castings shall conform to the following requirement: (a) Gray iron castings shall meet the requirements of AASHTO M 105. All castings shall conform to the dimensions shown on the plans and shall be designed to support H-20-S16 loadings in areas outside the runway and taxiway safety area, and to support 100,000 pound wheel loads with 250 psi tire pressure inside the safety area. The Contractor shall provide certification from the casting manufacturer that the castings furnished will meet the loading and material requirements. The manhole frame and cover units shall be R-3492 Series, Airport Manhole Frames and Lids, as manufactured by Neenah Foundry Company, or approved equal. The frame and covers shall be provided with bolted and gasket sealed lids, designed to prevent the lid from being dislodged by traffic but which will allow easy removal for access to the structure. Prior to final installation of the manhole lids, the lid gasket shall be lubricated with an approved silicone caulk. Each frame and grate unit shall be provided with fastening members to prevent it from being disloged by traffic but will allow easy access to the structure. 3. CONSTRUCTION METHODS 3-1 Unclassified Excavation The Contractor shall do all excavation for structures and structure footings to the lines and grades or elevations, shown on the plans, or as directed by the Engineer. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure footings shown. The elevations of the bottoms of footings, as shown on the plans, shall be considered as approximate only; and the Engineer may order, in writing, changes in dimensions or elevations of footings necessary to secure a satisfactory foundation. Boulders, logs, or any other objectionable material encountered in excavation shall be removed. All rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped, or serrated, as directed by the Engineer. All seams or crevices shall be cleaned out and grouted. All loose and disintegrated rock and thin strata shall be removed. When concrete is to rest on a surface other than rock, special care shall be taken not to disturb the bottom of the excavation, and excavation to final grade shall not be made until just before the concrete or reinforcing is to be placed. The Contractor shall do all bracing, sheathing, or shoring necessary to implement and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheathing, or shoring shall be included in the unit price bid for the structure. Unless otherwise provided, bracing, sheathing, or shoring involved in the construction of this item shall be removed by the Contractor after the completion of the structure. Removal shall be effected in a manner which will not disturb or mar finished masonry. The cost of removal shall be included in the unit price bid for the structure. After each excavation is completed, the Contractor shall notify the Engineer to that effect; and concrete or reinforcing steel shall be placed after the Engineer has approved the depth of the excavation and the character of the foundation material. 3-2 Concrete Structures Concrete structures shall be built on prepared foundations, conforming to the dimensions and form indicated on the plans. The construction shall conform to the requirements specified in Section 12, "Structural Portland Cement Concrete." Any reinforcement required shall be placed as indicated on 11 - 2 the plans and shall be approved by the Engineer before the concrete is placed. All invert channels shall be constructed and shaped accurately so as to be smooth, uniform, and cause minimum resistance to flowing water. The interior bottom shall be sloped downward toward the outlet. 3-3 Inlet and Outlet Pipes Inlet and outlet pipes shall extend through the walls of the structures for a sufficient distance beyond the outside surface to allow for connections but shall be cut off flush with the wall on the inside surface, unless otherwise directed. For concrete structures, the mortar shall be placed around these pipes so as to form a tight, neat connection. 3-4 Placement and Treatment of Grates and Frames All grates and frames shall be placed in the positions indicated on the plans or as directed by the Engineer, and shall be set true to line and to correct elevation. If frames or grates are to be set in concrete or cement mortar, all anchors or bolts shall be in place and position before the concrete or mortar is placed. The unit shall not be disturbed until the mortar or concrete has set. After the frames have been set in final position and the concrete or mortar has been allowed to harden for 7 days, then the grates or covers shall be placed and fastened down. 3-5 Backfilline After a structure has been completed, the area around it shall be filled with approved material, in horizontal layers not to exceed 8 inches in loose depth, and compacted to the density required in Section 2, "Excavation and Embankment and Topsoiling," as determined by AASHTO Designation T-180. Each layer shall be deposited all around the structure to approximately the same elevation. The top of the fill shall meet the elevation shown on the plans or as directed by the Engineer. Backfilling shall not be placed against any structure until permission is given by the Engineer. In the case of concrete, such permission shall not be given until the concrete has been in place 7 days, or until tests made by the laboratory under supervision of the Engineer establish that the concrete has attained sufficient strength to provide a factor of safety against damage or strain in withstanding any pressure created by the backfill or the methods used in placing it. Backfill shall not be measured for direct payment. Performance of this work shall be considered as a subsidiary obligation of the Contractor covered under the contract unit price for the structure involved. 3-6 Cleaning and Restoration of Site After the Backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankments, shoulders, or as ordered by the Engineer. The Contractor shall restore all disturbed areas to their original condition. 11 - 3 1 61 F� 1 1 After all work is completed, the Contractor shall remove all tools and equipment, leaving the entire site free, clear, and in good condition. 4. METHOD OF MEASUREMENT The number of concrete manholes and drainage structures shall be measured by the unit as shown on the plans and as listed in the proposal. 5. BASIS OF PAYMENT The accepted concrete manholes and drainage structures will be paid for at the contract unit price per each, complete and in place. This price shall be full compensation for furnishing all materials and for all preparation, excavation, backfilling and placing of the materials; furnishing and installation of such specials and connections to pipes and other structures as may be required to complete the item as shown on the plans; and for all labor, equipment, tools and incidentals necessary to complete the structure. END OF SECTION 11 - 4 jh SECTION 12 STRUCTURAL PORTLAND CEMENT CONCRETE FAA ITEM P-610 1. DESCRIPTION 1-1 General This item shall consist of either plain or reinforced structural portland cement concrete, prepared and constructed in accordance with these specifications, at the locations and of the form and dimensions shown on the plans. The concrete shall be composed of coarse aggregate, fine aggregate, portland cement, and water. 2. MATERIALS 2-1 General Only approved materials, conforming to the requirements of these specifications, shall be used in the work. They may be subjected to inspection and tests at any time during the progress of their preparation or use. The source of supply of each of the materials shall be approved by the Engineer before delivery or use is started. Test certificates for each of the materials shall be submitted by the Contractor for approval. Materials shall be stored and handled to insure the preservation of their quality and fitness for use and shall be located to facilitate prompt inspection. All equipment for handling and transporting materials and concrete must be clean before any material or concrete is placed therein. In no case shall the use of pit -run or naturally mixed aggregates be permitted. Naturally mixed aggregate shall be screened and washed, and all fine and coarse aggregates shall be stored separately and kept clean. The mixing of different kinds of aggregates from different sources in one storage pile or alternating batches of different aggregates will not be permitted. 2-2 Coarse Aggregate The coarse aggregate for concrete shall meet the requirements of AASHTO M 80. The percentage of wear shall be not more than 45 at 500 revolutions as determined by AASHTO T 96. Coarse aggregate shall be well graded from coarse to fine and shall meet the gradations shown in Table 1, using AASHTO T 27. 12 - 1 Table 1. - Requirements for Gradation of Coarse Aggregate Percentage by weight passing sieves Sieve designation (square openings) 21- 1-1/2" 1-' 3/411 1/2" 3/811 No. 4 *No. 4 to 1 inch ----- 100 90-100 ----- 25-60 ----- 0-10 No. 4 to 1-1/2" 100 95-100 ----- 35-70 ----- 10-30 0- 5 *For use in electrical duct encasement and markers only 2-3 Fine Aggregate The fine aggregate for concrete shall meet the requirements of AASHTO M 6. The fine aggregate shall be well graded from fine to coarse and shall meet the following grading requirements, when tested in accordance with AASHTO T 27: Table 2. - Requirements for Gradation of Fine Aggregate Sieve Designation Percentage by weight (square openings) passing sieves 3/8 inch---------------------------------- 100 No. 4------------------------------------- 95-100 No. 16------------------------------------ 45- 80 No. 30------------------------------------ 25- 55 No. 50------------------------------------ 10- 30 No. 100----------------------------------- 2- 10 Blending will be permitted, if necessary, in order to meet the gradation requirements for fine aggregate. 2-4 Cement The cement used shall be portland cement conforming to the requirements of ASTM C 150, Type I. The Contractor shall furnish vendors" certified test reports for each carload, or equivalent, of cement shipped to the project. The report shall be delivered to the Engineer before permission to use the cement is granted. All such test reports shall be subject to verification by testing sample materials received for use on the project. 12 - 2 2-5 Water The water used in concrete shall be free from sewage, oil, acid, strong alkalies, vegetable matter, and clay and loam. If the water is of questionable quality, it shall be tested in accordance with AASHTO T 26. 2-6 Admixtures The use of any material added to the concrete mix shall be approved by the Engineer. Before approval of any material, the Contractor shall be required to submit the results of complete physical and chemical analyses made by an acceptable testing laboratory. Subsequent tests shall be made of samples taken by the Engineer from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. Pozzolanic admixtures shall be fly ash meeting the requirements of ASTM C 618 or raw or calcined natural pozzolans meeting the requirements of ASTM C 618. Air -entraining admixtures shall meet the requirements of ASTM G 260. Air -entraining admixtures shall be added at the mixer in the amount necessary to produce the specified air content. ,Water -reducing, set -controlling admixtures shall meet the requirements of ASTM C 494, Type A, water -reducing or Type D, water- reducing and retarding. Water -reducing admixtures shall be added at the mixer separately from air -entraining admixtures in accordance with the manufacturer's printed instructions. 2-7 Steel Reinforcement Concrete reinforcing shall consist of deformed bars of either structural, intermediate, or hard 'grade billet steel meeting ASTM A 615 or welded wire fabric meeting ASTM A 185. 2-8 Cover Materials for Curing Curing materials shall conform to one of the following specifications: (a) Waterproof Paper for Curing Concrete ------- ASTM C 171 (b) Polyethylene Sheeting for Curing Concrete--ASTM C 171 (c) White Burlap -Polyethylene Sheeting --------- ASTM C 171 (d) Liquid Membrane -Forming Compounds for Curing Concrete -------------------------- ASTM C 309 3. CONSTRUCTION METHODS 3-1 General The Contractor shall furnish all labor, materials, and services necessary for, and incidental to, the completion of all work as shown on the drawings and specified herein. All machinery and equipment owned or controlled by the Contractor, which he proposes to use on the work, shall be of sufficient size to meet the requirements of the work, and shall be such as to produce satisfactory work; all work shall be subject to the inspection and approval of 12 - 3 the Engineer. The Contractor shall employ, at all times, a sufficient force of workmen of such experience and ability that the work can be prosecuted in a satisfactory and workmanlike manner. 3-2 Proportions Proportioning shall be designed for a specified compressive strength. Prior to the start of concrete construction 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 the project. Certificates shall include tests made on six compression test cylinders. Three cylinders for each design shall be tested at 7 days and three at 28 days. The costs of mix design and tests shall be borne by the Contractor. Additional test certificates shall be furnished if the material source is changed or if construction tests indicate marked variations from the original tests. Compressive strength shall be not less than 4,000 pounds per square inch at 28 days using test cylinders prepared in accordance with AASHTO T 23, or T 126 and tested in accordance with AASHTO T 22. The mix determined shall be a workable concrete having a slump between 3 inches and 5 inches as determined by AASHTO T 119. The cement content shall be not less than 5.0 sacks per cubic yard. The concrete shall be air -entrained concrete. The water -cement ratio, including free surface moisture on the aggregates, shall not be more than 6 gallons per sack of cement. The cement content shall be determined in accordance with AASHTO T 121. The air content of the concrete shall be between 3 and 6%, by volume. The air content by volume shall be based on measurements made on concrete immediately after discharge from the mixer in accordance with AASHTO T 121 or T 152. 3-3 Control Tests Strength tests shall be made in general, for each day's run or for each 50 cubic yards of concrete if a day's run greatly exceeds this amount. Tests will be made entirely at the discretion of the Engineer. A strength test shall consist of four test cylinders from a composite sample obtained in accordance with AASHTO T 141. One of the cylinders shall be tested at 7 days and three at 28 days. The test result shall be the average of the 28 day specimens. The costs of control tests will be borne by the Owner but the Contractor shall cooperate in securing and storing samples and shall furnish all materials required for sampling. 3-4 Proportioninz and Measuring Devices When package cement is used, the quantity for each batch shall be equal to one or more whole sacks of cement, The aggregates shall be measured separately by weight. if aggregates are delivered to the mixer in batch trucks, the exact amount for each mixer charge shall be contained in each batch compartment. Weighing boxes or hoppers shall be approved by the Engineer and 12 - 4 shall provide means of regulating the flow of aggregates into the batch box so that the required and exact weight of aggregates can be readily obtained. 3-5 Consistency The consistency of the concrete shall be checked by the slump test specified in AASHTO T 119, The slump shall be between 3 and 5 inches and shall be as directed by the Engineer. 3-b Mixine Concrete may be mixed at the construction site, at a central point, or wholly or in part in truck mixers. Whichever mixing process is used, concrete of the specified proportions and consistency shall be produced. 3-7 Mixing Conditions The concrete shall be mixed only in quantities required for immediate use. Concrete shall not be mixed while the air temperature is below 40°F. without permission of the Engineer. If permission is granted for mixing under such conditions, aggregates or water, or both, shall be heated and the concrete shall be placed at a temperature not less than 50° nor more than 100°F. The Contractor shall be held responsible for any defective work, resulting from freezing or injury in any manner during placing and curing, and shall replace such work at his expense. Retempering of concrete by adding water or any other material shall not be permitted. The delivery of concrete to the job shall be in such a manner that batches of concrete will be deposited at uninterrupted intervals. 3-8 Forms Concrete shall not be placed until all the forms and reinforcements have been inspected and approved by the Engineer. Forms shall be of suitable material and shall be of the type, size, shape, quality, and strength to build the structure as designed on the plans. The forms shall be true to line and grade and shall be mortar -tight and sufficiently rigid to prevent displacement and sagging between supports. The Contractor shall bear responsibility for their adequacy. The surfaces of forms shall be smooth and free from irregularities, dents, sags, and holes. The internal ties shall be arranged so that, when the forms are removed, no metal will show in the concrete surface or discolor the surface when exposed to weathering. All forms shall be wetted with water or with a nonstaining mineral oil which shall be applied shortly before the concrete is placed. Forms shall be constructed so that they can be removed without injuring the concrete or concrete surface. The forms shall not be removed before the expiration of at least 30 hours from vertical faces, walls, slender columns, and similar structures; forms supported by falsework under slabs, beams, girders, arches, and similar construction shall not be removed until tests indicate that at least 60% of the design strength of the concrete has developed. 12 - 5 3-9 Placing Reinforcement All reinforcement shall be accurately placed, as shown on the plans, and shall be firmly held in position during concreting. Bars shall be fastened together at intersections. The reinforcement shall be supported by approved metal chairs. Shop drawings, lists, and bending details shall be supplied by the Contractor when required. 3-10 Embedded Items Before placing concrete, any items that are to be embedded shall be firmly and securely fastened in place as indicated. All such items shall be clean and free from coating, rust, scale, oil, or any foreign matter. The embedding of wood shall be avoided. The concrete shall be spaded and consolidated around and against embedded items. 3-11 Placing Concrete All concrete shall be placed during daylight, unless otherwise approved. The concrete shall not be placed.until the depth and character of foundation, the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved. Concrete shall be placed as soon as practical F after mixing and in no case later than l hour after water has been added to the mix. The method and manner of placing shall be such to avoid segregation and r displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. Dropping the concrete a distance of more than 5 feet, or depositing a large quantity at one point, will not be permitted. Concrete shall be placed upon clean, damp surfaces, free from running water, or upon properly consolidated soil. The concrete shall be compacted with suitable mechanical vibrators operating within the concrete. When necessary, vibrating shall be supplemented by hand spading with suitable tools to assure proper and adequate compaction. Vibrators shall be manipulated so as to work the concrete thoroughly around the reinforcement and embedded fixtures and into corners and angles of the forms. The vibration at any joint shall be of sufficient duration to accomplish compaction but shall not be prolonged to the point where segregation occurs. 3-12 Construction Joints When the placing of concrete is suspended, necessary provisions shall be made for joining future work before the placed concrete takes its initial set. For the proper bonding of old and new concrete, such provisions shall be made for grooves, steps, keys, dovetails, reinforcing bars or other devices as may be prescribed. The work shall be arranged so that a section * begun on any day shall be finished during daylight of the same day. Before depositing new concrete on or against concrete which has hardened, the surface of the hardened concrete shall be cleaned by a heavy steel broom, roughened slightly, wetted, and covered with a neat coating of cement paste or grout. 3-13 Defective Work �. Any defective work disclosed after the forms have been removed shall be immediately removed and replaced. If any dimensions are deficient, or if the surface of the concrete is bulged, uneven, or shows honeycomb, which in 12 - 6 4 the opinion of the Engineer cannot be repaired satisfactorily, the entire section shall be removed and replaced at the expense of the Contractor. 3-14 Surface Finish All exposed concrete surfaces shall be true, smooth, free from open or rough spaces, depressions, or projections. The concrete in horizontal plane surfaces shall be brought flush with the finished top surface at the proper elevation and shall be struck -off with a straightedge and floated. Mortar finishing shall not be permitted, nor shall dry cement or sand -cement mortar be spread over the concrete during the finishing of horizontal plane surfaces. The surface finish of exposed concrete shall be a rubbed finish. If forms can be removed while the concrete is still green, the surface shall be pointed and wetted and then rubbed with a wooden float until all irregularities are removed. If the concrete has hardened before being rubbed, a carborundum stone shall be used to finish the surface. When approved, the finishing can be done with a rubbing machine. 3-15 Curing and Protection All concrete shall be properly cured and protected by the Contractor. The work shall be protected from the elements, flowing water, and from defacement of any nature during the building operations. The concrete shall be cured as soon as it has sufficiently hardened by covering with an approved material. Water -absorptive coverings shall be thoroughly saturated when placed and kept saturated for a period of at least 3 days. All curing mats or blankets shall be sufficiently weighted or tied down to keep the concrete surface covered and to prevent the surface from being exposed to currents of air. Where wooden forms are used, they shall be kept wet at all times until removed to prevent the opening of joints and drying out of the concrete. Traffic shall not be allowed on concrete surfaces for 7 days after the concrete has been placed. 3-16 Drains or Ducts Drainage pipes, conduits, and ducts that are to be encased in concrete shall be installed by the Contractor before the concrete is placed. The pipe shall be held rigidly so that it will not be displaced or moved during the placing of the concrete. 3-17 Cold Weather Protection When concrete is placed at temperatures below 40°F., the Contractor shall provide satisfactory methods and means to protect the mix from injury by freezing. The aggregates, or water, or both, shall be heated in order to place the concrete at temperatures between 50° and 100°F. After the concrete has been placed, the Contractor shall provide sufficient protection such as cover, canvas, framework, heating apparatus, etc., to enclose and protect the structure and maintain the temperature of the mix at not less than 50° F. until at least 60% of the designed strength has been attained. 12 - 7 1 1 1 1 1 l 1 1 1 1 1 4. BASIS OF MEASUREMENT AND PAYMENT The cost of portland cement concrete and reinforcing steel in pay items involved in the contract shall be included in the unit bid price of such pay items and no direct payment will be made for yardage of portland cement concrete or poundage of reinforcing steel. END OF SECTION 12 - 8 SECTION 13 JOINT SEALING FILLER FAA ITEM P-605 1. DESCRIPTION 1-1 General This item shall consist of providing and installing a resilient and adhesive joint sealing filler capable of effectively sealing joints and cracks in pavements. 2. MATERIALS 2-1 Joint Sealers Joint sealing materials shall meet the requirements of one or more of the following: (a) ASTM D3405 - Joint Sealants, Hot -Poured, for Concrete and Asphalt Pavements, to be used in joints between Portland cement concrete and bituminous concrete. (b) Fed. Spec. SS-S-200 - Sealing Compounds, Two -Component, Elastomeric, Polymer Type, Jet -Fuel -Resistant, Cold Applied, to be used for all other joints in portland cement concrete pavement. The joint sealing material shall be Type M (machine application). Type H (hand mixed) joint sealing material will not be allowed. 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, and the safe heating temperature and shall be accompanied by the manufacturer's certification stating that the compound meets the requirements of this specification. 3. CONSTRUCTION METHODS 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 traffic. The pavement temperature shall be above 50°F. at the time of installation of the joint sealing material. 3-2 Preparation of Joints Immediately before sealing, the joints shall be thoroughly cleaned of all laitance, curing compound, and other foreign material. Cleaning shall be accomplished by sandblasting. The joints shall be sandblasted immediately prior to the sealing operation unless otherwise directed by the Engineer. The sandblasted joints shall be cleaned out by the use of an oil free high pressure air jet. The final blowing operation shall precede the 13 - 1 sealing operation by no more than 50 feet. After the joints have been blown by air, the compressible filler shall be installed in the joint followed by the installation of the bond breaker. The bond breaker shall be as recommended by the manufacturer of the sealing material. The joint faces shall be surface dry when the seal is applied. 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. (a) 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"F. 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 shall be removed immediately. (b) Cold Applied Sealants. Cold applied joint sealing compound shall be applied by means of pressure equipment that will force the sealing material to the bottom of the joint and completely fill the joint without spilling the material on the surface of the pavement. A backing material shall be placed as shown on the plans and shall be nonadhesive to the concrete or the sealant material. Sealant which does not bond to the concrete surface of the joint walls, contains voids, or fails to set to a tack -free condition will be rejected and replaced by the Contractor at no additional cost. Before sealing the joints, the Contractor shall demonstrate that the equipment and procedures for preparing, mixing, and placing the sealant will produce a satisfactory joint seal. This shall include the preparation of two small batches and the application of the resulting material. 4. METHOD OF MEASUREMENT AND BASIS OF PAYMENT The performance of this work shall not be paid for directly but shall be considered as a subsidiary obligation of the Contractor covered under other contract items. The cost of this work shall be included in the contract unit price for portland cement concrete pavement. END OF SECTION 13 - 2 SECTION 14 APRON AND TAXIWAY PAINTING FAA ITEM P-620 1. DESCRIPTION 1-1 General This item shall consist of the painting of numbers, markings, and stripes on the surface of aprons and taxiways in accordance with these specifications and at the locations shown on the plans, or as directed by the Engineer. 2. MATERIALS 2-1 Paint Paint shall meet the requirements of Federal Specification TT-P-85E or TT-P-1952B. 2-2 Reflective Media Glass spheres shall meet the requirements of Federal Specification TT-B-1325, Type III. 3, CONSTRUCTION METHODS 3-1 Weather Limitations The painting shall be performed only upon a dry and clean surface, when the atmospheric temperature is above 45°F., when the temperature is not expected to fall below 40° F. for the 48 hours immediately following application, and when the weather is not foggy or windy. 3-2 Equipment All equipment for the work shall be approved by the Engineer and shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, and such auxiliary hand painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an atomizing spray -type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the required coverage and shall be designed so as to apply markings of uniform cross sections and clear-cut edges without running or spattering. 3-3 Preparation of Surface Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, laitance, or other foreign material which would reduce the bond between the paint and the pavement. The area to be painted shall be cleaned by sweeping and blowing or by other methods as required to remove all dirt, laitance, and loose materials. If paint flakes off or comes loose during the guaranty period, the painted area shall be recleaned and repainted at the Contractor's expense. Paint shall not be applied to portland cement concrete pavement until the concrete in the areas to be painted is clean of curing material. Sand blasting or high pressure water shall be used to remove curing material from concrete surfaces. 3-4 Layout of Markings On those sections of pavement where no previously applied markings are available to serve as a guide, the proposed markings shall be laid out in advance of the paint application. 3-5 Application Markings shall be applied at the locations and to the dimensions and spacing shown on the plans. Paint shall not be applied until the layout and condition of the surface have been approved by the Engineer. The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate as shown for the type of surface course. The addition of thinner will not be permitted. Surface Course New Seal Coat New or Existing Bituminous Pavement New or Existing Concrete Pavement Application Rate Square Feet/Gallon 50-55 (apply in two applications from opposite directions) 100-110 100-110 A period of 30 days for TT-P-85E and a period of 48 hours for TT- P-1952B shall elapse between placement of a bituminous surface course or seal coat and application of the paint. The edges of the markings shall not vary from a straight line more than h inch in 50 feet, and the dimensions shall be within a tolerance of plus or minus 5 percent. Glass spheres shall be distributed to the surface of the marked areas immediately after application of the paint. A dispenser shall be furnished which is properly designed for attachment to the marking machine and suitable for dispensing glass spheres. The spheres shall be applied at the rate of 10 pounds per gallon of paint. The Contractor shall furnish certified test reports for the materials shipped to the project. The reports shall not be interpreted as a basis for final acceptance. The Contractor shall notify the Engineer upon arrival of a shipment of paint to the job site. All emptied containers shall 14 - 2 1 ibe 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. 3-6 Protection After application of the paint, all markings shall be protected from damage until the paint is dry. All surfaces shall be protected from disfiguration by spatter, splashes, spillage, or drippings of paint. 3-7 Defective Workmanship or Material When any material not conforming to the requirements of the specifications or plans has been delivered to the project or incorporated in the work or any work performed is of inferior quality, such material or work shall be considered defective and shall be corrected as directed by the Engineer, at the expense of the Contractor. 4. METHOD OF MEASUREMENT The quantity of apron and taxiway markings as shown on the plans to be paid for shall be the number of square feet of painting all performed in accordance with the specifications and accepted by the Engineer. 5. BASIS OF PAYMENT Payment shall be made at the contract unit price per apron and taxiway painting. This price shall be full furnishing all materials and for all labor, equipment, tools, necessary to complete the item. END OF SECTION 14 - 3 square foot for compensation for and incidentals SECTION 15 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS FAA ITEM L-108 1. DESCRIPTION 1.1 Genera This item shall consist of underground cable furnished and installed in accordance with this specification at the locations and in accordance with the design, dimensions, and details shown in the plans. This item shall include the installation of cable and counterpoise wire in trench, duct or conduit. It shall include splicing and testing of the installation and all incidentals necessary to place the cable in operating condition as a completed unit to the satisfaction of the Engineer. This item shall not include the installation of the duct or conduit, and excavation and backfill of the trench. 1 2. EQUIPMENT AND MATERIALS 2.1 Genera (a) Airport lighting equipment and materials covered by FAA specifications shall have the prior approval of the Federal Aviation Administration, Airports Service, Washington, D.C. 20591, and shall be listed in the latest edition of Advisory Circular 150/5345-1, Approved Airport Lighting Equipment. (b) All other equipment and materials covered by other ma referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification, when requested by the Engineer. 2.2 Cable Underground cable shall conform to the requirements of Specification for L-824, Underground Electrical Cables for Airport Lighting Circuits. The following types are covered in Specification L-824: (a) Type C - Single conductor cable with 600-volt or 5,000- volt cross -linked (XL) polyethylene insulation. Type C cable shall be used for 5,000-volt installation. All cable for airport lighting service shall be stranded viz: 600-volt-7-strand; 5,000 volt-7 or 19 strand. For power cable, conductor size shall not be smaller than No. 8 AWG. Control cable conductor size shall be not less than No. 12 AWG. These limits on conductor sizes shall not apply to leads furnished by manufacturers on transformers and fixtures. If telephone control cable is specified, copper shielded, poly- ethylene insulated and jacketed, No. 19 AWG telephone cable conforming to the 15 - 1 a United States Department of Agriculture, Rural Electrification Administration (REA) Bulletin 345-14, REA Specification for Fully Color -Coded, Polyethylene Insulated, Double Polyethylene -Jacketed Telephone Cables for Direct Burial, shall be used. Cable type, size, number of conductors, strand and service voltage shall be specified in the plans and/or proposal. 2.3 Bare Cop -per Wire (Coun ergoisg) Bare copper wire for counterpoise installations shall be stranded wire conforming to ASTM Specifications B3 and B8. 2.4 Cable Connections In -line connections of underground primary cables shall be of the type called for in the plans or in the proposal, and shall be the type listed below. When the plans or the proposal permit a choice of connection, the Contractor shall indicate in the bid the type of connection he proposes to furnish. Ends of spare and unused cables shall be taped and marked for future use. (a) The Cast Splice A cast splice, employing a plastic mold and using epoxy resin equal to that manufactured by Minnesota Mining and Manufacturing Company, "Scotchcast" Kit No. 82--A, or as manufactured by Hysol Corporation, *Hyseal Epoxy Splice" Kit No. E1135, for potting the splice is approved. This means of splicing is the only type approved for telephone control cable. (b) The Field -attached Plug-in Splice Figure 14 of Specification for L-823 Plug and Receptacle, Cable Connectors, employing connector kits, is approved for field attachment to single conductor cable. This is the only method approved for field installation of L-824 cable. In -line connections of underground cables shall be field -attached plug-in splices. (c) The Factory -molded Plug-in Splice Specification for L-823 Connectors, Factory -Molded to Individual Conductors, are approved. 3. CONSTRUCTION METHODS 3.1 General The Contractor shall install the specified cable at the approximate locations indicated in the airport lighting layout plans. The Engineer shall indicate specific locations. Cable connections between lights will be permitted only at the light locations for connecting the underground cable to the primary leads of the individual insulating transformers. The Contractor shall be responsible for providing cable in continuous lengths for home runs or other long cable runs without connections, unless otherwise authorized in writing by the Engineer or shown in the plans. 15 - 2 The Contractor shall be responsible for scheduling installation of equipment in phases corresponding to general construction. In areas to receive topsoil, underground electrical installation shall proceed ahead of the topsoiling operation. 3.2 Installation in Duct or Conduit This item includes the installation of the cable in duct or conduit as described below. The maximum number and voltage ratings of cables installed in each single duct or conduit, and the current -carrying capacity of each cable shall be in accordance with the latest National Electric Code, or the code of the local agency having jurisdiction. The Contractor shall make no connections or joints of any kind in cables installed in conduits or ducts. The duct or conduit shall be installed as a separate item in accordance with Section 16, "Installation of Airport Underground Electrical Duct." The Contractor shall make sure that the duct is open, continuous, and clear of debris before installing cable. The cable shall be installed in a manner to prevent harmful stretching of the conductor, injury to the insulation, or damage to the outer protective covering. The ends of all cables shall be sealed with moisture -seal tape before pulling into the conduit and it shall be left sealed until connections are made. Where more than one cable is to be installed in a duct under the same contract, all cable shall be pulled in the duct at the same time. The pulling of a cable through ducts or conduits may be accomplished by handwinch or power winch with the use o£'cable grips or pulling eyes. Pulling tensions should be governed by recommended standard practices for straight pulls or bends. A lubricant recommended for the type of cable being installed shall be used where pulling lubricant is required. Duct or conduit markers temporarily removed for excavations shall be replaced as required. Additional slack cable shall be left in runway light bases, handholes, manholes, etc., where it is required to bring the cable above ground level to make connections and to allow for base extension if the surface is raised in the future. The amount of slack cable shall be stipulated by the Engineer, or as shown in the plans and specifications. 3.3 Installation in Trenches (Counterpoise) The Contractor shall not use a cable plow for installing the cable. Sharp bends or kinks in the cable shall not be permitted. f Cables shall be unreeled in place alongside or in the trench and shall be carefully placed along the bottom of the trench. The cable shall not be unreeled and pulled into the trench from one end. 3.4 Splicing Connections of the type shown in the plans shall be made by experienced personnel regularly engaged in this type of work and shall be made as follows: (a) Cast Splices These shall be made by using crimp connectors for 15 - 3 jointing conductors. Molds shall be assembled, and the compound shall be mixed and poured in accordance with manufacturer's instructions and to the satisfaction of the Engineer. (b) Field -attached Plug, -in Splices These shall be assembled in accordance with manufacturer's instructions. These splices shall be made by plugging directly into mating connectors. In all cases the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic -tape, one-half lapped, extending at least 1-h inches on each side of the joint. The outer layer of tape shall be coated with a waterproof electrical coating. The coating shall be Scotch-Kote Electrical Coating, as manufactured by Minnesota Mining and Manufacturing Company, or approved equal. Application of coating shall be as recommended by manufacturer. (c) Factory -molded Plug-in Splices These shall be made by plugging directly into mating connectors. In all cases, the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-h inches on each side of the joint. 3.5 Bare Counterpoise Wire Installation and Grounding for Lightning Protection If shown in the plans or specified in the job specifications, a stranded bare copper wire, No. 8 AWG minimum size, shall be installed for lightning protection of the underground cables. The bare counterpoise wire shall be installed in the same trench for the entire length of the insulated cables it is designed to protect, and shall be placed at a distance of approximately 4 inches above the conduit or duct. The counterpoise wire shall be securely attached to each light fixture base. The counterpoise wire shall also be securely attached to copper or copper -clad ground rods installed not more than 1,000 feet apart around the entire circuit. The ground rods shall be of the length and diameter specified in the plans, but in no case shall they be less than 8 feet long nor less than 5/8 inch in diameter. The counterpoise system shall terminate at the electrical vault or at the power source. It shall be securely attached to the vault or equipment grounding system. The connections shall be made as shown in the project plans and specifications. 3.6 Testing The Contractor shall furnish all necessary equipment and appliances for testing the underground cable circuits after installation. The Contractor shall test and demonstrate to the satisfaction of the Engineer the following: a That all lighting power and control circuits ( ) g g are continuous and free from short circuits. I(b) That all circuits are free from unspecified grounds. 1 15 - 4 (c) That the insulation resistance to ground of all nongrounded series circuits is not less than 50 megohms. (d) That the insulation resistance to ground of all nongrounded conductors of multiple circuits is not less than 50 megohms. (e) That all circuits are properly connected in accordance with applicable wiring diagrams. (f) That all circuits are operable. Tests shall be conducted that include operating each control not less than 10 times and the continuous operation of each lighting and power circuit for not less than 1/2 hour. 4. METHOD OF MEASUREMENT The footage of counterpoise wire installed in trench to be paid for shall be the number of linear feet of counterpoise wire installed in trenches measured in place, completed, ready for operation, and accepted as satisfactory. The footage of cable installed in duct or conduit to be paid for shall be the number of linear feet measured in place, completed, ready for operation, and accepted as satisfactory. Separate measurement shall be made for each cable installed in duct or conduit. 5. BASIS OF PAYMENT Payment will be made at the contract unit price for cable or counterpoise wire installed in trench, conduit or duct. This price shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. END OF SECTION 15 - 5 V SECTION 16 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT FAA ITEM L-110 1. DESCRIPTION 1.1 General This item shall consist of underground electrical ducts or conduits installed in accordance with this specification at the locations and in accordance with the dimensions, designs, and details shown in the plans. It shall also include all trenching, backfilling; manholes, concrete encasement, mandreling, installation of steel drag wires, capping, and the testing of the installation as a completed duct system ready for installation of cables, to the satisfaction of the Engineer. 2. EQUIPMENT AND MATERIALS 2.1 General All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when so requested by the Engineer. The Contractor shall furnish the following types of ducts in complying with the specifications for this item: (a) 4" Duct - plastic only (b) 2" Duct - plastic only (c) Split Duct - plastic only 2.2 Plastic Conduit Plastic conduit and fittings shall conform to the requirements of Fed. Spec. W-C-1094A and shall be Type II, Schedule 40 PVC, suitable for either above ground or underground use. 2.3 Steel Conduit Rigid steel conduit and fittings shall conform to the requirements of Fed. Spec. WW-C-581. 2.4 Concrete Concrete shall conform to Section 12, "Structural Portland Cement Concrete" using 1-inch maximum size coarse aggregate. Concrete shall have a compressive strength of not less than 3,000 psi after 28 days. 3. CONSTRUCTION METHODS 3.1 General The Contractor shall install underground ducts at the approximate 16 - 1 locations indicated in the airport layout plans. The Engineer shall indicate specific locations as the work progresses. Ducts shall be of the size, material, and type indicated in the plans or specifications. Where no size is indicated in the plans or specifications, the ducts shall be not less than 4 inches inside diameter. All duct lines shall be laid so as to grade toward handholes, manholes and duct ends for drainage. Grades shall be at least 3 inches per 100 feet. On runs where it is not practicable to maintain the grade all one way, the duct lines shall be graded from the center in both directions toward manholes, handholes, or duct ends. Pockets or traps where moisture may accumulate shall be avoided. The Contractor shall mandrel each duct. An iron -shod mandrel, not more than 1/4-inch smaller than the bore of the duct shall be pushed through each duct by means of jointed conduit rods. The mandrel shall have a leather or rubber gasket slightly larger than the duct hole. All ducts installed shall be provided with a No. 10 gauge galvanized iron or steel drag wire for pulling the permanent wiring. Sufficient length shall be left in manholes or handholes to bend the drag wire back to prevent it from slipping back into the duct. Where spare ducts are installed, as indicated on the plans, the open ends shall be plugged with removable caps, N.-L designed by the duct manufacturers. All ducts shall be securely fastened in place during construction and progress of the work and shall be plugged to prevent seepage of grout, water, or dirt. Any duct section having a defective joint shall not be installed. All ducts installed under runways, taxiways, aprons, and other paved areas shall be encased in a concrete envelope except where shown otherwise on the drawings. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for ducts may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Blades of road patrols or graders shall not be used to excavate the trench. The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All excavation shall be unclassified. 3.2 Ducts Encased in Concrete Unless otherwise shown in the plans, concrete -encased ducts shall be installed so that the top of the concrete envelope is not less than 18 inches below the finished subgrade where installed under runways, taxiways, aprons, or other paved areas, and not less than 18 inches below finished grade where installed in unpaved areas. Ducts under paved areas shall extend at least 12 feet beyond the edges of the pavement. Trenches for concrete -encased ducts shall be opened the complete length before concrete is laid so that if any obstructions are encountered, proper provisions can be made to avoid them. All ducts for concrete encasements shall be placed on a layer of concrete not less than 3 inches thick prior to its initial set. Where two or more ducts are encased in 16 - 2 1 1 1 concrete, the Contractor shall space them not less than 1-1/2 inches apart (measured from outside wall to outside wall) using spacers applicable to the type of duct. As the duct laying progresses, concrete not less than 3 inches thick shall be placed around the sides and top of the duct bank. End bells or couplings shall be installed flush with the concrete encasement where required. 3.3 Conduits Trenches for single -conduit lines shall be not less than 6 inches nor more than 12 inches wide, and the trench for 2 or more conduits installed at the same level shall be proportionately wider. Trench bottoms for conduits shall be made to conform accurately to grade so as to provide uniform support for the conduit along its entire length. A layer of fine earth material, at least 4 inches thick (loose measurement) shall be placed in the bottom of the trench as bedding for the conduit. The bedding material shall consist of soft dirt, sand or other fine fill, and it shall contain no particles that would be retained on a 1/4-inch sieve. The bedding material shall be tamped until firm. Unless otherwise shown in plans, conduits for direct burial shall be installed so that the tops of all conduits are at least 18 inches below the finished grade. When two or more conduits are installed in the same trench, they shall be spaced not less than 2 inches apart (measured from outside wall to outside wall) in a horizontal direction and not less than'6 inches apart in a vertical direction. Trenches shall be opened the complete length before conduit is installed so that if any obstructions are encountered, proper provisions can be made to avoid them. An expansion -contraction coupling joint shall be installed near the midpoint in each section of conduit which exceeds 100 feet or in each 200 feet of a longer run. The 2-inch plastic conduit may be deflected at the joints and by bending of the pipe, not to exceed the manufacturer's recommendation, to allow change in direction. However, when deflection limits are exceeded, bends and fittings will be required. 3.4 Eackfilling After concrete -encased ducts have been properly installed and the concrete has had time to set, the trench shall be backfilled in at least two layers with excavated material not larger than 4 inches in diameter and thoroughly tamped and compacted to at least the density of the surrounding undisturbed soil. If necessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required. Trenches shall not be excessively wet and shall not contain pools of water during backfilling operations. 16 - 3 The trench shall be completely backfilled and tamped level with the adjacent surface, except that, when sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of in accordance with instructions issued by the Engineer. For ducts without concrete envelope, 8 inches of sand, soft earth, or other fine fill (loose measurement) shall be placed around the ducts and carefully tamped around and over them with hand tampers. The remaining trench may be filled with regular run of excavated material and thoroughly tamped as specified above. 3.5 Restoration Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the trenching, storing of dirt, cable laying, pad construction and other work shall be restored to its original condition. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. 3.6 Special Ducts Where existing cables, either control or power, are to be left in place under proposed paved areas, a split conduit of approved type shall be used. The cable and conduit shall be brought to grade as specified on the plans. This duct shall be placed surrounding the existing cable and reassembled by securely banding with steel straps, prior to placing concrete encasement in accordance with Paragraph 3-2 above. Care shall be taken in uncovering existing cable and installing in split duct to prevent damage to cable. Any cable damaged shall be replaced with cable of the same type and with sufficient length to replace the entire damaged section, properly spliced. Splices shall not be installed in conduit in accordance with Paragraph 2-4(b) of Section 15 "Installation of Underground Cable for Airports". Where cable is existing in ducts and extension is required, split duct will be used and installed as outlined under special ducts. 3.7 Manholes Manholes shall be installed in accordance with details and locations shown on the plans and in accordance with Section 11, "Concrete s Manholes and Drainage Structures." 4. METHOD OF MEASUREMENT The quantity of underground conduit or duct to be paid for under this item shall be the number of linear feet of conduit or duct installed, measured in place, completed, and accepted. Separate measurement shall be made for the various types and sizes. The number of manholes to be paid for under this item shall be the number installed, complete in place, and accepted by the Engineer. The various sizes shall be measured separately. 16 - 4 New cable placed in conduit shall be paid for under other sections. 5. BASIS OF PAYMENT Payment will be made at the contract unit price for the various items completed and accepted as follows: manholes, each type and size of duct or conduit. This price shall be full compensation for furnishing and installing all materials complete in place, including preparation, assembly, trenching, excavation, grading, backfilling, and for all labor, equipment, tools, and incidentals necessary to complete this item. END OF SECTION 1b-5 SECTION 17 INSTALLATION OF AIRPORT LIGHTING SYSTEMS FAA ITEM L-125 P 1. DESCRIPTION 1.1 General This item shall consist of airport lighting systems furnished and installed in accordance with this specification, the referenced specifications, and the applicable advisory circulars. The systems are installed at the location and in accordance with the dimensions, design, and details shown in the plans. This item shall include the furnishing of all equipment, materials, services, and incidentals necessary to place the systems in operation as completed units to the satisfaction of the Engineer. 1.2 References Additional details pertaining to a specific system covered in this item are contained in the advisory circulars listed below: (a) AC 150/5340-4C, Installation Details for Runway Centerline and Touchdown Zone Lighting Systems. (b) AC 150/5340-14B, Economy Approach Lighting Aids. (c) AC 150/5340-18B, Standards for Airport Sign Systems. (d) AC 150/5340-24, Runway and Taxiway Edge Lighting System. (e) AC 150/5345-44D, Specifications for Taxiway and Runway Signs. (f) AC 150/5345-47, Isolation Transformers for Airport Lighting Systems. The foregoing documents are published by the Federal Aviation Administration as standards for approved lighting systems. These Advisory Circulars are referenced as included herein in this specification and considered as a contract document, and shall apply to all work to be done under this contract for the installation of new and adjustment of the existing lighting system as shown on the plans as specified herein. 2. EQUIPMENT AND MATERIALS 2.1 General (a) Airport lighting equipment and materials covered by FAA specifications shall have the prior approval of the Federal Aviation Administration, Airports Service, Washington, D.C. 20591, and shall be listed in the latest edition of Advisory Circular 150/5345-1, Approved Airport Lighting Equipment. 17 - 1 (b) All other equipment and materials covered by other referenced specifications shall be subject to acceptance through the manufacturer's certification of compliance with the applicable specifications. (c) Lists of the equipment and materials required for a particular system are contained in the applicable advisory circulars. 2.2 Tape Rubber and plastic electrical tapes shall be Scotch Electrical Tape Numbers 23 and 88, respectively, as manufactured by the Minnesota Mining and Manufacturing Company, or an approved equal. 2.3 Concrete Concrete shall conform to Section 12, '"Structural Portland Cement Concrete," except concrete used for backfill may have a compressive strength of not less than 3,000 PSI. 2.4 Conduit Conduit shall be furnished and installed in accordance with Section 16, "Installation of Airport Underground Electrical Duct." 2.5 Medium Intensity Lights (a) New Lights (1) Taxiway Lights. Medium' intensity taxiway lights, L-861T, shall be installed as base mounted units. A 6.6/ 6.6 amp, L-830 series isolation transformer shall be supplied with each new unit. Conduit adapters for installation of plastic conduit to bases shall be included with each base. (b) Existing Lights. Certain existing medium intensity stake mounted taxiway lights shall be removed and delivered to the Owner's warehouse. 2.6 High Intensity Lights (a) Existing Lights Certain existing high intensity base mounted runway lights shall be removed and delivered to the Owner's warehouse. All bases shall be removed and the disturbed area repaired. 2.7 Semi -Flush Lights Semi -flush lights, L-850C, shall be installed as shown on the lighting layout with L-868 base. Adapter plates shall be furnished as required 6 for mounting the light units on the bases furnished. A 6.6/6.6 amp L-830 isolation transformer shall be supplied and installed with each unit. Conduit adapters for installation of plastic conduit to bases shall be included with each base. Light identification shall be as shown on the drawings or as directed by the Engineer. The bases shall be capable of future extension and sufficient slack cable shall be left in the base for future raising of the fixtures. Filters of designated color shall be installed as shown on the lighting layout. 17 - 2 4 2.8 Mandatory Signs (a) New Sign Mandatory signs shall be installed at the locations shown on the drawings and in accordance with details shown on the drawings. The mandatory signs shall be base mounted, FAA Specification Type L-858R, Size 2, Style 2, Class 1, internally lighted. The new signs shall be the same as existing signs. (b) Transformer The correct new insulating transformer shall be furnished and installed with each new sign, single or multiple, as listed in the advisory circular. 2.9 Information Signs (a) New Signs Information signs shall be installed at the locations shown on the drawings and in accordance with details shown on the drawings. The information signs shall be base mounted, FAA Specification Type L-858Y, Size 2, Style 2, Class 1, internally lighted. The new signs shall be the same as existing signs. (b) Transformer The correct new insulating transformer shall be furnished and installed with each new sign, single or multiple, as listed in the advisory circular. 2.10 Cable Underground cable shall be furnished and installed in accordance with Section 15, "Installation of Underground Cable for Airports." Cable shall be installed in plastic conduit between light bases adjacent to the runway or taxiway. 2.11 Identification Markers A noncorrosive metal disc of 2 inches minimum diameter with numbers permanently stamped shall be attached to each light fixture and guidance sign as shown on the drawings or as required by the Engineer. 3. CONSTRUCTION METHODS 3.1 General The installation and testing details for the systems shall be as specified in the applicable advisory circulars. 3.2 Placing Light and Signs The light fixtures and signs shall be installed at the approximate location indicated in the plans. The exact location shall be as directed by the Engineer. 17 - 3 J 3.3 Removed Equipment (a) Existing lights which are designated to be removed shall be removed by the Contractor and delivered to the Owner's warehouse. (b) All material removed shall be delivered to the Owner's warehouse at the airport. The foundation material shall become the property of the Contractor and shall be disposed of by the Contractor off the airport property. (c) Existing underground cable in ducts, which will be replaced with new circuits shall be removed by the Contractor and will become the property of will be made to the Contractor and shall be removed from the the Contractor for this removed material and no site. No charge payment will be made to Contractor for removal of the material. 4. METHOD OF MEASUREMENT The quantity of new lights or signs to be paid for under this item shall be the number of each type installed as completed units in place, ready for operation, and accepted by the Engineer, including foundation, transformer, transformer housing and circuit connectors. The quantity of existing lights removed to be paid for under this item shall be the number delivered to the Owner's warehouse and accepted by the Engineer, including base or stake removal and backfill of "disturbed area. 5. BASIS OF PAYMENT Payment will be made at contract unit price for the following: (a) New base mounted taxiway light. (b) New base mounted semi -flush runway light. (c) Mandatory or information sign, of each size, style and class as shown on the plans. (d) Removal of existing light, of each type. Each unit shall be complete, with all equipment as specified, installed in place by the Contractor and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation, assembly, installation and adjustment of these materials, and for all labor, equipment, tools and incidentals necessary to complete the item. END OF SECTION 17 - 4 4 SECTION 18 SEEDING AND FERTILIZING FAA ITEM T-901 1. DESCRIPTION 1-1 General This item shall consist of seeding and fertilizing the areas shown on the plans or as directed by the Engineer in accordance with these specifications. 2. MATERIALS 2-1 Seed 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. Payment will not be made for seed prior to planting and obtaining an acceptable stand of grass. Seed shall conform to the requirements of Federal Specification JJJ-S-181. All planting shall be done between January 15 and June 15 except as authorized by the Engineer. The varieties and amounts of pure live seed planted per acre shall be as follows: Green Sprangletop 4 lbs. Sideoats Grama (El Reno) 8 lbs. Blue Grama 10 lbs. Buffalograss 6 lbs. Common Bermudagras (hulled) 16 lbs. 2-2 Fertilizer Fertilizer shall be standard commercial fertilizers supplied separately or in mixtures. The fertilizer shall have an analysis of 16-20-0 or 16-8-8; the figures in the analysis representing the percent of nitrogen, phosphoric acid, and water-soluble potash, respectively. Fertilizer 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. 18 - 1 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. Fertilizer shall be applied at the rate of 400 pounds per acre. 2-3 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. 3. CONSTRUCTION METHODS 3-1 Advance Preparation and Cleanup After grading of areas has been completed and before applying fertilizer, areas to be seeded shall be raked or otherwise cleared of stones larger than 2 inches in any diameter, sticks, stumps, and other debris which might interfere with sowing of seed, growth of grasses, or subsequent maintenance of grass -covered areas. If any damage by erosion or other causes has occurred after the completion of grading and before beginning the application of fertilizer, 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 4 inches as a result of grading operations and, if immediately prior to seeding, the top 3 inches 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 4 inches. Clods shall be broken and the top 3 inches of soil shall be worked into a satisfactory seedbed by discing, or by use of cultipackers, rollers, drags, harrows, or other appropriate means. 18 - 2 3-2 Dry pplication Method (a) Fertilizing Following advance preparations and cleanup, fertilizer shall be uniformly spread at the rate as stated in Paragraph 2-2. (b) Seeding Grass seed shall be sown at the rate specified in Paragraph 2-1. Mechanical equipment shall be used for sowing seed, except that sowing by hand will be allowed in areas inaccessible to equipment. All varieties of seed as well as fertilizer may be distributed at the same time provided that each component is uniformly applied at the specified rate. (c) Rolling After the seed has been properly covered, the seedbed shall be immediately compacted by means of an approved lawnroller, weighing 40 to 65 pounds per foot of width for clay soil (or any soil having a tendency to pack), and weighing 150 to 200 pounds per foot of width for sandy or light soils. 3-3 Wet Application Method (a) General The Contractor may elect to apply seed and fertilizer 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 Paragraphs 2-1 and 2-2. (b) Spraying Equipment The spraying equiment shall have a container or water tank equipped with a liquid level gauge calibrated to read in increments not larger than 50 gallons 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 per minute at a pressure of 100 pounds per square inch. The pump shall be mounted in a line which will recirculate the mixture through the tank whenever it is not being sprayed from the nozzle. All pump passages and pipe lines shall be capable of providing clearance for 5/8-inch 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 z 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 r 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 5 18 - 3 F_ 6W supplied so that mixtures may be properly sprayed over distances varying from 20 feet to 100 feet. One shall be a close -range ribbon nozzle, one a medium -range ribbon nozzle, and one a long-range jet nozzle. For ease of removal and cleaning, all nozzles shall be connected to the nozzle pipe by means of quick -release couplings. In order to reach areas inaccessible to the regular equipment, an extension hose at least 50 feet in length shall be provided to which the nozzles may be connected. (c) Mixtures Seed and fertilizer shall be mixed together in the relative proportions specified, but not more than a total of 220 pounds of these combined solids shall be added to and mixed with each 100 gallons 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 which is disapproved by the Engineer following such tests. All mixtures shall he constantly agitated from the time they are mixed until they are finally applied to the seedbed. All such mixtures shall be used within 2 hours from the time they were mixed or they shall be wasted and disposed of at locations acceptable to the Engineer. (d) Spra ing Mixtures of seed and fertilizer shall only be sprayed upon previously prepared seedbeds. The mixtures shall be applied by means of a high-pressure spray which shall always be directed upward into the air so that the mixtures will fall to the ground like rain in a uniform spray. Nozzles or sprays shall never be directed toward the ground in such a manner as might produce erosion or runoff. Particular care shall be exercised to insure that the application is made uniformly and at the prescribed rate and to guard against misses and overlapped areas. Proper predetermined quantities of the mixture in accordance with specifications shall be used to cover specified sections of known area. Checks on the rate and uniformity of application may be made by observing the degree of wetting of the ground or by distributing test sheets of paper or pans over the area at intervals and observing the quantity of material deposited thereon. After the soil has dried, the seed and fertilizer shall be raked into the soil and rolled as specified in Paragraph 3-2. 3-4 Maintenance of Seeded Areas The Contractor shall protect seeded areas against traffic or other use by warning signs or barricades, as approved by the Engineer. 18 - 4 6 Surfaces gullied or otherwise damaged following seeding shall be repaired by regrading and reseeding as directed. The Contractor shall mow, water as directed, repair damaged areas, and otherwise maintain seeded areas in a satisfactory condition until final inspection and acceptance of the work, or until a stand of grass is established as specified herein. When either the dry or wet application method outlined above is used, it will be required that the Contractor establish a good stand of grass of uniform color and density to the satisfaction of the Engineer. If at the time when the contract has been otherwise completed it is not possible to make adequate determination of the color, density, and uniformity of such stand of grass, payment for the unaccepted portions of the areas seeded will be withheld until such time as these requirements have been met. 4. METHOD OF MEASUREMENT The quantity of seeding and fertilizing to be paid for shall be the number of acres, measured on the ground surface, completed and accepted. 5. EASIS OF PAYMENT Payment for this work will be made at the contract unit price per acre for seeding and fertilizing. This price shall be full compensation for furnishing all materials and for all preparation, layout, and application of materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. END OF SECTION 18 - 5 SECTION 19 BITUMINOUS SEAL COAT FAA ITEM P-609 1. DESCRIPTION 1-1 General This item shall consist of a bituminous surface treatment composed of single application of bituminous material with latex additive, an aggregate cover placed on the prepared surface and an emulsified fog seal over certain portions of the seal coat, in accordance with these specifications, and shall conform to the dimensions and typical cross section shown on the plans, and with lines and grades established by the Engineer. 2. MATERIALS 2-1 Aggregate The aggregate shall be either plain or precoated crushed stone or crushed gravel, as noted in the proposal and as shown on the drawings. If the material is to be crushed stone, it shall be manufactured from sound, hard durable rock of accepted quality and crushed to specification size. All strata, streaks, and pockets of clay, dirt, sandstone, soft rock, or other unsuitable material accompanying the sound rock shall be discarded and not allowed to enter the crusher. If the material is to be crushed gravel, it shall consist of hard, durable, fragments of stone or gravel of accepted quality and crushed to specification size. All strata, streaks, and pockets of sand, excessively fine gravel, clay, or other unsuitable material including all stones, rocks, and boulders of inferior quality shall be discarded and not allowed to enter the crusher. The crushing of the gravel shall result in a product in which the material retained on the separate No. 4, 3/8 inch, and 1/2 inch sieves shall have at least 75% of particles with at least one fractured face. The crushed aggregate shall not contain more than 8%, by weight, of elongated or flat pieces and shall be free from wood, roots, vegetable, organic, or other extraneous matter. The crushed coarse aggregate shall have a percentage of wear not more than 40 at 500 revolutions, as determined by AASHTO T 96 (Los Angeles Rattler Test). The aggregate shall show no evidence of disintegration nor show a total loss greater than 12% when subjected to five cycles of the sodium sulphate accelerated soundness test specified in AASHTO T 104. The crushed aggregate for the applications shall meet the requirements for gradation given in Table 1 when tested in accordance with AASHTO T 11 and T 27. 19 - 1 TABLE REQUIREMENTS FOR GRADATION OF AGGREGATES Grade Sieve Designation Percentage by Weight square oRenings) Retained 5 1/2" 0 3/8" 0 - 2 No. 4 40 - 85 No. 10 98 - 100 The aggregate shall not contain more than 1.0 percent by weight of fine dust, clay -like particles and/or silt. The gradations in the table represent the limits which shall determine suitability of aggregate for use for the specified applications from the sources of supply. The final gradations decided on, within the limits designated in the table, shall be uniformly graded from coarse to fine. Precoated aggregates shall be aggregates of the type specified, treated (coated or fluxed) with 0.5 to 1.5 percent by weight of precoat material or flux oil meeting the requirements of this specification and the approval of the Engineer. Water in an amount not to exceed 3 percent by weight of the mixture may be used in preparing the mixture. In the event water is used in the mixing operation, adequate measuring devices shall be used and the water shall be administered to the mix through an approved spray bar. Materials that are not uniformly and properly coated or fluxed, as determined by standard testing procedures or in the opinion of the Engineer, will not be accepted for use. 2-2 Bituminous Materials The type, grade and controlling specification for the specified bituminous materials are given below. Type and Grade AC-5 SS-1 Specification AASHTO M 226 or THD Item 300 AASHTO M 140 Emulsified asphalts shall be diluted with four parts water to one part undiluted emulsified asphalt. 19 - 2 2-3 Latex Additive A minimum of two percent, by weight, latex additive (solids basis) shall be added to the AC-5 asphalt. The latex additive shall be governed by the following specifications: The latex is to be an anionic emulsion of butadiene -styrene low -temperature copolymer in water, stabilized with fatty -acid soap so as to have storage stability, and possessing the following properties: Monomer ratio, B/S Minimum solids content Solids content per gal. @ 67% Coagulum on 80-mesh screen Type Anti -oxidant Mooney Viscosity of Polymer (M/L4 @ 212 F) PH of Latex Surface tension Brookfield Viscosity of Latex 70/30 67% 5.3 lbs. 0.1% max. staining 100 min. 9.4 - 10.5 28-42 dynes/cm' 1200 ps max. @ 67% solids The finished latex -asphalt blend shall meet the following ' requirements: Viscosity at 140 F, stokes 1500 max. ' Ductility at 39.2 F. cm. per min., cm 100 min. Application temperature 380-400°F. 3. CONSTRUCTION METHODS F1 Y.m 3-1 Weather Limitations Seal coat shall not be applied when the air temperature is below Pff 70°F., the air temperature being taken in the shade and away from artificial heat. Seal coat shall not be applied when the temperature of the surface to be treated is below 80"F. Asphalt material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. No seal coat shall be placed from September 1 to April 15, im Seal coat shall not be applied using wet aggregate material or during r sand, dust or rain storms. The pavement shall be free of surface moisture during periods of seal coat construction. No asphalt material shall be placed which will not allow completion of seal coat construction during daylight hours. 3-2 Operation of Pits and Quarries The aggregate material shall be obtained from approved sources. The Contractor shall make all necessary arrangements for obtaining the material, and all work involved in clearing and stripping pits or quarries and handling unsuitable material shall be performed by the Contractor at his own expense. The material in the pits shall be handled so that a uniform and satisfactory 19 - 3 PON product shall be secured. Unless otherwise directed, pits shall be adequately drained and shall be left in a neat and presentable condition with all slopes dressed uniformly. Quarries shall be left as neat and presentable as practicable. 3-3 Eguioment and Organization Each unit required in the execution of these specifications shall be under the continuous supervision of a competent superintendent thoroughly experienced in this type of work. Experienced operators will be required on all equipment used in hauling and applying bituminous material and aggregates. All equipment necessary to perform this work properly shall be on the project, in first-class working condition, and approved by the Engineer before construction is permitted to start. The following equipment will be the minimum required for this type of construction, and additional machinery shall be secured if, in the opinion of the Engineer, it is necessary to fulfill the conditions of these specifications or to complete the item within the time specified: (a) The distributor shall have pneumatic tires of such width and number that the load produced on the pavement surface shall not exceed 650 pounds per inch of tire width and it shall be designed and operated so that bituminous material at even heat may be applied uniformly on variable widths of surface at readily controlled rates from 0.05 to 2.0 gallons per square yard. The bituminous material shall be applied within a pressure range of 25 to 75 pounds per square inch and with an allowable variation from any specified rate not to exceed 5%. Distributor equipment shall include a tachometer, pressure gauges, volume -measuring devices, and a thermometer for reading temperatures of tank contents. (b) The aggregate spreader shall be adjustable to spread accurately and evenly the required amounts per square yard. (c) The pneumatic roller shall consist of pneumatic tires arranged in a manner to provide a satisfactory compacting unit. The roller shall have an effective rolling width of at least 60 inches and shall give a compression of at least 275 pounds per inch of tread width when fully loaded. (d) A power broom or power blower and broom dragging equipment. The Contractor shall supply such auxiliary equipment as needed and all equipment shall meet the approval of the Engineer. Bituminous binder and aggregate shall not be spread over a greater yardage than can be rolled and finished in one day's operation. 3-4 Preparing Underlying Course The surface of the underlying course shall be prepared, shaped, and conditioned to a uniform grade and section, as shown on the plans and as specified. Loose dirt and other objectionable material shall be removed from the surface. 19 - 4 Where specified, the Contractor shall be required to patch, with premixed material, any holes or other malformations deviating from the true w cross section and grade. The premixed material shall be made of the bituminous material specified in the proposal or plans and prepared by the method as directed by the Engineer. All small patches shall be thoroughly hand tamped while the large patches shall be rolled with a power or pneumatic roller. 3-5 Rate of Application of Materials The bituminous materials and aggregate shall be applied at the rates as specified in the following schedule: SEAT. COAT Bituminous Material AC-5 with latex additive 0.25 gallon/square yard Aggregate Grade 5 1 cubic yard/125 square yards Emulsified Asphalt 0.1 - 0.2 gallons of diluted emulsion/square yard Adjustments in the rates of application may be made by the Engineer if needed during the course of the work. Emulsified asphalt fog seal shall be applied only over seal coat constructed with precoated aggregate. 3-6 A"plication of Bituminous Material Bituminous material shall be applied upon the properly prepared surface at the rate and temperature specified using a pressure distributor to obtain uniform distribution at all points. To insure proper drainage, the strips shall begin along the centerline of the pavement on a crowned section or on the high side of the pavement with a one-way slope. During all applications, the surfaces of adjacent structures shall be protected in such manner as to prevent their being spattered or marred. Bituminous materials shall not be discharged into borrow pits or gutters or upon the airport area. 3-7 Application of Aggregate Immediately after the application of the bituminous material, the aggregates at the rate specified shall be spread uniformly over the bituminous material with the aggregate equipment specified. Trucks spreading aggregate shall be operated backward so that the bituminous material will be covered before the truck wheels pass over it. The aggregate shall be spread in the same width of application as the bituminous material and shall not be applied in such thickness as to cause blanketing. Back -spotting or sprinkling of additional aggregate material, and pouring additional bituminous material over areas that show up having insufficient cover or bitumen, shall be done by hand whenever necessary. ' Power rollers shall be used immediately after the aggregate is spread. The course shall be rolled with a pneumatic roller to insure proper embedding into the bitumen. The rolling shall be continued until no more aggregate material can be worked into the surface. Further rolling on the strip being placed and on adjacent strips previously placed, shall be done as often 1 19 - 5 1 as necessary to keep the aggregate material uniformly distributed. These operations shall be continued until the surface is evenly covered and cured. The aggregate course shall also be rolled with steel -wheel rollers shall be of the self-propelled tandem or three wheel type. The steel -wheel rollers shall be of such size to properly embed the aggregate without crushing !; or breaking of the aggregate particles. The wheels on the rollers shall be equipped with adjustable scrapers which shall be used when necessary to clean the wheel surfaces. Rollers shall be equipped with tanks and sprinkling p` apparatus which shall be used when necessary to keep the wheels wet and prevent surface materials from sticking. All surplus aggregate shall be swept off the surface and removed prior to final acceptance of the work. 3-8 Correction of Defects Any defects, such as raveling, low centers, lack of uniformity, or Ir other imperfections caused by faulty workmanship, shall be corrected to the satisfaction of the Engineer. All defective materials resulting from over -heating, improper handling, or application shall be removed by the Contractor and replaced with approved materials as provided for in these specifications. 3-9 Bituminous Material Contractors' Responsibility Certificates for the bituminous materials that the Contractor proposes to use, together with a statement as to their source and character, shall be submitted and approval obtained before use of such materials begins. The Contractor shall furnish vendor's certified test reports for each carload, or equivalent, of bitumen shipped to the project. The report shall be delivered to the Engineer before permission is granted for use of the material. The furnishing of the vendor's certified test report for the bituminous material shall not be interpreted as a basis for final acceptance. All such test reports shall be subject to verification by testing sample materials as received for use on the project. 3-10 Freight and Weigh Bills Before the final estimate is allowed the Contractor shall file with the Engineer receipted bills where railroad shipments are made, and certified weight bills when materials are received in any other manner, of the bituminous material and aggregate 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 all freight bills and weigh bills shall be furnished to the Engineer during the progress of the work. 19 - 6 4. METHOD OF MEASUREMENT Bituminous material will be measured at point of application in gallons, corrected to 60' F., in accordance with the temperature -volume correction tables for bituminous materials contained in ASTM D-1250. The quantity to be paid for shall be the number of gallons used, as directed, in the accepted surface treatment. Plain and precoated aggregate will be measured by the cubic yard in vehicles as it is applied. Undiluted emulsified asphalts will be measured at the point of application in gallons, corrected to 60* F., in accordance with the temperature -volume correction Table IV-3, of the Asphalt Institute's Manual MS-6. 5. BASIS OF PAYMENT The work performed and materials furnished as prescribed by this item and measured as provided under "Method of Measurement" will be paid for at the unit prices bid for "Bituminous Material", "Plain Aggregate" and "Precoated Aggregate," used in the seal coat, of the class, type and grade specified, which prices shall each be full compensation for cleaning and preparing the surface; for furnishing, preparing, hauling and placing all materials; for all freight involved; and for all manipulations, labor, tools, equipment and incidentals necessary to complete the work including rolling and finishing. END OF SECTION 19 - 7 ISECTION 20 IMISCELLANEOUS CONSTRUCTION 1. SCOPE OF WORK This section of the specifications covers the removal and disposal of the abandoned fuel line, and installation of ground rods and aircraft tie down anchor rods. 2. MATERIALS AND CONSTRUCTION METHODS 2-1 General The materials shall be of the type called for on the drawings and shall be in accordance with the following requirements. 2-2 Removal of Abandoned Fuel Line The existing abandoned fuel line shall be removed to the limits shown on the drawings. All removal and disposal shall be in accordance with current laws and regulations. 2-3 Installation of Ground Ground rods shall be Rods a 5/8-inch diameter rod, 6 feet long, with an eye having an inside diameter of not less than 1-1/4 inches. The rod shall be bimetallic copper -covered steel, manufactured by the molten welding process (Copperclad or approved equal). The copper covering shall be continuous and substantially uniform. The copper covering shall be approximately 10 percent of the total cross -sectional area. I Ground rods shall be installed as specified herein at the locations shown on the plans. A 6-inch diameter hole 6" deep shall be drilled into the concrete pavement. A 3/4-inch diameter hole shall then be drilled through the remainder of the concrete pavement to the top of the subgrade (approximately 2 feet). The ground rod shall be inserted and driven flush with the top of the pavement. The hole shall be filled and shaped as shown on the plans with epoxy grout. 2-4 Tie Down Anchor Rods Tie down anchor rods shall be installed at the locations and in conformity with the dimensions, designs and details shown on the plans. This item shall include the digging of a suitable hole as shown on the plans to provide for concrete placement and installation of a rod with a ring. The anchor rod shall be a continuous steel rod formed from material meeting the requirements of ASTM A-36. The eye shall be formed to the dimensions shown on the plans and shall be securely welded. The entire assembly shall be galvanized before installation. 3. MEASUREMENT AND PAYMENT 3-1 General The unit price or lump sum price bid for each item as stated in a 20 - 1 the Proposal shall include furnishing all labor, superintendence, machinery, equipment and materials necessary to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans and called for in the specifications and for which no separate payment is made shall be included in the bid price on the various pay items. 3-2 Removal of Abandoned Fuel Line The removal of the abandoned fuel line to the limits shown on the drawings will be measured and paid for at the contract lump sum price for removal of the abandoned fuel line. 3-3 Installation of Ground Rods The furnishing and installing of ground rods at the locations shown on the plans, or as required, will be measured and paid for at the contract unit price per each for furnishing and installing ground rods, complete in place. 3-4 Tie Down Anchor Rods The furnishing and installing of tie down anchor rods at the locations shown on the plans will be measured and paid for at the contract unit price per each for furnishing and installing tie down anchor rods, complete in place. 1 [1 I 1 I 1 1 1 END OF SECTION 20 - 2 1 SECTION 21 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION. AND SILTATION CONTROL 1 1. DESCRIPTION 1-1 General 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 I 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. 2. MATERIALS 2-1 Grass Grass which will not compete with the grasses sown later for permanent cover shall be a quick -growing species (such as ryegrass, Italian ryegrass, or cereal grasses) suitable to the area providing a temporary cover. 2-2 Mulches Mulches may be or other suitable material hay, straw, fiber mats, netting, bark, wood chips, reasonably clean and free of noxious weeds and deleterious materials. 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. 2-4 Slone Drains Slope drains may be constructed of pipe, fiber mats, rubble, portland cement concrete, bituminous concrete, or other materials that will adequately control erosion. 2-5 Other All other materials shall meet commercial grade standards and shall be approved by the Engineer before being incorporated into the project. 11 1 3. CONSTRUCTION REQUIREMENTS 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 Contractor shall be responsible for assuring compliance to the extent that construction practices, construction operations, and construction work are involved. 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 water courses. The Contractor shall also submit a proposed method of erosion and dust control on haul roads and borrow pits and a plan for disposal of waste materials. Work shall not be started until the erosion control schedules and methods of operations for the applicable construction have been accepted by the Engineer. 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, temporary pollution control measures to minimize contamination of adjacent streams or other watercourses, lakes, ponds, or other areas of water impoundment. 3-4 Construction Details The Contractor will be required to incorporate all permanent r erosion control features into the project at the earliest practicable time as outlined in the accepted schedule. Except where future construction operations will damage slopes, the Contractor shall perform the permanent seeding and mulching and other specified slope protection work in stages, as soon as substantial areas of exposed slopes can be made available. Temporary erosion and pollution control measures will be used to correct conditions that develop during construction that were not foreseen during the design stage; that are needed prior to installation of permanent control features; or that are needed temporarily to control erosion that develops during normal construction practices, but are not associated with permanent control features on the project. Where erosion is likely to be a problem, clearing and grubbing operations should be scheduled and performed so that grading operations and permanent erosion control features can follow immediately thereafter if the project conditions permit; otherwise, temporary erosion control measures may be required between successive construction stages. The Engineer will limit the area of clearing and grubbing, excavation, borrow, and embankment operations in progress, commensurate with the Contractor's capability and progress in keeping the finish grading, mulching, 1 21 - 2 1 1 I 1 1 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. 4. METHOD OF MEASUREMENT AND BASIS OF PAYMENT The performance of this work shall not be paid for directly, but shall be considered as a subsidiary obligation of the Contractor covered under other contract items. The cost of temporary air and water pollution, soil erosion and siltation control shall be included in the unit price bid for such pay items and no direct payment will be made for this work. END OF SECTION 21 - 3 1 H A z W W W m m w w M M w r II I a I 1 1 I I a 1 1 J 1 1 r TERRA TESTING, INC. SWa - Concrete - AephaU - Baglaeertag Services - Radiographic Testing 5208 34th Sc=t Lubbock. Texu 79407 (806) 793-4767 July 13, 1989 axatotwoE )o a �10 Mr. Roger Gras Parkhill Smith & Cooper 4010 Avenue R Lubbock, Texas 79412 Re: Soil Investigation: WesL Cargo Apron Reconstruction Lubbock International Airport, Lubbock, Texas Dear Mr. Gras: Enclosed is Report No. str/681 from Dr. C. V. G. Vallabhan, P.E., our Geotechnical Consulting Engineer, on the soil investigation for the West Cargo Apron Reconstruc- tion located at Lubbock International Airport in Lubbock, Texas. Presented in this report are our analyses and recom- mendations.' We appreciate the opportunity to be of service to you on this protect. If we may answer any questions or be of any additional assistance, please call us. KNG/sh Enclosures 2 Sincerely, TERRA TESTINGG, INC. I t.L�tc+_ l�lv 1 k. N. Gunalan, Ph.D., E.I.T. Chief Engineer 1 iJ 1 1 SOIL INVESTIGATION FOR WEST CARGO APRON RECONSTRUCTION LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS INTRODUCTION This report contains the results of the soils investi- gation recently done for the West Cargo Apron Reconstruction located at Lubbock International Airport in Lubbock, Texas. The investigation was conducted according to the instruc- tions of Mr. Roger Gras of Parkhill Smith & Cooper, Lubbock, Texas. The investigation consisted of subsurface explora- tion, laboratory testing and engineering analysis leading to recommendations for foundation design for the proposed con- struction.- EXPLORATION, SAMPLING AND FIELD TESTING Four test holes were drilled, all of them to a depth of ten feet, at locations shown in the Boring Location Plan (Figure 1). The drilling was done using a Mobile B-53 Drill- ing Rig with augers in order to secure reliable data on the natural moisture content of the soil and on ground water, if any. In all the holes standard penetration tests were made at depths of 2.5. 5 and 10 feet. The number of blows per foot of penetration of the split spoon sampler are (in 6 inch increments) as shown in boring logs and in Figure 2. Soil sampling was performed in 3 TERRA TESTING INC. 11 accordance with ASTM D 1586. The changes in soil strata as observed during drilling operations were carefully determined and are shown in the boring logs. All soil samples were kept in moisture - proof plastic bags to preserve the in -situ moisture content identified by the hole number and depth of the hol� and transported to the laboratory for additional r. r- and evaluation. No water table was obsF -.-,-d in any of the holes. LAST i:_\,rORY TESTING Samples have been classified following the procedures outlined in ASTM D 2487/83, (page 403-407: ASTM 86 volume 4.08), "Classification of Soils for Engineering Purposes," using the Unified Soil Classification System. Soils are described in the boring logs using the methods prescribed in ASTM D 2488, "Description of Soils (Visual Manual Procedure)," using the Munsell Soil Color Chart, published by Macbeth Division of Kollmorgen Corporation, Baltimore, Maryland, 1975 Edition. Soil samples which indicated maximum plasticity characteristics were selected for Atterberg Limit tests by the procedure outlined in ASTM D 4318. Percentages by weight of material passing sieve #200 were determined by ASTM D 1140 for selected samples. Moisture content tests were made on all samples by the procedures of ASTM D 2216. .4 TERRA TESTING INC. DESCRIPTI© Beneath the 3 to 6 inch thick asphalt pavement there is approximately 6 inches of concrete in boreholes *1 and #2, and there is 6 inches of caliche base course in boreholes #3 and #4. There is very pale brown to very dark grayish brown sandy lean clay extending to 8.0 feet in boreholes #1 and #4, to 7.0 feet in borehole #2, and to 4.0 feet in borehole #3. Below the sandy lean clay there is very pale brown sandy silty clay extending to a depth of 8.0 feet in borehole 03, and there is very pale brown to strong brown clayey sand with caliche till boreholes #1 and #4 were terminated. There is very pale brown silty sand till borehole #3 was terminated. Below the sandy silty clay in borehole #3 is very plae brown clayey sand with traces of caliche till borehole was terminated. The soils encountered are non to low plastic in nature. They will exhibit some shrink/swell characteristic when exposed to excess moisture. Adequate drainage shall be provided to drain water away from the subgrade beneath the pavement. C. V. G. VALLASHAM CIROre:' sincerely, K.N. Gunalan, Ph.D., E.I.T. Chief Engineer 4 C.V.G. Vallabhan, Ph.D., .E. Geotechnical Consulting Engine( 5 TERRA TESTING INC. rL 3m OLD TERMINAL AND FAA TOWER • #2 i #1 AIRCRAFT PARKING AREA #3 0#4 TAXIWAY Figure 1. Boring Location Plan West Apron Reconstruction Lubbock International Airport 7■ ■■■ ■R■■■■■■■■■■■■■ .■■w■■■ ■a■w■w■■■■■w■ems■■■ ■■■■■■■ ■■■■■■R on ONE 0 F� I.. CLASSIFICATION OF SOILS FOR ENGINEERING PURPOSES ASTM Designation: D 2487 - 83 SOIL ENGINEERING (Based on Unified Soil Classification System) Sall Classificatlun Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests" Group s Symbol Group Name Coarsee Fainad Soils Gravels Clean Gravels Cuz4 and ISCC53E GW Well graded gravelF More than 50% retained on More than 50% Coarse Less than 5% tints No. 200 sieve fraction retained on Cu-e4 and/or I.-Ccs3E GP Poorly graded grayse No. a sieve Gravels with Fines Fines classify as ML or MH GM Silty geavelF'G'" More than 12% finest Fines classify as CL or CH GC Clayey gMVSIFox Sands Clean Sands Cu5.6 and 1S Ccs3E SW Well -graded sand 50% or more of Coarse Less than 5% fines° fraction passes No. Cu c6 and/or 1}Ccs3E SP Poorly graded sand' a sieve Sands with Fines Fines classify as ML or MH SM Silty sando'" ' More than 12% fines° Fines classiy as CL or CH SC Clayey sandc•".r Fine -Grained Soils Silts and Clays morganic PI97 and plots on or above CL Lean Clay"'LAO 50% or more passes the Liquid limit less than 50 "A" line No. 200 sieve PI <4 or plots below "A" ML Sillg�l M ftne organic Liquid limit - own dried <0.75 - OL Organic claye,u"'" Liquid limit - not dried Organic sie. i -o Sitts and Clays Inorganic PI plots on or above "A" tine CH Fat cfayKLhr Liquid limit 50 or more PI plots below "A" line MH Eleatic Silt-1,01 organic Liquid limit -oven dried OH Organic claym-LAI � c0.75 Liquid limit - not dried Organic sin'rL"o Highly organic soils Primarily organic matter, dark in Color, and organic odor PT Peal ABawd an the material passing Ina }m 175•mm) sieve (0�2 ill Atteroerg limits plot in Matched area, wit is a CL-ML, Bit field sample contained cobbles or boulders, or both. add E Cu - 0W 10'a cc - D i7 ro 60 silty clay "with ccolobles or bmkWn. or both' to group name Fit sail contains 15 10 29% plus No. 200. add "with sand" Grav" with 5 to 12% fines require dual symoas. FI1 soil contamsy15% sand. add "with sandto group or ''with gravel,' whichever is predominant" GW-GM well -graded gravel with silt Marne Lit soil coniains230% plus no, 200, predominantly sand. GVli well -graded gravel with Clay 01l fines classify as Cl_ML, use dual symbol GC -GM, or add "s iray.. to to group narna GP -GM peony graded gravel with silt sc-SM. MY soil eontainaL-30% plus No 200. predominantly GP.GC poorly gradee gravel win clay NIt fines are organic, add 'with organic fines' to group gravel. add " gravally" to group name OSands wain $ to 12% fines require dual symbols: name wPlZa and plots on or above "A" sne SW-SM well -graded sand with sill lit sat coomains?15% gravel. add "with gravel" to group 131`1s4 or plots below "A" Una. SW -SC well -graded sand win.4lay name. °Pt plats on or above "A" tine SP•SM poorly graded sand with silt aPt plots below "A" litre. SP-SC poorly graded sand with clay SIEVE ANALYSIS scettli-Ili I stevt Ma ! 2 IV,I y. br r0 20 40 60 I40 We r00 0 0 g,:a071 �0 i l o a s o is PARTICLE SIZE IN MILLIMETERS Cy--b�7i':oo C, b�yi r.r s,' ifd�TS lit, OR I fiC H 50 a x W a w Z a• 30 r- h a 2C J d For ciatsification of fine yrolbed soils_ / an nc-ftranQ�froctioT. COarS!-�TOIn lesalt le Equation of .A -Note Horizontal at PI-4 to LL-25.5, then PI-0.73 (LL-20) Equation of*Ua-line Vertical at LL�16 toPI.7 than PI.0.9 �q 000, MH OR OH -- ML000l OL I to 7 4 00 la lti 26 30 40 Sa 60 70 80 90 100 110 LIQUID LIMIT (ILL) TVDI)A TI;CTTNI' tali• IF IR W IR rf P " ff — ?w P_ r __ Pm_ F_ ff— j Rl_ E_ ro" I BORING LOG - TEST HOLE NO. 1 PROJECT west Cargo Apron Reconstruction LOCATION Lubbock Int"I Airport BORING METHOD Auger DEPTH OF HOLE 10' DIAMETER OF HOLE 6" DATE DRILLED June 28, 1988 SURFACE ELEVATION Unknown CLIENT Mr. Roger Gras, Parkhill Smith & Cooper, Lubbock. TX xl i M U- W CZ 'r DESCRIPTION OF SOILS Q) � : h H to Z z�c�� ATTERBERG LIMITS o N I 0 UNCONFINED COMPRESSION NO. OF BLOWS/FOOT is 219- 3Rp. 6 6 6 REMARKS LL PL PI ASPHALT 2.5 SANDY LEAN CLAY, very dark grayish brown CL 13.0 26 17 9 51.3 2 4 6 5 SANDY LEAN CLAY, very pale brown CL 15.6 7 1 8 10 CLAYEY SAND, strong brown with caliche SC 11.2 4 7 8 TERRA TESTINU IRE. RL IF, W , r L rL rL PUK r im r I= 1mr i 5" 5" BORING LOG -TEST HOLE NO. 2 PROJECT- West Cargo Apron Reconstruction LOCATION Lubbock Intl Airport BORING METHOD Auger DEPTH OF HOLE 10 DIAMETER OF HOLE 6 DATE DRILLED June 28, 1988 SURFACE ELEVATION Unknown CLIENT Mr. Roger Gras, Parkhill Smith & Cooper, Lubbock. TX =w CL W d a DESCRIPTION OF SOILS U D �,j °� M W u j Z Z 00 ATTERBERG LIMITS S N I o UNCONFINED COMPRESSION NO. OF BLOWS/FOOT I S1 2 6,P 6,P REMARKS LLFP PI ASPHALT CONCRETE 2.5 SANDY LEAN CLAY, very dark grayish brown CL 14.0 3 6 8 5 SANDY LEAN CLAY, dark brown CL 11.5 4 6 6 10 SILTY SAND, very pale brown SM 10.4 N N-PL STIC 39.8 10 10 11 TERRA TESTING INC. -r- IF ; W r r_1 i!- r- rR-1 r-1 '" ;q r -, IFI BORING LOG - TEST HOLE NO. 3 PROJECT West Cargo Apron Reconstruction LOCATION Lubbock Intl Airport BORING METHOD Auger DEPTH OF HOLE 10' DIAMETER OF HOLE 6" DATE DRILLED June 28, 1988 SURFACE ELEVATION CLIENT g p Unknown Mr. Roger Gras, Parkhill Smith & Cooper, Lubbock, TX s„ a� oZ DESCRIPTION OF SOILS N as t,7 �hH 00 ATTERBERG LIMITS 8 N o UNCONFINED COMPRESSION NO. OF BLOWS/FOOT 1ST 26P. 3RPL REMARKS LL PL PI 2.5 ASPHALT CALICHE BASE COURSE SANDY LEAN CLAY, very dark grayish brown SANDY SILTY CLAY, very pale brown CL 12.2 4 8 9 5 CL- ML 13.6 23 17 6 70.6 5 6 8 10 CLAYEY SAND, very pale brown Sc 8.7 11 13 *50 * 2" penetration TERRA TESTIPM INC. e e r I r r r 4� 14� BORING LOG - TEST HOLE NO. 4 PROJECT- west Carjg Apron Reconstruction LOCATION Lubbock Intl Airport BORING METHOD Auger DEPTH OF HOLE 101 DIAMETER OF HOLE 6" DATE DRILLED June 28, 1988 SURFACE ELEVATION UnknQWn_ CLIENT— ME • Roger Gras , Parkhi 11 Smi th & Cooper, Lubbock , TX =w I- U- W a DESCRIPTION OF SOILS Cn 0 �� ac o w N Z i o U ATTERBERG LIMITS o N I e UNCONFINED COMPRESSION NO. OF BLOWS/FOOT I l 2 N,p. 3 RP 6 6 6 REMARKS LL PL PI ASPHALT CALICHE BASE COURSE 2.5 SANDY LEAN CLAY, very dark CL 11.6 5 8 10 grayish brown 5 SANDY LEAN CLAY, strong brown CL 8.9 27 18 9 63.0 4 6 9 with traces of caliche 10 CLAYEY SAND, very pale brown SC 6.7 7 10 10 with traces of caliche I tHKA TESTJNU ING. M. Advisory U.S. Department of Transportation Circular Federal Aviation Administration Subjed: OPERATIONAL SAFETY ON AIRPORTS Date: 5/31/84 AC No: 150/5370-2C DURING CONSTRUCTION Initiated by: AAS-300 Change: 1 1 1 1 1. PURPOSE. This advisory circular (AC) sets forth guidelines concerning the operational safety on airports during construction, to assist airport operators in complying with Part 139, Certification and Operation: Land Airports Serving Certain Air Carriers, of the Federal Aviation Regulations (FAR), and with the requirements of Federally -funded construction projects. Construction activity is defined as the presence and movement of personnel, equipment, and materials in any location which could infringe upon the movement of aircraft. For noncertificated airports and airports with no grant agreements, application of these provisions will help maintain the desired level of operational safety during periods of construction. 2. CANCELLATION. AC 150/5370-2B, Operational Safety on Airports With Emphasis on Safety During Construction, dated October 9, 1981, is canceled'. 3. RELATED READING MATERIAL. All references cited herein are available for inspection in any Federal Aviation Administration (FAA) regional office. a. The Federal Aviation Regulations are sold by the Superintendent of Documents (AC 00-44, Status of Federal Aviation Regulations, current edi- tion, contains a price list and ordering instructions). b. AC 150/5370-10, Standards for Specifying Construction of Airports, is also sold by the Superintendent of Documents (AC 00-2, Advisory Circular Checklist, current edition, contains ordering instructions). 4. BACKGROUND. Various AC's which detail all major elements of safe, efficient airport design and construction are available. However, opera- tional safety on airports may be degraded by construction hazards or margi- nal conditions that develop after an airport has been opened or approved for operation. This AC addresses that problem. NOTE: Airports which have received Federal assistance (grants, real or personal property) and air- ports certificated under FAR Part 139 have mandatory requirements related to this subject. 1 1 �nib ri■1i. ■ �� AC 150/5370-2C 5/31./84 5. GENERAL. a. The airport operator is responsible for full compliance with the require- ments of FAR Part 139 for certificated airports and with the provisions of Federal grant agreements when applicable. Adherence to the following provisions will materially assist the airport operator in providing the level of safety required. Local FAA Airports offices have technical expertise to assist airport operators in all safety matters on airports. (See AC 150/5000-3, Address List for Regional Airports Divisions and Airports District/Field Offices, current edition.) b. Each bidding document (construction plans and/or specifications) for air- port development work or air navigation facility (NAVAID) installation involving aircraft operational areas should incorporate a section on safety on airports during the construction activity. The section, as a minimum, should contain the appropriate provisions outlined in appendix 1 to this AC. c. The airport operator should pay particular attention to the pullback distances and clearances for any maintenance activities and emergencies that occur on airports. These include activities which involve maintenance equipment --such as mowing machines, snowplows, lighting equipment --as well as emergency standbys for firefighting and rescue equipment. d. Where feasible and where operational safety is not affected, the airport operator may choose to keep open operational areas adjacent to construction activity during construction rather than close them to aircraft activity. e. At airports that are undergoing a multi -year major redevelopment, a compre- hensive construction safety plan should be developed. This safety plan may contain deviations from the criteria outlined in appendix 1 of this AC so long as they are based upon.a commitment by the airport operator and the users to provide the maxi- mum clearances possible between construction activities and aircraft within the limits imposed by local conditions. 6. COORDINATION OF AIRPORT CONSTRUCTION ACTIVITIES. Construction activities on an airport, in proximity to, or affecting aircraft operational areas or navigable airspace, should be coordinated with the FAA and airport users prior to initiating such activities. In addition, basic responsibilities and procedures should be developed and disseminated to instruct construction personnel in airport procedures and for monitoring construction activities for conformance with safety require- ments. These and other safety considerations should be addressed in the earliest stages of project formulation and incorporated in the contract specifications. Construction areas located within safety areas requiring special attention by the contractor should be clearly delineated on the project plans. The airport operator should closely monitor construction activity throughout its duration to ensure con- tinual compliance with safety requirements. a. Formal Notification. A formal notification to the FAA is required by regu- lation for certain airport projects. For instance, FAR Part 157, Notice of Construction, Alteration, Activation, and Deactivation of Airports, requires that FAA be notified in writing whenever a non -Federally funded project involves the 4b 2 Par 5 11 5/31/84 AC 150/5370-2C construction of a new airport; the construction, realigning, altering, activating, or abandoning of a runway, landing strip, or associated taxiway; and the deac- tivating or abandoning of an entire airport. Formal notification is made by sub- mitting FAA Form 7480-1, Notice of Landing Area Proposal, to the nearest FAA district office or FAA regional office. (See AC 70-2, Airspace Utilization Considerations in the Proposed Construction, Alteration, Activiation and Deactivation of Airports, current edition.) Also, any person proposing any kind of construction or alteration of objects that affect navigable airspace, as defined in FAR Part 77, Objects Affecting Navigable Airspace, is required to notify the FAA. FAA Form 7460-1, Notice of Proposed Construction or Alteration, should be used for this purpose. (See AC 70/7460-2, Proposed Construction or Alteration of Objects That May Affect the Navigable Airspace, current edition.) b. Work Scheduling and Accomplishment. Predesign, preconstruction, and prebid conferences provide excellent opportunities to introduce the subject of airport operational safety during construction. All parties involved, including the spon- sor's engineer and contractors, should integrate operational safety requirements into their planning and work schedules as early as practical. Also, respon= sibilities should be clearly established for continuous monitoring and compliance with the requirements assigned and for vigilance to detect areas needing attention due to oversight or altered construction activity. When construction is being planned on FAR Part 139 certificated airports, the responsible airport safety (certification) inspector should be directly involved at all stages, from pre - design through final inspection. e. Safety Considerations. The following is a partial list of safety con- siderations which experience indicates will need attention during airport construction. (1) Minimum disruption of standard operating procedures for aeronautical activity. (2) Clear routes from firefighting and rescue stations to active airport operations areas and safety areas. (3) Chain of notification and authority to change safety -oriented aspects of the construction plan. (4) Initiation, currency, and cancellation of Notice to Airmen (NOTAM's). (5) Suspension or restriction of aircraft activity on airport operations areas. (6) Threshold displacement and appropriate temporary lighting and marking. (7) Installation and maintenance of temporary lighting and marking for closed or diverted aircraft routes on airport operations areas. (8) Revised vehicular control procedures or additional equipment and manpower. (9) Marking/lighting of construction equipment. Par 6 3 AC 150/5370--2C 5/31184 (10) Storage of construction equipment and materials when not in use. (11) Designation of responsible representatives of all involved parties and their availability. (12) Location of construction personnel parking and transportation to and from the work site. (13) Marking/lighting of construction areas. (14) Location of construction offices. (15) Location of contractor's plants. (16) Designation of waste areas and disposal. (17) Debris cleanup responsibilities and schedule. 1 (18) Identification of construction personnel and equipment. (19) Location of haul roads. 1 (20) Security control on temporary gates and relocated fencing. �I (21) Noise pollution. (22) Blasting regulation and control. (23) Dust control. a{ (24) Location of utilities. (25) Provision for temporary utilities and/or immediate repairs in the event of disruption. (26) Location of power and control lines for electronic/visual navigational aids. (27) Additional security measures required if FAR Part 107, Airport Security, is involved. (28) Marking and lighting of closed airfield pavement areas. (29) Coordination of construction activities during the winter with airport snow removal plan. (30) Phasing of work. (31) Shutdown and/or protection of airport electronic/visual navigational aids. 1 4 Par 6 5/31/84 (32) Smoke, steam, and vapor controls. AC 150/5370-2C (33) Notify crash/fire/rescue personnel when working on water lines. 1 (34) Provide traffic directors/wing walkers, etc., as needed to assure clearance in construction areas. d. Guidelines for Proximity of Construction Activity to Airport Operations Areas. The guidelines contained in appendix 1 are for use in the preparation of plans and specifications when construction activities are to be conducted in loca- tions which may interfere with aircraft operations. They should be adapted to the needs of a particular project and should not be incorporated verbatim into project i specifications. 7. EXAMPLES OF HAZARDOUS AND MARGINAL CONDITIONS. Analyses of past accidents and incidents have identified many contributory hazards and conditions. A represen- tative list follows: a. Excavation adjacent to runways, taxiways, and aprons. b. Mounds or stockpiles of earth, construction material, temporary structures, and other obstacles in proximity to airport operations areas and approach zones. c. Runway surfacing projects resulting in excessive lips greater than 1 inch (2.54 cm) for runways and 3 inches (7.62 cm) for edges between old and new surfaces at runway edges and ends. d. Heavy equipment, stationary or mobile, operating or idle near airport operations areas dr-in safety areas. e. Proximity of equipment or material which may degrade radiated signals or impair monitoring of navigational aids. f. Tall but relatively low visibility units such as cranes, drills, and the like in critical areas such as safety areas and approach zones. g. Improper or malfunctioning lights or unlighted airport hazards. h. Holes, obstacles, loose pavement, trash, and other debris on or near air- port operations areas. I. Failure to maintain fencing during construction to deter human and animal intrusions into the airport operation areas. J. Open trenches along side pavement. rr k. Improper marking or lighting of runways, taxiways, and displaced thresholds. +e 1. Attractions for birds such as trash, grass seeding, or ponded water on or near airports. Par 6 5 AC 150/5370-2C 5/31/84 m. Inadequate or improper methods of marking temporarily closed airport opera- tions areas including improper and unsecured barricades. n. Obliterated markings on active operational areas. NOTE: Safety area encroachments, improper ground vehicle operations, and unmarked or uncovered holes and trenches in the vicinity of aircraft operating sur- faces are the three most recurring threats to safety during construction. 1b 8. ASSURING OPERATIONAL SAFETY. The airport operator is responsible for establishing and using procedures for the immediate notification of airport users and the FAA of any conditions adversely affecting operational safety at the air- port. If gonstruction operations require shutdown of a navigational aid from ser- vice for more than 24 hours or in excess of 4 hours daily on consecutive days, a 45-day minimum notice is desirable prior to the facility shutdown. Notification of construction, rough pavement, weather -caused effects, bird hazards, and other con- ditons affecting the use of the airport is usually made by NOTAM issued by Flight Service Stations. FAA Air Traffic facilities and Airports district/field offices will assist in the notification process. Airmen or other persons engaged in aviation activities are encouraged to report safety -related airport conditions to airport management, the FAA or through the use of the National Aeronautics and Space Administration's Aviation Safety Reporting System. PF g. VEHICLES ON AIRPORTS. Vehicular activity on airport movement areas should be kept to a minimum. Where vehicular traffic on airport operation areas cannot be avoided, it should be carefully controlled. A basic guiding principle is that the aircraft always has the right-of-way. Some aspects of vehicle control and iden- tification are discussed below. It should be recognized, however, that every air- port presents different Vehicle requirements and problems and therefore needs individualized solutions so that vehicle traffic does not endanger aircraft operations. a. Visibility. Vehicles which routinely operate on airport operations areas should be marked/flagged for high daytime visibility and, if appropriate, lighted for nighttime operations. Vehicles which are not marked and lighted should be escorted by one that is equipped with temporary marking and lighting devices. (See AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport, current edition.) b. Identification. It is usually desirable to be able to identify visually specific vehicles from a distance. It is recommended that radio equipped vehicles which routinely operate on airport operations areas be permanently marked with identifying characters on the sides and roof. (See AC 150/5210-5.) Vehicles needing intermittent identification could be marked with tape or with magnetically attached markers which are commercially available. Whenever possible, vehicles should be purchased with the recommended markings and lighting. c. Noticeability. Construction vehicles/equipment should have automatic signalling devices to sound an alarm when moving in reverse. 6 Par 7 5/31/84 AC 150/5370-2C d. Movement. The control of vehicular activity on airport operations areas is of the highest importance. Airport management is responsible for developing proce- dures, procuring equipment, and providing training regarding vehicle operations to ensure aircraft safety during construction. This requires coordination with air- port users and air traffic control. Consideration should be given to the use of two-way radio, signal lights, traffic signs, flagmen, escorts, or other means suitable for the particular airport. The selection of a frequency for two-way radio communications between construction contractor vehicles and the air traffic control (ATC) tower must be coordinated with the ATC tower chief. At nontower air- ports, two-way radio control between contractor vehicles and fixed -base operators or other airport users should avoid frequencies used by aircraft. It should be remembered that even with the most sophisticated procedures and equipment, systematic training of vehicle operators is necessary to achieve safety. Special con- sideration should be given to training intermittent operators, such as construction workers, even if escort service is being provided. 10. INSPECTION. Frequent inspections should be made by the airport operator or a representative during critical phases of the work to ensure that the contractor is following the prescribed safety procedures and that there is an effective litter control program. 11. FAA SAFETY RESPONSIBILITIES. FAA Airports engineers and certification inspec- tors have specific responsibilities regarding operational safety on certificated airports before and during periods of construction activity. Their particular area of concern will be directed towards construction within safety areas, and they will be involved in the following functions: a. Review of plans to determine limits of work and possible safety problem Yn areas. b. Give special attention to the development of the safety plan which is a part of the plans and specifications. c. Advise FAA elements such as regional Flight Standards, Air Traffic, and Airway Facilities of the construction activities and the safety plan. d. Ensure that users of the facilities have ample warning of the proposed construction so that they may make advanced plans to change their operations. e. FAA Airports engineers and certification inspectors should participate in the predesign and preconstruction conferences if the project involves a complex safety plan. Also, they should participate in construction inspections and in the inspection of the finished work to determine that there are no safety violations to FAR Part 139. . .4,,.._ €. LEONARD E. MUD Director, Office of Airport Standards IPar 9 7 (and 8) I 5/31/84 AC 150/5370-2C Appendix 1 APPENDIX 1. SPECIAL SAFETY REQUIREMENTS DURING CONSTRUCTION 1. RUNWAY ENDS. Construction equipment normally should not penetrate the 20:1 approach surface. 2. 200 200 port RUNWAY EDGES. Construction activities normally should feet of the feet of the operator, runway centerline. However, construction runway centerline on a case -by -Case basis the FAA and the users. not be permitted within may be permitted within with approval of the air- 3. TAXIWAYS AND APRONS. Normally, construction activity set -back lines should be located at a distance of 25 feet plus one-half the wingspan of the largest predomi- nant aircraft from the centerline of an active taxiway or apron. However, construction activity may be permitted up to the taxiway and aprons in use provided that the activity is first coordinated with the airport operator, the FAA and the users; NOTAM's are issued; marking and lighting provisions are implemented; and it is determined the height of equipment and materials is safely below any part of the aircraft using the airport operations areas which might overhang those areas. An occasional passage of an aircraft with wingspan greater than 165 feet should be dealt with on a case -by -case basis. 4. EXCAVATION AND TRENCHES. a. Runways. Excavations and open trenches may be permitted up to 200 feet from the centerline of an active runway, provided they are adequately signed, 1W lighted and marked. In addition, excavation and open trenches may be permitted within 200 feet of the runway centerline on a case -by -case basis, i.e., cable trenches, pavement tie-ins, etc., with the approval of the airport operator, the W FAA and the users. PR b. Taxiways and Aprons. Excavation and open trenches may be permitted up to the edge of structural taxiway and apron pavements provided the drop-off is ade- quately signed, lighted and marked. 6 r r I 5. STOCKPILED MATERIAL. Extensive stockpiled materials should not be permitted within the construction activity areas defined in the preceding four sections. 6. MAXIMUM EQUIPMENT HEIGHT. Notice of proposed construction shall be submitted to the appropriate Airports district office for review prior to the placement of construction equipment on airports. The guiding criteria involving FAR Part 139 certificated airports and grant agreement airports is that all construction plans and specifications require direct coordination with the appropriate Airports district, field, or regional office. In addition, airports should file FAA Form 7460-1 when equipment is expected to penetrate any of the surfaces defined above in paragraphs 1, 2, and 3. Airport operators are reminded that FAR Part 157 requires prior notice to construct, realign, alter, or activate any runway/landing area or associated taxiway for any project which is non -Federally funded. 7. PROXIMITY OF CONSTRUCTION ACTIVITY TO NAVIGATIONAL AIDS. Construction activity in the vicinity of navigational aids requires special consideration. The effect of the activity and its permissible distance and direction from the aid must be eval- uated in each instance. A coordinated evaluation by the airport operator and the 1 1 I AC 150/5370-2C 5/31/84 Appendix 1 FAA is necessary. Technical involvement by FAA regional Airports, Air Traffic, Flight Standards, and Airway Facilities Specialists is needed as well as construc- tion engineering and management input. Particular attention needs to be given to stockpiling materials as well as to the movement and parking of equipment which may interfere with line -of -sight from the tower or interfere with electronic emissions. (See AC 150/5300-2D, Airport Design Standards --Site Requirements for Terminal Navigational Facilities, current edition, for critical areas of NAVAIDS.) 8. CONSTRUCTION VEHICLE TRAFFIC. With respect to vehicular traffic, aircraft safety during construction is likely to be endangered by four principle causes: increased traffic volume, nonstandard traffic patterns, vehicles without radio com- munication and marking, and operators untrained in the airport's procedures. Because each construction situation differs, airport management must develop and coordinate a construction vehicle traffic plan with airport users, air traffic control and the appropriate construction engineers and contractors. This plan, when signed by all participants becomes a part of the contract. The airport opera- tor is responsible for coordinating and enforcing the plan. 1 9. LIMITATION ON CONSTRUCTION. a. Open -flame welding or torch -cutting operations should be prohibited unless adequate fire and safety precautions are provided and have been approved by the airport operator. All vehicles are to be parked and serviced behind the construe - tion restriction line and/or in an area designated by the airport operator. b. Open trenches, excavations, and stockpiled material at the construction site should be prominently marked with orange flags and lighted with flashing yellow light units (acceptable to the airport operator and the FAA) during hours of restricted visibility and/or darkness. Under no circumstances are flare pots to be near aircraft turning areas. n c. Stockpiled material should be constrained in a manner to prevent movement result of aircraft blast or wind. Material should not be stored near aircraft turning areas or movement areas. IP 10. MARKING AND LIGHTING OF CLOSED OR HAZARDOUS AREAS ON AIRPORTS. The construc- tion specifications should include a provision requiring the contractor to have a man on call 24 hours per day for emergency maintenance of airport hazard lighting and barricades. a. Permanently Closed Runways and Taxiways. For runways and taxiways which W have been permanently closed, the lighting circuits should be disconnected. With runways, the threshold markings, runway designation marking, and touchdown zone markings should be obliterated, and crosses should be placed at each end at 1,000-foot (300 m) intervals. With taxiways, a cross is placed at each entrance of the closed taxiway. b. Temporarily Closed Runways and Taxiways. Temporarily closed runways are treated in the same manner as in paragraph 10a except runway markings are not obli- 6. teeated. Rather, crosses are usually of the temporary type (constructed of 2 1 5/31/84 AC 150/5370-2C Appendix 1 material such as fabric or plywood), and they are required only at runway ends. The crosses should be located on top of the runway numerals. For temporary marking, the dimensions of the crosses may be reduced to permit use of standard sheets of 4-by-8-foot (1.22 by 2.44 m) plywood. Temporarily closed taxiways are usually treated as an unusable area as explained in paragraph 10d. c. Closed Airports. When all runways are closed temporarily, the runways are marked as in paragraph 10b, and the airport beacon is turned off. When all runways are closed permanently, the runways are marked as in paragraph 10a, the airport beacon is disconnected, and a cross is placed in the segmented circle or at central location if no segmented circle exists. d. Hazardous Areas. Hazardous areas, in which no part of an aircraft may enter, are indicated by use of barricades with alternate orange and white markings. The barricades are supplemented with orange flags at least 20 by 20 inches (50 by 50 cm) square and made and installed so that they are always in the extended posi- tion and properly oriented. For nighttime use, the barricades are supplemented with flashing yellow lights. The intensity of the lights and spacing for barricades, flags, and lights roust be such to delineate adequately the hazardous area. e. Notices to Airmen (NOTAM's). The airport operator should provide infor- mation on closed or hazardous conditoos to the local air traffic control facility (control tower, approach control, center, flight service station) so that a NOTAM can be issued. f. Stabilized Areas. Holding bays, aprons, and taxiways are sometimes pro- vided with shoulder stabilization to prevent blast and water erosion. This stabi- lization may have the -appearance of a full strength pavement but is not intended for aircraft use. Usually the taxiway edge marking will define this area, but con- ditions may exist such as stabilized islands or taxiway curves where confusion may exist as to which side of the edge stripe is the full strength pavement. Where such a condition exists, the stabilized area should be marked with 3-foot (1 m) stripes perpendicular to the edge stripes. On straight sections, the marks should be placed at a maximum of 100-foot (30 m) spacing. On curves, the marks should be placed a maximum of 50 feet (15 m) apart between the curve tangents. The stripes rr should be extended to 5 feet (1.5 m) from the edge of stabilized area or to 25 feet (7.5 m) in length, whichever is less. g. Runway Shoulder Marking. Usually the runway side stripes will indicate the edges of the full strength pavement. However, conditions may exist, such as excep- tionally wide runways, where there is a need to indicate the area not intended for use by aircraft. In such cases, chevrons should be used. 11. TEMPORARY RUNWAY THRESHOLD DISPLACEMENTS. Identification of temporary runway threshold displacements should be located outboard of the runway surface. These could include outboard lights, Runway End Identification Lights (REILS), and markings. The extent of the marking and lighting should be directly related to the duration of the displacement as well as the type and level of aircraft activity. 3 (and 4) f APPROACH SURFACE AIR TRAFFIC —� mmussup— N SCALE: 1' = B00' I W A Y L.S. GLIDE PATH TRANSMITTER BRL xcff�= ml BRL � 1 on . . I I �n �aw Qz TwY.- �w0 --J N U 1 CONTROL TOWER i I U L_ a AIRPORT TRANSFORM 00 VAULT 8r STANDBY m GENERATOR x V} 400' 30C I 7 5' 15 x LIGHTED i WIND CONE i — c REMOTE �. RECEIVER- , REMOTE x SITE TRANSMITTER AIRPORT SITE BEACON 1 TRANSMITTER & RECEIVER L_7 J SITE INTERSTATE 27nL e ACCESS ROAD B CONTRACTOR'S PLANT SITE, STORAGE AREA &FIELD OFFICE LOCATION (HEIGHT RESTRICTED TO MAXIMUM 30' ABOVE EXISTING GRADE) REIL- — � leer. BRL - �- L" ACCESS ROAD C TERMINAL BUILDING 340' I BRI— go, 0 9Q. j 3 8 { 150 X 1 1,500 } *-VA S I - 4 - rgX�w � � � LIGHTEd WINd CONE--� - 4Y- I 65'; c ter- IwA - TAXIWAY ��: s .r •!i� �. l f _ L.S. LOCALIZER BO FBO ~ FSDO CLEAR I EA R ZONE 30' LIG ED A j R EMOTE R D —ANTENNA T ER 1 1 f APPROACH j SURFACE ALTERNATE CONTRACTOR'S FIELD OFFICE AND EMPLOYEE PARKING LOCATION ESS ROAD rccw a APPROACH w zz II J N 1 QUIRT 4 'TAXIWAY O 90 I.L.S. �� I II REIL LOCALIZ ER, I I CLEAR ZONE I N SEALCOAT S ULDERS ON TAXIWAY T�RNATE) ca w 27 - INTE��t CITY OF LUBBOCK, TEXAS r ACCESS ROAD A LUBBOCK INTERNATIONAL AIRPORT WEST CARGO APRON wEST C TA TAXIWAY IMPROVEMENTS 8 ADDENDUM NO. 2 JANUARY 5, 1990 CONSTRUCTION PHASE ACCE ROADS & STORAGE AREAS Parkhill, SmHh & Cooper, Inc. - PL/ •W �f 0 1 4o'l;L' Sol; 1 G I 1 NOT TO SCALE pi i p '120us (NEST CARGO APRON �('s�e • • • •• .• • 50d] OO•'04v s+ /48 ACCESS ROAD A s mm ME ACCESS ROAD D ACCESS ROAD A raro LIGHTED TRAFFIC --__` BARRICADE WITH SIGNS AS NOTED SIGN KEY No SYMBOL MESSAGE IDENTIFICATION NO. OSTOP R1-1 ......................._.............. .................... ........................ .,...................................... ...,.. TWO-WAY TRAFFIC .......................... ................................... W6-3 ............................................................................................................................................................................................................. NO LEFT TURN R3-2 ................................................ .................................. { 1 1) ...... ............. ................................... ROAD CLOSED ................... ............ I ............ I................ R11-2 .......................... ........ ................. OYEILD ............. ....... .............. ........... .... .................... ...................... SIGN ................................. _.......................... R1-2 OONE. WAY - ................................................................................ GENERAL AVIATION.... G ENTRANCE 40a i IDENTIFICATION NUMBERS REFER TO THE TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES FOR STREETS AND HIGHWAYS. SIGN LEGEND SYMBOL I DESCRIPTION EXISTING SIGN & POLE TO REMAIN IN PLACE �I NEW SIGN EXISTING SIGN ONLY TO BE REMOVED DURING d� CONSTRUCTION & REPLACED AT THE CONCLUSION OF CONSTRUCTION y ADDENDUM N 0. 2 JANUARY 5, 1990 CITY OF LUBBOCK, TEXAS LUBBOCK INTERNATIONAL AIRPORT WEST CARGO APRON RECONSTRUCTION 8 TAXIWAY IMPROVEMENTS CONSTRUCTION PHASE ACCESS ROAD SIGNAGE IN l x I' u• is Parkhill Smith & Cooper Inc. LEGEND_ 1P+ OESCRPI'ION EXISTING TINS PROJECT BUILDING � AIRFIELD PAVING ROADS B PARKING PARKING STRUCTURE — \\j' r ^ FENCE N A r o x I SECURITYFENCE PH -- ASE f � PHASE2 RAILROAD RAILROAD --- — AIRPORT SOUNDARY LNE — —_ aoo' s42' �1 SECTION LINE —_— I BUILDING RESTRICTION LINE I 1 PAVEMENT RECONSTRUCTION 4 e5_ �" ncacnvoa I I SEALCOAT EXISTING PAVEMENT yN� WEST CARGO APRON - PHASIN P A �I ...e..°�^ - NOTE: RAILROAD TRACKS IN THIS AREA HAVE BEEN REMOVED. RAIL SEVICE T m Ode IS NO LONGER AVAILABLE. � ...x ,A.x.r,r.cx �% . xree .,xe ,^ _ ■ ■ - - - --- J^ — — 41 __ mn r roi° lA I ACCESS ROAD G TAXIWAY TSEALCOATPAVEMENT`�II„GL AND SHOULDERS ON e^ - — -- —_ TAXIWAYS A� AND S TAXIWAY O ����----••-----��-- (ADDITIVE ALTERNATE) 1qe �---- Arrrowx r- �o• rxree rlxo talc — �x li - r zo^e - LI L.: Nu^o oo'W Usoxnso xreo wm c - I SE we,o nrrno^cx euxr,ee ,s 9SEALCOAT DERS� ON TAXIWAY A. cnel ATE) TAXI MAY DRAINAGE CHANNEL F `r^° '---^c^e �1 I.e EXIST MG HEADWALL, _ -- LIT SEE SHEET I— —"04 _ ACCESSEROAbS ^ ACCESROAD A o arhilADbENDUM NO.1 S ^ • .v P,•.•• _WEST CARGO APRON Pkl Smith Co6pe ' ..., .., WEST CAfl60 APRON RECONSTRUCTION 6 o^APmc ..All Aaei^ ear ri TAXIWAY IMTS PROVEMEN e8. PROJECT AIRPORT e•• �` LAYOUT PLAN