Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2001-R0479 - Contract For Westport Apron & Taxiway Expansion Project - Duinick Brothers, Inc. - 11/08/2001
Resolution No. 2001-RO479 November 8, 2001 Item No. 32 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 per Bid ##212- 01/RS for the Westport apron and taxiway expansion project, by and between the City of Lubbock and Duininck Brothers, Inc. of Roanoke, Texas. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council this 8th ATTEST: �ecrelary� Rebeccaarza, City APPROVED AS TO CONTENT: Victor Kilman, rchasing Manager APPROVED AS TO FORM: Attorney gs/ccdocs/Contract-Duininck Brothers, Inc.res Oct. 29, 2001 day of November , 2001. • •R No Text City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING .�* 162513 TH STREET LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX:(806)775-2164 http://purchasing.ci.lubbock.tx.us ITB #212-01/RS, Addendum #4 ADDENDUM #4 ITB #212-01/RS Westport Apron and Taxiway Expansion MAILED TO VENDOR: October 12, 2001 CLOSE DATE: October 23, 2001 @ 3:00 P. M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Ron - 1. The plan holder is directed to make the following change to page 501-b of the specifications. Modifications to ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT, Item 6, TABLE 2, GRADATION FOR COARSE AGGREGATE. Delete Table 2 and. replace it with the following: TABLE 2. GRADATION FOR COARSE AGGREGATE Sieve Designations Percent by weight passing Inch 1 inch to No. 4 1 '/2 100 1 95-100 Y2 25-60 No. 4 0-10 No.8 0-5 ASTM C33 - Size Number 57 All requests for additional information or clarification must be submitted in writing and directed to: Ron Shuffield, Senior Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to : (806)775-2164 or Email to: Rshuffield@mail.ci.lubbock.tx.us THANK YOU, Cl OF LUB CK Ron huffield Senior Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. 212-01/Rsadd4 nm, City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13TH STREET LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX:(806)775-2164 http://purchasing.ci.lubbock.tx.us ADDENDUM #3 ITB #212-01/RS Westport Apron & Taxiway Expansion MAILED TO VENDOR: September 24, 2001 OLD CLOSE DATE: September 25, 2001 @ 3:00 P.M. NEW CLOSE DATE: October 23, 2001 @ 3:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. The closing date has been changed from September 25, 2001 at 3:00 p.m. to the new close date of October 23, 2001 at 3:00 p.m. All requests for additional information or clarification must be submitted in writing and directed to: Ron Shuffield, Senior Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to : (806)775-2164 or Email to: Rshuffield@mail.ci.lubbock.tx.us THANK YOU, CITY OF LUBBOCK Victor Kilman Purchasing Manager PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. 0 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING e 162513 TH STREET LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX:(806)775-2164 ..� http://purchasing.ci.lubbock.tx.us ITB #212-01/RS, Addendum #2 ADDENDUM #2 ITB #212-011RS Westport Apron and Taxiway Expansion MAILED TO VENDOR: September 19, 2001 CLOSE DATE: September 25, 2001 @ 3:00 P. M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Question: On page 501-e of the specifications the modfication to 501 -4.18 -OPENING TO TRAFFIC states that the pavement shall not be opened to Aircraft traffic until test specimens have attained a flexural strength of 700 pounds. At what point can the pavement be used for construction traffic? Answer: This will be left to the discretion of the contractor. The range of vehicles that will be used during construction have a variety of point loadings. Obviously, some could be used earlier than others after placing concrete. If the contractor damages the pavement before it reaches the specified flexural strength he will be responsible for the repair of the defective pavement slabs as outlined in the contract. Question: On SP -2 in the notes regarding Construction Phase II: The notes require that all work within the Taxiway Safety Area of Taxiway S be completed in 90 calendar days. Will this work be required to be completed in 90 consecutive days? Or, would it be possible to do the subgrade work and concrete paving in one time frame, then to backfill all drop-offs etc. and leave the safety area in a safe condition until the asphalt paving could be done at a later date as the rest of the asphalt paving is being completed? We could still be held to the requirement of only being inside the safety area for 90 calendar days, it would just be during two time slots rather than one. Answer: We do not want to adversely impact the flow of traffic along Taxiway Sierra twice. The work included in this phase should be completed within any 90 consecutive calendar day period in the 360 day contract. We would prefer that the contractor either try to schedule this work to overlap the end of the concrete work and the beginning of the asphalt work on the entire job or complete all of the work at one time earlier in the project. With the quantities of asphalt involved in this phase the latter option might not be too much more expensive. All requests for additional information or clarification must be submitted in writing and directed to: Ron Shuffield, Senior Buyer .., City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 212-01/Rsadd2 p" P" ITB #212-01/RS, Addendum #2 Questions may be faxed to : (806)775-2164 or Email to: Rshuffield@mail.ci.lubbock.tx.us THANK YOU, CI F LU OCK Ron Shuffield Senior Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. 212-01/Rsadd2 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 162513 TH STREET LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX: (806)775-2164 e*+ http:Hpu rchasing.ci.lubbock.tx. u s r ITS #212-01/RS, Addendum #1 ADDENDUM #1 ITB #212-01 /RS Westport Apron and Taxiway Expansion MAILED TO VENDOR: September 13, 2001 CLOSE DATE: September 25, 2001 @ 3:00 P. M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. In the General Instructions to Bidders, Page 3, Item 11.1 and 11.2, all questions/clarifications must be submitted to the Purchasing Office in writing no later than five (5) calendar days prior to the bid closing date. 2. In the General Conditions of the Agreement, Page 7, Section 28, Item A General Liability Insurance, please delete the requirement for Pressurized Vessel Endorsement. 3. ADD the following to paragraph 32.3 of the GENERAL INSTRUCTIONS TO BIDDERS: Bidders are reminded that there is a goal of 9%DBE participation of the total value of work on this project. Further, that there is a requirement that within ten calendar days following the close date, Bidders will furnish a list of all DBE contractors contacted and all responses received therefrom to Ron Shuffield, Senior Buyer. Finally, Bidders shall be required upon award to furnish an executed, agreement between the Bidder and the DBE contractor specifying to work to be performed and the total dollar value of the work to be performed. All requests for additional information or clarification must be submitted in writing and directed to: Ron Shuffield, Senior Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to: (806)775-2164 or Email to: Rshuffield@mail.ci.lubbock.tx.us THANK YOU, Z AFLUK, Ron Sh Senior Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. 212-01/RSaddl CITY OF LUBBOCK INVITATION TO BID FOR TITLE: WESTPORT APRON & TAXIWAY EXPANSION ADDRESS: LUBBOCK, TEXAS BID NUMBER: 212-01/RS ACCOUNT NUMBER: 253.9975.8304.20000 FAA AIP NUMBER: 3-48-0138-23-01 CONTRACT PREPARED BY: PURCHASING DEPARTMENT w_. MCA INDEX 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. FAA MANDATORY CONTRACT PROVISIONS 4. BID SUBMITTAL 5. LIST OF SUBCONTRACTORS 6. INSURANCE REQUIREMENT AFFIDAVIT 7. PAYMENT BOND 8. PERFORMANCE BOND 9. CERTIFICATE OF INSURANCE 10. CONTRACT 11. GENERAL CONDITIONS OF THE AGREEMENT 12. CURRENT WAGE DETERMINATIONS 13. SPECIAL PROVISIONS 14. SPECIFICATIONS MCA NOTICE TO BIDDERS low t_ W NOTICE TO BIDDERS ITB #212-01 IRS Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 3:00 o'clock p.m. on September 25th, 2001 or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project with a budget amount of $5,502,160.00: WESTPORT APRON & TAXIWAY EXPANSION After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Purchasing Manager for the City of Lubbock, before the expiration of the date above first written. Bids are due at 3:00 o'clock p.m. on September 25th, 2001 and the City of Lubbock City Council will consider the bids on October 11th, 2001 at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon +, thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds within fifteen (15) days after notice of award of the contract to him. The bid bonds of all bidders shall be retained until after the award of contract is made. The bid bond of the successful bidder shall be retained until the contract is fully executed by all parties, the receipt of all necessary insurance certificates, and the posting of performance and payment bonds. The failure of the bidder to accept an award and file acceptable insurance certificates and required bonds within 15 days after notice of award shall be just cause for cancellation of the award and forfeiture of the bid bond to the City of Lubbock as liquidated damages. Award may then be made to the next lowest responsive and responsible bidder. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non- mandatory pre-bid conference on September 12th, 2001 at 10:00 o'clock a.m., Lubbock International Airport - AMBASSADOR ROOM, Lubbock, Texas. Bidders may view the plans and specifications without charge at Lubbock City Hall, 1625 13th Street, Lubbock, Texas, Purchasing Department, Room L-04. Plans and specifications may be obtained by the bidder for a $100 non-refundable charge per set. Plans and specifications may be obtained through Parkhill, Smith & Cooper, 4222 85th St., Lubbock, TX 79423, Phone: (806) 473-2200. Plans and specifications will be shipped at the bidder's expense. If bidder requires overnight or second day expedited method parcel shipment, the bidder will incur shipping charges and must furnish the name of the service to be used and the bidder's account number. - CONTINUED NEXT PAGE - Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision rc of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre-bid meetings and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the City of Lubbock Human Relations Office at (806) 775-2281 at least 48 hours in advance of the meeting. CITY OF LUBBOCK Victor Kilman Purchasing Manager GENERAL INSTRUCTIONS TO BIDDERS POO GENERAL INSTRUCTIONS TO BIDDERS 1 BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish WESTPORT APRON & TAXIWAY EXPANSION per the attached specifications and contract documents. Sealed bids will be received no later 3:00 p.m. CST, September 25th at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITB #212-01/RS - WESTPORT APRON & TAXIWAY EXPANSION" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Victor Kilman, Purchasing Manager City of Lubbock 1625 13th Street, Room L-04 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing Department. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE-BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre-bid meeting :00 will be held at 10a.m. Se !ember 12th 2001 in Lubbock International Air ort - AMBASSADOR ROOM, Lubbock Texas All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 It is the bidder's responsibility to attend the pre-bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre-bid meeting to bidders who do not attend the pre-bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by written bid addenda. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing Department. At the request of the bidder, or in the event the Purchasing Department deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing Department. Such addendum issued by the Purchasing Department will be sent to all bidders receiving the original Invitation to Bid (ITB) and will become part of the bid package having the same binding effect as provisions of the original bid. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing Department no later than ten (10) days before the bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing Department in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. L � 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 4 5 1.1 o_y EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing Manager and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing Manager prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing Manager before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than ten (10) calendar days prior to the opening of bids. BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CONFIDENTIAUPROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS, TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 8 CONFLICT OF INTEREST 8.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock in regard to this bid. 8.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 2 IQ 9 CONTRACT DOCUMENTS 9.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 9.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 10 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge. The contra cItddocuments maybe examined without charge as noted in the Notice to Bidders. 11 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 11.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Purchasing Manager if any language requirements etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing Office no later than ten (10) calendar days before the bid closing date. A review of such notifications will be made. - 11.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN TEN (10) CALENDAR'DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO; RON SHUFFIELD, SENIOR BUYER City of Lubbock 1625 13th Street Lubbock, Texas 79401 Fax: (806) 775-2164 Email: Rshuffield@mail.ci.lubbock.tx.us 12 TIME AND ORDER FOR COMPLETION 12.1 The construction covered by the contract documents shall be fully completed within 360 (THREE *" HUNDRED SIXTY) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 12.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 13 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 14 AFFIDAVITS OF BILLS PAID The City of Lubbock, prior to final acceptance of this project, requires the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 3 15 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 16 GUARANTEES 16.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 16.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 16.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 16.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 17 PLANS FOR THE CONTRACTOR The Contractor will be furnished ten (10) sets of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 18 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have '~ been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by _ the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. (d) A letter, on Contractor and Subcontractor insurer's letterheads, stating the Worker's Compensation Insurance Experience Rating for Contractor and Subcontractor. (e) If, after award of contract, the Contractor adds or substitutes subcontractors, then an insurer's letter stating the Worker's Compensation Insurance Rating shall be provided to the City for each added or substituted subcontractor. 4 W 19 TEXAS STATE SALES TAX 19.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 19.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 20 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the ` location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and the private utility owner, as applicable, at Contractor's expense. 21 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 22 EXPLOSIVES 22.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 22.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 22.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. "..0 23 23 CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 24 INSURANCE 24.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided thirty (30) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation against the city. The Contractor shall procure and carry at his sole cost and expense, through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this 5 contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 24.2 The insurance certificates furnished shall name the City of Lubbock (the City) as additional insured. It shall be the contractor's responsibility to provide to the owner all proof of coverage insurance documents including workers compensation coverage for each subcontractor. 25 LABOR AND WORKING HOURS 25.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: 25.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 25.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 25.1.3 A longer workweek is authorized under Section 01140 — Work Restrictions of the specifications. 25.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. 25.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 26 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 27 PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 0 28 PREPARATION FOR BID 28.1 The bidder shall submit his bid in duplicate on forms furnished by the City or electronically reproduced by the bidder. Forms electronically reproduced by the bidder must be identical in every respect to the forms " furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in �..,, words and the price written in figures, the price written in words shall govern. Bidder's bid submittal must be in duplicate and must include the following: ■ Bid Submittal Form List of Subcontractors ■ City of Lubbock Insurance Requirement Affidavit ■ Bid Bond ■ DBE Requirements (See Section 32.3 Below) 28.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address ,., must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 28.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner (The City does not accept bids by fax. However, there are companies in Lubbock that will receive, seal, and deliver faxed bids. These companies are listed in the Yellow Pages under Mailing Services. Bids delivered using this service must be delivered on-time and addressed as specified in the Notice to Bidders and endorsed on the outside of the envelope in the following manner.): 28.3.1 Bidder's name , 28.3.2 Bid for [title]. 28.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. ' 28.5 " Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. 29 BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders (b) General Instructions to Bidders (c) Bid Submittal Form and "Exhibit A" (d) Statutory Payment and Performance Bonds (e) Contract (f) General Conditions of the Agreement (g) Special Provisions (h) Technical Specifications (i) Insurance Certificates (j) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 7 30 QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The City of Lubbock reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. (e) Worker's Compensation Experience Rating. 31 BID AWARD 31.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. 31.2 The City reserves the right to accept the Total Base Bid and Alternate Bids in any order or combination that serves its best interests. The low bid shall be determined on the price combination of the Total Base Bid and any accepted Options. 31.3 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 31.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 31.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 31.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 31.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. 31.7 The successful bidder must satisfy the City as to the bidder's ability to perform the work and meet all contractual obligations set forth in the contract to be executed. 32 DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS 32.1 The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this ITB, Disadvantaged Business Enterprises (DBE's) will be afforded equal opportunities to submit bids and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration of an award. 32.2 A DBE is defined as a small business concern which is at least 51 % owned and controlled by one or more socially and economically disadvantaged individuals, or in the case of any publicly owned business, at least 51 % of the stock of which is owned by one ore more socially and economically disadvantaged individuals. Socially and economically disadvantaged include Women, Black Americans, Hispanic Americans, Native Americans, Asian -Pacific Americans, and Asian -Indian Americans. 32.3 Good Faith Efforts (Information to be submitted) City of Lubbock treats bidders' compliance with good faith efforts requirements as a matter of responsiveness. Each solicitation for which a contract goal has been established will require the bidders/offerors to submit the following information with its bid as a condition of responsiveness: 1. The names and addresses of DBE firms that will participate in the contract; 2. A description of the work that each DBE will perform; 3. The dollar amount of the participation of each DBE firm participation; 4. Written and signed documentation of commitment to use a DBE subcontractor whose participation it submits to meet a contract goal; 5. Written and signed confirmation from the DBE that it is participating in the contract as provided in the prime contractor's commitment; and 6. If the contract goal is not met, evidence of good faith efforts. 32.4 Demonstration of good faith efforts The obligation of the bidder is to make good faith efforts. The bidder can demonstrate that it has done so either by meeting the contract goal or documenting good faith efforts. Examples of good faith efforts are found in Attachment 7 of the Airport's DBE plan, http://purchasin-g.ci.lubbock.tx.us/vendor.htm . The following personnel are responsible for determining whether a bidder who has not met the contract goal has documented sufficient good faith efforts to be regarded as responsive: Persons assigned to evaluate bids or proposals as specified on the City's "Request to Solicit Competitive Bids or Proposals — Procurement Document Submittal Form" We will ensure that all information is complete and accurate and adequately documents and bidder's good faith efforts before we commit to the performance of the contract by the bidder. 32.5 Administrative reconsideration Within 10 days of being informed by City of Lubbock that it is not responsive because it has not documented sufficient good faith efforts, a bidder may request administrative reconsideration. Bidders should make this request in writing to the following reconsideration official: Victor Kilman, Purchasing Department, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457. The reconsideration official will not *"* have played any role in the original determination that the bidder did not make/document sufficient good faith efforts. As part of this reconsideration, the bidder will have the opportunity to provide written documentation or argument concerning the issue of whether it met the goal or made adequate good faith efforts to do so. The bidder will have the opportunity to meet in person with our reconsideration official to discuss the issue of whether it met the goal or made adequate good faith efforts to do so. We will send the bidder a written decision on reconsideration, explaining the basis for finding that the bidder did or did not meet the goal or make adequate good faith efforts to do so. The result of the reconsideration process is no administratively appealable to the Department of Transportation. 32.6 Good Faith Efforts when a DBE is replaced on a contract City of Lubbock will require a contractor to make good faith efforts to replace a DBE that is terminated or has otherwise failed to complete its work on a contract with another certified DBE, to the extent needed to meet the contract goal. The City will require the prime contractor to notify the DBE Liaison Officer (DBELO) immediately of the DBE's inability or unwillingness to perform and provide reasonable documentation. In this situation, we will require the prime contractor to obtain our prior approval of the substitute DBE and to provide copies of new or amended subcontracts, or documentation of good faith efforts. If the ,.� contractor fails or refuses to comply in the time specified, our contracting office will issue an order stopping all or part of payment/work until satisfactory action has been taken. If the contractor still fails to j comply, the contracting officer may issue a termination for default proceeding. 9 32.7 Counting DBE Participation The City will count DBE participation toward overall goals as provided in 49 CFR 26.55. 32.8 Certification The DBELO will use the certification standards of Subpart D of part 26 and the certification procedures of Subpart E of part 26 to determine the eligibility of firms to participate as DBEs in DOT -assisted contracts. In addition, the Department of Aviation has approval from Citibus, the City's transit authority and the Affirmative Action and Contract Compliance Division of the City of Houston, Texas to assist in applying certification standards. To be certified as a DBE, a firm must meet all certification eligibility standards. The City will make their certification decisions based on the facts as a whole. 32.9 Process The City's certification application form and documentation requirements are found in Attachment 5 of the Airport's DBE Plan. For information about the certification process or to apply for certification, firms should contact: Mark Earle, Director of Aviation, Lubbock International Airport, Rt. 3 Box 389, Lubbock, Texas 79403, 806/775- 3126, mearlea-mail.ci.lubbock.tx.us. In the event the City proposes to remove a DBE's certification, the City will follow procedures consistent with 26.87. Attachment 6 to the Airport's DBE Plan sets forth these procedures in detail. To ensure separation of functions in a decertification, the City has determined that the Purchasing Manager will serve - as the decision maker in decertification proceedings. The City has established an administrative "firewall" to ensure that the Purchasing Manager will not have participated in any way in the decertification proceeding against the firm (including the decision to initiate such a proceeding). If the City denies a firm's application or decertifies it, the firm may not reapply until 12 months have passed from our action. 32.10 Certification Appeals Any firm or complainant may appeal the City's decision in a certification matter to DOT. Such appeals may be sent to: Department of Transportation Office of Civil Rights Certification Appeals Branch, 400 7'" St., SW, Room 2104, Washington, DC 20590. The City will promptly implement any DOT certification appeal decision affecting the eligibility of DBEs for all DOT -assisted contracting (e.g., certify a firm if DOT has determined that our denial of its application was erroneous). 32.11 "Recertifications" The City will review the eligibility of DBEs that the City might have certified under former part 23, to make sure that they meet the standards of Subpart D of part 26. The City will complete this review within four years beginning October, 1999. In order to comply with requirements of re -certification each currently certified DBE the airport works with as well as any new applicant for certification will be required to submit a Statement of Personal Net Worth as shown in Exhibit 9 of the Airport's DBE plan. For firms that the City has certified or reviewed and found eligible under part 26, the City will review their eligibility every five years following the date of their certification. These reviews will include the following components: 1. The City of Lubbock will require that the firm complete a new DBE Certification Form. 2. The City of Lubbock may use on-site visits where necessary to make proper determinations. 3. The City of Lubbock will use any discretion to certify a firm on reliance of the decisions made by DOT or another recipient, to make an independent certification decision based on additional documentation provided by another recipient or to require the applicant to proceed through our application procedure without regard to the action of the other recipient 4. City of Lubbock reserves the right to determine recertification procedures on a case-by-case basis. 10 32.12 "No Change" Affidavits and Notices of Change The City will require all certified DBEs to inform the DBELO, in a written affidavit, of any change in its circumstances affecting its ability to meet size, disadvantaged status, ownership or control criteria of 49 CFR part 26 or of any material changes in the information provided with the DBE's application for certification. The City will also require all owners of all DBEs the City has certified to submit, on the anniversary date of their certification, a "no change" affidavit meeting the requirements of 26.830). The text of this affidavit is the following: I swear (or affirm) that there have been no changes in the circumstances of [name of DBE firm] affecting its ability to meet the size, disadvantaged status; ownership, or control requirements of 49 CFR part 26. There have been no material changes in the information provided with [name of DBE]'s application for certification, except for any changes about which you have provided written notice to the City of Lubbock under 26.83(1). [Name of firm] meets Small Business Administration (SBA) criteria for being a small business concern and its average annual gross receipts (as defined by SBA rules) over the firm's previous three fiscal years do not exceed $16.6 million. The City will require DBEs to submit with this affidavit documentation of the firm's size and gross receipts. The City will notify all currently certified DBE firms of these obligations by newsletter or direct mail beginning October, 2000. This notification will inform DBEs that to submit the "no change" affidavit, their ,. owners must swear or affirm that they meet all regulatory requirements of part 26, including personal net worth. Likewise, if a firm's owner knows or should know that he or she, or the firm, fails to meet a part 26 eligibility requirement, the obligation to submit a notice of change applies. 32.13 Bidders List The City of Lubbock will create a bidders list, consisting of information about all DBE and non -DBE firms that bid or quote on DOT -assisted contracts. The purpose of this requirement is to allow use of the R. bidders list approach to calculating overall goals. The bidders list will include the name, address, DBE/non-DBE status, age, and annual gross receipts of firms. The City will collect this information in the following ways: a notice in all solicitations and direct request to firms quoting on subcontracts to report information directly to the DBELO. The City of Lubbock will work closely with all prime bidders in order to collect necessary information of all firms who quote to them on contracts. 32.14 Monitoring Payments to DBEs The City will require prime contractors to maintain records and documents of payments to DBEs for three years following the performance of the contract. These records will be made available for inspection upon request by any authorized representative of the City of Lubbock or DOT. This reporting requirement also extends to any certified DBE subcontractor. The City will keep a running tally of actual payments to DBE firms for work committed to them at the time of contract award. The City will perform interim audits of contract payments to DBEs. The audit will review payments to DBE subcontractors to ensure that the actual amount paid to DBE subcontractors equals or exceeds the dollar r- amounts stated in the schedule of DBE participation. 32.15 Reporting to DOT The City will report DBE participation to DOT annually on Form 4630, as modified for use by FAA recipients. x - 33 Veteran's Preference It shall include in all contracts for work on any project funded under the grant agreement which involve labor, such provisions as are necessary to insure that, in the employment of labor (except in executive, administrative, and supervisory positions), preference shall be given to Veterans of the Vietnam era and disabled veterans as defined in Section 47112 of Title 49, United States Code. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. 34 Confidentiality The City will safeguard from disclosure to third parties information that may reasonably be regarded as confidential business information, consistent with Federal, state, and local law. The City of Lubbock will maintain efforts to be consistent with the law as set forth in: the Freedom of Information Act under USC: Title 5. The relevant text is found in § 552(b)(2) and (4). The City of Lubbock will interpret these parts as policy to refuse the release of and access to, any information deemed to be related solely to the internal personnel rules and practices of an agency; or as trade secrets and commercial or financial information obtained from a person and privileged or confidential. Further, in compliance with USC: Title 18 § 1905 concerning the disclosure of confidential information: The City of Lubbock will not publish, divulge, disclose or make known in any manner or to any extent not authorized by law any information coming to us in the course of employment or official duties or by reason of any examination or investigation made by, or return, report or record made to or filed with the City of Lubbock, which information concerns or relates to the trade secrets, processes, operations, style of work, or apparatus, or to the identity, confidential statistical data, amount or source of any income, profits, losses, or expenditures of any person, firm, partnership, corporation, or association; or permits any income return or copy thereof or any book containing any abstract or particulars thereof to be seen or examined by any person except as provided by law. Notwithstanding any contrary provisions of state or local law, we will not release personal financial information submitted in response to the personal net worth requirement to a third party (other than DOT) without the written consent of the submitter. 35 Non Discrimination Clause The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. 36 Prompt Payment The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime contractor receives from City of Lubbock. The prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the City of Lubbock. This clause applies to both DBE and non -DBE subcontractors. The City of Lubbock will require that all contractors comply with the Texas Government Code 2251.022. Chapter 2251 of the Texas Government Code generally defines past due dates and provides for payments for goods and services to vendors, general contractors, and subcontractors. Failure to comply with the provisions of Texas Government Code Chapter 2251 include the right to charge interest on overdue accounts and right to collect attorney's fees in the event of formal administrative or judicial action to collect an invoice payment or interest due. A copy of Texas Government Code 2251.022 is attached as Attachment 8 in the Airport's Disadvantaged Business Enterprise Plan. 37 Monitoring and Enforcement Mechanisms The City will bring to the attention of the Department of Transportation any false, fraudulent, or dishonest conduct in connection with the program, so that DOT can take the steps (e.g., referral to the Department of Justice for criminal prosecution, referral to the DOT Inspector General, action under suspension and debarment or Program Fraud and Civil Penalties rules) provided in 26.109. The City also will consider similar action under our own legal authorities, including responsibility determinations in future contracts. 12 PAW r es -a The City of Lubbock WILL REQUIRE CERTIFICATION that work contracted with a DBE is actually performed by the DBE. We may follow up this certification by conducting on-site evaluations to monitor the performance obligated in the contract. In the event of non-compliance with the DBE regulation by any participant in our procurement activities, the City of Lubbock shall be entitled to pursue any and all remedies allowed by the laws of the State of Texas and the Federal Government. Such remedies may include, but not necessarily be limited to, the following: a. Civil action, in a court appropriate jurisdiction, for breach of the contract. Such damages may be set forth in the contract as predetermined damages, consequential damages arising out of the breach and/or specific performance. b. Criminal prosecution may result from the commission of fraud or other criminal activity on the part of a party to the contract. In the event that a crime is perceived to have occurred, the city may refer the case to the appropriate law enforcement or prosecutorial authority for further action. In such event the city anticipates cooperating with such agency in the investigation and prosecution of a criminal case. 13 No Text _..._ ...... _. APPENDIX. D ? List of Supplies/Materials that Government Has the U.S.— Determined Are Not Produced In they United States In Sufficient Quality and Rea onably Available Quantities And of Suf_iclent (Jan 1991) Acetylene, black. Diamonds, industrial, stones Agar, bulk•_ and abrasives. Anise. Emetine, bulk. Antimony, as metalor oxide. amosite, chrys- Ergot, crude. Erthrityl tetranitrate. Asbestos, olite, and crocidolite.. Fair linen, altar. Fibers,_ of the following Bananas. Bauxite. , types: abaca, abate, agave, Owl .. , Beef, corned, canned. coir, flax, jute, jute_ burlaps, palmyra and sisal..,, Beef ,extract. Bephenium Hydroxynapthoate. Goat and kidskins _a___ Bismuth. Graphite, natural, crystal-_. Books, trade, text; line, crucible grade. technical, or scientific; Handsewing needles, newspapers; patphlets; periodicals; Heiap"yarn.". Hog bristles for brushes. magazines; printed briefs and films, � Hyoscine, bulk. not printed in the United pec d, root. IP states and for which Iodine, crude. domestics editions are not Kaurigum .....,....._ ,. .,. . > a_w a v ...... ..:. n available. Brazil nuts, unroasted. . .,:.....Lac - Leather, sheepskin, hair Cadmium, ores and flue dust. type. Lavender oil. Calcium cyanamide. Manganese;. Capers. Menthol, natural.. bulk. ', 041 Cashew nuts. Castor beans and castor oil. Mica. Microprocesso"r chips (brought Chalk, English. construction site as ontoo Chestnuts. _a separate units for i.ncor Chicle. Chrome ore or chromite. poration into building systems during construction Cinchona bark. Cobalt, in cathodes, or repair and alteration of "rondelles, or other primary real property.) Nickel, primary, in ingots, -ore and metal forms � � � �N µ pegs, shots, cathodes, or Cocoa beans. Coconut and coconut,meat, similar forms; nickel oxide unsweetoned,`in shredded, and nickel salts Nitrne_ `known as desiccated or soguanid imilarly _(also picrite). prepared form. Coffee, raw o r green bean... Nux vomica, crude. Oiticica oil. Colchicine alkaloid, raw. Olive Oil Copra. Cork wood or bark and waste. Cover glass, microscope ,- slide. Cryolite; natural. Dammar gum. _ 1 APPENDIX D List of Supplies/Materials that the U.S. Government Has Determined Are Not Produced In the United States In Sufficient and Reasonably Available Quantities And of Sufficient Quality (Jan 1991) (CONTINUED) Olives (green), pitted or Tungsten. unpitted, or stuffed, in Vanilla beans. bulk. Venom, cobra. T Opium, crude. Wax, canauba. Oranges, mandarin, canned.' Woods; logs, veneer, and Petroleum, crude oil, un- lumber of the following -` finished oils, and finished species: Alaskan yellow products (see definitions cedar, angelique, balsa, below) ekki, greenhart, lignum Pine needle oil. vitae, mahogany, and teak. Platinum and related group Yarn, 50 Denier rayon. metals, refined, as sponge, powder, ingots, or cast bars. Pyrethrum flowers. Quartz crystals. -- Quebracho. Quinidine. Quinine. Rabbit fur felt. Radium salts, source and special nuclear materials. Rosettes. Rubber, crude and latex. Rutile. Santonin, crude. _. Secretin. Shellac. Silk, raw and unmanufactured. Spare and replacement parts for equipment of foreign manufacture, and for which domestic parts are not available. Spices and herbs, in bulk. Sugars, raw. Swords and scabbards.. Talc, block, steatite. Tantalum. Tapioca .flour and cassava. Tartar, crude; tartaric acid and cream of tartar in bulk. Tea in bulk. Thread, metallic (gold). Thyme oil. Tin in bars, blocks, and pigs. Triprolidine hydrochloride. 2 i APPENDIX D List of Supplies/Materials_ that the U.S. Government Has Determined Are Not Produced In the United States In Sufficient and Reasonably Available Quantities And Of Sufficient Quality . , . (Jan 199.1) ..CONTINUED.) , Petroleum terms are ---used as follows: "Crude oil"means crude petroleum, as it is produced at the wellhead, and liquids (under atmospheric conditions) that have been recovered from mixtures of hydrocarbons that existed in a vaporous'phase in a reservoir and that are not natural gas products: "Finished products"' means any one or morecf the following petroleum oils, or a mixture or combination of these oils, to be used without further processing except blending by mechanical means: (A) "Asphalt" a solid or semi-solid cementitious material that (1) gradually` liquefies when heated, (2) has bitumins as its predominating constituents, and (3) is obtained in refining crude oil. (B) "'Fuel oil" - a liquid or liquefiable petroleum product burned for lighting or for the generation of heat or power and derived directly or indirectly from crude oil, such as kerosene, rangeoil, distillate fuel f oils, gas oil, diesel fuel, topped crude oil, or residues. (C) "Gasoline" --a refined petroleum distillate that, by its consumption, is suitable for "use as a carburant in internal combustion engines. (D) "Jet fuel" - a refined petroleum distillate used to fuel jet propulsion engines. (E) "Liquefied gases" - hydrocarbon gases recovered from natural gas or produced from petroleum refining and kept under pressure to maintain a liquid state at ambient temperatures. ` (F) "Lubricating oil" a refined petroleum distillate or specially treated petroleum residue used to lessen friction between surfaces. (G) "Naphtha" - a refined petroleum distillate falling within,.'a distillation range overlapping the higher gasoline and the lower kerosenes: 3 APPENDIX D List of Supplies/Materials that the U.S. Government Has Determined Are Not Produced In the United States In Sufficient and Reasonably Available Quantities And of Sufficient Quality (Jan 1991) (CONTINUED) - (H) "Natural gas products" - liquids (under atmospheric conditions) including natural gasoline, that - (1) are recovered by a process of absorption adsorption, compression, refrigeration, cycling, or a combination of these processes, from mixtures of hydrocarbons that existed in a vaporous phase in a reservoir, and (2) when recovered and without processing in a refinery, definitions of products contained in subdivision (B), (C), and (G) above. (I) "Residual fuel oil" - a topped crude oil or viscous residuum that, as obtained in refining or after blending with other fuel oil, meets or is the equivalent of MILSPEC Mil -F-859 for Navy Special Fuel oil and any more viscous fuel oil such as No. 5 or Bunker C. "Unfinished oils" means one or more of the petroleum oils listed under "Finished products" above, or a mixture or combination of these `oils, that are to be further processed other than by blending by mechanical means. -- 4 REQUIRED LANGUAGE IN PUBLISHED ADVEZMSEMENT FOR BIDS FOR AIP CONSTRUCTION CONIRA�' Required to Publisbed Adva timommts F AN AEP Coatrsds: s. �,..� Far Blds or (1) Policy. It is the policy of the Department of _'lt�•ansportation (DOT) that disadvantaged business enterprises as"defined in 49 CFR Part 23_shall have the maximum opportunity to participate in the performance of contracts Snanced in whole or In with Federafunds. (2) Buy American Provision The proposed contract is subject to the Buy American provision under Section 9129 of the Aviation Safety and Capacity Expansion Act of 1990. Details of such , requirement are contained , in the Specifications, b. Additional jNgVaae Required In Pobbsbed Adywfisement For Bids For AEP Contracts Wbeire The Sponsuc ,�-., L. ?►1lyP w i.:%'w"...t nr7. Q.u.....�w.i R. 10 [iiQ Pert ' Tn AfvC ADDrDtld DBE Lail A Lyli s ■ ��t �..a — — All bidders and proposers shall make good faith efforts,as 'detined in Appendix A of 49 CFR Part 23, Regulations of the Office of. the Secretary of Transportation, to subcontract 9.0 percent of the dollar value of the prime contract to small business concerns owned and controlled by socially and economicaliv disadvantaged individuals (DBE). In the event that the bidderfor 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, Asian -Pacific Americans and .Asian -Indian Americans. The apparent successful bidder (proposer) will be required to submit tn[ormaUon concerning the DEs that vnll participate in this contract. The . Information will include the name and address for each DBE, a description of the work to be performed tby he each sant ed firm, and the della it will value, orequiredtc ntracf (subcontract). If the bidder fails to achieve g 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.. C. Reaaired Notices For Contracts Over $10,0110. The regulations and orders of the Secretary of Labor, OFCCP and FAR_152 61,requirethat the sponsor or his contractor(s) include, in invitations for bids 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. The Bidder's (Proposer's) attention is called to the "Equal Opportunity Clause" and the "Standard Federal nIqual Employment Opportunity Construction Contract Specifications" set forth in the. Specifications. (2) The Bidder (Proposer) must supply all the information requlred by the bid or proposal form. (3) The successful bidder will be required to submit a Certification of Nonsegregated Facilities prior to award of the contract, and to notify prospective subcontractors of the requirement for such a Certification where the amount of the, subcontract exceeds $10,000. Samples of the Certiiicationand 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. (2/92) _ 2 d. Coubmets In E:cess Of 5.50.000. In the invitation for bids `relating to contracts of $50,000 or more, the sponsor shall include the following notice: _. 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. e- Additional Notices For $1 Million Contracts. For each contract which may result in a bid of $1 million or more, the invitation for bids shall also include the following notices: (1) Preaward Eaual 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) M. (a) The contractor has not submitted a complete compliance report within 12 months — preceding the date of award; and (b) The contractor is within the definition of "employer" in Paragraphs 2e(3) of the instructions included in Standard Form 100. (3) 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 the above two conditions apply. Standard Form 100 will be furnished upon request. NOW It is not necessary for the sponsor to physically include the equal opportunity clauses in the published advertisement for bids. It is sufficient if the advertisement states that the proposed contract Is subject to the equal opportunity clause contained in the specifications which will he furnished prospective bidders or will be available for examination at the office indicated In the advertisement. REQt%Mn BVyACT PROVI, RIC AftION RECARDING The tollowiu Provided in the Act, hacontras Provision 811811 be been granted. jnduded in � coas�� t $ on contracts' unless an exception, (a) PRODUCTS po . STEEL Pon. as sub outractoragrecs that onl FOR CONSr'j4 7��A�RED rs, materia►men, andy doJuestic steel FACTS (b) The to110 suppliers in and �nuta wing terms the Peo�aeof 8d� apply to this r- 1. St clause: IOU as armed ontractor, Ste and Juanufactu (1) those pru red roducts, ) SOW if the cost red in the Uu1 As used in of the cost of 11 Its cO pom ao mined, p States (2) a Juana i this se' and Juannfact p nen or maautac� Product Produced t e Un. 2' COm onents. is a°d final assembly has red in the Uaited Siad in the Un. include iocorpo`� As used in this Clausen Place In the �s exceeds 60, T*^ 3• Cost erectly into steel and clauinanse oJuPoaents means United Sues. Percent assembl of L onents. ctured productsthose articles, materials y labor costs. This means the cost for 'and supplies Production of the components, exclusive of final rte: (2192) SPECIAL INSTRUCTION TO BIDDERS REGARDING EEO Notice of Regauemmat for Affienatirw Adson to me (Executive Order 1]146, as ed) 1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the 'Standard y , Federal Equal Employment Opportunitynstruc�on CoContract Specifications" set forth herein 2. The goals and time ority and female participation, expressed in percentage terms for the, contractor's aggregate work force 'in each trade on all construction work .inthe covered area, are as follows: Goals for minority Goals for female participation in Participation in each trade each trade r (insert percentage' from 6.9% attached listing for location) These goals are applicable to all the contra ctor' sr construction work (whether_ or not it is Federal aor federally assisted) performed in the covered area. If the contractor performs'constctiiction work, in a geographical area located outside or the covered, area, it sha11 apply the goals established for such r geographical area where the work is actually performed. _... Wifh regard+ to this second area, the contractor also is subject to the goals for both its federally involved and nonfederally involved construction. The contractor's compliance with the executive order and the regulations in 41 CFR, Part, 60-0 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 60-43(x), and its efforts to meetthe goals Psolicitation established the geographical area where the ,contract resulting from this is to be ock_..w ,for performed. The hours of,minorty and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faitb effort to employ minorities and women evenly on each of Its projects. The transfer, of,minority or female employees or trainees from contractor to 4contractor 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,fart 60-4 Compliance with the goals will be measured against the total work hours performed. 3. The contractor shall provide written notification to the Direckor, OFCCP, within 10 working days of award of any construction subcontract in excess of $10,000 at any tierµfor constevction work under the , contract resulting from this solicitation. _The notification shall list the name, address, and telephone number of the subcontractor, employee identifiicatioi number, estimated" dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area In which the contract is to be performed. 4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is ( insert description of the geographical areas when contract is to be performed giving the state, county, and city, if any). r. (2/92) �598B Federal Register / Vol. 45. No. 194 % Friday, October 3: 1980 / Notices tow omio Anm - 4wt1mjSd +%Oil . . . ..- -.. ............ SLM 61"e IOM• S teff `�. Cer'll COMI dil ,u�. fiA APpYra NC Amy. AVC amakee: ise SLAwk W Candler. W CosAeL W K MMeoe: K oic K Gtelrrrt MC 01Yiroea MC HOWNSMt MC m NC 11t:DaeeR TIC Iseeert NC NC Momm ... Even GA JMI Qrmi6 W LbW, W LOMjWk Ma IIA ifii- Wiont MS Gewpr MS G/ewM. 0" M"eporwMY AL' MWlvee: TIC Scant NC MC ha W Merrrl"e W moragw yK• GA Sae. DMSA Cowsee o•r- won: W TPm+[ W noe TaorGA Wane: SC sommort SC Harm (t SC JrO�- i M r — 8240 MW-W.. AL— 2g e mouth BsM11 Y. .......- AL MIArKmer` gL ElAL Lloregonlw7 tM"P . _.-. _._ OOtG+wMo • 80erAerrpre0, SC _.:.. 040 Aft". GA: NOniMSA Couper ��' . BMSA Caa+ra >Zt K 6r0ar. K a AL MON! Al CoMir $IN fieMlw- 3prl""m SC. te0 0720 AIrM. GIL_ _...._.: K Coma K CtlwgtMt AL Crautrerr K _ :. Se wwwwK Se Ft*om Se SWIM �' it.1 Ort► K ALL * AL paws,; Al 11snY. K _' . �4 . Bekr, GA Bei+ NM � 6"i wi GA`..-.�.•..�.... �•.. �.� 1lokomm K LOirrleeL ill Moo= K N"+SL48A Ccurm" _ 4ti. ac Ppet SC Abbwdlc SC A Om— SC 17A GA W COo c W Drxar GA GA Co GA CGA C W A W r' GA fA G1�Lo Hrtr K PAr K T4laepoeoa - 04e BYnrerOt+Mti K: prioaer. SC GmermwoctSC Lasrve SC wLsnfArfW E Grp W Yw+et W BMSA Caeveec 0460 A�^ AL t•;2,,;_.. . OWrdW SG UnoL - LpwrdwiL w lvwr. W LOw�s: GA MiWr: GA Llrw!► K Caelorn 002 Co4elvera so .... at W ArmlpK GA Senrwve GA Twrilt . -TIR ' .. .., , :_ `.1000 @O"WVM e� AL 24.9 ,.. . 6L15A ta+ver::. 25•• W TWrM W CiA Tunrr. Gil 1Mdv� AL Jeftem K SL Qw. K Sbelbr Al . 17W CaA"ale, SC. SC Levgrarc SC Reltiiid" » - 32,p 04t JedsMM4. FL -. WNLM: K FW -&*L am T4wam eL AL _. 20.6 �..Fr �- Non.SMSA Canon. _. 11C CahMet SC Q"r.16rt SG'Fitrtfak SC •,.�:�„`.�'• �-..� Sy,�A cw 2tKa G�ew.ee. FL 20.e K Turabra Nor"US, Carver..,... 20 T • KwWww. SC Ms SC MAY. 6C Cr"► ,::: R AArin+L -.- .. temok_e .... � _.- K Bab K B AL Ci+Mokee. K CNat ..,.._._. _.. _ oft# SC Sakres SC Surnlr. .., . 1600 JerJuemrrse, FL _ >~ •e CLburrA C AL. AL CW, L Cl 029 Flora. SC: , -. R Bekw: FL der FL `Duiiil; FL Niinerc ,. ALU&mm Fer�e4c K t74Mxve: AL NNo: K L4siur. L " .. . s•' NW.SMSA39.0 Counwa,.. _ . m SC Owbh.rt / FL SL Jorma K M~ K Pkkww. K Rubolpet AL K Wteveton SC Fiorrwl"t S MAY Non -VA A Coureee_ _ . _ . FL &WO*mt fL Co►rn+era EL 6 is i°C C.ie]► " `84 &"W.. K TWepL 080 1lurenlse Fbnrwe AL WnMt SC AWe w. SC 10A111Mmb!+4 1Yt FL ►WtriMi iL taFoywit FL LiW BMSA Ca±+e«r., 034 GTrw�eM►Monk Crrrlwtat SC .. FL Mends FL Puwiic FL Suwrw:, FL n. _ _ 8660 :lonnw. ICL. _ ... ri9- . „_.•, ., SMSA Conic Nenel'tTerNSAer� SC._. 300 umm GA 8renflwl. W Camoerc GA" CivM1 W Wre. AL Cobert AL LauOMdeN t20 1440 pverreemn • SC Beaver. SC prrwroic SC borne lorc taA GA+st W Ploior 047 CrAMreo . Meea+�+e •. OeyKar Be4rct+. F'L' 3440 li7etv41e. AL _ I JW K L.Yrreetone: AL Me6if'ac AL' MereMtl. ... . " .._ , r SMSA CameK Na+SMSA Counbee::r— _ t.awwnL K Mapvt TN 11.2 - Nor►SMSA Couww. ;:, .�..,. .:. „r,.,6C.� :,.....,K.o 2020 QeNdr BeeCR n ,,,, - , •- - 16.7 K Fftf* M K - .. -.•_ .. «� SC CoMcoon. FL Vdra L! - Geor"m 4600 Mesearnve • Tlerwre • Coea,F'L_ • . ,....,.. t0 T T . . _. .. 03S AuOrrna GA: FL Orwwd' om . , . .. 153 SMSA Ca<"m Cniiiy+abo� TN -GA a= GA -.SC W NIOAvnd+4 Sc AiiMt . 272 p, FL Sini.ioy -..,<.. _.. s .. 14.9 -- W C410m&. GA DW►. GA WattM: TN _ W COk�nbrL x y NM►SA45A Cauveee _.►1orlrlort TN 1 wwr TN Soouetdow. FL Lara ft sAn+:.. NM►5L45A Celneeo_ �,.A . W Eirrerart GA GtroeOt GA" ""�" «., R FYplw • Fort La+OMwM, FL �+SA Ca'"m __... W 1ko%m W 04 Mune GA K W K41b K Jerlsorc W Cewft WAveeorc GA`Jerev+c W Lsroora MCGRec GA•,TasdMro• C_il► Ww—r GA "MA Gowntvec Fort • tioet'rr0od, FL 186 : 1osnY. W YVtfrtO"at TT! B{eoeoe; TW . YVA�At sC"AFie+awK SC` BrroiR 5C _,,,.. .... 2e80 LrdwduM FL &c wd TTA apt M& B4nrwt SC EopeLer4 SC Md4nnct FL.�;r 062 JOMron, qA' K++O�AId4+n ` ..: , ,. -. �: � � �. �., = O+UroI TTS -VA: 09e Aeu+u. GA: � SMSA Corereee �= FL Db�i. Ow Wen Peke Beech •Bon ilatorr Fl r _.v, 4 ave W.- M+ A7h • al n vift • &WA. Tt► ook_ _ GA FL PYw 6e4a7► VA. GA'&AM GI►GA Qrw�'GA CteYdt W NM►SasSA CanAlr • �..,__ ,. TN Cenr. TN i1&vV% TN SiiKry CoM - WGA�� GA Darp�o� W `W " FL Gwdm FL tbwvMv. FL Y+bei+�Mr"Ft; "�'•"., -,.,"... yv� T" WyAyrplpet VA sebR VA M VA V GA FonyOs Fuhon:'W Fau MerwK FL Monror, FL Okeecrobw.. FL St was-wV% " VA BnstaL - tw,.0 GAA , GA Nwrnrs W # k%www Luer NM- SA im ... GA ao W a" Tome • St POWW"0. FL _. _ , TN G�wne: TN_..mioi Eek; TN ddlr+orc VA _ * + NoASM3A Cane .. „ ;. B"We. W Cor- �` 703 a_.... �W C MS"m .. &www t VA Oawam VA Lir VA Rue- VA W1**; VA - W Bwuc W Borroer.'GA BraoernorL FL �. 159 eft vA.Sey t; VA Teiswe: mt W CW w. W Cowta W Dwieac „ ._. -W FL Nenetec No 10 wV md)Ows: wv MMov. .. W Ebwt GA Fwvet F*%t...GA W 2700 Fon Mime n . � ._ ISJ .. ._ Oy-KrgeWM. TN: Fo *bm W CA, r. GA GOV= FL LAS. SMSA c mumu: r Wrrs W MOWSPIS R GA Het GA FW w Mnt Gii iliir4 W JerXoort ." Sm u oiww • Wye NMrI FL _ 11.0 >� _ KrolNM TN TN ewur4'n+ KnMC Tn` _ .rx W JWVW' W'LW_- GA Lu!orl!c,G/t Medom W MorO"t`GA"C+oai�:'W C4 �t0 Srroca Ft _ los ._ k, - NonSLLSA Counue4_ `2 ... fe0rove: GA `Pickw= W PILr• W PWIc GA A&brm W Spai*V GA suolmm W R SMesMa 6280Twrps • SL Pe -i b^ FL.. 179 KY get KY NaMn; KY Kron KY Laurer KY -;MoGYwr. KY ft": KY WtwW. TN .. Teem W tMldc W `Upoort W WWIe FL Mereoraryt fl Pico FL Pwverrea t7 t C"robet IN poeanr TN Cotkr. IN - 037 CoLsr+Ora GA NM►SMSACair"WO ChwWW... FL CftW FL'6 Air, Fti Orotr. ._.., . Qm*ww+4 TN Fwl *w TM GnnW. TN i"-" BMSA Canoe" G4 -AL_ ISM Coked+& 269 Fl .� FL 1lydse: EL Mw rorieo:' FL N�'K ►lrrrb4rt TN • Jells!sac IN La+dorc TN TN now: TN Soot""`T►t_s�......, .. _. K Amemet W CM04leoefw, GA Cou+► AL . 0ts TalArrwF. n - 064 Nrr e. TN Our pimfw A count"_ it 0 " Carne+s 0240 TWheseee, FL l4.i �t� Corneea w low CWkewift • ttoprkve!reM. TN -KY - 16.Z . , -:.•.°..T; Fi lAoic FL Wakullt 203 KY past"" TN ,11°* W M.re..sr.r. W O14owart W Sr+efr W $Iwwt A Oj t TA Sc W NoroSMSA CoumMe „ ,. �, K C4bo= FL Fiv iii" Ft "GWsOMt Fl eviawl.Mw4binTN 89e0 mast"". DsvroeM4 7N 1w pleevlwv� TN' oArdPorr TTI Clctowt Tse Tlay. GA Web". Mown FL Js"ile , FL UWW.. FL Md _-. ...-__ _ .._ ;�,.... _. TN Nobenuc l' TN Aurvi"We TN . ` OOe ami 6A ' sac R T.pec sr.�.r.r, TM WMAMOM. TN w"Cim..: H,. �, ae P.ve.oa. • Pwm. COY. FL mwwu 0-4011 o Smu om !13 B1AW Courwec t KY. A"m KY gr+wr, KY BuBsr. KY CInMc .. am MeoMt I;A _ W r. W Noranrt W .bis W . ., PWWM CM7. FL-------•--�--, 14.1- ,..: .._KY G�MWIa KY Edmaiveore KY L"— Tr,100► .. FL Bg• Lrpt KY KY Mnnnr KY Mereoe: KY Sea >Vo W BNp.w" Blitlibv GA Gew6ao W 91.7 em Paeeow F'L ,.�, �, 1W ,,,. TooC KY Topa KY Wanirt IN 6eE1aft FL fgckMb c FL S" Fttea TN Carnal TN ypeY TN collar TN Deg GA D*d* W O=ff.. W NerlootJC Nor%."SA Ca++eee FL Gua: FL lkMwC Fl CkeboeL`FL�WiRart 15 4 ,.-. OeKeb iN feerrrLrt TN mono - TN `.. "FTM"f`er°r"s"tU:►funP W Jorrveat W LaMww GA Mac= GA Mono" GA . Peed W pJMMM GA T— - FL we"VOOM jack TW ww,. TN Maroc IN mmo-As: TN Mmr! TN Mohr Ptavent W Trow. W Teeslr. W ter" GA Weerrgtac W YAW" GA ,_ Abbei m OOT M*bKAL .. TN Ommm TN Pwtr TN Pickett TN _. Fin"d"s TM Snrec TTI. St'.n TN •. ,:, VM= W WftrAW% SIASA Courts: 61eo mm" AL__ 2S a %: TN eve. TN Vw+ BurMt T►'! ?ffu! - - - . _ OSf 6wrruR GA: .. , , K Sekkmx K Moble. _ u... W4Ynr. TM "vie. -. SMSA Counew: 7520' SrMv+"S W Cbaaw► GAEfA+pt+M► 309 ►4w0eu4 awe Pont IAS 145 J On 168 OSS A a+e. Rt SMSA Coupes" Lts W Brtwt W 28 4 4020 Me-Vm TTMFi 321 - F1or.SMSA Corerees.. _,. _.,-...�.Non4MSACOOMBS Federal Register / Vol. 45, No. 194 / Friday, October 3, 1980 / Notices 85987 low Ecolnomic Areas-Continued Eoonomie Ares-�d Economic ^�^ Slate (Pe Suim State asrKl a�nu AR MS a Soto: TNSMby.Ttt ,•.. ON oilers._ _ endom WV-OM.... WV 24 W Spew. Non4MSA Co aroma.___... .._ 52 Tt7ntewn. 20.5 "M MOMM OH eenWrrt WV Moralist WV Owo. _. W Name W A4nanC A Am= W ChsboY- ^-.. Nm►STQWM Canna. _�....__�._..�.�.. AR CLor AR Cragrtaa AR Croe: AR - .., llon•SaISA courbes..,_..-_ .Y_.._ 3.0 wlorot parr. m mx he Gr W G7rs W m Meow. W GtaOaet W W /Irina W Idacd- Grw~ AR tswreWe: AR Las: AR Mesas -..A .. OH ►lar000t OH Morroa: WV Tyler: YN W Wabe6< W !tent: W Minute: W Mid- L cs; arppa AR 1111 AR Poll- AA r%- AR WecteL Iona W Mmenmaner MI Oov-. W 4atprc AR Sin Fasts; MS Aloom MS Ohkx 064 Yarpstow►warral ON: 09cods W Otsego; W Frown We; W ssnm: MS $~. US G:MWrt MS Car- RamamtwWK W TuscoLL het MS chckarw! M9 CLar. MS COm• hams YS Otonaas.• MS IUMWRbt WS $MSA Congas 9720 YOrnpstow, W& a OH 9.4 077 Grans Reseda. MI: Latsyoftr MS Low MS Lallans; MS Mr- ON Mahonnp: OH Tftwr&A Non•SMSA Carees....r fr7 SMSA CA noes: 9000 Grand Amo ds. MI. - - 52 shat MS Metros MS MmnVmnwY. MS PWWW MS PoramoC MS Nenaas MS OH Cokxv0wm PA Lawrence PA Mercer. W Kam W Otlwa 5720 Mmake on . Nenen Shona • MUMA*- Gaktm.rc MS Sunflower MS Takkhotctre; obs C1eraWnd Art SMSA C u one: Son HOW MI...._ _... 9.7 MS Taw. MS Tgostt MS Tdho"wW; MS LJhemt Is5 Wss vton Mf Wooster. MS 0060 Akron OH. 7J1 W WaYp=a W OOaana. • �. 4.9 Yalmous o; mo owraha MO New moond; off Pmlas ON Sulnns. 1920 :runt ON {,t Adr.SMSA Cor»"...... W Nara W Mnalt W OarmR W ChwW Mo Pmmsoot TN camas TN Griot TN OH Griot OH Slink. vpae W Ehnryt W Grand Tow"; W - Cerpter. TN CrxkaR TN Doosur. TN low C7rnlund OH.._. Ill Kaaoaks Le LakR fib Lmaarat MI Mane• Dye• TN Fvvmr. TN 06WM TN Nada• NerWr• om Cuy►N9s ON Gsougs- OH LAka: OH lar. W Mascot W Meadow W Mmmk*-. arrt TN /wdrt TN Maywood TN . Med$,& W Montcam W Mway9a W Om"ols: 1.9 s am: TN Herr. TN Laky TNLauderdale:Nmender- 4 00 Lav►Elyria. OH.. _..... 9.3 yyyard, TN McNw. TN Madman: TN Otxm TH . 011 tone natoo. M. 071 Lartrg . wWF. Weak" 4600 Mattreid ON.- -. � SMSA Counties: Kenbadry ON RCom 0710 Bath Greek. un 72 055 PmducaeL KY: 5.2 Non-SMSA Caroti _ ._.. t13 Calh W Bahry. Calhoun. \ Nor-WSA Com-Aft .- -'�--- L iludsc K Ma"sc IL POW KY Sava KY ON Ashland: t7H Aahtabn/c 011 Coanayprc OHAsh s . 9520 Jackson W - �'..-.:,; .... Cadwt KY CakbwPr KY C4Aw KY Crd- HI �� Er4c ON lowane. ON TureardwK ON Wayne. Mlurn MI Jackson. 772D KalanMoo•0 W LIP Wmom KY Fukdr: KY Groves: KY Ikek• 000 Cokr+e,a Olt s. W KLmrvwgo: MI VM Burma Von B mart KY Lkagslm: KY Lym: KY SMSA 4010 taroanp-Finan lanaS} W .. f.S McCracken: KY Marshal+. C41ura: 1640 COkarnonn. Oli. ._ 10.6 W GknOrC MI Ea10t: W Mnpnana W IOhka. OS7 LaueviM. KY:' OH OsW+are: OH Fairfield;ON Frankkm SA ouromk Na*SMC 5S _ ••••�,.-.-. SMSA Carman 4520 Louw vw <y4N .- 11.2 ON Massae' OM Ploks" • - W Branch: W Hosaws. ,.. ...:._..-.. W CWk IN Florin: KY BuFliR KY Jeeersorq. Non4MSA Cara".._.-_.-_...-__._ ON AVWW OM Farms ON Guaromy. OM _73 busew - 075 South fend, IN: KY Oldham 9:E HOdcOH Jrirwn ON Krupa ON Lkk-... - na _ SMSA Counaea Nor-WSA . � 1 _ �. �.. ..._<..,,... In¢ ON MmnO : ON Mega; OH Morgan: OM 7600 South Bond. IN _ . _. 7.1 Hairrori Rd 0v- ad, lidMo, IN Scott IN Waatrgt m KY s+nK OH NOW. OOH ow OM M� W what w m SL JOe"n. OW91K fna+e". KY Gnyamc KY P*mv% KY Puy ON part OH Roar ON $am 011 � 2970 IN._ _ _ 4.0 Mat KY (tory. KY Lancs KY Manort KY Ureort ON venom 067 CJrdrros. Ott W ISAC4 .. Owt.R Nm :. m COIN 02 blamer. KY NoMmt KY ShoW.. KY S • SMSA Ca/Wat Funic K W la¢arnps W W Fora: W Ka Oar KY Tm+ow.. KY Wamn mqum 1640 GaflQrnat ON • KY • w.. 11.0 MI SL �Wa ne Gas MI SL JOseptn. 6156 Leangion. KY: M Dowoo . KY 9eorm KY Gn wt KY 076 Fort Wayne. ft, SSA C urnme KsnWrt ON Clermont ON NamrWrc OH Ica% c4u __ 4.4 „_... 4260 Laargfm,•Faysm. KY _..-•----• 10.0 Warren. Asap IN Deea. W Nat W DsSWftaft w WMc IN KY Benromt KY Clara KY Fayette KY 72O lWrrWr�M06mIPwl OH S.0 Y 0MD@& Nada W Ston W Whtlq: OH OMr J"ma ww; KY Scott KY Woodford. 7;0 Bubo. atWa: ON W4Wra sm i orL No-WSA Caroms KY Ado. KY Anoww% KY Bottle KY Bov* .E" Non-Sm" I0:an Carrel MI frmrstsrt W Ra4er. w rca- _. 92 c- IN: 077 KOkomo-Marnorl IN: SMSA Costumed; . I Y Brose t KY Collor KY Orr KY n kmOtM to tarn¢ KY BnrLrn: KY Carrot KY Fleerr¢ yep Kokmro.IN. 4.4 KY Fratnikrt KY Garrard! KY Graart KY..... KY Godson: KY $nrx KY LamW KY w Hmm* IN Tipton IMmsmt KY Jaclamt KY Knott:YY Llec Masco: KY Owen: KY Pendleton: KY Rota Nms•SMSA Counties 17 ho Lens KY tauhnsr. KY Li: Ky KY mrtao r: AdanW t�M_&owt QntOrK w Caa; w Grant IN Mom: IN Wabash -. . Yaakm: KY Meporrr: KY. Marler, KY ON H9rtiar:d 076 AnCo wr>•Mttnom. IN: Mede•. KY Mare9mo+ey KY Mme= KV 066 Dayton.Ute ON: SMSA tunas . I I - t KY Owtorf. KY Perry. KY POwet SMSA Cornmes: w 04IN 4.9 ---, ICY PfYakt KY ReOktamas KY Ruusm..KY 2000 omen. Gel. �_..- , lls adWesml w Me6sorL _ T&OW.. KY WOde. ON (Ireene; OH Myo c ON MOngmnay, 52Murnae. IN 5.9 W)" voids: ON Pra 01a. w De1sw•sn. IN 059 KM-Immr Wv: 7960 SpnrW*K OH.. 7.4 _ ._._ ..._ Non•SMSA COunwsSMSA 9.9 COLOOM Wv-KY-0M.._-..- 29 C- �r A�,y„ 9.9 W WAMUredo t; w If" W Mnrrl: IN .Ly 1N UM MuragtomAsna+d• KY soya KY Grwaa .. OH LawwK m; wv , _ OM Drkt OM Lupat OH Shelby, .. nm= I JRarn0dlpr: w undrt w Wayne. csbet WV Wayne. 069 Lima. ON: 079 ACiounoka. t1C .. Oars": Nor""" co rraa__ ' KY Cann. KY EbR KY TWA KY Jolrtm: 2••ir � SMSA C urwms: 4320 Lina, On 4.4 SMSA Won. M 10IN 9.t - KY Lawsrum KY Wren KY Pte: KY ON Mat OH Aupuam; CM PnAnsnt ON..,......, orrom,0*0m W bl0"1O� Um Yraa000P w 12.5 Pam- rt ON Gans WV Lincoln WV Lops: Van Wert - � W Boons W PAm~. w /lendriw. w Wv Moat Wv Mow. Nvr SM Cary" ...... JdeWma w Maims N Morgan; w -.... 060 ChataWn Wv: ON Nrdrt ON Mercer. Shelby. SMSA Courvom 1460 ChVWelrn. WV-- _ 4.9 O70 Toledo. OIt SMSA oou,eem Na►SMSA Care"._ 9.7 WY Konvorm WV Apra.. 8400 .Toledo. OH-MI l9 IN w emsr. INer a &orrrt ck Dawes: m. peaar. w Grearr w Jackman: w Joe► Ne►SMSA cocura a-_ _ - 4.2 . W Monos OH Fulton; all Lamas 011' w Martin; w Owmra w wPMVWK Wv fklorna- Wv frnfoic Wv cad+mmy. WV OrAMIL ON Wood wLawranca; ..� CIaY. WV Fryemc WV Grirnen; WV Gne► Ncr►S C&A"w 7.7 060 EvarvilN. Int for. WV Jadumt Wv %ft am WV ►!echo• W Lenwmsc ON HrWook:. 01/..1MnY. 011'".'.-'•� � hat WV Pocanomom WN RatgR Wv "Id sky: ON sonem ON randot : . Eva nwM. IN-KY 4.6 Rea.. wv Srorrea: WN Wooster, WV200 ytlypas W Gbama W Poesy; w vandrWp►t IN . Wnyerrwr¢ 061 aaorpmnaownisimmm. W. 071 DovtwL W: SMSA COunees Ward: KY Manderson "on it 0440 Ann Arbor. W -... 5690 Ower abm0. KY KY Darns. 4.7 WV Saoar. wv Oode+dge WV Mamaom W Wmersenew. Non-SMSA Courneee wv Lawn' WY Mon rt WV Mo agake: WV Rsamor: WV PAndopR WV Taylor. WV 2100 OmL Mt sa W W. LAPW tiwgemort Le M@CWW -MI ,. _ 17.7 l Edrada: l Gallatin: l Ilntnsfart It. Laws-. Tucker. WY'Uvevur. OLMWk1; W SL Caw. W Wayne. IVWe: 1L Sero; IL wabmmh GL Wham: IN Dubow W Kf4w. IN Perry. w Was PerIN 062 Pakrtaag. Wv: .- SMSA Caa+sec - 2640 P-M MI. .... W G4nnarams W Shwaatam " Spencer. KY NrWock; KY HOpkasa KY ..� 6020 Prksnpuq-Mancha. WV-OH..._r 1.1 Non-SMSA Care" .,,... tl7 . ... MdAm KY M~ftrg: KY Ohio. KY - OH WaMnptm: Wv for: Wv Wood W Sanlsc. Wean: KY Wooster, Opt Term meals. Ill . . Nom4MSA COrrt1e1112 -,. ... 072 S&P-A.. MI SMSA C %r*w -; Wv PlkarW: WN R dcr". ek 069 Whea" . Sesuoto vee . wiertax WV-06t SMSA. C un0m ... 0600 aq City. W 22 9320 Ten Hwy. IN 7.1 SMSA Couneea' W Bay W Cay. IN Su1Wmn IN vernroOn; W YgO. .._.... 9060 StMernde.Wrenom OH-W V -_� 4.3 6960 Ssgntn. MI. - 14.7 NOn4MSA Counsel, ....�. 2S t Federal Register / Vol. 45, No. 184 / Friday, October 3. 1980 / Notices ' Areas-4ontlnued Eeolwmic Ar"sa '`.ontlnued Eeono111ia Ares-Continued Eeortom�e - �»�,:.� • � `OcaarU Staw State Slow f - oK Seven; TX Coale. KS AAWt KS BWt=�'k� 'i w...KS Crwnor t KS Labteer KS'Monw nor KS U CaWsw-L 17! Nor-SMSA CeuntlM _ ��.. k .4.,. : A.,,.:.,?tar'.,..• Fwwwc TX FgrM1•c TX MopWa TX Hunk TX Jaet TX MoraaBua: TX Wvarrc. TX Naow+o; KS Wsson: KS W000imc MO LA AIW .. U Brrra9�¢ CK 4in+worc' Palo PI to TX Ram TX Swww-- TX t • Garry. MO Brei MO Ger. MO Oaea ... MO DaYc UO 00.02. MO H-diar MO Jatw*m on Davis;LA vsn-raL tt7 SA Van aa+et 129 Www Faaa TX: . Mba.c MO Jaapr. MO Lwww . MO LAW rr+cr. MO IMrQoreti4 MO Mlawron: MO : Counts": SMSA Coundra: . 0220 AhrarKifa. U. _ : ..._.23.7,,. - SM M VAdch y Fars. TX ---� 12.4_. Ongwt MO Osk. MO Pok-' MO Pwaakc U Grant U A-0401 20.3 .. TX pay, TX wNehna 71.0 MO SL Cor. MO shwamt MO sww. MO MO Wall- - 7600 Strawpat LA_ U Bo6wr. U Csdeac U Wabiw.... NrrSMSA � .. TX Savior TX COW''TX. Foaret TX ` - Tarry MO Taal M0liin or-;' ave LAO Wrgnt OK Gar¢ _OK Ottawa. Nor►SMSA �� Avt U Btaet c LA C oma LIC " -` 4TX Ardyr: TX vx=gal TX Taurq A/Yanatc 109 Fayana•aa. M: - 7.3 U #*" Ot Sow.. LA Natet"w: U Rat Amor. U Sabin U WavL 127 AhMrw TX: SMSA G o ~ .. AbiWr. � it 6 Noe►SMSA Courwat-_..-._.__. M 6aslr AR S;Z M S;_. A CV• Ste Monroe. LA OO.W »._.,._. � TX CaBannc TX Jaw: TX Taylor 10.9 iaR AR Madam M Menai'M NMcir. SMSA ce-uerc .. ,. AR SarLy. AR Warwg-r% OK Aerar, OK 0300 Morava. U -._.221..„ Ouodvta TX Siownc TX Ctlsn-a t'TX Cater' TX fther. TX HNOAlk TX Kant' Dainrara 110 Fan SnWL AR: SMSA Corna»c LA Na►SMSA Carrywa rJl u CaKksat Lal Ci7a ±ou i "CA` Si i rroit µ EMOS-+4 TX KA1tc TX 9 Wwt TX Nowt TX Saar. TX ytay,rbrt TX SMVhW= TX 2720 Fan SIAL AR-OK_ -- 5•e '.., u irar+fet u Jadcso2 U 4 SSM U iww+t Tx T1-rowt-a10eL ... :. ., . AR GwivC'M Saba, wt; 1; u FW4a ' Lirrodn; U Mabaort U Moerq-rac to 120 San Angola. TX:._ _ .,. .. OK SsaavyolL RiG+4n4 U Tansats: U IJrvort "U WM - SMSA Co-noac ' 19.2 r Non-SMSA Como".._.- ..•-- ♦e • AR Frwurc AR LqW% AR Polk Ali Scott OK Chowuc OK Hatksit OK ukntar OK ' ., ,., .. ,. Canoe Tatae 119 Tew&*AnL TX 7200 San Arpab TX �.K.......H ,.. .. TX Tan Growt Nor►SMSA Cownwa ,•y ,r," 20.0 �._ M4Cartart OK �+Z Ck PuWn►uiw' ._ SMSA Cow"wm . - .... TX C4k4K TX Como: TX CroorR TX'2or[ tit little Rork-Noel L+etla Rock AA 6360 Taarvna TX-Taawtana AR..__ 19.7 TX_Kmb1r TXMoLL9oett TX Mateo: TX SMSA Cour-aale __ .. Roes.Nom" LMw Rods A.A 15.7 MSA River M MNr T% Bova TX Q,-' TX X Sw TX San TX Sirfnw TX 4400 LitOa Nor►SMSA Ca+ntw 202 _ . , ... » � soba; TX Sd+Yrl+ar. Saba; j AR Pwaac AA Swag 313 M COkar MbrnPaeaad; AR`= Ilaoai2 Brien TX Twna 6240 Pro Skin AA Y . ��� yo : M ►+waeLe MFiMc AR X 129 Son Antonio. Ty- M Jananron AR te.4 �q �trry+ha. u Came TX Care TX Lama. TX SMSA Coo 67 Non-SMSA Canon_- M A/tarwar M AahiM AA giadloY... AA" ....._�_ MCI Rae Roar. TX Trus. am L- we. TX _ Ca Aast AFI` C cot M Oar-. AR Car 120 Tylarla-q•wr, TX SMSA Conor: T% Webb. 7240 San ANAM. TX... t�E bona;AR Or'"and AR Corney. AR "Oran 4420 Lang ww• TX:_ 22a Tx Bear. TX Lomat TX Guatdahava. pants AA Darns AA M f tunvrr AA Fvnert M Garur-4 M' Grant'AA Fibt AR Yaapw-0aricr• Gr t' A M !6 0 Gr TX H& 5 49.4 SA C44u ATX `8antlrr TX Qn+nrt T1f ' � M", TX Ga► Saab "M TX SmAL Eewwec TX Fria: TX tialaae w . JarAaorc Jorvrac M La-tout AA .M ?23 aiac TX in Slop¢ TX Kw. TX Kar Lorokc M Maros M' IAonrpdriSai"Y. OL*mw M Pert'. M Pope M Prang: NonSYS+►caudat. TX Moweat TX Anp�aiic TY`Ctwatac TX"." �"Mtanewam T% Hawtat Tx Manor: TX - M[ TX Kan; TX overKanwt TX u dincSapff. TX 11c MJMwt TX Mawrct 1% Madr+a TX M Stop M sta-c AR Urrak M Van Nroopeoctwc TX Pmaic TX Rale TX San TX VaI Vrdr T% Rant TXZAPOW Senn: M WMr. AR Wooervtt M YaL .. Aupv� TX SfwOr TX Upry TX... TXrZ. VIdL tiaaistppt . • . 130 Corers 6 TX -. �. -, 112 Jackson. M9: ' 121 Baauront-0on AM tar. TX ... .SMSA Co-at-at . 1880 Caron Ctvbb. TX 3, 80 Jad'W% 4S 50.3 ._ _ ,_.._- . , . MS MYra7c MSR NanMs I Ca,roe awn. _]2.0 -- �a•.. SMSA Counuac TX_-- 2•e 0640 BrrrrrorN-Pon:Mhr-0rtrpa - OW u Nrds Tx aesa JMt u Oropa . _ 22.0 - _.. :,_. TX NUaCM TX San Gaarno SMSA Cmu loo:_ y44:2, TX Aurae TX 5w. TX Brtoks 17f DuvY: MS AtWMS Ctoeter Cfabanr•"MS i: MS Na►sMSACounaw TX Sabre T32 Tyiir: TX Jin Wtic TX VAnedt. TX KOWS TX Ctrar MS cope t MS Co.v,Otart "" TX Jasw. TX Naweas Lbe O� TX Rrkga Fradkit MS ►loagaa MS +Troll MS 122 Iburst TX. 101 TX . Yitaquenc MS JaaOr: MS Janaiaat"MS JaMrwo Own MS Jorwe MS KomW.. .SMSA Cawrac 12M Bryan'. ago StatbM1 TX' .__:_ �.. ,� SMSA caaaaa:::. . 1240. Brvtm TX _ 71.0 MS uuewew. MS wwner MS taus ' _. MS Lrwo" K4 Loa+rear MS Mabtati"MS TX eraxoa 2920 QO"xtor..Tsaat Cry. TX 261 TX Cowan. p8O Ml:Akft trmEefaftM TX 72.8 Nowl MS Naront Ms"•�bao�ai""tf! - TX GaMslort . TX OtabbwW Us Sone[ MS snarkry. MS Si VWM MS Stunk Loi Wynn. MS - 3360 Ho,staL TX_. _ Z7 i Tx &&TO l . TX fon Bn+et Tx warrir TX SA Cimino" "W.SMSA Gants 7Z 9 TX Seaa TX Wisacy. Www, MS Wvrort MS Yaiee. Lbny TX MoMOarury TX Wow. 102 Odrwr+ldn-0 TOL. ( Louleanw 113 Now Oram U NawSMSA "ontws.. T/,4 TX Austat TX Bunnorc T5t' Ca9Sowc TX ` SMSA � YX10.( y„ y SMSA Lou Der Ch r mom TX C Waeo: TX pr" wkt Tx TX Mdund r 0920 B400•GuM0aL MS.------1!3 "„ oa TX Cwrnw TX Jac*- Foyatic TX Gtt /5.t 0400 Oeaaaa. TX _ • Hrod ms HarrilOei. MS Starve.` MS tbrc TX Lava= TX 1'ff 1Laaioec TX' _ TX Eewr. .. • SSW No. Orlasrw LA r 310 LA .Nfrrsat LA Croon.,5 BL - w„ Matagad► Tx Pock Tx Robrorart TX sari" ,►role: TX TMi-y. T% Y'csons TX Waaart' Non•SM.SA Coo-tas 16.9 .. ,o` 17t TX An*w&,K U Crw: TX Givaock "TX _ U St Tmawry. 27.7 7X WashnOtws TX Whartom Nt►warrY TX Lae+¢ TX Mww,t TX Pecos Nan-SMSA eau ba ... 120 Aram TX: TX Raarwa; TX LVWX TX Ware: TX U Aawrrpeore u utaaetire U Ptp-r► SMSA Cro-am - �' V**W. n+i+ac LA St Ctrnr, u SL Jrnac u St "Tar• .: 0W Ajnl R ,.:: _ . ... _. ... ti 7 . 1a3 a ►are• TX ' JOM TM Baaeet LA T�egpaiio� LA TX MWK TX Travis TX WianWor►» SMSA CouplNt nbonw: LA Woo qt rt MS Finast MS Na►SMSA243 ave p Paso. tY 57.8 nMS Mwwt MS 'Paan Rnar. MS Lrr. w .._ ......". » ., TX SairoP TX !W-eec TX Mi++itt j5f Cali" TX O Paw P'w7- MS Ane MS'W"aiCi& ....,'.> vest TX Low: TX Uro.Nen SMSA CouAn. 49.0 .- 114 Salon Rape. LA: 124 Waoo•KiNwsT«tp,T1C" ,.,._:...�, .. NM C1rvMc NIX'par� ANM Eedr.NM ..__. . _ SSW Co-amre, . ,0700 ratan Raga LA .. ..._. 1 Cyt Cote-a�e ;. 0810 XNe►Tanilft TX --- 18.4 Grant NM. Ndal0o; NM Luft NM Oww NM Sinra:•TX Brawaur. TX Cttbwaon: TX . ' LA Aaerw M u Ear salon Rauqr: UTX LMgamn: U Wwt Babri RarQa. Solt TX Corysi f'-^ �, Nuts; &r. TX Jan Davao TX Prtaaeb. 134 Lubbock TX Non4MtSA Canw_. 0800 Waco TX 6!X SMSA CajfvbW U Camec�a► E pikWic LA'iSw.vM Cou-Ma 18.8 4000 1-rboo TX U Noor Ca 0«K U 5< orate tat w•ae TX ftMm Ti*&W 1X` K �: T% WOborh • '' Fes MS Adams: MS Arm*: WA- irvc alar TX M o. TX unok"r. TX LY+saldiS Nm%4MSA C u"dm 19A ` '..",... .::._.' k1nom TX Mli nt TX M+u• •� :. HM Lac NM. RewavMt'- TX SWr TX 11S ulal+tw• U 125 Daan.fort WOAL TX sweat TX C*Cft= TX QoWy TX SMSA SMSA C Leaves.U 6 36 ..:.. ,... ,,... ..�. SMSACameo Owwwon wad► Tx 7!3 Dawadt tr &4kww: TX FtoY� TX Gaww • TX Grsa: TX NW: 1X..Mbddaj:. TX Kn _ A Lesyrna 24.1 TX C40M Tx DORA& TX' Do go Tx Etas:' TX LN"W TX Lyras TX Motor. TX Tarry; Non SMSA C umb"� U U Evrgww: `LA 01ar-K U _TX Hooe: TX Jannewc TX Ka-Kri-wt TX P. TX Rockwat TX Tarrant TX TX YeoalauL 133 Awwft, TX L MaAat U S< Miry. LA Lanerl• A VKSY.AMOU Sl YVra~.. SMSA 1,',ounbeir ... _. .. l VamrwL 118 u►s Owrwa 7µp SMnntn-0a mm TX _ !.4 TX Grayson. '" ` "' M-_•� =0 Amrwa TX. 9.3 TX Iuerr. TX Randall r 111 sl3" Camra 19.3 3960 Lar+Cn�anN.lJl. ...• ..:..,..,.ter-,,.�,«..w. Non4M.ISA Counwt.. 172 Nam-SMSA Carwat..,- - --- 11.0 NOTE REGARDING ECONOMIC AREAS There are several areas in the attached listing that are not listed in the State -in which �a particular city is located. The following Economic Areas should be checked for locations in States other than the State in which the city is located: Memphis, TN Crittenden Co., AR (West Memphis) _ Lubbock, TX Lea Co., NM Amarillo, TX Curry Co., NM Harding Co., NM Quay Co., NM Union Co., NM Beaver Co., OK Cimarron Co., OK Texas Co., OK (2/92) -- tJ 65990 Federal Register J Vol. 45, No. 194 / 'Friday, October 3, 1980 Notices o � a--Conarnisd _ Ana>ti�-(Ton tirlwd 11r • w� ' ui—Cominusd Economic Ars Eeonomle r- SYae .. SVM . � Swe e�,ern1 assn' 1M1 ., .. ... ,uw N Adm= NAtrduberc ices M IRT Rewwrlt M MM CAVY. NM NW V. NM Oualf. ►len+eort N 11� M MrAgontr ", Pear. sit.rd.rt NO 9omrratt ND 8~1 NO Ursom OK BMw OK Gerson: OK Teta TX TX'Be4oI t .U", ` . �.::. Imrspon¢ . M Sfnfelr, LA Teyld►. NE But NE CAM NE O)rd= ND Map he Y NO MaKenme NO DltLeam NO tbunret NO Pfarw: NO Ren• Cersom TX CAWW. TX Chilae= TX C01• Cellar; HE Dodos: NE PIetM: NE Sari*% ..._ veW. NO RotMr. NO Ward .NO Wekerrre. ._.. e wwort 1 TX Oman TX..dw1� i..TX NE War+rgnlo 144 Grand NW4 ME- .:.- ,. - Darw. TX Gray: TX Md: TX Mrws%L Non SMSA t.0urreef 1.4 153 Gran! falx. MT: _ F,,,;- .. TX �w. TXfbrt�Ors4 TX MNOWnoom TX L,iwterntr TX Macer. TX Oerww. . Leso0kr NE Marv: NE Av0`i r `NE' Bisii "'NE" :"`.. Sear: HE sopa ME 9rowrt NE Sunab: SMSA Cotrtee= 5040 Gere FaM. IRT 32 _... TX m Pa nr TX Roberta TX NE Cftw Me a'ri'a; NE CLW NE Ctrsor. MT Caaaalk at Shtanrrm TX SW~. tX Nrt+arar. Olfeheme NE Dawoon: NE OLMer, ME F+W ut WE N—SMSA Comtws B1rrt YT liood_';tw.`Wr ChWAart MT Lawton. 155 tawd.Olt Frontip NE Fuer= „NE .Gr6M4 NE,- , Goaw. NE Grrrt NE; Gn@M!r WE'Nalr .,.. IRT FaOuo: UT Gleoar IRT M4 MT JMWaom SMSA 4200 LMS@$: OK..... 141. NE Memnon NE MerYrt NE NeYM• NE MT Jul"+ srA4m MT Lew+a at±4 CWR M L+Den7. MT Mwphr MT Parotetrm ..... .. OK Coettarterr. ... :- M Kdcoet NE tMAt NE Hooker. NE ftowrR NE KeesrY. WE Kash: MCA . ..:.... PH+k= MT Feeders: UT Telom MT Toole:. Mor.SMSA A Centra --. 10.8 OK Conan OK Green-- OK kani en Ok'Cieh•»"`" Pefr ME !kraft WE LmOere NE Loup: NE MT vYar MT NRratW�d iso wmemAs. MT: `. sbm OK Je"ersorc OK Kion= OK SW Md"rwm ME /RrlrsC HE Nrs: NE IWtlteu= NE PeAird NE "00%p ME R.a Nr►SMSA Carew _ 'Flat `� :..• , , erCK Tiernan c' OWna+te City. OK: Y✓4tow.. NE Rorie: NE Slrrmrt NE - MT Beaverftae4 Mt` Oki LOAOr• 11T MT Unoouc 11T M— 107 TMmac NE VWy W Wabsiar:-'NE Mad: MT Gamna Y"` .. , SMSA Caaese= SNO OkWVM City. Ok..._. ..... -- 102 Clevetrt4 OK MaCtrri YVrwrr. 145 scan~. NE corn MTM AT 1RT IAiva� M7 r SAW- MT Revaft MT Sandra: MT v Bow. OK Caneerc OK OK Okmnorti; OK Potuwaton'" Non-SMSA Camas 6.3 . — _ _� NE Samar: ME Baa Suns NEC N 1SS BwrtGa MT: SMAS Cwmwc Nor, SMSA Counwa..� -..� f 0 OK Aldir dK Siahiik OK_-,•,,..". Oawes NE'deuet WE taardrt NE trnwn: .... We0 BiT.e7a .__ _..� . 3.3 .w..;,.. .._ �.,._ OK Anana: 9tane: OK Caddo: OK Caw AIf Cock OK HE Momlt ME Scone _Bun: NE Sfrrdart MT Yeeowsrna. Non►smu Camws_., �� ... 3.3 C,A14r. CK t* OK Garfrlt NE 5—mm NE GoenWL. _ Seum Detest . IRT Bq germ MT. Carboni IR7 Cada' MT - GW OK Grant: OK OK Gary: 146 RaPd OKY...SD .. CA~. MT Oaa+at MT F&%= MT Gas- MaMr. OK KQP : OK Jchmt= OK SMSA Cant me: K MT C1.041 MT Golden Vafiy...MT XngtWrer: OK Uncoat OK LOW OK ...... U0 Rlp d City. S0._.-r._ -..... 3.4.. MtX.orr: MT Mum wrYrt mT Pak MT .... Law: OK M&W.. OK Marwtt OK MU"Y. SO For-- q on SO Meade Powdr Rover. MT Prom: Nff 14664 4. MT y. OK Okruskee: OK Pontotoc OK Roar NwSMSA Couneres _._._ ^- TA Uftmier. UT Swat Grace: MT Treasure: Mwc OK S�1de: bK W4sSrv*- OK SD 8errr¢ 50 BtAlalo; SD Came...-.. ..._ MT MT YMat N Pk t WY Woods: Ok Wooe..afGL _.. Custer o yrl- SO Conon SD Curr• SC Oewey k, e- .. flan: WY Mot SOrrge: WY Park, WY She- Wy m _ 13e Tulsa. OlL 138 wmreorg): SO Fos ANar so'- 50 - drt WY Waahek.4 Canoes. 10.2 KwOn4 SO HuWvm SO ffcw SO Jack• �� 156 CngenrWCUAer. Wy 1.S 9560 Tulsa OK...._. ...... _._ ... OK C»e►. OK "eyes OK OM9e: OIC SO Jorr• SD Lawaex SO Lymem SD Mewna SD Pan r+= SD Poor SO NorSKASA Cour+ses,_. WSWt'CanO Roger• OK TuYa OK wgorw 5lrrnon Mfav+r+9t0^Y SO Stew{. SD FreenonC WY M Nor.SMSA Canova..... . --- -.— . 10.0 &^ SO Tod4 SO Tnm SO Wakrardc SD Jorwa6 WY LaraeM• Nerorr: WY r - - OK CPO--; OK Kwc OK Mer+ioitc OK Wasnaba t: SD Zreb cm WY Gook: WY .-...: Plane. ...... 1"- OK Nefrr. OK Nowete: OK Ok• Mm- Obr WY Weak ^ 157 Oewr• W. m".. OK Pawnee. OK Payne: OK Weir► 147 Sista Faye. Sol, SMSA Countret `._ ... •._. VVLO&, . _ SMSA Courses: =060Omar-ftL"mr. CO _... — 13.5. Karst 77W Scurf Faft SO_.. _ t2 CO AderW CO Araon+w: CO BaiOr'CO .. ` 139 wra,na KS. SO MrweWfa DenverCO'pagtasi CO Gdort CO Jen " SMSA cotrttna .:: :. 9040 vvclaa KS......._ __..�_..........�.._ T.9 Non-SMSA Counfrs ._. , „ , n4 0 f IA Lyon: LA Oewaa: 111'1 Cononaoo4 Mit ."",.w frson 2670 Fal Coarse CO _.._....� e9 KS Buser. KS.seaO*"ot .JWtson: MN LMrfin MN Lpm MN "CO Larfflvbr Non-SMSA Cankea.:.. ._.-.......... _ _ .-. _ 5..7 Murray: MN Na MN P%WWArr: MN 3060 Gnnq. CO t11 KS Semen. KS Banom KS CMM. KS_Chau:' Rearooa MN Rode SD AwanC SD taue+c KS Chit KS Con+v+el+e -KS SO Bnootug= SO SD Non SMSA CwtMs. _ .�- r. r- 12A Co w. KS Eft&MK KS Ek KS Frow.. Gtvw Met SD "_w.. H SO Oapea SD CO Clrpart r. Co Claw *Calc CO mrt: KS Fort KS Gant KS GW. KS Grae+sy Gregdy SO fled SD ftarwort SO Mnt!► of SO CO GM,4 00 KA Carmom CO La"m 00 KS Gnwtwoock KS MaRmItat KS • Mww. . ..... .,..,.....:., _- _....... "rat SO Jenrtad: SO KnOed+Y SD Lear.' '. MaOen: CO lark: CO rl,rfva CO `w! KS MnvM• KS FIsakbt K5 ►b00e rrti KS 50 Lnoort SO kkOoofc SD Maw SO ws CO Srmnrt CO Wasrr+gtan c0 Kony.. KS KwgrrAM KS Kiow= KS Lara: Mood SO Sarrtwrn SD TUrn r. Yuma KS MaR,wwn KS Merom KS Mesas: KS 146 Aberdeen. SD: 1Se eowsm sons• Jew. CO: .. Monter. KS Now KS Pewrw. KS Pro= XS A.M. KS Ilor: KS kar KS Soon KS Na*SMSA Canoes...•.. .,, t•3 SO BrOwrt SO Ctart SO CodnOrom SD OaY SMSA Carrera 1720 Cafram�� — �� /0 0 '� Sewer KS Stwor4 KS Swrtfom'(S Sta SD Own: 50 E SD Ftp SO d""r= CO EL Peva CO Teller. vena KS Sumter XS Wrd+ia. .....: trent SO Marren Sd' McPhrsorr SO Isar 6560 Brea. CO ... _ 27.5 140 Sena KS riN: SD Roberta; SO Spat .. CO Pte NenSMSA GOtrteea_.:. -• era R. 1.5 KS Ctryrrr. KS Gaut ttS Owiur. K'J �• " North OAkelt of Farpo4Aoonsd. ND-Mtt NMSA canker.. ._ _ Coo CO A1Mtwe: Ca BKa: tf 0 Dusnsdt KS Elm KS Ebro m KS Gave: NonSMSA Canoes.» - 0.7 JN "' Me; 00 Conerm W Cos"L. CO Goow.. KS GrahaneKS Je.is KS' KS MN baekr. MN a*. mm' Cam M�irS Cp qtr CO Fnma+t CO Murlano. 00 Lopm KS ti tii+M: KS `Nertore `KS Os- NO Barna= NO„Okekrl. NO Eddy. NO pour= CO Later. 00 Las Arwnes; CO Lin barna. KS 009wc KS Rttroe KS Rewwts: Foster NO GrgOc PID La Marr. NO owt CO Mnrat c0'Otaro: 00 Prowrs. KS Repteac KS Rook= `KS Rum* KS Logrc NO Mdraorc ND Rarwom: NO `SIP CO Ric Grew CO SaOuatM• sun= KS Shardrt KS ly,r+nam X3 Rtaluan4 NO Sargant ND i= NO in Grr+d Jtrtaaot. W. ' Sns6t KS Thornes: KS Trap, KS Wass► TKS: Toeeka !mannan NO Trac. 150 Grand Faf+a N0: �•5"yt `- CO . Amfkbtc Oettc CO Doiaee 00 1 Y41 k _ t= CO Eepr CO GaAtw CO rc CO 5440 TWORA. KS f.0 a” Grand Forte PIO Rf LAOS& o"at d&* CO to PWt CO Was W, Hereat _. KS Janrsat KS Oaepr.. KS Sft.,rrw '•`""""' ISN Pet; MD Gird Forts CO MaAesvns 00 Isontroar CO'Ouretc ..... ... �SJAU Cotnaes:.966 KS Cly. KS Wrf.. KS GMrY KS t .ac" Mar"MSA Carse_—^ MN Wtrarnc MN CArwrr MN`t � CO Marc CO Rao wtea Co, Routt_DD San Jan. CO San Morel UT GiaetG UT '. KS.. L wt KS Mowwt KS Mona" KS Mvnena KS Potnwaonw. KS PAS% KS .. UN Khat MN Lake d t o Waco= ►!N "Womac MN Mrrr[ MN No 1W MN San Juan. Wabaensea• K5. Wastwgtorl ,., ft. gtort MN Ma Lab: - MN Rostau: Now W bur - 160 ACuAurar• NM: MN Berwarc ND Covamr. No Mae= NO y- 942 UrttW'+. NE: par as NO' Rrsy. ND Towner. NO SMSA C AftWA. Qi'00 AOtrotrraue, FIeR __ - _... _?,. _. •: _ � u AM LMDoa% NE When /St BinWtk ND: •..• .. _ .. ,. ,. MM Anna" ►A4 Sandoval. -- NonSNSA Oatr+eas... 43.9 WE L4rraur. -_. ..".: �. . ,:.. _" Is VASA Cmmeie' ... - 1010 SYmarek NO .. 0.4 NM Carom NM Callan NOW Oe Bora: NM Pion "diA Coupes. ....-_ NE Bur. MEF&MOM 11E Gapi NE"14Mr-'""". " --,. _ .-.. NO &J*.^ MO Morton. Gwrduor� NM Li=t NM Les Al NKW- $W kkKwdrf, NM IAWL NM Fie AstDa ,. .. - am ME Johns m ME Naorna ME Oar...v, NE Pernree: NE Poh f1E. RidlrOkont'NE MonSMSA Carew_. 19 .. NO Adores: NO BiOirg= ND •t)OwntrC MO:... . _..., NM San Jura NM San wP+et NM Sant Fa: NM Sxaea NM Tool: NM Terrenw: ' Freak NE Swr4 ME Ttrwr NE York Wn NO Emmen= NO Golds VWp. NO NO Klddor. NO MM VOWWO& _ .. • •. •... ....... 143 Cmwa W_' ... SFW Cour+te= Grant NO 1latakOar Wrear. ND banner. NO She drt NO Sinus:.... ` Arltont Tuoadn. AZ . M10 Omr+a NE-4A _ .:. 7 e NO Sbpr. ND Stark- *oftND *o • .. let SMSA Cou . ptAtewor NE Dotipa= HE r' DY• N ttartt 152 Wno. NO: 4.0 mo e520 Ttweon AZ. �- , Nr►Sri.A Cou+sn S 3 ftrAUSA CanNs Sp i► NOTICE TO BIDDERS 1'-1--11___-- ,-.. BUY A11ggRICAN SZE1 L ANID, ANURAC UD _ " PRODUM FOR CONSMU' I G W%Wf (Avkdm Safety and Capad� (a) The Aviation Safety and Capacity Expansion Act of 1990 provides that prekrenoe he given to steel and manufactured products produced in the United_States when bads are expended pursuant to a grant issued under the Airport Improvement Program. The fonwring termsspp y1 . a- 1. Steel and manufactured nrodncts As used in this clause, steel and mannfactnred products Include ._.._.. nd in the United States, (1) steel prodncsd' is the United States or (Z} a manufsctnetid prod produced _ U the cost of its components mined, produced or manufactured in,*e- United States esoeeda 60 percent of the cost of #"I_ s components and Seal assembly has taken place in the United Stites components of foreign origin of the some classwor kind as the, products referred to in. subparagraphs (b) (1) or (2) shall be treated as tid_omestic _ _ .. supplies 2.omuonents. As used ithilse, components means those , artioesmaterials, and � n s caup incorporated "dlrjidinto steel and manufactured products. 3. Cost of Components. 'lois means the cost, for production of the components, exclusive of final his Bans _. ,. assembly labor ,- (b) The successful bidder will be required to assure that only domestic steel and manufactured products will be used by the Contractor, subcontractors_ materialmen, and suppliers in the performance. of this contract, except those (1) that the U.S. Department of Transportation hasdetermined, under the Aviation Safety and Capacity Expansion Act of 1990, are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; (Z) that the US.,._Ikpartment of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, that domestic preference would be inconsistentwith We public Interest; or (3) that inclusionofdomestic material,will increase the cost of the overall project contract by more than 2S percent. roil (2192) INSTRUCTIONS REGARDING CON'1'RAC'hOR'SW INSURANCE The following provision or a similar provision shall be included in the Special Provisions and In the Instructions to Bidders for all proposed AIP project bidding documents: Contractor's Lability Insurance Requirements. The bidder shall provide with the Proposal a alisting of both automobile and personal liability insurance coverage currently in force, along with a copy of Certificate of Insurance as verification of that coverage. In addition, the bidder shall provide a statement of premium cost Issued by the agent or insurance carrier for that coverage. In the event the Owner determines that the low bidder's coverage In force is inadequate, the Owner may require the low bidder to procure additional coverage In amounts specified by the Owner. TLe cost of premiums for such additional coverage shall be paid by the Owner in the form of a reimbursement under the contract. In the event the low bidder is unable, atter diligent effort, to procure such additional coverage as may be required by the Owner, the Owner shall provide such'additional coverage, naming the contractor as Insured or, at the option of the Owner, reduce the amount of additional coverage required or waive any requirement for additional coverage. Third Party Coveraee. In the event the bidding documents require the contractor to name the consultant and/or the Owner as additional insured, the bidder shall show the premium cost for the additional insured In the Proposal in the item for additional coverage. The amount shown In the bid Item for additional premium cost shall be that amount of additional premium above the premium for the coverage shown in the Certificate of Insurance submitted with the bid. In the event additional coverage Is required by the Owner, the additional premium cost for third party coverage above the amounts shown in the Certificate of Insurance shall be paid by the Owner in the form of a reimbursement under the contract. (2/92) REOUIREt�i:ANA' OR AIP CONTRACTS Section 60-1.7(b) of the 'Regulations of the Secretary of Labor requires each bidder or prospective prime contractor and proposed subcontractor, where appropriate, to state in the bid or at the outset of negotiations for the contract whether it has participated in any previous contract or subcontract subject to the equal opportunity clause; and if so, whether it has filed with the Joint Reporting Committee, the Director, an agency, or the former President's Committee on Equal Employment Opportunity all reports due under the applicable filing requirements. In any case in which a bidder or prospective prime contractor or proposed subcontractor �.: which which participated in a previous contract subject to Executive Order 1092S, 11114. or 11246 has not filed a report due under the applicable filing documents, no contract or subcontract shall be awarded unless such contractor submits a report covering the delinquent period or such other period specified by the FAA or the Director, OFCCP. r^^ _Bid or Proposal Form. To effectuate the foregoing requirements, the sponsor is required to include in the bid or proposal form a statement substantially as follows: The bidder (proposer) shall complete the following statement by checldng the appropriate apace. The bidder (proposer) has _ has not _ participated in a previous contract subject to the equal r-- opportunity clause prescribed by Executive Order 10925, or Executive Order 11114, or Executive Order 11246. The bidder (proposer) has _ has not _ submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. If the bidder (proposer) has participated in a previous contract subject to the equal opportunity clause and has not submitted compliance reports due under applicble riling requirements, the Bidder (Proposer) shall submit a compliance report on Standard Form 100, "Employee Information Report EEO -1 prior to the award of contract. Standard Form 100 'is normally furnished contractors annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a contractor has not received the form ? he may obtain it by writing to the following address: ' Joint Reporting Committee 1800 G Street Washington, DC 20506 r-4 (2/92) 2 Certification Regarding Debarment, Suspension, 1aehVbility and Voluntary Exclimon (49 CFR PART 29) The bidder (offeror) certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntary excluded from participation in this transaction by any Federal department or - agency. If further agrees that by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offeror/contractor or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/proposal. Certification Regarding Foreign Trade Restrictions (49 CFR PART 30) The contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies that it: a. is not owned or controlled by one or more citizens or nationals of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade representative (USTR); b. has not knowingly entered into any contract or subcontract for this project with a contractor that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list. C. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for,useon the project, the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier S, The contractor may rely upon the certification of a prospective subcontractor unless it — has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide immediate written notice to the contractor, if at any, time it learns that its certification was erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the award. V itis later determined that the contractor or subcontractor knowingly rendered as erroneous certification, the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and (2192) a^ 3 information of a contractor is not required to exceed that which_is normally possessed by a prudent . ,.. person in the ordinary course of business deatings. This certification concerns a matter within the jurisdiction of an agency of the United. States p_of r- America and the making of a false, fictitious, or fraudulent cerld cadon may render the maker subject , to prosecution „under Titlejl8, United States Code, Section 1001. r^ Bay Amerk= Capon. (Aviation Safety and Capacity ll�pa uiem Act of 1.990) By submitting a bid/proposal under this solicitation, except for those items listed by the offeror below or on a separate and clearly identified attachment to this, bid/proposal, the offeror certifies. that,steel Ye and each manufactured„ product, is produced in the United States w(as defined in _ the clause Buy r American - Steel and Manufactured Products for ConstructionContracts) and that components of .� . unknown origin are considered to have been produced or manuactu , outside the United States Offerors may obtain from(insert sponsor representative) lists of articles, materials, and supplies excepted"from this rovision. PRODUCT COUNTRY OF ORIGIN,. (2/92) t GENERAL.. _ BIDDER'S NAME ADDRESS INPERNAL,REVEN[TE CE EMPLOYER IDENTIFICATION NO. NONSEGREGATED FACILITIES NOTICE TO PROSPECTIVE FEDERALLY ASSISTED ; 1 N COiVTRACTORS CONSTRUCTO (41 CFR 60-1.8) (1) A Certification of Nonsegregated Facilities must be submitted prior to the award of a federally assisted construction contractwexce�ding 510,000 which is not exempt from the provisions of the equal .^ opportunity clause - (2) Contractors receOng federally assisted construction contract awa, rds exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause will be_requied 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 �.m., clause. NOTE: The penalty for making false statements irk -offers -is prescribed in 18 U.S.C.1001!_ NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENTS FOR CERTIFICATION OF NONSEGREGATEb FACILMES (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 ol` µthe equal opportunity clause. (1) 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 w $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„US,C,1001 _ _...,.. .,.,.. __.... n. .; .; r.; �”, (1/92) 2 CERTMCAMON OrNONSEGREGATED FACiff.171F,S The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction certifies further that he will not maintain or provide for his employees any segued 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 a contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrnoms and washrooms, restaurants and other eating areas, timedocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing _ facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex, or national origin, because of habit, local custom, or any other reason. The federally assisted construction agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceding $10,000 which are not exempt from the provisions of the equal opportunity clause, and that he will retain such certifications in his Cies. NOTICE TO PROSPECTWE CONTRACTORS' OF REQUIREMENT FOR CERTIFICATION OF NONSEGREGATED"FACII:ITIES- 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. Name and Title of Signer (Please Type) Signature Date NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. r (Federal Aviatim Ad oa (FAA) iremewts) A-1 Airport aad Airway Improveweat Pe+ogram ft*ect- 1Le work in this contract is included m Airport Improvement Project No. -J=48 013 8 r which is being undertaken and accomplished by the C'. T T Y n F T TT R R n C it T F x e (Sponsor)" In accordance with the terms and conditions of a grant agreement between the Sponsor and the United States, under the Airport and Airway Improvement Act of 1982 (M -97-' `as amended by the Airport and Airway Safety and Capacity Expansion Act of 1987 (P.L. lW223) and Part 1S2 of the Federal Aviation Regulations (14 CFR Part M), purniant to which the United'States'has _ to agreed pay a certain percentage of the costs under 'ILe those Acts. United States isnot 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, hakes the United States a party to this contract. A-2 Consent to Awdgi s t» The contractor shall obtain the prior written consent of the Sponsor to any proposed assignment of any interest in or part of this contract. A_3 Convict Labor. No convict labor may be employed under this contract. A4 Veterans Preference. In the employment of labor (except in executive, administrative, and supervisory positions), preference shall be disabled 'This orethe werdevthedefined in Section S15(c)(1) and (2) of the Act.givenHowever, reoceVietnam shsll a t on P pp Y y duals are available and qualified to perform the work to which the employment relates. A-5 Wthholdi Spon;4or from Contractor, Whether or not payments or advances to the -r'1.'_'—'-,—_thhold are withheld or suspended by the FAA, the Sponsor may wior 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. ry. A-6 Nonpayseot 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 (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. (2/92) _.. 2 M7 FAA iaspectioi 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. A4 Subcontracts. The contractor shall insert in each of his subcontracts the provisions contained In paragraphs A-1, A-3, A- 4, A -S, A -b, and A-7 requiring the subcontractors to include these provisions in any lower tier subcontracts which they may enter into, together with a clause requiring this insertion in any further subcontracts that may In turn be made. AA Contract terMiaatioa. Any violation or breach of the terms of this contract on the part of the contractor or subcontractor may result in the suspension or termination of this contract or such, other action which may be necessary to enforce the rights of the parties of this agreement. (49 CFR Part 18). A-10 Inspection of Records. The contractor shall maintain an acceptable cost accounting system. The Sponsor, the FAA, and the Comptroller General of the United States shall have access to any books, documents, paper, and records of the contractor which are directly pertinent to the specific contract` for the purposes of making an audit, examination, excerpts, and transcriptions. The contractor shall maintain all required records for three years after the Sponsor makes final payment and all other pending matters are closed. (49 CFR Part 18). A-11 Rights to Inventions. All rights to inventions and materials generated under this contract are subject to regulations issued by the FAA and the Sponsor of the Federal grant under which this contract is executed. Information: regarding these rights is available from the FAA and the Sponsor. (49 CFR Part 18). A-12 Geeeral Civil Riglkts fterb"is- The contractor assures that it will comply with pertinent statutes, Executive orders and such rules as are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the contractor from the bid solicitation period through the completion of the contract. (Section 520, Airport and Airway Improvement Act of 1%2). (2192) SFZn N B DAMS -BACON ACT 1tFQWREIrffi�ti5 (29 Cit ]PART Sj si 1111h.m. WaOes (a) All laborers, and mechanics employed or working upon tie site of the work will be paid unconditionally and not less, 0Ren than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions ss are permitted by the Secretary of Labor under tlse Copeland Act (29 CFR Part 3)), the full amount of wages and bona tide fringe benefits (or cash equivalent thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part bereof, r+egarkssof any contractual relationship which ,.. may be alleged to adst between the contractor andY such labo�rers�and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section (2 of the bi;,4-bacon pct on behalf of . _ laborers or mechanics are considered rwages paid to laborers or mechanics, subject to the provisions o[ paragraph (&)(d) of this section; also; egular contributions made,or_eosts incarrtd for more weekly period (but not, less often than quarterly) under plans, funds, or programs which ccover the particular weekly period, are deemed to. be ctructively made or incurred ducvig such weekly period. Such laborers and mechanics shall be paid tonshe appropriate wage rate and fringe benefits on the wage determination for the , .... classification of work actually performed, without regard to skill, except as provided in 29 CFR Part SS(a)(d). .e Laborers or mechanics performing work in more than one classification may be compensated at the nate,. specified for each „classification for the time actually worked therein: Provided, That the employer's payroll ,. records accurately set forth the time spent in eachclassificaton in which work is performed. The wage ., determination (including any additional classification and wage rates conformed under (B-1) (b) of this section) and the Davis -Bacon poster (WH -1321) shall be posted at all.times by the contractor and its subcontractorsp mmr at the site of the work in a prominent and accessible ,place where it can easily be seen by the workers. -- (b) (1) The contracting officer shall require that any class of laborers or mechanics which£is not listed in the__ wage determination_ aad which.. isto be employed under the, contract shall Kbe classified In conformance. with the wage determination.. The contracting of icer shall approve an additional dassk@%Oon and wage rate and fringe benefits therefore only when the following criteria have been,iiet, y (i) 'Ile work to be performed by the classification requested is not performed by a classification in the wage determinations; and (ii) 'Ile classification is utilized in the area by the construction Industry;and (iii) 'Ile proposed wage rate, including any bona B& fringe benefits, bearsa reasonable relationship to the 'wage rates contained in ,the ., . n..,�. wage determination.. _ (2) `If the contractor,and_,the laborers and mechanics to be employed in the classification (if known), or their representatives, and t ie con orucer agree on the classification and . wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour , Division, Employment Standards Administration, US. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized eePresentative, will approve, r-� modify, or disapprove every additional, classificationAaction withiq 30 days of receipt and so a_ advise the contracting officer or will notify the contracting officer within the 30 -day period (21 92) 2 that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140). (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for triage benefits wbet appropriate), the contracting officer shall, refer the questions, including the views of all isteeested parties and the recommendation of the contracting officer, to the Administrator for determination. IMe Administrator, or an authorized representative, will issue a determination within 30 days of -- receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time Is necessary. (Approved by the Office of Maaagement and Budget under OMB Control Number 1215-0140). (4) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (B-1)(b)(2) or (3) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the fist day on which worm 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 an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (d) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, Twat 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. Tme Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140). B-2 WrtL mMiing. Tme Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to David-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contracL In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of work, all or part of the wages required by the contract, the Federal Aviation Administration may, after written notice to the — contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. B-3 Payrolls and bask re+oords. (a) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 24 CFR 53(a)(1)(iv) that the wages of any laborer or (2/92) a 3 ±^ 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 malla records which show that the commitment to provide such -benefits is enforceable, that the plan or program is ;3nanciiwy responsible, and that the plan or program has been communicated W writing to the ta�orers or affected, and records, which show the costs anticipated or the actual costs incuired is providing such bweAts ._ �.. Cmusdors employing apprentices or trainees underrapproved programs shall maintain written e+! deaoe of n" rr the registration of apprenticeship programs and certification of trainee programs, the registration of the �.w�.wa •- apprentices and trainees, and the ratios and..wage rates preseribed in _the applicable programs. (29 CFR 5S(a)(3)(i) (Approved by the Office of,Management and Budget under OMB Control Numbers 1215.0140 and 1215.0017). �^ (b) (1) 'Ile contractor shall submit weekly, for each week la which, any contract work is performed, a copy of all payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to, the, Federal Aviation _Admipistrat on. The payrolls submitted shall set;out accuratelyand completely all of the information , p� y required to be maintained under paragraph 55(a)(3)(i) above. This in[ormat on may be submitted in .any rail form desired. Optional Form WH 347 is available for thispurpose and may be purchased from the . .� Superintendent of Documents (Federal Stock Number 0291.00014=1), U.S Government Printing Office, Washington, D.C26kd. The prime contractor is etisponsible for the submission of copies of payrolls by all subcontractors.,_ (Approved by the Office of Management and Budget under OMB Control Number 1215-0149). (2) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or, subcontractor or his W or her agent who pays or supervises the payment of the persons !"^^ employed'under the. contract and s a wfy the following. _..,_,.. _ (i) That the payroll for the payroll period contains the information required to be maintained under paragraph B-3 (a) above and that such information '•-` is correct and complete; (ii) That each laborer and mechanic (including each helper, apprentice and trainee) employed on the contract during the payroll period lies 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 ft _. wages earned, other than permissible V actions asset forth in Regulations 29 CFR Part 3; (iii) That each laborer or mechanic :has been paid not less than the applicable wage rates and hinge 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.csrtifkstlon set forth on the reverse dole of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement __d_ G4ompllance" required by paragraph B-3 (b)(2) of this section'. _. . (4) The falsification of any of the above certifications may subject the contractor orAsnbcontractorto u, civil or criminal prosecution ander Section 1001„of Title18 and Section 231 of Title 31 of theUnniited � ti States Code.. " (c) The contractor or subcontractor shall make the records„ required under paragraph B-3 (a) of this section available for ,inspection, copying or trait` p on y au representatives of he Sponsor, the Federal Aviation Administration or the ,Department of Labor, and shall permit such representatives to ,-; interview employees during working hours on the job. If the contractor or subcontractor, fails to submit the required records or to make them available, the Federal agency may, after written, notice, to the contractor, x.t sponsor, applicant or owner, take such action a's_may be necessary`to cause the suspension of any further (2/92) 4 payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. B-4 Appetstioes and 'ilraiaees. (a) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and 'raining Administration, Bureau of Apprenticeship and 'raining, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an appremice In such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, performing work on the job site in excess of the ratio permitted under the registered any aPP� not less than thea applicable a rate on the program shall be paid PP wage wage determination for the work actually performed. Where s contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (b) Trainees. Except as provided In 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the US. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention hinge benefits, trainees shall be paid the full amount of fringe benents 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 hinge besedts for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and pard ipadng in a training plan approved by the Employment and 'raining 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 TtirWaing 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._ , r S (c) Equal Employment opportunity. The utilization of, apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30 r-� B4 GMPOMEW Wtti Copdand Act ltegaira.e■ts. Vibe contractor_shall comply with the requirements of 29 CFR Part 3, whkh are incorporated by rdermce in this contract. 54 SwkeffbuctL �- 'Ibe contractor or subcontractor shall, insert in any subcontracts the clauses ,contained in 29 CFR Pad 5.5(a)(1) through (10) and such other c au `the _Federal Aviation ,Administration ma b a instructions require, and also clause requiring the subcontra `.` , _, otic Athese w uses any lower tier subcontracts. _1I he prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part SS B-7 CamP"1= Wick Davis-Bnoosi aid. _ .:.. . All rulings and interpretations of the Davis-Bacon and Related Acts containedin29 CFR Parts 1, 3, and $are herein incorporated by reference in his contract, N...,.._ ......... W .,..r......__,.__ r' B-S Disputes Cewc"ft Labor Standards. Disputes arising out of the labor standards„ provisions of this contract shalt not, be subject to the general disputes clause of this contract Such alis Utes shall be: resolved in accordance with the procedures of the Department of labor set forth in 29 -Parts S, 6 and 7 Disputes within the meaning oftbis clause include disputes between the contractor (or any of its su .. ontractors) and the contracting agency, the US. 'Department of Labor, or the employees or their, representatives. POO" )BN9 Carffkx#_m of Eii9• ft. (a) By entering into this contract, the contractor certifies that neither It (nor he or she) nor any .. person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded .; _ Govergment=contra ctsby nrtue of section 3(a�ofte hauls-aeon Act or'29 CM S 12(a)(1) (b) No part of this contract shall be subcontracted to"anY person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Dans con.Act or 29 CFR 5.12(a)(1). (c) The penalty for making false statements is prescribed in the US. CriminalnCode, 18 US.C.1001. B-10 Confivo Tarsinatiosi. Deb!rt. A breach of the contract clauses in paragraph B-1 through M of this sectioa and paragraphs C-1 through C- A- S of Section C may he grounds for termination of the contract, and for the debatvaent as a wconbwtor and a subcontractor;,as provided in 29 CFR 5.12, (2192) - SF,MON C _ CONTRACT WORKHOURS AND SAi+E1Y STANDARDS ACT R>e,QUNiS (29 CFA PAWS) C-1 Oseitime. ltegta. No contractor or subcontractor contracting for any part of the contract work,whkh may require or involve the " ,,. � , employment of laborers or shall require or permit any such laborer or mak, including ,mechanics watchmen and guards, in any workweek in which be or. she is employed oa sea work to work,* __ _ of forty such laborer or mechanic receives compensation at a rate not less than one and ,. hours In such workweek unless one -halt times the basic rate of pay for all hours worked. mass of forty hours in such workweek. C-2 Vk atio I3abi ky for Unpaid Wayea: lAgak W Via - In the event of any violation of the clause set forth in paragraph C-1 above, the contractor or any subcontractor responsible therefor be liable for the unpaid wages. In addition, such contractor and subcontractor shall , „shall be liable to the United States (in the case of, work done under contract for the District of Cdumbisora District or to such territory), for liquidated damages. Such liquidated damages 9 6iti, be territory, to such computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause, set forth in paragraph C-1 above, in the sum of S10 for each calendar day on which such individual was required or permitted to work in excess of the standard µworkweeks of ,forty hours without payment of the overtime wages required by the clause set forth in paragraph 6-1 above C-3 Withholding for Unpaid Warm and Uquidated D - The Federal Aviation Administration or Sponsor shall upon Its own action or upon written request of an rthe authorized representative of the„Department of_Lalxir withhold orcauseto be withheld, from any monies payable ov. account of work performed by the contractor or subcontractor underany such cop tract or any`other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to the Contract Work, Hours and. S tety Standards Act, which Is held by the same prime contractor, such sums as .. may be determined to,be, necessary to satisfy any liabilities of -AM ch„contractor or subcontractor %r unpaid wages and liquidated damages as provided in the clause set forth in paragraph C-2 above. „�. C4 Subcaatacta s.. _.. The contractor or subcontractor shall insert in any subcontracts the clauses. set .forth in Paragraphs C-1 ,, x..s�..n. �_x .. . through C-4 and also a clause requiring the subconfractoc to include these clauses any laver tier subcontracts. The prime contractor shall wbe responsible for compliance by any subcontractor,or lower subcontractor: with the clauses set forth in paragraphs C-1 through C-4. .. , ,. w.. �ri ,_.. C -a Wortiog cmwftia.s. may laborer or mechank employed in the performance of any No contractor or subcontractor require any contract to work in surroundings or under working conditions that are un anitary, hamrdous or dangerous to his health or sa[efy as determined under construction rsafety and health standards (29 CFR Part 1926) ^^ w issued, by the Department of Labor. "'' (2/92) SECTION D EQUAL U"LOYIIMErri' Oi omvhrrrY . _ .......... . (41 CFR PART WL4(b)) During the performance of this contract, the contractor agrees as follows: D-1 The contractor will not discriminate against any employee or applicant for employment because Of race, color, religion, sex, or national origin. The contractor wIIT take a�smative action. r� . ... ensure that ..applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Soch action sha_Il iodnde, but not be limited to the following: Employment,upgrading, demotion, or transfer, recruitment orr+ecr uitment ad,vertisiaig; 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 nondIscrim nad" clause,. D-2 The contractor will in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. ! D-3 The contractor will send to each labor union or representative of workers with which he ,has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments r- under this ,section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. D-4 The contractor will, comply with all provisions of Executive Order 11246 of September 24,1965, as amended, and of the rules, regulations, and relevant orders of the Secretary of Labor. D- The contractor will furnish all information and reports required by Executive Order_11246 of September 24, 1965, and by rules, regulations, and orders of the- Secretary of Labor, or pursuant thereto,' and will _ permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. Doi In the event of the contractor's noncompliance with the nondiscrimination clauses not this contract or with any of the said rules, regulations, or orders, this contract may canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedure authorizedm Executive Order 11146 of September _24, 1965, and such other sanctions may be imposed and remedies Invoked as provided in Executive. Order 11,246 of _ .. September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. - rR .- (2/92) r- i D-7 'Ibe contractor will include the portion of the sentence immediately preceding paragraph D- 1 and the provisions of paragraphs D•1 through D-7 in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Spry of Labor issued pursuant to section 204 of Executive Order IIM of September 24, 196S, 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 11 may direct as a means of enforcing such provision, including sanctions for noncompliance: Provided, however, that In the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter.into such litigation to protect the interests of the United States. (2142) _ SECnON E CLEAN A>it AND WA1ER PO[lii'L'iON CON IYOL itti�QUOlB.l11�PtlS ^ A Gl Any other provision *eremu to the contrary notwithstanding, the contractor in carrying out work under contract, shall at all times comply with all applicable state and . federal air and water quality this standards; with all pollution control laws; and with such noes, regulations, and directives t lawfully issued by a local, state, or federal agency having within its jurisdiction the protection Of the ., environment in the area surroundTg where work under this contract will be performed.. in addition, <_ ___ in Implementation oftbe letter the contractor shad complywith —directives given by the Project Engieer pksaea R Advisory Circular. 130/5370.10, item P-156, Tmpocary Air and Water Pdlntion, and intent of FAA Soil Erosion and Siltation Control Copies of this Advisory Circular can be obtained spepartmeat .n.o of Transportation, Distribution Unit; TAD-4543, Washington, D.C. 20590. E-2 Contractors and subcontractors agree: a. That any facility to be used in the performance of the contract or subcontrs�ct or to,beneat V , is not listed on al Protection Agency (EPA) List of Vtdatng the the Environment from contract Facilities; b. To comply with all the requirements, of Secton,114, of the. Clean ,_Act, as amended, 42 US.C.1857 et seq. and Section 308 of the Federal Watery Pollution Control Act, as 5amended, 33 U.S.C.; 1251 et :seq. relating to inspection, monitoring, entry, reports, and. Inforn ataon, as requirements specified in Section 114 and Section 308 of the. Actsrespectively, well as all other and all other regulations and guidelines issued thereunder, c. That, as a condition .for the, award of this contract, the contractor or subcont►ctor wtll u notify the awarding official of the receipt of any communication irom_the EPA indicating that a facility to be used forth performance of or,bene.fit from the-contract is under co iderst on to be listed on the EPA List of Violating Facilities; p,ll d. To include or cause to be included in any construction contract or subcontract which exceeds $100,000 the aforemenf<oned cntersa and requirements. r- (2/92) SECTION F STANDARD FEDERAL EQUAL EMPW MENT O!!OR'IiJN11Y CONSTRUCTION w. CONTRACT SlECQ+'[CA'it MS (41 CM 60-43) 1. As used in these 'specifications: a. 'Covered area' means the geographical area described, in the, solicitation, from which this contract resulted; r b. 'Director" means ;Director, Office of Federal Contract, Compliance Programs (OFCCP) U.S. Department of Labor, or any person to whom_the Directordelelpstes authority; c. 'Employer identificati_on,numbee means the Federal social security number used on the Employer's Quarterly Federal Tax Return, S. Treasury pa at I' Orin X941; d. 'Minority" Includes: (1) Black (all) persons having origins In any of the Black African racial groups not of Hispanic origin); (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture_or,or4pn 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 LLnative (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 subcontractIn esoessof $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which in set forth in the solicitations from which this contract ieiii"lted.. ^ 3. If the contractor is participating (pursuant to 41 CFR 60.4.5) In a Hometown Plan approved by the US. Department of Labor in the covered area either individually or through an association, its affirmative action the Plan area (including goa s and timetables" shall be in accordance with that Plan obligations on all work, In for those trades which have unions participating in the Plan. Contractors shall be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved plan is Individually required to comply with its obligations under the EEO clause and to makes good faith effort:toachieve1.each goal under the Plan in each trade in which it he ... has employees. Toverall good faith performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractor's or subcontractor's [allure to take good faith efforts to achieve the Plan goals and timetables. ,... 4. The contractor, shall Implement the specific atlirmatIve actigp,standards provided in paragraphs 7a through 7p of these specifications. The goals set forth in ,the ,solicitation from which this contract resulted are expressed as percentages of the total hours of employment And training of minority and ema e lfzatioe contractor should reasonably be able to achieve in each construction trade in whicb�it has employees in the covered area. Covered construction contractors performing construction work in a geographical area where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals 2 established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. S. Neither the provisions of any collective bargaining agreement nor the failure by's union with whom the contractor has a collective bargaining agreement to refer either minorities or women shall excuse the contractor's obligations under these specifications, Executive Order 11246 or the regulations promulgated pursuant thereto. - 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees shall be employed by the contractor during the training period and the contractor shall have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees shall be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the contractor's compliance with these specifications shalt be based upon its effort to achieve maximum results from its actions. The contractor shall document these efforts fully and shall Implement aMrmative action steps at least as extensive as the following. -- a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project. The contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recmitment sources, provide written notification to minority and female recruitment sources and to community organizations when the contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses, and telephone numbers of each minority _ and female off-the-street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the contractor by the union or, if referred, not employed by the contractor, this shall be documented In the file with the reason therefore along with whatever additional actions the contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the contractor has a collective bargaining agreement has not referred to the contractor a minority person or female sent by the contractor, or when the contractor has other Information that the union referral process has impeded the contractor's efforts to meet Its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the contractor's employment needs, especially those programs funded or approved by the Department of Labor. The contractor shall provide notice of these programs to the sources compiled under 7b above. (1192) r 3 L Disseminate the contractor's EEO policy by providing notice of the policy to unions and, training programs and requesting their cooperation ln'assisting the contractor in, meeting its EEO obligations; by including !t In any policy manual and ,collective. bargaining agreement; by publicizing it in the company newspaper, annual report, etc4 by specific review of the policy .-+ with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction_ work Is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layo% termination, or other employment decisions Including specific rerkw of obese items with _. onsite supervisory personnel such, #, .superintendents, general foremen, etc., prior to the work at an job site. A written record shall be made and maintained initiation #Rn any of construction n �._ Identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the contractor's EEO policy externally by including it in any advertising In the news media, specifically including minority and female news.,media, and providing written notification to and discussing the contractor's EEO policy with other contractors and, subcontractors with whom the contractor does or anticipates doing business I. Direct its recruitment both oral and, written, to minority, female, and community .efforts, organizations, to schools with minority and female students; and to minority and female .� recruitment and t training organizations serving the contractor's _ recruitment ,area w and employment needs. Not .later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment'source, the contractor shall send notification to organizations, such as the above, describing the openings, .. „written screening procedures, and tests to be used in the selection process. J. Encourage present minority and female employees to recruit other minority parsons and women and, where reasonable__ provide after school, summer, and vacation employment to minority and female youth both on the site and. in other areas of a contractor's workforce. L Validate all tests, and other selection requirements where there is -an, obligation to do so under 41 CFR Part 60-3. 1. Conduct, at least annually, an inventory and evaluation at least of all minority and female .-� personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. in. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the contractor's obligations under these, specifications are being carried out. a. 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 uppl rs, u ng crrcu anon o Solicitations to minora and female contractor associations and other business associations (1/92) A- 4 p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the contractor's EEO policies and affirmative action obligations. S. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through p). 'Ilse efforts of a contractor association, joint contractor union, contractor community, or other similar groups of which the contractor U a seember and participant, may be asserted as fulfilling any one or more of its obligations under 7a thrnogh p of these specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete -^ benefits of the program are reflected In the contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor. IMe obligation to comply, however, _ is the contractor's and failure of such a group to fu1611 an obligation shall not be a defense for the contractor's noncompliance. 9. A single goal for minorities and I separate e p oyment�oppo al fury women tno have been take meati shed. flu contractor, however, is required to provide action for all minority groups, both male and female, and all women, both minority and nonminority. Consequently, if the particular group is employed in a substantially disparate manner (for example, even though the contractor has achieved its goals for women generally,) the contractor may be in violation of the Executive Order if a specific minority group of women is underutilized. 10. The contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. it the contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 604.8. 14. The contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least Include for each employee, the name, address, telephone number, construction trade, union affiliation If any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained In an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works, Employment Act of 1977 and the Community Development Block Grant Program). (l/9?) ,SFC'I'iON G CONTRACTUAL BFQUIRDAENT5 ltl1 SUANT Ta__ _ V v _ , CIVIL RIGHTS.ACT OFrim, TOE VI (49 Clot >�AT n) During the performance of,.this,contract, the contractor, for itself, its assignees and successors in. interest µ (hereinafter ref ernd to as the 'contractor") agrees as follows:. r , �. tractor') , . . 1. Compliance with Regulations. The contractor strall comply with the Regulations relative to nondiscrimination in federally assisted programs of the Department of Traasportadon (hereinafer,'DOT') TiWe 4g, Code of Federal Regulations, Part 21, as they may be amended from, time, totime (hereinafter, referred to as the Regulations), which are herein incorporated by reference and made apart of this conlrsct. `._ . .-w 2. Nondiscrimination,; 1bW conactor, with regard to the work performed by it daring the contract, shall not discriminatrte on the grounds race; color, or national origin in the selection and retention of subcontractors, including procurements ofmaterials and„leases of,--,_-__,_,. equipment. The contractor shall not participate either' directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers” a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcone tracts, Including Procurements of Materials and, Equipment. In all solicitations eltber by competitive bidding or negotiation made by the contractor_for work to ,Y4 a n_,, be performed under, a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's, obligations under this contract and they Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information,_ and ,Reports. The contractor k44 provide all information and, reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. 'mere any information required of a contractor is in the exclusive possession of another ,who, fails or refuses to furnish this . information, the contractor shall so certify to the sponsor or tLe FAA, as appropriate, and shall set forth. what efforts it has made to obtain �the information . n:. ..�x. �..,�,,,, 5. Sanctions for Noncompliance. In the event of ^ the contractor's noncompliance with the nondiscrimination provisions of this contract,~ the sponsor stall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor yR*r the contract !until the contractor u Y_.. complies, and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. �•.. 6. Incorporation of Provisions. The contractor shall include the provisions of paragraphs 1 through S in every subcontract, including} procurements terials,and kases of equipment, unless exempt by the Regulations or directives. issued pursuant thereto. The contractor, shall take such action with respect to any subcontract or procurement as the sponsor, or the FAA may direct as a means rrof enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event a contractor_becgmes,involved in, or is threatened with, (2192) No Text r SEMON H 'IERMINATiON OF CONi�AL'i` . (Is CFR PM, - 1. The sponsor may, by written notice, terminate this, contract in whole or is part at any time, either for the Sponsor's convwlence or because of failum to 4W the contract LLoboptlons. Upon receipt of such notice services shall be Immediately discontinae C1ms the notice directs otherni.�e) and all mataials as may .. have been accumulatednln performing this contract, whether completed or in progress, delivered to the sponsor. 2. U the termination ism for the convenience of the Sponsor, an equitable adjustment in the contract price shall be made, but no amount shall ahowedvtoranticipated profit on unperformed 3. If the terminatioq is due to failure to fulfill the contractor's o"tions, the Sponsor may take over k �� the work and prosecute the same, to completion by contra or ot�envise, Ice reach case, the contractor shall be liable to the Sponsor for any additional cost occasioned to the Sponsor thereby. ` 4. If, after notice of termination for failure to fulfill contract obligations, it is determined that the contractor,had not so failed, the termination shall beeem toTave effected, for the convenience of, the r Sponsor. In such even a ustmeat in the contracf price shall be made as provi ed parag<'ap �o this clause. r�+ 5. The rights and remedies of the sponsor provided in this clause are,in addition to any other rights and remedies provided by law or under this 'contract.. ' (2/92) bLSADVANTAGED BUSII�tE. S F.1�TIERPl1t4SE CONI'RAC$' PROMIONS (49 CFR PART 23) PART A Poll It is the policy of the Department of Transportation (DOI) that diasdvantaged business enterprises as dented 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 Obiiaation. The contractor agrees to ensure that disadvantaged business enterprises as defined in 49 CFR Part 23 have the maximum opportunity to participate in the performance of contracts and subcontracts financed In whole or In part with Federal funds provided under this agreement. in this regard all contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that disadvantaged business enterprises have the maximum opportunity to compete for and perform contracts. Contractors shall not discriminate on the basis of race, color, national origin or sex in the award and performance of DOT - assisted contracts. Compliance. All bidders, potential contractors or subcontractors for this DOT -assisted contract are hereby notified that failure to carry out the DOT policy and the DBE obligation, as set forth above, shall constitute a breach of contract which may result In termination of the contract or such other remedy as deemed appropriate by the owner. Subcontract Clauses. All bidders and potential contractors hereby assure that they will include the above clauses in all subcontracts r which offers further subcontracting opportunities. PART B _ It is further understood and agreed: The award procedure for this solicitation will include the selection criteria of 49 CFR Part 23.45(i) to ensure that prime contracts are awarded to competitors that meet Disadvantaged Business Entrprise (DBE) goals. Notification Is hereby given that DBE goals are established for this prime contract. The goal for firms owned and controlled by socially and economically disavantaged individuals is —9.0 percent of the dollar value of this contracL - After opening bids, the apparent successful bidder will be required to submit the names and addresses of the DBE firms that will participate In the contract along with a description of the work to be performed by each named arm and the dollar value for each contract (subcontract). U the responses do not clearly show DBE participation will meet the goals above, the apparent successful bidder must must provide documentation clearty demonstrating, to the satisfaction of the airport sponsor, that it made good faith efforts in attempting to do so and that meeting said goals is not reasonably possible. A bid that falls to meet these requirements will be considered nonresponsive. — Agreements between bidder/proposer and a DBE in which the DBE promises not to provide sub -contracting quotations to other bidders/proposers are prohibited. All bidders and proposers shall make a good faith - effort to replace a DBE subcontractor that is unable to perform successfully with another DBE subcontractor. The bidder shall establish and maintain records and submit regular reports, as required, which will identify and assess progress in achieving DBE subcontract goals and other DBE of irmative'action efforts. — (2/92) — No Text BID SUBMITTAL BID SUBMITTAL UNIT PRICE BID CONTRACT ®., DATE: 2-f PROJECT NUMBER: #212-01/RS WESTPORT APRON & TAXIWAY EXPANSION DUININCK BROS. INC. Bid of (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a WESTPORT APRON & TAXIWAY EXPANSION, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other *+ related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated in Exhibit "A". The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated in �. Exhibit "A" of this bid. Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 360 (THREE HUNDRED SIXTY) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $500 (FIVE HUNDRED DOLLARS) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions .A, of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on ., which he has bid; as provided in the contract documents. -- 1 ig Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. Enclosep with this bid is a Cashier's Check or Certified Check for Dollars ($ or a Bid Bond in the sum ofd e,Teee6* �zoa Dollars ($ which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within fifteen (15) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. OM Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. imO Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM (Seal ATTE Bidder acknowledges receipt of the following addenda: Addenda No. Date �O, Addenda No. Date 11 IF 101, Cj Addenda No. Date O Addenda No. 3 Date 2 ALL -,,4 9e. lI Gate M/WBE Firm: Date: .0 r- 02�/ %Authorized Signature JAMES E. MELHORN VICE PRESIDENT (Printed or Typed Name) DUININCK BROS. INC. Company P. 0. BOX 735 R0ANQKF TFXAB 79252 Address Cites County e )eQ 5 , State Zip Code Telephone: 5;-/y7— Fax: �_ - .S`R 9 rg;NA INSURANCE COMPANIES BID BOND KNOW ALL MEN BY THESE PRESENTS: That we Wininck Bros., Inc. . 4701 Hwy 377, Roanoke, Texas 76262 Principal, andliatlonal Fire Ittsurw Comany of Harifard Surety, are held and firmly bound unto Piper Jaffray Tower, Suite 10, 222 S. - 9th St. THE CITY OF LUBBOCK, TEXAS Minneapolis, M 55402-3389 ,Obligee, in the sum of FIVE PERCENT (5S) OF THE TOTAL GREATEST AMOUNT BID Dollars ($ *****5%******* * for the payment of which we bind ourselves, our legal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted or is about to submit a proposal to Obligee on a contract for WESTPORT APRON & TAXIWAY EXPANSION ITB #212-01/RS, FAA AIP NO. 3-48-0138-23-01 NOW, THEREFORE, if the said contract be awarded to Principal and Principal shall, within such time as may be specified, enter into the contract in writing and give such bond or bonds as may bel specified In the bidding or contract documents with surety acceptable to Obligee; or if Principal shall fail to do so, pay to Obligee the damages which Obligee may suffer by reason of such fatWre not exceeding the penalty of this bond, then this obligation shall be void; of remain in full force and effect. Duinindc Bros., Inc. P" Signed, sealed and dated THIS 25TH DAY OF SEPTEMBER, 2001 (Princj*l) JAMES E. MELHORN," VICE PRESIDENT ��i (Surety) brat Mulder Attorney -in -Fact G•23054 -c �, CNA rw STATE OF MINNESOTA SS , G TNTY OF KANDIYOHI ) I, Linda K. Ryks , Notary public of Kandiyohi '^ County, in the State of Minnesota , do hereby certify that Myron Mulder _, Attorney -in -Fact, of the National Fire Insurance Co. of Hartford who is personally known to me to be the same person whose name is subscribed to the foregoing instrument, appeared before me this day in person, and acknowledged that he signed, sealed and delivered said instrument, for and on behalf of National Fire Insurance Co. of Hartford, for the uses and purposes therein set forth. Given under my hand and notarial seal at my office in the City of Prinsburg in said County, this 25TH day of..SEPTEMBEx D. 20 01 LINDA K. RYKS try Public NOTARY PUBLIC - MINNESOTA KANDIYOHI COUNTY My Comm. Expires Jan. 31, 2005 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know AN Men By These Presents, That CONTINENTAL CASUALTY COMPANY, an Illinois corporation, NATIONAL FIRE INSURANCE ,—COMPANY OF HARTFORD, a Connecticut corporation, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a Pennsylvania corporation (herein collectively called 'the CCC Surety Companies'). are duly organized and existing corporations having their principal offices in the City of Chicago, and State of Illinois, and that they do by vutus of the signature and seals herein affixed hereby make, constitute and appoint Myron Mulder, Roger Ahrenholz, Individ2a! y their true and lawful Attomey(s)4n-Fact with full power and aut undertakings and other obligatory instruments of similar nature conferred to sign, seal and execute for and on 1'^^ - In Unlimited Amounts and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations 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 By -Laws and Resolutions, printed on the reverse hereof, duty adopted, as indicated, by the Boards of Directors of the corporations. In Witness Whereof, the CCC Surety Companies have caused these presents to be signed by their Group Vice President and their corporate seals to be hereto affixed on this 10th day of February 2000 NISURq,� E v SEAL 1097 CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA Ir Marvin J. Cashion Group Vice President State of Illinois, County of Will, ss: On this 10th day of February , 2000 before me personally came Marvin J. Cashion, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Chicago. State of Illinois; that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument; that he knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to qke authority, and acknowledges same to be the act and deed of said corporations. �+ NOTARY PUSLC Ce My Commission Expires June 5, 2000 CERTIFICATE Eileen T. Pachuta Notary Public 1, Mary A. Ribikawskis, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD; and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attomey herein """" above set forth is stip in force, and further certify that the By -Law and Resolution of the Board of Directors of each corporation printed on the reverse hereof are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seals of the said corporations this --2=lLday of _SEPTEMBER . 2001 2�tY�r ov SEN. 1497 Rev.10/1/97) 6" CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA Mary A. Ribikawskis Assistant Secretary moo a Poo ow PROPOSAL w'NiNCK �R CITY OF LUBBOCK, TEXAS LUBBOCK INTERNATIONAL AIRPORT WESTPORT APRON AND TAXIWAY EXPANSION Sr -p -r Z 5 , 2001 Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID 1. 1 Item P-140, Mobilization, per lump sum: LS .pry 4 t'10"" t<c uA4k re'&, Dollars and _Cents ($ Z!50 9,000-00 ) The total amount for Item 1 consists of: $ 35D,00e•o0 MATERIALS: $ 10, $0D • OO LABOR: $ 3S 'A S 00.00 2. 7,950 Item P-150, Remove and Dispose of Existing SY Asphalt Surfacing and Base Course Material on existing paved apron shoulders and on the existing perimeter road, complete, per square yard: "f Dollars and J)O _Cents ($ %-00 ) The total amount for Item 2 consists of: $b0� , p0 MATERIALS: $ O. CdC� LABOR: $ �'3 , 6 d • a 0 01272401 PROPOSAL PROP -1 08/01 CIA 0 DUININCK SROS, INC. Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID (Continued) 3. 55 Item P-150, Remove and Dispose of Existing SY Portland Cement Concrete Slab Material and Base Course Material, per square yard: Dollars and Cents ($ Z d • (DO ) The total amount for Item 3 consists of: MATERIALS: $ 0 •O O LABOR: $ ), / Do. 0 4. 49,130 Item P-152, Excavation, Grading and Subgrade SY Preparation under 14 -inch Portland Cement Concrete Pavement, complete, per square yard: r u -r Dollars and �: Cents ($ Ll 1. 5c) ) The total amount for Item 4 consists of: MATERIALS: $ O.0 0 LABOR: $ ZZ-), 696- 00 01272401 PROPOSAL 08/01 $ j jOo.00 $ Z?0 2 > 00 PROP -2 0 5 and% _Cents ($ 41,Sy ) The total amount for Item 5 consists of: MATERIALS: $ 6) - (:) 0 LABOR: $ - [ Cr 9 OD 107,300 Item P-152, Excavation, Grading and Topsoiling SY in Unpaved Areas, complete, per square yard: Dollars and FCents ($ / • 5 ) The total amount for Item 6 consists of: MATERIALS: $ O • C) 0 LABOR: $ �% 91 . 95 D - CO $ c1Z Q7a.oa $ 01272401 PROPOSAL PROP -3 08/01 011ININC_K Roos. . Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID (Continued) 5. 20,660 Item P-152, Excavation, Grading and Subgrade SY Preparation under 7 -inch Portland Cement Concrete Pavement and Bituminous Pavement, complete, per square yard: Dollars 0 5 and% _Cents ($ 41,Sy ) The total amount for Item 5 consists of: MATERIALS: $ 6) - (:) 0 LABOR: $ - [ Cr 9 OD 107,300 Item P-152, Excavation, Grading and Topsoiling SY in Unpaved Areas, complete, per square yard: Dollars and FCents ($ / • 5 ) The total amount for Item 6 consists of: MATERIALS: $ O • C) 0 LABOR: $ �% 91 . 95 D - CO $ c1Z Q7a.oa $ 01272401 PROPOSAL PROP -3 08/01 00 DUINI CK BROS. INC. Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID (Continued) 7. 69,800 Item P-155, Lime -Treated Subgrade, excluding SY lime, minimum 6 -inch thickness, complete, per square yard: H 01272401 08/01 Dollars and T tx Cents ($ Z. ZO } The total amount for Item 7 consists of: $ /:53, 560.06 MATERIALS: $ O. LABOR: $ /x_560,00 920 Item P-155, Lime used in Lime -Treated TON Subgrade, per ton: Dr+E 9a,44Aru% a.4i iZec Dollars and A)y Cents ($ 9)0.0 C) ) The total amount for Item 8 consists of: $ /0j, zoo. 0 0 MATERIALS: $ �O% . Z 0 O. 6 O T LABOR: $ D.O O PROPOSAL PROP -4 DUININCK BROS. INC, Item Quantity Total Amount No. & Unit Description of Item and Unit Price BASE BID (Continued) 9. 1 Item P-156, Temporary Air and Water Pollution, LS Soil Erosion, and Siltation Control, per lump 10 01272401 08/01 sum: I ++'' ll Dollars and NP Cents ($ D , DO d , L') The total amount for Item 9 consists of: $ 60)005.00 MATERIALS: LABOR: $ �Z �� a • O O 1,420 Item P-304, Cement Treated Base Course, Sy excluding cement, 6 -inch thickness, complete in place, per square yard: Dollars and A)D Cents ($---%O- 10 ) The total amount for Item 10 consists of: ZDU MATERIALS: LABOR: PROPOSAL PROP -5 DUININ%-aK S1Fj0S. INC. b 01272401 PROPOSAL PROP -6 °'�' 08/01 Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID (Continued) 11. 49,140 Item P-304, Cement Treated Base Course, SY excluding cement, 8 -inch thickness, complete in place, per square yard: l Dollars andCents ($ 0, S U ) The total amount for Item 11 consists of: $ 5i1.5 970,00 MATERIALS: $ 3 Oq 1 (o 00. DC7 LABOR: $ 12. 18,075 Item P-304, Cement for Cement Treated Base C wt Course, per hundredweight: �., Dollars and F.v c� Cents ($ y Z• ) The total amount for Item 12 consists of: $ ?% 8/8.75— MATERIALS: $ " 76. $ / S. 7 S LABOR: $ 01272401 PROPOSAL PROP -6 °'�' 08/01 OUININCK 8 IVB. Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID (Continued) 13. 6,495 TxDOT item 345, 6 -inch Asphalt Stabilized Base TON Course, complete, per ton: dr hr -c -r Dollars and AJ —cents ($ q 3.Oo ) The total amount for Item 13 consists of: $ Z Q 2$ 5 MATERIALS: $ 160 ODO. O tj LABOR: $ I J 70 Z S5. CSD 14. 2,055 Item P-401, Bituminous Surface Course, 2 -inch TON thickness, complete in place, per ton: .S Dollars and ! O Cents ($ 60,00 ) + The total amount for Item 14 consists of: MATERIALS :$ 7 b I V00. O a LABOR: $ q16 400, D d PRO n 01272401 PROPOSAL PROP -7 08/01 fYC iii 01272401 PROPOSAL PROP -8 08/01 Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID (Continued) 15. 1,420 Item P-501, Portland Cement Concrete Pavement, SY 7 -inch thickness, complete in place, per square ., yard: �^ ef Dollars and Cents ($ 0 U ) The total amount for Item 15 consists of: MATERIALS: $ Z"70 `7 00, 00 LABOR: $ E7N x,00, OU 16. 49,130 Item P-501, Portland Cement Concrete Pavement, SY 14 -inch thickness, complete in place, per square yard: Dollars and�)iCents ($ 0 ) The total amount for Item 16 consists of: $ ) AL. 7-1, O d MATERIALS: $ J. J 1-71 `Z 00,00 LABOR: $ 7Yq 92-7-00 iii 01272401 PROPOSAL PROP -8 08/01 JONINC '40S. tNo' Item Quantity No. &Unit Description of Item and Unit Price Total Amount BASE BID (Continued) 17. 5,770 Item P-602, Bituminous Prime Coat, including GAL herbicidal treatment, per gallon: Iwo Dollars and JJ# Cents ($ 2. ) The total amount for Item 17 consists of: MATERIALS: $ A5 DO.O O LABOR: "^ 18. 3,750 Item P-603, Bituminous Tack Coat, per gallon: GAL Dollars and Cents ($ 2. DO ) -)-)0 The total amount for Item 18 consists of: $ 7 ��• OCA MATERIALS: $ y Q D O. D d LABOR: $ 2, b 00.0 d F 01272401 PROPOSAL PROP -9 08101 e -e P" DL11N'&' K SROM. I NC Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID (Continued) 19 4,665 Item P-605, Joint Sealing for Joints Between LF Portland Cement Concrete Pavement and 20. 01272401 08/01 Bituminous Pavement Shoulders, complete in place, per linear foot: Dnp. Dollars and &44-44 Cents ($ F. -e- ad The total amount for Item 19 consists of: MATERIALS: $ D LABOR: $ 5,670 Item P-620, Obliterate Existing Runway and SF Taxiway Painting, per square foot: D AA - Dollars and Cents ($ ) The total amount for Item 20 consists of: $ 6 Z 37.0 O MATERIALS: $ D• D LABOR: $ b Z3766 PROPOSAL PROP -10 OJI'VINCK 8ROS nil Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID (Continued) 21. 13,705 Item P-620, Runway and Taxiway Painting, for SF Permanent Marking, complete, per square foot: 22 01272401 08/01 Dollars and Cents ($ i . O ) The total amount for Item 21 consists of: $ Iq �S7.00 MATERIALS: $ LABOR: $ -7 247.5 Item D-701, Single Barrel, 2' x 5' reinforced LF Concrete Box Culvert, complete in place, per linear foot: Dollars and _Cents ($ * ✓2 �� ) The total amount for Item 22 consists of: $ dol 8 75,00 MATERIALS: $ 3q.00 O. O O LABOR: $ Z7 U .00 IF PROPOSAL PROP -11 Umi Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID (Continued) 23. 40 Item D-701, 24 -inch Reinforced Concrete Pipe, LF complete in place, per linear foot: �i0,k to Dollars and j—)0 Cents ($ 90,00 ) The total amount for Item 23 consists of: MATERIALS: $ /, 900, D O LABOR: $ % L/ D O . 60 24. 4 Item D-752, Reinforced Concrete Headwall for EA 2' x 5' Box Culvert, complete in place, per each: Dollars and �O Cents ($ y 6� 0 ' Ov ) The total amount for Item 24 consists of: $ MATERIALS: $ %WOO OO LABOR: $ 11A 0 O C. O 0 25. 2 Item D-752, Reinforced Concrete Headwall for EA 24 -inch RCP, complete in place., per each: 74>e-444 - // L ce go dyt 4 .ArJ, Dollars and �� Cents ($ Z 3 �• O ) The total amount for Item 25 consists of: boo. d0 MATERIALS: $ ) god • b D LABOR: $ Z $DIf 01272401 PROPOSAL PROP -12 08/01 t Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID (Continued) 26. 225 Item D-752, Reinforced Concrete Drainage SY Apron, complete, per square yard: Dollars and Cents ($ 60.0 ci } The total amount for Item 26 consists of: $ 3 , 5co. 6o MATERIALS: $ .6j y 00. O d LABOR: $ g, i OD. 00 27. 22 Item P-901, Soil Preparation, Seeding and ACRE Fertilizing, complete, per acre: Dollars and 00 Cents ($ %0D. DO ) The total amount for Item 27 consists of. $ 37, yOd.00 r- ,, MATERIALS: $ Z 20 y 0 c". o v LABOR: $ 15, 00 O .O O 28. 3,220 Item T-904, Soil Preparation, Sodding and SY Fertilizing, per square yard: �cx�r Dollars and fife. Cents The total amount for Item 28 consists of: $ MATERIALS: $ CI, IDD. O d LABOR: $ 6. D9�, 00 01272401 PROPOSAL PROP -13 08/01 F6 Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID (Continued) 29. 5,650 Item L-108, Underground Electrical Cable, 1/c, LF #8 AWG, 5 KV, in Duct or Conduit, per linear foot: $ '065"00 01272401 PROPOSAL PROP -14 08101 Dollars «. and S w c,14 Cents ($ 0.70 ) The total amount for Item 29 consists of: MATERIALS: $ ) . �} 90• oO If LABOR: $ f ? 5, 00 30. 5,650 Item L-108, Counterpoise Wire #8 AWG, in LF Direct Bury, including grounding rods, per linear °^ foot: 'j l 0 Dollars ., and r�-,,4 Cents ($ The totalamountamount for Item 30 consists of: MATERIALS: $ ) ! 3 0. 0 0 LABOR: $ J, i3 j. D 0 $ '065"00 01272401 PROPOSAL PROP -14 08101 W r_+ Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID (Continued) 31. 5,650 Item L-110, 1 -way, 2 -inch Underground LF Electrical Conduit, including trenching and 32. 145 LF 01272401 08/01 backfilling, per linear foot: Dollars and NO Cents ($ 3.00 ) The total amount for Item 31 consists of: $ A, MATERIALS: $ 15, q-30, D V LABOR: $ Z1,07,6, 00 Item L-110, 2 -way, 4 -inch Underground Electrical Duct, concrete encased, including trenching and backfilling, per linear foot: TA 14al �tvc.c Dollars and Cents ($ 3-7, 0 o ) The total amount for Item 32 consists of: $ Jk 3 65. 0 D MATERIALS: $ 4 SRO. OO LABOR: $ 3. T 6/85, 047 - PROPOSAL PROP - 15 i Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID (Continued 33. 140 Item L-110, 4 -way, 4 -inch Underground LF Electrical Duct, concrete encased, including trenching and backfilling, per linear foot: Dollars 34 andl)O _Cents ($ The total amount for Item 33 consists of: $ 10,860,00 MATERIALS: $ Z. `I00. 60 �� JI LABOR: $ 0. 0 D 17 Item L-125, Remove and Salvage Existing Base - EA Mounted Taxiway Edge Light, including base, fixture and transfo�r/mer, complete, per each: Dollars and Cents ($ 2,06-00 ) The total amount for Item 34 consists of: $ ?JLoo. 0 v MATERIALS: $ 0, 0 LABOR: $ 3 L/00-00 If 01272401 PROPOSAL PROP -16 08/01 K;--] k Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID (Continued) 35. 44 Item L-125, Medium Intensity Taxiway Edge EA Light with Quartz fixtures, base -mounted, 3600blue lens, complete, per each: Dollars and Cents ($ D0. �d ) The total amount for Item 35 consists of: MATERIALS :$ q Z D, 00 LABOR: $ Zi. 1 b D. Old 36. 5 Item L-125, Medium Intensity Taxiway Edge EA Light with Quartz fixtures, 360° blue lens, surface mounted with transformer in pull box at the edge of pavement, complete, per each: Dollars and Cents ($ Z 8 0 o, 00 ) The total amount for Item 36 consists of: MATERIALS: $ �� SOD, O O LABOR: $ 60-56 0. D o $ Z (o yoo, DO $ 1010,0o6.60 01272401 PROPOSAL PROP -17 08/01 0 Gi ,71�� `'���19a���.-tipINC Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID (Continued) 37. 9 Item L-125, Taxiway Edge Light Base installed in EA new pavement with plate cover, complete, per each:: �^ T7iA�.rJ�� ILA '1'i Ad Dollars and Po Cents ($ 5 Jr0.0 0 ) The total amount for Item 37 consists of: $ �• O d MATERIALS: $ 10-7-30-00 LABOR: $ 3 ZZ 0 O U 38. 4 Item L-125, 3 and 4 - Character Internally EA Lighted Sign, including new base mounting and concrete slab, complete, per each: J ���'a - Ser �••- 1 -%.•.dam Dollars and PV Cents ($ 2, -7,00, a d ) The total amount for Item 38 consists of: $• MATERIALS: $ LABOR: $ -7 D ZD. Oy 01272401 PROPOSAL PROP -18 08/01 Item Quantity No. & Unit Description of Item and Unit Price Total Amount �. BASE BID (Continued) 39. 2 Item MC, Demolition of Existing Drainage EA Structures, complete, per each: r O AG T kOH S 0-4%Ik Dollars ands Cents ($ ► OD �• dy } The total amount for Item 39 consists of: $� MATERIALS: $ 6-0C) LABOR: $ Z, 00 0.00 '^ 40. 1 Item MC, Perimeter Road Signage, complete, per LS lump sum: Dollars and 1)0 Cents ($ %� 0DO• D O } ..,, The total amount for Item 40 consists of: MATERIALS: $ _/ DOE) - Od $ f D 000,00 LABOR: $ 0 0 ?i• a C� 01272401 PROPOSAL PROP-19 08/01 INC. Item Quantity '"" No. & Unit Description of Item and Unit Price Total Amount BASE BID (Continued) 41. 855 Item IP, 8 -inch Plastic Irrigation Pipeline (low - LF head), furnished and installed, including trenching and backfilling, complete, per linear foot: NJ Dollars and Pa Cents ($ .0.00 ) The total amount for Item 41 consists of: $ 25� bso- Coct� MATERIALS: $ 12,830-C>() LABOR: $ )Z 82D, 00 42. 171 Item IP, 16 -inch Steel Casing, Furnished and LF Installed, complete, per linear foot: Dollars and _Cents ($ The total amount for Item 42 consists of: $ % 1, 4 7 D • �O MATERIALS: $ 99 D • o 0 LABOR: $S, 9 g • D 01272401 PROPOSAL PROP -20 08/01 PW 01272401 PROPOSAL PROP -21 '�" 08/01 C. Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID (Continued) 43. 1 Item IP, Remove Existing Irrigation Pipelines, LS including risers and valves, per lump sum: x Th 00-S CL C�' Dollars and Cents ($ c> ) The total amount for Item 43 consists of: $ did• ��% MATERIALS: $ O.O D LABOR: $ b, 000. 0,0 44. 1 Item IP, 12 -inch Alfalfa Valve, furnished and EA installed, complete, per each: Oe-ILIe arm Dollars and �.�o _Cents ($ j , Z f.�D• D D ) The total amount for Item 44 consists of: MATERIALS: $ 60O.0o .. LABOR: $ boo, O c> SUBTOTAL BASE BID (Items 1 through 44, inclusive) $ PW 01272401 PROPOSAL PROP -21 '�" 08/01 ITY OF LUBBOCK TEXAS �zv/jv,' LUBBOCK INTERNATIONAL AIRPORT ��` AA/ WESTPORT APRON AND TAXIWAY EXPANSION BID SUMMARY SUBTOTAL BASE BID (Items 1 through 44, inclusive) 3a TOTAL BASE BID (Items 1 through 44, inclusive) $ 50 Breakdown of Materials and Labor incorporated into the project: ■ Total Materials to be incorporated into the project $ Z, o 7 i , 1t S . ?S ■ Total Labor, superintendence, equipment, supplies, etc., as necessary to construct the project. $ 2 T7 i11, "I 5� TOTAL BID (must agree with total Base Bid above) $ 4,%qL4 A7 -3-!5C) 01272401 08/01 PROPOSAL PROP - 22 L— �� INC Item Quantity No. & Unit Description of Item and Unit Price Total Amount ADDITIVE OPTION A Al 1 Item P-501, Substitute Side Form Method of LS Pavement Construction for Slip Form Method of Pavement Construction, per lump sum: A. Jul . 44t p �► 5 a,.�-ei Dollars and Cents ($ 22 Si 000. 0 0 ) The total amount for Additive Option A consists of: $ 225 00 O, Od Materials: $ 0.00 Labor $ 22 5000.0 t) TOTAL BASE BID + ADDITIVE OPTION A Breakdown of Materials and Labor incorporated into Additive Option A: ■ Total Materials to be incorporated into Additive Option A ■ Total Labor, superintendence, equipment, supplies, etc., as necessary to construct Additive Option A. TOTAL ADDITIVE OPTION A (must agree with total shown above) 01272401 08/01 PROPOSAL $ 5, DK923.Sv $ $ 225,aaD. co $ 2Z 5 000.bQ PROP - 23 CITY OF LUBBOCK, TEXAS LUBBOCK INTERNATIONAL AIRPORT WESTPORT APRON AND TAXIWAY EXPANSION BID SUMMARY SUBTOTAL BASE BID (Items 1 through 44, inclusive) SUBTOTAL ADDITIVE OPTION "A" TOTAL BASE BID AND ADDITIVE OPTION "A, IDV//V,Z VVck C $ gZ3.5o $ 225 poo, o0 $SoLq �23.Sd 01272401 PROPOSAL PROP -24 08/01 M 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. LIST OF SUBCONTRACTORS Minority Owned 4u1/V,V/C ®IVC. Note: Bidders/Offerors shall provide information required in Section 32.3, General Instructions to bidders either on this form or separately on company letterhead, attached to this form. c Yes No ,/ S i � cr- Cr.ct k un!S f ❑ p/ 2-, 0 7yu.s Mir.. &tf,�W e- c.9rV *SG r 0 0 0 0 0 0 0 4u1/V,V/C ®IVC. Note: Bidders/Offerors shall provide information required in Section 32.3, General Instructions to bidders either on this form or separately on company letterhead, attached to this form. c W CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder And Attached to Bid Submittal I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within fifteen (15) days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid. ontractor (Signatu ) JAMES E. MELHORN VICE PRESIDENT Contractor (Print) DUININCK EROS. INC. CONTRACTORS FIRM NAME. (Print or Type) l WORKER'S COMPENSATION EXPERIENCE RATING: For states that do not participate in the National Council on Compensation Insurance Rating, attach a letter from your insurance company that verifies their worker's compensation rating is equivalent to the National Council on Compensation Insurance rating. DUININCK BROS. INC. CONTRACTOR'S FIRM ADDRESS: P n Rnx 735 ROANOKE, TEXAS 76262 Name of AgentBroker: r c Q c- Z Address of Agent/Broker: %2,Z2-,-2 lir; dP. <14P • Aaj6 City/State/Zip:JQ2J/& -5 AgentBroker Telephone Number: Agent/Broker Email Address: ." Date:--—?-�2L NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid and award the contract to another contractor. If you have any questions concerning these, requirements, please contact the Purchasing Manager for the City of Lubbock at (806) 775-2165. BID #212-01/RS - WESTPORT APRON & TAXIWAY EXPANSION 4 PAYMENT BOND �� IOND `HECK $" RATING -A ES U C ENS EUI �,,!,TEXAS .- BOND NUMBER 929227339 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) KNOW ALL MEN BY THESE PRESENTS, that DUININCK BROS INC. 4701 HIGHWAY 377 P O BOX 735, ROANOKE, TX 76262 (hereinafter called the Principal), as Principal and NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, 333 SOUTH WABASH CHICAGO, IL 60604 (hereinafter called the Surety(s), as Surety(s) are held and firmly bound unto the CITY OF LUBBOCK (hereinafter called the Obligee), as Obligee, in the amount of FOUR MILLION EIGHT HUNDRED FORTY FOUR THOUSAND NINE HUNDRED TWENTY THREE AND 50/100 -DOLLARS ($4,844,923.50) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the 8th day of November, 2001 to Construct Bid #212 -01/1 -R -Westport Apron and Taxiway Expansion and said Principal under the law is required before commencing the work provided for in said contract to executes a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH that if the said Principal shall pay all claimants supplying labor and material to him or as subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER< that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal(s) and Surety(s) have signed and sealed this instrument this 20th day of November. 2001. NATI NAL IRE INSU RAN 'VARF HARTFORD DUININCK BROS, INC. sureit, Company Name (Principal) Annette K. Rengel, Attorney -in -Fact (Printed Name) ignature) VICE PRESMENT (Title) 6W The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Howard Cowan Bond Agency, Inc., 7814 Orlando, Lubbock, TX 79423, an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process my be had in matters arising out of such suretyship. Approved as to form: City of Lubbock By: /V -- fora.- /➢ -� 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. r*A State of Texas Claim Notice Endorsement To be attached to and from a part of Bond No. 929227339 . In accordance with Section 2253.021(f) of the Texas Government Code and Section 53.200(6) of the Texas Property Code any notice of claim to the named surety under this bond(s) should be sent to: CNA Surety 333 South Wabash Chicago, IL 60604 Telephone: (312) 822-5000 Form F6944 sin MR CORPORATE ACKNOWLEDGMENT STATE OF /re- aS )SS: n COUNTY OF DENTON ) On this day of 2001 before me personally appearedJAMES E. MELH® N to me known, who, being by me first duly sworn, did depose and say that he/she resides in 14", ; that he/she is the VICE PRESIDENT of DUiNiNCK BROS ING the corporation described in and which executed the foregoing instrument; that he/she knows the corporate seal of said corporation; that the corporate seal affixed to said instrument is such corporate seal; that it was so affixed by order and authority of the Board of Directors of said corporation, and that a signed his/her name ther to y like rd and a thority. Notary Public SURETY ACKNOWLEDGMENT STATE OF Minnesota )SS: COUNTY OF Hennepin ) I, Jacci A. Wacker Notary Public of Wright County, in the State of Minnesota do hereby certify that Annette K. Rengel , Attorney -in -Fact of The Continental Insurance Company, who is personally known to me to be the same person whose name is subscribed to the foregoing instrument, appeared before me this day in person, and acknowledged that she signed, sealed and delivered said instrument, for and on behalf of The Continental Insurance Company, for the uses and purposes herein set forth. Given under my hand and notarial seal at my office in the City of Minneapolis in said County, this 20th day of November, 2001. n n I t A Notary Public ..•,, JACCI A. WACKER NOTARY PUBLIC-MINNSSOTA MY COIAMI$SION EXPIRES 1.91.2005 M POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That CONTINENTAL CASUALTY COMPANY, an Illinois corporation, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, a Connecticut corporation, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a Pennsylvania corporation (herein collectively called "the CCC Surety Companies"), are duly organized and existing corporations having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signature and seals herein affixed hereby make, constitute and appoint T P Killeen Ross G Sinclair Annette K Rengel Lori L Robinson" Lois E. Wynecoop J. Danelski Douglas L. Miller, Mike Eberhardy, Jacci Wacker, Individual) of Minneapolis, Minnesota their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations 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 By -Laws and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the corporations. In Witness Whereof, the CCC Surety Companies have caused these presents to be signed by their Group Vice President and their corporate seals to be hereto affixed on this 6th day of July 1 1999 CONTINENTAL CASUALTY COMPANY �p�GASUq�Ty e� 114SURgyc `0 0° NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA C,opPOAAre a o? f0 ov SEAL 1897 HARD Marvin J. Cashion Group Vice President State of Illinois, County of Cook, ss: On this 6th day of July 1999 , before me personally came Marvin J. Cashion, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Chicago, State of Illinois; that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument; that he knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed "+ pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. "OFFICIAL SEAL" ANE FAULKNER DI liatmry per. 9Wq of )prods • • My Codon 1lom 9117101 ww My Commission Expires September 17, 2001 Diane Faulkner Notary Public CERTIFICATE I, Mary A. Ribikawskis, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of each corporation printed on the reverse hereof are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seals of the said corporations this 20th day of November 2001. OAS Uq MSURgtiCONTINENTAL CASUALTY COMPANY p �o�°A ►nce NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA 2�+ CCRPMAre Q �' SNC aWTfo b Z ? JULY 31, �J SQ—/i-kh a- C EAL `c s e 1902 Mary A. Ribikawskis Assistant Secretary .,,,,, (Rev.1011197) Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: 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 Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attomeys-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 Chairman of the Board of Directors, the President or any Executive, Senior or Group 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 17th day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group 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 signature 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." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: 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 V --Execution' of Obligations and Appointment of Attorney -in -Fact Section 2. Appointment of Attorney-in-fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution 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 Executive, Senior or Group Vice President 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 17th day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI 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 signature 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." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following Resolution duly adopted on February 17, 1993 by the Board of Directors of the Company. "RESOLVED: That the President, an Executive Vice President, or any Senior or Group Vice President of the Corporation may, from time to time, appoint, by written certificates, Attorneys -in -Fact to act in behalf of the Corporation in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such Attorney -in -Fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Corporation by their signature and execution of any such instrument and to attach the seal of the Corporation thereto. The President, an Executive Vice President, any Senior or Group Vice President or the Board of Directors may at any time revoke all power and authority previously given to any 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 17th day of February, 1993. "RESOLVED: That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Corporation may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17, 1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Corporation may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Corporation. Any such power so executed and sealed and certified by certificate so executed and sealed, shall with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Corporation." PERFORMANCE BOND D YNPi -CHECK ' ' BESIT RAT NG LICENS Q T -E AS BOND NUMBER 929227339 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that DUININCK BROS INC. 4701 HIGHWAY 377 P O BOX 735, ROANOKE, TX 76262 (hereinafter called the Principal), as Principal and NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, 333 SOUTH WABASH CHICAGO, IL 60604 (hereinafter called the Surety(s), as Surety(s) are held and firmly bound unto the CITY OF LUBBOCK (hereinafter called the Obligee), as Obligee, in the amount of FOUR MILLION EIGHT HUNDRED FORTY FOUR THOUSAND NINE HUNDRED TWENTY THREE AND 501100 -DOLLARS ($4,844,923.50) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the 8th day of November, 2001 to Construct Bid #212 -01/1 -R -Westport Apron and Taxiway Expansion """ and said Principal under the law is required before commencing the work provided for in said contract to executes a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal(s) and Surety(s) have signed and sealed this instrument this 20th day _ November, 2001. Su VA FIRE KSURVkNC OMP NY OF HARTFORD DUININCK BROS, INC. C N me (Princi al) By: \WYI�� Annette K. Rengel, ompany a p By: DAMES E. IMELHORN -in-Fact (Printed Name) v Signature) VICE PRESIDENT (Title) r^! The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Howard Cowan Bond Agengy, Inc. 7814 Orlando, Lubbock, TX 79423, an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process my be had in matters arising out of such suretyship. Approved as to form: City of Lubbock / By:.l�G 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. CERTIFICATE OF INSURANCE NOU727-2001 -10'55 DU I N I NCK BROTHERS 817 491 9528 P.02 /4LF4j"1j Vr-m 1 IPiLK i C Vr' LIHDILI i T 11110UMIAM-orIITZ17UL MODUC� ena ACIG INSURANCE AGENCY, INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 12222 MERIT DRIVE. SUITE 1660 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. DALLAS, TX 75251-0000 1 INSURERS AFFORDING COVERAGE (972) 702-9004 INSURED DUININCK BROS., INC. - - "----- - - - -- INSUI4ERA: AMERICAN-009rR CT0RS`1NS-CO:RRG" RON KUIKEN INSURERS: A9ER1CM*R1SK FUNDING•INS.-W . - P. O. BOX 735 INSURERC: ROANOKE, TX 76262 INSURER D: INSURER E: � 1 !--POLICIES. Af3f3RE0ATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. )D INDICATED. NOTWITHSTANDING CERTIFICATE MAY BE ISSUED OR ISIONS AND CONDITIONS OF SUCH LTR - —'- -- •• • --- -........... '-...... rr TYPE OF MSU-. 1 POLICY NUMBER I POLICY EFFECTIVE POUCYFXPIKATIONT-- DATE M DATfl ------ UMTS GENERAL LIABILITY I EACH OCCURRENCE S 1,000, 6 0 A X COMMERCUIL GENITAL LIABILITY ; GLR0100039 06101/01 06/01/02 FIRE DAMAGE (Any ane Am) s 1000,00000 MED EXP (Any one person) I CLAIMS MADE 1. X., OCCUR i , S D,� Q PERSONAL 6 ADV INJURY S 1,000,000 GENERAL AGGREGATE Is GEN'L AGGREGATE LIMIT APPLIES PER; PRODUCTS .COMP/OP AGG - - S - �1_006,000 - POLICY I ^1 'ECT I LOC AUTOMOBILE LIABILITY ALRO100014 06/01/01 1 06/01/02 COMBINED SINGLE LIMB S 1.000,000 A Xl ANY AUTO (Ea aticldent) X ji ALI. OWNED AUTOS l BODILY INJURY (Per person) I S SCHEDULED AUTOS Xi HIRED AUTOS BODILY INJURY i (Peraeedern)- X NON-OWNEDAUTOS PROPERTY DAMAGE �S ------------ (Peracddem) GARAGE LIABILITY AUTO ONLY. EA ACCIDENT IS ANY AUTO OTHER THAN EA ACC ; S , AUTO ONLY. .. AG . I s o(CES8 UAENUTY EACH OCCURRENCE ! s 1 OCCUR CLAIMS MADE AGGREGATE ; 5 DEDUCTIBLE f RETENTION g ' WORKERS COMPENSATION AND GOLOYEATUAULM WCDO100083 WCRO100068 06101/01 06/01/01 06/01/02 06/01/02 XTORY LIMBS ER EL. E CH ACCIDENT S 7,OatS�6C B _-_ E.L. DISEME - F -A EMPLOYEE s 1,000,00C E.L. DISEASE . POLICY LIMIT S t;OQ6;602 OTHER i f DES;Mpr oN OF OPERATMWLOCATtDNSMIOCLESMCLusIONS ADDED BY ENDORSEMENTSPC-CIAL PROVISKM The City of Lubbock i_s named as additional insured and afforded Waiver of Subrogation as thea interests may appear for Westport Apron & Taxiway Expansion, ITB#212-01/HS, FAA, AIP No. 3-48-0138-23-01_ CERTIFICATE HOLDER ; D;ISISe City of Lubbock P.O. Boa 2000 I1,1 Lubbock, T% 79457 NOV j 6 Z1C1 t ACORD 25;S (7197) sw ION LD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIC THEREOF, THE WSUIN0 INSURER WILL ENDEAVOR TO MNL 30 DAYS WRMTE E TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Eur FAILURE TO DO SO SHN iE NO C omATION OR L UUMLITY OF ANY ICIND UPON THE INSURER, rrS AGENTS C !SMrATIVM R1 q SENTATM OF ARTEX INSURANCE AGENCY. INC. ��''xx MAX E. LEWELS NOV727-2001 10:55 DU I N I NCK BROTHERS 817 491 .9528 P.03 � IY ✓V q�_ 7xu_ c.CK t irlLoA i c Or L11A011_1I i "wQu"P"'vr zCy. 05/3C THIS CERTIFICAI-E: 1S 1S8UED ASA MATTER OF INFORMATIOI P CUCER ONLY AND CONFER$ NO RIGHTS UPON THE CERTIFICATE The gays Grdup, Inc- I{gLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR IDS Center Suite 7.650 ALTER'THE COVERAGE AFFORDED 8Y THE POLICIES BELOV South Stu St. 2'. `nneapolis NN 55402 IN AFFORDING COVERAGE phone:612-333-3323 LURED INSURER LexiA ton 7;>zsurBnC® CO. INSURER B, Duininck Bros Inc. INSURER o: ACtA :NNMS . Ru;LfCen 470, a e=� 7 62 62 3 7 INSURER D: INSURER E: WERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE PODGY PERIOD INDICATED. BE ISSUED OR DING „ANY R9QUIRE4ENT-TERM ORCONOMON OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECTTC WHICH THIS CERTIFICATE MAY BE ISSUED OR aAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS of SUCH ,OLICIES. AGOREGATE LIMITS SHOWN MAY HAVE DEW REDUCED BY PAID CLAIMS. UMTS POLICY NUMBER AT8 MID DATE MM1D LTR TYPE OF INSURANCE EACH OCCURRENCE S GENERAL LIABILITY FIRE DAMAGE (Any one Pro) S COMMERCIAL GENERAL LABILITY MED EXP (Any one person) S Fl OCCUR S CLAIMS MADE PERSONAL 3 ADV INJURY S I nw GENERAL AGGREGATE Z PRODUCTS - COMMP AGO S GEN L AGGREGATE LIMIT APPLIES PER: POLICY PRO- LOC JECT COMBINED SINGLE LIMIT S AUTDMOOM LIABILITY (Em accident) ANY AUTO $ INJURY ALL OWNED AUTOS (peerr person) SCHEDULED AUTOS BO INJURY $ HIRED AUTOS (Per scatILY NON-OWNfi0AUT09 E L(PROP erg) AUTO ONLY - EA ACCIDENT S �` GARAGE LIABILrrY EA ACC S ANY AUTO rOTHERON - AGO S EACH OCCURRENCE 5 310 00,000 EXCESS LIABILITY OCCUR El CLAIMS MADE 5678436 06/01/01 06/01/02 AGGREGATE s 5,000, 000 A x S OEDUCTIDLE s RETENTION S TORY LIMITS ER WORKERS COMPENSATION AND E.L.EACH ACCIDENT S EMPLOYEWUAWLITY _ E.L. DISEASE - E4 EMPLOY10 S E.L DISEASE - POLICY LIMIT S F—Fa-w-HER RONOFOPERATivranl.wnwnw.o.w..•..�.--._-_.._-.-^_ --- - The City of: Lubbock is named as additional insured and afforded Waiber of Subrogation as their interests may appear for Westport Apron & Taxiway Expansion, ITB#212-Q1/RS, BAA Aip No. 3-48-0138-23-01. CERTIFICATE HOLDER ADDITIONAL INS,UR`EDD; INSURER LETTER: City of Lubbock v p.0. Boa 2000 Lubbock, TX 79457 NOV 1 6 2001 CANCELLATION mt1mANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 'E ES09 TITHERC-OF,THE ISSUING INSURERWILLwOFAVORTO MAIL 30 DAYSEN il ETD 114E CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO DOALL ENO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR NOV-27-2001 10:55 DUININCK BROTHERS ACICRRG 817 491 9528 P.04 CG 20 10 1185 This endorsement forms a part of policy number GLR019003_9 issued to Duininck om anies and is effective 06/01/01 (12:01 A.M.) ADDITIONAL INSURED — OWNERS, LESSEES OR CONTRACTORS (FORM B) .. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LTABYLITY COVERAGE PART' SCHEDULE Name of Person or Organization: -^ ANX PERSON OR ORGANIZATION THAT THE INSURED HAS AGREED AND/OR IS REQUIRED BY CONTRACT TO NAME AS AN ADDIIZONAL INSURED. �. appears (If no entry a above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WI40 IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you - IT is ou. ITIS FURTHER AGREED THAT THE XNSURANCEPROVIDED BY INSURED HALL APPLY AS IS ENDORSEMENT IS PRIMARY. OTHER INSURANCE AFFORDED TO TI -IE ADDITIONAL EXCESS OF, AND DOES NOT CONTRIBUTE, WITH THE INSURANCE PROVIDED EY THIS ENDORSEMENT. CG 20 10 11$5 r)A:jh:8795 I N •wpd14/26101 Copyright, Insurance Services Office, Inc. 4 NOV 1 6 2001 HUMAN RESOURCES/RISK TOTAL P.04 P" CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19 -point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: MW 2 o, .4► REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512)440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services.❑ 3 P +u�t CONTRACT a � �. •int' yY, iW1 CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 8th day of November, 2001 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Duininck Bros. Inc. of the City of Roanoke, County of Denton and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID #212-01/LR - WESTPORT APRON & TAXIWAY EXPANSION - $4,844,923.50 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Conditions of the Agreement. The CONTRACTOR hereby agrees to commence work within five (5) days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereoLaockded therein. IN WITNESS WH Texas in the year an ATTEST: APPROVED AS TO CONTENT: � c ner's Representati e APPROVED AS TO FORM: '40 City Attorney ATTEST: . Corporate Secretary presents have executed this agreement in Lubbock, Lubbock County, CI LUBBOCK, TE S O NER) By: MAYOR CONTRACTOR: DIJININCK BROS. INC. B PRINTED NAME: JADES E. MEL OPN . TITLE: VICE PRESIDENT COMPLETE ADDRESS: Duininck Bros. Inc. P.O. Box 735 Roanoke,Texas 76262 f .�. P GENERAL CONDITIONS OF THE AGREEMENT MM 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit DUININCK BROS. INC. who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative, JOHN MCGINLEY, DEPUTY DIRECTOR, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid Submittal Form including "Exhibit A", Signed Contract, Statutory Bonds, General Conditions of the Agreement, Special Provisions, Technical Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or ., words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless r W otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality and free from material defects. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE �. The Contractor shall be furnished ten (10) copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. Additional sets of plans and specifications may be purchased by Contractor at Contractor's expense for the price of $60.00 per set. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the !^^ executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. p- 13. LINES AND GRADES All lines and grades shall be furnished by the Contractor whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Contractor to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Contractor at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's ., Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be 2 ca any ecision or irection y 0' er's Representative. In the absence of timely written objection l6ndardays'of 6 decision - di b Owner's ct by C66trakt6r, as provided herein, any and all objection or'objections shall be deemed waived. CE Mb .. .. ..... .. SUPERINTENDENCE INSPECTION 10'' t� It is agreedby the C n ractor that the bwner s Representative sha11 bean is hereby authorized to appoint from time to time such subordinate- engineers, supervisors, or inspectors as the said Owners R60e6s6ritativemay deem proper . p I er I il o I ins I p I e , c t 1;1 t e m at -1, hals furnished and the work -don6'uindbr'thi� Adr6eiTient,Eirid to see that said material is, furnished and said Work is done in accordance With the specifications therefore. The Contractor shall f Is a inspectors for the 6rh' h-l�l�6asonable'a'idand'assis'xance--r'-e"q'u'irdd ythesu subordinate e engineers, supervisors orin pecto k ' heContract6rs shall obey the direction proper inspection and examination o thewor . T d s and instructionssubordinate engineers, supervisors or inspectors so I appointed, when such directions and ' of any in"struci'i'onsare "6onsistent with the''oblig6tionsofthis Ag-r66r*ibht-6hd acco'm-pa'n-yi'ng"0466's;dhd"si�eci�ications or orders by any sub'rdinate engineer, supervisor or provided however, s'hou the Contractor object to any ord n 0 inspector, the Contractor May within fifteen (15) calendar days make written appeal to the Owner's 'Represent6tive for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. MIM -vision by all r 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of anymaterials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. :The building of structuresfor the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21 OBSERVATION AND TESTING The Owner or Owner's Representative shall have the righf 'at all't mes to obseive and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such'errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or, consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at alocation where it is not convenient for Owneror Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected'at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, "Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 2. DEFECTS AND THEIRREMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans,` specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 4 �., er.agrees that the Owner may maKe such changes ana alterations as the owner may see TIT, m dimensions, plans or materials for the work herein contemplated, or any part thereof, either ;ginning of the construction, without affecting the validity of this contract and the If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis Tor a_ claim for damages; or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according `to the quantity actually done and at the unit price established for such work,under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make . such changes or alterations as shall make useless any work already done or material already furnished or used in 'said workthenthe Owner shall recompense the Contractorfor any material or labor so used, and for actual :expenees�incurred in preparation for the work as originally planned. The term "extra work" as used in this contract shall be understood to I 11 mean and include all work that may be requ.iredb the Owner or Owners Re resentative to be done b the C ntracior to accr y' y p y orriplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. I presented with a written work order signed by the Owner's Representative; subject, however, to the right of :ontractor to require written confirmation of such, extra work order _bythe Owner. Itis also agreed that the Sensation to be paid to the Contractor for performing said extra work shall be determined- by the following ey agreea unit prices; or - vy ayccu w�N �ui, vi If neither Method '(A) or Method (B) be agreed upon before the extra work`is commenced, then, the Contractor; shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (i5°/a) percent; or (2) the amount that would havebeen by a reasonable and prudent Contractor as a reasonable and necessary cost for perf rmanceoofthe extra work. Inthe event said extra work be performed and paid for under Method (C)(1), then tFie provisions of this paragraph shall apply and the 'actual t eCd cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, 'mechanics and `laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together w6'all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required bylaw or ordinances or directed,by the Owner or Owner's Representative, or by them agreed to 7 Owner's Representative may direct the form in which accounts of the actual field „cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's,. Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be Expenses adopted by theAssociated General Contractors ,'unless otherwise specified, of tof America.he latest Schedule practical, th and Ownership ctical, the terms and prices for the use of machinery and equipment shall be incorporated in the „written extra. work order.. The fifteen percent (15%} of the actual field cost to be paid to Contractor shall cover compensate Contractor for its profit, overhead, general superintendence' and field office expense, and all other elements of cost and_ expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarilyon account of such Extra Work,th? a yam. en the cost to `maintain and operate the same shall No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should adifference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C)(1) If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owner's Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the;work to be included and has provided sufficient sums in its bid to complete the work in accordance — with these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than ten (10) calendar days prior to the opening of bids. 26. RIGHT OFOVI7NERTO'MODIFY'IIILETHODSAND If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEESTAND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable -precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, — expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any ` manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. 6 -, No Text a C. Comprehensive Automobile Liability Insurance. The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. The City of Lubbock is to be named as additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. `' Builder's Risk Insurance/Installation Floater Insurance. The Contractor shall obtain a Builder's Risk policy in the amount of 0% of the total contract price (100% of potential' loss) naming the City of Lubbock as insured. E. Umbrella Liability'lnsurance The Contractor shall have Umbrella Liability Insurance in the amount of $0 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Worker's Compensation and Employers Liability Insurance Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least statutoryl$500.000.00. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC- 83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor' in Section 11406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper' reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas tabor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new -- certificate of coverage with the governmental entity showing that coverage has been extended. 8 --;, No Text 10.By signing this contract or providing or causing to tie provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the w` duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading` information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy "and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. - (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policylimits are paid, new policy must besecuredfor new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the --° project based on proper reporting of classification codes and payroll amounts and filling of any coverageagreements; (b) provide a certificate of coverage showing workers' compensation coverage to the ;governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage,'prior 6'66t person'beginning work on the project, so the governmental entitywill 'ha\ie ori file certificates of coverage showing coverage for all persons providing services on the project; and 10 No Text (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor. (1) a certificate of coverage, prior to the other person beginning work on the project; and _ (2) prior to the`end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i) -(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES r Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCOTITRACTC)RS, LABORE2$: IGITt=RA� ANSCRNSIifS�a OF MACHINERY, EQUIPMENTAND SUPPLIES . Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in anyway, manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof,` equipment; power tools; and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, - discharged or waived. If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain unpaid, in addition to any statutory retainage rights it may have, 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. 31. PROTECTlbgA'GAINST ROYALTIES' OR`PATENTI"NVERV N - The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except 12 gulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, e indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the wrier, and all of its officers, agents, and employees against any claims arising from the violation of any such ws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor )serves that the plans and specifications are at variance therewith, he shall _notify the Owner's Representative in rting priorto bidding and any necessary changes shall be adjusted as provided in the contract for changes in the irk. In the absence of timely written notification to Owner's Representative of such variance, or variances within td'tirrme, any objection and/or assertion that the, plans and specifications are at variance with any federal, state or cal laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors rforni any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's epresentative, Contractor shall bear all costs arising therefrom. unic'ipal corporation'of the State of Texas and the law from i", it derives its,powers, insofar as s the objects for which, or the manner in which, or the conditions under which the Owner may ts, shall be controlling, and shall be considered as part of this contract to the same effect as herein. The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract: t ' �Contractorfurther agrees that subletting of any portion or feature of the work, or materials required inthe performance ofthis contract, shall not relieve the Contractor from its full,obligations to the Owner, as provided by the contract documents. Y u11um.7tVvu. 01 lu 1l Iulually QylGGY \Jy Cll lu UC kv.GG g1 u1 ----4— u,,..v a.�v„v, .,.v., .........v ....v ... and time for completion as specified in the contract documents, of work to be done hereunderare conditions of this contract; and it is further mutually understood and agreed that the work embraced in ct shall be, commenced as provided in'tl a contract documents itractor snoula„negiect, tau, or recuse to suostantiany compete ine worK wnnm use urne I 1t:1,U1111 sNCanlGu, ,on tractor does hereby agree as part of the consideration for the awarding of this contract, the Owner fold permanently from Contractor's total compensation, the sum of $500 (FIVE HUNDRED DOLLARS) (, not as a penalty, but as liquidated damages for the breach of the contract_as ,herein set forth for each y j�working day that the Contractor shall be in defaultaftertime„stipulated for substantially completing ;ssly understood and agreed, by and between Contractor and, the Owner; that the time for'the substantial m of the work described herein is reasonable time for the completion of the same, taking into )tion the average climatic range and conditions and usual industrial conditions prevailing in this locality. Unt is fixed and agreed upon by and between the Contractor and the because the actualdamages the Owner wo�� sustain„in such event would be difficult and/or impossible to estimate, however, the amount g p rein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach,___ x IT IS FURTHERAGREED ANb` UNDERSTOOD BETWEEN`TiECON C AN NER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT: W 35. `TIME AND ORDER OF COMPLETION' slt is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid in full recognition of the time require-d'for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall notbe entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the'Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where "the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS _.. " " No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 14 .ontractor shall take,proper means to protect the aojacent or aojoining property or properties in any way 7, 1,, which may be injured or seriously affected by any process of construction to be undertaken under _ igreement, from any damage or injury by reason of said process of construction; and Contractor shall be for any and all claims for such damage on account of his failure to fully protect all.adjacent property. Without ig; in any way; nidhti 'and form, the indemnity provided by Contractor in paragraph 27 hereof, the ractor agrees to indemnify, save and hold harmless the Owner and any of its officers, agents and employees, ist any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising or growing out of the performance of this contract. onsideration of the furnishing of all necessary labor, equipment and material and the completion of all work by Contractor, and ondeliveryof all materials embraced in this contract in full „conformity with the 66cat ons and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to -.ive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all erases incurred by Contractor and for well and._truly performing the same and the whole thereof in the -manner according to this agreement, the attached specifications, plans, contract documents and requirements of ri r s. Representative. F No payments made or certificates given shall be considered as conclusive evidence.of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective Work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's _ Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection Wit th worknd n lren nal payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there h the work Before f are h g s against Owner's premises by reason of any work under the contract.. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore,beentimely filed as provided in this contract. ;forethe tenth day of each month, the Contractor shall submit to Owner's. Representative an application al payment or, if the Contractor does not submit_such, application, the Owner's Representative shall ie the, amount to be partially paid. Owner's Representative shall review said application for partial t if submitted, and he progress of the work made by the Contractor and if found to be in order, shall a certificate for partial payment showing as completely as practical the total value of the work. done by the for up to and including the last day of the preceding month. The determination of the partial payment by er's Representative shall be in accordance with Paragraph 14 hereof._ tative's Certificate of Parfial Payment, less 5% of the amount thereof, which 5% shall be payment, and further, less all previous payments and all further sums that may be retained by Inial payment maoe nereunder snap no[ consinuie. a Waver„Dy Ale vwrier ui airy di u an utimi liynts w the express terms'of the contract documents. and all remedies provided therein, as to any and all work ned, to be performed and/or materials delivered hereunder, including, but limited to, work to_which _said payment is attributable. 5• � C c$ vA 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final -- d6mpletion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. - Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) 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, in the am nIii:fwithheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given anydirection, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right 16 ,n der, this; Contract.' ontract Ifthe matters set forth in the notice of dispute are not granted or otherwise responded to by ., w.,,.,.„.�. .. ✓ner's Representative within fifteen (15)ticalenda� days o receipt"of notice of dispute by Owner's Representative, i1-1 bjections shall be deemed derned Any decision by the Owner's Representative, or deemed denial by the vner's Representative, shall be final and conclusive in the absence-of„fraud Itis further agreed that the ceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and nstitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's ;presentative, by Contractor. (1) abandon and tan or retuse towresume worK,wimm rITe(qn t 10) calenuar uays a,Ler caner or the Owner's Representative, or (2) if the Contractor fails to comply with the ive, when such orders are consiste Represenfatnt with this contract, then the Surety n writing and directed to complete the work and a copy of said notice shall be n the event a bond is not required by law, or otherwise obtained by the Contractor, no no lance I to Contractor shall be required. une equipment, tools, , ry, q pmentmaterials or supplies then on the job, but the same, together with any materials and )merit under the contract for work, may held for use on the work by the Owner or the Surety of the ractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or t therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for r paragraph 24 of this contract); it being understood that the use of such equipment and materials will ately reduce the cost to complete the work and be reflected in the final settlement. event the Contractor; or Surety, whichever is applicable, should fail to commence compliance with the notice nbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with :nceto complete the project as contemplated and in compliance with all terms and provisions of the contract ments, then the Owner may exercise any and all remedies available to it, -pursuant to law, contract, equity or wise, including, but not limited to, providing for completion of the work in, either of the following elective he Owner may employ such torce of men and use or macrnnery, equipment, toois, rnater ais d1JU ipplies as said Owner may deem necessary to complete the work and .charge the expense of such labor, achinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at,any time ac me due'to'the Contractor under and by virtue of this Agreement._ In case,such expense is less than, 1e sum which would have been payable under this contract, if the same had been completed by the ontractor, then saidConfractor shall receive the difference In case such expense is greater than_ the µ..x ua, Jrh w ich would have been payable under this contract, if the same had been completed by said _ ontractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or ring a general circulation in the.,County of location of the work, may let the contract for the completion of -work under substantially the same terms and conditions which are provided in this contract. In case of increase in cost t6the Owner under the new contract as compared to what would_havebeen the cost ler this contract, such increase shall be charged to the Contractor and the Surety shall be and remain end therefore, Should the costato complete any suchnew contract prove to be less than that which Old have been the cost to`complete the work under this contract, the Contractor or his Surety shall be. ent the.Owner's Representative elects to, complete the work, as described above, wnen the worK snap n fi_na11y completed, the Contractor and his Surety shall be so notified and certification of completion as I in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the,contract ,,, , certified to by Owner's Representative as being correct shall then be prepared and delivered to In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contra, r and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over f to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. -» The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contractor otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOFMREMEDY' The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall - be submitted on forms acceptable to the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL PROVISIONS In the event special provisions are contained herein as part of the contract documents and said special provisions conflict with any of the general conditions contained in this contract, then in such event the special provisions shall control. In the event there is a discrepancy between the specifications and the general conditions, the specifications shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICPPATED Ct2CUMSTA Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the -- work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution`of the work, shall be sustained and borne by the Contractor at his own cost and expense. 18 mtractor is, and shall remain, an independent contractor with tull, complete ana exclusive power ana aumonry to ,ect, supervise, and control its own employees and to determine the method, of the performance of the _work vered hereby. The fact that the Owner or_Owner'ss Representative shall have,the right to observe Contractor's irk during Contractor's performance and to carryout the other prerogatives which are expressly reserved to and �sted in the Owner or Owner's Representative hereunder, is not intended to and shall notpat any time change or feet the" status _iof the Contractor as an independent contractor with respect to either the Owner or Owner's ;presentative or to the Contractor's'own employees or to any other person, firm, or corporation. , and r may'remove the debris and charge the cost to the Contractor. JCES AND A81315STOS Hazardous Substances (herein so called), as defined inthe Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.CS. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other, petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. if Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate, upon the site of the Project or other property of�the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/orasbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action: Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If , the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representativeshall consent„to the request of Contractor; Contractor shall beWresponsible for ensuring `that al( personnel involved in the _Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Subst'ance's, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear,'necessary to provide protection from exposure to Hazardous Substances,`hydrocarbons or other petroleum products or byproducts and/or asbestos. FAA GENERAL CONDITIONS N 9R* GENERAL PROVISIONS (FAA AC 150/5370-10A, STANDARDS FOR SPECIFYING CONSTRUCTION OF AIRPORTS) Section 10 Definition of Terms Paragraph 10-01 AASHTO 10-02 Access Road 10-03 Advertisement 10-04 AIP 10-05 Air Operations -Area 10-06 Airport 10-07 ASTM 10-08 Award 10-09 Bidder 10-10 Building Area 10-11 Calendar Day 10-12 Change Order 10-13 Contract 10-14 Contract Item (Pay Item) 10-15 Contract Time 10-16 Contractor 10-17 Drainage System 10-18 Engineer 10-19 Equipment 10-20 Extra Work 10-21 FAA 10-22 Federal Specifications 10-23 Inspector 10-24 Intention of Terms 10-25 Laboratory 10-26 Lighting 10-27 Major and Minor Contract Items 10-28 Materials 10-29 Notice to Proceed 10-30 Owner (Sponsor) 10-31 Pavement 10-32 Payment Bond 10-33 Performance Bond 10-34 Plans 10-35 Project 10-36 Proposal 10-37 Proposal Guaranty 10-38 Runway 10-39 Specifications 10-40 Structures 10-41 Subgrade 10-42 Superintendent 10-43 Supplemental Agreement 10-44 Surety 10-45 Taxiway 10-46 Work 10-47 Working Day Page 1 Z 1 1 1 1 1 1 1 1 1 2 2 2 2 2 2 2 2 2 2 3 3 3 3 3 3 3 4 4 4 4 4 4 4 4 4 4 4 5 5 5 5 5 5 5 rM Section 20 Proposal Reouirements and Conditions Paragraph Page 20-01 Advertisement (Notice to Bidders) - Deleted 6 20-02 Prequalification of Bidders 6 20-03 Contents of Proposal Forms 6 20-04 Issuance of Proposal Forms 7 20-05 Interpretation of Estimated Proposal Quantities 7 20-06 Examination of Plans, Specifications and Site 7 20-07 Preparation of Proposal 8 20-08 Irregular Proposals 8 20-09 Bid Guarantee 9 20-10 Delivery of Proposal 9 20-11 Withdrawal or Revision of Proposals 9 20-12 Public Opening of Proposals 9 20-13 Disqualification of Bidders 9 Section 30 Award and Execution of Contract 30-01 Consideration of Proposals 11 30-02 Award of Contract 11 30-03 Cancellation of Award 11 30-04 Return of Proposal Guaranty 11 30-05 Requirements of Contract Bonds 12 30-06 Execution of Contract 12 30-07 Approval of Contract 12 30-08 Failure to Execute Contract 12 50-09 Section 40 21 ., Scope of Work 40-01 Intent of Contract 13 40-02 Alteration of Work and Quantities 13 40-03 Omitted Terms 13 40-04 Extra Work 14 40-05 Maintenance of Traffic 14 40-06 Removal of Existing Structures 15 40-07 Rights in and Use of Materials Found in the Work 16 40-09 Final Cleaning Up 16 Section 50 Control of Work 50-01 Authority of the -Engineer 18 50-02 Conformity with Plans and Specifications 18 50-03 Coordination of Contract, Plans and Specifications 19 50-04 Cooperation of Contractor 19 50-05 Cooperation Between Contractors 20 50-06 Construction Layout and Stakes 20 50-07 Automatically Controlled Equipment 20 50-08 Authority and Duties of Inspectors 20 50-09 Inspection of the Work 21 ii Cont. Section 50 Control of Work Paragraph 50-10 Removal of Unacceptable and Unauthorized Work 50-11 Load Restrictions 50-12 Maintenance During Construction 50-13 Failure to Maintain the Work 50-14 Partial Acceptance 50-15 Final Acceptance 50-16 Claims for Adjustment and Disputes Page 21 22 22 23 23 23 23 25 25 26 26 27 27 28 28 29 29 29 29 30 30 30 31 32 32 33 33 33 34 34 36 36 36 36 36 38 38 Section 60 Control of Materials 60-01 Source of Supply and Quality.Requirements 60-02 Samples, Tests and Cited Specifications .., 60-03 Certification of Compliance 60-04 Plant Inspection 60-05 Engineer's Field Office and Laboratory 60-06 Storage of Materials 60-07 Unacceptable Materials 60-08 Owner Furnished Materials Section 70 Legal Regulations and Res-ponsibility to Public 70-01 Laws to be Observed 70-02 Permits, Licenses and Taxes 70-03 Patented Devices, Materials and Processes 70-04 Restoration of Surfaces Disturbed by Others 70-05 Federal Aid Participation 70-06 Sanitary, Health and Safety Provisions 70-07 Public Convenience and Safety 70-08 Barricades, Warning Signs and Hazard Markings ,..� 70-09 Use of Explosives 70-10 Protection and Restoration of Property and Landscape 70-11 Responsibility for Damage Claims 70-12 Third Party Beneficiary Clause 70-13 Opening Section of the Work to Traffic 70-14 Contractor's Responsibility for Work 70-15 Contractor's Responsibility for Utility Service and Facilities of Others 70-16 Furnishing Rights -of -Way 70-17 Personal Liability of Public Officials 70-18 No Waiver of -Legal Rights 70-19 Environmental Protection 70-20 Archaeological and Historical Findings Section 80 Prosecution and Pro rg ess 80-01 Subletting of Contract 80-02 Notice to Proceed owl Page 21 22 22 23 23 23 23 25 25 26 26 27 27 28 28 29 29 29 29 30 30 30 31 32 32 33 33 33 34 34 36 36 36 36 36 38 38 Page 38 39 39 40 41 43 43 44 46 49 49 49 50 51 52 53 53 Section 80 "^ Cont. Prosecution and Progress Paragraph 80-03 Prosecution and Progress 80-04 Limitation of Operations 80-05 Character of Workers, Methods and Equipment 80-06 Temporary Suspension of the Work ,�.., 80-07 Determination and Extension of Contract Time 80-08 Failure to Complete on Time 80-09 Default and Termination of Contract 80-10 Termination for National Emergencies Section 90 ., Measurement and Payment 90-01 Measurement of Quantities 90-02 Scope of Payment 90-03 Compensation for Altered Quantities 90-04 Payment for Omitted Items 90-05 Payment for Extra and Force Account Work 90-06 Partial Payments 90-07 Payment for Materials on Hand 90-08 Payment of Withheld Funds 90-09 Acceptance and Final Payment Page 38 39 39 40 41 43 43 44 46 49 49 49 50 51 52 53 53 rn W GENERAL PROVISIONS SECTION 10 DEFINITION OF TERMS Whenever the following terms are used in these specifications, in the contract, in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: "^ 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. .., 10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. i0-03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-04 AIP. The Airport Improvement Program, a grant-in-aid program, administered by the Federal Aviation Administration. 10-05 AIR.OPERATIONS AREA. For the purpose of these specifications, the term air operations area shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An 'air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron. 10-06 AIRPORT. Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft, and includes its buildings and facilities, if any. 10-07 ASTM. The American Society for Testing and Materials. 10-08" AWARD. The acceptance, by the owner, of the successful bidder's proposal. 10-Og BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits_a proposal for the .work contemplated. 10-i0 BUILDING AREA. An area on the airport to be used, considered, or intended to be used yfor airport buildings or other airport facilities or rights-of-way together with all airport buildings and facilities located thereon. 10-11 CALENDAR DAY. Every day shown on the calendar. Revision Date: 11/01/90 1 10-12 CHANGE ORDER. A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, shall be within the scope of the contract. 10-13 CONTRACT. The written agreement covering the work to be performed. The awarded contract shall include, but is not limited to: The Advertisement; The Contract Form; The Proposal;. The Performance Bond; The Payment Bond; any required insurance certificates; The Specifications; The Plans, and any addenda issued to bidders. 10-14 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the contract. 10-15 CONTRACT TIME. The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that date. 10-16 CONTRACTOR. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10-17 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-18 ENGINEER. The individual, partnership, firm, or corporation duly authorized by the owner (sponsor) to be responsible for engineering supervision of the contract work and acting directly or through an authorized representative. 10-19 EQUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10-20 EXTRA WORK. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but -which is found by the Engineer to be necessary to complete the work within the intended scope of the contract as previously modified. 10-21 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, Revision Date: 11/01/90 2 FAA shall mean the Administrator or his/her duly authorized representative. 10-22 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, and supplements, -amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. 10-23 INSPECTOR. An authorized representative _of_the Engineer assigned to make all necessary inspections and/or tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor. 10-24 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the words ``directed,'' "required," "-permitted,'' " ordered, " " designated, " "Prescribed," or words of the like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words " approved, " ``acceptable, " ``satisfactory,'' or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the owner. Any reference to a specific requirement.of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference. 10-25 LABORATORY. The official testing laboratories of the owner or such other laboratories as may be designated by the ."" Engineer. 10-26 LIGHTING. A system of fixtures providing or controlling ^� the light sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface. 10-27 MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall be any item that is listed in the proposal, the total cost of which is equal to or greater than 20 percent of the total amount of the award contract. All other items shall be considered minor contract items. 10-28 MATERIALS. Any substance specified for use in the construction of the contract work. 10-29 NOTICE TO, PROCEED., A written notice to the Contractor to begin the actual contract work on a previously agreed to date. Revision Date: 11/01/90 3 M" If applicable, the Notice to Proceed shall state the date on which the contract time begins. 10-30 OWNER (SPONSOR). The term owner shall mean the party of the first part or the contracting agency signatory to the contract. For AIP contracts, the term sponsor shall have the same meaning as the term owner. 10-31 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as a single unit.. 10-32 PAYMENT BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that he will pay in full all bills and accounts for materials and labor used in the construction of the work. 10-33 PERFORMANCE BOND The approved form of security furnished by the Contractor and his/her surety as a guaranty that the Contractor will complete the wort: in accordance with the terms of the contract. 10-34 PLANS. The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications. 10-35 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-36 PROPOSAL. The written offer of the bidder (when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and specifications. 10-37 PROPOSAL GUARANTY. The security furnished with a proposal ..to guarantee that the bidder will enter into a contract if his/her proposal is accepted by the owner. 10-38 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. 10-39 SPECIFICATIONS. A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically. 10-40 STRUCTURES. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, handholes, lighting fixtures and bases; transformers; Revision Date: 11/01/g0 4 flexible and rigid pavements; navigational aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. 10-41 SUBGRADE. The soil which forms the pavement foundation. 10-42 SUPERINTENDENT. The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and ._direct the construction. -• 10-43 SUPPLEMENTAL AGREEMENT. A written agreement between the Contractor and the owner covering: (1) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25 percent, such increased or decreased work being within the scope of the originally awarded contract; or (2) work that is not within -the scope of the originally awarded contract. 10-44 SURETY. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds which are furnished to the owner by the Contractor. 10-45 TAXIWAY. For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways or aircraft parking areas. .� 10-46 WORK. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the contract, plans, and specifications. 10-47 WORKING DAY. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least 6 hours toward completion of the contract. Unless work is suspended for causes beyond the Contractor's control, Saturdays, Sundays and holidays on which the Contractor's forces engage 'in regular work, requiring the presence of an inspector, will be considered as working days. END OF SECTION 10 Revision Date: 11/01/90 ki 5 SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS 20-01 ADVERTISEMENT (Notice to Bidders). A copy of the advertisement is included elsewhere in this bid package. 20-02 PREQUALIFICATION OF BIDDERS. Each bidder shall furnish the owner satisfactory evidence of his/her competency to perform the proposed work. Such evidence of competency, unless otherwise specified, shall consist of statements covering the bidder's past experience on similar work, a list of equipment that would be available for the work, and a list of key personnel that would be available. In addition, each bidder shall furnish the owner satisfactory evidence of his/her financial responsibility. Such evidence of financial responsibility, unless otherwise specified, shall consist of a confidential statement or report of the bidder's financial resources and liabilities as of the last calendar year or the Contractor's last fiscal year. Such statements or reports shall be certified by a public accountant. At the time of submitting such financial statements or reports, the bidder shall further certify whether his/her financial responsibility is approximately the same as stated or reported by the public accountant. If the bidder's financial responsibility has changed, the bidder shall qualify the public accountant's statement or report to reflect his/her (bidder's) true financial -- condition at the time such qualified statement or report is submitted to the owner. Unless otherwise specified, a bidder may submit evidence that he is prequalified with the State Highway Division and is on the current "bidder's list" of the state in which the proposed work is located. Such evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports hereinbefore specified. Each bidder shall submit "evidence of competency'' and "evidence of financial responsibility'' to the owner no later than 10 days prior to the specified date for opening bids. 20-03 CONTENTS OF PROPOSAL FORMS. The owner shall furnish bidders with proposal forms. All papers bound with or attached to the proposal forms are necessary parts and must not be detached. The plans --specifications, and other documents designated in the proposal form shall be considered a part of the proposal whether attached or not. Revision Date: 11/01/90 6 20-04 ISSUANCE OF PROPOSAL FORMS. The owner reserves the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons: a. Failure to comply with any prequalification regulations of the owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force (with the owner) at the time the owner issues the proposal -to a prospective bidder. c. Contractor default under previous contracts with the owner. d. Unsatisfactory work on previous contracts with the owner. 20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of quantities of work to be done and materials to be furnished under these specifications -is -given in the proposal. It is the result of careful calculations and is believed to be correct. Itis given only as a basis for comparison of proposals and the award of the contract. The owner does not expressly or by implication agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. 20-06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The bidder is expected to carefully examine the site of the proposed work, the proposal, plans specifications, and contract forms. He shall satisfy himself as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract._ The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed- contract, plans, and specifications. Boring logs and other records of subsurface investigations and tests are available for inspection of bidders. It is understood and agreed that such subsurface information, whether included in the plans, specifications, or otherwise made available to the Revision Date: 11/01/90 7 n 20-04 ISSUANCE OF PROPOSAL FORMS. The owner reserves the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons: a. Failure to comply with any prequalification regulations of the owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force (with the owner) at the time the owner issues the proposal -to a prospective bidder. c. Contractor default under previous contracts with the owner. d. Unsatisfactory work on previous contracts with the owner. 20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of quantities of work to be done and materials to be furnished under these specifications -is -given in the proposal. It is the result of careful calculations and is believed to be correct. Itis given only as a basis for comparison of proposals and the award of the contract. The owner does not expressly or by implication agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. 20-06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The bidder is expected to carefully examine the site of the proposed work, the proposal, plans specifications, and contract forms. He shall satisfy himself as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract._ The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed- contract, plans, and specifications. Boring logs and other records of subsurface investigations and tests are available for inspection of bidders. It is understood and agreed that such subsurface information, whether included in the plans, specifications, or otherwise made available to the Revision Date: 11/01/90 7 bidder, was obtained and is intended for the owner's design and estimating purposes only. Such information has been made available for the convenience of all bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions, deductions, or conclusions which he may make or obtain from his/her examination of the boring logs and other records of subsurface investigations and tests that are furnished by the owner. 20-07 PREPARATION OF PROPOSAL. The bidder shall submit his/her, proposal on the forms furnished by the owner. All blank spaces in the proposal forms must be correctly filled in where indicated' for each and every item for which a quantity is given. The bidder shall state the price.(written in ink or typed) both in words and numerals for which he proposes to do each pay item furnished in the proposal. In case of conflict between words and - numerals, the words, unless obviously incorrect, shall govern. The bidder shall sign his/her proposal correctly and in ink. If the proposal is made by an individual, his/her name and post office address must be shown. If made by a partnership, the name and -post office address of each member of the partnership must be shown. If made by a corporation, the person signing the proposal shall give the name of the state under the laws of which the corporation was chartered and the name, titles, and business address of the president, secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of his/her authority to do so and that the signature is binding upon the firm or corporation. 20-08 IRREGULAR PROPOSALS. Proposals shall be considered irregular for the following reasons: a. If the proposal is on a form other than that furnished by the owner, or if the owner's form is altered, or if any part of the proposal form is detached. b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind which make the proposal incomplete, indefinite, or otherwise ambiguous. c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit price. d. If the proposal contains unit prices that are obviously unbalanced. e. If the proposal is not accompanied by the proposal guaranty specified by the owner. Revision Date: 11/01/90 8 The owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the owner and conforms to local laws and ordinances ' pertaining to the letting of construction contracts. 20-09 BID GUARANTEE. Each separate proposal shall be accompanied by a certified check, or other specified acceptable collateral, in the amount specified in the proposal form. Such ., check, or collateral, shall be made payable to the owner. 20-10 DELIVERY OF PROPOSAL. Each -proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be R^ enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened. 20-11 WITHDRAWAL OR REVISION OF PROPOSALS. A bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for withdrawal is received by the owner in writing or by telegram before the time specified for opening bids. Revised proposals must be received at the place specified in the advertisement before the time specified for opening all bids. 20-12 PUBLIC OPENING OF PROPOSALS. Proposals shall be opened, and read, publicly at the time and place specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to attend. Proposals that have been withdrawn (by written or telegraphic request) or received after the time specified for opening bids shall be returned to the bidder unopened. 20-13 DISQUALIFICATION OF BIDDERS. A bidder shall be considered disqualified for any of the following reasons: a. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name. b. Evidence of collusion among bidders. Bidders ,., participating in such collusion shall be disqualified as bidders for any future .work. of the owner until any such participating bidder has been reinstated by the owner as a qualified bidder. c. If the bidder is considered to be in "default'' for any reason specified in the subsection titled ISSUANCE OF PROPOSAL FORMS of this section. Revision Date: 11/01/90 NEZ 9 END OF SECTION 20 Revision Date: 11/01/90 SECTION 30 AWARD AND EXECUTION OF CONTRACT 30-01 CONSIDERATION OF PROPOSALS. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. If a_bidder's proposal contains a discrepancy between unit bid prices written in words and unit bid prices written in numbers, the unit price written in words shall govern. Until the award of a contract is made, the owner reserves the right to reject a bidder's proposal for any of the following reasons: a. If the proposal is irregular as specified in the subsection titled IRREGULAR PROPOSALS of Section 20. .� b. If the bidder is disqualified for any of the reasons specified in the subsection titled DISQUALIFICATION OF BIDDERS of Section 20. In addition, until the award of a contract is made, the owner reserves the right to reject any or all proposals, waive technicalities, if such waiver is in the best interest of the owner and is in conformance with applicable state and local laws or regulations pertaining to the letting of construction contracts; advertise for new proposals;- or proceed with the work otherwise. All such actions shall promote the owner's best interests. 30-02 AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made within 30 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. Award of the contract shall be made by the owner to the lowest, qualified bidder whose proposal conforms to the cited requirements of the owner. 30-03 CANCELLATION OF AWARD. The owner reserves the right to cancel the award without liability to the bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all parties and is approved by the owner in accordance with the subsection titled APPROVAL OF CONTRACT of this section. 30-04 RETURN OF PROPOSAL GUARANTY. All proposal guaranties, except those of the two lowest bidders, will be returned immediately after the owner has made a comparison of bids as r„y hereinbefore specified in the subsection titled CONSIDERATION OF Revision Date: 11/01/90 11 PROPOSALS of this section. Proposal guaranties of the two lowest bidders will be retained by the owner until such time as an award is made, at which time, the unsuccessful bidder's proposal guaranty will be returned. The successful bidder's proposal guaranty will be returned as soon as the owner receives the contracts bonds as specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section. 30-05 REQUIREMENTS OF CONTRACT BONDS_, At_the _time of I the execution of the contract, the successful bidder shall furnish the owner a surety bond or bonds which have been fully executed by the bidder and the surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the Contractor's performance of the work. The surety and the form of the bond or bonds shall be acceptable to the owner. Unless otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the full amount of the contract. 30-06 EXECUTION_OF CONTRACT. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return such signed contract to the owner, along with the fully executed surety bond or bonds specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. If the contract is mailed, special handling is recommended. 30-07 APPROVAL OF CONTRACT. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the owner shall complete the execution of the contract in accordance with local laws or ordinances, and return the fully executed contract to the Contractor. _Delivery of the fully. executed contract to the Contractor shall constitute the owner's approval to be bound by the successful bidder's proposal and the terms of the contract. 30-08 FAILURE TO EXECUTE CONTRACT. Failure of the successful bidder to execute the contract and furnish,an_acceptable surety bond or bonds within the 15 calendar day period specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the owner. END OF SECTION 30 Revision Date: 11/01/90 12 SECTION 40 _ SCOPE OF WORK 40-01 INTENT OF CONTRACT. The intent of the contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 40-02 ALTERATION OF WORK AND QUANTITIES. The owner reserves and g p the work as may shall have the right to make such alterations in , be necessaryor desirable to complete the work originally intended in an acceptable manner. Unless otherwise_ specified herein, the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract_itemby more than 25 percent (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations which do not exceed the 25 percent limitation shall not 'invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the_..altered work had been a part of the original contract. These alterations which are for work within the general scope of the contract shall be covered by "Change orders'' issued by the Engineer. Change orders for altered work shall include extensions of contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25 percent limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires _a supplemental agreement, the owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. 40-03 OMITTED ITEMS. The Engineer may, in the owner's best interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. Should a contract item. be omitted or otherwise ordered to be nonperformed, the Contractor shall be paid for all work performed .•, toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. Revision Date: 11/01/90 2 13 40-04 EXTRA WORK. Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called Extra Work. Extra work that is within the general scope of the contract shall be covered by written change order. Change orders for such extra work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the Engineer's opinion, is necessary for completion of such extra work. When determined by the Engineer to be in the owner's best interest, he may order the Contractor to proceed with extra work by force account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. Extra work that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of Section 10. Any claim for payment of extra work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the owner. 40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas of the airport with respect to his/her own operations and the operations of all his/her subcontractors as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. With respect to his/her own operations and the operations of all his/her subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying: personnel; equipment; vehicles; storage areas; and any work area or condition that may be hazardous to the operation of aircraft, fire -rescue equipment, or maintenance vehicles at the airport. Revision Date: 11/01/90 14 Revision Date: 11/01/90 P"ft 04� When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor's ,., performance of work that is otherwise provided for in the -- contract, plans, and specifications, the Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall furnish erect, and maintain barricades, warning signs, flagmen, and other traffic control devices in reasonable conformity with the manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office), unless otherwise .- specified herein. The Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. Unless otherwise specified herein, the Contractor will not be required to furnish snow removal for such existing road, street, or highway. The Contractor shall make his/her own estimate of all labor, materials, equipment, and incidentals necessary for providing the maintenance of aircraft and vehicular traffic as specified in this subsection. .., - The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be measured or paid for directly, but shall be included in the various contract items. 40-06 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established iines, grades, or grading sections shall be removed by the contractor, unless such existing structures are otherwise specified to be_relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items. Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK„of this section, it is intended that ,. -,all existing materials or structures that„may be encountered (within -the lines, grades, -or grading sections established for completion of the work) shall be utill ized_•in-the-work as otherwise provided for in the contract and shall remain the property of the owner when so utilized in the work. Revision Date: 11/01/90 P"ft 04� 40-07 RIGHTS IN AND USE OF MATERIALS'FOUND IN THE WORK. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, he may at his/her option either: a. Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use; or, b. Remove such material from the site, -upon written approval of the Engineer; or c. Use such material for his/her own temporary construction on site; or, d. Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option a., b., or c., he shall request the Engineer's approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option a., b., or c., the Contractor shall be paid for the excavation or removal of such material at the applicable contract price. The Contractor shall replace, at his/her own.expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for his/her use of such material so used in the work or removed from the site. Should the Engineer approve the Contractor's exercise of option a., the Contractor shall be paid, at the applicable contract :- price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used It is understood and agreed that the Contractor shall make no claim for delays by reason of his/her exercise of option a., b., _ or c. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. 40-09 FINAL CLEANING IIP. Upon completion of the work and before acceptance and final payment will bemade, the Contractor shall Revision Date: 11/01/90 16 remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property owner. END OF SECTION 40 Revision Date: 11/01/90 17 SECTION 50 CONTROL OF WORK 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. He shall decide all questions which may arise as to the interpretation of the specifications or plans relating to the work, the fulfillment of the contract on the part of the Contractor, and the rights of different Contractors on the project. The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for the under contract. 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications. If the Engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will, in his/her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the owner, he will advise the owner of his/her determination that the affected work be accepted and remain in place. In this event, the Engineer will document his/her determination and recommend to the owner a basis of acceptance - which will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and recommended contract price adjustments will be based on good engineering judgment and such tests or retests of the affected work as are, in his/her opinion, needed. Changes in the contract price shall be covered by contract modifications (change order or supplemental agreement) as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the. Engineer's written orders. For the purpose of this subsection, the term "reasonably close conformity'' shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer's right to insist on strict Revision Date: 11/01/90 18 M V compliance with the requirements of the contract, plans, and specifications during the Contractor's prosecution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. - For the purpose of this subsection, the term "'reasonably close conformity" is also intended to provide the Engineer with the authority to use good engineering judgment in his/her determinations as to acceptance of work that is not in strict conformity but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications. Revision Date: 11/01/90 19 50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract technical .., specifications shall govern over contract general provisions, plans, cited standards for materials or testing, and cited FAA advisory circulars; contract general provisions shall govern over plans, cited standards for materials or testing, and cited FAA advisory circulars; plans shall govern over cited standards for materials or testing and cited FAA advisory circulars. The Contractor shall not take advantage of any apparent error or omission on the plans or specifications. In the event the Contractor discovers any apparent error or discrepancy, he shall immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be final. SO 50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with two copies each of the plans and specifications. -He shall have available on the work at all times one copy each of the plans and specifications. Additional copies of plans and specifications may be obtained by the Contractor for the cost of reproduction. The Contractor shall give constant attention to the work to facilitate the progress thereof, and he shall cooperate with the Engineer and his/her inspectors and with other contractors in every way possible. The Engineer shall allocate the work and designate the sequence of construction in case of controversy between contractors. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his/her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the Engineer or his/her authorized representative. Revision Date: 11/01/90 19 tu 50-05 COOPERATION BETWEEN CONTRACTORS. The owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. When separate contracts are let within the limits of any one project, each Contractor shall conduct his/her work so as not to interfere with or hinder the progress of completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed. Each Contractor involved shall assume all liability, financial or otherwise, in connection with his/her contract and shall protect and save harmless the owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced by him because of the presence and operations of other Contractors -working within the limits of the same project. The Contractor shall arrange his/her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. He shall join his/her work with that of the others in an acceptable manner and shall perform it in proper sequence �• to that of the others. 50-06 CONSTRUCTION LAYOUT AND STAKES. The Engineer shall establish horizontal and vertical control only. The Contractor must establish all layout required for the construction of the work. Such stakes and markings as the Engineer may set for either his/her own or the Contractor's guidance shall be preserved by the Contractor. In case of negligence on the part of the Contractor, or his/her employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the Contractor at the discretion of the Engineer. 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all. other requirements of the contract. 50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the owner shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. Revision Date: 11/01/90 20 no Inspectors employed by the owner are authorized to notify the Contractor or his/her representatives of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the Engineer for his/her decision. 50-09 INSPECTION OF THE WORK. All materials and. each part or detail of the work shall be subject to inspection by the Engineer. The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed._ After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. Any work done or materials used without supervision or inspection by an authorized representative of the-' wrier may be ordered removed and replaced at the Contractor's expense unless the owner s"representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) owner, authorized representatives of the owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work which does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the subsection titled I CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. `~ Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, ., shall be removed immediately and replaced in an acceptable manner Revision Date: 11/01/90 21 in accordance with the provisions of the subsection titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the plans or as given, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the Contractor's expense. Upon failure on the part of the Contractor to comply forthwith with any order of the Engineer made under the provisions of this subsection, the Engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the owner) from any monies due or to become due the Contractor. 50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage which may result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by his/her hauling equipment and shall correct such damage at his/her own expense. 50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work during construction and until the work is accepted. This maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount for such work. Revision Date: 11/01/90 22 50-13 FAILURE TO MAINTAIN THE WORK. Should the Contractor at any time fail to maintain the work as provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time ==� within which the Contractorshall be required to remedy such unsatisfactory maintenance condition. The, time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer's may suspend any work necessary e notification, the Engineer essary for th owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the owner, shall be deducted from monies due or to become due the Contractor. ,. 50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the Contractor substantially completes a_usable unit or portion of the work, the occupancy of which will benefit the owner, he may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, he may accept it as being completed, and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the owner shall not void or alter any provision of the contract. 50-15 FINAL ACCEPTANCE. Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and owner will make an inspection. If all construction provided for and contemplated by the contract is found to be completed in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloses any work, in whole or in part,as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor deems that additional compensation is due him for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, he shall notify the Engineer in writing of his/her intention to claim such Revision Date: 11/01/90 23 additional compensation before he begins the work on which he bases the claim. If such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit his/her written claim to the Engineer who will present it to the owner for consideration in accordance with local laws or ordinances: Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. END OF SECTION 50 Revision Date: 11/01/90 24 SECTION 60 opt CONTROL OF MATERIALS 60-01 SOURCE OF SUPPLY AND'QUALITY REQUIREMENTS. The materials used on the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new *° (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. At the Engineer's option, materials may be approved at the source of supply before delivery is stated. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources. The Contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications. In addition, where an FAA specification for airport lighting equipment is cited in the plans or specifications, the Contractor shall furnish such equipment that is: a. Listed in FAA Advisory Circular (AC) 150/5345-1, Approved Airport Equipment, that is in effect on the date of advertisement; and, b. Produced by the manufacturer qualified (by FAA) to produce such specified and listed equipment. The special conditions or plans contain a listing of airport lighting equipment required for this contract. The listed equipment is to be furnished by the Contractor in accordance with the requirements of this subsection. 60-12 SAMPLES, TESTS, AND CITED SPECIFICATIONS. All materials used in the work shall be inspected, tested, and approved by the Engineer before incorporation in the work.Any work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated, tests in accordance with the cited standard, methods.,. of AASHTO or ASTM which are current on the date of advertisement for bids will be made by and at the expense of the owner. Revision Date: 11/01/90 25 Samples will be taken by a qualified representative of the owner. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to the Contractor's representative at his/her request. 60-03 CERTIFICATION OF COMPLIANCE. The Engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. _ The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly is specified by "brand name or equal'' and the Contractor elects to furnish the specified "brand name,'' the Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: a. Conformance to the specified performance, testing, quality or dimensional requirements; and, b. Suitability of the material or assembly for the use intended in the contract work. Should the Contractor propose to furnish an "or equal,, material or assembly, he shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Engineer shall be the sole judge as to whether the proposed "or equal'' is suitable for use in the work. -� The Engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-04 PLANT INSPECTION. The Engineer or his/her authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining Revision Date: 11/01/90 26 PW compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for his/her acceptance of the material or assembly. Revision Date: 11/01/90 27 Should the Engineer conduct plant inspections, the following conditions shall exist: a. The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom he has contracted for materials. b. The Engineer shall have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished. c. If required by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space 'should be conveniently located with respect to the plant. It is understood and agreed that the owner shall have the right to retest any material which has been tested. and approved at the source°of supply after it has been delivered to the site. The Engineer shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. ^^ 60-05 ENGINEERS FIELD OFFICE AND LABORATORY. When specified andprovided for as a contract item, 11 the Contractor shall furnish a building for the exclusive use of the Engineer as a field office and field testing laboratory. The building shall be furnished and maintained by the Contractor as specified herein and shall become property of the Contractor when the contract work is completed. 60-06 STORAGE OF MATERIALS. Materials shall beEso'stored as to assure the preservation' of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located so as to facilitate their prompt inspection.. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the owner or, lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Revision Date: 11/01/90 27 Contractor shall furnish the Engineer a copy of the property owner's permission. All storage sites on private or airport property shall be restored to their original condition by the Contractor at his/her entire expense, except as otherwise agreed to (in writing) by the owner or lessee of the property. 60-07 UNACCEPTABLE MATERIALS. Any material or assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. No rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be returned to the site of the work until such time as the Engineer has approved its used in the work. -- 60-08 OWNER FURNISHED MATERIALS. The Contractor shall furnish all materials required to complete the work, except those n� specified herein (if any) to be furnished by the owner. Owner - furnished materials shall be made available to the Contractor at the location specified herein. All costs of handling, transportation from the specified location to the site of work, storage, and installing owner -furnished materials shall be included in the unit price bid for the contract item in which such owner -furnished material is used. After any owner -furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies which may occur during the Contractor's handling, storage, or use of sti,.h owner - furnished material. The owner will deduct from any monies due or to become due the Contractor any cost incurred by the owner in making good such loss due to the Contractor's handling, storage, or use of owner -furnished materials. END OF SECTION 60 Revision Date: 11/0.1/90 28 V1., SECTION 70 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 70--1 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. He shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the owner and all his/her officers, agents, or servants_ against any claim or liability arising from or based on the,violation of any such law, ordinance, regulation, order, or decree, whether by himself or his/her employees. 70-02 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 70-03 PATENTED DEVICES, MATERIALS, AND PROCESSES.._ If the Contractor is required or desires to use any design, If, material, or process covered by letters of patent or copyright, he shall provide for such use by suitable _legal agreement with the patentee or owner. The Contractor and the surety shall indemnify and save harmless the owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the owner for any costs, expenses, and damages which it may be -obliged to pay by reason of an infringement, at any time during the prosecution or after the completion of the work. 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. To the extent I that such construction, reconstruction, or maintenance has been coordinated with the owner, such authorized work (by others) is indicated in the special conditions, or on the plans. Except as described above, the Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the Engineer. Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency Revision Date: 11/01/90 29 be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such owners by arranging and performing the work in this contract so as to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-05 FEDERAL AID PARTICIPATION. For AIP contracts, the United States Government has agreed to reimburse the owner for some portion of the contract costs. Such reimbursement is made from time to time upon the owner's (sponsor's) request to the FAA. In consideration of the United Sates Government's (FAA's) agreement with the owner, the owner has included provisions in this contract pursuant to the requirements of the Airport Improvement Act of 1982, as amended by the Airport and Airway Safety and Capacity Expansion Act of 1987, and the Rules and Regulations of the FAA that pertain to the work. As required by the Act, the contract work is subject to the inspection and approval of duly authorized representatives of the Administrator, FAA, and is further subject to those provisions of the rules and regulations that are cited in the contract, plans, or specifications. No requirement of the Act, the rules and regulations implementing the Act, or this contract shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. 70-06 SANITARY, HEALTH, AND SAFETY PROVISIONS. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his/her employees as may be necessary to comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction. . Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety .and health standards. The Contractor shall not require any worker to work in surroundings or under conditions are unsanitary, hazardous, or dangerous to his/her health or safety. 70-07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control his/her operations and those of his/her subcontractors Revision Date: 11/01/90 30 and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his/her own operations and those of his/her subcontractors and all suppliers in accordance with the subsection titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified in the subsection titled LIMITATION OF OPERATIONS of. Section 80 hereinafter. 70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the u public and the work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated. For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office) . When the work requires closing an air operations area of the airport or portion of such area, the Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of AC 150/5340-1, Marking of Paved Areas on Airports. F The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and his/her parked construction equipment that may be hazardous to the operation of emergency fire -rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2, Operational Safety on Airports During Construction Activity. The Contractor shall identify each motorized vehicle or piece.of construction equipment in reasonable conformance to AC 150/5370- 2. The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work which requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their dismantling is directed by the Engineer. Revision Date: 11/01/90 31 Open -flame type lights shall not be permitted within the air operations areas of the airport. 10-09 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of the work, the Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall be responsible for all damage resulting from the use of explosives. All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the Engineer and, in general, not closer than 1,000 feet (300 m) from the work or from any building, road, or other place of human occupancy. The Contractor shall notify each property owner and public utility company having structures or facilities in proximity to the site of the work of his/her intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or within 1,000 feet (300 m) of the airport property. 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the prosecution of the work, resulting from any act, omission, neglect, or misconduct in his/her manner or method of executing the work, or at any time due to defective work or materials, and said responsibility will not be released until the project shall have been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the nonexecution thereof by the Contractor, he shall restore, at his/her own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or he shall make good such damage or injury in an acceptable manner. Revision Date: 11/01/90 32 70-11 RESPONSIBILITY FOR DAMAGE CLAIMS., The Contractor shall indemnify and save harmless the Engineer and the owner and their officers, and employees from all suits actions, or claims of any character brought because of any injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or, amounts, recovered from any infringements of patent, trademark, or copyright;.or from any claims or amounts arising or recovered under the "Workmen's Compensation Act,'' or any other law, ordinance, order, or decree. Money due the Contractor under and by virtue of his/her contract as may be considered necessary by the owner for such purpose maybe retained for the use of the owner or, in case no money is due, his/her surety may be held until such suit or suits, action or actions, claim or claims for injuries or damages as aforesaid shall have been settled and suitable evidence to that effect_ furnished to the owner, except that money "due 'the Contractor will not be withheld' when the;Contactor produces satisfactory and that atel rotected by public liability property y damage insurance. 70-12 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create the public or any member thereof a third party beneficiary or to authorize. anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. 70-13 OPENING SECTIONS OF THE WORK TO, TRAFFIC. Should it be 4 necessary for the Contractor to complete portions"of the contract work for the beneficial occupancy of the owner prior to completion of the entire contract, such "phasing" of the work shall be specified herein and indicated on the plans. When so specified, the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. The Contractor shall make his/her own estimate of the difficulties involved in arranging his/her work to permit such beneficial occupancy by the owner as described in -the special conditions, or on the plans. Upon completion of any portion of the work listed above, such portion shall be -accepted by the owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a -» temporary or intermittent basis, such openings shall be made Revision Date: 11/01/90 33 when, in the opinion of the Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the owner shall be repaired by the Contractor at his/her expense. The Contractor shall make his/her own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due* to opening a portion of the contract work. 70-14 CONTRACTORS RESPONSIBILITY FOR WORK. Until the Engineer's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities. If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at his/her expense. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seedings, and soddings furnished under his/her contract, and shall take adequate precautions to protect new -tree growth and other important vegetative growth against injury. 70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF'OTHERS. As provided in the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the owner to construct, reconstruct or maintain such utility services or Revision Date: 11/01/90 34 EW Revision Date: 11/01/90 35 facilities during the progress of the work. In addition, the Contractor shall control his/her operations to prevent the unscheduled interruption of such utility services and facilities. To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans and the owners are indicated in the special conditions; or on the plans. It is understood and agreed that the owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of his/her.responsbility to protect such existing features from damage or unscheduled interruption of service. It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the owners of all utility services or other facilities of his/her plan of operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided hereinbefore in this subsection and the subsection titled RESTORATION OF SURFACES DISTURBED BYWOTHERS of this section. A copy of each notification shall be givento the Engineer. - In addition to the general written notification hereinbefore - provided, it shall be the responsibility of the Contractor to keep such individual owners advised of changes in his/her plan of operations that would affect such owners. Prior to commencing the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such owner of his/her plan of operation. If, in the Contractor's opinion, the owner's assistance is„needed to locate the utility service or facility or the presence of a representative of the owner is desirable to .observe the work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON TO CONTACT no later than two normal business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to,the Engineer. The Contractor's failure to give the two day's notice hereinabove provided shall be cause for the Engineer to suspend the Contractor's operations in the general vicinity of a utility service or facility. Revision Date: 11/01/90 35 Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use excavation methods acceptable to the Engineer within 3 feet (90 cm) of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to his/her - operations whether _or_not due to_negligence or accident. The contract owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his/her surety. 70-16 FURNISHING RIGHTS-OF-WAY. The owner will be responsible for furnishing all rights-of-way upon which the work is to be constructed in advance of the Contractor's operations. 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the contract provisions or in exercising any power or authority granted to him by this contract, there shall be no liability upon the Engineer, his/her authorized representatives, or any officials of the owner either personally or as an official of the owner. It is understood that in such matters they act solely as agents and representatives of the owner. 70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or estop the owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the owner be precluded or estopped from recovering from the Contractor or his/her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his/her obligations under the contract._ A waiver on the part of...,the owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the terms of the contract, shall be liable to the owner for latent defects, fraud, or such Revision Date: 11/01/90 36 gross mistakes as may amount to fraud, or as regards the owner's rights under any warranty or guaranty. 70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. He_shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with _fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. Revision Date: 11/01/90 37 70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior. Should the Contractor encounter, during his/her operations, any building, part of'a building, structure, or object which is incongruous with its surroundings, he shall immediately cease operations in that location and notify the Engineer. The Engineerwillimmediately investigate the Contractor's finding and will direct the Contractor to either resume his/her operations or to suspend operations as directed. Should the Engineer order suspension of the Contractor's operations in order,to protect an_archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an.appropriate contract modification (change order or supplemental agreement) as provided in the subsection titled EXTRA WORK of Section 40 and the subsection titled PAYMENT ^^ FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If appropriate, the contract modification shall include an extension of contract time in accordance with the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. ;. END OF SECTION 70 Revision Date: 11/01/90 37 SECTION 80 PROSECUTION AND PROGRESS 80-01 SUBLETTING OF CONTRACT. The owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Engineer. Should the Contractor elect to assign his/her contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the owner, and shall be consummated only on the written approval of the owner. In case of approval, the Contractor shall file copies of all subcontracts with the Engineer. 80-02 NOTICE TO PROCEED. The notice to proceed shall state the date on which it is expected the Contractor will begin the construction and from which date contract time will be charged. The Contractor shall begin the work to be performed under the contract within 10 days of the date set by the Engineer in the written notice to proceed, but in any event, the Contractor shall notify the Engineer at least 24 hours in advance of the time actual construction operations will begin. 80-03 PROSECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall submit his/her progress schedule for the Engineer's approval within 10 days after the effective date of the notice to proceed. The Contractor's progress schedule, when approved by the Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, submit a revised schedule for completion of the work within the contract time and modify his/her operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the prosecution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. For AIP contracts, the Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the owner. Revision Date: 11/01/90 38 s-4 80-04 LIMITATION OF OPERATIONS. The Contractor shall control his/her operations and the operations of his/her subcontractors and all suppliers so as to provide for the free and unobstructed movement of aircraft in the AIR OPERATIONS AREAS of the airport. When the work requires the Contractor to conduct his/her operations within an AIR OPERATIONS AREA of the airport, the -work shall be coordinated with airport management (through the Engineer) at least 48 hours prior to commencement of such work. The Contractor shall not close an AIR OPERATIONS AREA until so authorized by'the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. When the contract work requires the Contractor to work within an AIR OPERATIONS AREA of the airport on an intermittent basis (intermittent opening and closing of the AIR OPERATIONS AREA), the Contractor shall maintain constant communications as hereinafter specified; immediately obey all instructions to vacate the AIR OPERATIONS AREA; immediately obey all instructions to resume work in such AIR OPERATIONS AREA. Failure to maintain the specified communications or to 11 obey instructions shall be cause for suspension of the Contractor's operations in the AIR OPERATIONS AREA until the satisfactory conditions are provided. The following AIR OPERATIONS AREA (AOA) cannot be closed to operating aircraft to permit the Contractor's operations on a continuous basis and will therefore be closed to aircraft operations intermittently as described in the special conditions, or on the plans. 80-05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and- specifications. - All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. All equipment which is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to met requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Revision Date: 11/01/90 39 Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than specified in the contract, he may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the'Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection. 80-06 TEMPORARY SUSPENSION OF THE WORK. The Engineer shall have the authority to suspend the work wholly, or in part, for such period or periods as he'may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the prosecution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Engineer, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with his/her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim,to the owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Contractor, or for any Revision Date: 11/01/90 40 d other delay provided for in the contract, plans, or specifications. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. He shall take,every precaution to prevent damage or 'p deterioration of the work eirformed and provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. 80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar or working days allowed for completion of the work shall be stated in the proposal and contract and shall be known �.." as the CONTRACT TIME.. . Should the contract time require extension for reasons beyond the Contractor's control, it shall be adjusted as follows: CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Engineer. The Engineer will furnish the Contractor a copy of ,w his/her weekly statement of the _number of working days charged against the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the number of .working days, if any, that have been included in _approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS_ covering EXTRA WORK). The Engineer shall base _his/her weekly statement of contract time charged on the following considerations: (1) No time shall be charged for days on which the Contractor is unable to proceed with the principal item of work under construction at the time for at least 6 hours with the normal work force ,employed on such principal item. Should the normal work force be onadouble-shift,12 hours shall be used. Should the normal work force be on a triple-shift, 18 hours shall apply. Conditions beyond the Contractor's control such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the Engineer for reasons not the fault of the Contractor, shall not be charged against the contract time. _(2) The -Engineer will not make. charges against the contract time prior to the effective date of the notice to proceed. (3) The Engineer will begin charges against the contract time on the first working day after the effective date of the notice to proceed. Revision Date: 11/01/90 41 (4) The Engineer will not make charges against the contract time after the date of final acceptance as defined in the subsection titled FINAL ACCEPTANCE of Section 50. (5) The Contractor will be allowed 1 week in which to file a written protest setting forth his/her objections to the Engineer's weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor. The contract time (stated in the proposal) is based on the originally estimated quantities as described in the subsection titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES'of Section 20. Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made.at the time of final payment. b. CONTRACT TIME based on CALENDAR DAYS shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and nonwork days. All calendar days elapsing between the effective dates of the Engineer's orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either cost of work or the extension of contract time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance. c. When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially completed. If the Contractor finds -it impossible for reasons beyond his/her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, he may, at any time prior to the expiration of the contract time as extended, make a written request to the Engineer for an extension of time setting forth the reasons which he believes will justify the granting of his/her request. The Revision Date: 11/01/90 42 Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the Engineer finds that the work was delayed because of conditions beyond the control and without the fault of the Contractor, he may extend the time for completion in such amount as the conditions justify. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. 8o -o8 FAILURE TO COMPLETE ON TIME. For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and - adjustments as provided„in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section) the .sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or his/her surety. Such deducted sums shall not be deducted as a penalty but shall be as liquidation of a reasonable portion of damages that jwill'be incurred by the owner should the Contractor fail to complete the work in the time provided in his/her contract. Permitting the. Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a wavier on the part of the owner of any of its rights under the contract. 80-09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be considered in default of his/her contract and such default will be considered,as cause for the owner to terminate the contract for any of the following reasons if the Contractor: a. Fails to begin the work under the contract within the time specified in the ',"Notice to Proceed,'' or b. Fails to perform the work or fails to provide sufficient workers, equipment or materials to assure completion of work in accordance with the terms of the contract, or c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable_ and unsuitable, or d. Discontinues the prosecution of the work, or e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or Revision Date: 11/01/90 43 g. Allows any final judgment to stand against him unsatisfied for a period of 10 days, or h. Makes an assignment for the benefit of creditors, or i. For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Engineer consider the Contractor in default of the -- contract for any reason hereinbefore, he shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the owner's intentions to terminate the contract. If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the owner will, upon written notification from the Engineer of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the prosecution of the work out of the hands of the Contractor. The owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the owner the amount of such excess. 80-10 TERMINATION FOR NATIONAL EMERGENCIES. The owner shall terminate the contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work - partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be Revision Date: 11/01/90 44 Revision Date: 11/01/90 M1 considered, the intent being that an equitable settlement will be made with the Contractor._ Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer. Termination of the contract ora portion thereof shall neither relieve the Contractor of -his/her responsibilities for the ... completed work nor shallitrelieve his/her surety of its obligation for and concerning any just claim arising out of the work performed._ END -OF SECTION 80 Revision Date: 11/01/90 M1 SECTION 90 MEASUREMENT AND PAYMENT 90-01 MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured by the Engineer, or his/her authorized representatives, using United States Customary Units of Measurement or the International System of Units. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will.be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave -outs) having an area of 9 square feet (0.8 square meter) or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or -foundation upon which such items are placed. In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inches. The term '"'ton" will mean the short ton consisting of 2,000 pounds (907 kilograms) avoirdupois. All materials which are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material be paid for. However, car weights will not be acceptable for material to -be -passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. Revision Date: 11/01/90 46 Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable to the Engineer, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity, and all `loads shall be leveled I when the vehicles arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard -- (cubic meter) may be weighed, and such weights will be converted to cubic yards (cubic meters) for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined, by the Engineer and shall be agreed to by the Contractor before such method of.measurement of pay quantities is used. Bituminous materials, will be measured by the gallon (liter) or ton (kilogram). When measured by volume, such volumes will be measured at 60 F (15 C) or will be corrected to the volume at 60 F (15 C) using ASTM D 1250 for asphalts or ASTM _D 633 for tars. Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of. measurement; subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton (kilogram) or hundredweight (kilogram). Timber will be measured by the thousand feet board measure (M.F.B.M.) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. The term. "'lump sum '' when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, "lump sum, work). is.specified..as the unit of.measurement, the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Revision Date: 11/01/90 47 Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gage, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be, accepted. Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within one-half percent of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one-tenth of 1 percent of the nominal rated capacity of the scale, but not less than 1 pound (454 grams). The use of spring balances will not be permitted. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. Scale installations shall have available ten standard 50 -pound (2.3 kilogram) weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales "overweighing'' (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct weighting -accuracy test will be reduced by the percentage of error in excess of one-half of 1 percent. In the event inspection reveals the scales have been " underweighing '' (indicating less than correct weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. Revision Date: 11/01/90 48 r-; All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. Revision Date: 11/01/90 49 r When the estimated.quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the -; Engineer. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented bythe authorized changes in the dimensions. 90-02 SCOPE OF PAYMENT. The Contractor shall receive and accept ., compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract incomplete and acceptable manner, and for all risk, _a loss, damage, or expense of whatever character arising out of the nature of the work or the prosecution thereof, subject to the provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the "basis of payment'' subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. 90-03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept 1.as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of _expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his/her unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 PAYMENT FOR OMITTED ITEMS. As specified in the subsection 1111 titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any contract Y= item, except major contract items, in the best interest of the owner. Revision Date: 11/01/90 49 r Should the Engineer omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the Engineer's order to omit or nonperform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must -be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature the amount of such costs. 90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. Extra work, performed in accordance with the subsection titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work. When the change order or supplemental agreement authorizing the extra work requires that it be done by force account, such force account shall be measured and paid for based on expended labor, equipment, and materials plus a negotiated and agreed upon allowance for overhead and profit. a. Miscellaneous. No additional allowance will be made for general superintendence, the use of small tools, or other costs for which .no specific allowance is herein provided. b. Comparison of Record. The Contractor and the Engineer shall compare records of the cost of force account work at the end of each day. Agreement shall be indicated by signature of the Contractor and the Engineer or their duly authorized representatives. c. Statement. No payment will be made for work performed on a force account basis until the Contractor has furnished the Engineer with duplicate itemized statements of the cost of such force account work detailed as follows: . (1) Name, classification, date, daily hours, total hours, rate and extension for each laborer and foreman. (2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. Revision Date: 11/01/90 50 W a (3) Quantities of materials, prices, and extensions. -(4) Transportation of materials. (5) Cost of property damage, liability and workman's compensation insurance premiums, unemployment insurance contributions, and social_ security tax. Statements shall be accompanied and supported by a receipted invoice for all materials used and transportation charges. However, if materials used on the force account work are not specifically purchased for such work but are taken from the Contractor's stock, then in lieu of the invoices the Contractor shall furnish an affidavit certifying that such materials were taken from his/her stock, that the quantity claimed was actually used, and that the price and transportation claimed represent the actual cost to the Contractor. 90-06 PARTIAL PAYMENTS. Partial payments will be made at least once each month as the work progresses Said payments will be based upon estimates prepared by the Engineer of the value of the work performed and materials complete in place in accordance with the contract, plans, and specifications. Such partial payments may also include the _delivered actual cost _of those materials stockpiled and stored in accordance with the subsection titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made when the amount due the Contractor since the last estimate amounts to less than five hundred dollars'. From the total of the amount determined to be payable on a partial payment, 10 percent of such total amount will be deducted and retained by the owner until the final payment is made, except ^. as may be provided (at the Contractor's option) in the subsection titled PAYMENT OF WITHHELD FUNDS of this section. The balance (90 percent) of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his/her option, as provided -in the subsection titled PAYMENT OF WITHHELD FUNDS of this section, no such 10 percent retainage shall be deducted. When not less than 95 percent of the work has been completed the Engineer may, at his/her discretion and with the consent of the surety, prepare an estimate, from which will be retained an amount not less than twice the contract valueor estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor. Revision Date: 11/01/90 51 It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question. No partial payment shall bind the owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of this section. 90-07 PAYMENT FOR MATERIALS ON BAND.,_ Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites.on the airport property or at other sites in the vicinity that are acceptable to the owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are net: a. The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site. b. The Contractor has furnished the Engineer.with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. d. The Contractor has furnished the owner legal title (free of liens or encumbrances of any kind) to the material so _. stored or stockpiled. e. The Contractor has furnished the _owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at anytime prior to use in the work. It is understood and agreed that the transfer of title and the owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of his/her responsibility for furnishing and placing such materials in accordance with the requirements of the contract, plans, and specifications. In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract Revision Date: 11/01/90 52 .-N price for the contract item in which the material is, intended to be used. No partial payment will be made for stored or stockpiled living or perishable plant materials. The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. . 90-08 PAYMENT OF WITHHELD FUNDS. At the Contractor's option, he/she may request that the owner accept (in lieu of the 10 percent retainage on partial payments described in the subsection titled PARTIAL PAYMENTS of this section) the Contractor's deposits in escrow under the following conditions. a. The Contractor shall bear all expenses of establishing ., and maintaining an escrow, account and escrow agreement acceptable to the owner. b. The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the owner and having a value not less than the 10 percent retainage that would otherwise be withheld from -- partial ,payment. c. The Contractor shall enter into an escrow agreement satisfactory to -the owner. d. The Contractor shall obtain the written consent of the surety to such agreement. 90-09 ACCEPTANCE AND FINAL PAYMENT. When the contract work has been accepted'in accordance with the requirements of the .. subsection titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer of his/her objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. The Contractor and the Engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the Engineer's final estimate. If, after such 30 -day period, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. Revision.Date: 11/01/90 53 After the Contractor has approved, or approved under protest, the Engineer's final estimate, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the Contractor has filed a claim for additional compensation under the provisions of the subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. END Or SECTION 90 6 Revision Date: 11/01/90 54 CURRENT WAGE DETERMINATIONS CURRENT WAGE DETERMINATIONS f M" General Decision Number TX010027 Superseded General Decision No. TX000027 State: TEXAS Construction Type: HEAVY HIGHWAY County (ies) : ANDREWS FOARD MOORE ARCHER GAINES MOTLEY ARMSTRONG GARZA NOLAN BAILEY GLASSCOCK OCHILTREE BAYLOR GRAY OLDHAM BORDEN HALE PARMER BREWSTER HALL PECOS BRISCOE HANSFORD PRESIDIO BROWN HARDEMAN REAGAN CALLAHAN HARTLEY REAL CARSON HASKELL REEVES CASTRO HEMPHILL ROBERTS CHILDRESS HOCKLEY RUNNELS CLAY HOWARD SAN SABA COCHRAN HUDSPETH SCHLEICHER COKE HUTCHINSON SCURRY COLEMAN IRION SHACKELFORD COLLINGSWORTH JEFF DAVIS SHERMAN COMANCHE JONES STEPHENS CONCHO KENT STERLING COOKE KIMBLE STONEWALL COTTLE KING SUTTON CRANE KINNEY SWISHER CROCKETT KNOX TERRELL CROSBY LAMB TERRY CULBERSON LAMPASAS THROCKMORTON DALLAM LIPSCOMB UPTON DAWSON LOVING VAL VERDE DEAF SMITH LYNN WARD DICKENS MARTIN WHEELER DONLEY 1 MCCULLOCH WILBARGER EASTLAND MENARD WINKLER EDWARDS MILLS YOAKUM FISHER MITCHELL YOUNG FLOYD MONTAGUE Heavy (excluding tunnels and dams) and Highway Construction Projects (does not include building structures in rest area projects). NOT TO BE USED FOR WORK ON WATER OR SEWAGE TREATMENT PLANTS OR LIFT/PUMP STATIONS IN MILLS COUNTY. TX010027 - 1 03/02/2001 Modification Number Publication Date 0 03/02/2001 TX010027 - 2 03/02/2001 W..% P" COUNTY(ies) ANDREWS FOARD ARCHER GAINES ARMSTRONG GARZA BAILEY GLASSCOCK BAYLOR GRAY BORDEN HALE BREWSTER HALL BRISCOE HANSFORD BROWN HARDEMAN CALLAuAN HARTLEY CARSON HASKELL CASTRO HEMPHILL CHILDRESS HOCKLEY CLAY HOWARD COCHRAN HUDSPETH COKE HUTCHINSON COLEMAN IRIO14 COLLINGSWORTH JEFF DAVIS COMANCHE JONES CONCHO KENT COOKE KIMBLE COTTLE KING CRANE KINNEY CROCKETT KNOX CROSBY LAMB CULBERSON LAMPASAS DALLAM LIPSCOMB DAWSON LOVING DEAF SMITH LYNN DICKENS MARTIN DONLEY MCCULLOCH EASTLAND MENARD EDWARDS MILLS FISHER MITCHELL FLOYD MONTAGUE SUTX2036A' 03/26/1998 AIR TOOL OPERATOR ASPHALT RAKER ASPHALT SHOVELER BATCHING PLANT WEIGHER CARPENTER CONCRETE FINISHER -PAVING CONCRETE FINISHER -STRUCTURES ELECTRICIAN FLAGGER FORM BUILDER -STRUCTURES FORM SETTER -PAVING & CURB TX010027 - 3 MOORE MOTLEY NOLAN OCHILTREE OLDHAM PARMER PECOS PRESIDIO REAGAN REAL REEVES ROBERTS RUNNELS SAN SABA SCHLEICHER SCURRY SHACKELFORD _ SHERMAN STEPHENS STERLING STONEWALL SUTTON SWISHER TERRELL TERRY THROCKMORTON UPTON VAL VERDE WARD WHEELER WILBARGER WINKLER YOAKUM YOUNG Rates $7.49 7.77 7.13 11.15 9.20 10.184 9.05 12.93 6.56 8.12 8.32 Fringes 03/02/2001 0 FORM SETTER -STRUCTURES 8.46 LABORER -COMMON 7.13 LABORER -UTILITY 8.56 MECHANIC 10.55 OILER 9.31 SERVICER 8.22 PAINTER -STRUCTURES 8.06 PIPE LAYER 8.42 PNEUMATIC MORTAR OPERATOR 8.05 ASPHALT DISTRIBUTOR 8.77 ASPHALT PAVING MACHINE 9.38 BROOM OR SWEEPER OPERATOR 7.13 BULLDOZER 8.99 CONCRETE PAVING SAW 11.33 CRANE, CLAMSHELL, BACKHOE, DERRICK, DRAGLINE, SHOVEL 9.74 CRUSHER OR SCREENING PLANT OPERATOR 8.13 FOUNDATION DRILL OPERATOR, CRAWLER MOUNTED 11.95 FOUNDATION DRILL OPERATOR TRUCK MOUNTED 12.50 FRONT END LOADER 8.65 MILLING MACHINE OPERATOR 8.17 MOTOR GRADER OPERATOR FINE GRADE 12.06 MOTOR GRADER OPERATOR 10.57 PAVEMENT MARKING MACHINE 7.84 PLANER OPERATOR 9.90 ROLLER, STEEL WHEEL PLANT MIX PAVEMENT 7.39 ROLLER, STEEL WHEEL OTHER FLATWHEEL OR TAMPING 7.13 ROLLER, PNEUMATIC, SELF PROPELLED 7.13 SCRAPERS 7.78 TRACTOR -CRAWLER TYPE 7.85 TRACTOR -PNEUMATIC 7.52 TRAVELING MIXER 8.29 WAGON DRILL, BORING MACHINE, POST HOLE DRILLER OPERATOR 7.22 REINFORCING STEEL SETTER PAVING 9.50 REINFORCING STEEL SETTER STRUCTURES 11.85 SPREADER BOX OPERATOR 7.99 WORK ZONE BARRICADE 7.13 TRUCK DRIVER SINGLE AXLE, LIGHT 7.53 TRUCK DRIVER SINGLE AXLE HEAVY 9.68 TRUCK DRIVER TANDEM AXLE SEMI- TRAILER 7.55 TRUCK DRIVER LOWBOY FLOAT 8.96 WELDER 8.64 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) (v) ) . TX010027 - 4 03/02/2001 In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be. * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling r on survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour: Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the . Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) -is yes, then an ^' interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. TX010027 - 5 03/02/2001 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.') All decisions by the Administrative Review Board are final. END OF GENERAL DECISION `rxEt),002 7 F 6 03/02/2001 EXHIBIT C Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT D Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the fair Labor Standards Act. No Text TABLE OF CONTEWS11 SPECIAL PROVISIONS h Paragraph � 1. p of Work � Scope � SP-1 2 Basis of Contract Award_. , SP-1 3. ` .v Not Used SP-1 4. Time and Order of'Coinpletion _ SP-1 5 . "� Limitation of Operation SP-2 6. Airport Operations Security SP-5 .. 7. ;Contractor's , Plant Site, Storage and Office Area(s) SP-9 8. Protection ofProperryr '°� _ 9. Electric Power aiid.Natural Gas _, w_. SP 10 10. . .. :..: .. Lines and Grades SSP -t0 , a. .11`. Water for Construction r 12 Material Tests SP-11 13. Barricades, Signs, andHazaid Markings ` SP-11 14. .: v a Prevention of Air and Water Pollution SP 1 15. Progress Scfiedule' - SP-12 16. Pub11c Convenience and Safety - SP 12 g p _ SP _ 12 18. Insurances. x> SP-13 19. Removal and Disposal of Structures, Utilities and Obstructions, SP 13 20. Conformity with Plans and Allowable Deviations SP-13 21. Removal of Defective and Unauthorized Work SP 13 ,. 22. _ . Disputed Claims fo Exna, Work:, „ m SP 14 :- `23.� Federal Participation SP-14 24. Indemnification SP 14 25. ,Opening of Section of Airport to Traffic SP-15 risibility for Work SP-15 27. _ Correction�of haul ty k After Final Payment SP-15 28. Separate Contracts SP-16 29. Shop Drawings SP-16 30. ..,... Engineer SP-16 31., Trench Safety SP-16 32. Engineer's Field Office,. " " SP-16 _ 33. Progress Me- etmgs SP - 17 01272401 r NTS S'�ECIAL PROVISIONS TABLB OF CONTE111- w 1 08%01 BID and any rid nasi nroiect experience fully constructed PortlandCements Concrete Pavement by the slip form method. r`s� may`be performing workfor the Owner in the same general area as at ._ The Contractor shall , be expected to coordinate his work with rthe , work of e reouired to msure that all works can be carried out with the least possible The Contractor shall be responsible for scheduling and implementing the various separate construction operations involved in the construction of the improvements included in this project. Completion shall be within the time frames specified below. The Contractor will prepare and submit for review his recommended phasing/scheduling plan in accordance with the following general guidelines. -� Liquidated damages will be assessed for delayed completion in the amount of $500.00 per calendar day for each individual phase or subphase below. Construction phasing shall be accomplished as follows: Construction Phase I Construction Phase I is defined as the construction of the Contractor's Staging Area and entrance road, installation of the Contractor's entrance gate, installation of the Engineer's Field Office and installation of the SWPPP measures. Construction Phase II Construction Phase II is defined as the construction of Taxiway W from the south edge of Taxiway S to the limits of the taxiway safety area (TSA), 131 -feet from the Taxiway S centerline. Construction of the realigned perimeter road that falls within the TSA is also included in this phase. Phase II will include demolition of the bituminous paved surfaces within the TSA, construction of the Portland Cement Concrete Pavement (including joint sealing) and the bituminous paved shoulders, installation of lighting, signage and marking improvements. The work included in Construction Phase II shall be completed within 90 calendar days This work may be completed within any 90 calendar day period in the 360 calendar days allowed by the contract. Any deviation from the above sequences'of construction will require the prior approval of the Engineer. - The Contractor shall schedule his work well in advance of actual operations and shall keep the Engineer advised of this schedule so that close coordination can be maintained with the Director of Aviation. Portions of the apron, runways and taxiways may be closed as required for proper execution of the work, but at least three (3) days notice will be required before closing any portion of a runway, taxiway or apron. - ' Work on Phase II shall not begin until all construction equipment and materials required for that portion of work have been delivered to the site, approved and are ready for installation. _.. SP -5 LIMITATION OF OPERATION. Each item of work shall be completed without delay and in no in 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. 01272401 Sp - 2 08/01 No Text The Contractor shall be required to equip vehicles used by his project superintendent and project foremen on the project with radio receiver/transmitters for maintaining direct communication with the FAA control tower at Lubbock International Airport. The Contractor will provide a minimum of two (2) radios, as specified below. At the completion of the project, the Contractor shall transfer ownership of the two (2) specified radios, chargers and attachments to the Owner. The radios shall be delivered to the Owner in good working condition. The cost of the two (2) radios, chargers and attachments will be considered a subsidiary obligation of the Contractor under this project, and no separate, direct payment will be made. The radios to be provided shall consist of the following: Two (2) Communications Specialists, Model TR -720, Aircraft Band Portable Transceiver, with AC charger, DC charger, carrying case, flexible antenna, earphone, - drop-in desk charger, rapid charger, and two (2) 750ma heavy-duty batteries for each radio or approved equal. 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 be required to provide number of radios to maintain communication in all areas of work. The `Contractor shall provide an area for parking all equipment not being used for construction purposes, and for parking of employee vehicles. This area shall be located away from the operational area of the airport in an area approved by the Engineer and the Director of Aviation. No employee or other unauthorized vehicles will be allowed within the operational area of the airport. Hauling routes shall not be along or across any paved airport street, road, apron, taxiway or runway without specific written authorization from the Engineer and the Director of Aviation. Any damage incurred by the Contractor's equipment shall be repaired by and at the expense of the Contractor, and as required by the Engineer and the Director of Aviation. The Contractor shall not permit water to stand in any excavation adjacent to existing pavements. To insure compliance with this requirement the Contractor shall maintain at the site not less than two dewatering pumps in good working condition at all times that any excavation adjacent to existing pavements is open. No work other than dewatering operations will be permitted on the project at any time water is standing in open excavations. The Contractor shall maintain the pavement surfaces of runways, taxiways and aprons, which are allowed to be used as hauling routes, in a clean condition, suitable for use by aircraft, as determined - by the Director of Aviation. The successful Bidder shall be subject to a pre -award review by the Office of 'Compliance and Security, Equal Opportunity Division, Federal Aviation Administration, to determine previous compliance status of the Contractor. The Contractor shall be subject to a pre -construction conference to discuss phasing and Project safety control after award of contract. 01272401 SP -4 08/01 r - tile 'froin the Lubbock security badges Obtain LIAPD the Actor my The LIAPD reserves Th,6' Contractor rt. onal Airpo the Lubbock International 66riiil Airport police Department at actor. The LIAPD will charge the badges issued to the Contractor ,LO-fimit the number of security badge issued. An additilonal-I.fee, Wlill-be, I ictor'a twenty-five dollar ($25.00) fee for each security as noted later in this section, for lost or destroyed badges. a le location on the an easily visible badges shall be wo in The LIA .41 working within the AOA. The badge holder shall be familiar at I all 11 times while badge ft issued, the ad safety rules and regulations. The LIAPD security badge may be ands I obey all security and ecurity or safety The IAPD uon the breach of any s3cAt and all security rights revoked ffender the pD. holderof an LIAPD security badge shall suations at the 'discretion of the LIA at the completion of this project, upon transfer or termination of employment, or at any other time ie6uest of the, LIAPD. the background checks. Only persons whose application is approved by the LIAPD shall be security badges. The LIAPD reserves the right to bar from the AOA any individuals found issued y e background check to be, in the opinion of the LIAPD, a risk to AOA security or safety. At the completion of this project, the Contractor shall return all LIAPD-issued security badges to the LIAPD. The LIAPD will charge an additional one hundred dollar ($100.00) fee for each lost or destroyed LIAPD-issued security badge. All LIAPD-issued security badges must be accounted for and surrendered at the completion of this project. Failure to account for and surrender a LIAPD-issued security badges will constitute grounds for withholding retainage from the final all estimate amount. pay SP -6.4 Contractor -Issued Identification Bad es The Contractor shall be responsible for the identification of each of the Contractor's employees, subcontractors, suppliers and representatives while these individuals within the AOA. The Contractor shall be responsible for issuing identification badges to each of the Contractor's employees, subcontractors, suppliers and representatives operating within the AOA the Contractor shall maintain a record of all persons issued a Contractor's identification badge. Th' The c shall include the home address and telephone number of each person issued a badge. The Contracord 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 o representative, issued the badge. The Contractor -issued identification badges shall be renewed by the Contractor `every thirty (30) days during theproject i. The responsible for all Contractor -issued identificati nbadges construction expirede dentifiat Contractor shall be invalidated by termination of the holder's employment, completion of construction abtidgees oro baler 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 badges shall be transferred to the possession of the LIAPD at the completion of the project. said The Contractor -issued identification badge does not allow unlimited access to all ureas within the AOA, but will permit only escorted or directly supervised access to only those portions of the AOA under construction by the Contractor. Every individual o eratin within the AOA shall display either an LIAPD-issued securi bad a or a Contractor issued . tifi anon bade 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 AOAnot 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 01272401 08/01 SP - 6 No Text SP -6.7 Challenging Unauthorized Personnel or Vehicles The Contractor and the Contractor's employees, subcontractors, suppliers, and representatives who have been issued an LIAPD security badge shall be responsible for challenging any person or vehicle found on the AOA or other non-public areas who is not displaying a valid LIAPD security bad e, 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 LIAPDand shall'be immediately confiscated by the LIAPD or the Director of Aviation. SP -6.8 Cranes or Hoists Any construction activity utilizing a crane or any other hoisting device shall have the prior, written approval of the Federal Aviation Administration. The Contractor shall be responsible Ior filing the prescribed forms for airspace clearance in accordance with Part 77 of the Federal Aviation Regulations. Applications for airspace clearance must be submitted at least thirty (30) days prior to the beginning of construction activities. To avoid construction delays, the Contractor is urged to file the prescribed forms in a timely manner. Airspace clearance from the FAA must be approved prior to the erection of the crane or other hoisting device. When'requesting approval for- the "use of -a crane or other hoisting device, die ,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-6ther hoisting device. 4. Daily hours of crane or other hoisting device operation. 'Me top of the crane or other hoisting device shall be marked with a Moot by Moot 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 noti the Engineer and Director of Aviation at least forty-eight (48) hours prior to actual erection of the crane or otherho , isting device. 01272401 V 8 08/01 rotation in areas allowed for "Contractor`s use. -The Contractor will+ also be r to moving into an `unpaved area, the Contractor shall clear and grub the °and remove and stockpile a minimum of 6 -inches of existuig topsoil. After pletion of the project and after clearing the site of materials; { equipment and the Contractor `shall replace, spread and (grade 'the' salvaged topsoil, wed by seedu g and fertilizing. PERT`' Nr - " 2.' 3. t 4• 5.... i.z ` 6. SP -8 r PROT The C r� ground, including ,. and including worl esthatmiglh Thee C during the course 1 01272401 08/01 rotation in areas allowed for "Contractor`s use. -The Contractor will+ also be r to moving into an `unpaved area, the Contractor shall clear and grub the °and remove and stockpile a minimum of 6 -inches of existuig topsoil. After pletion of the project and after clearing the site of materials; { equipment and the Contractor `shall replace, spread and (grade 'the' salvaged topsoil, wed by seedu g and fertilizing. PERT`' Nr - h 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 -9 ELECTRIC POWER AND NATURAL GAS The Contractor shall make his own provisions for his electrical, natural gas and other fuel requirements and shall pay for electricity, gas or fuel consumed 'during the construction of the project. The Contractor shall construct his own service lines and such construction shall be in strict accordance with all applicable codes and laws. SP -10 LINES AND GRADES The Contractor will be responsible for laying out the work from existing paving and structures. The Engineer will check grade control and major layouts at his discretion, but this check will not relieve the Contractor of 'his responsibility of correctly locating line and grade in accordance with the plans and specifications. The Engineer will take all measurements necessary for the determination of the amount of work performed under the various items for which payment is provided. Whenever necessary, work will be suspended to permit this work, but such suspension will be as brief as practicable and the Contractor shall be allowed no extra compensation therefor. The Contractor shall satisfy himself as to the accuracy of all measurements before constructing any permanent structure and shall not take advantage of any errors which may have been made in laying out the work. Such stakes and markings as the Engineer may set for either his own or the Contractor's guidance shall be scrupulously preserved by the Contractor. In case of negligence on the part of the Contractor or his employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing same may be deducted from subsequent estimates due the Contractor, at the discretion of the Engineer. SP -11 WATER FOR CONSTRUCTION The Contractor shall make his own provisions for his water requirements and shall pay for all water consumed during the construction of the project. The Contractor shall make his own arrangements for connections to existing water mains and fire hydrants and piping or hauling the water to the point where the water is required, all at his own expense. Arrangements for the location of water sources and for payment for water consumed by the Contractor during construction shall be made directly with the City of Lubbock's water utility department, Lubbock Power and Light and Water. 01272401 SP - 10 08/01 -Testsrequired, prior to use, for approval of source. red in the on cel rations. f�RICADES, SIGNS, AND HAZARD,MARKINGS y , , , and lights for the protection of the work and the safety of the public- for both land_ and air traffic , dosing existing apron, runways or taxiways, warning signs for air traffic shall , be placed at such s and shall be «visible day and night. A runway closed because of construction, or other activities ore „ shall -have appropriate FAA standard markings. Any movement of Contractor's vehicles or ht on or across landing areas shall carry FAA standard, markings or flags. Movement, of other responsible to the Contractor shall be under escort,, as specified in Paragraph SP -6, AIRPORT Taxiways closed{ to traffic sYiall _be protected by effective barricades. Spacing of barricades shall-bef as directedby the Engineer. Barricades for aprons closed to traffic shall consist of heavy duty barricades constructed of railroad ties Each tie shall have reflective .striping and a flashing light on each end. Barricades shall be `spaced with no more than 3'' clearance between the ends Suitable, warning signs . , w�-r. illuminated at night by acceptable light units, shall be provided for closed runways, apron, taxiways and roadways. Obstructions shall be illuminated at_night. The proper illumination of obstructions is critical tom the safe operation of aircraft on.the. Airport. All warning lights shall be equipped with photocell controls to aIutori atically turn on the lights 'at night and turn them off at -daytime. The lights shall be checked daily i, , *moo !`.:;,tr��tn; t., a��„rP that hniteries nr nower cells are in workine order. in addition, the lights shalhw be checked by the Contractor at night on a daily basis Any lights found to be out of order, flashing weakly or in otherwise less than acceptable operating condition shall be immediately replaced or repaired The Engineer may suspend work on the project if the Contractor's warning lights are not maintained in an acceptable manner. A twenty-five dollar ($25.00) charge will be assessed the Contractor for each light, per day, found to be inoperative by Owner's personnel or representatives. SP-14 PREVENTION OF AIR AND WATER POLLUTION The Contractor shall use suitable precaution to minimize air and water pollution during the - progress of work. The Contractor shall comply with directives given by the Engineer in implementation of the letter and intent of FAA Advisory Circular 150/5370-10, Item P-156 entitled "Temporary Air and Water Pollution Soil Erosion, and Siltation Control". Item P-156, entitled "Temporary Air and Water Pollution Soil Erosion, and Siltation Control," is included as Section 11 of the technical specifications for this project. SP-15 PROGRESS SPHERULE ;..r` _ w 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 suitableto the Engineer and shall show the proposed starting and complefion 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, each, 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 beapproved in writing by the Engineer. Revision or changes in the approved progress schedule may be made only with approval of the Engineer. SP-16 PUBLIC CONVENIENCE AND SAFETY `'y M` 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 forrunways 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-17 FINAL CLEANING UP As each intermediate phase of work is completed and prior to opening any portion of any airfield apron, runway or taxiway, the Contractor shall be responsible for cleaning the construction site and adjacent pavement as specified above. 01272401 _ SP 12 08/01 �s being disposed of satisfactorily. The cost of the "! rarini s itErris of work involved. and no direct compe i, and discarded materials, rubbish on property'adjacent, will not be shall be included as a part of the will be made_for this work in the Generali Conditions of the Agreement, has furnished proof of same to the Owner, and the fall have approved same. x shall extend to all_ subcontactors'unless proof of minimum coverage require is )y each subcontractor: not so covered . shall , conform to the Imes, grades; cross sections and_ dimensions„ P Any L may be required by the exigencies of construction shall, be determined by him in writing. Ip which` has beep refect id or condemned , shall be repaired or, it rt cannot be aired; removed and re laced at the Contractor's. expense. Materials; not conforming to the if the. specifications shall be removed immediately from the site of the work and replaced y material by the Contractor, at, his„ expense. SP - l3 w 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 courthaving 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-22 DISPUTED CLAIMS F"OR EX'PRXWORZ----- 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-23 FEDERAL PARTICIPATION The attention of the Contractor is invited to the fact that pursuant to the provisions of the Act of Congress known as the Airport Improvement Program of 1982, the United States Government may pay a portion of the cost of these improvements. The above Act of Congress provides that the construction work and labor in each state shall be done in accordance withthe laws of that state subject to the inspection and approval of the FAA and in accordance with the rules and regulations made pursuant to said Act. The construction work, therefore, will be subject to such inspection by the Administrator of the Federal Aviation Administration or his agents as may be deemed necessary to meet with the above requirements when Federal funds are used, but such inspection will in no sense make the Federal Government a party to this contract and will in no way interfere with the rights of either party to the contract. SP-24 INDEMNIFICATION The Contractor shall indemnify and hold harmless and defend the Owner, Engineer and all of the Owner's officers, agents and employees from all suits, actions, claims, damages, personal injuries, losses, property damage and expenses of any character whatsoever, including attorney's fees, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act of the Contractor, their agents or employees, or any subcontractor, in the execution, supervision and operations growing out of or in any way connected with the performance of this contract, and the Contractor will be required to pay any judgment with costs which may be obtained against the Owner, Engineer or any of its officer, agents or employees, including attorney's fees. 01272401 SP - 14 08/01 No Text SP -28 SEPARATE CONTRACTS The Owner reserves the right to let other contracts in connection with or in the vicinity of the project. The Contractor shall afford other' contractors reasonable opportunity for the introduction and storage of their materials and the execution, of their work, and shall coordinate his work and theirs. The Contractor's coordination with other contractors shall require the approval of the Engineer. See Paragraph SP -3 for additional requirements concerning separate contracts: SP -29 SHOP DRAWINGS a, The Contractor shall submit, to the Engineer with such promptness as to cause no delay in his own work or in that of any other Contractor, six' copies unless otherwise specified, ' of all shop and/or setting drawings and schedules required for the work of the various trades, and the Engineer shall pass upon them with reasonable promptness, making required corrections. The Contractor shall make any corrections required by the Engineer, file with him the corrected copies and furnish such other copies as may be needed. If the Contractor and/or the Manufacturer desires additional approved sets, the number of final copies submitted shall be the four copies for the Engineer plus the copies desired by the Contractor and/or Manufacturer. The Engineer's approval of such drawings or schedules shall not relieve the Contractor from responsibility for deviations from drawings or specifications, unless he has in writing called the Engineer's attention to such deviations at the time of submission nor shall it relieve him from responsibility for errors of any sort in shop drawings or schedules. _. SP -30 ENGINEER Whenever the word Engineer is used in this contract, it shall be understood as referring to Parkhill, Smith & Cooper, Inc., Consulting Engineers, Lubbock, Midland, and El Paso, Texas, Engineer of the Owner, or such other Engineer, Supervisor or Inspector as may be authorized by said Owner to act in any particular. SP -31 TRENCH SAFETY The Contractor shall strictly comply with all requirements of the Occupational Safety and Health Administration (OSHA) Manual, Chapter XVII, Subpart P'- EXCAVATION, TRENCHING AND SHORING forall 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. SP -32 ENGINEER'S FIELD OFFICE The Contractor shall furnish an ; office at the site of the , work for„ use by the Engineer. The building shall be provided immediately after work on the project is begun and shall remain in place until the project is accepted as complete, unless its earlier removal is authorized by the Engineer. It shall be floored and roofed, weather -tight, insulated and constructed in a workmanlike manner. All windows shall , be screened and a screen door provided in addition to the regular door. 01272401 SP - 16 08/01 - No Text Pow - SPECIFICATIONS P" r" 9 Tecbnical Specifications CITY OF LUBBOCK, TEXAS LUBBOCK INTERNATIONAL AIRPORT WESTPORT APRON AND TAXIWAY EXPANSION CITY OF LUBBOCK BID NO. 212-01/RS FAA A.I.P. PROJECT NO. 3-48-0138-23-01 4����HAMILTON/ .:..........:...o AUGUST 2001 85468 11 t /* NAL IS,") ........... / TROY D. SWINNEY ............... 50 ago M 80058 H I H.■ .................. 10 Q E MParkhill, Smith & Cooper, Inc. M-1 I I ' I j-1 Engineers n Architects a Planners Paragraph 1. 2. 1. 2. 3. 4. 1. 2. 3. 4. 5. 1. 2. 3. 4. 5. 6. 01272401 08/01 TABLE OF CONTENTS TECHNICAL SPECIFICATIONS ITEM P-140 MOBILIZATION Modifications Description Measurement and Payment ITEM P-150 REMOVAL OF EXISTING PAVEMENT Modifications Description Construction Methods Method of Measurement Basis of Payment ITEM P-152 EXCAVATION AND EMBANKMENT Modifications Description Construction Methods Topsoil Method of Measurement Basis of Payment ITEM P-155 LIME -TREATED SUBGRADE Modifications Description Materials Equipment Construction Methods Method of Measurement Basis of Payment TECHNICAL SPECIFICATIONS Page 140-a 140-1 140-1 150-a 150-1 150-1 150-1 150-1 152-a 152-1 152-1 152-7 152-8 152-8 155-a 155-1 155-1 155-7 155-7 155-10 155-10 TOC -1 ITEM P-156 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION AND SILTATION CONTROL TxDOT ITEM 345 ASPHALT STABILIZED BASE (PLANT MIX) Modifications 1. Description 2. Materials 3. Asphalt Stabilized Mixtures 4. Equipment 5. Stockpiling, Storage and Mixing 6. Construction Methods 7. Measurement 8. Payment 01272401 08/01 TECHNICAL SPECIFICATIONS 304-a 304-1 304-1 304-3 304-3 304-6 304-6 345-a 345-1 345-1 345-4 345-7 345-19 345-21 345-27 345-28 TOC -2 ITEM P-304 Page Paragraph Modifications 1. Modifications 156-a 1. Description 156-1 2. Materials 156-1 3. Construction Requirements 156-1 4. Method of Measurement 156-3 5. Basis of Payment 156-3 TxDOT ITEM 345 ASPHALT STABILIZED BASE (PLANT MIX) Modifications 1. Description 2. Materials 3. Asphalt Stabilized Mixtures 4. Equipment 5. Stockpiling, Storage and Mixing 6. Construction Methods 7. Measurement 8. Payment 01272401 08/01 TECHNICAL SPECIFICATIONS 304-a 304-1 304-1 304-3 304-3 304-6 304-6 345-a 345-1 345-1 345-4 345-7 345-19 345-21 345-27 345-28 TOC -2 ITEM P-304 CEMENT TREATED BASE COURSE Modifications 1. Description 2. Materials 3. Cement Content 4. Construction Methods 5. Method of Measurement 6. Basis of Payment TxDOT ITEM 345 ASPHALT STABILIZED BASE (PLANT MIX) Modifications 1. Description 2. Materials 3. Asphalt Stabilized Mixtures 4. Equipment 5. Stockpiling, Storage and Mixing 6. Construction Methods 7. Measurement 8. Payment 01272401 08/01 TECHNICAL SPECIFICATIONS 304-a 304-1 304-1 304-3 304-3 304-6 304-6 345-a 345-1 345-1 345-4 345-7 345-19 345-21 345-27 345-28 TOC -2 N-: ITEM P-401 PLANT MIX BITUMINOUS PAVEMENTS Paragraph Page Modifications 401-a 1. Description 401-1 2. Materials 401-1 3. Composition 401-3 4. Construction Methods 401-9 5. Material Acceptance 401-12 6. Contractor Quality Control 401-17 7. Method of Measurement 401-19 8. Basis of Payment 401-19 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT Modifications 501-a 1. Description 501-1 • 2. Materials 501-1 3. Mix Design 501-6 4. Construction Methods 501-8 «. 5. Material Acceptance 501-19 6. Contractor Quality Control 501-22 7. Method of Measurement 501-24 ..,, 8. Basis of Payment 501-24 ITEM P-602 BITUMINOUS PRIME COAT Modifications 602-a ,. 1. Description 602-1 2. Materials 602-1 3. Construction Methods 602-1 4. Method of Measurement 602-2 5. Basis of Payment 602-2 ITEM P-603 BITUMINOUS TACK COAT Modifications 603-a 1. Description 603-1 2. Materials 603-1 3. Construction Methods 603-2 �.. 4. Method of Measurement 603-4 5. Basis of Payment 603-5 01272401 TECHNICAL SPECIFICATIONS TOC -3 '""" 08/01 ITEM P-605 JOINT SEALING FILLER Paragraph 01272401 TECHNICAL SPECIFICATIONS 08/01 Page 605-a 605-1 605-1 605-2 605-4 605-5 610-a 610-1 610-1 610-3 610-6 610-6 620-a 620-1 620-1 620-4 620-7 620-7 701-a 701-1 701-1 701-2 701-4 701-4 TOC -4 Modifications 1. Description 2. Materials 3. Construction Methods 4. Method of Measurement 5. Basis of Payment ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE Modifications 1. Description 2. Materials 3. Construction Methods 4. Method of Measurement 5. Basis of Payment ITEM P-620 RUNWAY AND TAXIWAY PAINTING Modifications 1. Description 2. Materials 3. Construction Methods 4. Method of Measurement 5. Basis of Payment ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS Modifications 1. Description 2. Materials 3. Construction Methods 4. Method of Measurement 5. Basis of Payment 01272401 TECHNICAL SPECIFICATIONS 08/01 Page 605-a 605-1 605-1 605-2 605-4 605-5 610-a 610-1 610-1 610-3 610-6 610-6 620-a 620-1 620-1 620-4 620-7 620-7 701-a 701-1 701-1 701-2 701-4 701-4 TOC -4 ITEM T-904 Modifications 904-a -« 1. Description 904-1 2. Materials 904-1 3. Construction Methods ITEM D-752 4. CONCRETE CULVERTS HEADWALLS AND MISCELLANEOUS DRAINAGE STRUCTURES r Basis of Payment 904-3 Paragraph Page Modifications 752-a 1. Description 752-1 2. Materials 752-1 3. Construction Methods 752-1 4. Method of Measurement 752-2 5. Basis of Payment 752-2 P- ITEM T-901 SEEDING Modifications 901-a 1. Description 901-1 2. Materials 901-1 3. Construction Methods 901-2 4. Method of Measurement 901-4 5. Basis of Payment 901-4 ITEM T-904 !^ ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS Modifications 108-a 1. Description 108-1 2. Equipment and Materials 108-1 3. Construction Methods 108-2 4. Method of Measurement 108-5 5. Basis of Payment 108-6 01272401 TECHNICAL SPECIFICATIONS TOC -5 "` 08/01 Modifications 904-a -« 1. Description 904-1 2. Materials 904-1 3. Construction Methods 904-1 4. Method of Measurement 904-3 5. Basis of Payment 904-3 !^ ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS Modifications 108-a 1. Description 108-1 2. Equipment and Materials 108-1 3. Construction Methods 108-2 4. Method of Measurement 108-5 5. Basis of Payment 108-6 01272401 TECHNICAL SPECIFICATIONS TOC -5 "` 08/01 1. 2. 3. 4. 01272401 08/01 ITEM MC MISCELLANEOUS CONSTRUCTION Modifications Scope of Work Materials and Construction Methods Method of Measurement Basis of Payment TECHNICAL SPECIFICATIONS MC -a MC -1 MC -1 MC -1 MC -2 TOC -6 ITEM L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT Paragraph Page Modifications 110-a 1. Description 110-1 2. Equipment and Materials 110-1 3. Construction Methods 110-1 4. Method of Measurement 110-4 5. Basis of Payment 110-4 ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS Modifications 125-a 1. Description 125-1 ^° 2. Equipment and Materials 125-2 3. Construction Methods 125-3 4. Method of Measurement 125-3 M-- 5. Basis of Payment 125-4 ITEM F-162 CHAIN LINK FENCES Modifications 162-a 1. Description 162-1 2. Materials 162-1 3. Construction Methods 162-3 PON 4. Method of Measurement 162-5 5. Basis of Payment 162-5 1. 2. 3. 4. 01272401 08/01 ITEM MC MISCELLANEOUS CONSTRUCTION Modifications Scope of Work Materials and Construction Methods Method of Measurement Basis of Payment TECHNICAL SPECIFICATIONS MC -a MC -1 MC -1 MC -1 MC -2 TOC -6 e ITEM IP IRRIGATION PIPELINE SYSTEM Paragraph Page 1. General IP -1 2. Piping Materials IP -1 3. Steel Casing IP -2 4. Valve Materials IP -3 5. Construction Methods IP -3 6. Method of Measurement IP -7 7. Basis of Payment IP -8 ITEM ER TEMPORARY EROSION, SEDIMENTATION AND WATER POLLUTION PREVENTION AND CONTROL Modifications ER -a 1. Description ER -1 2. Materials ER -1 3. Construction Methods ER -3 4. Method of Measurement and Basis of Payment ER -5 01272401 08/01 TECHNICAL SPECIFICATIONS TOC -7 No Text r ITEM P-140 MOBILIZATION DESCRIPTION 140-1.1 The work covered under this item consists of preparatory work and operations, including but not limited to those necessary for the movement of personnel, equipment, supplies and incidentals to the Project site; for the establishment of all offices, buildings, and other facilities necessary for work on the Project; and for all other work and operations which must be performed or costs incurred prior to beginning work on the various items on the Project site. The Contractor shall demobilize within 30 days after substantial completion of the work. MEASUREMENT AND PAYMENT 140-2.1 All work covered by this item will be paid for at the contract lump sum price for "Mobilization". Partial payments for the item of "Mobilization" will be made with the first and second partial pay estimates paid on the contract, and will be made at the rate of 50 percent of the lump sum price for "Mobilization" on each of these partial pay estimates, less the retainage provided for in Division 90-06 of the General Provisions of these Specifications, provided the amount bid for "Mobilization" does not exceed 5 percent of the total amount bid for the contract. Where the amount bid for the item of "Mobilization" exceeds 5 percent of the total amount bid for the contract, 2-1/2 percent of the total amount bid will be paid on each of the first two partial pay estimates, and that portion exceeding 5 percent will be paid on the last partial pay estimate. All such payments will be made less the retainage provided for in Division 90-06 of the General Provisions. Payment will be made under: Item P-140 Mobilization - per lump sum. 01272401 "^ 08/01 MOBILIZATION 140-1 No Text ITEM P-150 REMOVAL OF EXISTING PAVEMENT 150-1. DESCRIPTION 150-1.1 General This item shall consists of the excavating, removal and disposal of certain portions of the existing airfield paving in accordance with these specifications and in conformity with the dimensions and typical cross sections shown on the plans and with the lines and grades established by the Engineer. 150-1.2 Classification Pavement to be removed consists of asphaltic concrete or portland cement concrete pavement. No consideration shall be given to differences in thickness of material for each material removed. All pavement of each type to be removed shall be considered as being the same and equal and no consideration shall be given to differences in thickness of material. 150-2 CONSTRUCTION METHODS All lines separating pavement to be removed from pavement to remain in place shall be cut neatly and in a straight line. The lines shall be cut by means of sawing, or with a wheel type cutting edge attached to a motor grader or other method approved by the Engineer which will produce a satisfactory pavement edge. In no case shall the line be cut with a motor grader blade. The asphaltic surfacing to be removed shall be scarified and broken up by means of grid roller, scarifiers or other suitable equipment. No method of breaking or removing the existing surface shall be �-• used which, in the opinion of the Engineer, removes an excess amount of existing base material. The portland cement concrete paving to be removed shall be broken up so that no piece of the paving is more than 30 -inches in its greatest dimension, using methods which do not damage adjacent pavement or underlying subbase. All existing asphaltic and concrete pavement removed under this contract shall remain the property of the Owner and shall be stockpiled at locations designated by the Airport Manager. 150-3 METHOD OF MEASUREMENT The quantity of airfield pavement to be removed shall be paid for under this item and shall be the number of square yards of each type, measured by surface area in its original position, completed x- and accepted. 150-4 BASIS OF PAYMENT Payment shall be made at the contract unit price per square yard for the removal of existing airfield pavement of each type. These prices shall be 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. 01272401 150- 1 08/01 No Text No Text No Text AC 150/5370-10A 2/17/89 ITEM P-152 EXCAVATION AND EMBANKMENT DESCRIPTION 152-1.1 This item covers excavation, disposal, placement, and compaction of all materials within the limits of the work required to construct runway safety areas, runways, taxiways, aprons, and intermediate as well as other areas for drainage, building construction, parking, or other purposes in accordance with these speci- fications and in conformity to the dimensions and typical section shown on the plans. 152-1.2 CLASSIFICATION. All material excavated shall be classified as defined below: a. Unclassified Excavation. Unclassified excavation shall consist of the excavation and disposal of all material, regardless of its nature, which is not otherwise classified and paid for under the following items. b. Rock Excavation. Rock excavation shall include all solid rock in ledges, in bedded deposits, in un - stratified masses, and conglomerate deposits which are so firmly cemented they cannot be removed without blasting or using rippers. All boulders containing a volume of more than 1/2 cubic yard (0.4 cubic meter) will be classified as "rock excavation." c. Muck Excavation. Muck excavation shall consist of the removal and disposal of deposits of mix- tures of soils and organic matter not suitable for foundation material. Muck shall include materials which will decay or produce subsidence in the embankment. It may be made up of decaying stumps, roots, logs, humus, or other material not satisfactory for incorporation in the embankment. d. Drainage Excavation. Drainage excavation shall consist of all excavation made for the primary purpose of drainage and includes drainage ditches, such as intercepting, inlet or outlet; temporary levee con- struction; or any other type as shown on the plans. e. Borrow Excavation. Borrow excavation shall consist of approved material required for the con- struction of embankment or for other portions of the work in excess of the quantity of usable material avail- able from required excavations. Borrow material shall be obtained from areas within the limits of the airport property but outside the normal limits of necessary grading, or from areas outside the airport. 152-1.3 Unsuitable Excavation. Any material containing vegetable or organic matter, such as muck, peat, organic silt, or sod shall be considered unsuitable for use in embankment construction. Material, when ap- proved by the Engineer as suitable to support vegetation, may be used on the embankment slope. CONSTRUCTION METHODS „ 152-2.1 General. Before beginning excavation, grading, and embankment operations in any area, the area shall be completely cleared and grubbed in accordance with Item P-151. The suitability of material to be placed in embankments shall be subject to approval by the Engineer. All ' unsuitable material shall be disposed of in waste areas shown on the plans. All waste areas shall be graded to allow positive drainage of the area and of adjacent areas. The surface elevation of waste areas shall not extend above the surface elevation of adjacent usable areas of the airport, unless specified on the plans or approved by the Engineer. When the Contractor's excavating operations encounter artifacts of historical or archaeological significance, the operations shall be temporarily discontinued. At the direction of the Engineer, the Contractor shall exca- '"'"" 152 - 1 AC 150/5370-10A 2/17/89 vate the site in such a manner as to preserve the artifacts encountered and allow for their removal. Such excavation will be paid for as extra work. Those areas outside of the pavement areas in which the top layer of soil material has become compacted, by hauling or other activities of the Contractor shall be scarified and disked to a depth of 4 inches (100 mm), in order to loosen and pulverize the soil. If it is necessary to interrupt existing surface drainage, sewers or under -drainage, conduits, utilities, or simi- lar underground structures the Contractor shall be responsible for and shall take all necessary precautions to preserve them or provide temporary services. When such facilities are encountered, the Contractor shall notify the Engineer, who shall arrange for their removal if necessary. The Contractor shall, at his/her own expense, satisfactorily repair or pay the cost of all damage to such facilities or structures which may result from any of the Contractor's operations during the period of the contract. 152-2.2 EXCAVATION. No excavation shall be started until the work has been staked out by the Con- tractor and the Engineer has obtained elevations and measurements of the ground surface. All suitable exca- vated material shall be used in the formation of embankment, subgrade, or for other purposes shown on the plans. All unsuitable material shall be disposed of as shown on the plans. When the volume of the excavation exceeds that required to construct the embankments to the grades indi- cated, the excess shall be used to grade the areas of ultimate development or disposed of as directed. When the volume of excavation is not sufficient for constructing the fill to the grades indicated, the deficiency shall be obtained from borrow areas. The grade shall be maintained so that the surface is well drained at all times. When necessary, temporary drains and drainage ditches shall be installed to intercept or divert surface water which may affect the work. a. Selective Grading. When selective grading is indicated on the plans, the more suitable material as designated by the Engineer shall be used in constructing the embankment or in capping the pavement sub - grade. If, at the time of excavation, it is not possible to place this material in its final location, it shall be stockpiled in approved areas so that it can be measured for payment for rehandling as specified in paragraph 3.3. b. Undercutting. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for runway safety areas, subgrades, roads, shoulders, or any areas intended for turfing shall be excavated to a minimum depth of 12 inches (300 mm), or to the depth specified by the Engineer, below the subgrade. Muck, peak, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be re- moved to the depth specified. Unsuitable materials shall be disposed of at locations shown on the plans. This excavated material shall be paid for at the contract unit price per cubic yard (per cubic meter) for [ J. The excavated area shall be refilled with suitable material, obtained from the grading operations or borrow areas and thoroughly compacted by rolling. The necessary refilling will constitute a part of the em- bankment. Where rock cuts are made and refilled with selected material, any pockets created in the rock surface shall be drained in accordance with the details shown on the plans. c. Overbreak. Overbreak, including slides, is that portion of anv material displaced or loosened beyond the finished work as planned or authorized by the Engineer. The Engineer shall determine if the displacement of such material was unavoidable and his/her decision shall be final. All overbreak shall be graded or removed by the Contractor and disposed of as directed; however, payment will not be made for the removal and disposal of overbreak which the Engineer determines as avoidable. Unavoidable overbreak will be classified as "Unclassified Excavation." d. Removal of Utilities. The removal of existing structures and utilities required to permit the orderly progress of work will be accomplished by someone other than the Contractor, e.g., the utility unless other - 152 - 2 ve 2/17/89 AC 150/5370-10A am wise shown on the plans. All existing foundations shall be excavated for at least 2 feet (6 cm) below the top of subgrade or as indicated on the plans, and the material disposed of as directed. All foundations thus exca- vated shall be backfilled with suitable material and compacted as specified herein. e. Compaction Requirements. The subgrade under areas to be paved shall be compacted to a depth of .., [ ] and to a density of not less than [ ] percent of the maximum density as determined by ASTM [ I ., Payment for suitable materials removed, manipulated, and replaced in order to obtain the required depth of density will be paid for as unclassified excavation. O The in-place field density shall be determined in accordance with ASTM D 1556 or ASTM D 2167. Stones or rock fragments larger than 4 inches (100 mm) in their greatest dimension will not be permitted in top 6 inches (150 mm) of the subgrade. The finished grading operations, conforming to the typical cross section, ., shall be completed and maintained at least 1,000 feet (300 m) ahead of the paving operations or as directed by the Engineer. In cuts, all loose or protruding rocks on the back slopes shall be bared loose or otherwise removed to line of •* finished grade of slope. All cut -and -fill slopes shall be uniformly dressed to the slope, cross section, and alignment shown on the plans or as directed by the Engineer. Blasting will be permitted only when proper precautions are taken for the safety of all persons, the work, and the property. All damage done to the work or property shall be repaired at the Contractor's expense. and use of explosives shall All operations of the Contractor in connection with the transportation, storage, and local regulations and explosive manufacturers' instructions, with applicable ap- conform to all state proved permits reviewed by the Engineer. Any approval given, however, will not relieve the Contractor of his/her responsibility in blasting operations. Where blasting is approved, the Contractor shall employ a vibration consultant, approved by the Engineer, to advise on explosive charge weights per delay and to analyze records from seismograph recordings. The seismograph shall be capable of producing a permanent record of the three components of the motion in terms of particle velocity, and in addition shall be capable of internal dynamic calibration. In each distinct blasting area, where pertinent factors affecting blast vibrations and their effects in the area remain the same, the Contractor shall submit a blasting plan of the initial blasts to the Engineer for approv- al. This plan must consist of hole size, depth, spacing, burden, type of explosives, type of delay sequence, maximum amount of explosive on any one delay period, depth of rock, and depth of overburden if any. The maximum explosive charge weights per delay included in the plan shall not be increased without the ap- proval of the engineering. The Contractor shall keep a record of each blast fired—its date, time and location; the amount of explosives' used, maximum explosive charge weight per delay period, and, where necessary, seismograph records identi- fied by instrument number and location. 152 - 3 AC 150/5370-IOA 2/17/89 These records shall be made available to the Engineer on a monthly basis or in tabulated form at other times as required. 152-2.3 BORROW EXCAVATION. Borrow area(s) within the airport property are indicated on the plans. Borrow excavation shall be made only at these designated locations and within the horizontal and vertical limits as staked or as directed. When borrow sources are outside the boundaries of the airport property, it shall be the Contractor's respon- sibility to locate and obtain the supply, subject to the approval of the Engineer. The Contractor shall notify the Engineer, at least 15 days prior to beginning the excavation, so necessary measurements and tests can be made. All unsuitable material shall be disposed of by the Contractor. All borrow pits shall be opened up to expose the vertical face of various strata of acceptable material to enable obtaining a uniform product. Borrow pits shall be excavated to regular lines to permit accurate measurements, and they shall be drained and left in a neat, presentable condition with all slopes dressed uniformly. 152-2.4 DRAINAGE EXCAVATION. Drainage excavation shall consist of excavating for drainage ditches such as intercepting, inlet or outlet, for temporary levee construction; or for any other type as de- signed or as shown on the plans. The work shall be performed in the proper sequence with the other con- struction. All satisfactory material shall be placed in fills; unsuitable material shall be placed in waste areas or as directed. Intercepting ditches shall be constructed prior to starting adjacent excavation operations. All necessary work shall be performed to secure a finish true to line, elevation, and cross section. The Contractor shall maintain ditches constructed on the project to the required cross section and shall keep them free of debris or obstructions until the project is accepted. 152-2.5 PREPARATION OF EMBANKMENT AREA. Where an embankment is to be constructed to a height of 4 feet (120 m) or less, all sod and vegetable matter shall be removed from the surface upon which the embankment is to be placed, and the cleared surface shall be completely broken up by plowing or scari- fying to a minimum depth of 6 inches (150 mm). This area shall then be compacted as indicated in para- graph 2.6. When the height of fill is greater than 4 feet (120 m), sod not required to be removed shall be thoroughly disked and recompacted to the density of the surrounding ground before construction of em- bankment. Where embankments are to be placed on natural slopes steeper than 3 to 1, horizontal benches shall be constructed as shown on the plans. No direct payment shall be made for the work performed under this section. The necessary clearing and grubbing and the quantity of excavation removed will be paid for under the respective items of work. 152-2.6 FOR114ATION OF EMBANKMENTS. Embankments shall be formed in successive horizontal layers of not more than 8 inches (200 mm) in loose depth for the full width of the cross section, unless otherwise approved to the Engineer. The grading operations shall be conducted, and the various soil strata shall be placed, to produce a soil structure a shown on the typical cross section or as directed. Materials such as brush, hedge, roots, stumps, grass and other organic matter, shall not be incorporated or buried in the embankment. Operations on earthwork shall be suspended at any time when satisfactory results cannot be obtained be- cause of rain, freezing, or other unsatisfactory conditions of the field. The Contractor shall drag, blade, or slope the embankment to provide proper surface drainage. The material in the layer shall be within ±2 percent of optimum moisture content before rolling to obtain the prescribed compaction. In order to achieve a uniform moisture content throughout the layer, wetting or drying of the material and manipulation shall be required when necessary. Should the material be too wet to 152 - 4 0 2/17/89 AC 150/5370-10A permit proper compaction or roiling, all work on all of the affected portions of the embankment shall be delayed until the material has dried to the required moisture content. Sprinkling of dry material to obtain the proper moisture content shall be done with approved equipment that will sufficiently distribute the water. Sufficient equipment to furnish the required water shall be available at all times. Samples of all em- bankment materials for testing, both before and after placement and compaction, will be taken for each [ ]. Based on these tests, the Contractor shall make the necessary corrections and adjustments in meth- ods, materials or moisture content in order to achieve the correct embankment density. �** Rolling operations shall be continued until the embankment is compacted to not less than 95 percent of maximum density for noncohesive soils, and 90 percent of maximum density for cohesive soils as determined by ASTM [ ]. Under all areas to be paved, the embankments shall be compacted to a depth of [ ] and to a density of not less than [ ] percent of the maximum density as determined by ASTM [ I. On all areas outside of the pavement areas, no compaction will be required on the top 4 inches (100 mm). The in-place field density shall be determined in accordance with ASTM D 1556 or ASTM D 2167. Compaction areas shall be kept separate, and no layer shall be covered by another until the proper density is obtained. During construction of the embankment, the Contractor shall route his/her equipment at all times, both when loaded and when empty, over the layers as they are placed and shall distribute the travel evenly over the entire width of the embankment. The equipment shall be operated in such a manner that hardpan, ce- mented gravel, clay, or other chunky soil material will be broken up into small particles and become incor- porated with the other material in the layer. In the construction of embankments, layer placement shall begin in the deepest portion of the fill; as place- ment progresses, layers shall be constructed approximately parallel to the finished pavement grade line. When rock and other embankment material are excavated at approximately the same, time, the rock shall be incorporated into the outer portion of the embankment and the other material shall beincorporated under the future paved areas. Stones or fragmentary rock larger than 4 inches (100 mm) in their greatest dimen- sions will not be allowed in the top 6 inches (150 mm) of the subgrade. Rockf.11 shall be brought up in �•. 152 - 5 AC 150/5370-10A 2/17/89 layers as specified or as directed and every effort shall be exerted to fill the voids with the finer material forming a dense, compact mass. Rock or boulders shall not be disposed of outside the excavation or em- bankment areas, except at places and in the manner designated by the Engineer. When the excavated material consists predominantly of rock fragments of such size that the material cannot be placed in layers of the prescribed thickness without crushing, pulverizing or further breaking down the pieces, such material may be placed in the embankment as directed in layers not exceeding 2 feet (60 cm) in thickness. Each layer shall be leveled and smoothed with suitable leveling equipment and by distribution of spalls and finer fragments of rock. These type Iifts shall not be constructed above an elevation 4 feet (120 cm) below the finished subgrade. Density requirements will not apply to portions of embankments con- structed of materials which cannot be tested in accordance with specified methods. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. There will be no separate measurement of payment for compacted embankment, and all costs incidental to placing in layers, compacting, disking, watering, mixing, sloping, and other necessary operations for con- struction of embankments will be included in the contract price for excavation, borrow, or other items. 152-2.7 FINISHING AND PROTECTION OF SUBGRADE. After the subgrade has been substantially completed the full width shall be conditioned by removing any soft or other unstable material which will not compact properly. The resulting areas and all other Iow areas, holes or depressions shall be brought to grade with suitable select material. Scarifying, blading, rolling and other methods shall be performed to pro- vide a thoroughly compacted subgrade shaped to the lines and grades shown on the plans. Grading of the subgrade shall be performed so that it will drain readily. The Contractor shall take all pre- cautions necessary to protect the subgrade from damage. He/she shall limit hauling over the finished sub - grade to that which is essential for construction purposes. All ruts or rough places that develop in a completed subgrade shall be smoothed and recompacted. No subbase, or surface course shall be placed on the subgrade until the subgrade has been approved by the Engineer. 152-2.8 HAUL. All hauling will be considered a necessary and incidental part of the work. Its cost shall be considered by the Contractor and included in the contract unit price for the pay of items of work in- volved. No payment will be made separately or directly for hauling on any part of the work. 152-2.9 TOLERANCES. In those areas upon which a subbase or base course is to be placed, the top of the subgrade shall be of such smoothness that, when tested with a 16 -foot (4.8 m) straightedge applied par- allel and at right angles to the centerline, it shall not show any deviation in excess of 1/2 -inch (12 mm), or shall not be more than 0.05 -foot (.015 m) from true grade as established by grade hubs or pins. Any devi- ation in excess of these amounts shall be corrected by loosening, adding, or removing materials; reshaping; and recompacting by sprinkling and rolling. On runway safety areas, intermediate and other designated areas, the surface shall be of such smoothness that it will not vary more than 0.10 foot (0.03 m) from true grade as established by grade hubs. Any devi- ation in excess of this amount shall be corrected by loosening, adding or removing materials, and reshaping. 152-2.10 TOPSOIL. When topsoil is specified or required as shown on the plans or under Item T-905, it shall be salvaged from stripping or other grading operations. The topsoil shall meet the requirements of Item T-905. If, at the time of excavation or stripping, the topsoil cannot be placed in its proper and final section of finished construction, the material shall be stockpiled at approved locations. Stockpiles shall not be placed within [ ] feet of runway pavement or [ ) feet of taxiway pavement and shall not be placed 152-6 AC 150/5370-10A 2/17/89 .-s on areas which subsequently will require any excavation or embankment. If, in the judgment of the Engi- neer, it is practical to place the salvaged topsoil at the time of excavation or stripping, the material shall be placed in its final position without stockpiling or further rehandling. Upon completion of grading operations, stockpiled topsoil shall be handled and placed as directed, or as required in Item T-905. .-� No direct payment will be made for topsoil as such under Item P-152. The quantity removed and placed directly or stockpiled shall be paid for at the contract unit price per cubic yard (cubic meter) for "Unclassi- fied Excavation." When stockpiling of topsoil and Iater rehandling of such material is directed by the Engineer, the material so rehandled shall be paid for at the contract unit price per cubic yard (cubic meter) for "Topsoiling," as provided in Item T-905. METHOD OF MEASUREMENT 152-3.1 The quantity of excavation to be paid for shall be the number of cubic yards (cubic meters) meas- ured in its original position. Measurement shall not include the quantity of materials excavated without authorization beyond normal slope lines, or the quantity of material used for purposes other than those directed. 152-3.2 Borrow material shall be paid for on the basis of the number of cubic yards (cubic meters) meas- ured in its original position at the borrow pit. 152-3.3 Stockpiled material shall be paid for on the basis of the number of cubic yards (cubic meters) measured in the stockpiled position as soon as the material has been stockpiled. 152-3.4 For payment specified by the cubic yard (cubic meter), measurement for all [excavation] [embank- ment] shall be computed by the average end area method. The end area is that bound by the original ground line established by field cross sections and the final theoretical pay line established by [excavation][embankment) cross sections shown on the plans, subject to verification by the Engineer. After e completion of all [excavation][embankment] operations and prior to the placing of base or subbase material, the final [excavation][embankment] shall be verified by the Engineer by means of field cross sections taken randomly at intervals not exceeding 500 linear feet (150 meters). Final field cross sections shall be employed if the following changes have been made: a. Plan width of embankments or excavations are changed by more than plus or minus 1.0 foot (0.3 meter); or b. Plan elevations of embankments or excavations are changed by more than plus or minus 0.5 foot (0.15 meter). "��" 152 - 7 AC 150/5370-t0A 2/17/89 BASIS OF PAYMENT 152-4.1 For "Unclassified excavation" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.2 For "Rock Excavation" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and inci- dentals necessary to complete the item. 152-4.3 For "Muck Excavation" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and inci- dentals necessary to complete the item. 152-4.4 For "Drainage Excavation" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and inci- dentals necessary to complete the item. 152-4.5 For "Borrow Excavation" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and inci- dentals necessary to complete the item. 152-4.6 For "Stockpiled Material" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and inci- dentals necessary to complete the item. 152-4.7 For "Embankment in Place" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-152-4.1 Unclassified Excavation --per cubic yard (cubic meter) Item P-152-4.2 Rock Excavation --per cubic yard (cubic meter) Item P-152-4.3 Muck Excavation --per cubic yard (cubic meter) Item P-152-4.4 Drainage Excavation --per cubic yard (cubic meter) Item P-152-4.5 Borrow Excavation --per cubic yard (cubic meter) Item P-152-4.6 Stockpiled material --per cubic yard (cubic meter) Item P-152-4.7 Embankment in Place --per cubic yard (cubic meter) 152 - 8 e 2/17/89 AC 150/5370-IOA TESTING REQUIREMENTS ASTM D 698 Tests for Moisture -Density Relations of Soils and Soil -Ag- gregate Mixtures, Using 5.5 -pound (2.5 kg) Rammer and 12 - inch (300 mm) Drop ASTM D 1556 Test for Density of Soil In -Place by the Sand Cone Method ASTM D 1557 Tests for Moisture -Density Relations of Soils and Soil -Ag- gregate Mixtures, Using 10 -pound (4.5 kg) Rammer and 18 - inch (45 cm) Drop ,.., ASTM D 2167 Test for Density of Soil In -Place by the Rubber Balloon Method. No Text E&__] 11/2/90 AC 150/5370-10A CHG 2 ITEM P-155 LIME -TREATED SUBGRADE ^� DESCRIPTION 155-1.1 This item shall consist of constructing one or more courses of a mixture of soil, lime, and water in ac- - cordance with this specification, and in conformity with the lines, grades, thicknesses, and typial cross sections shown on the plans. MATERIALS * 155-2.1 HYDRATED LIME. Hydrated lime shall conform to the requirements of ASTM C 977. 155-2.2 COMMERCIAL LIME SLURRY. Commercial lime slurryshall be a pumpable suspension of solids in water. The water or liquid portion of the slurry shall not contain dissolved material in sufficient quantity naturally injurious or objectionable for the purpose intended. The solids portion of the mixture, when considered on the basis of "solids content," shall consist principally of hydrated lime of a quality and fineness sufficient to meet the fol- lowing requirements as to chemical composition and residue. a. Chemical Composition. The "solids content" of the lime slurry shall consist of a minimum of 70%, by weight, of calcium and magnesium oxides. b. Residue. The percent by weight of residue retained in the "solids content" of lime slurry shall conform to the following requirements: Residue retained on a No. 6 (3360 micron) sieve Max. 0.0% Residue retained on a No. 10 (2000 micron) sieve Max. 1.0% Residue retained on a No. 30 (590 micron) sieve Max. 2.5% c. Grade. Commercial lime slurry shall conform to one of the following two grades: Grade 1. The "dry solids content" shall be at least 31% by weight, of the slurry. Grade 2. The "dry solids content" shall be at least 35%, by weight, of the slurry. 155-2.3 WATER. Water used for mixing or curing shall be reasonably clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product. Water shall be tested in accordance with and shall meet the suggested requirements of AASHO T 26. Water known to be of potable quality may be used without test. 155-2.4 SOIL. The soil for this work shall consist of materials on the site or selected materials from other sources and shall be uniform in quality and gradation, and shall be approved by the Engineer. The soil shall be free of roots, sod, weeds, and stones larger than 2-1/2 inches (60 mm). COMPOSITION 155-3.1 LIME. Lime shall be applied at the rate specified on the plans for the depth of subgrade treatment shown. 155-3.2 TOLERANCES. At final compaction, the lime and water content for each course of subgrade treatment shall conform to the following tolerances: Material Tolerance Lime ................................. +0.5% Water................................ +2%,4% 155 — 1 AC 150/5370-10A WEATHER LIMITATIONS 2/17/89 155-4.1 WEATHER LIMITATION. The lime -treated subgrade shall not be mixed while the atmospheric temperature is below 40' F (4° C) or when conditions indicate that temperatures may fail below 40` F (4' C) within 24 hours, when it is foggy or rainy, or when soil or subgrade is frozen. EQUIPMENT 155-5.1 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, and trucks. CONSTRUCTION METHODS 1554.1 GENERAL. It is the primary requirement of this specification to secure a 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/her work, to use the proper amount of lime, maintain the work, and rework the courses as necessary to meet the above requirements. Prior to beginning any lime treatment the subgrade shall be constructed and brought to grade as specified in Item P-152 `Excavation and Embankment" and shall be shaped to conform to the typical sections, lines, and grades as shown on the plans. 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 scarify- ing, adding lime, and compacting until it is of uniform stability. The excavated material shall then be spread to the desired cross section. If the Contractor elects to use a cutting and pulverizing machine that will remove the subgrade material accurately to the secondary grade and pulverize the material at the same time, he will not be required to expose the secondary grade nor windrow the material. However, the Contractor shall be required to roll the subgrade, as directed by the Engineer, and correct any soft areas that this rolling may reveal before using the Pulverizing machine. This method will be permitted only where a machine is provided which will ensure that the material is cut uniformly to the proper depth and which has cutters that will plane the sec- ondary grade to a smooth surface over the entire width of the cut. The machine must give visible indication at all times that it is cutting to the proper depth. 155-6.2 APPLICATION Lime shall be spread only on that area where the first mixing operations can be completed during the same working day. The application and mixing of lime with the soil shall be accom- plished by the methods hereinafter described as "Dry Placing" or "Slurry Placing." Whey hydrated lime is specified, the Contractor may use either method. a. Dry Placing. The lime shall be spread uniformly over the top of the subgrade by an approved screw-type spreader box or other approved spreading equipment. The amount of lime spread shall be the amount required for mixing to the specified depth which will result in the percentage determined in the job mix formula The lime shall be distributed in such manner that scattering by wind will be minimal. Lime shall not be applied when wind conditions, in the opinion of the Engineer, are detrimental to a proper application. A motor grader shall not be used to spread the lime. The material shall be sprinkled, as directed by the Engi- neer, until the proper moisture content has been reached. - b. Slurry Placing. The Iime shall be mixed with water in trucks with approved distributors and ap- plied as a thin water suspension or slurry. Commercial lime slurry shall be applied with a lime percentage not less than that applicable for the grade used. The distribution of lime shall be attained by successive passes over a measured section of subgrade until the proper amount of lime has been spread. The amount of 155 - 2 V_ 2/17/89 AC 150/5370-10A lime spread shall be the amount required for mixing to the specified depth which will result in the percent- age determined in the job mix formula. The distributor truck shall continually agitate the slurry to keep the mixture uniform. PIT 155-6.3 MIXING. The mixing procedure shall be the same for "Dry Placing" or "Slurry Placing" as hereinafter described: a. First mixing. The full depth of the treated subgrade shall be mixed with an approved mixing ma- chine. Lime shall not be left exposed for more than 6 hours. The mixing machine shall make two coverages. Water shall be added to the subgrade during mixing to provide a moisture content above the optimum mois- ture of the material and to ensure chemical action of the lime and subgrade. After mixing, the subgrade shall be lightly rolled to seal the surface and help prevent evaporation of moisture. The water content of the subgrade mixture shall be maintained at a moisture content above the optimum moisture content for a mini- mum of 48 hours or until the material becomes friable. During the curing period, the material shall be sprin- kled as directed. During the interval of time between application and mixing, lime that has.been exposed to the open air for 6 hours or more, or to excessive loss due to washing or blowing will not be accepted for payment. b. Final Mixing. After the required curing time, the material shall be uniformly mixed by approved methods. If the mixture contains clods, they shall be reduced in size by glading, discing, harrowing, scarify- ing, or the use of other approved pulverization methods so that the remainder of the clods shall meet the following requirements when tested dry by laboratory sieves: Percent Minimum of clods passing I % inch sieve ............................. 100 Minimum of clods passing No. 4 sieve .................................. 60 155--6.4 COMPACTION. Compaction of the mixture shall begin immediately after final mixing. The ma- - ° terial shall be aerated or sprinkled as necessary to provide optimum moisture. The field density of the com- pacted mixture shall be at least 93 percent of the maximum density of laboratory specimens prepared from ' samples taken from the material in place- The specimens shall be compacted and tested in accordance with ASTM D 698. The in-place field density shall be determined in accordance with ASTM D 1556 or.ASTM D 2167. Any mixture that has not been compacted shall not be left undisturbed for more than 30 minutes. la, The moisture content of the mixture at the start of compaction shall not be below nor more than 2 percent- age points above the optimum moisture content. The optimum moisture content shall be determined in ac- " ` cordance with ASTM D 698 and shall be less than that amount which will cause the .mixture to become unstable during compaction and finishing. The material shall be sprinkled and rolled as directed by the Engineer. All irregularities, depressions, or weak spots which develop shall be corrected immediately by scarifying the areas affected, adding or remov- ing emoving 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. 7" 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 require- ments, 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 04 work is accepted, it shall be recompacted and refinished at the sole expense of the Contractor. 1554.5 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 dight to •prevent hair cracking. The finished surface shall not vary more than 3/8 inch (9 mm) 155 3 AC 150/5370-10A CHG 2 11/2/90 when tested with a 16–foot (4.8 meter) straightedge applied parallel with and at right angles to the pavement center- line. Any variations in excess of this tolerance shall be corrected by the Contractor, at his/her own expense, in a manner satisfactory to the Engineer. The completed section shall be moist–cured for a minimum of 7 days before further courses are added or any traffic is permitted, unless otherwise directed by the Engineer. Subsequent courses shall be applied within 14 days after the lime–treated subgrade is cured. 155-6.6 THICKNESS. The thickness of the lime–treated subgrade shall be determined by depth tests or cores taken at intervals so that each test shall represent no more than 300 square yards (250 square meters). When the base deficiency is more than 1/2 inch (12 mm), the Contractor shall correct such areas in a manner satisfactory to the Engineer. The Contractor shall replace, at his/her expense, the base material where borings are taken for test purposes. 155-6.7 MAINTENANCE. The Contractor shall maintain, at his/her own expense, the entire lime–treated sub - grade in good condition from the start of work until all the work has been completed, cured, and accepted by the Engineer. METHOD OF MEASUREMENT 155-7.1 The yardage of lime–treated subgrade to be paid for shall be the number of square yards (square meters) completed and accepted. 155-7.2 The amount of lime to be paid for shall be the number of pounds (kg) of hydrated lime (or the calculated dry–lime content of the lime slurry) used as authorized. BASIS OF PAYMENT 155-8.1 Payment shall be made at the contract unit price per square yard (square meter) for the lime–treated subgrade of the thickness specified. the price shall be full compensation for furnishing all material, except the lime, and for all preparation, delivering, placing and mixing these materials, and all labor, equipment, tools and inciden- tals necessary to complete this item. 155-8.2 Payment shall be made at the contract unit price per pound (kg) of lime. This price shall be full compen- sation for furnishing this material; for all delivery, placing and incorporation of this material; and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item P-155-8.1 Lime–treated subgrade—per square yard (square meter) Item P-155-8.2 Lime per pound (kg) TESTING REQUIREMENTS ASTM D 698 Moisture–Density Relations of Soils and Soil–Aggregate Mixtures Using 5.5 lb (2.49 kg) Rammer and 12–in. (305 mm) Drop ASTM D 1556 Density of Soil in Place by the Sand–Cone Method ASTM D 2167 Density of Soil in Place by the Rubber–Ballon Method AASHTO T 26 Quality of Water to be Used in Concrete MATERIAL REQUIREMENTS ASTM C 977 Quicklime and Hydrated Lime for Soil Stabilization 155 – 4 No Text Iii W AC 150/5370-10A 2/17/89 ITEM P-156 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL DESCRIPTION. 156-1.1 This item shall consist of temporary control measures as shown on the plans or as ordered by the Engineer during the life of a contract to control water pollution, soil erosion, and siltation through the use of berms, dikes, dams, sediment basins, fiber mats, gravel, mulches, grasses, slope drains, and other erosion control devices or methods. The temporary erosion control measures contained herein shall be coordinated with the permanent erosion control measures specified as part of this contract to the extent practical to assure economical, effective, and continuous erosion control throughout the construction period. Temporary control may include work outside the construction limits such as borrow pit operations, equip- ment and material storage sites, waste areas, and temporary plant sites. MATERIALS 156-2.1 GRASS. Grass which will not compete with the grasses sown later for permanent cover shall be a quick -growing species (such as ryegrass, Italian ryegrass, or cereal grasses) suitable to the area providing a temporary cover. 156-2.2 MULCHES. Mulches may be hay, straw, fiber mats, netting, bark, wood chips, or other suitable material reasonably clean and free of noxious weeds and deleterious materials. 1'56-2.3 FERTILIZER. Fertilizer shall be a standard commercial grade Agriculturalan Chd shall emists. to all Federal and state regulations and to the standards of the Association of Officia156-2.4 SLOPE DRAINS.: Slope drains may be constructed of pipe, fiber mats, rubble, portland cement concrete, bituminous concrete, or other materials that will adequately control erosion. 156-2.5 OTHER. All other materials shall meet commercial grade standards and shall be approved by the Engineer before being incorporated into the project. CONSTRUCTION REQUIREMENTS 156-3.1 GENERAL. In the event of conflict between these requirements and pollution control laws, rules, or regulations of other Federal, state, or local agencies, the more restrictive laws, rules, or regulations shall apply. The Engineer shall be responsible for assuring compliance to the extent that construction practices, con- struction operations, and construction work are involved. 156 - 1 AC 150/5370-10A 2/17/89 156-3.2 SCHEDULE. Prior to the start of construction, the Contractor shall submit schedules for accom- plishment of temporary and permanent erosion control work, as are applicable for clearing and grubbing; grading; construction; paving; and structures at watercourses. The Contractor shall also submit a proposed method of erosion and dust control on haul roads and borrow pits and a plan for disposal of waste materials. Work shall not be started until the erosion control schedules and methods of operation for the applicable construction have been accepted by the Engineer. 156-3.3 AUTHORITY OF ENGINEER. The Engineer has the authority to limit the surface area of erod- ible earth material exposed by clearing and grubbing, to Iimit the surface area of erodible earth material -- exposed by excavation, borrow and fill operations, and to direct the Contractor to provide immediate per- manent or temporary pollution control measures to minimize contamination of adjacent streams or other watercourses, lakes, ponds, or other areas of water impoundment. 156-3.4 CONSTRUCTION DETAILS. The Contractor will be required to incorporate all permanent ero- sion control features into the project at the earliest practicable time as outlined in the accepted schedule. Except where future construction operations will damage slopes, the Contractor shall perform the perma- nentseeding and mulching and other specified slope protection work in stages, as soon as substantial areas of exposed slopes can be made available. Temporary erosion and pollution control measures will be used to correct conditions that develop during construction that were not foreseen during the design stage; that are needed prior to installation of permanent control features; or that are needed temporarily to control erosion that develops during normal construction practices, but are not associated with permanent control features on the project. Where erosion is likely to be a problem, clearing and grubbing operations should be scheduled and per- formed so that grading operations and permanent erosion control features can follow immediately thereafter if the project conditions permit; otherwise, temporary erosion control measures may be required between successive construction stages. The Engineer will limit the area of clearing and grubbing, excavation, borrow, and embankment operations in progress, commensurate with the Contractor's capability and progress in keeping the finish grading, mulching, seeding, and other such permanent control measures current in accordance with the accepted schedule. Should seasonal limitations make such coordination unrealistic, temporary erosion control meas- ures shall be taken immediately to the extent feasible and justified. In the event that temporary erosion and pollution control measures are required due to the Contractor's negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or are ordered by the Engineer, such work shall be performed by the Contractor at his/her own expense. The Engineer may increase or decrease the area of erodible earth material to be exposed at one time as determined by analysis of project conditions. 156-2 a ow AC 150/5370-10A 2/17/69 The erosion control features installed by the Contractor shall be acceptably maintained by the Contractor during the construction period. Whenever construction equipment must cross watercourses at frequent intervals, and such crossings will ad- versely affect the sediment levels, temporary structures should be provided. Pollutants such as fuels, lubricants, bitumen, raw sewage, wash water from concrete mixing operations, and other harmful materials shall not be discharged into or near rivers, streams, and impoundments or into natu- ral or manmade channels leading thereto. METHOD OF MEASUREMENT 156-4.1 Temporary erosion and pollution control work required which is not attributed to the Contractor's negligence, carelessness, or failure to install permanent controls will be performed as scheduled or ordered by the Engineer. Completed and accepted work will be measured as follows: a. Temporary seeding and mulching will be measured by the square yard (square meter). b. Temporary slope drains will be measured by the linear foot (meter). c. Temporary benches, dikes, dams, and sediment basins will be measured by the cubic yard (cubic meter) of excavation performed, including necessary cleaning of sediment basins, and the cubic yard (cubic meter) of embankment placed at the direction of the Engineer, in excess of plan lines and elevations. d. All fertilizing will be measured by the ton (kilogram). 156-4.2 Control work performed for protection of construction areas outside the construction limits, such as borrow and waste areas, haul roads, equipment and material storage sites, and temporary plant sites, will not be measured and paid for directly but shall be considered as a subsidiary obligation of the Contractor with costs included in the contract prices bid for the items to which they apply. BASIS OF PAYMENT 156-5.1 Accepted quantities of temporary water pollution, soil erosion, and siltation control work ordered by the Engineer and measured as provided in paragraph 156-4.1 will be paid for under: Item P-156-5.1 Temporary seeding and mulching—per square yard (square meter) Item P-156-5.2 Temporary slope drains—per linear foot (meter) Item P-156-5.3 Temporary benches, dikes, dams and sediment basins --per cubic yard (cubic meter) Item P-156-5.4 Fertilizing --per ton (kilogram) Where other directed work falls within the specifications for a work item that has a contract price, the units of work shall be measured and paid for at the contract unit price bid for the various items. Temporary control features not covered by contract items that are ordered by the Engineer will be paid for in accordance with Section 90-05. 156 - 3 No Text wed commercial laboratory on me cement treacea oase,m es proposcu )n this project. Certificates shall include tests made on a minimum of uF )crate cement contents_for each,material proposed for use. Each of the , . , _ :sts shall include wet -dry and compressive 'strength tests. The tests for a total of t compressive tests for each cement contentTwo, tests each at 7 and 28, shall be' soaked specimens. Specimens shall,_be prepared and tested in _ No Text 2/17/89 AC 150/5370-10A ITEM P-304 CEMENT -TREATED BASE COURSE DESCRIPTION 304-1.1 This item shall consist of a base course composed of mineral aggregate and cement uniformly blended and mixed with water. The mixed material shall be spread, shaped, and compacted in accordance with these specifications and in conformity to the lines, grades, dimensions, and typical cross sections shown on the plans. Runway, taxiway, or apron pavements shall be built in a series of parallel lanes using a plan of processing that reduces longitudinal and transverse joints to a minimum. MATERIALS 304-2.1 PORTLAND CEMENT. Portland cement shall conform to the requirements of ASTM [ 304-2.2 WATER. Water shall be clean, clear, and free from injurious amounts of sewage, oil, acid, strong alkalies, or vegetable matter, and it shall be free from clay or silt. if the water is of questionable quality, it shall be tested in accordance with the requirements of AASHO T 26. 304-2.3 AGGREGATE. The aggregate shall be select granular materials meeting the gradation require- ments given in Table 1. The material shall be free of roots, sod, and weeds. The crushed or uncrushed aggregate shall consist of hard, durable particles of accepted quality, free from an excess of flat, elongated, soft, or disintegrated pieces, or objectionable matter. The method used in producing the aggregate shall be such that the finished product shall be as consistent as practicable. All stones and rocks of inferior quality shall be wasted. Aggregates suspected of containing injurious quantities of sulfates shall be examined petrographically in ac- cordance with ASTM C 295. The aggregate shall conform to the gradation shown in Table 1 when tested in accordance with ASTM C 136. " 304 1 AC 150/5370-10A 2/17/89 TABLE 1. AGGREGATE CEMENT - TREATED BASE COURSE Percentage by Sieve Size Weight Passing Sieves 2 in. (50 nun) No. 4 (4.75 mm) No. 10 (1.80 mm) No. 40 (450 micro -m) * _ No. 80 (210 micro -m) The gradations in the table represent the limits which shall determine suitability of aggregate for use from the sources of supply. The fmal gradations decided on, within the limits designated in the table, shall be well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on adjacent sieves, or vice versa. The portion of the base aggregate, including any blended material, passing the No. 40 sieve shall have a liquid limit of not more than 25 and a plasticity index of not more than 6 when tested in accordance with ASTM D 4318. All aggregate samples required for testing shall be furnished by the Contractor at the expense of the Con- tractor. Sampling shall be in accordance with ASTM D 75 and will be observed by the Engineer. No aggre- gate shall be used in production of mixtures without prior approval. 304-2.4 BITUMINOUS MATERIAL. The types, grades, and controlling specifications and application temperatures for the bituminous material are given in Table 2. The Engineer shall specify the type and grade of bituminous material to be used. 304 - 2 2/17/89 AC 150/5370-10A TABLE 2. BITUMINOUS MATERIAL Type and Grade Specification Application Temperature Deg. F Deg. C Cutback Asphalt RC -70 ASTM D 2028 120-160 50-70 RC -250 160-200 70-95 Emulsified Asphalt RS -1, SS -1 ASTM D 977 75-130 25-55 CRS -1 ASTM D 2397 75-130 25-55 CEMENT CONTENT 304-3.1 Prior to start of work, laboratory tests of materials submitted by the Contractor shall be made to determine the quantity of cement required in the mix. The cement content for construction shall be that at which the mix develops a 7 -day compressive strength of at least 750 psi (5 170 kPa). the testing procedure shall be as follows: mold and cure specimens in accordance with ASTM D 560; soak specimens in water for 4 hours; cap and break specimens in compression in accordance with ASTM D 1633. CONSTRUCTION METHODS 304-4.1 WEATHER LIMITATIONS. The cement -treated base shall not be mixed or placed while the atmospheric temperature is below 40° F (4° C) or when conditions indicate that the temperature may fall " below 35° F (2° C) within 24 hours or when the weather is rainy. Cement -treated base shall not be placed on frozen subgrade or mixed when aggregate is frozen. 304-4.2 OPERATION AT PITS. All work involved in clearing and stripping pits, including handling un- suitable material, shall be performed by the Contractor. The Contractor shall notify the Engineer sufficient- ly in advance of opening of any designated pit to permit staking of boundaries at the site, to take elevations and measurements of the ground surface before material is produced, to permit the Engineer to take samples of the material for tests to determine its quality and gradation, and to prepare a preliminary design of base mixture. The pits, as utilized, shall be opened immediately to expose vertical faces of the various strata of acceptable - material and, unless otherwise directed, the material shall be secured in successive vertical cuts extending through all the exposed strata in order to secure a uniform material. 304 - 3 AC 150/5370-10A 2/17/89 304-4.3 PREPARING UNDERLYING COURSE. The underlying course shall be checked and accepted by the Engineer before placing and spreading operations are started. Any ruts or soft yielding places caused by improper drainage conditions, hauling, or any other cause shall be corrected before the base course is placed thereon. 304-4.4 MIXING. The aggregate shall be proportioned and mixed with cement and water in a central mixing plant. The plant shall be equipped with feeding and metering devices which will introduce the cement, aggregate, and water into the mixer in the quantities specified. Mixing shall continue until a thor- ough and uniform mixture has been obtained. 304-4.5 PLACING. The mixture shall be transported to the job site in suitable vehicles and shall be de- posited on the moistened subbase in uniform layers by means of approved mechanical spreaders. Not more than 60 minutes shall elapse between the start of moist mixing and the start of compaction of the cement - treated mixture on the prepared subgrade. 304-4.6 COMPACTION. Immediately upon completion of the spreading operations, the mixture shall be thoroughly compacted. The number, type, and weight of rollers shall be sufficient to compact the mixture to the required density. The field density of the compacted mixture shall be at least 98 percent of the maximum density of laborato- ry specimens prepared from samples of the cement -treated base material taken from the material in place. The specimens shall be compacted and tested in accordance with ASTM D 558. The in-place field density shall be determined in accordance with ASTM D 1556 or ASTM D 2167. Any mixture that has not been compacted shall not be left undisturbed for more than 30 minutes. The moisture content of the mixture at the start of compaction shall not be below nor more than 2 percentage points above the optimum moisture content. The optimum moisture content shall be determined in accordance with ASTM D 558 and shall be less than that amount which will cause the mixture to become unstable during compaction and finishing. ACCEPTANCE SAMPLING AND TESTING OF CEMENT -TREATED BASE COURSE (COMPAC- TION). Immediately upon completion of the spreading operations, the mixture shall be thoroughly com- pacted. The number, type, and weight of rollers shall be sufficient to compact the mixture to the required density. The cement -treated base course shall be accepted for density on a lot basis. A lot will consist of [ and will be divided into four equal sublots. One test shall be made for each sublot. Sampling locations will be determined by the Engineer on a random basis in accordance with statistical procedures contained in ASTM D 3665. Each lot of compacted material will be accepted, with respect to density, when the average field density is equal to or greater than 98 percent of the maximum density of laboratory specimens prepared from samples of cement -treated base course taken from the material in place.' The laboratory specimens shall be compacted and tested in accordance with ASTM D 558. The in-place field density shall be determined in accordance with ASTM D 1556 or ASTM D 2167. The lot will be accepted without adjustment in payment if the average density, based on four acceptance tests of the lot, is greater than or equal to 98 percent. If the average density does not meet this requirement, the Contractor may elect to leave the lot in place at a reduced unit price determined in accordance with Table 3. 304 - 4 2/17/89 TABLE 3. SLIDING SCALE PAY FACTORS Average Percent Density 98.0 and greater 97.0-97.9 96.0-96.9 95.0-95.9 Less than 95.0 Recommended Percent Payment 100 95 90 75 reject AC 150/5370-10A Any mixture that has not been compacted shall not be left undistributed for more than 30 minutes. The moisture content of the mixture at the start of compaction shall not be below nor more than 2 percentage points above the optimum moisture content. The optimum moisture content shall be determined in accord- ance with ASTM D 558 and shall be less than that amount which will cause the mixture to become unstable during compaction and finishing. 304-4.7 LAYER THICKNESS. The maximum depth of a compacted layer shall be 6 inches (150 mm), base course is required to be greater than 6 inches (150 except where that total depth of the compacted mm), no layer shall be in excess of 8 inches (200 mm) or less than 4 inches (100 mm) when compacted. In multilayer construction, the surface of the compacted material shall be kept moist until covered with the next layer. Successive layers shall be placed and compacted so that the required total depth of the base course is completed the same day. 304-4.8 FINISHING. Finishing operations shall be completed during daylight hours, and the completed conform to the required lines, grades, and cross section. If necessary, the surface shall be ,0* base course shall lightly scarified to eliminate any imprints made by the compacting or shaping equipment. The surface shall density. The compaction and finishing operations shall be completed then be recompacted to the required within 2 hours of the time water is added to the mixture and shall produce a smooth, dense surface that is free of surface checking, ridges, or loose material. 304-4.9 SURFACE TOLERANCE. The finished surface shall not vary more than 3/8 inch (9 mm) when tested with a 16 -foot (4.8 m) straightedge applied parallel with, or at right angles to, the centerline of the stabilized area. Any deviation in excess of this amount shall be corrected by the Contractor at the Contrac- tor's expense. 304-4.10 CONSTRUCTION JOINTS. At the end of each day's construction, a transverse construction back into the compacted material to form a true vertical face joint shall be formed by a header or by cutting free of loose material. Longitudinal joints shall be formed by cutting back into the compacted material to form a true vertical edge. 304-4.11 PROTECTION AND CURING. The completed cement -treated base shall be cured with a bitu- minous curing seal applied as soon as possible, and in no case later than 24 hours after completion of the finishing operations. The surface of the base course shall be kept moist until the bituminous material is ap- plied. Bituminous material shall be uniformly applied at a rate of between 0.10 and 0.25 gallons per square yard (0.47 and 1.20 liters per square meter) of surface. The rate of application shall be approved by the Engineer. 304 - 5 AC 150/5370-10A 2/17/89 The curing seal shall be maintained and protected for 7 days. Finished portions of the base course that are used by equipment in the construction of an adjoining section shall be protected to prevent marring or damaging the completed work. The stabilized area shall be protect- ed from freezing during the curing period. METHOD OF MEASUREMENT 304-5.1 The quantity of cement -treated base to be paid for will be determined by measurement of the number of [square yards (square meters)] [cubic yards (cubic meters)] of base actually constructed and accept- ed by the Engineer as complying with the plans and specifications. 304-5.2 Portland cement will be measured by the hundredweight. BASIS OF PAYMENT 304-6.1 Payment shall be made at the contract unit price per [square yard (square meter)] [cubic yard (cubic meter)] for cement -treated base course. This price shall be full compensation for furnishing all materials, except portland cement; for all preparation, manipulation, and placing of these materials; and for all labor, equipment, tools, and incidentals necessary to complete the item. Each lot of cement -treated base course will be accepted for density at the full contract unit price when the results of four density tests indicate that the average density is equal to or greater than 98 percent as deter- mined by paragraph 304-4.6. Each lot not meeting this requirement will be accepted at an adjusted contract unit price in accordance with Table 3. 304-6.2 Payment shall be made at the contract unit price per hundredweight for portland cement. This price shall be full compensation for furnishing this material; for all delivery, placing, and incorporation of this material; and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-304-6.1 Cement -treated base course --per [square yard (square meter)] [cubic yard (cubic meter)] Item P-304-6.2 Portland Cement --per hundredweight TESTING REQUIREMENTS ASTM C 136 Sieve or Screen Analysis of Fine and Coarse Aggregate ASTM C 295 Petrographic Examination of Aggregates for Concrete ASTM D 75 Sampling Aggregates ASTM D 558 Moisture -Density Relations of Soil -Cement Mixtures ASTM D 560 Freezing -and -Thawing Tests of Compacted Soil -Cement Mixtures ASTM D 1556 Density of Soil in Place by the Sand -Cone Method ASTM D 1633 Compressive Strength of Molded Soil -Cement Cylinders 304 - 6 ..R 2/17/89 AC 150/5370-10A ASTM D 2167 Density of Soil in Place by the Rubber-Balloon Method ASTM D 3665 Random Sampling of Paving Materials ASTM D 4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils AASHTO T 26 Quality of Water to be Used in Concrete MATERIAL REQUIREMENTS Owo ASTM C 150 Portland Cement ASTM C 595 Blended Hydraulic Cements ASTM D 977 Emulsified Asphalt ASTM D 2028 Liquid Asphalt (Rapid Curing Type) ASTM D 2397 Cationic Emulsified Asphalt r�- No Text No Text ITEM 345 ASPHALT STABILIZED BASE (Plant Mix) 345.1. Description. This Item shall govern for the construction of a base course, subbase course or foundation course, each course being composed of a compacted mixture of aggregate and asphalt cement mixed hot in a mixing plant, in accordance with the details shown on the plans and the requirements herein. 345.2. Materials. The Contractor shall furnish materials to the project meeting the following requirements prior to mixing. Additional test requirements affecting the quality of individual materials, or the stabilized base, may be required when indicated on the plans. (1) Aggregate. (a) Description. The aggregate shall be composed of one or more virgin (not previously used in construction) aggregates and/or reclaimed asphalt pavement (RAP). Samples of each aggregate shall be submitted for approval in accordance with Item 6, "Control of Materials". (b) Combined Materials. Where more than one virgin aggregate is used, test samples of each virgin aggregate will be proportionately combined prior to testing for Table 1 requirements, except for Los Angeles Abrasion, and crushed face requirements, unless otherwise shown on the plans. (c) Quality. Virgin aggregate for Grades 1 through 3 shall meet the quality requirements shown in Table 1. Grade 4 aggregate shall meet the quality requirements shown on the plans. Aggregate contained in RAP will not be required to meet Table 1 requirements except as shown on the plans. ,., TABLE 1 Aggregate Quality Requirements* Requirement Test Method Value Los Angeles Abrasion**, percent, maximum Tex -410-A 50 Wet Ball Mill Value***, maximum Maximum increase Passing No. 40 Tex -1 16-E 50 20 Plasticity Index, maximum**** Tex -106-E 10 Liquid Limit, maximum**** Tex -104-13 40 Sand Equivalent Value, minimum Tex -203-F 40 * Sampled during delivery to the plant, from the stockpile or from the cold teed, unless +*"* otherwise shown on the plans. ** Determined on individual materials when more than one material is to be used. *** May be used in lieu of Los Angeles Abrasion when shown on the plans. •**• Sample preparation will be in accordance with Test Method Tex -101-E. _ 345-1 (d) Crushed Faces. When shown on the plans, virgin gravel shall be so crushed as to have a minimum of 60 percent of the particles retained on the No. 4 sieve with two or more mechanically induced crushed faces, as determined by Test Method Tex -460-A (Part I). (e) Reclaimed Asphalt Pavement (RAP). RAP is defined as a salvaged, milled, pulverized, broken or crushed asphaltic pavement. The RAP to be used in the mix shall be crushed or broken to the extent that 100 percent will pass the 2 inch sieve. The stockpiled RAP shall not be contaminated -by dirt or other objectionable materials. Unless otherwise shown on the plans, stockpiled, crushed RAP must have either a decantation of no more than 5 percent, or a plasticity index of no more than 10, when tested in accordance with Test Method Tex -406-A, Part I, or Test Method Tex -106-E, respectively. This requirement applies to stockpiled RAP from which the asphalt has not been removed by extraction. State-owned RAP sources that are designated on the plans will be available for use by the Contractor. Only RAP from state-owned sources will be allowed in mixes using more than 35 percent RAP, unless otherwise shown on the plans. When RAP sources are designated, either in stockpile or existing pavements, the approximate gradation, asphalt content, and asphalt cement properties of this material will be shown on the plans for material existing in pavements, or in a special provision "Local Material Sources for Reclaimed Asphaltic Pavement" for material in existing —, stockpiles. Any Contractor -owned RAP that is to be used on this project shall remain the property of the Contractor while stockpiled and shall not be intermingled with state-owned RAP stockpiles. Any unused Contractor - owned RAP material shall be removed from the project site upon completion of the project. Excess RAP removed from designated sources will remain the property of the State and will be delivered to stockpile locations shown on the plans. (2) Asphaltic Material. (a) Asphaltic Stabilized Mixture. Asphalt cement for the asphaltic stabilized mixture shall be of the grade shown on the plans or designated by the Engineer and shall meet the requirements of Item 300, "Asphalts, Oils 345-2 345-3 and Emulsions". The Contractor shall notify the Engineer of the source of the asphaltic material prior to design of the asphaltic stabilized mixture. This source shall not be changed during the course of the project without the authorization of the Engineer. Should the source of asphaltic material be changed, the moisture resistance of the new material combination will be evaluated to verify that the requirements of Subarticle 345.3(1) are met. (b) RAP Stabilized Mixture. When more than 35 percent RAP is used in the produced mixture, the asphalt in the RAP shall be restored to the properties indicated below. Restoration will be made by adding asphalt recycling agent and/or virgin asphalt cement meeting the requirements of Item 300, "Asphalts, Oils and Emulsions". The mixture design will include recovery of asphalt from the RAP in accordance with Test Method Tex -211-F. The recovered asphalt shall be blended in the laboratory with the amount of asphalt cement and/or asphalt recycling agent selected, for the project. The following tests shall be performed on the laboratory blend: 1. Viscosity, 140 F, poises - Test Method Tex -528-C 2. Thin Film Oven Aging Test - Test Method Tex -510-C 3. Viscosity, 140 F, poises, on residue from the Thin Film Oven •-* Aging Test - Test Method Tex -528-C 4. Penetration at 77 F, 100 g, 5 sec, on residue from the Thin Film Oven Aging Test - Test Method Tex -502-C The viscosity in poises equivalent to the residue penetration at 77 F shall be calculated as set forth in Test Method Tex -535-C. The viscosity index of the residue shall then be calculated as follows: r—+ Residue Viscosity, poises, Residue Viscosity Index = equivalent to Penetration at 77 F Residue Viscosity, 140 F, poises The aging index of the laboratory blended asphalt shall be determined as follows: Aging Index= Residue Viscosity, 140 F. noises Original Viscosity, 140 F, poises 345-3 The laboratory blended asphalt shall meet the following requirements: Residue Viscosity Index, maximum....... 1500 AgingIndex, maximum ....................... 3.0 Samples of asphalt recovered from plant produced mix shall show the asphalt to meet the following requirement when tested in accordance with Test Methods Tex -211-F and Tex -502-C. Minimum Maximum Penetration, 77 F 100 g, 5 sec 30 55 (c) Tack Coat. Asphaltic materials shown on the plans or approved by the Engineer shall meet the requirements of Item 300, "Asphalts, Oils and Emulsions". (3) Additives. Additives to facilitate mixing and/or improve the quality of the asphaltic mixture or tack coat shall be used when noted on the plans or may be used with the authorization of the Engineer. Unless otherwise shown on the plans, the Contractor may choose to use either lime or liquid antistripping agent to reduce the moisture susceptibility of the aggregate. The evaluation and addition of antistripping agent will be in accordance with Item 301, "Asphalt Antistripping Agents". 345.3. Asphalt Stabilized Mixtures. The asphalt stabilized mixtures shall consist of a uniform mixture of aggregate, hot asphalt cement, and additives if allowed or required. An asphalt mixture design is a laboratory process which includes the determination of the quality of the asphalt and the aggregates, and the testing of the combined mixture. (1) Mixture Design. The Contractor shall furnish the Engineer with representative samples of the materials to be used in production. Using these materials, the mix will be designed in accordance with Test Method Tex -126-E to conform with the requirements herein. The Engineer will furnish the mix design for the mixture. The Engineer may accept a design from the Contractor which was derived using these design procedures. 345-4 * Unless a higher minimum strength is shown on the plans (2) Grades. The aggregate gradation shall conform to the master grading limits shown in Table 2 for the grade of mix specified on the plans. 345-5 MOW The second and subsequent mixture designs or partial designs for �.., each grade ofstabilized stabilized mixture which are necessitated by changes in the material or at the request of the Contractor will be charged to the Contractor when a rate is shown on the plans. When properly proportioned, for the grade specified, the blend of aggregates shall produce an aggregate gradation which will conform to the n limits of the master grading shown in Table 2. The gradation of the aggregate will be determined in accordance with Test Method Tex -200-F, Part I (Dry Sieve Analysis). r'^ Unless otherwise shown on the plans, the mixture of aggregate, asphalt and additives proposed for use will be evaluated in the design stage Item 301, "Asphalt for moisture susceptibility, in accordance with Antistripping Agents". The Engineer may waive this test if a similar design, using the same ingredients, has proven satisfactory. To substantiate the design, trial mixtures shall be produced and tested using all of the proposed project materials and equipment prior to any placement. The Engineer may waive trial mixtures if similar designs have proven satisfactory. The mixture shall contain between 3.0 and 9.0 percent asphalt when designed in accordance with Test Method Tex -126-E. At optimum asphalt ... content, the design specimens shall have the following minimum strength when tested in accordance with Test Method Tex -126-E: SLOW GRADE STRENGTH, PSI 1 50 2 40 3 30 4* 30 * Unless a higher minimum strength is shown on the plans (2) Grades. The aggregate gradation shall conform to the master grading limits shown in Table 2 for the grade of mix specified on the plans. 345-5 TABLE 2 MASTER GRADING Percent Passing by Weight Sieve Size GRADE 1 2 3 4 1-3/4" 100 100 AS SHOWN ON PLANS 1-1/2" 100 90-100 1" 90-100 3/8" 45-70 No.4 30-55 25-55 No. 40 15-30 15-40 15-40 (3) Tolerances. Gradation approval may be based on stockpile samples if a single stockpile is used. If more than one stockpile is used, the mixture will be tested in accordance with Test Method Tex -210-F or Test Method Tex -228-F will be used in conjunction with combined cold feed belt samples tested in accordance with Test Method Tex -229-F. Other methods of proven accuracy may be used. The method of test will be determined by the Engineer. However, mixtures produced by weigh -batch plants and all " mixtures containing RAP will be tested for gradation in accordance with Test Method Tex -210-F. The gradation of the aggregate shall not vary from the master grading limits for the specified grade except that a tolerance of 2 percent is allowed on the sieve size for each mixture grade which shows 100 percent passing in Table 2. The asphalt content shall not vary by more than 0.5 percent from that designated by the Engineer using Test Method Tex -210-17 or Test Method Tex -228-F. When disagreements concerning determination of specification compliance occur between allowed sampling and testing procedures, extracted aggregate testing shall take precedence over cold feed belt sampling. If the mixture produced varies from the master grading limits and/or the asphalt content tolerance, adjustments shall be made by the Contractor until the mixture meets these requirements. 345-6 61 345.4. Equipment. (1) General. All equipment for the handling of all materials, mixing, placing and compacting of the mixture shall be maintained in good repair and operating condition and subject to the approval of the Engineer. Any equipment found to be defective and potentially having a negative effect on the quality of the paving mixture will not be allowed. (2) Mixing Plants. Mixing plants may be the weigh -batch type, the modified weigh batch type, the drum -mix type, or the specialized recycling type. All plants shall be equipped with satisfactory conveyors, power units, mixing equipment, aggregate handling equipment, bins and dust collectors. Automatic proportioning devices are required for all plants and shall be in accordance with Item 520, "Weighing and Measuring Equipment". It shall be the Contractor's responsibility to provide safe and accurate means to enable inspection forces to take all required samples, to provide permanent means for checking the output of any specified metering device, and to perform calibration and weight checks as required by the Engineer. When cold feed belt sampling is to be used for gradation testing, occasional stoppage of the belt may be necessary unless other means of sampling are approved by the Engineer. When using fuel oil heavier than Grade No. 2, or waste oil, the Contractor shall insure that the fuel delivered to the burner is at a viscosity of 100 SSU or less, when tested in accordance with Test Method Tex -534- C, to insure complete burning of the fuel. Higher viscosities will be allowed if recommended by the burner manufacturer. If necessary, the Contractor shall preheat the oil to maintain the required viscosity. The Contractor shall provide means for obtaining a sample of the fuel, just prior to entry into the burner, in order to perform the viscosity test. The Contractor shall perform this test or provide a laboratory test report that will establish the temperature of the fuel necessary to meet the viscosity requirements. There shall be an in-line thermometer to check the temperature of the fuel delivered to the burner. Regardless of the burner fuel used, the burner or combination of burners and types of fuel used shall provide a complete burn of the fuel and not leave any fuel residue that will adhere to the heated aggregate or become mixed with the asphalt. PAI 345-7 (a) Weigh -Batch Type. Cold Aggregate Bin Unit and Proportioning Device. The cold aggregate bin unit shall be of sufficient size to store the amount of aggregate required to keep the plant in continuous operation and of proper design to prevent overflow of material from one bin to another. There shall be vertical partitions between each bin and on each end of the bins of sufficient height so that any overflow will be to the front and back and not allow overflow to the sides or between bins. Overflow that might occur shall not fall onto any feeder belt. The proportioning device shall provide a uniform and continuous flow of aggregate in the desired proportion to the dryer. Each aggregate shall be proportioned from a separate bin. If RAP is used, a separate cold bin shall be required. The RAP feed system shall be equipped with a scalping screen to remove particles over 2 inches in size. The cold bin system shall supply the proper amount of RAP to the weigh box. RAP will not be allowed in the hot bins. Dryer. The dryer shall continually agitate the aggregate during heating. The temperature shall be controlled so that the aggregate will not be damaged in the drying and heating operations. The dryer shall be of sufficient size to keep the plant in continuous operation. Screening and Proportioning. The screening capacity and size of the hot aggregate bins shall be sufficient to screen and store the amount of aggregate required to properly operate the plant and keep the plant in continuous operation at full capacity. The hot bins shall be constructed so that oversize and overloaded material will be discarded through overflow chutes. Provisions shall be made to enable inspection forces to have easy and safe .access to the proper location on the mixing plant where representative samples may be taken from the hot bins for testing. The plant shall be equipped with at least three hot bins. The aggregate shall be separated into the number of bins indicated on the plans or as directed by the Engineer. Aggregate Weigh Box and Batching Scale. The aggregate weigh box and batching scales shall be of sufficient capacity to hold and weigh a complete batch of aggregate. The weigh box and scales shall conform to the requirements of Item 520, "Weighing and Measuring Equipment". - 345-8 Asphaltic Material Measuring System. If an asphalticmaterial .* bucket and scales are used, they shall be of sufficient capacity to hold and weigh the necessary asphaltic material for one batch. The bucket and scales shall conform to the requirements of Item 520, "Weighing and Measuring Equipment". If a pressure type flow meter is used to measure the asphaltic material, the requirements of Item 520, "Weighing and Measuring Equipment", shall apply. This system shall include an automatic temperature compensation device to insure a constant percent by weight of asphaltic material in the mixture. Provisions of a permanent nature shall be made for checking the accuracy of the asphaltic material measuring device. The asphalt line to the measuring device shall be protected with a jacket of hot oil or other approved means to maintain the temperature of the line near the temperature specified for the asphaltic material. Mixer. The mixer shall be of the pugmill type and shall have a capacity of not less than 3,000 pounds (of natural -aggregate mixture) in a single batch, unless otherwise shown on the plans. Any mixer that has a tendency to segregate the aggregate or fails to secure a thorough and uniform mixture with the asphaltic material shall not be used. All mixers - shall be provided with an automatic timer that will lock the discharge doors of the mixer for the required mixing period. The dump door or doors and the shaft seals of the mixer shall be tight enough to prevent spilling of aggregate or mixture from the pugmill. Surge -Storage System and Scales. A surge -storage system may be used to minimize the production interruptions during the normal day's operations. A device such as a gob hopper or other device approved by the Engineer to prevent segregation in the surge -storage bin shall be used. The mixture shall be weighed upon discharge from the surge -storage system. When a surge -storage system is used, scales shall be standard platform truck scales or other equipment such as weigh hopper (suspended) scales and shall conform to Item 520, "Weighing and Measuring Equipment". If truck scales are used, they shall be. placed at a location approved by the Engineer. If other weighing equipment is used, the Engineer may require weight checks by truck scales for the basis of approval of the equipment. 345-9 Recording Device and Record Printer. The mixture shall be weighed for payment. If a surge -storage system is used, an automatic recording device and a digital record printer shall be provided to indicate the date, project identification number, vehicle identification, total weight of the load, tare weight of the vehicle, the weight of asphaltic mixture in each load and the number of loads for the day, unless otherwise indicated on the plans. When surge -storage is not used, batch weights will be used as the basis for payment and automatic recording devices and automatic digital record printers in .accordance with Item 520, "Weighing and Measuring Equipment", shall be required. (b) Modified Weigh -Batch Type. General. This plant is similar to the weigh -batch type plant. The hot bin screens shall be removed and the aggregate controls placed at the cold feeds. The cold feed bins shall be the same as those required for the drum -mix type plant. Cold -Aggregate Bin Unit and Feed System. The number of bins in the cold -aggregate bin unit shall be equal to or greater than the number of stockpiles of individual materials to be used. The bins shall be of sufficient size to store the amount of aggregate required to keep the plant in continuous operation and of proper design to prevent overflow of material from one bin to another. There shall be vertical partitions between each bin and on each end of the bins of sufficient height so that any overflow will be to the front and back and not allow overflow to the sides or between bins. Overflow that might occur shall not fall onto any feeder belt. When required by the Engineer, an approved stationary scalping screen shall be placed on top of the field sand bin to eliminate roots and other objectionable material. The feed system shall provide a uniform and continuous flow of aggregate in the desired proportion to the dryer. The Contractor shall furnish a chart indicating the calibration of each cold bin in accordance with Construction Bulletin C-14, or other methods of cold bin calibration acceptable to the Engineer. If RAP is used, a separate cold bin shall be required. The RAP feed system shall be equipped with a scalping screen to remove particles over 2 inches in size. The cold bin system shall supply a uniform and proper amount of RAP to the mixture. The RAP shall be added to the hot aggregate either prior to or at the weigh box. If added prior to the weigh box, the system shall include means acceptable to the Engineer to verify that the correct amount of RAP is continuously being fed. 345-10 Scalping Screen. A scalping screen shall be required after the cold feeds and ahead of the hot aggregate surge bins. Dryer. The dryer shall continually agitate the aggregate during heating. The temperature shall be controlled so that the aggregate will not be damaged in the drying and heating operations. The dryer shall be of �^^ sufficient size to keep the plant in continuous operation. Screening and Proportioning. The hot aggregate shall not be separated into sizes after being dried. There shall be one or more surge bins provided between the dryer and the weigh hopper. Surge bins shall be of sufficient size to hold enough combined aggregate for one complete batch of mixture. Aggregate Weigh Box and Batching Scale. The aggregate weigh box and batching scales shall be of sufficient capacity to hold and weigh a complete batch of aggregate. The weigh box and scales shall conform to the requirements of Item 520, "Weighing and Measuring Equipment". Asphaltic Material Measuring System. If an asphaltic material bucket and scales are used, they shall be of sufficient capacity to hold and weigh the necessary asphaltic material for one batch. The bucket and scales shall conform to the requirements of Item 520, "Weighing and Measuring °* Equipment". If a pressure type flow meter is used to measure the asphaltic material, the requirements of Item 520, "Weighing and Measuring Equipment", shall apply. This system shall include an automatic temperature compensation device to insure a constant percent by weight of asphaltic material in the mixture. Provisions of a permanent nature shall be made for checking the accuracy of the asphaltic material measuring device. The asphalt line to the measuring device shall be protected with a jacket of hot oil or other approved means to maintain the temperature of the line near the temperature specified for the asphaltic material. Mixer. The mixer shall be of the pugmill type and shall have a capacity of not less than 3,000 pounds (of natural -aggregate mixture) in a single batch, unless otherwise shown on the plans. Any mixer that has a tendency to segregate the aggregate or fails to secure a thorough and uniform mixture with the asphaltic material shall not be used. All mixers shall be provided with an automatic timer that will lock the discharge doors "N" 345-11 of the mixer for the required mixing period. The dump door or doors and the shaft seals of the mixer shall be tight enough to prevent spilling of aggregate or mixture from the pugmill. Surge -Storage System and Scales. A surge -storage system may be used to minimize the production interruptions during the normal day's operations. A device such as a gob hopper or other device approved by the Engineer to prevent segregation in the surge -storage bin shall be used. The mixture shall be weighed upon discharge from the surge -storage system. When a surge -storage system is used, scales shall be standard platform truck scales or other equipment such as weigh hopper (suspended) scales and shall conform to Item 520, "Weighing and Measuring Equipment". If truck scales are used, they shall be placed at a location approved by the Engineer. If other weighing equipment is used, the Engineer may require weight checks by truck scales for the basis of approval of the equipment. Recording Device and Record Printer. The mixture shall be weighed for payment. If a surge -storage system is used, an automatic recording device and a digital record printer shall be provided to indicate the date, project identification number, vehicle identification, total weight of the load, tare weight of the vehicle, the weight of asphaltic mixture in each load and the number of loads for the day, unless otherwise indicated on the plans. When surge -storage is not used, batch weights will be used as the basis for payment and automatic recording devices and automatic digital record printers in accordance with Item 520, "Weighing and Measuring Equipment", shall be required. (c) Drum -Mix Type. General. The plant shall be adequately designed and constructed for the process of mixing aggregates and asphalt. The plant shall be equipped with satisfactory conveyors, power units, aggregate -handling equipment and feed controls. Cold -Aggregate Bin Unit and Feed System. The number of bins in the cold -aggregate bin unit shall be equal to or greater than the number of stockpiles of individual materials to be used. . The bins shall be of sufficient size to store the amount of aggregate required to keep the plant in continuous operation and of proper design to prevent overflow of material from one bin to another. There shall be 345-12 w FN specified for the asphaltic material. The measuring system shall include an automatic temperature compensation device to maintain a constant percent by weight of asphaltic material in the mixture. Synchronization Equipment for Feed -Control Systems. The asphaltic material feed -control shall be coupled with the total aggregate weight measuring device to automatically vary the asphalt -feed rate in order to maintain the required proportion. Mixing System. The mixing system shall control the temperature so that the aggregate and asphalt will not be damaged in the drying, heating and mixing operations. A continuously recording thermometer shall be provided which will indicate the temperature of the mixture as it leaves the mixer. Surge -Storage System and Scales. A surge -storage system shall be used to minimize the production interruptions during the normal day's operations. A device such as a gob hopper or other device approved by the Engineer to prevent segregation in the surge -storage bin shall be used. The mixture shall be weighed upon discharge from the surge -storage system. Scales shall be standard platform truck scales or other equipment such as weigh hopper (suspended) scales and shall conform to Item 520, "Weighing and Measuring Equipment". If truck scales are used, they shall be placed at a location approved by the Engineer. If other weighing equipment is used, the Engineer may require weight checks by truck scales for the basis of approval of the equipment. Recording Device and Record Printer. Automatic recording devices and automatic digital record printers shall be provided to indicate the date, project identification number, vehicle identification, total weight of the load, tare weight of the vehicle, the weight of asphaltic mixture in each load and the number of loads for the day in accordance with Item 520, "Weighing and Measuring Equipment", unless otherwise shown on the ,., plans. (d) Specialized Recycling Type. General. Alternate methods of heating may be used which will not abnormally age the asphalt cement. This type of plant shall be capable of continually producing a minimum of 150 tons per hour of completed asphalt mixture that will meet all the requirements of this specification. 345-13 vertical partitions between each bin and on each end of the bins of sufficient height so that any overflow will be to the front and back and not allow overflow to the sides or between bins. Overflow that might occur shall not fall onto any feeder belt. When required by the Engineer, an approved stationary scalping screen shall be placed on top of the field sand bin to eliminate roots and other objectionable material. The feed system shall -- provide a uniform and continuous flow of aggregate in the desired proportion to the mixer. The Contractor shall furnish a chart indicating the calibration of each cold bin in accordance with Construction Bulletin C-14, or other methods of cold bin calibration acceptable to the Engineer. The system shall provide positive weight measurement of the combined cold -aggregate feed by use of belt scales or other approved devices. Provisions of a permanent nature shall be made for checking the accuracy of the measuring device as required by Item 520, "Weighing and Measuring Equipment". When a belt scale is used, mixture production shall be maintained so that the scale normally operates between 50 percent and 100 percent of its rated capacity. Belt scale operation below 50 percent of the rated capacity may be allowed by the Engineer if accuracy checks show the scale to meet the requirements of Item 520, "Weighing and Measuring Equipment", at the selected rate. It shall be satisfactorily demonstrated to the Engineer that mixture uniformity and quality have not been adversely affected. If RAP is used, a separate cold bin shall be required. The RAP feed system shall be equipped with a scalping screen to remove particles over 2 inches in size prior to the weighing device. There shall be adequate cold bin controls to provide a uniform amount of RAP to the mixture. When RAP is used, positive weight measurement of RAP shall be provided by the use of belt scales or other approved devices. Scalping Screen. A scalping screen shall be required after the cold feeds and ahead of the combined aggregate belt scales. Asphaltic Material Measuring System. An asphaltic material measuring device meeting the requirements of Item 520, "Weighing and Measuring Equipment% shall be placed in the asphalt line leading to the mixer so that the cumulative amount of asphalt used can be accurately determined. Provisions of a permanent nature shall be made for checking the accuracy of the measuring device output. The asphalt line to the measuring device shall be protected with a jacket of hot oil or other approved means to maintain the temperature of the line near the temperature 345-14 9 Cold -Aggregate Bin Unit and Feed System. The cold -aggregate feed system and controls shall meet all the requirements as listed under the drum -mix type plant. Scalping Screen. A scalping screen shall be required after the cold feeds and ahead of the combined aggregate belt scales. Dryer. The dryer shall continually agitate the RAP and aggregate during heating. The temperature shall be controlled so that the aggregate and asphalt will not be damaged in the drying and heating operations. The dryer shall be of sufficient size to keep the plant in continuous operation. Asphalt Material Measuring System. An asphaltic material measuring device meeting the requirements of Item 520, "Weighing and Measuring Equipment", shall be placed in the asphalt line leading to the mixer so that the cumulative amount of asphalt used can be accurately determined. Provisions of a permanent nature shall be made for checking the accuracy of the measuring device output. The asphalt line to the measuring device shall be protected with a jacket of hot oil or other approved means to maintain the temperature of the line near the temperature specified for the asphaltic material. The measuring system shall include an automatic temperature compensation device to maintain a constant percent by weight of asphaltic material in the mixture. Synchronization Equipment for Feed -Control Systems. The asphaltic material feed -control shall be coupled with the total aggregate weight measuring device to automatically vary the asphalt -feed rate in order to maintain the required proportion. Mixer. The mixer shall be of the continuous mechanical mixing type. Any mixer that has a tendency to segregate the mixture or fails to secure a thorough and uniform mixture shall not be used. A continuously recording thermometer shall be provided which will indicate the temperature of the mixture as it leaves the mixer. Surge -Storage System and Scales. A surge -storage system shall be used to minimize the production interruptions during the normal day's operations. A device such as a gob hopper or other device approved by the Engineer to prevent segregation in the surge -storage bin shall be used. The mixture shall be weighed upon discharge from the surge -storage system. '" 345-15 Scales shall be standard platform truck scales or other equipment such as weigh hopper (suspended) scales and shall conform to Item 520, "Weighing and Measuring Equipment". If truck scales are used, they shall be placed at a location approved by the Engineer. If other weighing equipment is used, the Engineer may require weight checks by truck scales for the basis of approval of the equipment. Recording Device and Record Printer. Automatic recording devices and automatic digital record printers shall be provided to indicate the date, project identification number, vehicle identification, total weight of the load, tare weight of the vehicle, the weight of asphaltic mixture in each load and the number of loads for the day in accordance with Item 520, "Weighing and Measuring Equipment", unless otherwise shown on the plans. (3) Asphaltic Material Heating Equipment. Asphaltic material heating equipment shall be adequate to heat the required amount of asphaltic material to the desired temperature. The heating apparatus shall be equipped with a continuously recording thermometer with a 24-hour chart that will record the temperature of the asphaltic material at the location of highest temperature. — (4) Spreading and Finishing Machine. The spreading and finishing machine shall be approved by the Engineer and shall meet the requirements, indicated below. (a) Screed Unit. The spreading and finishing machine shall be equipped with a heated compacting screed. It shall produce a finished surface meeting the requirements of the typical cross sections and the surface tests. Extensions added to the screed shall be provided with the same compacting action and heating capability as the main screed unit, except for use on variable depth tapered areas and/or as approved by the Engineer. The spreading and finishing machine shall be equipped with an approved automatic dual longitudinal screed control system and automatic transverse screed control system. The longitudinal controls shall be capable of operating from any longitudinal grade reference including a stringline, ski, mobile stringline, or matching shoe. 345-16 ft The Contractor shall furnish all equipment required for grade reference. It shall be maintained in good operating condition by personnel trained in the use of this type of equipment. The grade reference used by the Contractor may be of any type approved by the Engineer. Control points, if required by the plans, shall be established for the finished profile in accordance with Item 5, "Control of the Work". These points shall be set at intervals not to exceed 50 feet. The Contractor shall set the grade reference from the control points. The grade reference shall have sufficient support so that the maximum deflection shall not exceed 1/16 inch between supports. (b) Tractor Unit. The tractor unit shall be equipped with a hydraulic hitch sufficient in design and capacity to maintain contact between the rear wheels of the hauling equipment and the pusher rollers of the finishing machine while the mixture is being unloaded. No portion of the weight of hauling equipment, other than the ., connection, shall be supported by the asphalt paver. No vibrations or other motions of the loading equipment, which could have a detrimental effect on the riding quality of the completed pavement, shall be transmitted to the paver. The use of any vehicle which requires dumping directly into the finishing machine and which the finishing machine cannot push or propel ..�« to obtain the desired lines and grades without resorting to hand finishing will not be allowed. (5) Material Transfer Equipment. Equipment to transfer mixture from the hauling units or the roadbed to the spreading and finishing machine will be allowed unless otherwise shown on the plans. A specific type of material transfer equipment shall be required when shown on the plans. (a) Windrow Pick -Up Equipment. Windrow pick-up equipment shall be constructed in such a manner that substantially all the mixture deposited on the roadbed is picked up and loaded into the spreading and finishing machine. The mixture shall not be contaminated with foreign material. The loading equipment shall be designed so that it does not interfere with the spreading and finishing machine in obtaining the required line, grade and surface without resorting to hand finishing. r Oft 345-17 (b) Material Feeding System. Material feeding systems shall be designed to provide a continuous flow of uniform mixture to the spreading and finishing machine. When use of a material feeding system is required on the plans, it shall meet the storage capacity, remixing capability, or other requirements shown on the plans. (6) Motor Grader. The motor grader, when used, shall be a self- propelled power motor grader and shall be equipped with smooth tread pneumatic tired wheels, unless otherwise directed. It shall have a blade length of not less than 12 feet and a wheelbase of not less than 16 feet. (7) Rollers. Rollers provided shall meet the requirements for their type as follows: (a) Pneumatic -Tire Roller. The roller shall be an acceptable medium pneumatic tire roller conforming to the requirements of Item 213, "Rolling (Pneumatic Tire)", Type B, unless otherwise specified on the plans. Pneumatic -tire rollers used for compaction shall provide a minimum 80 psi ground contact pressure. When used for kneading and sealing the surface only, they shall provide a minimum of 55 psi ground contact pressure. (b) Two -Axle Tandem Roller. This roller shall be an acceptable self-propelled tandem roller weighing not less than 8 tons. (c) Three -Wheel Roller. This roller shall be an acceptable self- propelled three wheel roller weighing not less than 10 tons. (d) Three -Axle Tandem Roller. This roller shall be an acceptable self-propelled three axle roller weighing not less than 10 tons. (e) Trench Roller. This roller shall be an acceptable self-propelled trench roller equipped with a sprinkler for keeping the wheels wet and an adjustable road wheel so that the roller may be kept level during rolling. The drive wheel shall be not less than 20 inches wide. The roller under working conditions shall produce not less than 325 pounds per linear inch of roller width and be so geared that a speed of approximately 1.8 miles per hour is obtained in low gear. (f) Vibratory Steel -Wheel Roller. This roller shall have a minimum weight of 6 tons. The compactor shall be equipped with amplitude and frequency controls and shall be specifically designed to compact the material on which it is used. 345-18 (8) Straightedges and Templates. When directed by the Engineer, the Contractor shall provide acceptable 10 foot straightedges for surface testing. Satisfactory templates shall be provided as required by the Engineer. (9) Alternate Equipment. When permitted by the Engineer, equipment other than that specified herein which will consistently produce satisfactory results may be used. 345.5. Stockpiling, Storage and Mixing. (1) Stockpiling of Aggregates. Prior to stockpiling of aggregates, the area shall be cleaned of trash, weeds, grass and shall be relatively smooth and well drained. The stockpiling shall be done in a manner that will minimize aggregate degradation, segregation, mixing of one stockpile with another, and will not allow contamination with foreign material. The plant shall have at least a two-day supply of aggregates on hand before production can begin and at least a two-day supply shall be maintained through the course of the project, unless otherwise approved by the Engineer. No stockpile shall contain aggregate from more than one source. Prior to starting RAP stockpiling operations, the Contractor shall develop and submit in writing to the Engineer an acceptable stockpile production procedure and management plan which will ensure that a homogeneous stockpile of RAP is available. Stockpiles of Contractor - owned RAP material shall be completely established at the plant site prior to submission of mixture design samples and shall be of sufficient quantity to meet the material requirements of the project for which they are prepared. When shown on the plans, plant site stockpiles composed of RAP from designated sources shall be of the minimum size shown on the plans prior to submission of mixture design samples. When required by the Engineer, additional material shall not be added to stockpiles that have previously been sampled for approval. Equipment of an acceptable size and type shall be furnished to work the stockpiles and prevent segregation and degradation of the aggregates. (2) Storage and Heating of Asphaltic Materials. The asphaltic material storage capacity shall be ample to meet the requirements of the 345-19 plant. Asphalt shall not be heated to a temperature in excess of that specified in Item 300, "Asphalts, Oils and Emulsions". All equipment used in the storage and handling of asphaltic material shall be kept in a clean condition at all times and shall be operated in such a manner that there will be no contamination with foreign matter. (3) Feeding and Drying of Aggregate. The feeding of various sizes of aggregate and RAP, if applicable, to the dryer shall be done through the cold aggregate bins and the proportioning device in such a manner that a uniform and constant flow of materials in the required proportions will be maintained. The aggregate shall be dried and heated to the temperature necessary to produce a mixture having the specified temperature. (4) Mixing and Storage. (a) Weigh -Batch Plant. In introducing the batch into the mixer, all aggregate shall be introduced first and shall be mixed thoroughly for a minimum period of five seconds to uniformly distribute the various sizes throughout the batch before the asphaltic material is added. The asphaltic material shall then be added and the mixing continued for a wet mixing period of not less than 15 seconds. The mixing period shall be increased if, in the opinion of the Engineer, the mixture is not uniform or the aggregates are not properly coated. Temporary storing or holding of the asphaltic mixture by the surge - storage system will be permitted during the normal day's operation. Overnight storage will not be permitted unless authorized in the plans or in writing by the Engineer. The mixture coming out of the surge -storage bin shall be of equal quality to that coming out of the mixer. (b) Modified Weigh -Batch Plant. The mixing and storage requirements shall be the same as is required for a standard weigh -batch plant. (c) Drum -Mix Plant. The amount of aggregate and asphaltic material entering the mixer and the rate of travel through the mixing unit shall be so coordinated that a uniform mixture of the specified grading and asphalt content will be produced. 345-20 Temporary storing or holding of the asphaltic mixture by the surge - storage system will be required during the normal day's operation. Overnight storage will not be permitted unless authorized on the plans or by the Engineer. The, mixture coming out of the surge -storage bin shall be of equal quality to that coming out of the mixer. .�. (d) Specialized Recycling Plant. The mixing and storage requirements shall be the same as that stated for the drum -mix plant. (e) Discharge Temperature. The Engineer will select the target discharge temperature of the mixture between 225 F and 350 F. The mixture, when discharged from the mixer, shall not vary from this selected e^ temperature more than 25 F, but in no case shall the temperature exceed 360 F. (f) Moisture Content. The mixture produced from each type of mixer shall have a moisture content not greater than 1 percent by weight when discharged from the mixer, unless otherwise shown on the plans and/or approved by the Engineer. The moisture content will be determined in accordance with Test Method Tex -212-F. (g) RAP. If RAP is used, it shall be mixed and blended so that there is no evidence of unseparated particles in the mixture as it leaves the mixer. 345.6. Construction Methods. (1) General. It shall be the responsibility of the Contractor to produce, transport, place and compact the specified paving mixture in accordance with the requirements herein. The asphaltic mixture, when placed with a spreading and finishing .•e machine, or the tack coat shall not be placed when the air temperature is below 50 F and is falling, but it may be placed when the air temperature is above 40 F and is rising. ^± The asphaltic mixture, when placed with a motor grader, shall not be placed when the air temperature is below 60 F and is falling, but may be placed when the air temperature is above 50 F and is rising. The air temperature will be taken in the shade away from artificial _. heat. "" 345-21 It is further provided that the tack coat or asphaltic mixture shall be placed only when the humidity, general weather conditions and temperature and moisture condition of the base, in the opinion of the Engineer, are suitable. If, after being discharged from the mixer and prior to placing, the temperature of the asphaltic mixture is 50 F or more below the selected discharge. temperature established by the Engineer, all or any part of the load may be rejected and payment will not be made for the rejected material. (2) Tack Coat. The surface upon which the tack coat is to be placed shall be cleaned thoroughly to the satisfaction of the Engineer. The surface shall be given a uniform application of tack coat using asphaltic materials of this specification. This tack coat shall be applied, as directed by the Engineer, with an approved sprayer at a rate not to exceed 0.10 gallon residual asphalt per square yard of surface. Where the mixture will adhere to the surface on which it is to be placed without the use of a tack coat, the tack coat may be eliminated by the Engineer. All contact surfaces of curbs and structures and all joints shall be painted with a thin uniform application of tack coat. During the application of tack coat, care shall be taken to prevent splattering of adjacent pavement, curb and gutter and structures. The tack coat shall be rolled with a pneumatic tire roller when directed by the Engineer. (3) Transporting. The asphaltic mixture shall be hauled to the work site in tight vehicles previously cleaned of all foreign material. The dispatching of the vehicles shall be arranged so that all material delivered is placed and all rolling completed during daylight hours unless otherwise shown on the plans. In cool weather or for long hauls, covering and insulating of the truck bodies may be required. If necessary, to prevent the mixture from adhering to the body, the inside of the truck may be given a light coating of release agent satisfactory to the Engineer. (4) Placing. (a) The asphaltic mixture shall be dumped and spread on the approved prepared surface with the spreading and finishing machine. When properly compacted, the finished pavement shall be smooth, of uniform texture and density and shall meet the requirements of the typical cross sections and the surface tests. In addition, the placing of the asphaltic mixture shall be done without tearing, shoving, gouging or segregating the mixture. 345-22 Unloading into the finishing machine shall be controlled so that bouncing or jarring the spreading and finishing machine shall not occur and the required lines and grades shall be obtained without resorting to hand finishing, except as shown under Subarticle 345.6.(4)(d). Unless otherwise shown on the plans, dumping of the asphaltic mixture in a windrow and then placing the mixture in the finishing machine with windrow pick-up equipment will be permitted. The windrow pick-up equipment shall be operated in such a manner that substantially all the mixture deposited on the roadbed is picked up and loaded into the finishing machine without contamination by foreign material. The windrow pick-up equipment will be so operated that the finishing machine will obtain the required line, grade and surface without resorting to hand finishing. Any operation of the windrow pick-up equipment resulting in the accumulation and subsequent shedding of accumulated material into the asphaltic mixture will not be permitted. . (b) When approved by the Engineer, level -up courses may be spread with a motor grader. (c) The spreading and finishing machine shall be operated at a uniform forward speed consistent with the plant production rate, hauling capability, and roller train capacity to result in a continuous operation. The speed shall be slow enough that stopping between trucks is not ordinarily required. If, in the opinion of the Engineer, sporadic delivery of material is adversely affecting the mat, the Engineer may require paving operations to cease until acceptable methods are provided. to minimize starting and stopping of the paver. The hopper flow gates of the spreading and finishing machine shall be adjusted to provide an adequate and consistent flow of material. These shall result in enough material being delivered to the augers so that they are operating approximately 85 percent of the time or more. The augers shall provide means to supply adequate flow of material to the center of the paver. Augers shall supply an adequate flow of material for the full width r of the mat, as approved by the Engineer. Augers should be kept approximately one-half to three-quarters full of mixture at all times during the paving operation. (d) When the asphaltic mixture is placed in a narrow strip along the edge of an existing pavement, or used to level up small areas of an existing 345-23 Pavement, or placed in small irregular areas where the use of a finishing machine is not practical, the finishing machine may be eliminated when authorized by the Engineer. (e) If a pattern of surface irregularities or segregation is detected, the Contractor shall make an investigation into the causes and immediately take the necessary corrective action. With the approval of the Engineer, placement may continue for no more than one full production day from the time the Contractor is first notified and while corrective actions are being taken. If the problem still exists after that time, paving shall cease until the Contractor further investigates the causes and the Engineer approves further corrective action to be taken. (5) Compacting. (a) The pavement shall, be compacted thoroughly and uniformly with the necessary rollers to obtain the compaction and cross section of the finished paving mixture meeting the requirements of the plans and specifications. (b) When rolling with the three -wheel, tandem or vibratory rollers, rolling shall start by first rolling the joint with the adjacent pavement and then continue by rolling longitudinally at the sides and proceed toward the center of the pavement, overlapping on successive trips by at least one foot, unless otherwise directed by the Engineer. Alternate trips of the roller shall be slightly different in length. On super -elevated curves, rolling shall begin at the low side and progress toward the high side, unless otherwise directed by the Engineer. When rolling with vibratory steel -wheel rollers, equipment operation shall be in accordance with Item 217, "Rolling (Vibratory)" and the manufacturer's recommendations, unless otherwise directed by the Engineer. Vibratory rollers shall not be left vibrating while not rolling or when changing directions. Unless otherwise shown on the plans or approved by the Engineer, vibratory rollers shall not be allowed in the vibrating mode on mats with a plan depth of less than 1-1/2 inches. The motion of the rollers shall be slow enough to avoid other than normal initial displacement of the mixture. If any displacement occurs, it shall be corrected to the satisfaction of the Engineer. The roller shall not be allowed to stand on pavement which has not been fully compacted. To prevent adhesion of the surface mixture to the steel -wheel rollers, the wheels shall be kept thoroughly moistened with water, but an excess of 345-24 Wi water will not be permitted. Necessary precautions shall be taken to prevent the dropping of diesel, gasoline, oil, grease or other foreign matter on the pavement, either when the rollers are in operation or when standing. (c) The edges of the pavement along curbs, headers and similar structures, and all places not accessible to the roller, or in such positions as will not allow thorough compaction with the rollers, shall be thoroughly compacted with lightly oiled tamps. (d) Rolling with a trench roller will be required on widened areas, in trenches and other limited areas where satisfactory compaction cannot be obtained with the approved rollers. (6) In -Place Compaction Control. In-place compaction control is required for all mixtures. Unless otherwise shown on the plans, density control shall be required. (a) Density Control. The material shall be placed and compacted to a minimum density as determined by Test Method Tex -126-E or as specified on the plans. The gyratory density shall be determined from material sampled from the mixing plant and molded in accordance with Test Method Tex -126-E. Procedures and methods outlined in Test Method Tex - 126 -E shall also be used in determining the actual in-place density, unless determined otherwise by the Engineer. The field specimens utilized for the in-place density testing may be either cores or sections of asphalt stabilized base tested according to Test Method Tex -207-F. The nuclear -density gauge or other methods of determining in-place compaction which correlate satisfactorily with those results obtained through the use of Test Method Tex -126-E may be used. Unless otherwise shown on the plans, the Contractor shall be responsible for obtaining the required roadway specimens at his expense and in a manner and at locations selected by the Engineer. The Contractor shall be responsible for determining the number and type of rollers to be used to obtain the required density. The rollers shall be operated in accordance with the requirements of this specification and as approved by the Engineer. If the in-place density falls 0.1 to 1.0 percentage points below the minimum density from Test Method Tex=126-E, the Contractor shall investigate the causes and make the necessary corrections. Production may proceed for not more than one full day while corrections to the construction 345-25 operations or mixture are being made to obtain the minimum density. If the minimum density is not obtained after one day, production shall cease. The Contractor shall further investigate the cause. At that point a test strip .as described below shall be required. If the in-place density is more than 1.0 percent below the minimum density, production shall cease immediately and a test strip as described below shall be required. In either case, the Contractor shall only be allowed to place a test section of one lane width, not to exceed 0.2 mile in length, to demonstrate that the minimum density can be obtained. This procedure will continue until a test section meeting the minimum density requirement is produced. Only two (2) test sections per day will be allowed. When a test section producing satisfactory density is placed, full production may then resume. Increasing the asphalt content of the mixture in order to increase in- place density shall not be allowed. The Contractor is encouraged to perform supplemental compaction testing for his own information. (b) Ordinary Compaction Control. When the requirement of density control has been removed by plans note, one (1) three -wheel roller, one (1) pneumatic -tire roller, and one (1) tandem roller shall be furnished for each compaction operation except as provided below or approved by the Engineer. The use of a tandem roller may be waived by the Engineer when the surface is already adequately smooth and further steel -wheel rolling is shown to be ineffective. With approval of the Engineer, the Contractor may substitute a vibratory roller for the three -wheel roller and/or the tandem roller. Use of at least one (1) pneumatic -tire roller is required. Additional or heavier rollers shall be furnished if required by the Engineer. Rolling patterns shall be established by the Contractor as outlined in Test Method Tex -207-F, Part IV, to achieve the maximum compaction, unless otherwise directed by the Engineer. The selected rolling pattern shall be followed unless changes in the .mixture or placement conditions occur which affect compaction. When changes in the mixture or placement conditions occur, a new rolling pattern shall be established. . (c) Compaction Cessation Temperature. Regardless of the method required for in-place compaction control, .all rolling for compaction shall be completed before the mixture temperature drops below 175 F. 345-26 (7) Surface Finish. The compacted material shall conform to the typical cross sections, lines and grades shown on the plans, and as directed by the Engineer, and shall have a smooth surface. The surface shall be tested with a 10 foot straightedge at locations selected by the Engineer. The variation of the surface from the testing edge shall not exceed 118 inch between any two (2) .contacts, when measured longitudinally or transversely. (8) Opening to Traffic. The completed asphalt stabilized base course shall be opened to traffic when directed by the Engineer. The Contractor's attention is directed to the fact that all construction traffic s� allowed on the pavement open to the public will be subject to the State laws governing traffic on highways. If the surface ravels, flushes, ruts or deteriorates in any manner �^* prior to final acceptance of the work, it will be the Contractor's responsibility to correct this condition at his expense, to the satisfaction of the Engineer and in conformance with the requirements of this specification. �., 345.7. Measurement. The quantity of asphalt stabilized base will be measured by the composite weight method. Asphalt stabilized base will be measured by the ton of 2000 pounds of the composite "Asphalt Stabilized Base" of the grade actually used in the completed and accepted work in accordance with the plans and specifications for the project. The composite asphalt stabilized base mixture is hereby defined as the asphalt, aggregate, RAP and additives as noted in the plans and/or approved by the Engineer. If mixing is done by a drum -mix plant or specialized recycling plant, measurement will be made on scales as specified herein. If mixing is done by a weigh -batch plant or modified weigh -batch plant, measurement will be determined on the batch scales unless surge - storage is used. Records of the number of batches, batch design and the weight of the composite "Asphalt Stabilized Base" shall be kept. Where surge -storage is used, measurement of the material taken from the surge - storage bin will be made on truck. scales or suspended hopper scales. r 345-27 345.8. Payment. (1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for the "Asphalt Stabilized Base" of the grade specified. The payment based on the unit bid price shall be full compensation for quarrying, furnishing all materials, additives, freight involved, for all heating; mixing, hauling, cleaning the existing base course or pavement, tack coat, placing, rolling and finishing asphalt stabilized mixture, transporting RAP from designated sources, transporting any excess RAP to Iocations shown on the plans, and for all manipulations, labor, tools, equipment and incidentals necessary to complete the work. (2) All templates, straightedges, core drilling equipment, scales and other weighing and measuring devices necessary for the proper construction, measuring and checking of the work shall be furnished, operated and maintained by the Contractor at his expense. (3) State-owned RAP from sources designated on the plans will be available, at no cost, to the Contractor. 345-28 ff Modifications to ITEM P-401 PLANT MIX BITUMINOUS PAVEMENTS .1 Item P-401 Plant Mix Bituminous Pavements, of the project specifications shall be modified as follows: 1. Paragraph 401-1.1. In the first sentence of this paragraph, insert the word "surface," 2: Paragraph 401-2. la. Coarse Aggregate. - Delete ,all references_ to slag. Slag material shall not be PP P , a"r"oved for construction of this roject. 3.' Paragraph 401-2:1a.'Coarse Aggregate. Insert "40" into the blank provided in the second sentence r� of this paragraph. Delete the last sentence in the first_ subparagraph and insert the following: "The aggregate shall show no signs of disintegration nor shall the sodium sulfate soundness loss exceed 9 percent, after five cycles, when tested in accordance with AS C88 y If the rrequirements for sodium sulfate soundness _ cannot be met, a .. ; weighted loss in excess of 9percerit, but not to exceed 14 percent, will be accepted ,,0 provided the coarse aggregate can be shown to have a satisfactory service record of at least 5 years duration under similar conditions_of serviceandeexposure. 4 Paragraph 401-2. la. Coarse Aggregate. Insert "70" into the first blank and "85" into the, second blank provided in the first sentence of the second subparagraph. 5. Paragraph 401-2.3 BITUMINOUS MATERIAL_ In the first subparagraph, insert "Viscocity Grade AC -10, meeting the requirements of ASTM D3381 into the blank provided: _ o the first sub raPh:6 Paragraph 401-3.Z JOB yXFORMULA-Addthe following sentence ara "The job mix formula shall be prepared by a commercial laboratory at the Contractor's expense." 7. Paragraph 401-3.2 JOB MIX FORMULA In the fifth_ subparagraph, insert "30" into the blank provided. 8. TABLE 2 - MARSHALL DESIGN CRITERIA Delete the table shown and insert the following. Tlie designcriteriarequired for aircraft gross weights of 60,000 pounds, or more, 'or tire pressures of 100 pounds per square inch (psi) shall be utilized in the design of pavements for this project. TABLE 1. MARSHALL DESIGN CRITERIA Test Property Required Test Value Number of Blown 75 Stabilitypounds, minimum 2150 Flow, 0.01 inches 10-14 'Air Voids, percent 2.8-4.2 Percent Voids in Mineral Aggregate, minimum See Table 2 0127240.1. 401 - a : rte. 08%01 Sieve Size Percentage by Weight Passing Sieves 3/4inch 1 1%2 inch, 79 -'99 -68 - 88. No. .4.., 48-68 No. 8 33 - 53 20-4 No. 30 14-30 No: 50, . 9 -21 �. � No.109' No: 200 3 - 6 Asphalt percent 5.0-7.0 10.` Paragraph 401=3.3 RECYCLED ASPHALT CONCRETE Delete this ,entire paragraph. Recycled asphalt concrete will not be used on this project. . 11. Paragraph 401-3.4 TEST SECTION. - In the. second sentence in the first, subparagraph, insert ,K ,. 'ii e -n C- -'�-11 •_._ iL_ L --_a Li. --I— .-..1 I1 C-11 A W-1, P-401 AC 15015370-10A includes changes thru CHG 12 ITEM P-401 PLANT MIX BITUMINOUS PAVEMENTS DESCRIPTION 401-1.1 This item shall consist of a I J 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. MATERIALS 401-2.1 AGGREGATE. Aggregates shall consist of crushed stone, crushed gravel, or crushed slag with or without sand or other inert finely divided mineral aggregate. The portion of materials retained on the No. 8 sieve is coarse aggregate. The portion passing the No. 8 (2.36 mm) sieve and retained on the No. 200 (0.075 mm) sieve is fine aggregate, and the portion passing the No. 200 (0.075 mm) sieve is mineral filler. a. Coarse Aggregate. Coarse aggregate shall consist of sound, tough, durable particles, free from adherent films of matter that would prevent thorough coating and bonding with the bituminous material and be free from organic matter and other deleterious substances. The percentage of wear shall not be greater than [ J percent when tested in accordance with ASTM C 131. The sodium sulfate soundness loss shall not exceed [ J percent, or the magnesium sulfate soundness loss shall not exceed I ] percent, after five cycles, when tested in accordance with ASTM C 88. Aggregate shall contain at least [ J percent by weight of individual pieces having two or more fractured faces and I J percent by weight having at least one fractured face. The area of each face shall be equal to at least 75 percent of the smallest midsectional area of the piece. When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 degrees to count as two fractured faces. Fractured faces shall be obtained by crushing. The aggregate shall not contain more than 8 percent, by weight, of flat or elongated pieces, when tested in accordance with ASTM D 4791. Slag shall be air-cooled, blast furnace slag, and shall have a compacted weight of not less than 70 pounds per cubic foot (1.12 mg/cubic meter) when tested in accordance with ASTM C 29. 401-1 AC 15015370-10A includes changes thru CHG 12 P-401 b. Fine Aggregate. Fine aggregate shall consist of clean, sound, durable, angular shaped particles produced by crushing stone, slag, or gravel that meets the requirements for wear and soundness specified for coarse 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 material for the fine aggregate, shall have a plasticity index of not more than 6 and a liquid limit of not more than 25 when tested in accordance with ASTM D 4318. Natural (nonmanufactured) sand may be used to obtain the gradation of the aggregate blend or to improve the workability of the mix. The amount of sand to be added will be adjusted to produce mixtures conforming to requirements of this specification. [The fine aggregate shall not contain more than 20 percent natural sand by weight of total aggregates.] The aggregate shall have sand equivalent values of 35 or greater when tested in accordance with ASTM D 2419. c. Sampling. ASTM D 75 shall be used in sampling coarse and fine aggregate, and ASTM C 183 shall be used in sampling mineral filler. 401-2.2 MINERAL FILLER. If filler, in addition to that naturally present in the aggregate, is necessary, it shall meet the requirements of ASTM D 242. 401-2.3 BITUMINOUS MATERIAL. Bituminous material shall conform to the following requirements: [ ] 401-2 P-401 AC 15015370-10A includes changes thru CHG 12 The Contractor shall furnish vendor's certified test reports for each lot of bituminous material shipped to the project. The vendor's certified test report for the bituminous material can be used for acceptance or tested independently by the Engineer. 401-2.4 PRELIMINARY MATERIAL ACCEPTANCE. Prior to delivery of materials to the job site, the Contractor shall submit certified test reports to the Engineer for the following materials: a. Coarse Aggregate. (1) Percent of wear. (2) Soundness. (3) Unit weight of slag. b. Fine Aggregate. (1) Liquid limit. (2) Plastic index. (3) Sand equivalent. c. Mineral Filler. d. Bituminous Material. The certification(s) shall show the appropriate ASTM test(s) for each material, the test results, and a statement that the material meets the specification requirement. The Engineer may request samples for testing, prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications. COMPOSITION 401-3.1 COMPOSITION OF MIXTURE. The bituminous plant mix shall be composed of a mixture of well -graded aggregate, filler if required, and bituminous material. The several aggregate fractions shall be sized, handled in separate size groups, and combined in such proportions that the resulting mixture meets the grading requirements of the job mix formula (JMF). 401-3.2 JOB MIX FORMULA. No bituminous mixture for payment shall be produced until a job mix formula has been approved by the Engineer. The bituminous mixture shall be designed using procedures contained in Chapter III, MARSHALL METHOD OF MIX DESIGN, of the Asphalt Institute's Manual Series No. 2 (MS -2), Mix Design Methods for Asphalt Concrete, and shall meet the requirements of Tables 1 and 2. `"` 401-3 AC 150/5370-10A includes changes thru CHG 12 P-401 The design criteria in Table 1 are target values necessary to meet the acceptance requirements contained in paragraph 401-5.2b. The criteria is based on a production process which has a material variability with the following standard deviations: Stability (lbs.) = 270 Flow (0.01 inch) = 1.5 Air Voids (%) = 0.65 If material variability exceeds the standard deviations indicated, the job mix formula and subsequent production targets should be based on a stability greater than shown in Table 1, and the flow and air voids should be targeted close to the mid-range of the criteria in order meet the acceptance requirements. If the Tensile Strength Ratio (TSR) of the composite mixture, as determined by ASTM D 4867, is less than 75, the aggregates shall be rejected or the asphalt treated with an approved anti -stripping agent. The amount of anti -stripping agent added to the asphalt shall be sufficient to produce a TSR of not less than 75. If an antistrip agent is required, it will be provided by the Contractor at no additional cost. The job mix formula shall be submitted in writing by the Contractor to the Engineer at least [ ] days prior to the start of paving operations and shall include as a minimum: a. Percent passing each sieve size. b. Percent of asphalt cement. c. Asphalt viscosity or penetration grade. d. Number of blows of hammer compaction per side of molded specimen. e. Mixing temperature. f. Compaction temperature. g. Temperature of mix when discharged from the mixer. h. Temperature -viscosity relationship of the asphalt cement. -- i. Plot of the combined gradation on the Federal Highway Administration (FHWA) 45 power gradation curve. j. Graphical plots of stability, flow, air voids, voids in the mineral aggregate, and unit weight verses asphalt content. k. Percent natural sand. 1. Percent fractured faces. m. Percent elongated particles. n. Tensile Strength Ratio (TSR). o. Antistrip agent (if required). The Contractor shall submit samples to the Engineer, upon request, for job mix formula verification testing. The job mix formula for each mixture shall be in effect until modified in writing by the Engineer. Should a change in sources of materials be made, a new job mix formula must be approved by the Engineer before the new material is used. 401-4 OiA PA P-401 AC 150/5370-10A includes changes thru CHG 12 TABLE 1. MARSHALL DESIGN CRITERIA TABLE I. MARSHALL DESIGN CRITERIA TEST PROPERTY Number of blows Stability, pounds (newtons) minimum (newtons) minimum Flow, 0.01 in. (0.25 mm) Air voids (percent) Percent voids in mineral aggregate, minimum TABLE 2. MINIMUM PERCENT VOIDS IN MINERAL AGGREGATE 401-5 Minimum Voids in Maximum Particle Size Mineral Aggregate, percent in. mm Percent 1/2 12.5 16 3/4 19.0 15 1 25.0 14 1-1/4 31.25 13 401-5 AC 150/5370-10A includes changes thru CHG 12 P-401 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 3 when tested in accordance with ASTM Standard C 136 and C 117. The gradations in Table 3 represent the Iimits which shall determine the suitability of aggregate for use from the sources of supply. The aggregate, as selected (and used in the JMF), shall have a gradation within the limits designated in Table 3 and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve, or vice versa, but shall be well graded from coarse to fine. Deviations from the final approved mix design for bitumen content and gradation of aggregates shall be within the action limits for individual measurements as specified in paragraph 401-6.5a. The limits still will apply if they fall outside the master grading band in Table 3. The maximum size aggregate used shall not be more than one-half of the thickness of the course being constructed. TABLE 3. AGGREGATE - BITUMINOUS PAVEMENTS Sieve Size I Percentage by Weight Passing Sieve 1-1/4 in. (31.25 mm) 1 in. (25.0 mm) 3/4 in. (19.0 mm) 1/2 in. (12.5 mm) 3/8 in. (9.5 mm) No. 4 (4.75 mm) No. 8 (236 mm) No. 16 (1.18 mm) No. 30 (0.60 mm) No. 50 (0.30 mm) No. 100 (0.15 mm) No. 200 (0.075 mm) Asphalt percent Stone or gravel Slag The aggregate gradations shown are based on aggregates of uniform specific gravity. The percentages passing the various sieves shall be corrected when aggregates of varying specific gravities are used, as indicated in the Asphalt Institute Manual Series No. 2 (MS -2), Appendix A. 401-6 P-401 AC 15015370-10A includes changes thru CHG 12 401-3.3 RECYCLED ASPHALT CONCRETE. Recycled asphalt concrete shall consist of reclaimed asphalt pavement (RAP), coarse aggregate, fine aggregate, mineral filler, asphalt cement, and recycling agent, if necessary. Reclaimed asphalt pavement may be used for all courses. The RAP shall be of a consistent gradation and asphalt content. The Contractor may obtain the RAP from the job site or an existing source. All new aggregates used in the recycled mix shall meet the requirements of paragraph 401-2.1. New bituminous material shall meet the requirements of paragraph 401-2.3. Recycling agents shall meet the requirements of ASTM D 4552. The recycled asphalt concrete mix shall be designed using procedures contained in the Asphalt Institute's Manual Series Number 20 (MS -20), Asphalt Hot -Mix Recycling, in conjunction with MS -2 (MS -2). The job mix shall meet the requirements of paragraph 401-3.2. In addition to the requirements of paragraph 401-3.2, the job mix formula shall indicate the percent of reclaimed asphalt pavement, the percent and viscosity grade of new asphalt, the percent and grade of hot -mix recycling agent (if used), and the properties (including viscosity and penetration) of the asphalt blend. The Contractor shall submit documentation to the Engineer, indicating that the mixing equipment proposed for use is adequate to mix the percent of RAP shown in the job mix formula and meet all local and national environmental regulations. O,,, -401-7 AC 150/5370-10A includes changes thru CHG 12 P-401 401-3.4 TEST SECTION. Prior to full production, the Contractor shall prepare and place a quantity of bituminous mixture according to the job mix formula. The amount of mixture should be sufficient to construct a test section [ ) long and [ ] wide placed in two lanes, with a longitudinal cold joint, and shall be of the same depth specified for the construction of the course which it represents. The underlying grade or pavement 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. Three random samples shall be taken at the plant and tested for stability, flow, and air voids in accordance with _ paragraph 401-5.la(2). Two random samples of mixture shall be taken at the plant and tested for aggregate gradation and asphalt content in accordance with paragraphs 401-6.3a and 3b and evaluated in accordance with paragraphs 401-6.5a and 5b. Three randomly selected cores shall be taken from the finished pavement mat, and three from the longitudinal joint, and tested in accordance with paragraph 401-5.lb(4). Random sampling shall be in accordance with procedures contained in ASTM D 3665. Mat density and air voids shall be evaluated in accordance with paragraph 401-5.2f(1). Stability and flow shall be evaluated in accordance with paragraph 401-5.2f(2). Joint density shall be evaluated in accordance with paragraph 401-5.2f(3). Voids in the mineral aggregate (VMA), for each plant sample, shall be computed in accordance with procedures contained in Chapter III, MARSHALL METHOD OF MIX DESIGN, of the Asphalt Institute's Manual Series No. 2 (MS -2), Mix Design Methods for Asphalt Concrete. The test section shall be considered acceptable if, 1) stability, flow, mat density, air voids, and joint density are 90 percent or more within limits, 2) gradation and asphalt content are within the action limits specified in paragraphs 401-6.5a and 5b, and 3) the voids in the mineral aggregate is within the limits of Table 2. If the initial test section should prove to be unacceptable, the necessary adjustments to the job mix formula, plant operation, placing procedures, and/or rolling procedures shall be made. A second test section shall then be placed. If the second test section also does not meet specification requirements, both sections shall be removed at the Contractor's expense. Additional test sections, as required, shall be constructed and evaluated for conformance to the specifications. Any additional sections that are not acceptable shall be removed at the Contractor's expense. Full production shall not begin until an acceptable section has been constructed and accepted by the Engineer. The initial test section, whether acceptable or unacceptable, and any subsequent section that meets specification requirements shall be paid for in accordance with paragraph 401-8.1. _ Job mix control testing shall be performed by the Contractor at the start of plant production and in conjunction with the calibration of the plant for the job mix formula. It should be recognized that the aggregates produced by ~~ the plant may not satisfy the gradation requirements or produce a mix that exactly meets the JMF. In those instances, it will be necessary to reevaluate and redesign the mix using plant -produced aggregates. Specimens should be prepared and the optimum bitumen content determined in the same manner as for the original design tests. 401-3.5 TESTING LABORATORY. The laboratory used to develop the job mix formula shall meet the requirements of ASTM D 3666. A certification signed by the manager of the laboratory stating that it meets these -401-8 P-401 AC 150/5370-10A includes_ changes thru CHG 12 requirements shall be submitted to the Engineer prior to the start of construction. The certification shall contain as a minimum: a. Qualifications of personnel; laboratory manager, supervising technician, and testing technicians. b. A listing of equipment to be used in developing the job mix. c. A copy of the laboratory's quality control system. d. Evidence of participation in the AASHTO Materials Reference Laboratory (AMRL) program .+01-9 CONSTRUCTION METHODS 401-4.1 WEATHER LIMITATIONS. The bituminous mixture shall not be placed upon a wet surface or when the surface temperature of the underlying course is less than specified in Table 4. The temperature requirements may be waived by the Engineer, if requested; however, all other requirements including compaction shall be met. TABLE 4. BASE TEMPERATURE LIMITATIONS Mat Thickness Base Temperature (Minimum) Deg. F Deg. C 3 in. (7.5 cm) or greater 40 4 Greater than 1 in. (2.5 cm) but less than 3 in. (7.5 cm) 45 7 1 in. (2.5 cm) or less 50 10 401-4.2 BITUMINOUS MIXING PLANT. Plants used for the preparation of bituminous mixtures shall conform to the requirements of ASTM D 995 with the following changes: a. Requirements for All Plants. (1) Truck Scales. The bituminous mixture shall be weighed on approved scales furnished by the Contractor, or on certified public scales at the Contractor's expense. Scales shall be inspected and sealed as often as the Engineer deems necessary to assure their accuracy. Scales shall conform to the requirements of the General Provisions, Section 90-01. ^+ (2) Testing Facilities. The Contractor shall provide laboratory facilities at the plant for the use of the Engineer's acceptance testing and the Contractor's quality control testing, in accordance with paragraph 401-6.2. (3) Inspection of Plant. The Engineer, or Engineer's authorized representative, shall have access, at all times, to all areas of the plant for checking adequacy of equipment; inspecting operation of the plant: verifying weights, proportions, and material properties; and checking the temperatures maintained in the preparation of the mixtures. (4) Storage Bins and Surge Bins. Paragraph 3.9 of ASTM D 995 is deleted. Instead, the following applies. 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 period of time not to exceed 3 hours. (b) The bituminous mixture may be stored in insulated storage bins for a period of time not to exceed 24 hours. .+01-9 AC 150/5370-10A includes changes thru CHG 12 P-401 The bins shall be such that mix drawn from them meets the same requirements as mix loaded directly into trucks. If the Engineer determines that there is an excessive amount of heat loss, segregation or oxidation of the mixture due to temporary storage, no overnight storage will be allowed. 401-4.3 HAULING EQUIPMENT. Trucks used for hauling bituminous mixtures shall have tight, clean, and smooth metal beds. To prevent the mixture from adhering to them, the truck beds shall be lightly coated with a minimum amount of paraffin oil, lime solution, or other approved material. Each truck shall have a suitable cover to protect the mixture from adverse weather. When necessary, to ensure that the mixture will be delivered to the site at the specified temperature, truck beds shall be insulated or heated and covers shall be securely fastened. 401-4.4 BITUMINOUS PAVERS. Bituminous pavers shall be self-propelled, with an activated screed, heated as necessary, and shall be capable spreading and finishing courses of bituminous plant mix material which will meet the specified thickness, smoothness, and grade. The paver shall have sufficient power to propel itself and the hauling equipment without adversely affecting the finished surface. The paver shall have a receiving hopper of sufficient capacity to permit a uniform spreading operation. The hopper shall be equipped with a distribution system to place the mixture uniformly in front of the screed without segregation. The screed shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, or gouging the mixture. If an automatic grade control device is used, the paver shall be equipped with a control system capable of automatically maintaining the specified screed elevation. The control system shall be automatically actuated from either a reference line and/or through a system of mechanical sensors or sensor -directed mechanisms or devices which will maintain the paver screed at a predetermined transverse slope and at the proper elevation to obtain the required surface. The transverse slope controller shall be capable of maintaining the screed at the desired slope within plus or minus 0.1 percent. The controls shall be capable of working in conjunction with any of the following attachments: a. Ski -type device of not less than 30 feet (9.14 m) in length. b. Taut stringline (wire) set to grade. c. Short ski or shoe. d. Laser control. 401-4.5 ROLLERS. Rollers of the vibratory, steel wheel, and pneumatic -tired type shall be used. They shall be in good condition, capable of operating at slow speeds to avoid displacement of the bituminous mixture. The number, type, and weight of rollers shall be sufficient to compact the mixture to the required density while it is still in a workable condition. The use of equipment which causes excessive crushing of the aggregate will not be permitted. 401-4.6 PREPARATION OF BITUMINOUS MATERIAL. The bituminous material shall be heated in a 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 particles, but shall not exceed 325 degrees F (160 degrees C). 401-10 1W P-401 AC 15015370-10A includes changes thru CHG 12 401-4.7 PREPARATION OF MINERAL AGGREGATE. The aggregate for the mixture shall be heated and dried prior to introduction into the mixer. The maximum temperature and rate of heating shall be such that no damage occurs to the aggregates. The temperature of the aggregate and mineral filler shall not exceed 350 degrees F (175 degrees C) when the asphalt is added. Particular care shall be taken that aggregates high in calcium or magnesium content are not damaged by overheating. The temperature shall not be lower than is required to obtain complete coating and uniform distribution on the aggregate particles and to provide a mixture of satisfactory workability. 401-4.8 PREPARATION OF BITUMINOUS MIXTURE. The aggregates and the bituminous material shall be weighed or metered and introduced into the mixer in the amount specified by the job mix formula. The combined materials shall be mixed until the aggregate obtains a uniform coating of bitumen and is thoroughly distributed throughout the mixture. Wet mixing time shall be the shortest time that will produce a satisfactory mixture, but not less than 25 seconds for batch plants. The wet mixing time for all plants shall be established by the Contractor, based on the procedure for determining the percentage of coated particles described in ASTM D 2489, for each individual plant and for each type of aggregate used. The wet mixing time will be set to achieve 95 percent of coated particles. For continuous mix plants, the minimum mixing time shall be determined by dividing the weight of its contents at operating level by the weight of the mixture delivered per second by the mixer. The moisture content of all bituminous mix upon discharge shall not exceed 0.5 percent. r� 401-4.9 PREPARATION OF THE UNDERLYING SURFACE. Immediately before placing the bituminous mixture, the underlying course shall be cleaned of all dust and debris. A prime coat or tack coat shall be applied in accordance with Item P-602 or P-603, if required by the contract specifications. + 401-4.10 TRANSPORTING, PLACING, AND FINISHING. The bituminous mixture shall be transported from the mixing plant to the site in vehicles conforming to the requirements of paragraph 401-3. Deliveries shall be scheduled so that placing and compacting of mixture is uniform with minimum stopping and starting of the paver. Adequate artificial lighting shall be provided night placements. Hauling over freshly placed material shall not be permitted until the material has been compacted, as specified, and allowed to cool to atmospheric temperature. ." [The Contractor may elect to use a material transfer vehicle to deliver mix to the paver.] The mix shall be placed and compacted at a temperature suitable for obtaining density, surface smoothness, and other specified requirements but not less than 250 degrees F (107 degrees Q. Upon arrival, the mixture shall be placed to the full width by a bituminous paver. It shall be struck off in a uniform layer of such depth that, when the work is completed, it shall have the required thickness and conform to the grade and contour indicated. The speed of the paver shall be regulated to eliminate pulling and tearing of the bituminous mat. Unless otherwise permitted, placement of the mixture shall begin along the centerline of a crowned section or on the high side of areas with a one-way slope. The mixture shall be placed in consecutive r -401-11 } AC 150/5370-10A includes changes thru CHG 12 P-401 adjacent strips having a minimum width of [ ] except where edge lanes require less width to complete the area. The longitudinal joint in one course shall offset the longitudinal joint in the course immediately below by at least 1 foot (30 cm); however, the joint in the surface top course shall be at the centerline of the pavement. Transverse joints in one course shall be offset by at least 10 feet (3 m) from transverse joints in the previous course. Transverse joints in adjacent lanes shall be offset a minimum of 10 feet (3 m). On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the mixture may be spread and luted by hand tools. 401-4.11 COMPACTION OF MIXTURE. After placing, the mixture shall be thoroughly and uniformly compacted by rolling. The surface shall be compacted as soon as possible when the mixture has attained sufficient stability so that the rolling does not cause undue displacement, cracking or shoving. The sequence of rolling operations and the type of rollers used shall be at the discretion of the Contractor. The speed of the roller shall, at all times, be sufficiently slow to avoid displacement of the hot mixture and be effective in compaction. Any displacement occurring as a result of reversing the direction of the roller, or from any other cause, shall be corrected at once. Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until the surface is of uniform texture, true to grade and cross section, and the required field density is obtained. To prevent adhesion of the mixture to the roller, the wheels shall be kept properly moistened (and scrapers used), but excessive water will not be permitted. In areas not accessible to the roller, the mixture shall be thoroughly compacted with hand tampers. Any mixture that becomes loose and broken, mixed with dirt, contains check -cracking, or in any way defective shall be removed and replaced with fresh hot mixture and immediately compacted to conform to the surrounding area. This work shall be done at the Contractor's expense. Skin patching shall not be allowed. 401-4.12 JOINTS. The formation of all joints shall be made in such a manner as to ensure a continuous bond between the courses and obtain the required density. All joints shall have the same texture as other sections of the course and meet the requirements for smoothness and grade. The roller shall not pass over the unprotected end of the freshly laid mixture except when necessary to form a transverse joint. When necessary to forma transverse joint, it shall be made by means of placing a bulkhead or by tapering the course. The tapered edge shall be cut back to its full depth and width on a straight line to expose a -� vertical face prior to placing the adjacent lane. In both methods, all contact surfaces shall be given a tack coat of bituminous material before placing any fresh mixture against the joint. Longitudinal joints which are irregular, damaged, uncompacted, or otherwise defective shall be cut back to expose a clean, sound surface for the full depth of the course. All contact surfaces shall be given a tack coat of bituminous material prior to placing any fresh mixture against the joint. MATERIAL ACCEPTANCE 401-5.1 ACCEPTANCE SAMPLING AND TESTING. Unless otherwise specified, all acceptance sampling and testing necessary to determine conformance with the requirements specified in this section will be performed by the Engineer at no cost to the Contractor. Testing organizations performing these tests shall meet the requirements of ASTM D 3666. All equipment in Contractor furnished laboratories shall be calibrated by the testing organization prior to the start of operations. -401-12 P401 AC 150/5370-10A includes changes_thru CHG 12 a. Plant -Produced Material. Plant -produced material shall be tested for stability, flow, and air voids on a r lot basis. Sampling shall be from material deposited into trucks at the plant or from trucks at the job site. A lot will consist of: - one day's production not to exceed 2,000 tons (1 814 000 kg), or - a half day's production where a day's production is expected to consist of between 2,000 and 4,000 tons (1 814 000 and 3 628 000 kg), or - similar subdivisions for tonnages over 4,000 tons (3 628 000 kg). Where more than one plant is simultaneously producing material for the job, the lot sizes shall apply separately for ,. each plant. (1) Sampling. Each lot will consist of four equal sublots. Sufficient material for preparation of test specimens for all testing will be sampled by the Engineer on a random basis, in accordance with the procedures contained in ASTM D 3665. One set of laboratory compacted specimens will be prepared for each sublot in accordance with ASTM D 1559, paragraph 4.5, at the number of blows required by paragraph 401-3.2, Table 1. Each set of laboratory compacted specimens will consist of three test portions prepared from the same sample increment. The sample of bituminous mixture shall be put in a covered metal tin and placed in an oven for not less than 30 minutes nor more than 60 minutes to stabilize to compaction temperature. The compaction temperature of the specimens should be as specified in the job mix formula. (2) Testing. Sample specimens shall be tested for stability and flow in accordance with ASTM D 1559, paragraph 5. Air voids will be determined by the Engineer in accordance with ASTM D 3203. Prior to testing, the bulk specific gravity of each test specimen shall be measured by the Engineer in accordance with ASTM D 2726 using the procedure for laboratory -prepared thoroughly dry specimens, or ASTM D 1188, whichever is applicable, for use in computing air voids and pavement density. For air voids determination, the theoretical maximum specific gravity of the mixture shall be measured for each sublot in accordance with ASTM D 2041, Type C, D, or E container. The value used in the air voids computation for each sublot shall be based on the maximum specific gravity measurement for the sublot. The stability and flow for each sublot shall be computed by averaging the results of all test specimens representing that sublot. (3) Acceptance. Acceptance of plant produced material for stability, flow, and air voids shall be determined by the Engineer in accordance with the requirements of paragraph 401-5.2b. b. Field Placed Material. Material placed in the field shall be tested for mat and joint density on a lot basis. (1) Mat Density. The lot size shall be the same as that indicated in paragraph 401-5.1.a and shall be divided into four equal sublots. One core of finished, compacted materials shall be taken by the Contractor from each sublot. Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D 3665. Cores shall not betaken closer than one foot from a transverse or longitudinal joint. (2) Joint Density. The lot size shall be the total length of longitudinal joints constructed by a lot of material as defined in paragraph 401-5.1a. The lot shall be divided into four equal sublots. One core of finished, ,,,.. compacted materials shall be taken by the Contractor from each sublot. Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D 3665. (3) Sampling. Samples shall be neatly cut with a core drill. The cutting edge of the core drill bit shall be of hardened steel or other suitable material with diamond chips embedded in the metal cutting edge. The minimum diameter of the sample shall be three inches. Samples that are clearly defective, as a result of sampling, low 401-13 AC 150/5370-10A includes changes thru CHG 12 P-401 shall be discarded and another sample taken. The Contractor shall furnish all tools, labor, and materials for cutting samples and filling the cored pavement. Cored holes shall be filled in a manner acceptable to the Engineer and within one day after sampling. (4) Testing. The bulk specific gravity of each cored sample will be measured by the Engineer in accordance with ASTM D 2726 or ASTM D 1188, whichever is applicable. The percent compaction (density) of each sample will be determined by dividing the bulk specific gravity of each sublot sample by the average bulk specific gravity of all laboratory prepared specimens for the lot, as determined in paragraph 401-5.1 a(2). (5) Acceptance. Acceptance of field placed material for mat density will be determined by the Engineer in accordance with the requirements of paragraph 401-5.2c. Acceptance for joint density will be determined in accordance with the requirements of paragraph 401-5.2d. c. Partial Lots - Plant -Produced Material. When operational conditions cause a lot to be terminated before the specified number of tests have been made for the lot, or when the Contractor and Engineer agree in writing to allow overages or other minor tonnage placements to be considered as partial lots, the following procedure will be used to adjust the lot size and the number of tests for the lot. The last batch produced where production is halted will be sampled, and its properties shall be considered as representative of the particular sublot from which it was taken. Where three sublots are produced, they shall constitute a lot. Where one or two sublots are produced, they shall be incorporated into the next lot, and the total number of sublots shall be used in the acceptance plan calculation, i.e., n = 5 or n = 6, for example. d. Partial Lots - FieId Placed Material. The lot size for field placed material shall correspond to that of the plant material, except that, in no cases, less than (3) cored samples shall be obtained for the acceptance plan calculations, i.e., n = 3. 401-5.2 ACCEPTANCE CRITERIA. a. General. Acceptance will be based on the following characteristics of the bituminous mixture and completed pavement as well as the implementation of the Contractor's Quality Control plan and test results: (1) Stability (4) Mat density (7) Smoothness (2) Flow (5) Joint density (8) Grade (3) Air voids (6) Thickness Stability, flow, air voids, mat density, and joint density will be evaluated for acceptance on a lot basis using the method of estimating percentage of material within specification limits (PWL). Acceptance using PWL considers the variability (standard deviation) of the material and the testing procedures, as well as the average (mean) value of the test results to calculate the percentage of material that is above the lower specification tolerance limit (L) or below the upper specification tolerance limit (U). Thickness will be evaluated by the Engineer for compliance in accordance with paragraph 401-5.2.f(4). Acceptance for smoothness will be based on the criteria contained in paragraph 401-5.2f(5). Acceptance for grade will be based on the criteria contained in paragraph 401-5.2f(6). The Engineer may at any time, not withstanding previous plant acceptance, reject and require the Contractor to dispose of any batch of bituminous mixture which is rendered unfit for use due to contamination, segregation, incomplete coating of aggregate, or improper mix temperature. Such rejection may be based on only visual inspection or temperature measurements. In the event of such rejection, the Contractor may take a representative sample of the rejected material in the presence of the Engineer, and, if it can be demonstrated in the laboratory, in the presence of the Engineer, that such material was erroneously rejected, payment will be made for the material at the contract unit price. 401-14 P401 AC 150/5370-10A includes changes thru CHG 12 b. Stability, Flow, and Air Voids. Evaluation for acceptance of each lot of plant -produced material for stability, flow, and air voids shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher. c. Mat Density. Evaluation for acceptance of each lot of in-place pavement for mat density shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher. d. Joint Density. Evaluation for acceptance of each lot of in-place pavement. for joint density shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher. e. Percentage of Material Within Specification Limits (PWL). The percentage of material within specification limits (PWL) shall be determined in accordance with procedures specified in Section 110 of the General Provisions. The specification tolerance limits (L) and (U) are contained in Table 5. f. Acceptance Criteria. (1) Mat Density and Air Voids. If the PWL of the lot equals or exceeds 90 percent, the lot shall be acceptable. Acceptance and payment for the lot shall be determined in accordance with paragraph 401-8.1. (2) Stability and Flow. If the PWL of the lot equals or exceeds 90 percent, the lot shall be acceptable. If the PWL is less than 90 percent, the Contractor shall determine the reason and take corrective action. If the PWL is below 80 percent, the Contractor must stop production and make adjustments to the mix. (3) Joint Density. If the PWL of the lot equals or exceeds 90 percent, the Iot shall be acceptable. If the PWL is less than 90 percent, the Contractor shall evaluate the method of compacting joints. If the PWL is below 80 percent, the Contractor shall stop production until the reason for poor compaction can be determined. (4) Thickness. Thickness shall be evaluated for compliance by the Engineer to the requirements shown on the plans. Measurements of thickness shall be made by the Engineer using the cores extracted for each sublot for density measurement. (5) Smoothness. The finished surfaces of the pavement shall not vary more than [ ] for the [surface] [base] course. Each lot shall be evaluated with a 12 -foot (3.6 m) straightedge. The lot size shall be [ J square yards (square meters). Measurements will be made perpendicular and parallel to the centerline at distances not to exceed 50 feet (15.2 m). When more than 15 percent of all measurements within a lot exceed the specified tolerance, the Contractor shall remove the deficient area and replace with new material. Sufficient material shall be removed to allow at least one inch of asphalt concrete to be placed. Skin patching shall not be permitted. High points may be ground off. (6) Grade. The finished surface of the pavement shall not vary from the gradeline elevations and cross sections shown on the plans by more than 1/2 inch (12.70 mm). The finished grade of each lot will be determined by running levels at intervals of 50 feet (15.2 m) or less longitudinally and transversely to determine the elevation of the completed pavement. The lot size shall be [ ] square yards (square meters). When more than 15 percent of all the measurements within a lot are outside the specified tolerance, the Contractor shall remove the deficient area and replace with new material. Sufficient material shall be removed to allow at least one inch of asphalt concrete to be placed. Skin patching for correcting low areas shall not be permitted. High points may be ground off. *-., 401-15 AC 150/5370-10A includes changes thru CHG 12 P-401 TABLE 5. ACCEPTANCE LIMITS STABILITY, FLOW, AIR VOIDS, DENSITY Pavements Designed for Aircraft Pavements Designed for Gross Weights of 60,000 Lbs. or Aircraft Gross Weights Less Test Property More or Tire Pressures of 100 Than 60,000 Lbs. or Tire Psi or More I Pressures Less Than 100 Psi Number of Blows 75 50 Specification Tolerance Limit S ecification Tolerance Limit L I U I L I U Stability, pounds 1800 --- 1000 -- Flow, 0.01 in. 8 16 8 20 Air Voids Total Mix, percent 2 5 2 5 Mat Density, percent 96.3 --- 96.3 Joint Densitv, percent 93.3 --- 93.3 -- 401-5.3 RESAMPLING PAVEMENT. a. General. Resampling of a lot of pavement for mat density will be allowed if the Contractor requests, in =' writing, within 48 hours after receiving the written test results from the Engineer. A retest will consist of all the sampling and testing procedures contained in paragraphs 401-5.1b and 401-5.2c. Only one resampling per lot will be permitted. (1) A redefined PWL shall be calculated for the resampled lot. The number of tests used to calculate the redefined PWL shall include the initial tests made for that lot plus the retests. (2) The cost for resampling and retesting shall be borne by the Contractor. b. Payment for Resampled Lots. The redefined PWL for a resampled lot shall be used to calculate the payment for that lot in accordance with Table 6. c. Outliers. If the tests within a lot include a very large or a very small value which appears to be outside the normal limits of variation, check for an outlier in accordance with ASTM E 178, at a significance level of 5 percent, to determine if this value should be discarded when computing the PWL. [401-5.4 LEVELING COURSE.TAny course used for truing and leveling shall meet the requirements of -. paragraph 401-3.2 and 5.2b, but shall not be subject to the density requirements of paragraph 401-5.2c and d. The leveling course shall be compacted with the same effort used to achieve density of the test section. The truing and leveling course shall not exceed a nominal thickness of 1-1/2 inches (37.5 mm).] 401-16 P-401 AC 150/5370-10A includes chary es thru CHG 12 CONTRACTOR QUALITY CONTROL 401-6.1 GENERAL. The Contractor shall develop a Quality Control Program in accordance with Section 100 of the General Provisions. The program shall address all elements which effect the quality of the pavement including, but not limited to: a. Mix Design f. -..Mixing and Transportation b. Aggregate Grading Vh.Joints and Finishing c. Quality of Materials d. Stockpile Management tion e. Pro ortionin smoothness 401-6.2 TESTING LABORATORY. The Contractor shall provide a fully equipped asphalt laboratory located at the plant or job site. It shall be available for joint use by the Contractor for quality control testing and by the Engineer for acceptance testing and must have adequate equipment for the performance of the tests required by these specifications. The Engineer shall have priority in use of the equipment necessary for acceptance testing. The effective working area of the laboratory shall be a minimum of 150 square feet (14 square meters) with a ceiling height of not less than 7.5 feet (2.3 meters). Lighting shall be adequate to illuminate all working areas. It shall be equipped with heating and air conditioning units to maintain a temperature of 70 degrees F + 5 degrees (21 degrees C + 2.3 degrees C). Laboratory facilities shall be kept clean and all equipment shall be maintained in proper working condition. The Engineer shall be permitted unrestricted access to inspect the Contractor's laboratory facility and witness quality control activities. The Engineer will advise the Contractor in writing of any noted deficiencies concerning the laboratory facility, equipment, supplies, or testing personnel and procedures. When the deficiencies are serious enough to be adversely affecting test results, the incorporation of the materials into the work shall be suspended immediately and will not be permitted to resume until the deficiencies are satisfactorily corrected. 401-6.3 QUALITY CONTROL TESTING. The Contractor shall perform all quality control tests necessary to control the production and construction processes applicable to these specifications and as set forth in the Quality Control Program. The testing program shall include, but not necessarily limited to, tests for the control of asphalt content, aggregate gradation, temperatures, aggregate moisture, field compaction, and surface smoothness. A Quality Control Testing Plan shall be developed as part of the Quality Control Program. a. Asphalt Content. A minimum of two extraction tests shall be performed per lot in accordance with ASTM D 2172 or ASTM D 6307 for determination of asphalt content. The weight of ash portion of the extraction test, as described in ASTM D 2172, shall be determined as part of the first extraction test performed at the beginning of plant production; and as part of every tenth extraction test performed thereafter, for the duration of plant production. The last weight of ash value obtained shall be used in the calculation of the asphalt content for the mixture. The use of the nuclear method for determining asphalt content in accordance with ASTM D 4125 is permitted, provided that it is calibrated for the specific mix being used. b. Gradation. Aggregate gradations shall be determined a minimum of twice per lot from mechanical analysis of extracted aggregate in accordance with AASHTO T 30 and ASTM C 136 (Dry Sieve). When asphalt content is determined by the nuclear method, aggregate gradation shall be determined from hot bin samples on batch plants, or from the cold feed on drum mix or continuous mix plants, and tested in accordance with ASTM C 136 (dry sieve) using actual batch weights to determine the combined aggregate gradation of the mixture. -401-17 AC 150/5370-10A includes changes thru CHG 12 P-401 c. Moisture Content of Aggregate. The moisture content of aggregate used for production shall be determined a minimum of once per lot in accordance with ASTM C 566. d. Moisture Content of Mixture. The moisture content of the mixture shall be determined once per lot in accordance with ASTM D 1461. e. Temperatures. Temperatures shall be checked, at least four times per lot, at necessary locations to determine the temperatures of the dryer, the bitumen in the storage tank, the mixture at the plant, and the mixture at the job site. f. In -Place Density Monitoring. The Contractor shall conduct any necessary testing to ensure that the specified density is being achieved. A nuclear gauge may be used to monitor the pavement density in accordance with ASTM D 2950. g. Additional Testing. Any additional testing that the Contractor deems necessary to control the process may be performed at the Contractor's option. h. Monitoring. The Engineer reserves the right to monitor any or all of the above testing. 401-6.4 SAMPLING. When directed by the Engineer, the Contractor shall sample and test any material which appears inconsistent with similar material being sampled, unless such material is voluntarily removed and replaced or deficiencies corrected by the Contractor. All sampling shall be in accordance with standard procedures specified. 401-6.5 CONTROL CHARTS. The Contractor shall. maintain linear control charts both for individual measurements and range (i.e., difference between highest and lowest measurements) for aggregate gradation and asphalt content. Control charts shall be posted in a location satisfactory to the Engineer and shall be kept current. As a minimum, the control charts shall identify the project number, the contract item number, the test number, each test parameter, the Action and Suspension Limits applicable to each test parameter, and the Contractor's test results. The Contractor shall use the control charts as part of a process control system for identifying potential problems and assignable causes before they occur. If the Contractor's projected data during production indicates a problem and the Contractor is not taking satisfactory corrective action, the Engineer may suspend production or acceptance of the material. a. Individual Measurements. Control charts for individual measurements shall be established to maintain process control within tolerance for aggregate gradation and asphalt content. The control charts shall use the job mix formula target values as indicators of central tendency for the following test parameters with associated Action and Suspension Limits: CONTROL CHART LIMITS FOR INDIVIDUAL MEASUREMENTS Sieve Action Limit Suspension Limit 3/4 inch (19.0 mm) 0% 0% 1/2 inch (12.5 mm) +/-6% +/-9% 3/8 inch (9.5 mm) 6% +/-9% No. 4 (4.75 mm) +/-6% +/-9% No. 16 (1.18 mm) +/-5% +/-7.5% No. 50 (0.30 mm) +/-3% +/-4.5% No. 200 (0.075 mm) +/-2% +/-3% Asphalt Content +/-0.45% +/-0.70% b. Range. Control charts for range shall be established to control process variability for the test parameters and Suspension Limits listed below. The range shall be computed for each lot as the difference between the two test results for each control parameter. The Suspension Limits specified below are based on a sample size of n = 2. 401-18 L p401 AC 15015370-10A includes changes thru CHG 12 Should the Contractor elect to perform more than two tests per lot, the Suspension Limits shall be adjusted by multiplying the Suspension Limit by 1.18 for n = 3 and by 1.27 for n = 4. CONTROL CHART LIMITS BASED ON RANGE (Based on n = 2) Sieve Suspension Limit 1/2 inch (12.5 nun) 11 percent e 3/8 inch (9.5 mm) 11 percent No. 4 (4.75 mm) 11 percent No. 16 (1.18 mm) 9 percent No. 50 (0.30 mm) 6 percent No. 200 (0.075 mm) 3.5 percent Asphalt Content 0.8 percent �*- c. Corrective Action. The Quality Control Plan shall indicate that appropriate action shall be taken when the process is believed to be out of tolerance. The Plan shall contain sets of rules to gauge when a process is out of control and detail what action will be taken to bring the process into control. As a minimum, a process shall be deemed out of control and production stopped and corrective action taken, if. (1) One point falls outside the Suspension Limit line for individual measurements or range; or (2) Two points in a row fall outside the Action Limit line for individual measurements. METHOD OF MEASUREMENT 401-7.1 MEASUREMENT. Plant mix bituminous concrete pavement shall be measured by the number of tons (kg) of bituminous mixture [and the number of tons (kg) of bituminous material] used in the accepted work. Recorded batch weights or truck scale weights will be used to determine the basis for the tonnage. [The weight of bituminous material shall be adjusted in accordance with the percentage of bitumen as determined in paragraph 401-6.3a.] BASIS OF PAYMENT 401-8.1 PAYMENT. Payment for an accepted lot of bituminous concrete pavement shall be made at the contract unit price per ton (kg) for bituminous mixture [and bituminous material] adjusted according to paragraph 401-8.1a, subject to the limitation that: The total project payment for plant mix bituminous concrete pavement shall not exceed [ J percent of the product of the contract unit price and the total number of tons (kg) of bituminous mixture [,and [ ] 401-19 AC 150/5370-10A includes changes thru CHG 12 P-401 percent of the product of the contract unit price and the number of tons (kg) of bituminous material] used in the accepted work (See Note 2 under Table 6). The price shall be compensation for furnishing all materials, for all preparation, mixing, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. a. Basis of Adjusted Payment. The pay factor for each individual lot shall be calculated in accordance with Table 6. A pay factor shall be calculated for both mat density and air voids. The lot pay factor shall be the higher of the two values when calculations for both mat density and air voids are 100 percent or higher. The lot pay factor shall be the product of the two values when only one of the calculations for either mat density or air voids is 100 percent or higher. The lot pay factor shall be the lower of the two values when calculations for both mat density and air voids are less than 100 percent . [The lot pay factor shall apply to both the bituminous mixture and the bituminous material.] TABLE 6. PRICE ADJUSTMENT SCHEDULE' Percentage of Material Within Specification LimitsI Lot Pay Factor (Percent of Contract Unit Price) W - (P) 96-100 106 90-95 PWL + 10 75-89 0.5PWL + 55 55-74 1.4PWL — 12 Below 55 Reiect Z ALTHOUGH IT IS THEORETICALLY POSSIBLE TO ACHIEVE A PAY FACTOR OF 106 PERCENT FOR EACH LOT, ACTUAL PAYMENT ABOVE 100 PERCENT SHALL BE SUBJECT TO THE TOTAL PROJECT PAYMENT LIMITATION SPECIFIED IN PARAGRAPH 401-8.1. Z The lot shall be removed and replaced. However, the Engineer may decide to allow the rejected lot to remain. In that case, if the Engineer and Contractor agree in writing that the lot shall not be removed, it shall be paid for at 50 percent of the contract unit price AND THE TOTAL PROJECT PAYMENT LIMITATION SHALL BE REDUCED BY THE AMOUNT WITHHELD FOR THE REJECTED LOT. For each lot accepted, the adjusted contract unit price shall be the product of the lot pay factor for the lot and the contract unit price. Payment shall be subject to the total project payment limitation specified in paragraph 501-8.1. Payment in excess of 100 percent for accepted lots of bituminous concrete pavement shall be used to offset payment for accepted lots of bituminous concrete pavement that achieve a lot pay factor less than 100 percent. b. Payment. Payment will be made under: Item P -401-8.1a Bituminous [Surface] [Base] Course --per ton (kg) [Item P -401-8.1b Bituminous Material --per ton (kg)) 401-20 P-401 AC 150/5370-10A includes changes thru CHG 12 TESTING REQUIREMENTS ASTM C 29 Unit Weight of Aggregate ASTM C 88 Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C 117 Test Method for Materials Finer than 75 -um (No.200) Sieve in Mineral Aggregates by Washing ASTM C 131 Resistance to Abrasion of Small Size Coarse Aggregate by Use of the Los Angeles Machine ASTM C 136 Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C 183 Sampling Hydraulic Cement ASTM C 566 Total Moisture Content of Aggregate by Drying ASTM D 75 Sampling Aggregates ASTM D 995 Requirements for Mixing Plants for Hot -Mixed Hot -Laid Bituminous Paving Mixtures ASTM D 118 Bulk Specific Gravity of Compacted Bituminous Mixtures Using Paraffin -Coated Specimens ASTM D 1461 Moisture or Volatile Distillates in Bituminous Paving Mixtures ASTM D 1559 Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus ASTM D 2041 Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures ASTM D 2172 Quantitative Extraction of Bitumen from Bituminous Paving Mixtures ASTM D 2419 Sand Equivalent Value of Soils and Fine Aggregate ASTM D 2489 Degree of Particle Coating of Bituminous -Aggregate Mixtures ASTM D 2726 Bulk Specific Gravity of Compacted Bituminous Mixtures Using Saturated Surface -Dry Specimens ASTM D 3203 Percent Air Voids in Compacted Dense and Open Bituminous Paving Mixtures ASTM D 2950 Density of Bituminous Concrete in Place by Nuclear Method ASTM D 3665 Random Sampling of Paving Materials ASTM D 3666 Inspection and Testing Agencies for Bituminous Paving Materials ASTM D 4125 Asphalt Content of Bituminous Mixtures by the Nuclear Method ASTM D 4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils ASTM D 4791 Flat or Elongated Particles in Coarse Aggregate ASTM D 4867 Effect of Moisture on Asphalt Concrete Paving Mixtures ASTM D 6307 Asphalt Content of Hot Mix Asphalt by Ignition Method. .. ASTM E 178 Practice for Dealing With Outlying Observations 401-21 AC 150/5370-10A includes changes thru CHG 12 P-401 AASHTO T 30 Mechanical Analysis of Extracted Aggregate The Asphalt Institute's Mix Design Methods for Asphalt Concrete Manual No. 2 (MS -2) The Asphalt Institute's Hot -Mix Recycling Manual No. 20 (MS -20) MATERIAL REQUIREMENTS ASTM D 242 Mineral Filler for Bituminous Paving Mixtures ASTM D 946 Asphalt Cement for Use in Pavement Construction ASTM D 3381 Viscosity -Graded Asphalt Cement for Use in Pavement Construction ASTM D 4552 Classifying Hot -Mix Recycling Agents 401-22 No Text 'i z 4 t r 8.. 9. 10. Par, Oak ;raph 501-2.3 CEMENT. In the ,.first sentence, insert "C150 into the first blank .space ded and "I" into the, second. bland space provided. No Text No Text No Text 011lowing new paragraphs: REPAIRS OP General' broken slabs, random cracks, nonworking contraction joints near cracks, and spalls along joints and cracks shall be replaced or repaired as ' specified spec: i hereinafter at no cost to the 110, wner. 7 sin concrete lIfial-'6ra6kends the -core 'bits 'shall b'e's7,o,,,,,vos'.itioned that the core a, i e not more than 3 inches of the crack andblasting and s shall be used to remove any fines near the apparent ends of the .rate determination of ends of the crack. All fines, dust, and other wall of the cored holesshall be ieffi6v6d by scrubbing with a stiff- ed by"washing 'and dewatering of the core hole. These core holes epoxy -resin concrete. A prime coat of epoxy -resin binder thinned to 7 parts epoxy binder, by volume, 'shall be applied and'brushed l Of the core holeplacement Of e epoxy -resin concrete shall be rime coat becomes stringy or approaches dry to touch. The ,shall be placed in layers not over 6 inches thick. The time interval V1 08 011lowing new paragraphs: REPAIRS OP General' broken slabs, random cracks, nonworking contraction joints near cracks, and spalls along joints and cracks shall be replaced or repaired as ' specified spec: i hereinafter at no cost to the 110, wner. 7 sin concrete lIfial-'6ra6kends the -core 'bits 'shall b'e's7,o,,,,,vos'.itioned that the core a, i e not more than 3 inches of the crack andblasting and s shall be used to remove any fines near the apparent ends of the .rate determination of ends of the crack. All fines, dust, and other wall of the cored holesshall be ieffi6v6d by scrubbing with a stiff- ed by"washing 'and dewatering of the core hole. These core holes epoxy -resin concrete. A prime coat of epoxy -resin binder thinned to 7 parts epoxy binder, by volume, 'shall be applied and'brushed l Of the core holeplacement Of e epoxy -resin concrete shall be rime coat becomes stringy or approaches dry to touch. The ,shall be placed in layers not over 6 inches thick. The time interval teen placement of d. Nonwc M rtion of the jomt snap be mien with epoxy -resin )ut and 50'1-g e i M rtion of the jomt snap be mien with epoxy -resin )ut and 50'1-g r. 4 32. 4 a 31. 32. 33. 9 sus 5/20/94 AC 15015370.10A CHG 7 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT DESCRIPTION 501-1.1 This work shall consist of pavement composed of portland cement concrete, [with. reinforcement] [with- out reinforcement] constructed on a prepared underlying surface in accordance with these specifications and shall --form to the lines_ Qrades. thicimess, and typical cross sections shown on the plans. MATERIALS 501-2.1 AGGREGATES. a. Reactivity. Aggregate shall be free of substances that are deleteriously reactive with the alkalies in the cement in an amount sufficient to cause excessive expansion of the concrete. Acceptable aggregate shall be based on satisfactory evidence furnished by the Contractor that the aggregate is free from such materials. This evidence shall include service records of concrete of comparable properties under similar conditions of exposure and/or cer- tified records of tests by a testing laboratory that meets the requirements of ASTM C 1077. Tests shall be made in accordance with [ASTM C 2271 [ASTM C 295 and ASTM C 289]. b. Fine Aggregate. Fine aggregate shall conform to the requirements of ASTM C 33. Gradation shall meet the requirements of Table 1 when tested in accordance with ASTM C 136, except as may otherwise be qualified under Section 5 of ASTM C 33. 501 — 1 AC 150/5370-IOA CHG 7 5/20/94 TABLE L GRADATION FOR FINE AGGREGATE ASTM C 33 Sieve Designation (square openings) Pen entage by Weight Passing sieves 3/s in. (9.5 mm) 100 No. 4 (4.75 mm) 95-100 No. 8 (2.36 mm) 80-100 No. 16 (1.18 mm) 50-85 No. 30 (600 micro -m) 25-60 No. 50 (300 micro -m) 10-30 No. 100 (150 micro -m) 2-10 c. Coarse Aggregate. Coarse aggregate shall conform to the requirements of ASTM C 33. Gradation, with- in the separated size groups, shall meet the requirements of Table 2 when tested in accordance with ASTM C 136. When the nominal maximum size of the aggregate is greater than 1 inch, the aggregates shall be furnished in two size groups. Aggregates delivered to the mixer shall consist of crushed stone, crushed or uncrushed gravel, air-cooled blast fur- nace slag, crushed recycled concrete pavement, or a combination thereof. The aggregate shall be composed of clean, hard, uncoated particles and shall meet the requirements for deleterious substances contained in ASTM C 33, Class 1 1. Dust and other coating shall be removed from the aggregates by washing. The aggregate in any size group shall not contain more than 8 percent by weight of flat or elongated pieces when tested in accordance with ASTM D 4791. A flat or elongated particle is one having a ratio between the maximum and the minimum dimen- sions of a circumscribing rectangular prism exceeding 5 to 1. The percentage of wear shall be no more than [ ] when tested in accordance with ASTM c: 131 or pb-IM C 535. 501-2 5/20/34 AC 150/5370.10A CHG 7 TABLE 2. GRADATION FOR COARSE AGGREGATE ASTM C 33 Sieve Debl$n3now (sq== gpeninp) in. mm y 21fa 63 2 50.8 11/2 38.1 1 25.0 3/4 19.0 1/i 12.5 3/s 9.5 No.4 4.75 No.8 2.36 501-2.2 CEMENT. Cement shall conform to the requirements of ASTM [ ] Type [ I. 501 — 3 AC 150/5370-10A CHG 7 5/20/94 If for any reason, cement becomes partially set or contains lumps of caked cement, it shall be rejected. Cement salvaged from discarded or used bags shall not be used. 501-23 CEMENTITIOUS MATERIALS. a. Fly Ash. Fly ash shall meet the requirements of ASTM C 618, Class C, F, or N with the exception of loss of ignition, where the maximum shall be less than 6 percent for Class F or N. [The supplementary optional chemical and physical properties of Tables 1A and 2A contained in ASTM C 618 shall apply.] b. Blast Furnace Slag. Ground blast furnace slag shall meet the requirements of ASTM C 989, Grade 100 or 120. 501-2.4 PREMOLDED JOINT FILLER. Premolded joint filler for expansion joints shall conform to the re- quirements of [ASTM D 1751) [ASTM D 1752, Type II or III] and shall be punched to admit the dowels where called for on the plans. The filler for each joint shall be furnished in a single piece for the full depth and width required for the joint, unless otherwise specked by the Engineer. When the use of more than one piece is required for a joint, the abutting ends shall be fastened securely and held accurately to shape by stapling or other positive fastening means satisfactory to the Engineer. 501-2.5 JOINT SEALER. The joint sealer for the joints in the concrete pavement shall meet the requirements of Item P-605 and shall be of the type(s) specified in the plans. 501-2.6 STEEL REINFORCEMENT. Reinforcing shall consist off ] conforming to the requirements of ASTM [ I. 501-4 FM 5/20!94 AC 150/5370-10A CHG 7 op•, 501-2.7 DOWEL AND TIE BARS. Tie bars shall be deformed steel bars and conform to the requirements of ASTM A 615, ASTM A 616, or ASTM A 617, except that rail steel bars, Grade 50 or 60, shall not be used for tie bars that are to be bent or restraightened during construction. Tie bars designated as Grade 40 in ASTM A 615 can be used for construction requiring bent bars. .�• Dowel bars shall be plain steel bars conforming to ASTM A 615, ASTM A 616 or ASTM A 617 and shall be free from burring or other deformation restricting slippage in the concrete. High strength dowel bars shall conform to ASTM A 714, Class 2, Type S, Grade I, II or III, Bare Finish Before delivery to the construction site each dowel bar shall be painted on all surfaces with one coat of paint meeting Federal Specification TT -P-664. If plastic or epoxy -coated steel dowels are used no paint coating is required, except when specified for a particular situation on the plans. Coated dowels shall conform to the requirements of AASHTO M 254. The sleeves for dowel bars used in expansion joints shall be metal or other type of an approved design to cover 2 to 3 inches (50 nun to 75 mm) of the dowel, with a closed end and with a suitable stop to hold the end of the bar at least 1 inch (25 mm) from the closed end of the sleeve. Sleeves shall be of such design that they will not collapse during construction 501-2.8 WATER Water used in mixing or curing shall be clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product. Water will be tested in accordance with the requirements of AASHTO T 26. Water known to be of potable quality may be used without testing. 501-2.9 COVER MATERIAL FOR CURING. Curing materials shall conform to one of the following specifications: a. Liquid membrane -forming compounds for curing concrete shall conform to the requirements of ASTM C 309, Type 2, Class B b. White polyethylene film for curing concrete shall conform to the requirements of ASTM C 171. c- White burlap -polyethylene sheeting for curing concrete shall conform to the requirements of ASTM C 171. d. Waterproof paper for curing concrete shall conform to the requirements of ASTM C 171. 501-2.10 ADMIXTURES. The use of arty material added to the concrete mix shall be approved by the Engineer. The Contractor shall submit certificates indicating that the material to be furnished meets all of the requirements indicated below. In addition, the Engineer may require the Contractor to submit complete test data from an approved laboratory showing that the material to be furnished meets all of the requirements of the cited specifications. Subsequent tests may be made of samples taken by the Engineer from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. a. Air -Entraining Admixtures. Air -entraining admixtures shall meet the requirements of ASTM C 260 and shall consistently entrain the air content in the specified ranges under field conditions. The air -entrainment agent and arty water reducer admixture shall be compatible. b. Chemical Admixtures. Water -reducing, set retarding, and set -accelerating admixtures shall meet the requirements of ASTM C 494, including the flexural strength test. 501-2.11 EPDXY-RESIN. Epoxy -resin used to anchor dowels and tie bars in pavements shall conform to the requirements of ASTM C 881, Type I, Grade 3, Class C. Class A or B shall be used when the surface temperature of the hardened concrete is below 60 degrees F (16 degrees Q. 501 — 5 AC 150/5370-10A Chq 10 3/11/98 501-2.12 MATERIAL ACCEPTANCE. Prior to use of materials, the Contractor shall submit certified test reports to the Engineer for those materials proposed for use during construction. The certification shall show the appropriate ASTM test(s) for each material, the test results, and a statement that the material passed or failed. The Engineer may request samples for testing, prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications. MIX DESIGN 501-3.1 PROPORTIONS. Concrete shall be designed to achieve a 28 -day flexural strength that meets or exceeds the acceptance criteria contained in paragraph 501-5.2 for a flexural strength of [ ] psi. The mix shall be designed using the procedures contained in Chapter 7 of the Portland Cement Association's manual, "Design and Control of Concrete Mixtures". The Contractor shall note that to ensure that the concrete actually produced will meet or exceed the acceptance criteria for the specked strength, the mix design average strength must be higher than the specified strength. The amount of overdesign necessary to meet specification requirements depends on the producer's standard deviation of flexural test results and the accuracy which that value can be estimated from historic data for the same or similar materials. The minimum cementitious material (cement plus fly ash) shall be [ ] pounds per cubic yard ([ ] kg per cubic meter). The ratio of water to cementitious material, including free surface moisture on the aggregates but not including moisture absorbed by the aggregates shall not be more than [ ) by weight. Prior to the start of paving operations and after approval of all material to be used in the concrete, the Contractor shall submit a mix design showing the proportions and flexural strength obtained from the concrete at 7 and 28 days. The mix design shall include copies of test reports, including test dates, and a complete list of materials including type, brand, source, and amount of cement, fly ash, ground slag, coarse aggregate, fine aggregate, water, and admixtures. The fineness modulus of the fine aggregate and the air content shall also be shown. The mix design shall be submitted to the Engineer at least [ J days prior to the start of operations. Production shall not begin until the mix design is approved in writing by the Engineer. 9911 1 p 5/20194 AC 150/5370-70A CHG 7 Should a change in sources be made, or admixtures added or deleted from the mix, a new mix design must be ¢.., submitted to the Engineer for approvaL r Flexural strength test specimens shall be prepared in accordance with ASTM C 31 and tested in accordance with ASTM C 78. The mix determined shall be warkable concrete having a slump for side -form concrete between I and 2 inches (25 mm and 50 mm) as determined by ASTM C 143. For vibrated slip -form concrete, the slump shall be between 1R inch (13 mm) and 1 1/2 inches (38 mm). 501-3.2 CEMENTITIOUS MATERIALS. a. Fly Ash. Fly ash may be used in the mix design. When fly ash is used as a partial replacement for cement, the minimum cement content may be met by considering portiand cement plus fly ash as the total cementi- tious matenaL The replacement rate shall be determined from laboratory trial mixes, but shall not exceed [ ] percent by weight of the total cementitious material b. Ground Slag. Ground blast furnace slag may be used in a mix design containing Type I or Type 11 cement The slag, or slag plus fly ash if both are used, may constitute between 25 to 55 percent of the total cemen- titious material by weight. If the concrete is to be used for slipforming operations and the air temperaarre is ex- pected to be lower than 55 degrees F (13 degrees C) the percent slag shall not exceed 30 percent by weight 501-33 ADMIXTURES. a. Air -Entraining. Air -entraining admixture shall be added in such a manner that will insure uniform dis- tribution of the agent throughout the batch. The air content of freshly mix air -entrained concrete shall be based upon trial mixes with the materials to be used in the work adjusted to produce concrete of the required plasticity and workability. The percentage of air in the mix shall be [ ]. Air content shall be determined by testing in accordance with ASTM C 231 for gravel and stone coarse aggregate and ASTM C 173 for slag and other highly porous coarse aggregate. b. Chemical. Water -reducing, set -controlling, and other approved admixtures shall be added to the mix in the manner recommended by the manufacturer and in the amount necessary to comply with the specification re- quirements. Tests shall be conducted on trial mixes, with the materials to be used in the work, in accordance with r- ASTM C 494. 501 — 7 AC 150/5370-10A CHG 7 5/20/94 501-3.4 TESTING LABORATORY. The laboratory used to develop the mix design shall meet the require- ments of ASTM C 1077. A certification that it meets these requirements shall be submitted to the Engineer prior to the start of mix design and shall contain as a minimum: a. Qualifications of personnel; laboratory manager, supervising technician, and testing technicians. b. A statement that the equipment used in developing the mix design is in calibration. c. A statement that each test specified in developing the mix design is offered in the scope of the laboratory's services. d. A copy of the laboratory's -quality control system. CONSTRUCTION METHODS 5014.1 EQUIPMENT. The Contractor shall furnish all equipment and tools necessary for handling materials and performing all parts of the work. a. Batch Plant and Equipment. The batch plant and equipment shall conform to the requirements of ASTM C 94. b. Mixers and Transportation Equipment. (1) General. Concrete may be mixed at a central plant, or wholly or in part in truck mixers. Each mixer shall have attached in a prominent place a manufacturer's nameplate showing the capacity of the drum in terms of volume of mixed concrete and the speed of rotation of the mixing drum or blades. (2) Central Plant Macer. Central plant mixers shall conform to the requirements of ASTM C 94. -- 501 — 8 5/20194 AC 15015370-10A CHG 7 The mixer shall be examined daily for changes in condition due to accumulation of had concrete or mortar or wear of blades. The pickup and throwover blades shall be replaced when they have worn down 3/4 inch (19 mm) or more. The Contractor shall have a copy of the manufacturer's design on hand showing dimensions and arrange- ment of blades in reference to original height and depth. �^ (3) Truck Mixers and Truck Agitators. Truck mixers used for inixing and hauling concrete and truck agitators used for hauling central -mixed concrete shall conform to the requirements of ASTM C 94. (4) Nonagitator Trucks. Nonagitating hauling equipment shall conform to the requirements of ASTM C 94. c. Finishing Equipment. The finishing equipment shall be of sufficient weight and power for proper finish- ing of the concrete. The finishing machine shall be designed and operated to strike off, screed and consolidate the concrete such that laitance on the surface is less than 1/8 -inch (3 mm) thick. d. Vibrators. Vibrator shall be either internal type with immersed tube or multiple spuds, or surface type vibrating pan or screed. For pavements 8 inches (20 cm) or more thick internal vibrators shall be used They may be attached to the spreader or the finishing machine, or they may be mounted on a separate carriage. Operating frequency for internal vibrators shall be between 8,000 and 12,000 vibrations per minute. Average amplitude for internal vibrators shall be 0.025-0.05 inches (0.06-0.13 cm). For pavements less than 8 inches (20 cm) thick, vibrat- ing surface pans or screeds shall be allowed. Operating frequencies for surface vibrators shall be between 3,000 and 6,000 vibrations per minute. The number, spacing, and frequency shall be as necessary to provide a dense and homogeneous pavement. Adequate power to operate all vibrators shall be available on the paver. The vibrators shall be automatically controlled so that they shall be stopped as forward motion ceases. Hand "held vibrators may be used in irregular areas. e. Concrete Saws. The Contractor shall provide sawing equipment adequate in number of units and power to complete the sawing to the required dimensions. The Contractor shall provide at least one standby saw in good working order and a supply of saw blades at the site of the work at all times during sawing operations. f. Side Forms. Straight side forms shall be made of steel and shall be furnished in sections not less than 10 feet (3 m) in length. Forms shall have a depth equal to the pavement. thickness at the edge. Flexible or curved „ forms of proper radius shall be used for curves of 100 -foot (31 m) radius or less. Forms shall be provided with adequate devices for secure settings so that when in place they will withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment Forms with battered top surfaces and bent, twisted or broken forms shall not be used Built-up forms shall not be used, except as approved by the Engineer. The top face of the form shall not vary from a true plane more than 1/8 inch (3 mm) in 10 feet (3 m), and the upstanding leg shall not vary more than 1/4 inch (6 mm). The forms shall contain provisions for locking the ends of abutting sections together tightly for secure setting. Wood forms may be used under special conditions, when approved by the Engineer. g. Pavers. The paver shall be fully energized, self-propelled, and designed for the specific purpose of plac- ing, consolidating, and finishing the concrete pavement, true to grade, tolerances, and cross section. It shall be of -� sufficient weight and power to construct the maximum specified concrete paving lane width as shown in the plans, at adequate forward speed, without transverse, longitudinal or vertical instability or without displacement The paver shall be equipped, with electronic or hydraulic horizontal and vertical control devices. �^^ 501-4.2 FORM SETTING. Forms shall be set sufficiently in advance of the concrete placement to insure con- tinuous paving operation. After the forms have been set to correct grade, the underlying surface shall be thoroughly tamped, either mechanically or by hand, at both the inside and outside edges of the base of the forms. Forms shall ., be staked into place sufficiently to maintain the form in position for the method of placement_ Form sections shall be tightly locked and shall be free from play or movement in any direction. The forms shall not deviate from true line by more than 1/8 inch (3 mm) at any joint Forms shall be so set that they will withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Forms shall be cleaned and oiled prior to the placing of concrete. The alignment and grade elevations of the forms shall be checked and corrections made by the Contractor imme- diately before placing the concrete. 501 — 9 AC 150/5370-10A CHG 7 5/20/94 501-43 CONDITIONING OF ,UNDERLYING SURFACE, SLIP -FORM CONSTRUCTION. The compacted underlying surface on which the pavement will be placed shall be widened approximately 3 feet (1 m) to extend beyond the paving machine track to support the paver without any noticeable displacement. After the underlying surface has been placed and compacted to the required density, the areas which will support the paving machine and the area to be paved shall be trimmed or graded to the plan grade elevation and profile by means of a properly designed machine. The grade of the underlying surface shall be controlled by a positive grade control system using lasers, stringlines, or guide wires. If the density of the underlying surface is disturbed by the trimming operations, it shall be corrected by additional compaction and retested at the option of the Engineer before the concrete is placed except when stabilized subbases are being constructed. If damage occurs on a stabilized subbase, it shall be corrected full depth by the Contractor. If traffic is allowed to use the prepared grade, the grade shall be checked and corrected immediately before the placement of concrete. The prepared grade shall be moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from concrete. The underlying surface shall be protected so that it will be entirely free of frost when concrete is Dlaced. 501-4.4 CONDITIONING OF UNDERLYING SURFACE, SIDE -FORM AND FILL-IN LANE CON- STRUCTION. The prepared underlying surface shall be moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from the concrete. Damage caused by hauling or usage of other equipment shall be corrected and retested at the option of the Engineers. If damage occurs to a stabilized subbase, it shall be corrected full depth by the Contractor. A template shall be provided and operated on the forms immediately in advance of the placing of all concrete. The template shall be propelled only by hand and not attached to a tractor or other power unit Templates shall be adjustable so that they may be set and main- tained at the correct contour of the underlying surface. The adjustment and operation of the templates shall be such as will provide an accurate retest of the grade before placing the concrete thereon. All excess material shall be removed and wasted. Low areas shall be filled and compacted to a condition similar to that of the surrounding grade. The underlying surface shall be protected so that it will be entirely free from frost when the concrete is placed. The use of chemicals to eliminate frost in the underlying surface shall not be permitted. The template shall be maintained in accurate adjustment, at all .times by the Contractor, and shall be checked daily. 501-4.5 HANDLING, MEASURING, AND BATCHING MATERIAL. The batch plant site, layout, equip- ment, and provisions for transporting material shall assure a continuous supply of material to the work. Stockpiles shall be constructed in such a manner that prevents segregation and intermixing of deleterious materials. Aggregates that have become segregated or mixed with earth or foreign material shall not be used. All aggregates produced or handled by hydraulic methods, and washed aggregates, shall be stockpiled or binned for draining at least 12 hours before being batched. Rail shipments requiring more than 12 hours will be accepted as adequate binning only if the car bodies permit free drainage. Batching plants shall be equipped to proportion aggregates and bulk cement, by weight, automatically using interlocked proportioning devices of an approved type. When bulls cement is used, the Contractor shall use a suit- able method of handling the cement .from weighing hopper to transporting container or into the batch itself for transportation to the mixer, such as a chute, boot, or other approved device, to prevent loss of cement. The device shall be arranged to provide positive assurance that the cement content specified is present in each batch 501-4.6 MIXING CONCRETE. The concrete may be mixed at the work site, in a central mix plant or in truck mixers. The mixer shall be of an approved type and capacity. Mixing time shall be measured from the time all materials, except water, are emptied into the drum. All concrete shall be mixed and delivered to the site in accord- ance with the requirements of ASTM C 94. Mixed concrete from the central mixing plant shall be transported in truck mixers, truck agitators, or nonagitating trucks. The elapsed time from the addition of cementitious material to the mix until the concrete is deposited in place at the work site shall not exceed 30 minutes when the concrete is hauled in nonagitating trucks, nor 90 minutes when the concrete is hauled in truck mixers or truck agitators. Retempering concrete by adding water or by other means will not be permitted, except when concrete is delivered in transit mixers. With transit mixers additional water may be added to the batch materials and additional mixing performed to increase the slump to meet the specified requirements provided the addition of water is performed 501 -- 10 AC 150/5370-10A CHG 7 5120/94 within 45 minutes after the initial mining operations and provided the water/cementitious ratio specified in the mix °* design is not exceeded. 5014.7 LEffrATIONS ON WMaNG AND PLACING. No concrete shall be mixed, placed, or finished when the natural light is insufficient, unless an adequate and approved artificial lighting system is operated. a. Cold Weather. Unless authorized in writing by the Engineer, mixing and concreting operations shall be discontinued when a descending air temperature in the shade and away from artificial heat reaches 40 degrees F (4 degrees C) and shall not be resumed until an ascending air temperature in the shade anis away from artificial heat reaches 35 degrees F (2 degrees C). The aggregate shall be free of ice, snow, and frozen lumps before entering the mixer. The temperature of the mixed concrete shall not be less than 50 degrees F (10 degrees C) at the time of placement. Concrete shall not be placed on frozen material nor shall frozen aggregates be used in the concrete. When concreting is authorized during cold weather, water and/or the aggregates may be heated to not more than 150 degrees F (66 degrees C). The apparatus used shall heat the mass uniformly and shall be arranged to preclude the possible occurrence of overheated areas which might be detrimental to the materials. b. Hot Weather. During periods of hot weather when -the maximum daily air temperature exceeds 85 de- grees F (30 degrees C), the following precautions shall be taken. The forms and/or the underlying surface shall be sprinkled with water immediately before placing the concrete. The concrete shall be placed at the coolest temperature practicable, and in no case shall the temperature of the concrete when placed exceed 95 degrees F (35 degrees Q. The aggregates and/or mixing water shall be cooled as necessary to maintain the concrete temperature at or not more than the speed maximum. The finished surfaces of the newly laid pavement shall be kept damp by applying a water -fog or mist with approved spraying equipment until the pavement is covered by the curing medium. If necessary, wind screens shall be pro- vided* to protect the concrete from an evaporation rate in excess of 02 psf per hour as determined in accordance with Figure 2.1.5. in ACI 3058, Hot Weather Concreting, which takes into consideration relative humidity, wind velocity, and air temperature. "^ When conditions are such that problems with plastic cracking can be expected, and particularly if any plastic crack- ing begins to occur, the Contractor shall immediately take such additional measures as necessary to protect the concrete surface. Such measures shall consist of wind screens, more effective fog sprays, and similar measures com- mencing immediately behind the paver. If these measures are not effective in preventing plastic cracking, paving operations shall be immediately stopped. 501-4.8 PLACING CONCRETE. The Contractor has the option of side (fixed) form or slip -form paving. At any point in concrete conveyance, the free vertical drop of the concrete from one point to another or to the underly- ing surface shall not exceed 3 feet (1 m). Hauling equipment or other mechanical equipment can be permitted on adjoining previously constructed pavement �^* when the concrete strength reaches [a flexural strength of 550 psi] [a compressive strength of 3,500 psi], based on the average of four field cared specimens per 2,000 cubic yards of concrete placed. Subgrade and subbase planers, concrete pavers, and concrete finishing equipment may be permitted to ride upon the edges of previously constructed pavement when the concrete has attained a minimum flexural strength of 400 psi. 501 — 11 AC 150/5370-10A CHG 7 5/20/94 a. Side -form Method. For the side -form method, the concrete shall be deposited on the moistened grade to require as little rehandling as possible. finless truck mixers, truck agitators, or nonagitating hauling equipment are equipped with means for discharge of concrete without segregation of the materials, the concrete shall be placed and spread using an approved mechanical spreading device that prevents segregation of the materials. Placing shall be continuous between transverse joints without the use of intermediate bulkheads. Necessary hand spreading shall be done with shovels—not rakes. Workers shall not be allowed to walk in the freshly mixed concrete with boots or shoes coated with earth or foreign substances. Concrete shall be deposited as near to expansion and contraction joints as possible without disturbing them but shall not be dumped from the discharge bucket or hopper onto a joint assembly unless the hopper is centered above the joint assembly. Concrete shall be thoroughly consolidated against and along the faces of all forms and previously placed concrete and along the full length and on both sides of all joint assemblies by means of vibrators inserted in the concrete. Vibrators shall not be permitted to come in contact with a joint assembly, the grade, or a side form. In no case shall the vibrator be operated longer than 20 seconds in any one location, nor shall the vibrators be used to move the concrete. b. Slip -form Method. For the slip -form method, the concrete shall be placed with an approved crawler - mounted, slip -form paver designed to spread, consolidate and shape the freshly placed concrete in one complete TM pass of the machine so that a minimum of hand finishing will be necessary to provide a dense and homogeneous pavement in conformance with requirements of the plans and specifications. The concrete shall be placed directly on top of the joint assemblies to prevent them from moving when the paver moves over them. Side forms and finishing screeds shall be adjustable to the extent required to produce the specified pavement edge and surface tolerance. The side forms shall be of dimensions, shape, and strength to support the concrete laterally for a suffi- cient length of time so that no edge slumping exceeds the requirements of paragraph 501-5.2e(5). Final finishing shall be accomplished while the concrete is still in the plastic state. In the event that slumping or sloughing occurs behind the paver or if there are any other structural or surface defects which, in the opinion of the Engineer, cannot be corrected within permissible tolerances, paving operations shall be immediately stopped until proper adjustment of the equipment or procedures have been made. In the event that satisfactory procedures and pavement are not achieved after not more than 2,000 lineal feet (600 m) of single lane paving, the Contractor shall complete the balance of the work with the use of standard metal forms and the formed method of placing and curing. Any concrete not corrected to permissible tolerances shall be removed and replaced at the Contractor's expense. 501-4.9 STRIKE -OFF OF CONCRETE AND PLACEMENT OF REINFORCEMENT. Following the plac- ing of the concrete, it shall be struck off to conform to the cross section shown on the plans and to an elevation such that when the concrete is properly consolidated and finished, the surface of the pavement shall be at the ele- vation shown on the plans. When reinforced concrete pavement is placed iri 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 con- crete 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 ad- versely affect or reduce bond. Reinforcing steel with rust, mill scale or a combination of both will be considered satisfactory, provided the minimum dimensions, weight, and tensile properties of a hand wire -brushed test specimen are not less than the applicable ASTM specification requirements. 501-4.10 JOINTS. Joints shall be constructed as shown on the plans and in accordance with these requirements. All joints shall be 'constructed with their faces perpendicular to the surface of the pavement and finished or edged as shown on the plans. Joints shall not vary more than 1/2 inch (13 mm) from their designated position and shall _ be true to line with not more than 1/4 -inch (6 mm) variation in 10 feet (3 m). The surface across the joints shall be tested with a Contractor furnished 10 -foot (3 m) straightedge as the joints are finished and any irregularities in excess of 1/4 inch (6 mm) shall be corrected before the concrete has hardened. All joints shall be so prepared, finished, or cut to provide a groove of uniform width and depth as shown on the plans. 501 —12 5/20/94 AC 150/5370-1 OA CHG 7 a. Construction. Longitudinal construction joints shall be slip -formed or formed against side forms with or without keyways, as shown in the plans. Transverse construction joints shall be installed at the end of each day's placing operations and at any other points within a paving lane when concrete placement is interrupted for more than 30 minutes or it appears that the con- crete will obtain its initial set before fresh concrete arrives. The installation of the joint shall be located at a planned contraction or expansion joint. If placing of the concrete is stopped, the Contractor shall remove the excess concrete back to the previous planned joint b. Contraction. Contraction joints shall be installed at the locations and spacing as shown on the plans. Contraction joints shall be installed to the dimensions required by forming a groove or cleft in the top of the slab while the concrete is still plastic or by sawing a groove into the concrete surface after the concrete has hardened. When the groove is formed in plastic concrete the sides of the grooves shall be finished even and smooth with an edging tool. If an insert material is used, the installation and edge finish shall be according to the manufacturer's instructions. The groove shall be finished or cut clean so that spalling will be avoided at intersections with other joints. Grooving or sawing shall produce a slot at least 1/8 inch (3 mm) wide and to the depth shown on the plans. G Expansion. Expansion joints shall be installed as shown on the plans. The premolded filler of the thick- ness as shown on the plans, shall extend for'the full depth and width of the slab at the joint, except for space for sealant at the top of the slab. The filler shall be securely staked or fastened into position perpendicular to the proposed finished surface. A cap shall be provided to protect the top edge of the filler and to permit the concrete to be placed and finished. After the concrete has been placed and struck off, the cap shall be carefully withdrawn leaving the space over the premolded filler. The edges of the joint shall be finished and tooled while the concrete is still plastic. Any concrete bridging the joint space shall be removed for the full width and depth of the joint. d. Keyways. Keyways shall be formed in the plastic concrete by means of side forms or the use of keyway liners which are inserted during the slip -foam operations. The keyway shall be formed to a tolerance of 1/4 inch (6 m) in any dimension and shall be of sufficient stiffness to support the upper keyway flange without distortion or slumping of the top of the flange. The dimensions of the keyway forms shall not vary more than plus or minus 1/4 inch (6 mm) from the mid -depth of the pavement. Liners that remain in place permanently and become part of the keyed joint shall be made of galvanized, copper clad, or of similar rust -resistant material compatible with plastic and hardened concrete and shall not interfere with joint reservoir sawing and sealing. e. Tie Baur. Tie bars shall consist of deformed bars installed in joints as shown on the plans. Tie bars shall be placed at right angles to the centerline of the concrete slab and shall be spaced at intervals shown on the plans. They shall be held in position parallel to the pavement surface and in the middle of the slab depth. When tie bars extend into an unpaved lane, they may be bent against the form ai longitudinal construction joints, unless threaded bolt or other assembled tie bars are specified. These bars shall not be painted, greased, or enclosed in sleeves. When slip -form operations call for tie bars, two-piece hook bolts can be installed in the female side of the keyed joint provided the installation is made without distorting the keyed dimensions or causing edge slump. If a bent tie bar installation is used, the tie bars shall be inserted through the keyway finer only on the female side of the joint In no case shall a bent tie bar installation for male keyways be permitted. 501 — 13 AC 150/5370-10A CHG 7 5/20/94 f. Dowel Bars. Dowel bars or other load -transfer units of an approved type shall be placed across joints in the manner as shown on the plans. They shall be of the dimensions and spacings as shown and held rigidly in the middle of the slab depth in the proper horizontal and vertical alignment by an approved assembly device to be left permanently in place. The dowel or load -transfer and joint devices shall be rigid enough to permit com- plete assembly as a unit ready to be lifted and placed into position. A metal, or_other type, dowel expansion cap or sleeve shall. be furnished for each dowel bar used with expansion joints. These caps shall be substantial enough to prevent collapse and shall be placed on the ends of the dowels as shown on the plans. The caps or sleeves shall fit the dowel bar tightly and the closed end shall be watertight The portion of each dowel -painted with rust preventative paint, as required under paragraph 501-2.7, shall be thoroughly coated with asphalt MC -70, or an ap- . proved lubricant, to prevent the concrete from bonding to that portion of the dowel. If free -sliding plastic -coated or epoxy -coated steel dowels are used, a lubrication bond breaker shall be used except when approved pullout tests indicate it is not necessary. Where butt -type joints with dowels are designated, the exposed end of the dowel shall be oiled Dowel bars at contraction joints may be placed in the full thicimess of pavement by a mechanical device approved by the Engineer. The device shall be capable of installing dowel bars within the maximum permissible alignment tolerances. Dowels bars at longitudinal construction joints shall be bonded in drilled holes. g. Installation of Joint Devices. All joint devices shall be approved by the Engineer. The top of an assembled joint device shall be set at the proper distance below the pavement surface and the ele- vation shall be checked Such devices shall be set to the required position and line and shall be securely held in place by stakes or other means to the maximum permissible tolerances during the placing and finishing of the concrete. where premolded joint material is used, it shall be placed and held in a vertical position; if constructed in sections, there shall be no offsets between adjacent units. Dowel bars and assemblies shall be checked for position and alignment. The maximum permissible tolerances on dowel bar alignment shall be in accordance with paragraph 501-5.2e(6). During the concrete placement operation, it is advisable to place plastic concrete directly on dowel assemblies immediately prior to passage of the paver to help maintain dowel position and alignment within maximum permissible tolerances. When concrete is placed using slip -farm pavers, dowels and tie bars shall be placed in longitudinal construction joints by bonding the dowels or tie bars into holes drilled into the hardened concrete. Holes approximately 1/8 - inch to 1/4 -inch (3 to 6 mm) greater in diameter than the dowel or tie bar shall be drilled with rotary -type core drills that must be held securely in place to drill perpendicularly into the vertical face of the pavement slab. Rotary - type percussion drills may be used provided that spalling of concrete does not occur. Any damage of the concrete shall be repaired by the Contractor in a method approved by the Engineer. Dowels or tie bars shall be bonded in the drilled holes using an epoxy resin material. Installation procedures shall be adequate to insure that the area around dowels is completely filled with epoxy grout. Epoxy shall be injected into the back of the hole and displaced by the insertion of the dowel bar. Bars shall be completely inserted into the hole and shall not be withdrawn and reinserted creating air pockets in the epoxy around the bar. The Contractor shall furnish a template for checking the position and alignment of the dowels. Dowel bars shall not be less than 10 inches (25 cm) from a transverse joint and shall not interfere with dowels in the transverse direction. h. Sawing of Joints. Joints shall be cut as shown on the plans. Equipment shall be as described in para- graph 501-4.1. The circular cutter shall be capable of cutting a groove in a straight line and shall produce a slot at least 1/8 inch (3 rim) wide and to the depth shown on the plans. The top portion of the slot shall be widened by sawing to provide adequate space for joint sealers as shown on the plans. Sawing shall commence as soon as the concrete has hardened sufficiently to permit cutting without chipping, spalling, or tearing and before uncon- trolled shrinkage cracking of the pavement occurs. Sawing shall be carried on both during the day and night as required- The joints shall be sawed at the required spacing, consecutively in sequence of the concrete placement 501-4.11 FINAL STRIKE -OFF, CONSOLIDATION, AND FINISHING. a. Sequence. The sequence of operations shall be the strike -off, floating- and removal of laitance, straightedging, and final surface finish. The addition of superficial water to the surface of the concrete to assist in finishing operations will not be permitted b. Finishing at Joints. The concrete adjacent to joints shall be compacted or firmly placed without voids or segregation against the joint material; it shall be firmly placed without voids or segregation under and around all load -transfer devices, joint assembly units, and other features designed to extend into the pavement Concrete 501 — 14 r ' 5/20194 AC 15015370-10A CHG 7 adjacent to joints shall be mechanically vibrated as required in paragraph 501-4.8a. After the concrete has been placed and vibrated adjacent to the joints, the finishing machine shall be operated in a manner to avoid damage or misalignment of joints. If uninterrupted operations of the finishing machine, to, over, and beyond the joints, cause segregation of concrete, damage to, or misalignment of the joints, the finishing machine shall be stopped when the screed is approximately 8 inches (20 cm) from the joint. Segregated concrete shall be removed from the front of and off the joint; and the forward motion of the finishing machine shall be resumed. Thereafter, the finishing machine may be run over the joint without lifting the screed, provided there is no segregated concrete immediately between the joint and the screed or on top of the joint c. Machine Finishing. The concrete shall be spread as soon as it is placed, and it shall be struck off and screeded by a finishing machine. The machine shall go over each area as many times and at such intervals as necessary to give to proper consolidation and to leave a surface of uniform texture. Excessive operation over a given area shall be avoided. When side forms are used, the tops of the forms shall be kept clean by an effective device attached to the machine, and the travel of the machine on the forms shall be maintained true without lift, wobbling, or other variation tending to affect the precision finish. During the fust pass of the finishing machine, a uniform ridge of concrete shall be maintained ahead of the front screed for its entire length. When in operation, the screed shall be moved forward with a combined longitudinal and transverse shearing motion, always moving in the direction in which the work is progressing, and so manipulated that neither end is raised from the side forms during the suildrng-off process. If necessary,. this shall be repeated until the surface is of uniform texture, true to grade and cross section, and free from porous areas. d. Hand Finishing. _ Hand finishing methods will not be permitted, except under the following conditions: in the event of breakdown of the mechanical equipment, hand methods may be used to finish the concrete already deposited on the grade; in areas of narrow widths ,or of irregular dimensions where operation of the mechanical equipment is impractical. Concrete, as soon as placed, shall be struck off and screeded. An approved portable screed shall be used A second screed shall be provided for striking off the bottom layer of concrete when reinforcement is used The screed for the surface shall be a least 2 feet (0.6 m) longer than the maximum width of the slab to be struck off. It shall be of approved design, sufficiently rigid to retain its shape, and shall be constructed either of metal °'4 or of other suitable material covered with metal. Consolidation shall be attained by the use of suitable vibrators. e. Floating. After the concrete has been struck off and consolidated, it shall be further smoothed and trued by means of a longitudinal float using one of the following methods: (1) Hand Method. Long -handled floats shall not be less than 12 feet (3.6 m) in length and 6 inches (15 cm) in width, stiffened to prevent flexibility and warping. The float shall be operated from foot bridges span- ning but not touching the concrete or from the edge of the pavement Floating shall pass gradually from one side of the pavement to the other. Forward movement along the centerline of the pavement shall be in successive ad - vanes of not more than one-half the length of the float Any excess water or laitance in excess of 1/8 -inch (3 mm) thick shall be removed and wasted (2) Mechanical Method. The Contractor may use a machine composed of a cutting and smoothing float(s), suspended from and guided by a rigid frame and constantly in contact with, the side forms or underlying surface. If necessary, long -handled floats having blades not less than 5 feet (1S m) in length and 6 inches (15 cm) in width may be used to smooth and fill in open -textured areas in the pavement When the crown of the pavement will not permit the use of the mechanical float, the surface shall be floated transversely by means of a long -handled float. Care shall be taken not to work the. crown out of the pavement during the operation. After floating, any excess water and laitance in excess of 1/8 -inch (3 mm) thick shall be removed and wasted. Successive drags shall be lapped one-half the length of the blade. f. Straight -edge Testing and Surface Correction. After the pavement has been struck off and while the ., . concrete is still plastic, it shall be tested for trueness with a Contractor furnished 16 -foot (4.8 m) straightedge swung from handles 3 feet (1 m) longer than one-half the width of the slab. The straightedge shall be held in contact with the surface in successive positions parallel to the centerline and the whole area gone over from one side of the slab to the other, as necessary. Advancing shall be in successive stages of not more than one-half the length of the straightedge. Any excess water and laitance in excess of 1/8 -inch (3 mm) thick shall be removed from the surface of the pavement and wasted Any depressions shall be immediately filled with freshly mixed concrete, struck off, consolidated, and refinished High areas shall be cut down and refinished. Special attention shall be^* given to assure that the surface across joints meets the smoothness requirements of paragraph 501-5.2e(3). Straight - 501 — 15 AC 150/5370-10A CHG 7 5/20/94 edge testing and surface corrections shall continue until the entire surface is found to be fee from observable depar- mes from the straightedge and until the slab conforms to the required grade and cross section. The use of long - handled wood floats shall be confined to a minimum; they may be used only in emergencies and in areas not accessible to finishing equipment. 501-4.12 SURFACE TEXTURE. The surface of the pavement shall be finished with either a broom, burlap drag, or artificial turf finish for all newly constructed concrete pavements. a. Brush or Broom Finish. If the pavement surface texture is to be a type of brush or broom finish, it shall be applied when the water sheen has practically disappeared. The equipment shall operate transversely across the pavement surface, providing corrugations that are uniform in appearance and approximately 1/16 of an inch (2 mm) in depth It is important that the texturing equipment not tear or unduly roughen the pavement surface during the operation. Any imperfections resulting from the texturing operation shall be corrected. b. Burlap Drag Finish. If a burlap drag is used to texture the pavement surface, it shall be at least 15 ounces per square yard (555 grams per square meter). To obtain a textured surface, the transverse threads of the burlap shall be removed approximately 1 foot (0.3 m) from the trailing edge. A heavy buildup of grout on the burlap threads produces the desired wide sweeping longitudinal striations on the pavement surface. The corrugations shall be uniform in appearance and approximately 1/16 of an inch (2 mm) in depth. c. Artificial Turf Finish. If artificial turf is used to texture the surface, it shall be applied by dragging the surface of the pavement in the direction of concrete placement with an approved full -width drag made with artificial turf. The leading transverse edge of the artificial turf drag will be securely fastened to a lightweight pole on a traveling bridge. At least 2 feet of the artificial turf shall be in contact with the concrete surface during drag- ging operations. A variety of different types of artificial turf are available and approval of any one type will be done only after it has been demonstrated by the Contractor to provide a satisfactory texture. One type that has provided satisfactory texture consists of 7,200 approximately 0.85 -inches -long polyethylene .turf blades per square foot The corrugations shall be uniform in appearance and approximately 1/16 of an inch (2 mm) in depth. 501-4.13 SKID RESISTANT SURFACES. A skid resistant surface shall be pfovided by construction of [ I. 501 — 16 SM/94 AC I50/5370.10A CHG 7 501-4.14 CURING. Immediately after finishing operations are completed and marring of the concrete will not occur, the entire surface of the newly placed concrete shall be cured in accordance with one of the methods below. Failure to provide sufficient cover material of whatever kind the Contractor may elect to use, or lack of water to adequately take care of both curing and other requirements, shall be cause for immediate suspension of concreting operations. The concrete shall not be left exposed for more than V2 hour during the curing period. a. Impervious Membrane Method. The entire surface of the pavement shall be sprayed uniformly with white pigmented curing compound immediately after the finishing of the surface and before the set of the concrete 501 — 17 AC 150/5370-10A CHG 7 SM/94 has taken place. The curing compound shall not be applied during rainfall. Curing compound shall be applied by mechanical sprayers under pressure at the rate of 1 gallon (4 liters) to not more than 150 square feet (14 square meters). The spraying equipment shall be of the fully atomizing type equipped with a tank agitator. At the time of use, the compound shall be in a thoroughly mixed condition with the pigment uniformly dispersed throughout the vehicle. During application the compound shall be stirred continuously by mechanical means. Hand spraying of odd widths or shapes and concrete surfaces exposed by the removal of forms will be pen -pined. The curing compound shall be of such character that the film will harden within 30 minutes after application. Should the film become damaged from any cause, including sawing operations, within the required curing period; -the damaged por- tions shall be repaired immediately with additional compound or other approved means. Upon removal of side forms, the sides of the exposed slabs shall be protected immediately to provide a curing treatment equal to that provided for the surface. b. Polyethylene Films. The top surface and sides of the pavement shall be entirely covered with poly- ethylene sheeting. The units shall be lapped at least 18 inches (457 mm). The sheeting shall be placed and weighted to cause it to remain in contact with the surface and sides. The sheeting shall have dimensions that will extend at least twice the thickness of the pavement beyond the edges of the pavement Unless otherwise specified, the sheeting shall be maintained in place for 7 days after the concrete has been placed. c. Waterproof Paper. The top surface and sides of the pavement shall be entirely covered with water- proofed paper. The units shall be lapped at least 18 inches (457 mm). The paper shall be placed and weighted ^` to cause it to remain in contact with the surface covered. The paper shall have dimensions that will extend at least twice the thickness of the pavement beyond the edges of the slab. The surface of the pavement shall be thor- oughly saturated prior to placing of the paper. Unless otherwise specified, the paper shall be maintained in place — for 7 days after the concrete has been placed d. White Burlap -Polyethylene Sheets. The surface of the pavement shall be entirely covered with the sheeting. The sheeting used shall be such length (or width) that it will extend at least twice the thickness of the pavement beyond the edges of the slab. The sheeting shall be placed so that the entire surface and both edges of the slab are completely covered The sheeting shall be placed and weighted to remain in contact with the surface covered, and the covering shall be maintained fully saturated and in position for 7 days after the concrete has been placed. e. Curing in Cold Weather. The concrete shall be maintained at a temperature of at least 50 degrees F (10 degrees C) for a period of 72 hours after placing and at a temperature above freezing for the remainder of _ the curing time. The Contractor shall be responsible for the quality and strength of the concrete placed during cold weather, and any concrete injured by frost action shall be removed and replaced at the Contractor's expense. 501-4.15 REMOVING FORMS. Unless otherwise specified, forms shall not be removed from freshly placed _ concrete until it has hardened sufficiently to permit removal without chipping, spalling, or tearing. After the forms have been removed, the sides of the slab shall be cured as outlined in one of the methods indicated in paragraph 501-4.14. Major honeycombed areas shall be considered as defective work and shall be removed and replaced in accordance with paragraph 501-5.2(f). 501-4.16 SEALING JOINTS. The joints in the pavement shall be sealed in accordance with Item P-605. 501-4.17 PROTECTION OF PAVEMENT. The Contractor shall protect the pavement and its appurtenances against both public traffic and traffic caused by the Contractor's employees and agents. This shall include workers to direct traffic and the erection and maintenance of warning signs, lights, pavement bridges, crossovers, and protec- tion of unsealed joints from intrusion of foreign material, etc. Any damage to the pavement occurring prior to final acceptance shall be repaired or the pavement replaced at the Contractor's expense. The Contractor shall have avail- able at all times, materials for the protection of the edges and surface of the unhardened concrete. Such protective materials shall consist of rolled polyethylene sheeting at least 4 mils (0.1 mm) thick of sufficient length and width to cover the plastic concrete slab and any edges. The sheeting may be mounted on either the paver or a separate movable bridge from which it can be unrolled without dragging over the plastic concrete surface. When rain appears imminent, all paving operations shall stop and all available personnel shall begin covering the surface of the unhardened concrete with the protective covering. 501-4.18 OPENING TO TRAFFIC. The pavement shall not be opened to traffic until test specimens molded and cured in accordance with ASTM C 31 have attained a flexural strength of 550 pounds per square inch (3792 kPa) when tested in accordance with ASTM C 78. 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. 501 — 18 3/11/98 AC 150/5370-10A CHG 10 MATERIAL ACCEPTANCE 501-5.1 ACCEPTANCE SAMPLING AND TESTING. All acceptance sampling and testing, with the exception of coring for thickness determination, necessary to determine conformance with the requirements specified in this section will be performed by the Engineer. Concrete shall be accepted for strength and thickness on a lot basis. A lot shall consist of: [ ] cubic yards ([ ] cubic meters). ] [ ] square yards ([ ] square meters). ] [ a day's production not to exceed 2,000 cubic yards (1530 cubic meters). ] [ a day's production not to exceed [ ] square yards ([ ] square meters). ] Testing organizations performing these tests shall meet the requirements of ASTM C 1077. The Contractor shall bear the cost of providing curing facilities for the strength specimens, per paragraph 501-5.1a(3), and coring and filling operations, per paragraph 501-5. lb(1). a. Flexural Strength. (1) Sampling. Each lot shall be divided into four equal sublots. One sample shall be taken for each sublot from the plastic concrete delivered to the job site. Sampling locations shall be determined by the Engineer in accordance with random sampling procedures contained in ASTM D 3665. The concrete shall be sampled in accordance with ASTM C 172. (2) Testing. Two (2) specimens shall be made from each sample. Specimens shall be made in accordance with ASTM C 31 and the flexural strength of each specimen shall be determined in accordance with ASTM C 78. The flexural strength for each sublot shall be computed by averaging the results of the two test specimens representing that sublot. (3) Curing. The Contractor shall provide adequate facilities for the initial curing of beams. During the 24 hours after molding, the temperature immediately adjacent to the specimens must be maintained in the range of 60 to 80 degrees F (16 to 27 degrees C), and loss of moisture from the specimens must be prevented. The specimens may be stored in tightly constructed wooden boxes, damp sand pits, temporary buildings at construction sites, under wet burlap in favorable weather, or in heavyweight closed plastic bags, or using other suitable methods, provided the temperature and moisture loss requirements are met. (4) Acceptance. Acceptance of pavement for flexural strength will be determined by the Engineer in accordance with paragraph 501-5.2b. Pft 501 — 19 AC 150/5370-10A Chq 10 3/11/98 b. Pavement Thickness. (1) Sampling. Each lot shall be divided into four equal sublots and one core shall be taken by the Contractor for each sublot. Sampling locations shall be determined by the Engineer in accordance with random sampling procedures contained in ASTM D 3665. Areas, such as thickened edges, with planned variable thickness, shall be .excluded from sample locations. Cores shall be neatly cut with a core drill. The Contractor shall furnish all tools, labor, and materials for cutting samples and filling the cored hole. Core holes shall be filled by the Contractor with a non -shrink grout approved by the Engineer within one day after sampling. (2) Testing. The thickness of the cores shall be determined by the Engineer by the average caliper measurement in accordance with ASTM C 174. (3) Acceptance. Acceptance of pavement for thickness shall be determined by the Engineer in accordance with paragraph 501-5.2c. c. Partial Lots. When operational conditions cause a lot to be terminated before the specified number of tests have been made for the lot, or when the Contractor and Engineer agree in writing to allow overages or minor placements to be considered as partial lots, the following procedure will be used to adjust the lot size and the number of tests for the lot. Where three sublots have been produced, they shall constitute a lot. Where one or two sublots have been produced, they shall be incorporated into the next lot or the previous lot and the total number of sublots shall be used in the acceptance criteria calculation, i.e., n=5 or n=6. d. Outliers. All individual flexural strength tests within a lot shall be checked for an outlier (test criterion) in accordance with ASTM E 178, at a significance level of 5 percent. Outliers shall be discarded, and the PWL shall be determined using the remaining test values. 501 — 20 3/17/98 AC 150/5370-10A CHG 10 *k 501-5.2 ACCEPTANCE CRITERIA. a. General. Acceptance will be based on the following characteristics of the completed pavement: (1) Flexural strength (4) Grade (2) Thickness (5) Edge slump (3) Smoothness (6) Dowel bar alignment Flexural strength and thickness shall be evaluated for acceptance on a lot basis using the method of estimating percentage of material within specification limits (PWL). Acceptance using PWL considers the variability (standard deviation) of the material and the testing procedures, as well as the average (mean) value of the test results to calculate the percentage of material that is above the lower specification tolerance limit (L). •Aa Acceptance for flexural strength will be based on the criteria contained in accordance with paragraph 501-5.2e(1). Acceptance for thickness will be based on the criteria contained in paragraph 501-5.2e(2). Acceptance for smoothness will be based on the criteria contained in paragraph 501-5.2e(3). Acceptance for grade will be based on the criteria contained in paragraph 501-5.2e(4). The Engineer may at any time, not withstanding previous plant acceptance, reject and require the Contractor to dispose of any batch of concrete mixture which is rendered unfit for use due to contamination, segregation, or improper slump. Such rejection may be based on only visual inspection. In the event of such rejection, the Contractor may take a representative sample of the rejected material in the presence of the Engineer, and if it can be demonstrated in the laboratory, in the presence of the Engineer, that such material was erroneously rejected, payment will be made for the material at the contract unit price. b. Flexural Strength. Acceptance of each lot of in-place pavement for flexural strength shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher. c. Pavement Thickness. Acceptance of each lot of in-place pavement shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher. d. Percentage of Material Within Limits (PWL). The percentage of material within limits (PWL) shall be determined in accordance with procedures specked in Section 110 of the General Provisions. The lower specification tolerance limit (L) for flexural strength and thickness shall be: Lower Specification Tolerance Limit (L) Flexural Strength 0.93 x strength specified in paragraph 501-3.1 Thickness Lot Plan Thickness in inches - 0.50 inches 501 — 21 AC 150/5370-10A Chq 10 3/11/98 e. Acceptance Criteria. (1) Flexural Strength. If the PWL of the lot equals or exceeds 90 percent, the lot shall be acceptable. Acceptance and payment for the lot shall be determined in accordance with paragraph 501-8.1. (2) Thickness. If the PWL of the lot equals or exceeds 90 percent, the lot shall be acceptable. Acceptance and payment for the lot shall be determined in accordance with paragraph 501-8.1. (3) Smoothness. As soon as the concrete has hardened sufficiently, the pavement surface shall be tested with a 16 -foot (5 m) straightedge or other specified device. Surface smoothness deviations shall not exceed 1/4 inch (6 mm) from a 16 -foot (5 m) straightedge placed in any direction, including placement along and spanning arty pavement joint edge. Areas in a slab showing high spots of more than 1/4 inch (6 mm) but not exceeding 1/2 inch (13 mm) in 16 feet (5 m) shall be marked and immediately ground down with an approved grinding machine to an elevation that will fall within A the tolerance of 1/4 inch (6 mm) or less. Where the departure from correct cross section exceeds 1/2 inch (13 mm), the pavement shall be removed and replaced at the expense of the Contractor when so directed by the Engineer. (4) Grade. An evaluation of the surface grade shall be made by the Engineer for compliance to the tolerances contained below. Lateral Deviation. Lateral deviation from established alignment of the pavement edge shall not exceed plus or minus 0.10 foot (30 mm) in any lane. Vertical Deviation. Vertical deviation from established grade shall not exceed plus or minus 0.04 foot (12 mm) at any point. (5) Edge Slump. When slip -form paving is used, not more than 15 percent of the total free edge of each 500 foot (150 m) segment of pavement, or fraction thereof, shall have an edge slump exceeding 1/4 -inch (6 mm), and none of the free edge of the pavement shall have an edge slump exceeding 3/8 -inch (10 mm). (The total free edge of 500 feet (150 m) of pavement will be considered the cumulative total linear measurement of pavement edge originally constructed as nonadjacent to any existing pavement; i.e., 500 feet (150 m) of paving lane originally constructed as a separate lane will have 1,000 feet (300 m) of free edge, 500 feet (150 m) of fill-in lane will have no free edge, etc.). The area affected by the downward movement of the concrete along the pavement edge shall be limited to not more than 18 inches (457 mm) from the edge. When excessive edge slump cannot be corrected before the concrete has hardened, the area with excessive edge slump shall be removed and replaced at the expense of the Contractor when so directed by the Engineer. (6) Dowel Bar Alignment. Dowel bars and assemblies shall be checked for position and alignment. The maximum permissible tolerance on dowel bar alignment in each plane, horizontal and vertical, shall not exceed 2 percent or 1/4 inch per foot (20 mm per meter) of a dowel bar. f. Removal and Replacement of Concrete. Any area or section of concrete that is removed and replaced shall be removed and replaced back to planned joints. The Contractor shall replace damaged dowels and the requirements for doweled longitudinal construction joints in paragraph 501-4.10 shall apply to all contraction joints exposed by concrete removal. CONTRACTOR QUALITY CONTROL 501-6.1 QUALITY CONTROL PROGRAM. The Contractor shall develop a Quality Control Program in accordance with Section 100 of the General Provisions. The program shall address all elements which effect the quality of the pavement including but not limited to: a. Mix Design e. Proportioning i. Dowel Placement and Alignment b. Aggregate Gradation f. Mixing and Transportation j. Flexural or Compressive Strength c. Quality of Materials g. Placing and Consolidation k. Finishing and Curing d. Stockpile Management h. Joints I. Surface Smoothness 501 — 22 5/20/94 AC 150/5370-10A CHG 7 501-6.2 QUALITY CONTROL TESTING. The Contractor shall perform all quality control tests necessary to control the production and construction processes applicable to this specification and as set forth in the Quality Control Program The testing program shall include, but not necessarily be limited to, tests for aggregate gradation, aggregate moisture content, slump, and air content. A Quality Control Testing Plan shall be developed as part of the Quality Control Program. a. Fine Aggregate. (1) Gradation. A sieve analysis shall be made at least twice daily in accordance with ASTM C 136 from randomly sampled material taken from the discharge gate of storage bins or from the conveyor belt. (2) Moisture Content. If an electric moisture meter is used, at least two direct measurements of moisture content shall be made per week to check the calibration. If direct measurements are made in lieu of using an electric meter, two tests shall be made per day. Tests shall be made in accordance with ASTM C 70 or ASTM C 566. P b. Coarse Aggregate. (1) Gradation. A sieve analysis shall be made at least twice daily for each size of aggregate. Tests shall be made in accordance with ASTM C 136 from randomly sampled material taken from the discharge gate of storage bins or from the conveyor belt. (2) Moisture Content. If an electric moisture meter is used, at least two direct measurements of moisture content shall be made per week to check the calibration. If direct measurements are made in lieu of using an electric meter, two tests shall be made per day. Tests shall be made in accordance with ASTM C 566. c- Slump. Four slump tests shall be performed for each lot of material produced in accordance with the lot size defined in Section 501-5.1. One test shall be made for each sublot. Slump tests shall be performed in accordance with ASTM C 143 from material randomly sampled from material discharged from trucks at the paving site. Material samples shall betaken in accordance with ASTM C 172. d. Air Content. Four air content tests shall be performed for each lot of material produced in accordance with the lot size defined in Section 501-5.1. One test shall be made for each sublot. Air content tests shall be performed in accordance with ASTM C 231 for gravel and stone coarse aggregate and ASTM C 173 for slag or other porous coarse aggregate, from material randomly sampled from trucks at the plant site. Material samples shall be taken in accordance with ASTM C 172. 501-6.3 CONTROL CHARTS. The Contractor shall maintain linear control charts for fine and course aggregate gradation, slump, and air content. Control charts shall be posted in a location satisfactory to the Engineer and shall be kept up to date at all times. As a minimum, the control charts shall identify the project number, the contract item number, the test number, each test parameter, the Action and suspension Limits, or Specification limits, applicable to each test parameter, and the Contractor's test results. The Contractor shall use the control charts as part of a process control system for identifying potential problems and assignable causes before they occur. If the Contractor's projected data during production indicates a potential problem and the Contractor is not taking satisfactory corrective action, the Engineer may halt production or acceptance of the material. a. Fine and Coarse Aggregate Gradation. The Contractor shall record the running average of the last five gradation tests for each control sieve on linear control charts. Specification limits contained in Tables 1 and 2 shall be superimposed on the Control Chart for job control. b. Slump and Air Content. The Contractor shall maintain linear control charts both for individual measurements and range (i.e. difference between highest and lowest measurements) for slump and air content in accordance with the following Action and Suspension Limits. 501 — 23 AC 150/5370-10A Chq 10 3/11/98 Control Parameter Slump Air Content CONTROL CHART LIMITS Based on Sample Size n=4 Individual Measurements Action Limit Suspension Limit +/- 1 inch (25 mm) +/- 1.5 inch (38 mm) +/- 1.2 percent +/- 1.8 percent Range Suspension Limit 2.4 inch (61 mm) +/- 2.8 percent The individual measurement control charts shall use the mix design target values as indicators of central tendency. 501-6.4 CORRECTIVE ACTION. The Quality Control Plan shall indicate that appropriate action shall be taken when the process is believed to be out of control. The Quality Control Plan shall detail what action will be taken to bring the process into control and shall contain sets of rules to gauge when a process is out of control. As a minimum, a process shall be deemed out of control and corrective action taken if any one of the following conditions exists. a. Fine and Coarse Aggregate Gradation. When two consecutive averages of five tests are outside of the Tables 1 or 2 specification limits, immediate steps, including a halt to production, shall be taken to correct the grading. b. Fine and Coarse Aggregate Moisture Content. Whenever the moisture content of the fine or coarse aggregate changes by more than 0.5 percent, the scale settings for the aggregate batcher(s) and water batcher shall be adjusted. c. Slump. The Contractor shall halt production and make appropriate adjustments whenever: (1) one point falls outside the Suspension Limit line for individual measurements or range; or (2) two points in a row fall outside the Action Limit line for individual measurements. d. Air Content. The Contractor shall halt production and adjust the amount of air -entraining admixture whenever: (1) one point falls outside the Suspension Limit line for individual measurements or range; or (2) two points in a row fall outside the Action Limit line for individual measurements. Whenever a point falls outside the Action Limits line, the air -entraining admixture dispenser shall be calibrated to ensure that it is operating correctly and with good reproducibility. METHOD OF MEASUREMENT 501-7.1 Portland cement concrete pavement shall be measured by the number of [ cubic yards (cubic meters) ] [ square yards (square meters) ] of either plain or reinforced pavement as specified in-place, completed and accepted. Saw -cut grooving shall be measured by the number of square yards (square meters) of saw -cut grooving as specified in-place, completed and accepted. BASIS OF PAYMENT 501-8.1 PAYMENT. Payment for accepted concrete pavement shall be made at the contract unit price [ per cubic yard (cubic meter) ] [ per square yard (square meter) ] adjusted in accordance with paragraph 501-8.1a, subject to the limitation that: The total project payment for concrete pavement shall not exceed [ ] percent of the product of the contract unit price and the total number of [ cubic yards (cubic meters) ] [ square yards (square meters)] of concrete pavement used in the accepted work (See Note 2 under Table 3). Payment shall be full compensation for all labor, materials, tools, equipment, and incidentals required to complete the work as specked herein and on the drawings, except for saw -cut grooving. 501 — 24 3/11/98 AC 150/5370-10A CHG 10 a. Basis of Adjusted Payment. The pay factor for each individual lot shall be calculated in accordance with Table 3. A pay factor shall be calculated for both flexural strength and thickness. The lot pay factor shall be the higher of the two values when calculations for both flexural strength and thickness are 100 percent or higher. The lot pay factor shall be the product of the two values when only one of the calculations for either flexural strength or thickness is 100 percent or higher. The lot pay factor shall be the lower of the two values when calculations for both flexural strength and thickness are less than 100 percent. TABLE 3. PRICE ADJUSTMENT SCHEDULE' Percentage of Material Within Specification Limits Lot Pay Factor (Percent of Contract Unit Price) (PW-) 96-100 106 90-95 PWL + 10 75-90 0.5PWL + 55 55-74 1.4PWL — 12 Below 55 Reject z 'ALTHOUGH IT IS THEORETICALLY POSSIBLE TO ACHIEVE A PAY FACTOR OF 106 PERCENT FOR EACH LOT, ACTUAL PAYMENT IN EXCESS OF 100 PERCENT SHALL BE SUBJECT TO THE TOTAL PROJECT PAYMENT LIMITATION SPECIFIED IN PARAGRAPH 501-8.1. z The lot shall be removed and replaced. However, the Engineer may decide to allow the rejected lot to remain. In that case, if the Engineer and Contractor agree in writing that the lot shall not be removed, it shall be paid for at 50 percent of the contract unit price AND THE TOTAL PROJECT PAYMENT LIMITATION SHALL BE REDUCED BY THE AMOUNT WITHHELD FOR THE REJECTED LOT. For each lot accepted, the adjusted contract unit price shall be the product of the lot pay factor for the lot and the contract unit price. Payment shall be subject to the total project payment limitation specified in paragraph 501-8.1. Payment in excess of 100 percent for accepted lots of concrete pavement shall be used to offset payment for accepted lots of concrete pavement that achieve a lot pay factor less than 100 percent. b. Payment. Payment shall be made under: Item P -501-8.1a Portland Cement Concrete Pavement --[per cubic yard (cubic meter) ] [ per square yard (square meter)] 501-8.2 PAYMENT FOR SAW -CUT GROOVING. Payment for saw -cut grooving shall be made at the contract unit price per square yard (square meter) for saw -cut grooving. '. 501-25 AC 150/5370-10A Chq 10 3/11/98 TESTING REQUIREMENTS -,, ASTM C 31 Making and Curing Concrete Test Specimens in the Field ASTM C 39 Compressive Strength of Cylindrical Concrete Specimens ASTM C 70 Surface Moisture in Fine Aggregate ASTM C 78 Test for Flexural Strength of Concrete (Using Simple Beam with Third -Point Loading) ASTM C 131 Test for Resistance to Abrasion of Small Size Coarse Aggregate by Use of the Los Angeles Machine ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates r ASTM C 138 Test for Unit Weight, Yield, and Air Content (Gravimetric) of Concrete ASTM C 143 Test for Slump of Portland Cement Concrete ASTM C 172 Sampling Freshly Mixed Concrete ASTM C 173 Test for Air Content of Freshly Mixed Concrete by the Volumetric Method ASTM C 174 Measuring Length of Drilled Concrete Cores ASTM C 227 Potential Alkali Reactivity of Cement -Aggregate Combinations (Mortar -Bar Method) - ASTM C 231 Test for Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C 289 Potential Reactivity of Aggregates (Chemical Method) ASTM C 295 Petrographic Examination of Aggregates for Concrete ASTM C 311 Sampling and Testing Fly Ash for Use as an Admixture in Portland Cement Concrete ASTM C 535 Test for Resistance to Abrasion of Large Size Coarse Aggregate by Use of the Los Angeles Machine ASTM C 566 Total Moisture Content of Aggregates by Drying ASTM C 1077 Standard Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction And Criteria for Laboratory Evaluation ASTM D 3665 Random Sampling of Construction Materials ASTM D 4791 Test Method for Flat or Elongated Particles in Coarse Aggregate AASHTO T 26 Quality of Water to be Used in Concrete MATERIAL REQUIREMENTS ASTM A 184 Specification for Fabricated Deformed Steel Bar Mats for Concrete Reinforcement ASTM A 185 Specification for Welded Steel Wire Fabric for Concrete Reinforcement ASTM A 497 Specification for Welded Deformed Steel Wire Fabric for Concrete Pavement ASTM A 615 Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement 501 — 26 3/11198 AC 150/5370-10A CHG 10 i ASTM C 309 Specification for Liquid Membrane -Forming Compounds ASTM A 616 Specification for Rail -Steel Deformed and Plain Bars for Concrete Reinforcement ASTM A 617 Specification for Axle -Steel Deformed and Plain Bars for Concrete Reinforcement ASTM A 704 Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement ASTM A 714 Specification for High -Strength Low -Alloy Welded and Seamless Steel Pipe ASTM C 33 Specification for Concrete Aggregates ASTM C 989 Specification for Ground Granulated Blast -Furnace Slag for Use in Concrete and Mortars ASTM C 94 Specification for Ready -Mixed Concrete ASTM C 150 Specification for Portland Cement E ASTM C 171 Specification for Sheet Materials for Curing Concrete ASTM C 260 Specification for Air -Entraining Admixtures for Concrete i ASTM C 309 Specification for Liquid Membrane -Forming Compounds ASTM C 494 Specification for Chemical Admixtures for Concrete ASTM C 595 Specification for Blended Hydraulic Cements ASTM C 618 Specification for Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete ASTM C 881 Specification for Epoxy -Resin -Base Bonding System for Concrete ASTM C 989 Specification for Ground Granulated Blast -Furnace Slag for Use in Concrete and Mortars ASTM D 1751 Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types) ASTM D 1752 Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving And Structural Construction AASHTO M 254 Specification for Coated Dowel Bars ACI 305R Hot Weather Concreting ACI 306R Cold Weather Concreting TT -P-644 (Rev. D) Federal Specification for Primer Coating, Alkyd, Corrosion -Inhibiting, Lead and Chromate Free, VOC-Compliant 501 — 27 treatment will be considered subsidiary to tfiis item; and no separate payment will be made for herbicidal treatment material: or application. inn nF MEASUREMENT - Bituminous material for prime coat shall be U11/24ul w/. - u 08/01, 2/17/89 AC 150/5370-10A ITEM P-602 BITUMINOUS PRIME COAT DESCRIPTION 602-1.1 This item shall consist of an application of bituminous material on the prepared base course in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. MATERIALS 602-2.1 BITUMINOUS MATERIAL., _ The types, grades, controlling specifications, and application tem- peratures for the bituminous materials are given in Table 1. The Engineer shall designate the specific materi- al to be used. TABLE 1. BITUMINOUS MATERIAL Application Type and Grade i Specification i Temperatures ' j Deg. F I Deg. C Emulsified Asphalt t i SS -1, SS-lh- i ASTM D 977 1 70-160 I 20-70 MS -2, HFMS-1 ASTM D 977 70-160 20-70 CSS -1, CSS-Ih ' ASTM D 2397 70-160 20-70 CMS -2 ASTM D 2397 70-160 20-70 Cutback Asphalt I RC -30 ASTM D 2028 i 80+ ( 30+ RC -70 ASTM D 2028 120+ 50+ RC -250 ASTM D 2028 165+ I 7�-,- t The maximum temperature for cutback asphalt shall be that at which fogging occurs. CONSTRUCTION METHODS 602-3.1 WEATHER LIMITATIONS. The prime coat shall be applied only when the existing surface is dry or contains sufficient moisture to get uniform distribution of the bituminous material, when the atmos- pheric temperature is above 60' F (15' C), and when the weather is not foggy or rainy. The temperature requirements may be waived, but only when so directed by the Engineer. 602-3.2 EQUIPMENT. The equipment used by the Contractor shall include a self -powered pressure bi- tuminous material distributor and equipment for heating bituminous material. The distributor shall be designed, equipped, maintained, and operated so that bituminous material at even heat may be applied uniformly on variable widths of surface at the specified rate. The allowable variation from the specified rate shall not exceed 10 percent. Distributor equipment shall include a tachometer, pres- sure gages, volume -measuring devices or a calibrated tank, and a thermometer for measuring temperatures of tank contents. The distributor shall be self -powered and shall be equipped with a power unit for the pump and full circulation spray bars adjustable laterally and vertically. A power broom and/or blower shall be provided for any required cleaning of the surface to be treated. 602-3.3 APPLICATION OF BITUMINOUS MATERIAL. Immediately before applying the prime coat, the full width of the surface to be primed shall be swept with a power broom to remove all loose dirt and other objectionable material. 602 - 1 AC 150/5370-10A 2/17/59 The bituminous material including solvent shall be uniformly applied with a bituminous distributor at the rate of 0.25 to 0.50 gallons per square yard (1.20 to 2.40 liters per square meter) depending on the base course surface texture. The type of bituminous material and application rate shall be approved by the Engi- neer prior to application. Following the application, the primed surface shall be allowed to dry not less than 48 hours without being disturbed or for such additional time as may be necessary to permit the drying out of the prime until it will not be picked up by traffic or equipment. This period shall be determined by the Engineer. The surface shall then be maintained by the Contractor until the surfacing has been placed. Suitable precautions shall be taken by the Contractor to protect the primed surface against damage during this interval, including supplying and spreading any sand necessary to blot up excess bituminous material. 602-3.4 BITUMINOUS MATERIAL CONTRACTOR'S RESPONSIBILITY. Samples of the bituminous materials that the Contractor proposes to use, together with a statement as to their source and character, must be submitted and approved before use of such material begins. The Contractor shall require the manu. facturer or producer of the bituminous materials to furnish material subject to this and all other pertinent requirements of the contract. Only satisfactory materials, so demonstrated by service tests, shall be accepta- ble. The Contractor shall furnish vendor's certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The report shall be delivered to the Engineer before permission is granted for use of the material. The furnishing of the vendor's certified test report for the bituminous material shall not be interpreted as basis for final acceptance. All such test reports shall be subject to verification by test- ing samples of materials received for use on the project. 602-3.5 FREIGHT AND WEIGH BILLS. Before the final estimate is allowed, the Contractor shall file with the Engineer receipted bills when railroad shipments are made, and certified weigh bills when materials are received in any other manner, of the bituminous materials actuaIIy used in the construction covered by the contract. The Contractor shall not remove bituminous material from the tank car or storage tank until J the initial outage and temperature measurements have been taken by the Engineer, nor shall the car or tank be released until the final outage has been taken by the Engineer. Copies of freight bills and weigh bills shall be furnished to the Engineer during the progress of the work METHOD OF MEASUREMENT 602-4.1 The bituminous material for prime coat shall be measured by the [gallon (liter))[ton(kg)]. Volume shall be corrected to the volume at 60' F (15' C) in accordance with ASTM D 1250 for cutback asphalt, and Table IV -3 of The Asphalt Institute's Manual MS -6 for emulsified asphalt. BASIS OF PAYMENT 602-5.1 Payment shall be made at the contract unit price per [gallon diter)](ton (kg)] for bituminous prime coat. This price shall be full compensation for furnishing all materials and for all preparation, delivering, and applying the materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item P-602-5.1 Bituminous Prime Coat --per [gallon (liter)][ton (kg)] MATERIAL REQUIREMENTS ASTM D 977 Emulsified Asphalt ASTM D 2028 Asphalt, Cutback (Rapid Curing Grade) ASTM D 2397 Cationic Emulsified Asphalt 602 - 2 2/17/89 AC 150/5370-10A TESTING REQUIREMENTS ASTM D 1250 Petroleum Measurement Tables Asphalt Institute Manual Temperature -Volume Corrections for Emulsified Asphalts MS -6 Table IV -3 602 - 3 No Text 2/17/89 AC 150/5370-10A ITEM P-603 BITUMINOUS TACK COAT DESCRIPTION 603-1.1 This item shall consist of preparing and treating a bituminous or concrete surface with bituminous material in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. MATERIALS 603-2.1 BITUMINOUS MATERIALS. The bituminous material shall be either cutback asphalt, emulsi- fied asphalt, or tar and shall conform to the requirements of Table 1. The type, grade, controlling specifica- tion, and application temperature of bituminous material to be used shall be specified by the Engineer. TABLE 1. BITUMINOUS MATERIAL Application Temperature Type and Grade Specification _ Deg. F Deg. C Emulsified Asphalt SS -I, SS-lh CSS -1, CSS-lh Cutback Asphalt RC -70 Tar RTCB 5, RTCB 6 i ASTM D 977 I 75-130 1 25-55 ASTM D 2397 I 75-130 25-55 ASTM D 2028 120-160 1 50-70 i AASHTO M 52 1 60-120 i 15-50 CONSTRUCTION METHODS 603-3,1 WEATHER LIMITATIONS. The tack coat shall be applied only when the existing surface is dry and the atmospheric temperature is above 60° F (15° C). The temperature requirements may be waived, but only when so directed by the Engineer. 603-3.2 EQUIPMENT. The Contractor shall provide equipment for heating and applying the bituminous material. The distributor shall be designed, equipped, maintained, and operated so that bituminous material at even heat may be applied uniformly on variable widths of surface at the specified rate. The allowable variation from the specified rate shall not exceed 10 percent. Distributor equipment shall include a tachometer, pres- sure gages, volume -measuring devices or a calibrated tank, and a thermometer for measuring temperatures of tank contents. The distributor shall be self -powered and shall be equipped with a power unit for the pump and full circulation spray bars adjustable laterally and vertically. A power broom and/or blower shall be provided for any required cleaning of the surface to be treated. 603-3.3 APPLICATION OF BITUMINOUS MATERIAL. Immediately before applying the tack coat, the full width of surface to be treated shall be swept with a power broom and/or airblast to remove all loose dirt and other objectionable material. 603 - 1 AC 150/5370-10A 2/17/89 Emulsified asphalt shall be diluted by the addition of water when directed by the Engineer and shall be applied a sufficient time in advance of the paver to ensure that all water has evaporated before any of the overlying mixture is placed on the tacked surface. The bituminous material including vehicle or solvent shall be uniformly applied with a bituminous distribu- tor at the rate of 0.05 to 0.15 gallons per square yard (0.24 to 0.72 liters per square meter) depending on the condition of the existing surface. The type of bituminous material and application rate shall be approved by the Engineer prior to application. Following the application, the surface shall be allowed to cure without being disturbed for such period of time as may be necessary to permit drying out and setting of the tack coat. This period shall be determined by the Engineer. The surface shall then be maintained by the Contractor until the next course has been placed. Suitable precautions shall be taken by the Contractor to protect the surface against damage during this interval. 603-3.4 BITUMINOUS MATERIAL -CONTRACTOR'S RESPONSIBILIITY. Samples of the bituminous material that the Contractor proposes to use, together with a statement as to its source and character, must be submitted and approved before use of such material begins. The Contractor shall require the manufactur- er or producer of the bituminous material to furnish material subject to this and all other pertinent require- ments of the contract. Only satisfactory materials so demonstrated by service tests, shall be acceptable. The Contractor shall furnish the vendor's certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The report shall be delivered to the Engineer before permission is granted for use of the material. The furnishing of the vendor's certified test report for the bituminous material shall not be interpreted as a basis for final acceptance. All such test reports shall be subject to verification by testing samples of material received for use on the project. 603-3.5 FREIGHT AND WEIGH BILLS. Before the final estimate is allowed, the Contractor shall file with the Engineer receipted bills when railroad shipments are made, and certified weigh bills when materials are received in any other manner, of the bituminous materials actually used in the construction covered by the contract. The Contractor shall not remove bituminous material from the tank car or storage tank until the initial outage and temperature measurements have been taken by the Engineer, nor shall the car or tank be released until the final outage has been taken by the Engineer. Copies of freight bills and weigh bills shall be furnished to the Engineer during the progress of the work. METHOD OF MEASUREMENT 603-4.1 The bituminous material for tack coat shall be measured by the [gallon (liter)] [ton (kg)]. Volume shall be corrected to the volume at 60' F (15° C) in accordance with ASTM D 1250 for cutback asphalt, ASTM D 633 for tar, and Table IV -3 of The Asphalt Institute's Manual MS -6 for emulsified asphalt. Water added to emulsified asphalt will not be measured for payment. BASIS OF PAYMENT 603-5.1 Payment shall be made at the contract unit price per [gallon (liter)] [ton (kg)] of bituminous materi- al. This price shall be full compensation for furnishing all materials, for all preparation, delivery, and appli- cation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-603-5.1 Bituminous Tack Coat --per [gallon (liter)][ton (kg)] MATERIAL REQUIREMENTS ASTM D 633 Volume Correction Table for Road Tar ASTM D 977 Emulsified Asphalt 603 - 2 2/17/89 AC 150/5370-10A ASTM D 1250 Petroleum Measurement Tables ASTM D 2028 Liquid Asphalt (Rapid -Curing Type) ASTM D 2397 Cationic Emulsified Asphalt AASHTO M 52 Tar for Use in Road Construction Asphalt Institute Manual Temperature -Volume Corrections for Emulsified Asphalts MS -6 Table IV -3 603 — 3 No Text No Text r—< r-+ 2/17/89 AC 150/5370-10A ITEM P-605 JOINT SEALING FILLER DESCRIPTION 605-1.1 This item shall consist of providing and installing a resilient and adhesive joint sealing filler capa- ble of effectively sealing joints and cracks in pavements. MATERIALS 605-2.1 JOINT SEALERS. Joint sealing materials shall meet the requirements of Each lot or batch of sealing compound shall be delivered to the jobsite in the manufacturer's original sealed contained. Each container shall be marked with the manufacturer's name, batch or lot number, and the safe heating temperature and shall be accompanied by the manufacturer's certification stating that the compound meets the requirements of this specification.: Each lot of preformed joint sealer delivered to the jobsite shall be accompanied by the manufacturer's certifi- cation stating that it meets the requirements of this specification. 605-2.2 LUBRICANT. Lubricant for installation of preformed joint seal shall be a one -component po- lychloroprene compound containing only soluble phenolic resins blended together with anti -oxidants and acid acceptors in aromatic hydrocarbon solvent mixture and shall meet the following requirements: 605 - 1 AC 150/5370-10A Requirements ASTM Average weight per gallon, pounds 7.8 Solids content, percent by weight 22-28 D1644, Method A Film strength, psi 2,300 min. D412 Elongation, percent 750 min. D412 2/17/89 Each shipment of lubricant shall be delivered to the jobsite in the manufacturer's original sealed container. Each container shall be marked with the manufacturer's name, batch or lot number, and the date of manu- facture and shall be accompanied by the manufacturer's certification stating that the lubricant meets the re- quirements of the specification. This lubricant shall be stored at a temperature between 50° F (100 Q and 80° F (30° C) and shall be used within 270 days of its manufacture. CONSTRUCTION METHODS 605-3.1 TIME OF APPLICATION. Joints shall be sealed as soon after completion of the curing period as feasible and before the pavement is opened to traffic, including construction equipment. The pavement temperature shall be above [40° F (4° C)][(50° F (10° C)] at the time of installation of the [preformed joint seal][poured joint sealing material]. 605-3.2 PREPARATION OF JOINTS. Immediately before sealing, the joints shall be thoroughly cleaned of all laitance, curing compound, and other foreign material. Cleaning shall be accomplished by [sandblast- ing] [wire brushing] [high pressure water blast]. Upon completion of cleaning, the joints shall be blown out with compressed air. The joint faces shall be surface dry when the seal, is applied. Prior to resealing joints, the existing joint material shall be removed to the depth as shown on the plans. If joint sealer other than that originally used is specified, all existing joint sealer shall be removed. 605-3.3 INSTALLATION OF SEALANTS. Joints shall be inspected for proper width, depth, alignment, and preparation, and shall be approved by the Engineer before sealing is allowed. Sealants shall be installed in accordance with the following requirements: :Hot Poured Sealants. The joint sealant shall be applied uniformly solid from bottom to top and shall be filled without formation of entrapped air or voids. A backing material shall be placed as shown on the plans and shall be nonadhesive to the concrete or the sealant material. The heating kettle shall be an indirect heating type, 605 - 2 2/17/89 AC 150/5370-10A constructed as a double boiler. A positive temperature control and mechanical agitation shall be provided. The sealant shall not be heated to more than 20° F (-11° C) below the safe heating temperature. The safe heating temperature can be obtained from the manufacturer's shipping container. A direct connecting pressure type ex- truding device with nozzles shaped for insertion into the joint shall be provided. Any sealant spilled on the surface of the pavement shall be removed immediately. Applied Sealants. Cold applied joint sealing compound shall be applied by means of pressure equipment that will force the sealing material to the bottom of the joint and completely fill the joint without spilling the material on the surface of the pavement. A backing material shall be placed as shown on the plans and shall be nonadhesive to the concrete or the sealant material. Sealant which does not bond to the concrete surface of the joint walls, contains voids, or fails to set to a tack—free condition will be rejected and replaced by the Contrac- tor at no additional cost. Before sealing the joints, the Contractor shall demonstrate that the equipment and procedures for preparing, mixing, and placing the sealant will produce a satisfactory joint seal. This shall in- clude the preparation of two small batches and the application of the resulting material. [Preformed Elastomeric Joint Seals. Preformed joint sealer shall be placed using equipment capable of install- ing the sealer in the upright position, without cutting, nicking, distorting, or otherwise damaging the seal. Lu- bricant shall be applied to the concrete or the preformed seal, or both, and the seal shall be installed in a substantially compressed condition and at the depth below the surface of the pavement as shown in the plans. The method of installation shall be such that the joint sealer will not be stretched more than 5 percent of the minimum theoretical length, or compressed more than 2 percent. The method of installation shall be checked for stretching or compression, using transverse joint sealer. The check shall consist of installing sealer in five joints of at least 25 feet (7.5 m) in length, removing the sealer immediately after installation, and checking the length. This check may be modified by premarking or precutting the sealer to length prior to installation if this is compatible with the equipment being used. If the measured length of any of these five sealers indicated that the sealer is stretched or compressed beyond these limits, the installation shall be modified to correct the situation. Once satisfactory` sealing operations have started, one joint length per every hundred shall be removed and checked. If the Iimits are exceeded, the joint sealers on either side should be removed until the condition disap- pears. The affected joints shall be resealed in a satisfactory manner at no cost to the owner, and the method of installation shall be checked again for satisfactory procedure. The seal shall be installed in the longest practica- ble lengths in longitudinal joints and shall be cut at the joint intersections for continuous installation of the seal in the transverse joints.] METHOD OF MEASUREMENT r- 605-4.1 Joint sealing material shall be measured by the [gallon (liter)] [pound (kg)] [linear foot (meter)] of sealant in place, complete, and accepted. P" 605 — 3 AC 150/5370-10A BASIS OF PAYMENT 2/17/89 605-5.1 Payment for joint sealing material shall be made at the contract unit price per [gallon (liter)] [pound (kg)] [linear foot (meter)]. The price shall be full compensation for furnishing all materials, for all prepara- tion, delivering, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-605-5.1 Joint Sealing Filler - per gallon (liter) Item P-605-5.2 Joint Sealing Filler - per pound (kg) Item P-605-5.3 Preformed Sealer - per linear foot (meter) TESTING REQUIREMENTS ASTM D 412 Tests for Rubber Properties in Tension ASTM D 1644 Tests for Nonvolatile Content of Varnishes MATERIAL REQUIREMENTS ASTM D 1854 Jet -Fuel -Resistant Concrete Joint Sealer, Hot -Poured Elastic Type ASTM D 2628 Preformed Polychloroprene Elastomeric Joint Seals for Con- crete Pavements ASTM D 3405 Joint Sealants, Hot -Poured, for Concrete and Asphalt Pave- ments ASTM D 3406 Joint Sealants, Hot -Poured, Elastomeric-Type, for Portland Cement Concrete Pavements ASTM D 3569 Joint Sealant, Hot -Poured, Elastometric, Jet -Fuel -Resistant Type, for Portland Cement Concrete Pavements ASTM D 3581 Joint Sealant, Hot -Poured, Jet -Fuel -Resistant Type, for Port- land Cement Concrete and Tar -Concrete Pavements Fed. Spec. SS -S-200 Sealing Compounds, Two Component, Elastomeric, Polymer Type, Jet -Fuel Resistant, Cold Applied 605 - 4 hent shall conform to the requirements of ASTM C 150, Type I" te, or hard grade billet steel meeting ASTM A 615, Grade 60, or re fabric meeting ASTM A 185." itconcrete.,shall beincludedin othei 2/17/89 AC 150/5370-10A ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE DESCRIPTION 610-1.1 This item shall consist of [plain][reinforced] structural portland cement concrete, prepared and con- structed in accordance with these specifications, at the locations and of the form and dimensions shown on the plans. L.,, MATERIALS 610-2.1 GENERAL. Only approved materials, conforming to the requirements of these specifications, shall be used in the work. They may be subjected to inspection and tests at any time during the progress of their preparation or use. The source of supply of each of the materials shall be approved by the Engineer before deliveryor use is started. Re presentative relimin p p ary samples of the materials shall be submitted by the Contractor, when required, for examination and test. Materials shall be scored and handled to insure the preservation of their quality and fitness for use and shall be located to facilitate prompt inspection. All equipment for handling and transporting materials and concrete must be clean before any material or con- crete 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. 610-2.2 COARSE AGGREGATE. The coarse aggregate for concrete shall meet the requirements of ASTM C 33. n Coarse aggregate shall be well graded from coarse to fine and shall meet one of the gradations shown in Table 1, using ASTM C 136. 610-2.3 FINE AGGREGATE. The fine aggregate for concrete shall meet the requirements of ASTM C 33. The fine aggregate shall be well graded from fine to coarse and shall meet the requirements of Table 2, 1e" when tested in accordance with ASTM C 136: 0 TABLE 1. GRADATION FOR COARSE AGGREGATE Sieve Designation (square openings) Percentage by Weight Passing Sieves 2,, "K i/z" N. No.4 No. 4 to 3/4 in.(4.75-19.0 mm) 100 90-100 20-55 0-10 No. 4 to 1 in.(4.75-25.0 mm) 100 90-100 25-60 0-10 No. 4 to 11/2 in.(4.75-38.1 100 95-100 35-70 10-30 0-5 mm) 610 - 1• AC 150/5370-10A TABLE 2. GRADATION FOR FINE AGGREGATE Sieve Designation (square openings) Percentage by Weight Passing Sieves 3/s inch (9.5 mm) 100 No. 4 (4.75 mm) 95-100 No. 16 (1.18 mm) 45-80 No. 30 (0.60 mm) 25-55 No. 50 (0.30 mm) 10-30 No. 100 (0.15 mm) 2-10 2/17/89 Blending will be permitted, if necessary, in order to meet the gradation requirements for fine aggregate. Fine aggregate deficient in the percentage of material passing the No. 50 mesh sieve may be accepted, pro- vided that such deficiency does not exceed 5% and is remedied by the addition of pozzolanic or cementi- tious materials other than portland cement, as specified in 610-2.6 on admixtures, in sufficient quantity to produce the required workability as approved by the Engineer. 610-2.4 CEMENT. Cement shall conform to the requirements of [ ] Type [ J. The Contractor shall furnish vendors' certified test reports for each carload, or equivalent, of cement shipped to the project. The report shall be delivered to the Engineer before permission to use the cement is granted. All such test reports shall be subject to verification by testing sample materials received for use on the project. 610-2.5 WATER. The water used in concrete shall be free from sewage, oil, acid, strong alkalies, vegeta- ble matter, and clay and loam. If the water is of questionable quality, it shall be tested in accordance with AASHO T 26. 610-2.6 ADMIXTURES. The use of any material added to the concrete mix shall be approved by the Engineer. Before approval of any material, the Contractor shall be required to submit the results of com- plete physical and chemical analyses made by an acceptable testing laboratory. Subsequent tests shall be made of samples taken by the Engineer from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. Pozzolanic admixtures shall be fly ash or raw or calcined natural pozzolons meeting the requirements of ASTM C 618. Air -entraining admixtures shall meet the requirements of ASTM C 260. Air -entraining admixtures shall be added at the mixer in the amount necessary to produce the specified air content. Water -reducing, set -controlling admixtures shall meet the requirements of ASTM C 494, Type A, water - reducing or Type D, water -reducing and retarding. Water -reducing admixtures shall be added at the mixer separately from air -entraining admixtures in accordance with the manufacturer's printed instructions. 610-2.7 PREMOLDED JOINT MATERIAL. Premolded joint material for expansion joints shall meet the requirements of ASTM [ ] 610 - 2 2/17/89 AC 150/5370-10A 610-2.8 JOINT FILLER. The filler for joints shall meet the requirements of Item P-605, unless otherwise specified in the proposal. �*+ 610-2.9 STEEL REINFORCEMENT. Reinforcing shall -consist of [ ] conforming to the require- ments of [ ]. 610-2.10 COVER MATERIALS FOR CURING. Curing materials shall conform to one of the following specifications: Waterproof Paper for Curing Concrete ASTM C 171 Polyethylene Sheeting for Curing Concrete ASTM C 171 Liquid Membrane -Forming Compounds for Curing Concrete ASTM C 309, Type 2 CONSTRUCTION METHODS 610-3.1 GENERAL. The Contractor shall furnish all labor, materials, and services necessary for, and inci- dental 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 suffi- cient size to meet the requirements of the work, and shall be such as to produce satisfactory work; all work shall be subject to the inspection and approval of the Engineer. 610-3.2 CONCRETE COMPOSITION. The concrete shall develop a compressive strength of [ ] psi in 28 days as determined by test cylinders made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. The concrete shall contain not less than 470 pounds of cement per cubic yard (280 kg per cubic meter). The concrete shall contain 5 percent of entrained air, plus or minus 1 percent, as determined by ASTM C 231 and shall have a slump of not more than 4 inches (10 cm) as determined by ASTM C 143. 610-3.3 ACCEPTANCE SAMPLING AND TESTING. Concrete for each structure will be accepted on the basis of the compressive strength specified in paragraph 3.2. The concrete shall be sampled in accord- ance with ASTM C 172. Compressive strength specimens shall be made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. Concrete cylindrical test specimens shall be made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. The Contractor shall cure and store the test specimens under such conditions as directed. The Engineer will make the actual tests on the specimens at no expense to the Contractor. 610 - 3 AC 150/5370-10A 2/17/89 610-3.4 PROPORTIONING AND MEASURING DEVICES. When package cement is used, the quantity for each batch shall be equal to one or more whole sacks of cement. The aggregates shall be measured separately by weight. If aggregates are delivered to the mixer in batch trucks, the exact amount for each mixer charge shall be contained in each batch compartment. Weighing boxes or hoppers shall be approved by the Engineer and shall provide means of regulating the flow of aggregates into the batch box so that the required and exact weight of aggregates can be readily obtained. 610-3.5 CONSISTENCY. The consistency of the concrete shall be checked by the slump test specified in ASTM C 143. 610-3.6 MIXING. Concrete may be mixed at the construction site, at a central point, or wholly or in part in truck mixers. The concrete shall be mixed and delivered in accordance with the requirements of ASTM C 94. 610-3.7 MIXING CONDITIONS. The concrete shall be mixed only in quantities required for immediate use. Concrete shall not be mixed while the air temperature is below 40° F (4° C) without permission of the Engineer. If permission is granted for mixing under such conditions, aggregates or water, or both, shall be heated and the concrete shall be placed at a temperature not less than 50° (10° C) nor more than 100" F (38° Q. The Contractor shall be held responsible for any defective work, resulting from freezing or injury in any manner during placing and curing, and shall replace such work at his/her expense. Retempering of concrete by adding water or any other material shall not be permitted. The delivery of concrete to the job shall be in such a manner that batches of concrete will be deposited at uninterrupted intervals. 610-3.8 FORMS. Concrete shall not be placed until all the forms and reinforcements have been inspected and approved by the Engineer. Forms shall be of suitable material and shall be of the type, size, shape, quality, and strength to build the structure as designed on the plans. The forms shall be true to line and grade and shall be mortar -tight and sufficiently rigid to prevent displacement and sagging between supports. The Contractor shall bear responsibility for their adequacy. The surfaces of forms shall be smooth and free from irregularities, dents, sags, and holes. The internal ties shall be arranged so that, when the forms are removed, no metal will show in the concrete surface or discolor the surface when exposed to weathering. All forms shall be wetted with water or with a nonstaining mineral oil which shall be applied shortly before the concrete is placed. Forms shall be con- structed so that they can be removed without injuring the concrete or concrete surface. The forms shall not be removed before the expiration of at least 30 hours from vertical faces, walls, slender columns, and similar structures; forms supported by falsework under slabs, beams, girders, arches, and similar construction shall not be removed until tests indicate that at least 60% of the design strength of the concrete has developed. 610-3.9 PLACING REINFORCEMENT. All reinforcement shall be accurately placed, as shown on the plans, and shall be firmly held in position during concreting. Bars shall be fastened together at intersections. The reinforcement shall be supported by approved metal chairs. Shop drawings, lists, and bending details shall be supplied by the Contractor when required. 610-3.10 EMBEDDED ITEMS. Before placing concrete, any items that are to be embedded shall be firmly and securely fastened in place as indicated. All such items shall be clean and free from coating, rust, scale, oil, or any foreign matter. The embedding of wood shall be avoided. The concrete shall be spaded and consolidated around and against embedded items. 610-3.11 PLACING CONCRETE. All concrete shall be placed during daylight, unless otherwise ap- proved. The concrete shall not be placed until the depth and character of foundation, the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved. Concrete shall be placed as soon as practical after mixing and in no case later than 1 hour after water has been added to the mix. The method and manner of placing shall be such to avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. Dropping the concrete a dis- tance of more than 5 feet (1.5 m), or depositing a large quantity at one point, will not be permitted. Con- crete shall be placed upon clean, damp surfaces, free from running water, or upon properly consolidated soil. 610 - 4 f' 2/17/89 AC 150/5370-10A 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 ade- quate compaction. Vibrators shall be manipulated so as to work the concrete thoroughly around the rein- forcement 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 segrega- �., tion occurs. Concrete deposited under water shall be carefully placed in a compact mass in its final position by means of a tremie, a closed bottom dump bucket, or other approved method and shall not be disturbed after being deposited. 610-3.12 CONSTRUCTION JOINTS. When the placing of concrete is suspended, necessary provisions shall be made for joining future work before the placed concrete takes its initial set. For the proper bonding of old and new concrete, such provisions shall be made for grooves, steps, keys, dovetails, reinforcing bars or other devices as may be prescribed. The work shall be arranged so that a section begun on any day shall be finished during daylight of the same day. Before depositing new concrete on or against concrete 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. 610-3.13 EXPANSION JOINTS. Expansion joints shall be constructed at such points and of such dimen- sions as may be indicated on the drawings. The premolded filler shall be cut to the same shape as that of the surfaces being joined. The filler shall be fixed firmly against the surface of the concrete already in place in such manner that it will not be displaced when concrete is deposited against it. 610-3.14 DEFECTIVE WORK. Any defective work 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 the opinion of the Engineer cannot be repaired satisfactori- ly, the entire section shall be removed and replaced at the expense of the Contractor. 610-3.15 SURFACE FINISH. All exposed concrete surfaces shall be true, smooth, free from open or rough spaces, depressions, or projections. The concrete in horizontal plane surfaces shall be brought flush with the finished top surface at the proper elevation and shall be struck -off with a straightedge and floated. Mortar finishing shall not be permitted, nor shall dry cement or sand -cement mortar be spread over the concrete during the finishing of horizontal plane surfaces. When directed, the surface finish of exposed concrete shall be a rubbed finish. If forms can be removed while the concrete is still green, the surface shall be pointed and wetted and then rubbed with a wooden �^* float until all irregularities are removed. If the concrete has hardened before being rubbed, a carborundum stone shall be used to finish the surface. When approved, the finishing can be done with a rubbing machine. 610-3.16 CURING AND PROTECTION. All concrete shall be properly cured and protected by the Con- tractor. 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 cover- ing with an approved material. Water -absorptive coverings shall be thoroughly saturated when placed and kept saturated for a period of at least 3 days. All curing mats or blankets shall be sufficiently weighted or tied down to keep the concrete surface covered and to prevent the surface from being exposed to currents of air. Where wooden forms are used, they shall be kept wet at all times until removed to prevent the opening of joints and drying out of the concrete. Traffic shall not be allowed on concrete surfaces for 7 days after the concrete has been placed. 610-3.17 DRAINS OR DUCTS. Drainage pipes, conduits, and ducts that are to be encased in concrete shall be installed by the Contractor before the concrete is placed. The pipe shall be held rigidly so that it will not be displaced or moved during the placing of the concrete. 610-3.18 COLD WEATHER PROTECTION. When concrete is placed at temperatures below 40° F (4' C), the Contractor shall provide satisfactory methods and means to protect the mix from injury by freezing. The aggregates, or water, or both, shall be heated in order to place the concrete at temperatures between 50° and 100° F (10° and 38' C). Calcium chloride may be incorporated in the mixing water when directed by the Engineer. Not more than 2 pounds (908 grams) of Type 1 nor more than 1.6 pounds (726 grams) of Type 2 shall be added per bag of cement. After the concrete has been placed, the Contractor shall provide sufficient protection such as cover, 610 - 5 AC 150/5370-10A 2/17/88 canvas, framework, heating apparatus, etc., to enclose and protect the structure and maintain the tempera- ture of the mix at not less than 50° F (10° C) until at least 60% of the designed strength has been attained. 610-3.19 FILLING JOINTS. All joints which require filling shall be thoroughly cleaned, and any excess mortar or concrete shall be cut out with proper tools. Joint filling shall not be started until after final curing and shall be done only when the concrete is completely dry. The cleaning and filling shall be carefully done with proper equipment and in a manner to obtain a neat looking joint free from excess filler. METHOD OF MEASUREMENT 6104.1 Portland cement concrete shall be measured by the number of cubic yards (cubic meters) of con- crete complete in place and accepted. In computing the yardage of concrete for payment, the dimensions used shall be those shown on the plans or ordered by the Engineer. No measurements or other allowances shall be made for forms, falsework, cofferdams, pumping, bracing, expansion joints, or finishing of the con- crete. No deductions in yardage shall be made for the volumes of reinforcing steel or embedded items. 6104.2 Reinforcing steel shall be measured by the calculated theoretical number of pounds (kg) placed, as shown on the plans, complete in place and accepted. The unit weight used for deformed bars shall be the weight of plain square or round bars of equal nominal size. If so indicated on the plans, the poundage to be paid for shall include the weight of metal pipes and drains, metal conduits and ducts, or similar materials indicated and included. BASIS OF PAYMENT 610-5.1 Payment shall be made at the contract unit price per cubic yard (cubic meter) for structural port - land cement concrete and per pound (kg) for reinforcing steel. These prices shall be full compensation for furnishing all materials and for all preparation, delivering and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-610-5.1 Structural Portland Cement Concrete—per cubic yard (cubic meter) Item P-610-5.1 Steel Reinforcement—per pound (kg) TESTING REQUIREMENTS ASTM C 31 Making and Curing Test Specimens in the Field ASTM C 39 Compressive Strength of Cylindrical Concrete Specimens ASTM C 136 Sieve or Screen Analysis of Fine and Coarse Aggregate ASTM C 138 Unit Weight, Yield, and Air Content of Concrete ASTM C 143 Slump of Portland Cement Concrete ASTM C 231 Air Content of Freshly Mixed Concrete by the Pressure Method MATERIAL REQUIREMENTS ASTM A 184 Specification for Fabricated Deformed Steel Bar Mats for Concrete Reinforcement ASTM A 185 Welded Steel Wire Fabric for Concrete Reinforcement 610 - 6 r�* 610 - 7 2/17/89 AC 150/5370-t0A ASTM A 497 Specification for Welded Deformed Steel Wire Fabric for Concrete Pavement ASTM A 615 Deformed and Plain Billet -Steel Bars for Concrete Reinforce- ment ASTM C 33 Concrete Aggregates ASTM C 94 Ready -Mixed Concrete ASTM C 150 Portland Cement ASTM C 171 Sheet Materials for Curing Concrete ASTM C 260 Air -Entraining Admixtures for Concrete ASTM C 309 Liquid Membrane -Forming Compounds for Curing Concrete ASTM C 595 BIend Hydraulic Cements c-+ ASTM C 618 Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete �^ ASTM D 1751 Specification for Preformed Expansion Joint Fillers for Con- crete Paving and Structrual Construction ASTM D 1752 Specification for Preformed Sponge Rubber and Cork Expan- sion Joint Fillers for Concrete Paving and Structurual Con- struction r�* 610 - 7 No Text No Text 2122199 AC 15015370-10A CHG 12 ITEM P-620 RUNWAY AND TAXIWAY PAINTING DESCRIPTION 620-1.1 This item shall consist of the painting of numbers, markings, and stripes on the surface of runways, taxiways, .•, and aprons, in accordance with these specifications and at the locations shown on the plans, or as directed by the Engineer. MATERIALS 620-2.1 MATERIALS ACCEPTANCE. The Contractor shall furnish manufacturer's certified test reports for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements. The reports can be used for material acceptance or the Engineer may perform verification testing. The reports shall not be interpreted as a basis for payment. The Contractor shall notify the Engineer upon arrival of a shipment ofmaterials to the site. 620-2.2 PAINT. Paint shall be [ I in accordance with the requirements of paragraph 620-2.21 1. Paint shall be furnished in [ 1 in accordance with Federal Standard No 595. a. WATERBORNE. Paint shall meet the requirements of Federal Specification TT-P-1952D,[Type I or Type Ill. b. EPDXY. Paint shall be a two component, minimum 99 percent solids type system conforming to the following: (1) Pigments. Component A. Percent by weight. (a) White: Titanium Dioxide, ASTM D 476, type H shall be 18 percent minimum (16.5 percent minimum at 100 percent purity). (b) Yellow and Colors: Titanium Dioxide, ASTM D 476, type H shall be 14 to 17 percent. Organic yellow, other colors, and tinting as required to meet color standard. Epoxy resin shall be 75 to 79 percent. (2) Epoxy Content. Component A. The weight per epoxy equivalent, when tested in accordance with ASTM D 1652 shall be the manufacturer's target plus or minus 50. 620 — 1 AC 150/5370-10A CHG 12 2/22199 (3) Amine Number. Component B. When tested in accordance with ASTM D 2074 shall be the manufacturer's target plus or minus 50. (4) Prohibited Materials. The manufacturer shall certify that the product does not contain mercury, lead, hexavalent chromium, halogenated solvents, nor any carcinogen, as defined in 29 CFR 1910.1200. (5) Daylight Directional Reflectance: (a) White: The daylight directional reflectance of the white paint shall not be less than 75 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No. 141, Method 6121. . (b) Yellow: The daylight directional reflectance of the yellow paint shall not be less than 38 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No. 141. The x and y values shall be consistent with the Federal Hegman yellow color standard chart for traffic yellow standard 33538, or shall be consistent with the tolerance listed below: x .462 x .470 x .479 x .501 y .438 y .455 y .428 y .452 (6) Accelerated Weathering. (a) Sample Preparation. Apply the paint at a wet fihn thickness of 0.013 inch (0.33 mm) to four 3 by 6 inch (8 by 15 cm) aluminum panels prepared as described in Federal Test Method Standard No. 141, Method 2013. Air dry the sample 48 hours under standard conditions. (b) Testing Conditions. Test in accordance with ASTM G 53 using both Ultra Violet (W -B) Light and condensate exposure, 72 hours total, alternating 4 hour UV exposure at 60 degree C, and 4 hours condensate exposure at 40 degrees C. (c) Evaluation. Remove the samples and condition for 24 hours under standard conditions. Determine the directional reflectance and color match using the procedures in paragraph 620-2.2b(5) above. Evaluate for conformance with the color requirements. (7) Volatile Organic Content. Determine the volatile organic content in accordance with 40 CFR Part 60 Appendix A, Method 24. (8) Dry Opacity. Use Procedure B, Method B of Method 4121 of Federal Test Method Standard No. 141. The wet film thickness shall be 0.015 inch (0.12 mm). The minimum opacity for white and colors shall be 0.92. (9) Abrasion Resistance. Subject the panels prepared in paragraph 620-2.2b(6) to the abrasion test in accordance with ASTM D 968, Method A, except that the inside diameter of the metal guide tube shall be from 0.747 to 0.750 inch (18.97 to 19.05 mm). Five liters of unused sand shall be used for each test panel. The test shall be run on two test panels. [Note: five liters of sand weighs 17.5 lb. (7.94 kg).] Both baked and weathered paint films shall require not less than 150 liters of sand for the removal of the paint films. (10) Hardness, Shore. Hardness shall be at least 80 when tested in accordance with ASTM D 2240. c. METHACRYLATE. Paint shall be a two component, minimum 99 percent solids -type system conforming to the following: (1) Pigments. Component A. Percent by weight. (a) White: Titanium Dioxide, ASTM D 476, type II shall be 6 percent minimum. Methacrylate resin shall be 18 percent minimum. 620 — 2 2122199 AC 15015370-IOA CHG 12 (b) Yellow and Colors: Titanium Dioxide, ASTM D 476, type II shall be 6 percent minimum. Organic yellow, other colors, and tinting as required to meet color standard. Methacrylate resin shall be 18 percent minimum. (2) Prohibited Materials. The manufacturer shall certify that the product does not contain mercury, lead, hexavalent chromium, halogenated solvents, nor any carcinogen, as defined in 29 CFR 1910.1200. (3) Daylight Directional Reflectance: (a) White: The daylight directional reflectance of the white paint shall not be less than 80 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No. _ 141, Method 6121 (b) Yellow: The daylight directional reflectance of the yellow paint shall not be less than 55 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No. 141. The x and y values shall be consistent with the Federal Hegman yellow color standard chart for traffic yellow standard 33538, or shall be consistent with the tolerance listed below: x .462 x .470 x .479 x .501 y .438 y .455 y .428 y .452 r (4) Accelerated Weathering. (a) Sample Preparation. Apply the paint at a wet film thickness of 0.013 inch (0.33 mm) to four 3 by 6 inch (8 by 15 cm) aluminum panels prepared as described in Method 2013 of Federal Test Method Standard No. 141. Air dry the sample 48 hours under standard conditions. (b) Testing Conditions. Test in accordance with ASTM G 53 using both Ultra Violet (UV -B) Light and condensate exposure, 72 hours total, alternating 4 hour UV exposure at 60 degree C, and 4 hours condensate exposure at 40 degrees C. (c) Evaluation. Remove the samples and condition for 24 hours under standard conditions. Determine the directional reflectance and color match using the procedures in paragraph 620-2.2c(3) M above. Evaluate for conformance with the color requirements. (5) Volatile Organic Content. Determine the volatile organic content in accordance with 40 CFR Part 60 Appendix A, Method 24. (6) Dry Opacity. Use Procedure B, Method B of Method 4121 of Federal Test Method Standard No. 141. The wet film thickness shall be 0.015 inch (0.12 mm). The minimum opacity for white and colors shall be 0.92. (7) Abrasion Resistance. Subject the panels prepared in paragraph 620-2.2c(4) to the abrasion test in accordance with ASTM D 968, Method A, except that the inside diameter of the metal guide tube shall be from 0.747 to 0.750 inch (18.97 to 19.05 mm). Five liters of unused sand shall be used for each test panel. The test shall be run on two test panels. [Note: five liters of sand weighs 17.5 lb. (7.94 kg).] Both baked and weathered paint films shall require not less than 150 liters of sand for the removal of the paint films. (8) Hardness, Shore. Hardness shall be at least 80 when tested in accordance with ASTM D 2240. d. SOLVENT -BASE. Paint shall meet the requirements of Federal Specification [A -A -2886A Type I or Type II]. 620 — 3 AC 150/5370-10A CHG 12 2/22/99 620-2.3 REFLECTIVE MEDIA. Glass beads shall meet the requirements of Fed. Spec. TT -B-1325, [ 1. Glass beads shall be treated with adhesion promoting and/or flotation coatings as specified by the manufacturer of the paint. [620-2.4 SILICA SAND. Silica sand shall be foundry grade silica sand composed of at least 99.5 percent silicon dioxide when tested in accordance with ASTM C 146. The gradation of the silica sand shall meet the paint manufacturer's recommendations and shall approximate a 50/60 graded sand when tested in accordance with ASTM C-1361 CONSTRUCTION METHODS 620-3.1 WEATHER LIMITATIONS. The painting shall be performed only when the surface is dry and when the surface temperature is at least 45 degrees F (7 degrees Q and rising and the pavement surface temperature is at least 5 degrees F (2.7 degrees Q above the dew point. 620-3.2 EQUIPMENT. Equipment shall include the apparatus necessary to properly clean the existing surface, a _ mechanical marking machine, a bead and/or silica sand dispensing machine, and such auxiliary hand -painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an atomizing spray -type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the required coverage and shall apply markings of uniform cross sections and clear-cut edges without running or spattering and without over spray. 620-3.3 PREPARATION OF SURFACE. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, laitance, or other foreign material that would reduce the bond between the paint and the pavement. The area to be painted shall be cleaned by sweeping and blowing or by other methods as required to remove all dirt, laitance, and loose materials. 620 — 4 2/22/99 AC 150/5370-10A CHG 12 620-3.4 LAYOUT OF MARKINGS. The proposed markings shall be laid out in advance of the paint application. .. The locations of markings to receive glass beads shall be shown on the plans. 620-3.5 APPLICATION. Paint shall be applied at the locations and to the dimensions and spacing shown on the plans. Paint shall not be applied until the Iayout and condition of the surface has been approved by the Engineer. The edges of the markings shall not vary from a straight line more than 1/2 inch (12 mm) in 50 feet (15 m) and marking dimensions and spacings shall be within the following tolerances: Dimension and Spacing Tolerance 36 inches 910 mm or less +/- 1/2 inch 12 eater than 36 inches to 6 feet 910 mm to 1.85 m +/- 1 inch 25 n eater than 6 feet to 60 feet 1.85 m to 18.3 m +/- 2 inches 51 greater than 60 feet (18.3 m) +/- 3 inches (76 The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate(s) shown in Table 1. The addition of thinner will not be permitted. A period of [ ] shall elapse between placement of a bituminous surface course or seal coat and application of the paint. TABLE 1. APPLICATION RATES FOR PAINT, GLASS BEADS, AND SILICA SAND "" 620 — 5 Paint Glass Beads, Type I, Glass Beads, Silica Sand Square feet per Gradation A Type III Pounds per gallon gallon, felgal Pounds per gallon Pounds per gallon of paint--lb./gal. (Square meters per of paint--lb./gal. of paint--Ib./gal. (Kilograms per liter Paint Type liter, m2/1) (Kilograms per liter (Kilograms per liter ofpaint--kg/1 of paint--kg/1) ofpaint--kg/1 T 7 "" 620 — 5 AC 15015370-10A CHG 12 2122199 Glass beads shall be distributed upon the marked areas at the locations shown on the plans to receive glass beads immediately after application of the paint. A dispenser shall be furnished which is properly designed for attachment to the marking machine and suitable for dispensing glass beads. Glass beads shall be applied at the rate(s) shown in Table 1. Glass beads shall not be applied to black paint. [Silica sand shall be distributed upon the marked areas at the locations shown on the plans to receive silica sand 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 silica sand. Silica sand shall be applied at the rate(s) shown in Table 1. Glass beads [and silica sand) shall adhere to the cured paint or all marking operations shall cease until corrections are made. All emptied containers shall be returned to the paint storage area for checking by the Engineer. The containers shall not be removed from the airport or destroyed until authorized by the Engineer. 620 — 6 V22199 AC 150/5370-10A CHG 12 620-3.6 PROTECTION. After application of the paint, all markings shall be protected from damage until the paint is dry. All surfaces shall be protected from excess moisture and/or rain and from disfiguration by spatter, splashes, spillage, or drippings of paint. METHOD OF MEASUREMENT 620-4.1 The quantity of runway and taxiway markings to be paid for shall be [the number of square feet (square meters) of painting [, the number of pounds (kilograms of silica sand,] and the number of pounds (kilograms) of reflective media] [one complete item in place] performed in accordance with the specifications and accepted by the Engineer. BASIS OF PAYMENT 620-5.1 Payment shall be made at the respective contract [price per square foot (square meter)] [lump sum price] for runway and taxiway painting [, [price per pound (kilogram)] [lump sum price] for silica sand,] and [price per pound (kilogram)] [lump sum price] for reflective media. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-620-5.1-1 Runway and Taxiway Painting Item P-620-5.1-2 Reflective Media [per pound (kilogram)] [lump sum] Item P-620-5.1-3 Silica Sand [per pound (kilogram)] [lump sum] TESTING REQUIREMENTS ASTM C-146 Chemical Analysis of Glass Sand ASTM C 371 Wire -Cloth Sieve Analysis of Nonplastic Ceramic Powders ASTM D 92 Test Method for Flash and Fire Points by Cleveland Open Cup ASTM D 711 No -Pick -Up Time of Traffic Paint ASTM D 968 Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive ASTM D 1652 Test Method for Epoxy Content of Epoxy Resins ASTM D 2074 Test Method for Total Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method ASTM D 2240 Test Method for Rubber Products-Durometer Hardness ASTM G 53 Operating Light and Water -Exposure Apparatus (Florescent UV -Condensation Type) for Exposure of Nonmetallic Materials. 620 — 7 AC 150/5370-10A CHG 12 2/22199 Federal Test Method Paint, Varnish, Lacquer and Related Materials; Methods of Inspection, Standard No. 141 Sampling and Testing MATERIAL REQUIREMENTS ASTM D 476 Specifications for Titanium Dioxide Pigments Code of Federal Regulations 40 CFR Part 60, Appendix A 29 CFR Part 1910.1200 Fed. Spec. TT -B-1325 Beads (Glass Spheres) Retroreflective — Fed. Spec. TT P -1952D Paint, Traffic and Airfield Marking, Waterborne Commercial Item Description (CID) A -A -2886A Paint, Traffic, Solvent Based Federal Standard 595 Colors used in Government Procurement 620 — 8 type. Tlie joints shall be `water tight. Each joint shall be sealed with C bituminous gasket as specified. The gasket `shall tie installed ' as ;d by the nine manufacturer. viLiL4ui iui - a 08101 No Text iw- 5/20/98 AC 150/5370-10A CHG 11 ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS DESCRIPTION 701-1.1 This item shall consist of the construction of pipe culverts and storm drains in accordance with these specifications and in reasonably close conformity with the lines and grades shown on the plans. MATERIALS 701-2.1 Materials shall meet the requirements shown on the plans and specified below. 701-2.2 PIPE. �*+ - Metallic Coated Corrugated Steel Pipe (Type I, IR or II) ASTM A 760 Galvanized Steel Corrugated Structural Plates and Fasteners for Pipe, Pipe -Arches, and Arches ASTM A 761 Polymer Precoated Corrugated Steel Pipe for Sewers and Drains ASTM A 762 Post -Coated and Lined (Bituminous or Concrete) Corrugated Steel Sewer and Drainage Pipe ASTM A 849 Fiber -Bonded Asphalt, Composite Coated, Corrugated Steel Pipe ASTM A 885 Corrugated Aluminum Alloy Culvert Pipe ASTM B 745 Vitrified Clay Pipe ASTM C 700 Non -Reinforced Concrete Pipe ASTM C 14 Reinforced Concrete Pipe ASTM C 76 Reinforced Concrete D -Load Pipe ASTM C 655 Reinforced Concrete Arch Pipe ASTM C 506 Reinforced Concrete Elliptical Pipe ASTM C 507 Precast Reinforced Concrete Box Sections ASTM C 789 and C 850 _ Poly (Vinyl Chloride) Ribbed Drain Pipe & Fittings ASTM F 794 Based on Controlled Inside Diameter Poly (Vinyl Chloride) (PVC) Corrugated Sewer Pipe With a Smooth Interior and Fittings ASTM F 949 Bituminous -Coated Corrugated Metal Pipe and Pipe Arches AASHTO M 190 Bituminous -Coated Corrugated Aluminum Alloy Culvert Pipe AASHTO M 190 and M 196 Bituminous -Coated Structural Plate Pipe, Pipe Arch, and Arches AASHTO M 167 and M 243 Aluminum Alloy Structural Plate for Pipe, Pipe Arch, and Arches AASHTO M 219 Polyvinyl Chloride (PVC) Pipe ASTM D 3034 Corrugated Polyethylene Drainage Tubing AASHTO M 252 Corrugated Polyethylene Pipe AASHTO M 294 Poly (Vinyl Chloride) (PVC) Profile Wall Drain Pipe and Fittings Based AASHTO M 304 u.., on Controlled Inside Diameter 701-2.3 CONCRETE. Concrete for pipe cradles shall have a minimum compressive strength of 2000 psi (13.8 MPa) at 28 days and conform to the requirements of ASTM C 94. 701-2.4 RUBBER GASKETS. Rubber gaskets for rigid pipe shall conform to the requirements of ASTM C 443. Rubber gaskets for PVC pipe shall conform to the requirements of ASTM F 477. Rubber gaskets for zinc -coated steel pipe and precoated galvanized pipe shall conform to the requirements of ASTM D 1056, for the "RE" closed cell grades. 701-2.5 JOINT MORTAR Pipe joint mortar shall consist of one part portland cement and two parts sand. The portland cement shall conform to the requirements of ASTM C 150, Type I. The sand shall conform to the requirements of ASTM C 144. r 701-1 AC 150/5370-10A 2/17/89 701-2.6 OAKUM. Oakum for joints in bell and spigot pipe shall be made from hemp (Cannabis Sativa) line, or Benares Sunn fiber, or from a combination of these fibers. The oakum shall be thoroughly corded and finished. 701-2.7 JOINT FILLERS. Poured filler for joints shall conform to the requirements of ASTM D 1190. 701-2.8 PLASTIC GASKETS. Plastic gaskets shall conform to the requirements of AASHTO M 198 (Type B). 701-2.9 COMPRESSION JOINTS. Materials for compression joints for vitrified clay pipe shall meet the requirements of ASTM C 425. CONSTRUCTION METHODS 701-3.1 EXCAVATION. The width of the pipe trench shall be sufficient to permit satisfactory jointing of the pipe and thorough tamping of the bedding material under and around the pipe, but it shall not be less than the external diameter of the pipe plus 6 inches (150 mm) on each side. The trench walls shall be approximately vertical. Where rock, hardpan, or other unyielding material is encountered, the Contractor shall remove it from below the foundation grade for a depth of at least 12 inches (300 mm) or one-half inch (12 mm) for each foot of fill over the top of the pipe (whichever is greater) but for no more than three-quarters of the nominal diameter of the pipe. The width of the excavation shall be at least 1 foot (30 cm) greater than the horizontal outside diameter of the pipe. The excavation below grade shall be backfilled with selected fine compressible material, such as silty clay or loam, and lightly compacted in layers not over 6 inches (150 mm) in uncompacted depth to form a uniform but yielding foundation Where a firm foundation is not encountered at the grade established, due to soft, spongy, or other unstable soil, the unstable soil shall be removed and replaced with approved granular material for the full trench width The Engineer shall determine the depth of removal necessary. The granular material shall be compacted to provide adequate support for the Pipe. The excavation for pipes that are placed in embankment fill shall not be made until the embankment has been completed to a height above the top of the pipe as shown on the plans. 701-3.2 BEDDING. The pipe bedding shall conform to the class specified on the plans. When no bedding class is specified or detailed on the plans, the requirements for Class C bedding shall apply. a. Rigid Pipe. Class A bedding shall consist of a continuous concrete cradle conforming to the plan details. Class B bedding shall consist of a bed of granular material having a thickness of at least 6 inches (150 mm) below the — bottom of the pipe and extending up around the pipe for a depth of not less than 30 percent of the pipe's vertical outside diameter. The layer of bedding material shall be shaped to fit the pipe for at least 10 percent of the pipe's vertical diameter and shall have recesses shaped to receive the bell of bell and spigot pipe. The bedding material shall be sand or selected sandy soil, all of which passes a 3/8 inch (9 mm) sieve and not more than 10 percent of which passes a No. 200 (0.075 mm) sieve. Class C bedding shall consist of bedding the pipe in its natural foundation to a depth of not less than 10 percent of the pipe's vertical outside diameter. The bed shall be shaped to fit the pipe and shall have recesses shaped to receive the bell of bell and spigot pipe. 701-2 2/17/89 AC 150/5370-10A b. Flexible Pipe. For flexible pipe, the bed shall be roughly shaped to fit the pipe, and a bedding blanket of sand or fine granular material shall be provided as follows: Pipe Corrugation Depth Minimum Bedding Depth in. mm in. mm V2 12.5 1 25.0 1 25.0 2 50.0 2 50.0 3 75.0 21/2 62.5 31/2 87.5 c. PVC and Polyethylene Pipe. For PVC and polyethylene pipe, the bedding material shall consist of coarse sands and gravels with a maximum particle size of 3/4 -inch (13 mm). For pipes installed under paved areas, no more than 12 percent of the material shall pass the No. 200 (0.075 mm) sieve. For all other areas, no more than 50 percent of the material shall pass the No. 200 (0.075 mm) sieve. The bedding shall have a thickness of at least 6 inches (150 mm) below the bottom of the pipe and extend up around the pipe for a depth of not less than 50 percent of the pipe's vertical outside diameter. 701-3.3 LAYING PIPE. The pipe laying shall begin at the lowest point of the trench and proceed up- grade. The lower segment of the pipe shall be in contact with the bedding throughout its full length. Bell or groove ends of rigid pipes and outside circumferential laps of flexible pipes shall be placed facing upgrade. Paved or partially lined pipe shall be placed so that the longitudinal center line of the paved segment coin- cides with the flow line. Elliptical and elliptically reinforced pipes shall be placed with the manufacturer's top of pipe mark within five degrees of a vertical plane through the longitudinal axis of the pipe. 701-3.4 JOINING PIPE. Joints shall be made with (1) portland cement mortar, (2) portland cement grout, (3) rubber gaskets, (4) oakum and mortar, (5) oakum and joint compound, or (6) plastic gaskets. Mortar joints shall be made with an excess of mortar to form a continuous bead around the outside of the pipe and shall be finished smooth on the inside. Molds or runners shall be used for grouted joints in order to retain the poured grout. Rubber ring gaskets shall be installed to form a flexible watertight seal. Where oakum is used, the joint shall be caulked with the oakum and then sealed with joint compound or mortar. a. Concrete Pipe. Concrete pipe may be either bell and spigot or tongue and groove. The method of joining pipe sections shall be such that the ends are fully entered and the inner surfaces are reasonably flush and even. Joints shall be thoroughly wetted before mortar or grout is applied. b. Metal Pipe. Metal pipe shall be firmly joined by form fitting bands conforming to the require- ments of ASTM A 760 for steel pipe and AASHTO M 196 for aluminum pipe. c. PVC and Polyethylene Pipe. Joints for PVC pipe shall conform to the requirements of ASTM D 3212. Fittings for polyethylene pipe shall conform to the requirements of AASHTO M 252. d. Vitrified Clay Pipe. Fittings for vitrified clay pipe shall conform to the requirements of ASTM C 700. Materials for compression joints shall conform to the requirements of ASTM C 425. 701-3.5 BACKFILLING. Pipes shall be inspected before any backfill is placed; any pipes found to be out of alignment, unduly settled, or damaged shall be removed and relaid or replaced at the Contractor's ex- pense. Material for backfill shall be fine, readily compatible soil, or granular material selected from the excavation or a source of the Contractor's choosing. It shall not contain frozen lumps, stones that would be retained on a 2 -inch (50.0 mm) sieve, chunks of highly plastic clay, or other objectionable material. No less than 95 percent of a granular backfill material shall pass through a 1/2 inch (12 mm) sieve, and no less than 95 percent of it shall be retained on a No. 4 (4.75 mm) sieve. 701 - 3 AC 150/5370-10A 2/17/89 When the top of the pipe is even with or below the top of the trench, the backfill shall be compacted in layers not exceeding 6 inches (150 mm) on both sides of the pipe and shall be brought up one foot (30 cm) above the top of the pipe or to natural ground level, whichever is greater. Care shall be exercised to thor- oughly compact the backfill material under the haunches of the pipe. Material shall be brought up evenly on both sides of the pipe. When the top of the pipe is above the top of the trench, the backfill shall be compacted in layers not ex- ceeding 6 inches (150 mm) and shall be brought up evenly on both sides of the pipe to 1 foot (30 cm) above the top of the pipe. The width of backfill on each side of the pipe for the portion above the top of the trench shall be equal to twice the pipe's diameter of 12 feet (3.5 m), whichever is less. For PVC and polyethylene pipe, the backfill shall be placed in 'two stages; first to the top of the pipe and then at least 12 inches (300 mm) over the top of the pipe. The backfill material shall meet the requirements of paragraph 701-3.2c. All backfill shall be compacted to the density required under Item P-152. METHOD OF MEASUREMENT 701-4.1 The length of pipe shall be measured in linear feet (meters) of pipe in place, completed, and ap- proved. It shall be measured along the centerline of the pipe from end or inside face of structure to the end or inside face of structure, whichever is applicable. The several classes, types and size shall be measured separately. All fittings shall be included in the footage as typical pipe sections in the pipe being measured. 701-4.2 The volume of concrete for pipe cradles to be paid for shall be the number of cubic yards (cubic meters) of concrete which is completed in place and accepted. 701-4.3 The volume of rock to be paid for shall be the number of cubic yards (cubic meters) of rock excavated. No payment shall be made for the cushion material placed for the bed of the pipe. i BASIS OF PAYMENT 701-5.1 Payment will be made at the contract unit price per linear foot (meter) for each kind of pipe of the type and size designated; at the contract unit price per cubic yard (cubic meter) of concrete for pipe cradles; and at the contract unit price per cubic yard (cubic meter) for rock excavation. These prices shall fully compensate the Contractor for furnishing all materials and for all preparation, exca- vation, and installation of these materials; and for all Iabor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item 701-5.1 [ ] inch [ ] per linear foot (meter) Item 701-5.2 Concrete for pipe cradles --per cubic yard (cubic meter) Item 701-5.3 Rock excavation --per cubic yard (cubic meter) MATERIAL REQUIREMENTS ASTM A 760 Corrugated Steel Pipe, Metallic -Coated for Sewers and Drains 701-4 5/20/98 AC 150/5370-10A CHG 11 ASTM A 761 Steel Galvanized, Corrugated Structural Plates and Fasteners for Pipe, Pipe -Arches, and Arches ASTM A 762Precoated (Polymeric) Galvanized Steel Sewer and Drainage Pipe ASTM A 849Post-Coated and Lined (Bituminous or Concrete) Corrugated Steel Sewer and Drainage Pipe ASTM A 885 Steel Sheet, Zinc and Aramid Fiber Composite Coated for Corrugated Steel Sewer, Culvert, and +^* Underdrain Pipe ASTM B 745 Corrugated Aluminum Alloy Culvert Pipe r ASTM C 14 Concrete Sewer, Storm Drain, and Culvert Pipe ASTM C 76 Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe ASTM C 94 Ready Mixed Concrete ,+ ASTM C 144 Aggregate for Masonry Mortar ASTM C 150 Portland Cement ASTM C 425 Compression Joints for Vitrified Clay Pipe ASTM C 443 Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets ASTM C 506 Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe ASTM C 507 Reinforced Concrete Elliptical Culvert, Storm Drain and Sewer Pipe ASTM C 655 Reinforced Concrete D -Load Culvert, Storm Drain and Sewer Pipe ASTM C 700 Vitrified Clay Pipe, Extra Strength, Standard Strength, and Perforated ASTM C 789 Precast Reinforced Concrete Box Sections for Culverts, Storm Drains, and Sewers er*, ASTM C 850 Precast Reinforced Concrete Box Sections for Culverts, Storm Drains, and Sewers with Less than 2 feet of Cover ASTM D 1056 Flexible Cellular Materials—Sponge or Expanded Rubber ASTM D 1190 Concrete Joint Sealer, Hot Poured Elastic Type ASTM D 3034 Type PSMPoly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings ASTM D 3212 Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals ASTM F 477 Elastomeric Seals (Gaskets) for Joining Plastic Pipe ASTM F 794 Poly (Vinyl Chloride) Ribbed Drain Pipe & Fittings Based on Controlled Inside Diameter ASTM F 949 Poly (Vinyl Chloride) (PVC) Corrugated Sewer Pipe With a Smooth Interior and Fittings AASHTO M 190 Bituminous -Coated Corrugated Metal Culvert Pipe and Pipe Arches AASHTO M 196 Corrugated Aluminum Alloy Culverts and Underdrains AASHTO M 198 Joints for Circular Concrete Sewer and Culvert Pipe Using Flexible Watertight Gaskets 701-5 AC 150/5370-10A CHG 11 5/20/98 AASHTO M 219 Aluminum Alloy Structural Plate for Pipe, Pipe -Arches, and Arches —. AASHTO M 243 Field Applied Coating of Corrugated Metal Structural Plate for Pipe, Pipe -Arches, and Arches AASHTO M 252 Corrugated Polyethylene Drainage Tubing AASHTO M 294 Corrugated Polyethylene Pipe AASHTO M 304 Poly (Vinyl Chloride) (PVC) Profile Wall Drain Pipe and Fittings Based on Controlled Inside Diameter 701 — 6 No Text No Text LAO 2/17/89 AC 150/5370-10A ITEM D-752 CONCRETE CULVERTS, HEADWALLS, AND MISCELLANEOUS DRAINAGE STRUCTURES DESCRIPTION 752-1.1 This item shall consist of [ ." , : ] concrete culverts, headwalls, and miscellaneous drain- age 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. MATERIALS 752-2.1 CONCRETE. { .] concrete shall meet the requirements of Item P-610. CONSTRUCTION METHODS 752-3.1 UNCLASSIFIED EXCAVATION. a. Trenches and foundation pits for structures or structure footings shall be excavated to the lines and grades or elevations shown on the plans. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure footings shown. The elevations of the bottoms of footings, as shown on the plans, shall be considered as approximate only; and the Engineer may order, in writing, changes in dimensions or elevations of footings necessary to secure a satisfactory foundation. b. Boulders, logs, or any other objectionable material encountered in excavation shall be removed. All rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped, or serrated, as directed by the Engineer. All seams or crevices shall be cleaned out and grouted. All loose and disintegrated rock and thin strata shall be removed. When concrete is to rest on a surface other than rock, special care shall be taken not to disturb the bottom of the excavation, and excava- tion to final grade shall not be made until just before the concrete or reinforcing steel is to be placed. c. The Contractor shall do all bracing, sheathing, or shoring necessary to perform and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheathing, or shoring shall be included in the unit price bid for excavation. d. Unless otherwise provided, bracing, sheathing, or shoring involved therewith shall be removed by the Contractor after the completion of the structure. Removal shall be effected in a manner which will not disturb or mar finished concrete. The cost of removal shall be included in the unit price bid for excavation. e. After each excavation is completed, the Contractor shall notify the Engineer to that effect, and con- crete or reinforcing steel shall be placed after the Engineer has approved the depth of the excavation and the character of the foundation material. 752-3.2 BACKFILLING. a. After a structure has been completed, backfilling with approved material shall be accomplished by applying the fill in horizontal layers not to exceed 8 inches (200 mm) in loose depth, and compated. The field density of the compacted material shall be at least 90 percent of the maximum density for cohesive soils and 95 percent of the maximum density for noncohesive soils. The maximum density shall be determined in accordance with ASTM D 698. The field density shall be determined in accordance with ASTM D 1556 or .., ASTM D 2167. b. No backfilling shall be placed against any structure until permission is given by the Engineer. In the case of concrete, such permission shall not be given until the concrete has been in place 7 days, or until tests made by the laboratory under the supervision of the Engineer establish that the concrete has attained suffi- cient 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. '" 752 - 1 AC 150/5370-IOA 2/17/89 c. Fill placed around concrete culverts shall be deposited on both sides at the same time and to ap- proximately the same elevation. Care shall be taken to prevent any wedging action against the structure, and all slopes bounding or within the areas to be backfilled shall be stepped or serrated to prevent wedge action. d. Backfill will not be measured for direct payment. Performance of this work under the contract is not payable directly but shall be considered as a subsidiary obligation of the Contractor, covered under the contract unit price for "unclassified excavation for structures." 752-3.3 WEEP HOLES. Weep holes shall be constructed as shown on the plans. 752-3.4 CLEANING AND RESTORATION OF SITE. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embank- ment, shoulders, or as ordered by the Engineer. The Contractor shall restore all disturbed areas to their original condition. After all work is completed, the Contractor shall remove all tools and equipment, leaving the entire site free, clear, and in good condition. METHOD OF MEASUREMENT 752-4.1 The quantity of unclassified excavation for structures to be paid for shall be the number of cubic yards (cubic meters), measured in original position, of material excavated in accordance with the plans, or as directed by the Engineer; but in no case shall any yardage be included in the measurement for payment which is outside of a volume bounded by vertical planes 18 inches (45 cm) outside of and parallel to the c.eaL A;--; of the footings. 752-4.2 Concrete shall be measured by the number of cubic yards (cubic meters) of concrete, complete in place and accepted. In computing the yardage of concrete for payment, the dimensions used shall be those shown on the plans or ordered by the Engineer. No measurements or other allowances shall be made for forms, false work, cofferdams, pumping, bracing, expansion joints, or finishing of the concrete. No deduc- tions in yardage shall be made for the volumes of reinforcing steel or embedded items. 752-4.3 The quantity of reinforcing steel to be paid for shall be the calculated theoretical number of pounds (kilograms)placed as shown on the plans, complete in place and accepted. The unit weight used for deformed bars shall be the weight of plain square or round bars, as the case may be, of equal nominal size. BASIS OF PAYMENT 752-5.1 Payment will be made at the contract unit price per cubic yard (cubic meter) for unclassified exca- vation for structures; at the contract unit price per cubic yard (cubic meter) for concrete for the structures; and at the contract unit price per pound (kilogram) for reinforcing steel. These prices shall be full compen- sation for furnishing all materials and for all preparation, excavation, and placing the materials, and for all labor, equipment, tools, and incidentals necessary to complete the structure. Payment will be made under: Item D-752-5.1 Unclassified Excavation for Structures --per cubic yard (cubic meter) Item D-752-5.2 Structural Concrete --per cubic yard (cubic meter) Item D-752-5.3 Reinforcing Steel --per pound (kilogram) 752-2 2/17/89 ASTM D 698 ASTM D 1556 ASTM D 2167 AC 150/5370-t0A TESTING REQUIREMENTS Moisture -Density Relations of Soils and Soil -Aggregate Mix- tures Using 5.5 lb (2.49 kg) Rammer and 12 -in (305 mm) Drop Density of Soil in Place by the Sand -Cone Method Density of Soil in Place by the Rubber -Ballon Method 752 - 3 No Text No Text P 2/17/89 PM ITEM T-901 SEEDING DESCRIPTION AC 150/5370-10A 901-1.1 This item shall consist of soil preparation, seeding [ ] the areas shown on the plans or as directed by the Enaineer in accordance with these specifications. MATERIALS 901-2.1 SEED. The species and application rates of grass, legume, and cover -crop seed furnished shall be those stipulated herein. Seed shall conform to the requirements of Fed. Spec. JJJ-S-181. Seed shall be furnished separately or in mixtures in standard containers with the seed name, lot number, net weight, percentages of purity and of germination and hard seed, and percentage of maximum weed seed content clearly marked for each kind of seed. The Contractor shall furnish the Engineer duplicate signed copies of a statement by the vendor certifying that each lot of seed has been tested by a recognized labora- tory for seed testing within 6 months of date of delivery. This statement shall include: name and address of laboratory, date of test, lot number for each kind of seed, and the results of tests as to name, percentages of purity and of germination, and percentage of weed content for each kind of seed furnished, and, in case of a mixture, the proportions of each kind of seed. Seeds shall be applied as follows: Minimum Seed Minimum Seed Germination Purity (Percent) (Percent) Rate of Application Ib./acre (or lb./1,000 S.F.) Seeding shall be performed during the period between [ j and ( j inclusive, unless otherwise approved by the Engineer. 901-2.2 LIME. Lime shall be ground limestone containing not less than 85% of total carbonates, and shall be ground to such fineness that 90% will pass through a No. 20 mesh sieve and 50% will pass through a No. 100 mesh sieve. Coarser material will be acceptable, providing the rates of application are increased to provide not less than the minimum quantities and depth specified in the special provisions on the basis of the two sieve requirements above. Dolomitic lime or a high magnesium lime shall contain at least 10% of mag - 901 - 1 ag- 901-1 AC 150/5370-10A 2/17/89 nesium oxide. Lime shall be applied at the rate of ( ]. All liming materials shall conform to the requirements of ASTM C 602. 901-2.3 FERTILIZER. Fertilizer shall be standard commercial fertilizers supplied separately or in mix- tures containing the percentages of total nitrogen, available phosphoric acid, and water-soluble potash. They shall be applied at the rate and to the depth specified herein, and shall meet the requirements of Fed. Spec. 0-F-241 and applicable state laws. They shall be furnished in standard containers with name, weight, and guaranteed analysis of contents clearly marked thereon. No cyanamide compounds or hydrated lime shall be permitted in mixed fertilizers. The fertilizers may be supplied in one of the following forms: a. A dry, free-flowing fertilizer suitable for application by a common fertilizer spreader; b. A finely -ground fertilizer soluble in water, suitable for application by power sprayers; or c. A granular or pellet form suitable for application by blower equipment. Fertilizers shall be [ ] commercial fertilizer and shall be spread at the rate of [ ]. 901-2.4 SOIL FOR REPAIRS. The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be repaired. The soil shall be relatively free from large stones, roots, stumps, or other materials that will interfere with subsequent sowing of seed, com- pacting, and establishing turf, and shall be approved by the Engineer before being placed. CONSTRUCTION METHODS 901-3.1 ADVANCE PREPARATION AND CLEANUP. After grading of areas has been completed and before applying fertilizer and ground limestone, areas to be seeded shall be raked or otherwise cleared of stones larger than 2 inches (50 mm) in any diameter, sticks, stumps, and other debris which might interfere with sowing of seed, growth of grasses, or subsequent maintenance of grass -covered areas. If any damage by erosion or other causes has occurred after the completion of grading and before beginning the applica- tion of fertilizer and ground limestone, the Contractor shall repair such damage. This may include filling gullies, smoothing irregularities, and repairing other incidental damage. An area to be seeded shall be considered a satisfactory seedbed without additional treatment if it has recent- ly been thoroughly loosened and worked to a depth of not less than 5 inches (125 mm) as a result of grading operations and, if immediately prior to seeding, the top 3 inches (75 mm) of soil is loose, friable, reasonably free from large clods, rocks, large roots, or other undesirable matter, and if shaped to the required grade. However, when the area to be seeded is sparsely sodded, weedy, barren and unworked, or packed and hard, any grass and weeds shall first be cut or otherwise satisfactorily disposed of, and the soil then scarified or otherwise loosened to a depth not less than 5 inches (125 mm). Clods shall be broken and the top 3 inches (75 mm) of soil shall be worked into a satisfactory seedbed by discing, or by use of cultipackers, rollers, drags, harrows, or other appropriate means. 901-3.2 DRY APPLICATION METHOD. a. LIMING. Lime shall be applied separately and prior to the application of any fertilizer or seed and only on seedbeds which have previously been prepared as described above. The lime shall then be 901-2 r" 2/17/89 AC 150/5370-10A worked into the top 3 inches (75 mm) of soil after which the seedbed shall again be properly graded and dressed to a smooth finish. b. Fertilizing. Following advance preparations and cleanup fertilizer shall be uniformly spread at the rate which will provide not less than the minimum quantity stated in paragraph 901-2.3. c. Seeding. Grass seed shall be sown at the rate specified in paragraph 901-2.1 immediately after fer- tilizing, and the fertilizer and seed shall be raked within the depth range stated in the special provisions. Seeds of legumes, either alone or in mixtures, shall be inoculated before mixing or sowing, in accordance with the instructions of the manufacturer of the inoculant. When seeding is required at other than the sea- sons shown on the plans or in the special provisions, a cover crop shall be sown by the same methods required for grass and legume seeding. d. Rolling. After the seed has been properly covered, the seedbed shall be immediately compacted by means of an approved lawnroller, weighing 40 to 65 pounds per foot (60 to 97 kg per meter) of width for clay soil (or any soil having a tendency to pack), and weighing 150 to 200 pounds per foot (223 to 298 kg per meter) of width for sandy or light soils. 901-3.3 WET APPLICATION METHOD. a. General. The Contractor may elect to apply seed and fertilizer (and lime, if required) by spraying them on the previously prepared seedbed in the form of an aqueous mixture and by using the methods and equipment described herein. The rates of application shall be as specified in the special provisions. .-� b. Spraying Equipment. The spraying equipment shall have a container or water tank equipped with a liquid level gauge calibrated to read in increments not larger than 50 gallons (190 liters) over the entire range of the tank capacity mounted so as to be visible to the nozzle operator. The container or tank shall also be equipped with a mechanical power -driven agitator capable of keeping all the solids in the mixture in complete suspension at all times until used. The unit shall also be equipped with a pressure pump capable of delivering 100 gallons (380 liters) per minute at a pressure of 100 pounds per square inch (690 kPa). The pump shall be mounted in a line which will recirculate the mixture through the tank whenever it is not being sprayed from the nozzle. All pump passages and pipe lines shall be capable of providing clearance for 5/8 inch (15 mm) solids. The power unit for the pump and agitator shall have controls mounted so as to be accessible to the nozzle operator. There shall be an indicating pressure gauge connected and mounted immediately at the back of the nozzle. The nozzle pipe shall be mounted on an elevated supporting stand in such a manner that it can be rotated through 360 degrees horizontally and inclined vertically from at least 20 degrees below to at least 60 de- grees above the horizontal. There shall be a quick -acting, three-way control valve connecting the recircu- lating line to the nozzle pipe and mounted so that the nozzle operator can control and regulate the amount of flow of mixture delivered to the nozzle. At least three different types of nozzles shall be supplied so that mixtures may be properly sprayed over distance varying from 20 to 100 feet (6 to 30 m). One shall be a close -range ribbon nozzle, one a medium -range ribbon nozzle, and one a long-range jet nozzle. For case of +�- removal and cleaning, all nozzles shall be connected to the nozzle pipe by means of quick -release couplings. - - In order to reach areas inaccessible to the regular equipment, an extension hose at least 50 feet (15 m) in length shall be provided to which the nozzles may be connected. r� c. Mixtures. Lime, if required, shall be applied separately, in the quantity specified, prior to the fer- tilizing and seeding operations. Not more than 220 pounds (100 kg) of lime shall be added to and mixed with each 100 gallons (380 liters) of water. Seed and fertilizer shall be mixed together in the relative proportions specified, but not more than a total of 220 pounds (100 kg) of these combined solids shall be added to and mixed with each 100 gallons (380 liters) of water. 901 - 3 AC 150/5370-t0A 2/17/89 All water used shall be obtained from fresh water sources and shall be free from injurious chemicals and other toxic substances harmful to plant life. Brackish water shall not be used at any time. The Contractor shall identify to the Engineer all sources of water at least 2 weeks prior to use. The Engineer may take samples of the water at the source or from the tank at any time and have a laboratory test the samples for chemical and saline content. The Contractor shall not use any water from any source which is disapproved by the Engineer following such tests. All mixtures shall be constantly agitated from the time they are mixed until they are finally applied to the seedbed. All such mixtures shall be used within 2 hours from the time they were mixed or they shall be wasted and disposed of at locations acceptable to the Engineer. d. Spraying. Lime, if required, shall be sprayed only upon previously prepared seedbeds. After the applied lime mixture has dried, the Iime shall be worked into the top 3 inches (8 cm), after which the seed- bed shall again be properly graded and dressed to a smooth finish. Mixtures of seed and fertilizer shall only be sprayed upon previously prepared seedbeds on which the Iime, if required, shall already have been worked in. The mixtures shall be applied by means of a high-pressure spray which shall always be directed upward into the air so that the mixtures will fall to the ground like rain in a uniform spray. Nozzles or sprays shall never be directed toward the ground in such a manner as might produce erosion or runoff. Particular care shall be exercised to insure that the application is made uniformly and at the prescribed rate and to guard against misses and overlapped areas. Proper predetermined quantities of the mixture in accord- ance with specifications shall be used to cover specified sections of known area. Checks on the rate and uniformity of application may be made by observing the degree of wetting of the ground or by distributing test sheets of paper or pans over the area at intervals and observing the quantity of material deposited there- on. On surfaces which are to be mulched as indicated by the plans or designated by the Engineer, seed and fertilizer applied by the spray method need not be raked into the soil or rolled. However, on surfaces on which mulch is not to be used, the raking and rolling operations will be required after the soil has dried. 901-3.4 MAINTENANCE OF SEEDED AREAS. The Contractor shall protect seeded areas against traf- fic or other use by warning signs or barricades, as approved by the Engineer. Surfaces gullied or otherwise damaged following seeding shall be repaired by regrading and reseeding as directed. The Contractor shall mow, water as directed, and otherwise maintain seeded areas in a satisfactory condition until final inspection and acceptance of the work. When either the dry or wet application method outlined above is used for work done out of season, it will be required that the Contractor establish a good stand of grass of uniform color and density to the satisfac- tion of the Engineer. If at the time when the contract has been otherwise completed it is not possible to make an adequate determination of the color, density, and uniformity of such stand of grass, payment for the unaccepted portions of the areas seeded out of season will be withheld until such time as these requirements have been met. METHOD OF MEASUREMENT 901-4.1 The quantity of seeding to be paid for shall be the number of units [1,000 square feet (square meters)][ acres (square meters)) measured on the ground surface, completed and accepted. BASIS OF PAYMENT 901-5.1 Payment shall be made at the contract unit price per [1,000 square feet (square meters)][acre (square meters)] or fraction thereof, which price and payment shall be full compensation for furnishing and placing all material and for all labor, equipment, tools, and incidentals necessary to complete the work prescribed in this item. 901 - 4 ate*+ r�* 2/17/89 Payment will be made under: Item 901-5.1 ASTM C 602 ASTM D 977 Fed. Spec. JJJ-S-181 Fed. Spec. 0-F-241 D AC 150/5370-10A Seeding—per [1,000 square feet (square meters)][acre (square meters)] MATERIAL REQUIREMENTS Agricultural Liming Materials Emulsified Asphalt B Agricultural Seeds Commercial Mixed Fertilizer 901-5 No Text 2/17/89 AC 150/5370-10A ITEM T-904 SODDING DESCRIPTION 904-1.1 This item shall consist of furnishing, hauling, and placing approved live sod on prepared areas in accordance with this specification at the locations shown on the plans or as directed by the Engineer. MATERIALS 904-2.1 SOD. Sod furnished by the Contractor shall have a good cover of living or growing grass. This shall be interpreted to include grass that is seasonally dormant during the cold or dry seasons and capable of renewing growth after the dormant period. All sod shall be obtained from areas where the soil is reasonably fertile and contains a high percentage of loamy topsoil. Sod shall be cut or stripped from living, thickly matted turf relatively free of weeds or other undesirable foreign plants, large stones, roots, or other materi- als which might be detrimental to the development of the sod or to future maintenance. At least 70% of the plants in the cut sod shall be composed of the species stated in the special provisions, and any vegetation more than 6 inches (150 mm) in height shall be mowed to a height of 3 inches (75 mm) or less before sod is lifted. Sod, including the soil containing the roots and the plant growth showing above, shall be cut uni- formly to a thickness not less than that stated in the special provisions. 904-2.2 LIME. Lime shall conform to the requirements of 901-2.2. 904-2.3 FERTILIZER. Fertilizer shall conform to the requirements of 901-2.3. 904-2.4 WATER. The water shall be sufficiently free from oil, acid, alkali, salt, or other harmful materials that would inhibit the growth of grass. It shall be subject to the approval of the Engineer prior to use. 904-2.5 SOIL FOR REPAIRS. The soil for fill and topsoiling of areas to be repaired shall conform to the requirements of 901-2.4. CONSTRUCTION METHODS 904-3.1 GENERAL. Areas to be solid, strip, or spot sodded shall be shown on the plans. Areas requiring special ground surface preparation such as tilling and those areas in a satisfactory condition which are to r•• remain undisturbed shall also be shown on the plans. Suitable equipment necessary for proper preparation of the ground surface and for the handling and placing of all required materials shall be on hand, in good condition, and shall be approved by the Engineer before the various operations are started. The Contractor shall demonstrate to the Engineer before starting the var- ious operations that the application of required materials will be made at the specified rates. 904-3.2 PREPARING THE GROUND SURFACE. After grading of areas has been completed and before 7" applying fertilizer and limestone, areas to be sodded shall be raked or otherwise cleared of stones larger than 2 inches (50 mm) in any diameter, sticks, stumps, and other debris which might interfere with sodding, growth of grasses, or subsequent maintenance of grass -covered areas. If any damage by erosion or other causes occurs after grading of areas and before beginning the application of fertilizer and ground limestone, the Contractor shall repair such damage. This may include filling gullies, smoothing irregularities, and re- pairing other incidental damage. 904-3.3 APPLYING FERTILIZER AND GROUND LIMESTONE. Following ground surface prepara- tion, fertilizer shall be uniformly spread at a rate which will provide not less than the minimum quantity of each fertilizer ingredient, as stated in the special provisions. If use of ground limestone is required, it shall 904-.1 AC 150/5370-10A 2/17/89 then be spread at a rate which will provide not less than the minimum quantity stated in the special provi- sions. These materials shall be incorporated into the soil to a depth of not less than 2 inches (50 mm) by discing, raking, or other methods acceptable to the Engineer. Any stones larger than 2 inches (50 mm) in any diameter, large clods, roots, and other litter brought to the surface by this operation shall be removed. 904-3.4 OBTAINING AND DELIVERING SOD. After inspection and approval of the source of sod by the Engineer, the sod shall be cut with approved sod cutters to such a thickness that after it has been trans- ported and placed on the prepared bed, but before it has been compacted, it shall have a uniform thickness of not less than 2 inches (50 mm). Sod sections or strips shall be cut in uniform widths, not less than 10 inches (250 mm), and in lengths of not less than 18 inches (45 cm), but of such length as may be readily lifted without breaking, tearing, or loss of soil. Where strips are required, the sod must be rolled without damage with the grass folded inside. The Contractor may be required to mow high grass before cutting sod. The sod shall be transplanted within 24 hours from the time it is stripped, unless circumstances beyond the Contractor's control make storing necessary. In such cases, sod shall be stacked, kept moist, and protected from exposure to the air and sun and shall be kept from freezing. Sod shall be cut and moved only when the soil moisture conditions are such that favorable results can be expected. Where the soil is too dry, permis- sion to cut sod may be granted only after it has been watered sufficiently to moisten the soil to the depth the sod is to be cut. 904-3.5 LAYING SOD. Sodding shall be performed only during the seasons when satisfactory results can be expected. Frozen sod shall not be used and sod shall not be placed upon frozen soil. Sod may be trans- planted during periods of drought with the approval of the Engineer, provided the sod bed is watered to moisten the soil to a depth of at least 4 inches (100 mm) immediately prior to laying the sod. The sod shall be moist and shall be placed on a moist earth bed. pitch forks shall not be used to handle sod, and dumping from vehicles shall not be permitted. The sod shall be carefully placed by hand, edge to edge and with staggered joints, in rows at right angles to the slopes, commencing at the base of the area to be sodded and working upward. The sod shall immediately be pressed firmly into contact with the sod bed by tamping or rolling with approved equipment to provide a true and even surface, and insure knitting without displacement of the sod or deformation of the surfaces of sodded areas. Where the sod may be displaced during sodding operations, the workmen when replacing it shall work from ladders or treaded planks to prevent further displacement. Screened soil of good quality shall be used to fill all cracks between sods. The quantity -of the fill soil shall not cause smothering of the grass. Where the grades are such that the flow of water will be from paved surfaces across sodded areas, the surface of the soil in the sod after compaction shall be set approximately 1 inch (25 mm) below the pavement edge. Where the flow will be over the sodded areas and onto the paved surfaces around manholes and inlets, the surface of the soil in the sod after compaction shall be placed flush with pavement edges. On slopes steeper than 1 vertical to 2-1/2 horizontal and in v -shaped or flat -bottom ditches or gutters, the sod shall be pegged with wooden pegs not less than 12 inches (300 mm) in length and have a cross-sectional area of not less than 3/4 square inch (18 square millimeter). The pegs shall be driven flush with the surface of the sod. 904-3.6 WATERING. Adequate water and watering equipment must be on hand before sodding begins, and sod shall be kept moist until it has become established and its continued growth assured. In all cases, watering shall be done in a manner which will avoid erosion from the application of excessive quantities and will avoid damage to the finished surface. 904-3.7 ESTABLISHING TURF. a. General. The Contractor shall provide general care for the sodded areas as soon as the sod has been laid and shall continue until final inspection and acceptance of the work. b. Protection. All sodded areas shall be protected against traffic or other use by warning signs or barricades approved by the Engineer. c. Mowing. The Contractor shall mow the sodded areas with approved mowing equipment, depend- ing upon climatic and growth conditions and the needs for mowing specific areas. In the event that weeds or other undesirable vegetation are permitted to grow to such an extent that, either cut or uncut, they 904 - 2 AC 150/5370-10A 2/17/89 �. threaten to smother the sodded species, they shall be mowed and the clippings raked and removed from the area. 904-3.8 Repairing. When the surface has become bullied or otherwise damaged during the period cov- ered by this contract, the affected areas shall be repaired to re-establish the grade and the condition of the ,�.,. soil, as directed by the Engineer, and shall then be sodded as specified in 904-3.5. METHOD OF MEASUREMENT 904-4.1 This item shall be measured on the basis of the area in square yards (square meters) of the surface covered with sod and accepted. BASIS OF PAYMENT .� 904-5.1 This item will be paid for on the basis of the contract unit price per square yard (square me dentals eter) for sodding, which price shall be full compensation for all labor, equipment, guipment, material, staking, andnecessary to satisfactorily complete the items as specified. Payment will be made under: Item T-904-5.1 Sodding—per square yard (square meter) n 904 - 3 No Text No Text 2/17/89 AC 150/5370-10A ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS DESCRIPTION 108-1.1 This item shall consist of furnishing and installing underground cable in accordance with these specifications at the locations shown in the plans. This item shall include the excavation and backfill of the trench and the installation of cable and counterpoise wire in trench, duct or conduit. It shall include splic- ing, cable marking, and testing of the installation and all incidentals necessary to place the cable in operating condition as a completed unit to the satisfaction of the Engineer. This item shall not include the installation of the duct or conduit. EQUIPMENT AND MATERIALS 108-2.1 GENERAL. a. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) speci- fications shall have the prior approval of the FAA, and are listed in Advisory Circular (AC) 150/5345-1, Approved Airport Equipment. b. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification, when re- quested by the Engineer. 108-2.2 CABLE. Underground cable shall conform to the requirements of AC 150/5345-7, Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits. If telephone control cable is specified, copper shielded, polyethylene insulated and jacketed, No. 19 AWG telephone cable conforming to the United States Department of Agriculture, Rural Electrification Adminis- tration (REA) Bulletin 345-14, REA Specification for Fully Color -Coded, Polyethylene Insulated, Double Polyethylene -Jacketed Telephone Cables for Direct Burial, shall be used. Where counterpoise conductors are to be installed and where soil conditions would adversely affect bare copper wire, thermoplastic wire conforming to Fed. Spec. J -C-30, Type TW, 600 volt, may used. Cable type, size, number of conductors, strand and service voltage shall be specified in the plans and/or proposal 108-2.3 BARE COPPER WIRE (COUNTERPOISE). Bare copper wire for counter -poise installations shall be stranded wire conforming to ASTM Specifications B 3 and B 8. 108-2.4 CABLE CONNECTIONS. In-line connections of underground primary cables shall be of the type called for in the plans or in the proposal, and shall be one of the types listed below. When the plans or the proposal permit a choice of connection, the Contractor shall indicate in the bid the type of connection he proposes to furnish. a. The Cast Splice. A cast splice, employing a plastic mold and using epoxy resin equal to that manu- factured by Minnesota Mining and Manufacturing Company, "Scotchcast" Kit No. 82--A, or as manufac- tured by Hysol Corporation, "Hyseal Epoxy Splice" Kit No. E1135, for potting the splice is approved. This means of splicing is the only type approved for telephone control cable. b. The Vulcanized Splice. A vulcanized splice employing Joy Manufacturing Company's Vulcanizing Kit No. X-1604-8 or equal is approved for field vulcanized splices. The proper molds for various cable sizes shall be used. i c. The Field -attached Plug-in Splice. Figure 3 of AC 150/5345-26, Specification for L-823 Plug and Receptacle, Cable Connectors, employing connector kits, is approved for field attachment to single conduc- tor cable. "` 108-1 AC 150/5370-10A 9/17106 d. The Factory -Molded Plug-in Splice. Specification for L-823 Connectors, Factory -Molded to Indi- vidual Conductors, are approved. e. The Taped Splice. Taped splices employing field -applied rubber, or synthetic rubber tape covered with plastic tape are approved. The rubber tape should meet the requirements of Mil. Spec. MIL -I-3825 and the plastic tape should comply with Mil. Spec. MIL -I-7798 or Fed. Spec. HH -I-595. In all the above cases, connections of cable conductors shall be made using crimp connectors utilizing a crimping tool de- signed. To make a complete crimp before the tool can be removed. No. 19 AWG telephone control wires may be connected by means of wrapped and soldered splice, 3M Company Moisture Proof UR Type Con- nector, or equal, or by a method approved by the Engineer. 108-2.5 CONCRETE. Concrete for cable markers shall conform to Specification Item P-610, "Structural Portland Cement Concrete." CONSTRUCTION METHODS 108-3.1 GENERAL. The Contractor shall install the specified cable at the approximate locations indicat= ed in the airport Iighting layout plans. The Engineer shall indicate specific locations. Cable connections between lights will be permitted only at the light locations for connecting the under- ground cable to the primary leads of the individual insulating transformers. The Contractor shall be respon- sible for providing cable in continuous lengths for home runs or other long cable runs without connections, unless otherwise authorized in writing by the Engineer or shown in the plans. 108-3.2 INSTALLATION IN DUCT OR CONDUIT. This item includes the installation of the cable in duct or conduit as described below. The maximum number and voltage ratings of cables installed in each single duct or conduit, and the current -carrying capacity of each cable shall be in accordance with the latest National Electric Code, or the code of the local agency having jurisdiction. The Contractor shall make no connections or joints of any kind in cables installed in conduits or ducts The duct or conduit shall be installed as a separate item in accordance with Item L-110, "Installation of ._ Airport Underground Electrical Duct." The Contractor shall make sure that the duct is open, continuous, and clear of debris before installing cable. The cable shall be installed in a manner to prevent harmful stretching of the conductor, injury to the insulation, or damage to the outer protective covering. The ends of all cables shall be sealed with moisture -seal tape before pulling into the conduit and it shall be left sealed until connections are made. Where more than one cable is to be installed in a duct under the same contract, all cable shall be pulled in the duct at the same time. The pulling of a cable through ducts or conduits may - be accomplished by handwinch or power winch with the use of cable grips or pulling eyes. Pulling tensions should be governed by recommended standard practices for straight pulls or bends. A lubricant recommend- ed for the type of cable being installed shall be used where pulling lubricant is required. Duct or conduit markers temporarily removed for excavations shall be replaced as required. 108-3.3 TRENCHING. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for cables may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Road patrols or graders shall not be used to excavate the trench with their blades. The bottom surface of trenches shall be essentially smooth and free from coarse aggregate. Unless otherwise specified, cable trenches shall be excavated to a minimum depth of 18 inches (45 cm) below finished grade, except as fol- lows: a. When off the airport or crossing under a roadway or driveway, the minimum depth shall be 36 inches (90 cm) unless otherwise specified. b. Minimum cable depth when crossing under a railroad track, shall be 42 inches (105 cm) unless oth- erwise specified. The Contractor shall excavate all cable trenches to a width not less than 6 inches (150 mm). The trench shall be widened where more than two cables are to be installed parallel in the same trench. Unless other - 108 - 2 r 2/17/89 AC 150/5370-10A wise specified in the plans, all cables in the same location and running in the same general direction shall be installed in the same trench. When rock excavation is encountered, the rock shall be removed to a depth of at least 3 inches (75 mm) -- below the required cable depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 1/4 -inch (6 mm) sieve. The Contractor shall ascer- tain the type of soil or rock to be excavated before bidding. All excavation shall be unclassified. 108-3.4 INSTALLATION IN TRENCHES. The Contractor shall not use a cable plow for installing the cable. Mechanical cable -laying equipment may be used in conjunction with a trenching machine if specified on project plans and specifications; and it should provide for physical inspection of cable prior to back- filling. Sharp bends or kinks in the cable shall not be permitted. Cables shall be unreeled in place alongside or in the trench and shall be carefully placed along the bottom of the trench. The cable shall not be unreeled and pulled into the trench from one end. Where two or more cables are laid parallel in the same trench, they shall be placed laterally a minimum distance of 3 inches (75 mm) apart, and the trench shall be widened sufficiently to accomplish this. Cables crossing over each other shall have a minimum of 3 -inch (75 mm) vertical displacement with the topmost cable depth at or below the minimum required depth below finished grade. Not less than I foot (30 cm) of cable slack shall be left on each side of all connections, insulating transform- ers, Iight units, and at all other points where cable is connected to field equipment. The slack cable shall be placed in the trench in a series of S curves. Additional slack cable shall be left in runway light bases, hand - holes, manholes, etc., where it is required to bring the cable above ground level to make connections. The amount of slack cable shall be stipulated by the Engineer, or as shown in the plans and specifications. 108-3.3 BACKFILLING. After the cable has been installed, the trench shall be 3 inches (75 mm) deep, loose measurement, and shall be either earth or sand containing no mineral aggregate particles that would be retained on a 1/4 -inch (6 m) sieve. This layer shall not be compacted. the second layer shall be 5 inches (125 mm) deep, loose measurement, and shall contain no particles that would be retained on a 1 -inch (25.0 mm) sieve. The renminder of the, 'oackfill shall be excavated or imported mineral and -hall not con- tain stone or aggregate larger than 4 inches (100 mm) maximum diameter. The third and subsequent layers of the backfill shall not exceed 8 inches (200 mm) in maximum depth, loose measurement. The second, and subsequent layers shall be thoroughly tamped and compacted to at least the density of the adjacent undisturbed soil, and to the satisfaction of the Engineer. If necessary to obtain the desired compac- tion, the backfill material shall be moistened or aerated as required. Trenches shall not be excessively wet and shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface, except that when sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and dis- posed of in accordance with instructions issued by the Engineer. 108-3.6 RESTORATION. Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the trenching, storing of dirt, cable laying, pad construction, and other work shall be restored to its original condition. The restoration shall include any necessary top - soiling, fertilizing, liming, seeding, sodding, sprigging or mulching. All such work shall be performed in accordance with the FAA standard turfing specifications. the Contractor shall be held responsible for main- taining all disturbed surfaces and replacements until final acceptance. 108-3.7 CABLE MARKERS. The location of runway light circuits shall be marked by a concrete slab marker, 2 feet (60 cm) square and 4 inches (100 mm) thick, extending approximately 1 inch (25 mm) above the surface. Each cable run from the line of runway lights to the equipment vault shall also be marked at approximately every 200 feet (60 m) along the cable run, with an additional marker at each change of direc- tion of cable run. All other cable buried directly in the earth shall be marked in the same manner. The.. Contractor shall not install slab markers where cable lies in straight lines between obstruction light poles which are spaced 300 feet (90 m) apart, or less. Cable markers shall be installed immediately above the ._ cable. The Contractor shall impress the word "cable" and directional arrows on each cable marking slab. 108-3 AC 150/5370-10A 2/17/89 The letters shall be approximately 4 inches (100 mm) high and 3 inches (75 mm) wide, with width of stroke 1/2 inch (12 mm) and 1/4 inch (6 mm) deep. The location of each underground cable connection, except at lighting units or insulating transformers, shall be marked by a concrete marker slab placed above the connection. The Contractor shall impress the word "splice" on each slab. He also shall impress additional circuit identification symbols on each slab if so de- sired by the Engineer. 108-3.8 SPLICING. Connections of the type shown in the plans shall be made by experienced personnel regularly engaged in this type of work and shall be made as follows: a. Cast Splices. These shall be made by using crimp connectors for jointing conductors. Molds shall be assembled, and the compound shall be mixed and poured in accordance with manufacturer's instructions and to the satisfaction of the Engineer. b. Vulcanized Splices. These shall be made by using crimp connectors for joining conductors. The splice shall be made, using compounds furnished by the manufacturer, in accordance with his/her instruc- tions and to the satisfaction of the Engineer. c. Field -attached Plug-in Splices. These shall be assembled in accordance with manufacturer's in- structions. These splices shall be made by plugging directly into mating connectors. In all cases the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 inches (37 mm) on each side of the joint. d. Factory -Molded Plug-in Splices. These shall be made by plugging directly into mating connectors. In all cases, the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 inches (37 mm) on each side of the joint. e. Taped Splices. A taped splice shall be made in the following manner: Bring the cables to their final position and cut so that the conductors will butt. Remove insulation and jacket allowing for bare conductor of proper length to fit compression sleeve connector with 1/4 inch (6 mm) of bare conductor on each side of the connector. Use a sharp knife to pencil insulation and jacket at approximately the same angle as a pencil point. Care must be taken to avoid nicking or injuring the conduc- tor during removal of insulation or penciling. Do not use emery paper on splicing operation since it contains metallic particles. The copper conductors shall be thoroughly cleaned. Join the conductors by inserting them equidistant into the compression connection sleeve. Crimp conductors firmly in place with crimping tool that requires a complete crimp before tool can be removed. Test the crimped connection by pulling on the cable. Scrape the insulation to assure that the entire surface over which the tape will be applied (plus 3 inches (75 mm) on each end) is clean. After scraping wipe the entire area with a clean lint -free cloth. Do not use solvents. Apply high-voltage rubber tape one-half lapped over bare conductor. This tape should be tensioned as rec- ommended by the manufacturer. Voids in the connector area may be eliminated by highly elongating the tape stretching it just short of its breaking point. Throughout the rest of the splice less tension should be used. Always attempt to exactly half -lap to produce a uniform buildup. Continue buildup to 1-1/2 times cable diameter over the body of the splice with ends tapered a distance of approximately 1 inch (25 mm) over the original jacket. Cover rubber tape with two layers of vinyl pressure -sensitive tape one-half lapped. Do not use glyptol or lacquer over vinyl tape as they react as solvents to the tape. No further cable cover- ing or splice boxes are required. If shielded cable is to be spliced, prepare cable as for a regular taped splice, except that the neoprene jacket shall be removed a distance not less than 5 inches (125 mm) from the beginning of the penciled portion. Carefully unwrap the shielding tape from that portion where jacket has been removed and cut off so that it extends about 1 inch (25 mm) from end of the jacket. Proceed with the taped splice as described above and tape up to 1/4 inch (6 mm) from the shield on both ends. Build up rubber tape to a thickness equal to the insulation thickness or 5/16 inch (9 mm) over connector. 108-4 2/17/89 AC 150/5370-10A Next wrap one-half lapped layer of semi -conducting tape (Scotch No. 13 Semi -Conducting Tape, or equal) over splicing tape and 1/4 inch (6 mm) onto the shielding tape. Wrap a fine, flat shielding braid one-half lapped over the splice extending 1/2 inch (I2 mm) onto the metallic shielding. Solder ends of braid to metal- lic shielding tape. A bonding wire, (Minimum No. 14 Stranded Copper) equal to the current carrying capac- ity of the metallic shield, should have the individual strands wrapped around the metallic shield at both ends '^ of the splice. These strands should be tack soldered to the shield in several places. The cable sheath should be replaced by wrapping with two one-half lapped layers of vinyl tape extending 2 inches (50 mm) onto the cable jacket. The above described splice is for a straight -through splice with continuity of shielding. 108-3.9 BARE COUNTERPOISE WIRE INSTALLATION AND GROUNDING FOR LIGHTNING PROTECTION. If shown in the plans or specified in job specifications, a stranded bare copper wire, No. 8 AWG minimum size, shall be installed for lightning protection of the underground cables. The bare counter- poise wire shall be installed in the same trench for the entire length of the insulated cables it is designed to protect, and shall be placed at a distance of approximately 4 inches (100 mm) from the insulated cable. The counterpoise wire shall be securely attached to each light fixture base, or mounting stake. The counterpoise wire shall also be securely attached to copper or copper -clad ground rods installed not more than 1,000 feet (300 m) apart around the entire circuit. The ground rods shall be of the length and diameter specified in the plans, but in no case shall they be less than 8 -feet (240 cm) long nor less than 5/8 inch (15 mm) in diameter. The counterpoise system shall terminate at the transformer vault or at the power source. It shall be securely attached to the vault or equipment grounding system. The connections shall be made as shown in the project plans and specifications. 108-3.10 TESTING. The Contractor shall furnish all necessary equipment and appliances for testing the underground cable circuits after installation. The Contractor shall test and demonstrate to the satisfaction of the Engineer the following: a. That all lighting power and control circuits are continuous and free from short circuits. b. That all circuits are free from unspecified grounds. c. That the insulation resistance to ground of all nongrounded series circuits is not less than 50 me- gohms. d. That the insulation resistance to ground of all nongrounded conductors of multiple circuits is not less than 50 megohms. e. That all circuits are properly connected in accordance with applicable wiring diagrams. f. That all circuits are operable. Tests shall be conducted that include operating each control not less than 10 times and the continuous operation of each lighting and power circuit for not less than 1/2 hour. METHOD OF MEASUREMENT 108-4.1 Trenching shall be measured by the linear feet (meters) of trench, including the excavation, back- fill, and reconditioning, completed, measured as excavated, and accepted as satisfactory. When specified in the proposal, separate measurement shall be made for trenches of various specified widths. 108-4.2 Cable or counterpoise wire installed in trench shall be measured by the number of linear feet (meters) of cable or counterpoise wire installed in trenches, ready for operation, and accepted as satisfac- tory. Separate measurement shall be made for each cable or counterpoise wire installed in trench. 108-4.3 Cable or counterpoise wire installed in duct or conduit shall be measured by the number of linear.. feet (meters) measured in place, completed, ready for operation, and accepted as satisfactory. Separate measurement shall be made for each cable or counterpoise wire installed in duct or conduit. 108 - 5 AC 150/5370-10A BASIS OF PAYMENT 2/17/89 108-5.1 Payment will be made at the contract unit price for trenching cable and bare counterpoise wire installed in trench or duct in place by the Contractor and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item L-108-5.1 Cable Trench --per linear foot (meter) Item L-108-5.2 Underground Cable, installed in trench --per liner foot (meter) Item L-108-5.3 Underground Cable, installed in duct or conduit --per linear foot (meter) Item L-108-5.4 Bare Counterpoise Wire, installed in trench, including ground rods and ground connectors—per linear foot (meter) Item L-108-5.5 Bare Counterpoise Wire, installed in duct --per linear foot (meter) MATERIAL REQUIREMENTS AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-26 Specification for L-823 Plug and Receptacle Cable Connec- tors Fed.Spec.J-C-30 Cable and Wire, Electrical Power, Fixed Installation HH -I-595 Insulation Tape, Electrical, Pressure -Sensitive Adhesive, Plas- tic, for Low -Temperature Application ASTM B 3 Soft or Annealed Copper Wire ASTM B 8 Concentric -Lay -Stranded Cooper Conductor, Hard, Medium -Hard, or Soft MIL -I-3825 Insulation Tape, Electrical, Self -Fusing, For Use in Electron- ics, Communications, and Allied Equipment MIL -I-7798 Insulation Tape, Electrical, Pressure -Sensitive Adhesive, Plas- tic 108 - 6 v 012724Q1, _ _ . .. 110-a rw 2/17/89 AC 150/5370-10A r•+ ITEM L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT DESCRIPTION 110-1.1 This item shall consist of underground electrical ducts installed in accordance with this specifica- tion at the locations and in accordance with the dimensions, designs, and details shown in the plans. This item shall include the installation of all underground electrical ducts or underground conduits. It shall also include all trenching, backfilling, removal, and restoration of any paved areas; manholes, concrete encase- ment, mandreling installation of steel drag wires and duct markers, capping, and the testing of the installa- tion as a completed duct system ready for installation of cables, to the satisfaction of the Engineer. EQUIPMENT AND MATERIALS 110-2.1 GENERAL. All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when so re- quested by the Engineer. 110-2.2 BITUMINOUS FIBER DUCT. Bituminous fiber duct and fittings shall conform to the require- ments of Underwriters Laboratories Standard 543. a. Type I, for concrete encasement. b. Type II, for direct burial. 110-2.3 ASBESTOS CEMENT DUCT. Asbestos cement duct and Fittings shall conform to the require- ments of Fed. Spec. W -C-571 and shall be one of the following, as specified in the proposal: a. Type I, for concrete encasement. b. Type II, for direct burial. 110-2.5 STEEL CONDUIT. Rigid steel conduit and fittings shall conform to the requirements of Under- writers Laboratories Standard 6, 514, and 1242. 110-2.6 CONCRETE. Concrete shall conform to Item P-610, Structural Portland Cement Concrete, using 1 -inch (25 mm) maximum size coarse aggregate. 110-2.7 PLASTIC CONDUIT. Plastic conduit and fittings shall conform to the requirements of Fed. Spec. W -C-1094 and shall be one of the following, as specified in the proposal: a. Type I - suitable for underground use either directly in the earth or encased in concrete. b. Type II - suitable for either above ground or underground use. CONSTRUCTION METHODS 110-3.1 GENERAL. The Contractor shall install underground ducts at the approximate locations indicat- ed in the airport layout plans. The Engineer shall indicate specific locations as the work progresses. Ducts shall be of the size, material, and type indicated in the plans or specifications. Where no size is indicated in the plans or specifications, the ducts shall be not less than 3 inches (75 mm) inside diameter. All duct lines shall be laid so as to grade toward handholes, manholes and duct ends for drainage. Grades shall be at least 3 inches (75 mm) per 100 feet (30 m). On runs where it is not practicable to maintain the grade all one way, the duct lines,shall be graded from the center in both directions toward manholes, handholes, or duct ends. Pockets or traps where moisture may accumulate shall be avoided. AC 150/5370-10A 2/17/89 The Contractor shall mandrel each duct. An iron -shod mandrel, not more than 1/4 -inch (6 mm) smaller than the bore of the duct shall be pushed through each duct by means of jointed conduit rods. The mandrel shall have a leather or rubber gasket slightly larger than the duct hole. All ducts installed shall be provided with a No. 10 gauge galvanized iron or steel drag wire for pulling the permanent wiring. Sufficient length shall be left in manholes or handholes to bend the drag wire back to: prevent it from slipping back into the duct. Where spare ducts are installed, as indicated on the plans, the open ends shall be plugged with removable tapered plugs, designed by the duct manufacturers, or with hardwood plugs conforming accurately to the shape of the duct and having the larger end of the plug at least 1/4 -inch (6 mm) greater in diameter than the duct. All ducts shall be securely fastened in place during construction and progress of the work and shall be plugged to prevent seepage of grout, water, or dirt. Any duct section having a defective joint shall not be installed. All ducts, except steel conduit, installed under runways, taxiways, aprons, and other paved areas shall be encased in a concrete envelope. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for ducts may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Blades of road patrols or graders shall not be used to excavate the trench. The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All excavation shall be unclassified. 110-3.2 DUCTS ENCASED IN CONCRETE. Unless otherwise shown in the plans, concrete -encased ducts shall be installed so that the top of the concrete envelope is not less than 18 inches (45 cm) below the finished subgrade where installed under runways, taxiways, aprons, or other paved areas, and not less than 18 inches (45 cm) below finished grade where installed in unpaved areas. Ducts under paved areas shall extend at least 3 feet (90 cm) beyond the edges of the pavement or 3 feet (90 cm) beyond any underdrains which may be installed alongside the paved area. Trenches for concrete -encased ducts shall be opened the complete length before concrete is laid so that if any obstructions are encountered, proper provisions can be made to avoid them. All ducts for concrete encasements shall be placed on a layer of concrete not less than 3 inches (75 mm) thick prior to its initial set. Where two or more ducts are encased in concrete, the Con- tractor shall space them not less than 1-1/2 inches (37 mm) apart (measured from outside wall to outside wall) using spacers applicable to the type of duct. As the duct laying progresses, concrete not less than 3 inches (75 mm) thick shall be placed around the sides and top of the duct bank. End bells or couplings shall be installed flush with the concrete encasement where required. When specified, the Contractor shall reinforce the bottom side and top of encasements with steel reinforcing mesh or fabric or other approved metal reinforcement. When directed, the Contractor shall supply addition- al supports where the ground is soft and boggy, where ducts cross under roadways, or where otherwise shown on the plans. under such conditions, the complete duct structure shall be supported on reinforced concrete footings, piers, or piles located at approximately 5.foot (150 cm) intervals. When clay or soapstone ducts are specified, they shall be installed with concrete encasement as described above. Clay conduit shall be of the single -bore type. Where the self -centering socket -joint type of single clay duct is used, conduit shall be built up, tier by tier, and separated only by sufficient mortar or fine aggregate concrete to bed the ducts evenly and fill all volds between ducts. Single ducts shall be jointed together and the joints grouted with portland cement mortar. A suitable gasket (of rubber or other approved material) shall first be placed in the receptacle end of the duct, prior to the joining operation, in order to exclude all mortar from the duct. Where the square bore butt -joint type of clay duct, single or multicell, is used, sections shall be aligned with at least four steel dowel pins and joints wrapped with duct tape inches (150 mm) wide and lapped 6 inches (150 mm) . All joints in a bank of single -bore ducts shall be staggered, beginning evenly from the manhole or handhole, by means of short lengths 6, 8, 9, 12, and 15 inches (150, 200, 230, 300, 380 mm) long. Cement mortar shall be trowled around each and every joint. Voids in the duct bank, caused by the external shape of the corners of the conduit, shall also be filled with mortar. The joining and joints of soapstone duct shall be done in accordance with the manufacturer's recommendations. 110 - 2 2/17/89 AC 150/5370-10A 110-3.3 DUCTS WITHOUT CONCRETE ENCASEMENT. Trenches for single -duct lines shall be not less than 6 inches (150 mm) nor more than 12 inches (300 mm) wide, and the trench for 2 or more ducts installed at the same level shall be proportionately wider. Trench bottoms for ducts without concrete en- casement shall be made to conform accurately to grade so as to provide uniform support for the duct along its entire length. A layer of fine earth material, at least 4 inches (100 mm) thick (loose measurement) shall be placed in the bottom of the trench as bedding for the duct. The bedding material shall consist of soft dirt, sand or other fine fill, and it shall contain no particles that would be retained on a 1/4 -inch (6 mm) sieve. The bedding material shall be tamped until firm. Unless otherwise shown in plans, ducts for direct burial shall be installed so that the tops of all ducts are at least 18 inches (45 cm) below the finished grade. When two or more ducts are installed in the same trench without concrete encasement, they shall be spaced not less than 2 inches (50 mm) apart (measured from outside wall to outside wall) in a horizontal dir: ction and not less than 6 inches (150 mm) apart in a vertical direction. Trenches shall be opened the complete length before duct is installed so that if any obstructions are encoun- tered, proper provisions can be made to avoid them. 110-3.4 DUCT MARKERS. The location of the ends of all ducts shall be marked by a concrete slab marker 2 feet (60 cm) square and 4 inches (100 mm) thick extending approximately 1 inch (25 mm) above the surface. The markers shall be located above the ends of all ducts or duct banks, except where ducts terminate in a handhole, manhole, or building. The Contractor shall impress the word "duct" on each marker slab. He shall also impress on the slab the number and size of ducts beneath the marker. The letters shall be 4 inches (100 mm) high and 3 inches (75 mm) wide with width of stroke 1/2 -inch (12 mm) and 1/4 -inch (6 mm) deep or as large as the available space permits. ., 110-3.5 BACKFILLING. After concrete -encased ducts have been properly installed and the concrete has had time to set, the trench shall be backfilled in at least two layers with excavated material not larger than 4 inches (100 mm) in diameter and thoroughly tamped and compacted to at least the density of the surround- ing undisturbed soil. If necessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required. Trenches shall not be excessively wet and shall not contain pools of water during backfilling operations. r+ 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. r- Any excess excavated material shall be removed and disposed of in accordance with instructions issued by the Engineer. For ducts without concrete envelope, 8 inches (200 cm) of sand, soft earth, or other fine fill (loose measure- ment) shall be placed around the ducts and carefully tamped around and over them with hand tampers. The remaining trench may be filled with regular run of excavated material and thoroughly tamped as specified above. 110-3.6 RESTORATION. Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the trenching, storing of dirt, cable laying, pad construction and other work shall be restored to its original condition. The restoration shall include any necessary top - soiling, fertilizing, liming, seeding, sprigging, or mulching. All such work shall be performed in accordance with the FAA Standard Turfing Specifications. The Contractor shall be held responsible for maintaining all" disturbed surfaces and replacements until final acceptance. 110 - 3 AC 150/5370-10A 2/17/89 METHOD OF MEASUREMENT 110-4.1 Underground duct shall be measured by the linear feet (meter) of duct installed, measured in place, completed, and accepted. Separate measurement shall be made for the various types and sizes. BASIS OF PAYMENT 110-5.1 Payment will be made at the contract unit price for each type and size of single -way or multi -way duct completed and accepted. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: R Item L-110-5.1 Single -Way or Multi -Way Electrical Duct --per linear foot (meter) MATERIAL REQUIREMENTS Fed. Spec. W -C-571 Conduit and Fittings, Nonmetal, Rigid; (Asbestos -Cement or Fire -Clay Cement), (For Electrical Purposes) _ Fed. Spec. W -C-1094 Conduit and Fittings; Nonmetallic, Rigid, (Plastic) Underwriters Laboratories Rigid Metal Conduit Standard 6 Underwriters Laboratories Fittings for Conduit and Outlet Boxes Standard 514 _ Underwriters Laboratories Impregnated -Fiber Electrical Conduit Standard 543 Underwriters Laboratories Intermediate Metal Conduit Standard 1242 110 - 4 01272401 .;125 08/01 6. Add the folla "12: be 1 blac ing new paragraph: ari 7. Add the _folb 21 "Cc ` thf 8. Add the foll t 4 lo. ex following new paragraph: oles shall be to the lines and grades shown on the plans or as curectea uy the rngineer. ;tionable materials, encountered wduring excavation shall be removed. All, required ig, sheathing, shoring, benching or sloping of the excavation shall be considered -,T „ 3iary to the cost of the item. After completion of the structure, the excavation shall be., illed with approved, select material,, from the excavation Jn horizontal „layers not to .d8 -inches in loose ,depth per lift, and compacted to the density of the surrounding 3ackfi11 shall not 'be placed against a newly cast concrete structure for seven days after ig or until the concrete has, attained sufficient strength to withstand the pressures of tilling without damage to the structure. Backf lling shall not be measured for direct gent, but shall be Iconsidered subsidiaryto this item." 4.1 - Delete this entire paragraph and insert the following: not .U1 10. following new paragraph: oles shall be to the lines and grades shown on the plans or as curectea uy the rngineer. ;tionable materials, encountered wduring excavation shall be removed. All, required ig, sheathing, shoring, benching or sloping of the excavation shall be considered -,T „ 3iary to the cost of the item. After completion of the structure, the excavation shall be., illed with approved, select material,, from the excavation Jn horizontal „layers not to .d8 -inches in loose ,depth per lift, and compacted to the density of the surrounding 3ackfi11 shall not 'be placed against a newly cast concrete structure for seven days after ig or until the concrete has, attained sufficient strength to withstand the pressures of tilling without damage to the structure. Backf lling shall not be measured for direct gent, but shall be Iconsidered subsidiaryto this item." 4.1 - Delete this entire paragraph and insert the following: not .U1 No Text IQ r+6 10/24/74 ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS AC 150/5370-10 Description 125-1.1 This item cancels and replaces the items listed in paragraphs 125-1.2--125-1.8. 125-1.2 Item L-114, Installation of Medium Intensity Runway and Taxiway Lights with Stake Mounting. 125-1.3 Item L-116, Installation of Medium Intensity Runway and Taxiway Lights with Stake Mounting. 125-1.4 Item L-120, Installation of Internally Lighted Taxiway Guidance Signs. 125-1.5 Item L-121, Installation of High Intensity Runway Lights. 125-1.6 Item L-122, Installation of Airport Low Intensity Lighting System. 125-1.7 Item L-123, Installation of Touchdown Zone Lights, Inset and Base Mounted. 125-1.8 Item L-124, Installation of Runway Centerline and Taxiway Turnoff Lights. 125-1.9 This item shall consist of airport lighting systems furnished and installed in accordance with this specification, the referenced specification, and the applicable advisory circulars. The systems are installed at the location and in accordance with the dimensions, design, and details shown in the plans. This item shall include the furnishing of all equipment, materials, services, and incidentals necessary to place the systems in operation as completed units to the satisfaction of the engineer. 125-1 AC 150/5370-10 ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS 10/24/74 125-1.10 Additional details pertaining to a specific system covered in this item are contained in the advisory circulars listed in paragraphs 125-1.11--125-1.16. 125-1.11 AC 150/5340-4, Installation Details for Runway Centerline a -rid TouchdoTAm Zone Lighting Systems. 125-1.12 AC 150/5340-13, High Intensity Runway Lighting System. 125-1.13 AC 150/5340-14, Economy Approach Ligating Aids. 125-1.14 AC 150/5340-15, Taxiway Edge Lighting System. 125-1.15 AC "50/5340-16, Medium Intensity Runway L ghting System. 125-1.16 AC 150/5340- , Taxiway Guidance Sign System. Equipment and Materials 125-2.1- GENERAL. (a) Airport lighting equipment and materials covered by FAA specifications shall have the prior approval of the Federal Aviation Administration, Airports Service, Washington, D. C. 20591, and shall be listed in Advisory Circular 150/5345-1, Approved Airport Lighting Equipment. (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. 125-2 A 10/24/74 AC 150/5370-10 ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS 125-2.2 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. 125-2.3 CONCRETE. Concrete for backfill shall be proportioned not leaner than a 1-3-b mix by volume and shall have a compressive strength of not less than 2,000 PSI. Approved clean aggregate shall be used to produce the concrete. 125-2.4 -CONDUIT. Rigid steel conduit and fittings shall conform to the requirements of Fed. Spec. VW -C-581. .,. 125-2.5 SQUEEZE C014NEC1171ORS. Squeeze connectors, if specified, shall be eaual to Crouse -Hinds Company, type CGB cable connector with neoprene rubber bushing. 125-2.6 TEES. Large radius bend tees, if specified, shall be equal to Crouse -Hinds Company No. ET -43. Construction Methods 125-3.1 GEITERALLT. The installation and testing details for the systems shall be as specified in the applicable advisory circulars. ,�.. 125-3.2 PLACING LIGHTS. The light fixtures shall be installed at the approximate location indicated in the plans. The exact location shall be as directed by the engineer. Method of Measurement 125-4.1 The quantity of lights to be paid for under this item shall be the number of each type installed as completed units in place, ready for operation, and accepted by the engineer. 125-3 AC 150/5370-10 ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS Basis of Payment 10/24/74 125-5.1 Payment will be made at the contract unit price for each complete light 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, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item L-125-5.1 Medium Intensity Runway Lights, Base Mounted in Place --per each. Item L-125-5.1 Taxiway Lights, Base Mounted in Place -- Der each. Item L-125-5.1 Medium intensity Runway Lights, Stake Mounted in Place --per each. Item L-125-5.1 Taxiway Lights, Stake Mounted in Place --per each. — Item L-125-5.1 High Intensity Runway Lights, in Place --per each. Item L-125-5.1 Touchdown Zone Lights in Place --per each. Item L-125-5.1 Runway Centerline Lights, in Place --per each. Item L-125-5.1 Medium Intensity Approach Lights, in Place -- per each. Item I-125-5.1 Runway End Identification Lights, in Place -- per each. Item L-125-5.1 Abbreviated Visual Approach Slope Indicator, in Place --per each. Item L-125-5.1 Airport Taxi Guidance Signs, in Place --per unit of like size. 125-4 10/24/74 AC 150/5370-10 ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS Federal Specificatiors Referenced in Item L-125 Number Title ww-C-581 Conduit, Metal, Rigid; and Coupling, Elbow; and Nipple, Electrical Conduit: Zinc -Coated. FAA Specifications Referenced in Item L-125 Number Title AC 150/5340-4 Installation Details for Centerline and Touchdown Zone Lighting Systems. AC 150/5340-13 High Intensity Runway Lighting System. AC 150/5340-14 Economy Approach Lighting Aids. AC 150/5340-15 Taxiway Lighting System. AC 150/5340-16 Medium Intensity Runway Lighting System. AC 150/5340- Taxiway Guidance Sign System. 125-5 No Text No Text 5/20/98 AC 150/5370-1 OA CHG 11 .,, ITEM F-162 CHAIN-LINK FENCES DESCRIPTION 162-1.1 This item shall consist of furnishing and erecting a chain-link fence in accordance with these specifications and the details shown on the plans and in conformity with the lines and grades shown on the plans or established by the Engineer. MATERIALS 162-2.1 FABRIC. [The fabric shall be woven with a 9 -gauge [galvanized steel wire] [polyvinyl chloride (PVC) -coated steel] [aluminum alloy] [zinc -5% aluminum mischmetal] wire in a 2 -inch (50 mm) mesh and shall meet the requirements of [ ].] [The fabric shall be woven from a [ ] gauge aluminum -coated steel wire in a 2 -inch (50 mm) mesh and shall conform to the requirements of ASTM A 491.] 162-2.2 BARBED WIRE. Barbed wire shall be 2 -strand 12-1/2 gauge [zinc -coated] [aluminum -coated] wire with 4 -point barbs and shall conform to the requirements of [ ]. 162-2.3 POSTS, RAILS AND BRACES. Posts, rails, and braces furnished for use in conjunction with zinc -coated, zinc -5% aluminum mischmetal alloy coated, or aluminum -coated steel fabric shall be of zinc -coated steel, zinc/polymer-coated steel, zinc -5% aluminum mischmetal alloy coated steel framework, or composite posts. Those furnished for use in conjunction with aluminum alloy fabric shall be aluminum alloy. Line posts, rails, and braces shall be [galvanized steel pipe] [zinc/polymer-coated steel pipe] [vinyl -coated steel] [structural shapes] [roll formed] [aluminum alloy] [composite posts] conforming to the requirements of [ ]. P 162 — 1 AC 150/5370-10A CHG 11 5/20/98 Post, rails, and braces, with the exception of galvanized steel (Schedule 40 weight) or aluminum alloy (Schedule 40 weight) which conform to the requirements of ASTM F 1083, shall demonstrate the ability to withstand testing in salt spray in accordance with ASTM B 117 as follows: External: 1,000 hours with a maximum of 5% red rust. Internal: 650 hours with a maximum of 5% red rust. The dimensions of the posts, rails, and braces shall be in accordance with Tables I through VI of Fed. Spec. RR -F-191/3. 162-2.4 GATES. Gate frames shall consist of [galvanized steel pipe] [polymer -coated steel pipe] [aluminum alloy pipe] [composite posts] and shall conform to the specifications for the same material under paragraph 162-2.3. The fabric shall be of the same type material as used in the fence. 162-2.5 WIRE TIES AND TENSION WIRES. Wire ties for use in conjunction with a given type of fabric shall be of the same material and coating weight identified with the fabric type. Tension wire shall be 7 -gauge marcelled steel wire with the same coating as the fabric type and shall conform to ASTM A 824. All material shall conform to Fed. Spec. RR -F-191/4. 162-6 MISCELLANEOUS FITTINGS AND HARDWARE. Miscellaneous steel fittings and hardware for use with [zinc -coated] [aluminum -coated] [zinc -5% aluminum-mischmetal alloy -coated] steel fabric shall be of commercial grade steel or better quality, wrought or cast as appropriate to the article, and sufficient in strength to provide a balanced design when used in conjunction with fabric posts, and wires of the quality specked herein. [All steel fittings and hardware shall be protected with a zinc coating applied in conformance with ASTM A 153.1 [Miscellaneous aluminum fittings for use with aluminum alloy fabric shall be wrought or cast aluminum alloy.] Barbed wire support arms shall withstand a load of 250 pounds (113 kg) applied vertically to the outermost end of the arm. 162-2.7 CONCRETE. Concrete shall be of a commercial grade with a minimum 28 -day compressive strength of 2500 psi (17 240 kPa). — 162-2.8 MARKING. Each roll of fabric shall carry a tag showing the kind of base metal (steel, aluminum, or aluminum alloy number), kind of coating, the gauge of the wire, the length of fencing in the roll, and the name of the manufacturer. Posts, wire, and other fittings shall be identified as to manufacturer, kind of base metal (steel, aluminum, or aluminum alloy number), and kind of coating. 162 — 2 5/20/98 AC 150/5370-10A CHG 11 CONSTRUCTION METHODS 162-3.1 CLEARING FENCE LINE. All trees, brush, stumps, logs, and other debris which would interfere with the proper construction of the fence in the required location shall be removed a minimum width of 2 feet (61 cm) on each side of the fence centerline before starting fencing operations. The cost of removing and disposing of the material shall not constitute a pay item and shall be considered incidental to fence construction. 162-3.2 INSTALLING POSTS. All posts shall be set in concrete at the required dimension and depth and at the spacing shown on the plans. The concrete shall be thoroughly compacted around the posts by tamping or vibrating and shall have a smooth finish slightly higher than the ground and sloped to drain away from the posts. All posts shall be set plumb and to the required grade and alignment. No materials shall be installed on the posts, nor shall the posts be disturbed in any manner within 7 days after the individual post footing is completed. Should rock be encountered at a depth less than the planned footing depth, a hole 2 inches (50 mm) larger than the greatest dimension of the posts shall be drilled to a depth of 12 inches (300 mm). After the posts are set, the remainder of the drilled hole shall be filled with grout, composed of one part Portland cement and two parts mortar sand. Any remaining space above the rock shall be filled with concrete in the manner described above. In lieu of drilling, the rock may be excavated to the required footing depth. No extra compensation shall be made for rock excavation. 162-3.3 INSTALLING TOP RAILS. The top rail shall be continuous and shall pass through the post tops. The coupling used to join the top rail lengths shall allow for expansion. 162-3.4 INSTALLING BRACES. Horizontal brace rails, with diagonal truss rods and turnbuckles, shall be installed at all terminal posts. 162-3.5 INSTALLING FABRIC. The wire fabric shall be firmly attached to the posts and braced in the manner shown on the plans. All wire shall be stretched taut and shall be installed to the required elevations. The fence shall generally follow the contour of the ground, with the bottom of the fence fabric no less than 1 inch (25 mm) or more than 4 inches (100 mm) from the ground surface. Grading shall be performed where necessary to provide a neat appearance. At locations of small natural swales or drainage ditches and where it is not practical to have the fence conform to the general contour of the ground surface, longer posts may be used and multiple strands of barbed wire stretched thereon to span the opening below the fence. The vertical clearance between strands of barbed wire shall be 6 inches (150 mm) or less. 162-3.6 ELECTRICAL GROUNDS. Electrical grounds shall be constructed [where a power line passes over the fence] [at 500 -foot (150 m) intervals]. [The ground shall be installed directly below the point of crossing.] The ground shall be accomplished with a copper clad rod 8 feet (240 cm) long and a minimum of 5/8 inch (15 mm) in diameter driven vertically until the top is 6 inches (150 mm) below the ground surface. A No. 6 162-3 AC 150/5370-10A CHG 11 5/20/98 solid copper conductor shall be clamped to the rod and to the fence in such a manner that each element of the fence is grounded. Installation of ground rods shall not constitute a pay item and shall be considered incidental to fence construction. METHOD OF MEASUREMENT 162-4.1 Chain-link fence will be measured for payment by the linear foot (meter). Measurement will be along the top of the fence from center to center of end posts, excluding the length occupied by gate openings. Gates will be measured as complete units. BASIS OF PAYMENT 162-5.1 Payment for chain-link fence will be made at the contract unit price per linear foot (meter). Payment for driveway or walkway gates will be made at the contract unit price for each gate. The price shall be full compensation for furnishing all materials, and for all preparation, erection, and installation of these materials, and for all labor equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item F-162-5.1 Chain -Link Fence --per linear foot (meter) Item F-162-5.2 Driveway Gates --per each Item F-162-5.3 Walkway Gates --per each MATERIAL REQUIREMENTS ASTM A 121 Zinc -Coated (Galvanized) Steel Barbed Wire ASTM A 123 Zinc (Hot Galvanized) Coatings on Products Fabricated from Rolled, Pressed, and Forged Steel Shapes, Plates, Bars, and Strip ASTM A 153 Zinc Coating (Hot -Dip) on Iron and Steel Hardware ASTM A 392 Zinc -Coated Steel Chain -Link Fence Fabric ASTM A 446 Specification for Steel Sheet, Zinc -Coated (Galvanized) by the Hot -Dip Process, Structural (Physical) Quality ASTM A 491 Aluminum -Coated Steel Chain -Link Fence Fabric 162 — 4 t" 5/20/98 AC 150/5370-10A CHG 11 ASTM A 569 Steel, Carbon (0.15 Maximum, Percent), Hot Rolled Sheet and Strip Commercial Quality ASTM A 570 Hot -Rolled Carbon Steel Sheet and Strip Structural Quality ASTM A 572 High -Strength Low -Alloy Columbium -Vanadium Steels of Structural Quality ASTM A 585 Aluminum -Coated Steel Barbed Wire ASTM A 824 Metallic -Coated Steel Marcelled Tension Wire for Use With Chain Link Fence ASTM B 117 Standard Test Method of Salt Spray (Fog) Testing ASTM B 221 Aluminum -Alloy Extruded Bars, Rods, Wire Shapes and Tubes ASTM F 668 Poly(vinyl Clloride)(PVC)-Coated Steel Chain -Link Fence ASTM F 1043 Strength and Protective Coatings on Metal Industrial Chain Link Fence Framework ASTM F 1083 Pipe, Steel, Hot -Dipped Zinc -coated (galvanized) Welded, for Fence Structures ASTM F 1183 Aluminum Alloy Chain Link Fence Fabric ASTM F 1234 Protective Coatings on Steel Framework for Fences ASTM G 23 Operating Light -Exposure Apparatus (Carbon -Arc Type) With and Without Water for Exposure of Nonmetallic Materials ASTM G 26 Operating Light -Exposure Apparatus (Xenon -Arc Type) With and Without Water for Exposure of Nonmetallic Materials ASTM G 53 Operating Light- and Water -Exposure Apparatus (Fluorescent UV -Condensation Type) for Exposure of Nonmetallic Materials Fed. Spec. Fencing, Wire and Post, Metal (Chain -Link Fence Posts, Top Rails and Braces) ` RR -F-191/3 Fed. Spec. Fencing, Wire and Post, Metal (Chain -Link Fence Accessories) RR -F-191/4 wwwr. ITEM MC MISCELLANEOUS CONSTRUCTION 1. SCOPE OF WORK This item of the project specifications shall consist of demolition of existing drainage structures and headwalls, the relocation of existing perimeter roadway signs and for the installation of new perimeter roadway signage. 2. MATERIALS AND CONSTRUCTION METHODS 2-1 General The materials used in this item shall be as shown on the drawings and in accordance with the following requirements. 2-2 Demolition of Existing Drainage Structures and Headwalls The existing drainage structures and headwalls beneath the old perimeter road, shall be removed and disposed of in appropriate disposal areas off of the Airfield property. The exact location of the existing drainage structure is shown in the plans. No consideration shall be given to the different types of drainage structures or lengths of culverts removed. All structures to be removed shall be considered as being the same and equal and no consideration shall be given for the different types of structures found on site. 2-3 Perimeter Road Signage The existing perimeter roadway informational signage adjacent to Taxiway S shall be removed and reinstalled at the intersection of the new perimeter road and Taxiway S. This item will include all miscellaneous demolition and installation associated with this item. At the intersection of the new perimeter road and Taxiway W the Contractor will be responsible for the installation of new informational signs. The Contractor shall be responsible for the fabrication and complete installation of these new signs. r 01272401 MC - 1 08/01 3. METHOD OF MEASUREMENT The quantity of Demolition of Existing Drainage Structures and headwalls to be paid for under this item shall be per each per drainage structure. A drainage structure is defined as a culvert and its associated end treatments or headwalls. The quantity for Perimeter Road Signage shall be per lump sum and include the cost associated with the relocation of the existing informational signs and for the installation of the new informational signs. 4. BASIS OF PAYMENT Payment will be made at the contract unit price for the demolition of existing drainage structures, per each and for perimeter road signage per lump sum. These prices shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item MC, Demolition of Existing Drainage Structures, complete, per each; and Item MC, Perimeter Road Signage, complete, per lump sum. END OF SECTION 01272401 MC -2 08/01 No Text ITEM IP IRRIGATION PIPELINE SYSTEM 1. GENERAL This section of the specifications covers the furnishing of all labor, materials and equipment necessary to install the irrigation system improvements as shown on the drawings and as specified herein. 2. PIPING MATERIALS 2.1 Quality of Plastic Pipe The compound used in manufacturing the pipe shall meet the requirements of Polyvinyl Chloride (PVC) as specified in ASTM D 1784 for Type 1, Grade 1, PVC 1120. The pipe shall be homogeneous throughout and free from visible holes, cracks, foreign inclusion or other defects. The pipe shall be as uniform as commercially practicable in color, opacity, density and other physical properties. 2.2 Pipe Requirements PVC pipe shall have an internal working water pressure rating of up to 50 feet head of water. PIP (Plastic Irrigation Pipe) - sized pipe shall meet all the applicable dimensional and quality requirements of ASTM D 2241, with the exception of those concerned with outside diameters and wall thicknesses. Outside diameters and wall thicknesses of PIP -sized pipe shall be as follows: Diameter Wall Thickness 01272401 08/01 Tolerance PIP Minimum Size Inside Diameter Inches Inches 111 IP - 1 For Average Measurements Minimum Inches Inches +0.080 The pipe shall be adequately marked at intervals of not more than 5 feet. Markings shall -- include the following: 1. The nominal pipe size. 2. The type of plastic pipe material in accordance with the designation code. 3. The pressure rating in psi for water at 73.4 degrees F. 4. The SCS or ASTM specification designation with which the pipe complies for IPS -sized pipe, or the designation PIP for pipe in this size system. 5. The manufacturer's name (or trademark) and code. 2.3 Fitting Requirements PVC fitting shall be manufactured from the same material as the pipe and the pressure rating of fittings shall be not less than specified for the pipe. 2.4 Jointing Requirements All PVC pipe shall utilize elastomeric gasket joints. All joints shall be made up in the field in strict accordance with the manufacturer's instructions. All joints and connections shall be made so as to withstand the design maximum working pressure for the pipeline without leakage and shall leave the inside of the line free of any obstruction that may tend to reduce its capacity below design requirements. 3. STEEL CASING MATERIAL 3-1 Quality of Steel Casing Steel casing shall be new welded steel pipe, manufactured in the United States, with a minimum yield strength of 35,000 psi meeting ASTM A-139 Grade B or A-252 Grade 2. Casing wall thickness for installation shall be in accordance with the following: Diameter Minimum Wall Thickness 16" 0.250" 01272401 IP - 2 08/01 saw 4. VALVE MATERIALS 4-1 Alfalfa Valves All alfalfa valves shall be of cast iron construction and suitable for use with plastic pipe. Valves shall have manganese bronze stems and be of solid arch construction. Valves shall be suitable for use with 12 -inch universal hydrants. Necessary fittings for connection to the 8 -inch plastic pipe shall be provided. 5. CONSTRUCTION METHODS 5-1 Shop Drawings The Contractor shall furnish complete shop drawings for the irrigation system prior to beginning work on the system. The shop drawings shall provide full information on all materials and shall also show the proposed location of all portions of the system. 5-2 System Layout The plans are generally diagrammatic; the irrigation system shall be installed and shall be coordinated for the least interference with other underground lines. All equipment shall be located and arranged so that all parts will be accessible for proper maintenance. 5-3 Connections to Existing Irrigation Lines Connections of new irrigation lines to existing underground irrigation lines shall be made at the locations shown on the drawings and as directed by the Engineer. Connections shall be compatible with the type of pipe utilized and shall be made in a neat and workmanlike manner. 5-4 Pipe Installation 5-4-1 General - All pipe and accessories required for the work specified herein shall be unloaded, handled, laid, jointed and tested for defects and for leakage in the manner herein specified. k 5-4-2 Inspection - The pipe, fittings, valves and accessories shall be inspected upon delivery and during the progress of the work and any material found to be defective will be rejected by the Engineer and the Contractor shall remove such defective material from the site of the work. 5-4-3 Responsibility for Materials - The Contractor shall be responsible for all materials furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or has become damaged in handling after delivery. 01272401 IP - 3 08/01 5-4-4 Handling Pipe and Accessories - All pipe, fittings, valves, and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled and distributed at the site of the work by the Contractor. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a manner as to avoid shock or damage to the materials. Under no circumstances shall they be dropped. Pipe handled on skidways must not be skidded or rolled against pipe already on the ground. The pipe, fittings and accessories shall be stored at the site in such a manner as to be kept as free as possible from dirt, sand, mud or foreign matter. 5-4-5 Excavation and Trenching - The trench shall be excavated to the lines and grades as required by the drawings or these specifications. The minimum depth of cover for all pipe lines for which grades are not shown shall be thirty-six (36) inches. The minimum width of the trench shall be the outside diameter of the pipe plus twelve (12) inches and the maximum width shall be the outside diameter of the pipe plus eighteen (18) inches. The trenching equipment shall be maintained on a sufficiently level road bed to provide substantially vertical trench walls. The maximum horizontal offset of the trench wall from bottom of trench to the top of 'the trench (undercutting) shall be four (4) inches. The trench shall be excavated to an even grade so that the bottom of the pipe will rest on the bottom of trench throughout the entire length of the pipe. In order to obtain a true even grade, the trench shall be fine graded by hand. On lines that are to be laid to established grades boards shall be set at 50 feet intervals and the trench graded to the established grade. Any part of the trench excavated below grade shall be corrected by filling with approved material and thoroughly compacting. If ledge rock, rock fragments or other unyielding material is encountered in the bottom of the trench, it shall be removed to a depth of three inches below grade, refilled with selected material, and thoroughly compacted. Bell holes of ample dimensions shall be dug at each joint to permit the jointing of pipe to be made properly, and of sufficient depth to prevent the bell of the pipe from resting on undisturbed materials. 01272401 Ip -4 08/01 Whenever necessary to prevent caving, the trench shall be adequately braced and sheeted. Trench protection is require in cuts greater than 5 feet. Ladders shall be provided within 25 feet of workers in cuts over 4 feet in depth, and trench material shall be stockpiled a minimum of 2 feet from the edge of the trench. The Contractor shall comply with all applicable regulations of OSHA -2202 regarding these requirements. Trench digging machinery may be used to make trench excavation except in places where operation of same would cause damage to existing structures either above or below ground; in such instances, hand methods shall be employed. The Contractor shall locate all existing underground lines, of which he has been advised whether or not they are shown on the drawings, sufficiently in advance of the trenching to make whatever provisions necessary to prevent damage thereto. Extreme care shall be used to prevent such damage and the Contractor shall be fully responsible for damage to any such lines. There will be no classification of or extra payment for excavated materials and all materials encountered shall be excavated as required. Adjacent structures shall be protected from damage by construction equipment. All excavated material shall be piled in a manner which will not endanger the work or existing structures and which will cause the least obstruction to roadways. The Contractor will be required to locate all known utility lines far enough in advance of the trenching to make proper provisions for protecting the lines and to allow for any deviations that may be required from the established lines and grades. 5-4-6 Pipe Laying - All pipe shall be laid and maintained to the lines and grades shown on the plans or as required by these specifications. Wherever it is necessary to deflect pipe from a straight line either in a vertical or horizontal plane to avoid obstructions or to plumb valves, or where vertical or horizontal curves are shown or permitted, the degree of deflection at each joint shall not exceed the maximum deflection w recommended by the manufacturer of the particular kind of pipe being laid and the degree of deflection shall be approved by the Engineer. After the trench grade has been completed, all bell holes dug and the grade inspected, the pipes and accessories may be placed in the trench. All pipe, fittings, and valves shall be carefully lowered into the trench piece by piece by means of derricks, ropes, or other suitable tools or equipment, in such a manner as to prevent damage to the material in any way. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. Before lowering into trench the pipe shall be again inspected for defects. Any defective, damaged or unsound pipe and materials shall be rejected. 01272401 IP -5 !"" 08/01 All foreign matter or dirt shall be removed from the inside of the pipe and from all bells, spigots or parts of the pipe used in forming the joint, before the pipe is lowered into the trench, and it shall be kept clean by approved means during and after laying. 54-7 Anchorage of Bends, Tees and Plugs, Etc - Reaction or thrust backing shall be applied to all pipe lines at all tees, plugs, caps, and at bends deflecting 11-1/4 degrees or more. Concrete shall be used for backing the pipe and fittings. The backing shall be placed between solid ground and the fitting to be anchored; the area of bearing on pipe and on the ground in each instance shall be suitable for the application. The backing shall be placed that the pipe and fitting joints will be accessible for repair. Standard plugs shall be inserted into the bells of all dead end pipes, tees, or crosses, and spigot ends shall be capped. Plugs or caps shall be jointed to the pipe or fittings in the same manner used in jointing the pipe. -, 5-4-8 Backfilling Trench The method to be used in backfilling the trench shall be done by either flooding or jetting except where mechanical tamping is required. Flooding will not be permitted for trenches in excess of 6 feet deep. Prior to filling the trenches with backfill material where flooding or jetting is to be used, earth dams or waterstops shall be constructed across the trench at a maximum spacing of 500 feet. Where the slope of the original ground is greater than 1.7% the dams shall be spaced so that the vertical rise of the ground between two successive dams does not exceed 4.0 feet. The tops of the dams at the ground surface shall be not less than 3 feet long. The dams shall be constructed by placing backfill material in the trench in approximately 6 -inch layers, moistening if necessary, and thoroughly compacting the material. The purpose of the dams being to prevent water from flowing to low points in the trench during jetting or flooding operations. Flooding shall be done by filling the trench with water and depositing the material in water until the fill is within 12 inches of the original ground surface. As soon as all of the water has disappeared, the remaining 12 inches plus a slight excess of material shall be placed in the trench so as to provide a uniform surface. 01272401 IP - 6 08/01 5-4-9 Air Test - All new piping shall be subjected to an air test. All testing shall be conducted with the project representative or engineer present. The test time limits for different sizes of pipe shall be in accordance with the table below: Time Limits , Minimum for Air Test Pipe Size Inches Time Minutes 8 10 The test pressure shall begin at 3.5 psig. The allowable pressure drop shall not exceed 1.0 psig. At the start of the test the line should be pressurized to 4.0 psig and the air in the line should be allowed to stabilize. The test should begin after no pressure drop is observed during the stabilizing process. The Contractor shall furnish all equipment required for air testing the piping. 6. METHOD OF MEASUREMENT The quantity of 8 -inch plastic irrigation pipeline (low -head) to be paid for under this item shall be measured per linear foot of pipeline actually installed and accepted. This item shall include all materials furnished, installed, connected, ready for operation, and accepted by the Engineer, and shall include trenching and backfilling. The quantity of 16 -inch steel casing to be to be paid for under this item shall be measured per linear foot of steel casing actually installed and accepted. This item shall include all materials furnished, installed, connected, ready for operation, and accepted by the Engineer, and shall include trenching and backfilling. The quantity of existing irrigation pipelines removed, including risers and valves, to be paid for under this item shall be measured per lump sum, as accepted by the Engineer. The quantity of 12 -inch alfalfa valves to be paid for under this item shall be measured per each valve actually installed and accepted. This item shall include all materials furnished, installed, connected, ready for operation, and accepted by the Engineer. 01272401 IP - 7 "" 08/01 7. BASIS OF PAYMENT Payment shall be made at the contract unit price bid for the various items specified herein for furnishing and installing the specified equipment, complete, ready for operation, and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation, assembly and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the items. Payment will be made under: Item IP, 8 -inch Plastic Irrigation Pipeline (low -head), furnished and installed, including trenching and backfilling, complete, per linear foot; Item IP, 16 -inch Steel Casing, furnished and installed, complete, per linear foot; Item IP, Remove Existing Irrigation Pipelines, including risers and valves, per lump sum; and Item IP, 12 -inch Alfalfa Valve, furnished and installed, complete, per each. END OF SECTION 01272401 Ip - 8 08/01 i OA ITEM ER TEMPORARY EROSION, SEDIMENTATION AND WATER POLLUTION PREVENTION AND CONTROL DESCRIPTION This item shall govern the measures necessary to control soil erosion, sedimentation and water pollution which may degrade receiving waters including rivers, streams, lakes, playas, reservoirs, tidal d^+ waters, groundwater and wetlands. The control measures contained herein shall be installed and maintained throughout the construction contract period, including any turf establishment period, and will be coordinated with the permanent or existing temporary pollution control features specified elsewhere in *+ the plans and specifications to provide effective and continuous water pollution control. These control measures shall not be used as a substitute for the permanent pollution control measures unless otherwise directed by the Owner in writing. The controls may include silt fences, dikes, dams, berms, sediment basins, mats, soil retention blankets, temporary seeding, mulch, channel liners, slope drains or other structural or non-structural water pollution controls. 2. MATERIALS 2-1 General The control measure materials will be as herein specified. The Owner may allow other materials and work as the need arises and as approved in writing. All control measure materials will be approved by the Owner prior to use on this project. 2-2 Silt Fence Silt fence materials shall consist of the following: (a) Fabric. The filter fabric shall be of nonwoven polypropylene, polyethylene or polyamide thermoplastic fibers with non -raveling edges. The fabric shall be nonbiodegradable, inert to most soil chemicals, ultraviolet resistant, unaffected by moisture or other weather conditions, and permeable to water while retaining sediment. The fabric shall be supplied in rolls with minimum width of 36 inches. 01272401 ER- 1 row 08/01 The filter fabric will have the following physical characteristics: Minimum Weight: 4.5 oz./s.y. Maximum Water Flow Rate: 40 gal./s.f./minute Equivalent Opening Size (US standard sieve no.): 40 to 100 Minimum Burst Strength (ASTM D 3786): 300 psi Minimum Ultraviolet Resistance; Strength Retention (ASTM D 1682): 70 percent (b) Posts. Posts will be painted or galvanized steel Tee or Y -posts with anchor plates, not less than 5 feet in length with a minimum weight of 1.3 pounds per foot and a minimum Brinell hardness of 143. Hangars shall be adequate to secure fence and fabric to posts. Posts and anchor plates will conform to ASTM A 702. C. Wire Fence. Wire fence will be welded wire fabric 2 x 4 - W1.0 x W1.0 and will conform to requirements of ASTM A 82 or A 496. 2-3 Sediment Containment Dikes Sediment containment dikes shall consist of the following: (a) Hay Bales. "Hay Bales" will be free of Johnson grass or other nocuous weeds. The bales will consist of either hay or straw in good condition and be securely tied by wire. Stakes for anchoring bales will be #4 reinforcing bars, 1/2 inch steel pickets or 2 inch x 2 inch wooden stakes. Completed dikes will be at least 18 inches in height and will have sufficient weight and stability to prevent displacement by runoff. Hay bale dikes will not be allowed on paved areas, but may be used in unpaved drainageways. b. Sand Bags. Fabric used to contain the sand may be permeable to water, but will be able to completely contain the sand within the bags. The fabric and seams will be of sufficient strength to prevent puncture or rupture when subjected to conditions which may be encountered during placement or when in place. Completed dikes will have sufficient weight and stability to prevent displacement by runoff. Sand bag dikes may be used in paved areas and/or unpaved areas. Dikes used in concrete drainage aprons or channels shall be constructed to a minimum height of 6 -inch, and shall extend the full width of the apron or channel. Dikes used in unpaved drainageways shall be constructed to a minimum height of 18 -inches. 01272401 ER - 2 08/01 ems+ 3. CONSTRUCTION METHODS 3-1 General The Owner's Representative has the authority to limit the disturbed surface area exposed by construction operations. The Contractor shall provide control measures as required to prevent or minimize impact to receiving waters and/or as directed by the Owner's Representative. The Contractor shall effectively prevent and control erosion and sedimentation on the site at the earliest practicable time. Control measures, where applicable, will be implemented prior to the commencement of each construction operation or immediately after the area has been disturbed. Control measures will remain in place throughout the construction period and any turf establishment period. Should the control measures fail to function effectively, the Contractor shall act immediately to bring the erosion and sedimentation under control by maintaining existing controls or by providing additional controls as directed by the Owner's Representative. When in the opinion of the Owner's Representative the site is adequately stabilized, the control measures will be removed and properly disposed of by the Contractor. All erosion, sediment and water pollution controls will be maintained in good working order. The Contractor shall provide a non-freezing rain gauge to be located at the project site. Within 24 hours of a rainfall event of 0.5 inches or more as measured by the project rain gauge, the Contractor and Owner's Representative will inspect the entire project to determine the condition of the control measures. Sediment will be removed and devices repaired as soon as practicable but no later than 7 days after the surrounding exposed ground has dried sufficiently to prevent further damage from equipment needed for the repair. In the event of continuous rainfall over a 24-hour period, or other circumstances that preclude equipment operation in the area, the Contractor will hand carry and install additional backup devices as determined by the Owner's Representative. The Contractor will remove silt accumulations and deposit the spoils in an area approved by the Owner's Representative as soon as practical. Any corrective action needed for the control measures will be accomplished in the sequence directed by the Owner's Representative, however areas adjacent to waterbodies shall generally have priority followed by devices protecting storm sewer inlets. 01272401 08/01 The Contractor shall also conform to the following practices and controls: ER - 3 (a) Disposal areas, stockpiles, and haul roads used for this project, including areas not within the project limits, shall be constructed and maintained in a manner that will minimize and control the amount of sediment that may enter receiving waters. Disposal areas shall not be located in any wetland, waterbody or streambed. Construction roads may not be located in or cross any waterbody or streambed without prior approval of the Owner's Representative and shall be done in compliance with applicable rules and regulations. (b) Construction operations in rivers, streams, lakes, tidal water wetlands and other waterbodies shall be restricted to those areas where it is necessary to perform the work shown on the plans. Wherever streams are crossed, temporary bridges, timber mats or other structures shall be used. (c) Protected storage for paints, chemicals, solvents, fertilizers and other potentially toxic materials will be provided by the Contractor and the location approved by the Owner's Representative. (d) Construction staging areas and vehicle maintenance areas shall be constructed by the Contractor in a manner to minimize the runoff of pollutants and their location will be approved by the Owner's Representative. The Contractor shall prevent pollution of receiving waters with petroleum products or other hazardous or regulated substances. When work areas of material sources are located adjacent to a waterbody, control measures such as dikes, gabions, or rock berms, shall be used to keep sediment and other contaminants from entering the adjacent waterbody. Care shall be taken during the construction and removal of such barriers to minimize down -gradient sedimentation. (e) All waterways shall be cleared as soon as practicable of temporary embankment, temporary bridges, matting, falsework, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. (f) Disturbance of vegetation shall be minimized and limited to only what is shown on the construction plans or as directed by the Owner's Representative in writing. (g) Construction entrances shall be stabilized by the use of rock, timber matting or other acceptable techniques when necessary to minimize the off-site vehicle tracking of sediment. The Contractor shall clean paved surfaces as necessary to remove sediment which has accumulated on the roadway. 3-2 Silt Fence The filter fabric will be securely attached to the posts and the wire fence with the bottom 12 inches of filter fabric buried in a trench a minimum of 6 inches keep to prevent sediment from passing under the fence. When the fence is constructed on impervious material, a 12 inch flap of fabric will be extended upstream from the bottom of the silt fence and weighted to limit particulate loss. 01272401 ER - 4 08/01 Vertical joints will be overlapped a minimum of 12 inches with the ends sewn or otherwise securely tied. No horizontal joints will be allowed in the filter fabric. The silt fence will be a minimum of 12 inches high. Posts will be embedded in the ground a minimum of 12 inches and spaced a maximum of 8 feet apart. Posts will be placed on a slight angle toward the anticipated runoff source. Torn or punctured fabric will be repaired by the placement of a patch consisting of an additional layer of fabric over the damaged area. The patch will overlap the damaged area a minimum of 12 inches in all directions and will be securely attached to the repaired fabric. 3-3 Sediment Containment Dikes The Contractor may select either bales or sand bag materials for the dikes, unless otherwise instructed. Bales or sand bags will be placed with ends tightly abutting. If placed in unpaved areas, the dike will be embedded in the soil a minimum of 4 inches and a maximum of 6 inches. Bales will be securely anchored in place by a minimum of 2 stakes per bale. Stakes will be angled toward the previously placed bale to force the bales together. Stakes will be embedded in the soil a minimum of 18 inches. Bales will not be used when underlying material such as concrete or asphalt prevents anchorage by stakes. If placed on paved surfaces, the dike will consist of sand bags placed with the ends tightly together. The sand bags will be placed side by side to a width as required to minimize sand bag movement or displacement during rainfall occurrences. 4. METHOD OF MEASUREMENT AND BASIS OF PAYMENT • Work performed as specified in this section will be measured and payment will be made under Item P-156, TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL, of these specifications. Payment will be full compensation for all work including the furnishing of all materials, equipment, tools, labor and incidentals necessary to complete the work, including maintaining, servicing or replacing the measures as required to comply with the requirements of this specification during the construction period. If the Contractor is required to install temporary erosion, sediment and water pollution control measures due to his negligence, carelessness, lack of maintenance, or failure to install permanent controls as a part of the work as scheduled, and are ordered in writing by the Owner's Representative, such work shall be performed at the Contractor's expense. 01272401 ER - 5 08/01 In case of failure on the part of the Contractor to prevent and control soil erosion, sedimentation and water pollution which may degrade receiving water, the Owner reserves the right to employ outside assistance or to use Owner's forces to provide the necessary corrective measures. All costs including engineering costs will be deducted from any moneys due or to become due to the Contractor. END OF SECTION 01272401 ER - 6 08/01 APPENDIX 0 a U.S. Department of Transportation Federal Aviation Administration Advisory Circular DURING OPERATIONAL ON AIRPORTS Initiated by8 AAS -300 Cbange:150/5370-2 C CONSTRUCTION 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 edition, 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 ACs which detail all major elements of safe, efficient airport design and construction are available. However, operational safety on airports may be degraded by construction hazards or marginal 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 airports certificated under FAR Part 139 have mandatory requirements related to this subject. 1 AC 150/5370-2C 5. GENERAL. 5/31/84 a. The airport operator is responsible for full compliance with the requirements 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 airport 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 multiyear major redevelopment, a comprehensive 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 maximum 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 requirements. 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 continual compliance with safety requirements. a. Formal Notification. A formal notification to the FAA is required by regulation 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 5/31/84 AC 15-/5370-2C construction of a new airport; the construction, realigning, altering, activating, or abandoning of a runway, landing strip, or associated taxiway; and the deactivating or abandoning of an entire airport. Formal notification is made by submitting 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, Activation 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 sponsor's engineer and contractors, should integrate operational safety requirements into their planning and work schedules as early as practical. Also, responsibilities 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 predesign through final inspection. c. Safety Considerations. The following is a partial list of safety considerations 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 (NOTAMs). (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. �.. � 3 x�+ AC 150/5370-2C 5/31/84 (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. (18) Identification of construction personnel and equipment. (19) Location of haul roads. (20) Security control on temporary gates and relocated fencing. (2 1) Noise pollution. (22) Blasting regulation and control. (23) Dust control. (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. 4 5/31/84 AC 15—/5370-2C �a (32) Smoke, steam, and vapor controls. (33) Notify crash/fire/rescue personnel when working on water lines. (34) Provide traffic directors/wing walkers, etc., as needed to assure clearance in construction areas. d. Guidelines for Proximitv 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 locations which may interfere with aircraft operations. They should be adapted to the needs of a particular project and should not be incorporated verbatim into project specifications. 7. EXAMPLES OF HAZARDOUS AND MARGINAL CONDITIONS. Analyses of past accidents and incidents have identified many contributory hazards and conditions. A representative list follows: a. Excavation adjacent to runways, taxiways, and aprons. b. Mounds or stockpiles of earth, construction material, temporary structures, and other obstacles in proximity to airport operations areas and approach zones. c. Runway surfacing projects resulting in excessive lips greater than 1 inch (2.54 cm) for runways and 3 inches (7.62 cm) for edges between old and new surfaces at runway edges and ends. d. Heavy equipment, stationary or mobile, operating or idle near airport operations areas or in safety areas. e. Proximity of equipment or material which may degrade radiated signals or impair monitoring of navigational aids. f. Tall but relatively low visibility units such as cranes, drills, and the like in critical areas such as safety areas and approach zones. g. Improper or malfunctioning lights or unlighted airport hazards. h. Holes, obstacles, loose pavement, trash, and other debris on or near airport operations areas. i. Failure to maintain fencing during construction to deter human and animal intrusions into the airport operation areas. j. Open trenches alongside pavement. k. Improper marking or lighting of runways, taxiways, and displaced thresholds. 1. Attractions for birds such as trash, grass seeding, or ponded water on or near airports. 5 AC 150!5370-2C 5/31/84 m. Inadequate or improper methods of marking temporarily closed airport operations 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 surfaces are the three most recurring threats to safety during construction. 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 airport. If construction operations require shutdown of a navigational aid from service 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 conditions 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. 9. 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 identification are discussed below. It should be recognized, however, that every airport presents different vehicle requirements and problems and therefore needs individualized solutions so that vehicle traffic does not endanger aircraft operations. a. Visibili . 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 5/31/84 AC 15-/5370-2C d. Movement. The control of vehicular activity on airport operations areas is of the highest importance. Airport management is responsible for developing procedures, procuring equipment, and providing training regarding vehicle operations to ensure aircraft safety during construction. This requires coordination with airport users and air traffic control. Consideration should be given to the use of two-way radio, signal lights, traffic signs, flagman, 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 airports, 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 consideration 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 inspectors have specific responsibilities regarding operational safety on certificated airports before and during ,►„ periods of construction activity. Their particular area of concern will be directed towards construction within safety areas, and they will be involved in the following functions: a. Review of plans to determine limits of work and possible safety problem areas. b. Give special attention to the development of the safety plan which is a part of the plans and specifications. c. Advise FAA elements such as regional Flight Standards, Air Traffic, and Airway Facilities of the construction activities and the safety plan. d. Ensure that users of the facilities have ample warning of the proposed construction so that they may make advanced plans to change their operations. e. FAA Airports engineers and certification inspectors should participate in the 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. /s/ Leonard E. Mudd Director, Office of Airport Standards 7 (and 8) 5/31/84 AC 15-/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. RUNWAY EDGES. Construction activities normally should not be permitted within 200 feet of the runway centerline. However, construction may be permitted within 200 feet of the runway centerline on a case-by-case basis with approval of the airport operator, the FAA and the users. 3. TAXIWAYS AND APRONS. Normally, construction activity setback lines should be located at a distance of 25 feet plus one-half the wingspan of the largest predominant 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; NOTAMs 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, 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, that is, cable trenches, pavement tie-ins, etc., with the approval of the airport operator, the FAA and the users. b. Taxiways and Aprons. Excavation and open trenches may be permitted up to the edge of structural taxiway and apron pavements provided the dropoff is adequately signed, lighted and marked. 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 µ 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 evaluated in each instance. A coordinated evaluation by the airport operator and the 69 AC 150/5370-2C Appendix 1 5/31/84 FAA is necessary. Technical involvement by FAA regional Airports, Air Traffic, Flight Standards, and Airway Facilities Specialists is needed as well as construction 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.) & 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 communication 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 operator is responsible for coordinating and enforcing the plan. 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 construction 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. 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. 10. MARKING AND LIGHTING OF CLOSED OR HAZARDOUS AREAS ON AIRPORTS. The construction 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 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, across 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 l0a except runway markings are not obliterated. Rather, crosses are usually of the temporary type (constructed of 2 rte+ 5/31/84 AC 15-/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 l Od. C. Closed Airports. When all runways are closed temporarily, the runways are marked as in paragraph 1 Ob, and the airport beacon is turned off. When all runways are closed permanently, the runways are marked as in paragraph I Oa, 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 position and properly oriented. For nighttime use, the barricades are supplemented with flashing yellow lights. The intensity of the lights and spacing for barricades, flags, and lights must be such to delineate adequately the hazardous area. e. Notices to Airmen (NOTAMs). The airport operator should provide information on closed or hazardous conditons to the local air traffic control facility (control tower, approach control, center, flight service station) so that a NOTAM can be issued. f. Stabilized Areas. Holding bays, aprons, and taxiways are sometimes provided with shoulder stabilization to prevent blast and water erosion. This stabilization 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 conditions may exist such as stabilized islands or taxiway curves where confusion may exist as to which side of the edge stripe is the full strength pavement. Where such a condition exists, the stabilized area should be marked with 3 foot (1 m) stripes perpendicular to the edge stripes. On straight sections, the marks should be placed at a maximum of 100 foot (30 m) spacing. On curves, the marks should be placed a maximum of 50 feet (15 m) apart between the curve tangents. The stripes should be extended to 5 feet (1.5 m) from the edge of stabilized area or to 25 feet (7.5 m) in length, whichever is less. g. Runway Shoulder Marking. Usually the runway side stripes will indicate the edges of the full strength pavement. However, conditions may exist, such as exceptionally 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) WAW SUBJ: ORDER U.S. DEPARTMENT OF TRANSPORTATION FEDERAL. AVIATION ADMINISTRATION SW 5200.58 SOUTHWEST REGION 2/15/95 AIRPORT SAFETY DURING. FAA -FUNDED AIRPORT CONSTRUCTION AND FAA FACILITIES MAINTENAN' tE 1. PURPOSE, This Order establishes airport safety standards for FAA -funded construction (Airport Improvement Program and Facilities and Equipment Program) and FAA facilities maintenance. 2. DISTRIBUTION. This Order is distributed to the Section level in the Airports and Airway Facilities Divisions, to the Branch level in the,Plight St.ndards, Air Traffic, and Civil :Aviation Security Divisions, to the Fort Worth Flight Procedures Office, to all Southwest region field offices and facilities, and to F & E Field Installation/Construction Representatives. 3. CANCELLATION. Order SW 5260.5A, Airport Safety inuring FAA -Funded Airport „ Construction and FAA Facilities [Maintenance, dated 6/6189, is canceled. 4. EXPLANATION OF CWANGES. This Order revises and updates safety criteria for consistency with current FAA publications and updates references to regional organizations. ,.••� 5. DEFINITIONS. a. Airport Elevation - the highest point on the landing surface of an airport. b. Certificated Airport- an airport which, by law, is safety -regulated by the FAA udder Part 139 of the Federal ,Aviation Regulations, and which operates under specific safety requirements which .apply to maintenance and construction activities on the airport.. Certificated airports are listed in Appendix 2. c. Displaced Threshold A threshotd that is located at a point on the runway other than the designated beginning of the runway. A temporary displacement may be used Distribution. A-X-3IFS,AT,AP,CSj, A X -4W), Inivatod By.*ASW-620 A-FOF-0 (maximum); A-FAF-10; A -FAS -1 SW 52GO.5B 2115196 to provide lending aircraft adequate clearance over construction equipment or other objects in the approach area of a runway or adjacent to a runway. d. Obstacle Free Zone (OFZ) an FAA airport design standard for volume of airspace above a runway. The: components are the Runway OFZ, Inner -transitional surface OFZ, and Inner -Approach OFZ. e. Obstruction - any structure, natural growth, vehicle or construction material which penetrates any airport imaginary surface defined by FAR Part 77, including primary, transitional, approach, horizontal, and conical surfaces. f. Relocated Threshold - a runway end which is not located at the physical end of the pavemenx: This May occur i# part of a runway is clpsed, and a relocated threshold is established at the beginning of the ;usable pavement. (Note: this term. is not used in'the Notice for Airmen system.) g. Safety Area the ground surfacenext to runways, taxiways' and aircraft parking areas which is expected to be graded, d . thed and free of any hazardous surface variations and nonfrang1ble objects, the purpose 'of which is to reduce the risk of damage to an aircraft inadvertently leaving airport pavement. h. Small Aircraft - an aircraft weighing 12,500 lbs or less maximum certificated takdoff weight, i. Large Aircraft - an aircraft weighing more than 12,500 lbs. maximum certificated takeoff weight. 64 PROCEDURES. Aviation 'safety is a primary consideration Taring airport construction and facilities maintenance. 'These activities shalt be planned and scheduled to minimize disruption of normal aircraft ground and air traffic. For airports subject to FAR Part 107, Airport Security, the airport operator's security,,program standards shall be observed in the areas of access control, and movement and id enti€kation of construction and FAA personnel and vehicles. a. These standards shalt be used to develop specific safety measures which FAA employees, grantees, and contractors shall adhere to during these activities on all airports in the Southwest Region. They provide a reasonable level of safety, but aircraft Operations, weather, security, or local airportrules may require use of more stringent safety measures. Use of less stringent measures and charges that impact security controls ere permitted only after coordination between Airports; Air Traffic, Airway Facilities, Flight Standards, and Civil aviation Security Divisions, airport management, and affected aviation users. Page 2Par 5 'r 2/15t96 SW 5200.5B b. Bid documents for on -amort construction or maintenance projects shell include general and specific safety requirements, based on Appendix 1 to this Order, so that contractors are aware of the costs and constraints which will apply during the project to maintain a high level of aviat on safety, c. If the clearances and restrictions described in this Order cannot be maintained while construction or maintenance is underway, action will be taken as appropriate to. (1) close runways, taxiways, or aprons, t2% relocate or displace runway thresholds temporarily, {3) perform work at night or during periods of minimal aircraft activity, (4) close affected areas to certain types of aircraft, (5) restrict aircraft use by weight, wingspan., approach speed, or other characteristic, (6) shut down or restrict use of navigational or approach aids. d. PAA employees Who are.responsible for construction or-maintrenance activities on airports shall coordinate project safety and security requiroments and impacts with the airport sponsor as soon as the Impacts have been identified, but before commitments are made with contractors or others to perform work on an airport. Coordination will vary from formal predesign conferences to informal contacts with the airport tmensger or responsible sponsor official before starting work. i. SAFETY IMPACTS. Potentially, hazardous conditions which rnay'bccur during airport construction and maintenance include ,the following: a. Excavations, trenches, and stockpiled material can or near runways, taxiways and aprons. b. Construction equipment on aircraft operating areas or in runway approaches or departure areas. c. Inadequate construction area marking or lighting. d. Lack of control over vehicle access to aircraft operating areas, unauthorized entry of personnel, vehicles, or animals. a. inadequate vehicle marking or lighting. f. Deficient marking and lighting of temporary runway thresholds. Por 6 Page f SW 6200 58 2/15/96 g. Failure to Issue, update, or cancel Notices to Airman concerning airport or runway closures or other construction -related airport condition. h. Failure to mark and identify utilities or power cables, resulting in loss of airport lighting; navigational, visual, or approach aids.- weather reporting service; or communications. L Unauthorized vehicle operations in localizar or glide slope critical areas, resulting in electronic interference or facility shutdown. j. Construction debris (gravel, sand, mud, paving material, etc.) on airport pavements, resulting in aircraft prop, turbine engine, or tire damage. k. Exposed pavement edges ldrop-offs) from runways, taxiways and aprons to adjacent pavement sections or shoulder,;. 1. Construction activities which hamper aircraft rescuelf irefighting access from fire ,stations to the runway -taxiway system or airport buildings. m. Lack of radio communication with construction and maintenance vehicles in aircraft operating areas. ,8. SAFETY STANDARDS, Paragraphs through h below define safety standards and guidelines for FAA -funded construction and FAA maintenance activities on airports. a. Obstacle Free Zone (1) Objects, vehicle, and stockpiled material norm, ally-, are, not permitted to penetrate an OFZ. OFZs are shown on Figures 1 - 4. (a) Runway OF'2s are applicable at any timethe runway is open for aircraft use. On precision runways with approach lights, the inner -approach and inner- transitional ,surface OFZs must. be kept,,free of penetrations only when the weather conditions are re below an 800 ft. ceiling or less than 2 miles visibility and aircraft are using an Instrutnent Landing System OLS) for approaches. (b) Objects which do not penetrate an OFZ still may require notice to the. FAA under FAR Parts 77 or 152 and May be obstructions to. air navigation. Tho'se objects which exceed FAR Part 77 obstruction standards are,to be appropriately obstruction -marked and, if used at night, obstruction -lighted. Cranes or other d4uiptnent of unusual height may require special consideration and coordination with FAA operating Divisions and airport users. Pa40 4 Par 8 2115/96 SW 13200.68 t2? The Runway OFZ is a volume of airspace extending from the runway surface up to 150 feet above the runway. It extends 200 feet beyond each end of the runway and has the following width. Runways Serving: Visibility Minimums lower than, 3l4 mils Other Runways Small Aircraft 300 feet 250 feet Large Aircraft 400 feet 2Qtl ft w OFZ RWI/ 0 Width PEen 1�iew End View Figure i 'OFZ - Visual Runways and Runways with visibility minimums not lower than 3f4 mile Inner -Transitional 0F2 Plan Vie�nt Erld View° Figure 2 0F2 - Small airplanes exclusively with visibility minimums lower than 3f4 mile ��r a Paoe 5 SW 5200-58 2/15/96 [inner -Transitional OF 1Inner-Transitional OFZ RWY ORwyR Plan View End View Figure 3. OFZ - Runways serving large aircraft - visibility minimums lower than 3/4 mile (3) The Inner -Approach OFZ, shown in Figure 4, applies only to runways with approach fighting systdrns. It begins 200 feet from the runway threshold and ends 200 feet beyond the last light unit in an approach lighting system, and has a 60:1 slope, beginning at "runway end elevation. flan �lietinr': Profile View] Ulm Figure 4. Inner-Approeich OFZ - Runways with approach lighting systems Page 5 Par 2115155 b. Approach Clearance Over Equipment and Material. SW 5200.5E i 1 l Construction activity in a runway approach may result in a need to displace the landing threshold temporarily. If an object penetrates a surface shown in Fig_ 5, displace the threshold to a point where the surface is not penetrated. (2) Objects which do not penetrate these surfaces 'stil! may be obstructions to air navigation andlor may affect standard instrument approach procedures. Coordinate these with the Fart Worth Flight Procedures Offiice, and the Air Traffic System Manager' ant Branch, ASW -S,10 as necessary. Runway End Obstacle 170 Dimension (Feet) Small Aircraft Large Aircraft A 0 200 E 250 400 C 700 1000 D 2250 15€10 E 2750 8500 Figure S. 20:1 Threshold Location Surface oaaQ7 SW 5200.88 2/15/96 c. Partial Runway Closure Far Equipment On The Runway. ( 1) When equipment of construction/maintenance activity must be on a runway and a decision is made to keep part of the runway open for aircraft, part of the runways must be closed as shown in Figure 6. The dimensions shown are recommended; however, a larger closed area than shown may be necessary depending on aircraft use, level Of activity, pilot technique, and equipment height, and a smaller closed area may be possible under some circumstances. These recommendations are based on equipment heights of about 16, feet, higher objects may require special considerations. f2i Use the following distances from the construction/maintenance activity to the relocated threshold. Small aircraft (12,500 lbs or less) - 500 feet Large aircraft ()Dore than 12,500 lbs.) - 1000 feet Figure 6. Relocated Threshold for Equipment on the Runway d. Runway and Taxiway Safety Areas. ill Runway safety areas - construction or maintenance activity is prohibited in runway safety areas (ASA), while the full length of the runway is open. Normal FAA maintenance of visual, approach, and navigational adds is permissible within safety areas provided vehicles, material, and excavations do not penetrate a runway OFZ and requirements of paragraph 8b for approach clearance over vehicles, equipment and material :are met. (2) Runway safety area dimensions are shown in Figure 7. Existing safety areas at a particular airport may be larger or smaller than the standard dimensions listed. if construction or maintenance activity must take place within the specified safety area., it is also acceptable to restrict the runways use to a smaller size of aircraft and use a narrower and/or shorter safety area dimension for the duration of the activity. Page , 8 Par R SW 5200.5E 2/15/96 (3) Taxiway safety areas/object free areas - see Figure a. Construction/maintenance activity is permissible in taxiway object free areas and safety areas if the activity is hazard -marked and/or lighted and NOTAIVIs are in effect. Special consideration must 'be given to the iietgk of"'bard'cades, flashers and other warning devices to clear aircraft wirigtips, propellers, engines etc. Other actions may be necessary such as: 9 Using 'wingwalkers" to guide aircraft past hazards, 0 Using temporary taxiway markingilighting to detour aircraft clear of the area, * Moving equipment and personnel well, clear to allow aircraft to pass safety. ....._ ...I... . ---w ............ ............,...I....... _...; ................. Taxiway Object Free Area w-4 .... .................... Object Safety Area Wingtip Clearance .............. Airplane Design Group (See Appendix 31 Item 1 11 lil IV V Taxiway Safety Area Width (Feet) 49 79 118 171 214 Taxiway Object Free Area Width (Feet) 88 I 130 186 260 320 Figure S. Taxiway Safety Area and Object Free Area SW 5200.5B 2/15/96 (3) Taxiway safety areas/object free areas - see Figure 8. Constructi6n/m.6interiance, activity is permissible in taxiway object free areas and safety areas if the activity is hazard -marked and/or lighted and NOTAMs are in effect. Special consideration must be given to "tho'haiight ofbard6adas, flashers and other warning devices to clear aircraft winIgtips, propellers, engines etc. Other actions may be necessary such as: • Using 'wingwalkert" to ouide aircraft past hat'ards, • Using temporary taxiway marking/lighting to detour aircraft clear of the area, • Moving equipment and personnel well clear to allow aircraft to pass safely. ............. ......... .................. .......... Ta*iway Object Free Area -..."T .................. .... w- Object Wingtip :Iearance I Taxiway Safety Area Airplane Desi Group (See Appendix) 3) Item 1 11 -til IV I V Taxiway Safety Area 49 79 118 171 214 Width (Feet) Taxiway Object Taxiway Object Free 88 130 186 260 320 (Feet) Figure 8. Taxiway Safety Area and Object Free, Area SW 5200.58 2115196 e. Marking and Lighting (1.) Temporary displaced runway threshold - (a) Mark with white arrows and a white threshold bar as shown in Advisory.Circular 15015344-1,, or (bi Use alternate marking which ts: 1 clearly visible to the pilot, 2. Not misleading, confusing, or deceptive, Secured in place to prevent Movement, A Made of material which will minimize damage to aircraft which come in contact with the marking. (2) Temporary relocated runway threshold (partial closure of a runway): (a) Mark with yellow chevrons as shown (n A.C. 150/5340-1, or use alternate marking as described in :par. (1)(b) above. (b) Runway distance remaining 'signs may need to be covered or removed during the closure to avoid misleading runway length indications'to pipits. (3) Temporary runway thresholds must be lighted if -aIt or part of ar runway is to be open at night during construction and maintenance. The airport operator may already have temporary threshold lighting available, but this should be determined in advance, (a) Use light lens colors and spacing in A.C. 150/534.0-24, Hunway and Taxiway Edge I igb inti System. (b) Disable runway lighting on closed' parts of runways and adjust amber lenses (caution zone) if necessary. On some lighting systems, it May ba necessary to cover a light rather than removing the lamp or `fixture. {c) Disable visual g3,ide slope indicators (NASI, ?'API, PL.ASI, etc.), RE1l, and approach lights which►ould otherwise give misleading indications to pilots as + to the threshold location. Installation of temporary visual aids may be necessary to u provide adequate guidance for pilots on approach to the affected runway, These may be funded or provided by the FAA or"the sponsor'. ��� � pace 1 SW 5200.513 2/15/96 (4) Closed runway marking: (a) Use yellow 'X' marking as shown in A.C. 150/5340-1. (b) Cl6sed runway Marking is not required on airports with 24-hour Control Towers if the closed runway cannot be mistaken by pilots for nearby open runways and the airport operator consents to omitting them. In some cases, closed runway marking could interfere with the use of the runway for aircraft taxiing if this is to be allowed While the runway is closed for landing and takeoffs. (c) Closed runway marking is not required on runways which are closed only at night provided that-, 1 Runway fighting and visual aids are turned off, 2. NOTAMs are in effect regarding the closure. (5) Hazard Marking (barricades, traffic cones, flashers, etc.) shall be used: (a) To outline construction/maintenance areas which are, accessible to aircraft, persons, or vehicles, (b) To identify isolated hazards such as open manholes, small areas under repair, stockpiled material, waste great, etc., (c) To prevent aircraft from taxiing onto a closed runway for takeoff, (d) To identify FAA, airport, and National Weather ,ServJce,fac I hities, cables, power lines, ILS critical areas and other sensitive areas, in order to prevent damage, interference, and facility shutdown. f. Navigation, Aids and Instrument Approach Procedures (1) The need to shut down navigational, approach, or visual aids shall be ,determined, an a case -by -vasa basis. Flight Standards, Air Traffic, Airports, Airway Facilities, the Flight Procedures Office, and the airport sponsor shall be !Involved In the decision as necessary. Work within an ILS critical area may affect the radiated signals and interfere with aircraft navigation. ILS critical areas May be shown on the Airport Layout Plan,,or contact the local Airway Facilities office or Airport Traffic Control Tower for Information on critical .acres location and dimensions. ,(2) Construction on or near runways may severely restrict the use of Standard Instrument Approach,Procedures, and nd all phases of the project shall be ,coordinated with the Fort Worth Flight Procedures Office to determine the effects, pana V> Par A r� 2/15/55 g, No -does to Airmen (NOTAM) SW 5200.58 °+ (1) Responsibility for issuing NOTAMs shall be determined before construction or maintenance begins. Refer to Order =7930.1, National Notice to Airman, System or Advisory Circular 160/6200-28, Notices to Airmen for Aicgort poeratargs (2) NOTAMs on shutdown or irregular operation of FAA -owned facilities shall be issued and can only by FAA employees. Flight Data Center (FDC) NOTAMs on instrument approach procedures are issued by the Fort Worth Flight Procedures Office. NOTAMs on airport conditions and non -Federal navigational aids shall be issued and canceled only by the airport sponsor. Any person having reason to believe that a NOTAM is missing, incomplete, or inaccurate shall notify the responsible person. h. Vehicle Identification. FAA employees who operate vehicles on an airport shall comply with the airport owner's rules for vehicle marking, lighting, and operations, unless FAA requirements are more stringent. Vehicles operated by FAA employees on active runways, taxiways, or safety areas shall be marked with orange and white flags or flashing yellow beacons during, daylight hours, and with flashing yellow beacons at night. Contractors and suppliers shall be informed of the applicable requirements of the airport sponsor by the FAA or airport sponsor employee responsible for the work. i. Controlling Access To Aircraft Operational Areas 0) 'Vehicle and pedestrian, access routes `for airport construction and maintenance shall be controlled as necessary to prevent inadvertent or unauthorized entry of persons, vehicles, and animals. The amount of construction traffic or local security/safety rules may require use of personnel to control. access through gates or fencing, or across aircraft movement areas. Radio communications may be required between these personnel and a Control Tower if equipment and personnel must enter or cross an active Aircraft Movement Area. (2) Vehicle parking areas for FAA and contractor employees shall be designated in advance to minimize vehicle traffic in aircraft operating areas while still providing reasonable employee access to the job site. 9. STANDARD SAFETY SPECIFICATIONS. General safety provisions which apply during contract work on airports are contained in the following documents: a. Facilities and Equipment Program iF & E7 projects - Additional General Provisions, FAA P-1, Clause No. 75, 'Special Precautions for. Work at Operating Airports." b, Airport Improvement Program (AIP)'projects - Advisory Circular 150/5370.10, e� "Standards for Specifying Construction of Airports," General Provisions 40-05., Maintenance ofTraffic; 70-08, Barricades, Warning Signs, and Hazard !Marking; 80.04, Limitation of Operations. 0- r ter, VA Sof 5200.55 2!15/96 10. pROjEGT SPECIFICATIONS. Spedfic safety requirements for a project may be developed using the guide in Appendix 1 of this Order, or may be written or provided in other forms which provide similar guidance. The project safety requirements shalt be _ included in the plans and specifications, as applicable, when an invitation for bids is issued:.. , Clyd. M • DeHart, Jr. Regional Administrator Page 14 Par 10 a 2/15/96 SAN 5240.6B Appendix 1 1. General SafM Requirements: During performance of this contract, the airport runways, taxiways, and aircraft parking aprons shall remain in use by aircraft to the maximum extent possible. Aircraft use of areas near the contractor's work will be controlled to minimize disturbance to the contractor's operation. The contractor shall not allow his/her employees, subcontractor, suppliers, or any person over whom he/she has control to enter or remain in any part of the airportwhich would be hazardous to persons or to aircraftoperations. Whenevee aircraft operations` require, the tContraating Officer, Engineer, etc.) may order the contractor to suspend operations, move plant, personnel, equipment, and materials to a .ssfe location and stand by until aircraft use is completed. 2. Obstacle, Free on Construction activity within an Obstacle Free Zane will require "'"' closing part or all of the affected runway. See Figures 1 - 4. 3. Ate rah Clearance to Runways: Runway lending thresholds shall be located to rlprovide an unobstructed approach surface with an approach ratio over equipment and material as shown on f=igures 6 and 6. 4.. RunwaV and IgxiZ!sv SafM }Areas; Construction activity within a runway safety area will require closing part or all of the affected runway. Construction (activity within taxiway safety areastobject free areas is permissible when the taxiway is open tee .aircraft traffic if: O a. Adequate wingtiplempennage clearance exists between the aircraft and equipment/materiiei b. Excavations, trenches, or other conditions are conspicuously marked and lighted, c. Notices to Airmen are in effect concerning the activity, usually "Personnel and equipment adjacent to Taxiway _.- Safety Area dimensions are shown on Figures 7 and 8. M-9 # : iM + 5 taws. 5t MM I•�r n• a. Temporary threshold marking is (required, not required!. Threshold marking w,11 be furnished by the (airport owner, contractor, (etc.). b. Temporary threshold lighting is irequired, not required). Threshold lighting will be furnished and maintained by the (airport owner, contractor. etc.). Pave r SW 5200.513 Appendix 2115/96 c. Temporary visual aids (VASI, PAPi, REiL., etc.) are (required, not required}. The visual aid(s) will be furnished and maintained by the (airport owner. FAA, Contractor, etc.Y. a Closed runway marking is (required, not required). Closed runway marking shall be (as shown on the pians, furnished by the owner, etc.). b. Hazard Marking and lighting shall be as required by the (airport owner, project superintendent, engineer, etc..), and shall be as (described in Section � of the specifications, as shown on the plans; etc). -O a- • I .TION v ! • M— a. Contractor vehicles and equipment shall be identified by (describe marking and lighting). b. Employee parking shall be (specific location, oras designated 'by the engineer, superintendent, airport manager, etc.). g, Cpntttructinn Site A== and Haul Roads., Access to the job site shall be via (specific route, as, shown on the plans, designated by the engineer, superintendent, airport manager, etc,). 9.Reclio Cornet �rii� : Radio communications are (required between the contractor's representative and the Control Tower), (not required)- (Specify communleations requirements in as much detail aspossible.) Par k .�, 2115196 SW 5200.5B Appendix 2 (As of March 1 996) Fayetteville Drake (FYV) Fort Smith Regional (FSM) Hat Springs Memorial (HOT) Little Rock Adams Field (LIT) Texarkana Regional (TXK) Alexandria Esler Regional (ESF) Alexandria Intl (AEXI Baton Rouge Ryan (BTR) Lafayette Regional (LFT) Lake Charles Chennault (CWF) Lake Charles Regional (LCH) Monroe Regional (MLU) New Iberia Acadlana Regional, (ARA) New Orleans International (MSY) New Orleans Lakefront (NEW) Shreveport Regional (SHV) Tallulah Vicksburg -Tallulah Reg. (TVR) Albuquerque International (ABQ) Farmington Four Corners Reg. (FMN) Hobbs Lea County (Hobbs) (HOB) Las Cruces International (LRU) Los Alamos (LAM) Roswell Industrial (ROW) Ruidoso Sierra Blanca Reg. (SRR) Lawton Municipal (LAW) Oklahoma City Will Rogers (OKC) Stillwater Municipal (SWO) Tulsa International (TQL) Abilene Regional (ABI} Amarillo International (AMA) Austin Robert Mueller (AUS) Beaumont Jefferson Co. (BPT) Brownsville South Padre Is. (BRO) College Station Easterwood (CLL) Corpus Christi International (CRP) Dallas/Fort Worth International.(DFW) Dallas Love (IAL) El Paso International (ELP) Fart Worth Alliance (AFW1 Fort Worth Meacham Intl (FTW) Galveston Scholes (GLS) Harlingen Valley Intl (HRL) Houston Ellington (EF©) Houston Hobby (HOU) Houston Intercontinental (IAH) Killeen Munieipal (ILE) Laredo International (LRD) Longview Gregg County (GGG) Lubbock International (LBB) McAllen Miller International (MFE) Midland international (MAF) Paris Cox Field (PRX). San Angelo Mathis Field (SJT) San Antonio International (SAT) Temple Draughon-Miller Cen. 'Tx (TPL) Tyler rounds Field (TYR') Victoria Regional (VCT) Waco Regional (ACT) Wichita Falls Muni/Sheppard AFB (SPS) 2115/96 SW 5200.5B Appendix 3 Appendix 3. AIBPLANF DESQN GROUPS Some safety standards in this Order are based on the "Airplane Design Group"' from Advisory Circular I50f5300-13, Airnnrt Design.. These Design Groups are based on aircraft wingspan, with typical, aircraft in each Design Group shown below. Design Croup Wingspan I Up to bort not including 49 feet Piper Navajo, Cessna 421, Fairchild Metro, Beech King Air, Mitsubishi MU -2, Rockwell Sabre 75, Lear 35/3$, BAE/Hawker-Siddley► HS -1251$04 II 4 ft.. up to but not including 79 fest Cessna 441, Embraer 124 Brasilia, SAAB 340, Rockwell Sabre 65, Cessna Citation 11/111, Beech 1900 Airliner, Gulfstream I/It1lll/lV1V lit 79 facet ftp tb but not in lading 118 feet ATR 42/72,, BAE-146, Boeing 7271737, C©nvair 584, DeHavilland Dash 7, DC -9 {Ail}, Fokker 1.00, IV D-80, Fairchild F-27 IV 118 feet Up to bUt not including 171 feet Boeing 707, 757, 767, DC -8, Lockheed L-1011, DC -1 O/MD-11 V 171 feet up to but not inch in© 214 feet Boeing 747, 777 Penin I 2/15196 SW 5200.513 Appendix 4 Appendix 4. FAA Office Directory Following are the FAA offices with responsibilities for construction and/or maintenance on airports: -Qffk& Uash Factions Airports Division, Safety 817-222-5620 Airport safety, FAR 139, and Standards Branch, -airport design standards, ASW -,620, Airport Improvement Program project management Air Traffic Division, System 817-222-5530 Obstruction Evaluation, Air Management Branch, Traffic Procedures, ASW -530, obstruction marking and lighting, Control Tower line - of -sight Aviation System Standards, 817-222-413,1 Instrument approach Fort Worth Flight procedures, Flight Data Procedures Office Center NOTAMs Aiomat Flioh a Notices to Airmen, - Call Stations _(AFSS) Administration: 1 -800 - Jonesboro, AR 501-02-4608 544-1709 DeRidder, LA 318-462-5111 423-9347 Albuquerque, NM 505-242-4442 626-9963NMI 342-7635TX McAlester, OK 9,18-421-6056 722-4223 (OK only} Conroe, TX 409-760-4201 833-5602 Fort Worth, TX 817-654-2205 722-62�09 San Angelo, T.X 915-944-8791 433-8102 Civil Aviation Security 817-222-5700 Airport Security, FAR 10 Division, ASW -700 AirvuEaaditica Diyisiran ' Resource Mgt. Branch NAS Implementation 13r. 817-222-4200 817-222-4500 NAIAD Planning NAVAID Implementation Operations Branch 817-222-4700 NAVAID Maintenance System. Maintenance 01fic-e 505-764-6700 FAA Fact': ies Maintenance Albuquerque, (NM, W. Tx) DalfaslFort Worth (Metro) 214-453-4900 Houston (S. Tx,,, LA) 713-986-7100 Oklahoma City (OX, AR) 1 405-7,98-2000 Paige 1 STR 1503 SOIL INVESTIGATION Lubbock International Airport —Westport Apron and Taxiway Expansion Lubbock Texas PREPARED FOR Mr. John Hamilton, P.E. Parkhill, Smith and Cooper, Inc. 4222 85th Street Lubbock, Texas 79423 COPY. July 17, 2001 TERRA ENGINEERS, INC. LUBBOCK HO: 5208 34 th STREET - P.O. BOX 16605 • LUBBOCK • TEXAS 79490-6605 • (806) 793 4767 • FAX (806) 793 4768 Iwo r TERRA ENGINEERS, INC. 5208 -34TH STREET P.O. BOX 16605 • LUBBOCK, TEXAS 79490-6605 • (806) 793-4767 • FAX (806) 793-4768 July 17, 2001 Parkhill, Smith & Copper, Inc. 422285 1h Street Lubbock, Texas 79423 Re: Geotechnical Soil Investigation for the proposed Lubbock International Airport — Westport Apron and Taxiway Expansion, Lubbock, Texas Dear Mr. Hamilton: Submitted herein is STR No. 1503 on the soil investigation for the above referenced project. Included in this report are our analysis and recommendations for the design. We appreciate the opportunity to be of service to you on this project. If we may answer any questions or be of any additional assistance, please call us. Sincerely, TERRA ENGINEERS, INC. ff V it AJ" o 'ndan, Ph.D. e Pres de AJ/ld SOIL INVESTIGATION • MATERIAL TESTING • ENVIRONMENTAL SERVICES • PROFESSIONAL ENGINEERING SERVICES • NDT s•+ TABLE OF CONTENTS 1.0 INTRODUCTION..........................................................................1 2.0 EXPLORATION, SAMPLING AND FIELD TESTING.................2 3.0 LABORATORY TESTING............................................................4 4.0 GENERAL SOILS AND DESIGN CONDITIONS .........................5 4.1 Site Description...................................................................5 4.2 Description of Soils..............................................................5 5.0 SITE PREPARATION....................................................................7 6.0 CONSTRUCTION CRITERIA.......................................................8 6.1 Site Drainage....................................................................... 8 6.2 Quality Control....................................................................8 7.0 LIMITATIONS...............................................................................9 8.0 REPORT DISTRIBUTION.............................................................11 TERRA ENGINEERS, INC. LUBBOCK • MIDLAND SOIL INVESTIGATION Lubbock International Airport —Westport Apron and Taxiway Expansion Lubbock, Texas 1.0 INTRODUCTION This report contains the results of the soil investigation recently done for the proposed Lubbock International Airport —Westport Apron and Taxiway Expansion, Lubbock, Texas. This investigation was conducted according to the instructions from Mr. John Hamilton, P.E., Parkhill, Smith & Cooper, Inc., Lubbock, Texas. The objectives of this investigation were. to conduct subsurface exploration, field-testing and laboratory testing for soil classification, Atterberg limits, and other laboratory tests as required by the client. - TERRA ENGINEERS, INC. LUBBOCK STR 1503 2 7/17/2001 2.0 EXPLORATION, SAMPLING AND FIELD TESTING At the request of the client, the sub -surface conditions were explored by fourteen (14) test holes drilled to a depth of 10.0 feet at locations shown in the boring location plan (Figure 1). The drilling was performed using CME -75 Drilling Rig with hollow stem augers in order to secure reliable data on the natural moisture content of the soil and ground water, if any. Standard penetration tests were made at depths of 2.5, 5.0 feet and at 5.0 feet interval thereafter. The number of blows per foot of the split spoon sampler (in 6 -inch increment) is shown in the boring logs and in Figure 2. The sampling was performed in accordance with the ASTM D-1586; however the number of blows on the split spoon sampler is limited to a maximum of 25 for the first 6 inches of penetration and if the penetration of the sampler for the first or the second 6 inches increment is less than 6 inches, the actual penetration obtained for the respective increment is reported in the boring logs. 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 the depth of the hole, and transported to the laboratory for additional tests and evaluation. In -Place California Bearing Ratio was tested at four (4) locations (see Attachments 1 through 4). Shelby tube samples were retrieved from fourteen (14) locations for In -Place Density (see Table 1). TERRA ENGINEERS, INC. LUBBOCK STR 1503 7/17/2001 3 The boring was monitored during and immediately after drilling for the presence and level of groundwater. However, the groundwater table was not observed in any of the borings during drilling. TERRA ENGINEERS, INC. LUBBOCK STR 1503 4 7/17/2001 3.0 LABORATORY TESTING All samples have been classified following the procedures outlined in ASTM D- 2487 based on the Unified Soil Classification System. Soils are described in the boring logs using the methods prescribed in ASTM D-2488, using a Munsell Soil Color Chart, published by Macbeth Division of Kollmorgen Corporation, Baltimore, Maryland, 1975 edition. Soil samples, which indicated maximum plasticity characteristics, were selected and Atterberg Limit tests were performed on these samples according to procedures outlined in ASTM D-4318. Percentage by weight of material passing sieve # 200 was determined by ASTM D-1140 for the same samples. Moisture content for all samples were determined by the procedures outlined in ASTM D-2216. A typical soil sample collected at the vicinity of borehole 41, 46 and 410 was tested for moisture density relation in accordance with ASTM D-698 (see Table 2 and Attachment 5 through 7). Later each sample was remolded and tested for California Bearing Ration in accordance with ASTM D-1883 (see Table 3 and Attachment 8 through 10). All soil samples collected with reference to this project will be stored for a period of six (6) months from the date when this report is submitted. The samples will be discarded after elapse of this time period, unless this office is instructed. TERRA ENGINEERS, INC. LUBBOCK STR 1503 7/17/2001 5 4.0 GENERAL SOILS AND DESIGN CONDITIONS 4.1 Site Description Out of fourteen (14) test holes, test holes #1 through #12 are located in the farm land, test hole #13 is on asphalt pavement and test hole #14 is on grass. 4.2 Description of Soils Test holes #1 through #6 were drilled along the proposed new taxiway and holes #2 through #5 are almost along a straight line. The topsoil in these 6 holes, except holes #3, #4 and #5 are brown clayey sand (SC), and the values of the plasticity index of this topsoil vary from 7 to 21. In holes #3 and #4, the topsoil is nonplastic silty sand (SM), while in test hole #5 the topsoil is brown sandy lean clay (CL). Below the topsoil, there are layers of sandy lean clay (CL) in most of the holes, except in holes #4 and #5, where there are some layers of clayey sand (SC) in between the sandy lean clay. The values of plasticity index of these clayey soils vary from 8 and 14. Some of the values of the moisture contents of these clayey soils are greater than their respective plastic limits and therefore the strength of these soil layers are relatively low at some levels as indicated in the standard penetration test data (for holes #1 through #6). Test holes #7 through #12 were drilled for the proposed new apron area. The topsoil in hole #7 is sandy lean clay (CL) with a plasticity index equal to 17. The top soil in holes #8, #9 and #11 is a nonplastic silty sand (SM) and the top soil in holes #10 and #12 are clayey sand (SC). Below the topsoils, there are layers of sandy lean clay (CL) and clayey sand (SC) as indicated in the boring logs. The values of the plasticity index of these soils below the topsoil vary from 9 to 19. Some of the values of the moisture contents of these clayey soils are greater than their respective plastic limits and therefore TERRA ENGINEERS, INC. LUBBOCK STR 1503 6 7/17/2001 the strength of these soil layers are relatively low at some levels as indicated in the standard penetration test data (for holes 47 through 412). Test holes #13 and #14 were drilled in a different location as indicated in the boring location plan. The test hole #13 is drilled through an existing asphalt pavement and hole #14 is drilled through natural soil. The topsoil in hole #14 is sandy lean clay (CL). All soil layers below the asphalt or the topsoil is classified as sandy lean clay (CL) and the values of the plasticity index of these clays vary between 10 and 13. Some of the values of the moisture contents of these clayey soils are greater than their respective plastic limits and therefore the strength of these soil layers are relatively low at some levels as indicated in the standard penetration test data (for holes # 13 through # 14). All clayey soils found in the area are classified as soils having low plasticity index and therefore can be considered as clays with low expansive and shrinking properties. However, these types of soils loose their strength when their moisture contents increases and therefore accumulation of water near the pavement is not desirable. TERRA ENGINEERS. INC. LUBBOCK STR 1503 7 7/17/2001 5.0 SITE PREPARATION It is recommended that the top 2.0 inches of soil shall be removed to clear the debris, roots and vegetation, if any. In the taxiway area it is recommended that at least 9.0 inches of soil be scarified and compacted in order to obtain a uniform surface. The compaction shall be performed such that the compacted dry density shall be at least 95% of the computed laboratory dry density as determined by ASTM D-698. If the ground elevation has to be increased, the soil fill shall be placed on top of the compacted soil such that each compacted layer shall not exceed 9.0 inches in thickness and the compaction shall be performed as per the above specification. If the transported soil is different from the existing soil, then the soil shall be tested for Atterberg limits (ASTM D-4318), maximum dry density and optimum moisture (ASTM D-698). The liquid limit of the transported soil shall not exceed 35 and plasticity index shall be between 7 and 12. The new layer of compacted soil shall be placed only after the bottom layer has been compacted and tested for the required densities. TERRA ENGINEERS, INC. LUBBOCK STR 1503 7/17/2001 8 6.0 CONSTRUCTION CRITERIA 6.1 Site Drainage It is recommended to provide adequate drainage outside the building. Provision of flowerbeds or lawns close to the building can have very detrimental effects on the structure because of the possibility of softening of the clayey sands with increase in moisture. Flowerbeds and lawns shall be placed sufficiently away from the pavement, so that they will not supply any moisture to the soil under the building. It is also recommended that the site drainage be well developed. Surface water shall be directed away from the structure soil (use a slope of about 5% within 10.0 feet of the structure). No water logging shall be allowed near the pavement at any time. 6.2 Quality Control Construction inspection and quality control tests shall be planned and scheduled to verify materials and placement is in accordance with the specifications. Subgrade preparation, field density tests, and concrete strength are very important and therefore shall be monitored and recorded. It is recommended that Terra Engineers, Inc. shall perform quality control services in order to ensure quality construction inspection and material testing for the project. Terra Engineers, Inc. would be pleased to provide these services and can also assist with construction inspection, planning and scheduling. We also recommend that Terra Engineers, Inc. be retained, to review the final design document to verify that the recommendations made in this report have been interpreted as intended, and to inspect the installation of all structures. TERRA ENGINERRS, INC. LUBBOCK r S.or STR 1503 9 7/17/2001 7.0 LIMITATIONS Every effort has been made to accurately evaluate the subsurface conditions at the above referenced site in accordance with the standard engineering principles and practices. No other warranty or guarantee, expressed or implied, is made other than that the work was performed in a proper and workmanlike manner. However, it must be recognized that boulders or gravel of sizes larger than 1.5 inches cannot be retrieved by the SPT sampling tube. The recommendation stated in this report is based on only fourteen (14) borings to a depth of 10.0 feet at locations shown in the boring location plan (Figure 1). The conclusions reached in this report are exclusively for engineering design and were based on the field tests and results of laboratory tests conducted on samples recovered from fourteen (14) test holes drilled to a depth specified by the client. Further, the recommendations presented herein are based on analyses, which presume the conditions of soil properties in the areas between the borings to have a reasonably uniform variation as revealed by the exploratory borings. Consequently, careful observations must be made during construction to detect significant deviations of actual conditions throughout the construction area from those inferred from the exploratory boring. Should any unusual conditions be encountered during construction, this office should be notified immediately so that further investigations and supplemental recommendations can be made to modify the design to suit the new existing conditions. The Terra Engineers, Inc. shall not accept the responsibility for all the adequacies of the recommendations given in this report if another party is retained for QA/QC during TERRA ENGINEERS, INC. LUBBOCK STR 1503 10 7/17/2001 pier drilling and installation and to perform the construction material testing during the construction phase. Due to changes in the current technology, changes to the project site conditions, changes in project specification etc., this report and the recommendations made in here shall be outdated with in a period of one (1) year from the date of the report. We strongly recommend that the client should contact Terra Engineers, Inc. to determine whether this report is valid after the expiration of the above mentioned time period. LUBBOCK ,« r STR 1503 11 7/17/2001 8.0 REPORT DISTRIBUTION Terra Engineers, Inc. prepared this report for the sole and exclusive use by its client, based on specific and limited objectives. All reports, boring logs, field data, laboratory test results and other documents prepared by Terra Engineers, Inc. as instruments of service shall remain the property of Terra Engineers, Inc., and reuse of these documents is not permitted without written approval from Terra Engineers, Inc. The client may release the information to third parties, which may use and rely upon the information at their discretion. However, any use of or reliance upon the information by a party other than specifically named above shall be solely at the risk of such third party and without legal recourse against Terra Engineers, Inc., its parent company, or its subsidiaries and affiliates, or their respective employees, officers or directors, regardless of whether the action in which recovery of damages is sought is based upon contract, tort (including the sole, concurrent or other negligence and strict liability of Terra Engineers, Inc.), statute, or otherwise. This information shall not be used or relied upon by a party that does not agree to be bound by the above statement. Terra Engineers, Inc. assumes no responsibility or obligation for the unauthorized use of this report by a third party. We appreciate the opportunity to be of assistance on this project. If you should have any questions, please feel free to call us. Very truly yours, *�9 064 TERRA ENGINEERS, INC.`� '�9s 18 ' x. % X-C. v G VAiUeHAN' 30199 C. V. G. Vallabhan, Ph.D., P. E.dw Geotechnical Engineer Seo AL t� TERRA ENGINEERS, INC. LUBBOCK STR 1503 12 7/17/2001 Table 1 In-place density of soil, (ASTM D-2937) Test hole No. Moisture Content (%) Dry Density, pd (lb/ft3) 1 14.1 101.0 2 7.6 96.8 3 13.5 99.0 4 10.0 110.6 6 11.6 107.7 7 18.3 89.7 8 12.3. 110.7 9 15.7 101.5 10 21.0 87.7 11 13.7 91.1 12 11.6 104.5 13 8.3 99.9 14 8.3 99.2 I TERRA ENGINEERS, INC. LUBBOCK STR 1503 13 7/17/2001 Table 2 Moisture Density Relationship, (ASTM D-698) Location Description Maximum Dry Optimum Density, pcf Moisture Content Test hole #1 Brown clayey sand 118.2 10.9% Test hole #6 Brown clayey sand 118.0 12.2% Test hole #10 Brown clayey sand 112.5 13.9% Table 3 CBR Value (ASTM D-1883) of the soil the 95% optimum dry density and at approximately 2.0% above optimum moisture (not soaked) Location Description of soil Moisture, Penetration % 0.1" 0.2" Test hole 41 Brown clayey sand 12.5 3.0 3.7 Test hole #6 Brown clayey sand 13.6 1.3 1.5 Test hole #10 Brown clayey sand 15.3 2.4 3.4 TERRA ENGINEERS, INC. LUBBOCK LUBBOCK STR 1503 06/26/01 No. of blows per foot (N) 0 10 20 30 40 50 0 x • 5 10 x c I O BH #1 o 1 xBH #2 15 o i ABH#3 1 4❑BH#4 �- a) 20 9 BH #5 ' ♦BH#6' 25 30 1 i 35 i Note: An arrow indicates N is greater than 50 blows/ft. Figure 2a Standard Penetration Test, ASTM D- 1586 Method of Sampling: ASTM D-1586, Split -Barrel Sampler Size of Samples: 2 -in. Method of Drilling: Wet _ Dry X TERRA ENGINEERS, INC. LUBBOCK TERRA ENGINEERS, INC. LUBBOCK STR 1503 06/26/01 No. of blows per foot (N) 0 10 20 30 40 50 0 i X � 5 X ' W 10 i X i C: oBH#7 15 XBH#8 ABH#9 Q p 20 o BH #10 BH #11 'ABH#12 25 ' i 30 i --4- +— I -- —i - -}------r 35 i /Vote: An arrow indicates N is greater than 50 biowsHt. Figure 2b Standard Penetration Test, ASTM D- 1586 Method of Sampling: ASTM D-1586, Split -Barrel Sampler Size of Samples: 2 -in. Method of Drilling: Wet _ Dry X TERRA ENGINEERS, INC. LUBBOCK MAP IN FILE SEE RESOLUTION C4-, cc/ - k ov,/ N TERRA ENGINEERS, INC. LUBBOCK STR 1503 06/26/01 No. of blows per foot (N) 0 10 20 30 40 50 0 o ix i CD 10 I L i x i 7 N 15 , 0 o BH #13 a. xBH#14; N � 20 t 25 I 30 35 Note: An arrow indicates N is greater than 50 blowsflt. Figure 2c Standard Penetration Test, ASTM D- 1586 Method of Sampling: ASTM D-1586, Split -Barrel Sampler Size of Samples: 2 -in. Method of Drilling: Wet _ Dry X TERRA ENGINEERS, INC. LUBBOCK BORING LOG TEST HOLF. NO - Project: LIA West ort Apron & Taxiway Expansion Location: Lubbock Texas Date of Drilling:- 06-17-01 Client: Parkhill Smith & Cooper, Inc. Name of the Driller: Depth of GWT: Eugene Edwards, Michael Macias, & Jason Jett --------- _ Surface Elevation: Diameter: Depth: Boring Method: STR No.: Unknown 7 7/8" 10 ft. HSA 1503 Depth, ft Description USC Moisture Content, % I Liquid Llffdt, % Plastic limit, % Plasticity Index Passing 4200,% SPT, No. Td ws per 6' 1st 3rd Remarks IS Clayey Sand, Brown SC 9.7 18 11 7 41.5 2.5Sandy Lean Clay, Strong Brown CL 15.0 3 4 5 5 Sandy Lean Clay w/trace of caliche, CL 18.9 24 14 10 52.9 2 4 4 Reddish Yellow 10 �Sandy Lean Clay, Pinkish CL 15.0 2 8 13 15 20 25 30 35 40 45 5U r ��-�upQuu TERRA ENGINEERS, INC. - ROIDTXtt- t n1 - TERRA ENGINEERS, INC. i BORING LOG LEZ51 HULi; 11YU. 3 = = Location: Date of Drilling:- Project: LIA Westport Apron & Taxiway Ex anion Lubbock, Texas 06-17-01 Client: Name of the Driller: Depth of GWT: s_ Parkhill Smith & Coo er; Inc. Eugene Edwards, Michael Macias, & Jason Jett -------- Surface Elevation. Diameter: Depth: Boring Method: STR No.: Unknown 7 718" 10 ft. HSA 1503 USC Moisture Llquid Plastic Plasticity Passing SPT, No. of Blows per 6" Remarks Depth, D Description P Content,% Limit,% Limit,% Index # 200,% 1st 2nd 3rd TS Sil7Sand7,Br7own7� :,f SM 10.3 2.5 Sandy Lean Clay w/trace caliche, CL 14.7 25 16 9 57.8 3 3 5 Light Brown 5 Sandy Lean Clay w/caliche, White CL 12.6 25 15 10 62.0 5 -7 10 10 Sand Lean Clay, Reddish Brown CL 20.0 5 7 12 15 20 25 30 35-- 40 45 50 TERRA ENGINEERS. INC. TS- Tod Soil BORING LOG TEST HOLE NO. 4 Project: Location: I Date of Drilling:- LIA Westport Apron & Taxiway anion Lubbock, Texas 06-17-01 Client: Name of the Driller: Depth of GWT: ParkhiII Smith & Cooper, Inc. Eugene Edwards, Michael Macias, & Jason Jett ------- Surface Elevation: Diameter. Depth: Boring Method: TR NoUnknown 77/8" 10 ft. HSA 03 Depth, ft Description USC Moisture Liquid Plastic Plasticity Pasting SPT, No. of Blows per 6" Remarks ontent,% Cl Lhnit,% Limit,% Index # 200,% 1st 2nd 3rd TS Silty Sand, Brown SM 3.6 2.5 Sandy Lean Clay w/trace of caliche,CL 11.9 24 14 10 65.0 2 4 5 Reddish Yellow 5 Sandy Lean Clay w/trace of caliche, CL 15.0 2 5 11 Reddish Yellow 10 bayey Sand Reddish 12.9 20 12 8 36.5 6 6 7 15 20 25 30-- 03540 35-- 401 45- 50 TS- Tob Soil TEST HO T.R N()_ 5 BORING LOG Project: = = Location: ILIA Date of Drilling - ,- Wes rt A ron & Taxiway Expansion Lubbock Texas 06-17-01 Client: Name of the Driller: Depth of GWT: Parkhill Smith & Cooper, Inc. Eugene Edwards, Michael Macias, & Jason Jett -------- — Surface Elevation: Diameter: Depth: Boring Method: 110ft. STR No.: Unknown 7 7(8" HSA 1503 Depth, ft I Description USC I Moisture I Liquid Plastic Plasticity Passing SPT, No. of Blows per 6" Remarks Content, % Limit, o/ 11 -ft %I Index I 1200, % 1st 2nd 3rd TS Sandy Lean Clay, Brown CL 6.4 31 17 14 67.7 2.5 Clayey Sand, Brown SC 7.6 12 7 5 5 Sandy Lean Clay w/trace of caliche, CL 8.5 3 8 12 Light Brown 10 Clayey Sand w/trace of caliche, Pinkish SC 7.4 21 10 11 43.8 10 16 15 Vllhite 15 20 25 30 35 40 45 TERRA ENGINEERS, INC. — BORING LOG TEST HOLE NO 6 Project: Location: Date of DrBling:- LIA Westport A ron & Taxiway anion Lubbock, Texas 06-17-01 Client: Name of the Driller: Depth of GWT: V Parkhill Smith & Coo er, Inc. I Eugene Edwards, Michael Macias, & Jason Jett ---- -- Surface Elevation: Diameter. Depth: Boring Method: STR No.: 1 Unknown 7 718" 10 ft. HSA 1503 Depth, ft Description USC Moisture l3qukd Plastkc Plasticity Passing SPT, No. of Blows per 6- 2nd 3rd Remarks Content, % Unlit, % limit.% Index # 200, % Ist TS Clayey Sand, Brown SC 6.2 2.5 Sandy Lean Clay, Brown CL 14.7 22 13 9 55.7 2 3 6 5 Sandy Lean Clay w/trace of caliche, CL 11.0 2 4 6 Light Brown 10 Sandy Lean Clay w/trace of caliche, CL 20.3 31 17 14 52.8 6 10 12 inkish White 15 20-- 25 30-- 03540 35-- 40 45 50 __...._ �..,....��e� ..... P" TS -Top Soil •---•--- — --- --- --. - TRST NnT.F Nn_ 7 BORING LOG Project: _ Location: of Drlling:- LIA Westport Apron & TaxiwayExpansion Lubbock, Texas ]:Date 6--01 Client: Name of the Driller: Depth of Parkhill Smith & Cooper, Inc. Eugene Edwards, Michael Macias, & Jason Jett Surface Elevation: Diameter: Depth: Boring Method: STR No.: Unknown 7 7/8" 10 tt HSA 1503 Depth, $ 'Description USC Moisture Liquid Plastic Plasticity Passing SPT, No. of Blows per 6" Remarks Content, % limit, % Limit, % index 1200,% 1st 2nd 3rd TS Sandy Lean Clay, Strong Brown CL 14.1 31 14 17 57.4 2.5 Sandy Lean Clay w/trace of caliche, Light Brown CL 17.9 3 4 5 5 Sandy Lean Clay, Pinkish White CL 18.4 3 5 5 10-- �layey Sand, Reddish SC 14.7 31 15 16 40.3 7 9 12 15 20-- 25 03540 30-- 35-- 40 45-- 50 'C_ Tn Cnil TERRA ENGINEERS, INC. TEST HOLE NO. 8 BORING LOG Project: Location: Date of Dtilling:- LIA W ort Apron & Taxiwa Ex ansion Lubbock, Texas 06-17-01 Client: Name of the Driller: Depth of GWT: .L Parkhill Smith & Cooper, Inc. Eugene Edwards, Michael Macias, & Jason Jett . ---------- — Surface Elevation: Diameter: Depth: Boring Method: STR No.: Unknown 7 7/8" 10 ft. JHSA 1503 Depth, ft Description USC Moisture Content,% Liquid Limit,% Plastic Lim it,% Plasticity Index Passing #200,% SPT, No. of Blows per 6" 1st 2nd 3rd Remarks TS Silty Sand, Reddish SM 8.4 2.5 Sandy Lean Clay, Reddish Brown CL 16.3 2 2 3 5 Sandy Lean Clay, Pinkish White CL 18.0 24 15 9 64.9 2 2 3 10 �Clayey Sand, Grayish Brown SC 17.1 37 18 19 46.6 5 10 16 15 20-- 25 30 35-- 40 45-- 50 �, TS -To Soil TERRA ENGINEERS, INC. BORING LOG TRST HOLE NO. 9 Project: _ Location: Date of Drilling: - ILIA Westport A ron & Taxiwa Ex ansion Lubbock, Texas 06-17-01 Client: Name of the Driller: Depth of GWT: _L Parkhill Smith & Cooper, Inc. Eugene Edwards, Michael Macias, & Jason Jett --------- _ Surface Elevation: Diameter: Depth: 1 Boring Method: STR No.: Unknown 7 7/8" 10 ft. HSA 1503 Depth, ft Description USC Moisture Content, %I I Liquid Limit, % Plastic L.imit. % Plasticity Index Passing # 200, % SPT, No. of Blows per 6" 1st 2nd 3rd Remarks TS Silty Sand, Brown SM 10.6 Non- Plastic 41.3 2.5 Sandy Lean Clay w/trace of caliche, CL 14.3 2 8 11 5 Sandy Lean Clay, Reddish Brown CL 14.2 4 9 10 10 �layey Sand w/trace of caliche, Reddish SC 16.6 32 19 13 47.2 5 14 1 15 15 20-- 25 03540 30-- 35-- 40 45-- 50 ' TS- Too Soil TERRA ENGINEERS, INC. - BORING LOG TEST HOLE NO. 10 cati Project: _ JLubbolk, Date of Drilling:- LIA Westport Apron & TaxiwayExpansion Texas 106-17-01 Client: Name of the Driller: I Depth of GWT: Parkhill Smith & Cooper, Inc. Eugene Edwards Michael Macias & Jason Jett Surface Elevation: :]!77M" meter. Depth: Boring Method: STR No.: Unknown 10 ft. HSA 1503 Depth, ft Description USC Moisture Uquid Plastic Plasticity PassingSPT, No. of Blows per 6" Remarks Content, % limit, % limit, % Index # 200, % 1st 2nd 3rd TS Clayey Sand, Brown SC 5.1 2.5 Sandy Lean Clay w/trace of caliche, CL 11.2 4 10 14 Reddish 5 Sandy Lean Clay w/trace of caliche, CL 14.5 29 16 13 65.4 7 12 15 Reddish Gray 10 Sandy Lean Clay w/trace of caliche, �keddish Gray CL 15.3 34 18 16 51.7 6 15 20 15 20 25 30-- 35 40 45 50 ' TERRA ENGINEERS, INC. BORING LOG •rnc-r unT >w un 11 LL,J1 1 Project: _ Location: Date of Drilling:- LIA West ort A ron & Taxiway Expansion I Lubbock, Texas 06-17-01 Client: Name of the Driller. Depth of GWT: Parkhill Smith & Cooper, Inc. Eugene Edwards, Michael Macias, & Jason Jett ---------- Surface Elevation: Diameter: Depth: Boring Method: STR No.: 1 Unknown 7 7/8" 10 ft. JHSA 1503 Depth, ft Description USC Moisture liquid Plastic Plasticity Passing SPT, No. of Blows per V Remarks Content, % limit, % Limit, % Index # 200, % 1st 2nd 3rd TS Silty Sand, Brown SM 2.4 Non- Plastic 40.8 2.5 Sandy Lean Clay, Reddish Brown CL 12.7 2 4 6 5 Clayey Sand w/trace of caliche, Light SC 10.1 27 15 12 47.6 5 13 11 Reddish Brown 10 Clayey Sand w/trace of caliche, Light SC 14.3 5 6 6 eddish Brown 15 20 25 30 35-- 40 45-- 50 ' TS- Tob Soil TERRA ENGINEERS, INC. BORING LOG TF -ST HOLE NO. 12 p��ect; Location: Date of Diilling:- LIA Westport Apron & Taldway Expansion Lubbock, Texas 06-17-01 Client: Name of the Driller: Depth of GWT: Parkhill Smith & Cooper, Inc. I Eugene Edwards, Michael Macias, & Jason Jett - ------ Surface Elevation: Diameter: Depth: Boring Method: STR No.: Unknown 7 7/8" 10 ft. HSA 1503 Depth ft Description USC Moisture Content % Liquid Limit, % Plastic [unit, % Plasticity Index Passing # 200, % SPT, No. of Blows per 6" 1st 2nd 3rd Remarks TS Clayey Sand, Brown SC 3.7 2.5 Sandy Lean Clay, Dark Brown CL 16.1 28 15 13 60.6 2 5 7 5 Sandy Lean Clay w/trace of caliche, CL 15.4 3 5 8 Pinkish 10 Playey Sand w/trace of caliche, Reddish SC 15.9 27 14 13 47.4 3 4 8 15 20-- 25 30-- 03540 35-- 40 45-- 50 " a" TS -Too Soil I II r-MMAa 59VU. TFST HOLF. N(1_ 13 BORING LOG Project::. Location LIA Date of Drilling:- Westport A r Taxiwa Expansion I Lubbock, Texas 06-17-01 Client: Name of the Driller: Depth of GWT: _Z Parkhill Smith & Cooper, Inc. I Eugene Edwards, Michael Macias, & Jason Jett _--___--- _ Surface Elevation: Diameter: Depth: Boring Method: STR No.: Unknown 7 7/8" 10 ft. HSA 1503 Depth,ft Description USC Moisture Liquid I Plastic Plasticity Passing SPT, Na. of Blows per 6" Remarks Content, % Limit,% limit, % Index It 200, % 1st 2nd 3rd TS �Asphalt 4.5" 2.5 Sandy Lean Clay, Dark Brown CL 15.5 28 15 13 54.7 4 5 5 5 Sandy Lean Clay w/trace of caliche, CL 16.6 2 2 4 Reddish Yellow 10 �andy Lean Clay, Pinkish White CL 17.4 32 20 12 52.9 7 12 12 15 20-- 25 03540 30-- 35-- 40 45-- 50 TERRA ENGINEERS, INC. TERRA ENGINEERS, INC. 5208 -34TH STREET P.O. BOX 16605 WBBOCK, TEXAS 79490-6605 •: • • • •:• �••• (806) 793-4767 FAX (806) 793-4768 ATTACHMENT - 2 Client: Parkhill, Smith & Cooper, Inc. Date of Report: 06-27-2001 Project/STR No.: 1484 Project: LIA — Westport Apron & Taxiway Expansion Invoice No.: 23024 Sample No.: N/A Bore hole #: BH #7 Date of Sample: N/A Sampling depth, ft.: N/A Date tested: 06-11-2001 Description of soil: Strong brown sandy lean clay Tested by: Eugene & Michael r-� In -Place California Bearing Ratio, ASTM D-4429 10.00- 9.00- 8.00 0.009.00 8.00 i 7.00 ---- -- - -- - - i .N 6.00 - -- ---- Q 5.00- 0 .00 O J 4.00 3.00- 2.00 .00 2.00 i 1.00 - - 0.00 • 5 0 0.1 0.2 0.3 0.4 0. Penetration, in A -F-- 6- z-? --tri 1ity Review/Date F:\CBR&FCBRTI LESTCB M15031BH#7.doc 01 SOIL INVESTIGATION MATERIAL TESTING • ENVIRONMENTAL SERVICES PROFESSIONAL ENGINEERING SERVICES NDT In -Place California Bearing Ratio, ASTM D-4429 50.00 40.00 _ 30.00 N CL 10.00 0.00 0 0.1 0.2 0.3 Penetration, in 0.4 0.5 , r/_6 -2 -?-61 Quality Review/Date F 1,CBR&FCBRIFILES\FCBM1503\BH#9.doc r SOIL INVESTIGATION • MATERIAL TESTING • ENVIRONMENTAL SERVICES • PROFESSIONAL ENGINEERING SERVICES • NDT TERRA ENGINEERS, INC. 5208 -34TH STREET -'•' • P.O. BOX 16605 LUBBOCK, TEXAS 79490-6605 (806) 793-4767 FAX (806) 793-4768 ?Pot / ATTACHMENT - 4 Client: Parkhill, Smith & Cooper, Inc. Date of Report: 06-27-2001 Project/STR No.: 1484 Project: LIA — Westport Apron & Taxiway Expansion Invoice No.: 23024 Sample No.: N/A Bore hole #: BH #12 Date of Sample: N/A Sampling depth, ft.: N/A Date tested: 06-11-2001 Description of soil: Brown clayey sand Tested by: Eugene & Michael In -Place California Bearing Ratio, ASTM D-4429 1� +* Quality Review/Date F ACBRBFCBRIFIL ESTCBM1503XBH#l2.doc ! '' SOIL INVESTIGATION MATERIAL TESTING ENVIRONMENTAL SERVICES PROFESSIONAL ENGINEERING SERVICES NDT 50.00 40.00 .y 30.00 CL .a O J 20.00 10.00 ade^^ 0.00 1� +* Quality Review/Date F ACBRBFCBRIFIL ESTCBM1503XBH#l2.doc ! '' SOIL INVESTIGATION MATERIAL TESTING ENVIRONMENTAL SERVICES PROFESSIONAL ENGINEERING SERVICES NDT General test parameters Soil seive data TERRA ENGINEERS, INC. 5208 -34TH STREET Dry ❑ % Retained 3/4 -in • P.O. BOX 16605 LUBBOCK, TEXAS 79490-6605 (806) 793-4767 FAX(806)793-4768 Manual ❑ % Retained 3/8 -in. 0.00 ATTACHMENT - 5 - Client: Parkhill, Smith and Cooper, Inc. Date of Report: 06-27-2001 Project: LIA- Westport Apron & Taxiway Expansion Project No.: STR 1503 Description Brown clayey sand Invoice No.: 23024 _ of sample: Sample No.: 5603 Location of BH #1 @ 1.0 - 1.5 feet Date of Sample: 06-07-2001 sample: Date tested: 06-13-2001 Method: ASTM D-698 ❑X ASTM D-1557 ❑ Tested by: ❑ ❑ Eric Trevino _ Procedure: A B C SOIL MOTSTURF nFNSTTV RF.T.ATTONC General test parameters Soil seive data Sample preparation: Moist Dry ❑ % Retained 3/4 -in 0.00 Type of rammer: Mechanical FX-] Manual ❑ % Retained 3/8 -in. 0.00 Specific gravity: Actual ❑ Estimated © % Retained #4 0.00 Maximum Dry Density, pcf = 118.2 Optimum Moisture, % = 10.9 125 12( r9w 011 11( 105 4 0 5 10 15 20 Moisture Content (%) P16 2 -?L--€-/ Quality Review This report is for the sole use of the diem addressed. The use of our company name must receive prior written consent. It applies only to the sample tested, and ones not necessarily represent identical or similar sample. FAPmctonFilestSTR%1503-5603 LIA Westport Apmn & Taxiway.Doc SOIL INVESTIGATION • MATERIAL TESTING • ENVIRONMENTAL SERVICES • PROFESSIONAL ENGINEERING SERVICES • NDT rot Soil se ive data Sample preparation: Moist X❑ �t % Retained'/4-in 0.00 Type of rammer: TERRA ENGINEERS, INC. 5208 -34TH STREET % Retained 3/8 -in. 0.00 t..::r'==: ;• Actual ❑ P.O. BOX 16605 • WBBOCK TEXAS 79490-6605 (806) 793-4767 FAX (806) 793-4768 0.00 ATTACHMENT -6 Client: Parkhill, Smith and Cooper, Inc. Date of Report: 06-27-2001 Project: LIA- Westport Apron & Taxiway Expansion Project No.: STR 1503 Description Brown clayey sand Invoice No.: 23024 of sample: Sample No.: 5602 Location of BH #6 @ 1.0 — 1.5 feet Date of Sample: 06-07-2001 sample: Date tested: 06-13-2001 Method: ASTM D -698X❑ ASTM D-1557 ❑ Tested by: Eric Trevino Procedure: A 191 B ❑ C ❑ SOIL MOISTURE DENSITY RELATIONS' P" General test parameters Soil se ive data Sample preparation: Moist X❑ Dry ❑ % Retained'/4-in 0.00 Type of rammer: Mechanical FX� Manual ❑ % Retained 3/8 -in. 0.00 Specific gravity: Actual ❑ Estimated ® % Retained #4 0.00 Maximum Dry Density, pef = 118.0 Optimum Moisture, % = 12.2 125 i i 120 Q J+ r-+ 115 - o i 110 r* 105 0 5 10 15 20 Moisture Content (%) A -J 1 -- 2 / Quality Review This report is for the sole use of the client addressed. The use of our company tame must receive prior written consent. It applies onty to the sample tested. and does not necessarily represent identical or similar sample. FAProcW6Fi1eslSTR\1503-SW2 UA Westport Apmn d Taxiway.00c pool SOIL INVESTIGATION • MATERIALTESTING - ENVIRONMENTAL SERVICES • PROFESSIONAL ENGINEERING SERVICES NDT General test parameters _ Soil seive data Sample preparation: Moist ❑X Dry ❑ %Retained'/. -in 0.00 TERRA ENGINEERS, INC. 5208 -34TH STREET Manual % Retained 3/8 -in. :r•.• P.O. BOX 16605 LUBBOCK, TEXAS 79490-6605 (806) 793-4767 FAX (806) 793-4768 Estimated 0 % Retained #4 / ATTACHMENT -7 Client:.'.' Parkhill, Smith & Cooper, Inc. Date of Report: 06-29-2001 Project: LIA- Westport Apron & Taxiway Project No.: STR 1503 Description Brown clayey sand Invoice No.: 23024 of sample: Sample No.: 5607 Location of BH #10 @ 0.0 — 1.0 feet Date of Sample: 06-11-2001 sample: Date tested: 06-28-2001 Method: ASTM D-698 ❑x ASTM D-1557 ❑ Tested by: Michael Macias Procedure: A FXI B ❑ C ❑ SOTT, MOTfiTTTRF. TIFNCT'TV RFT e•IrTCIVQ General test parameters _ Soil seive data Sample preparation: Moist ❑X Dry ❑ %Retained'/. -in 0.00 Type of rammer: Mechanical Fx� Manual % Retained 3/8 -in. 0.00 Specific gravity: Actual Estimated 0 % Retained #4 0.00 Maximum Dry Density, pcf = 112.5 Optimum Moisture, % = 13.9 100 0 5 10 15 20 25 Moisture Content (%) —�� 2— q� Quality Review If This report is for the sole use of the client addressed. The use of our company name must receive prior written consent. It applies only to the sample tested, and does not necessarily represent identical or similar sample. F:$Proctor%Files\STR11503.5607-UA Westport Apron 6 Taxway.Doe SOIL INVESTIGATION • MATERIAL TESTING • ENVIRONMENTAL SERVICES • PROFESSIONAL ENGINEERING SERVICES • NDT California Bearing Ratio, ASTM D-1883 200.00 190.00 180.00 170.00 160.00 150.00 140.00 130.00 120.00 .a 110.00 •� 100.00 p 90.00 J 80.00 70.00 60.00 50.00 40.00 30.00 20.00 10.00 0.0C 0.00 0.10 0.20 0.30 0.40 0.50 Penetration, in P716 -- 7- q --&l Quality Review/Date F ACBRUCBRIF ILE&I503-5603-LIA.doe r SOIL INVESTIGATION • MATERIALTESTING • ENVIRONMENTAL SERVICES PROFESSIONAL ENGINEERING SERVICES • NDT �., TERRA ENGINEERS, INC. 5208 34TH STREET '� .`• =• P.O. BOX 16605 • WBBOCK, TEXAS 79490-6605 (806) 793-4767 FAX (806) 793-4768 ATTACHMENT - 8 Client: Parkhill, Smith & Cooper, Inc. Date of Report: 06-29-2001 Project/STR No.: 1503 �-• Project: LIA- Westport Apron and Taxiway Expansion Invoice No.: 23024 Sample No.: 5603 Bore hole #: 1 Date of Sample: 06-07-2001 Sampling depth, ft.•• 1.0-1.5 Date tested: 06-28-2001 Description of soil: Brown clayey sand Tested by: Abraham Benchamin Test Methods: ASTM D-698 ® ASTM D-1557 ❑ California Bearing Ratio, ASTM D-1883 200.00 190.00 180.00 170.00 160.00 150.00 140.00 130.00 120.00 .a 110.00 •� 100.00 p 90.00 J 80.00 70.00 60.00 50.00 40.00 30.00 20.00 10.00 0.0C 0.00 0.10 0.20 0.30 0.40 0.50 Penetration, in P716 -- 7- q --&l Quality Review/Date F ACBRUCBRIF ILE&I503-5603-LIA.doe r SOIL INVESTIGATION • MATERIALTESTING • ENVIRONMENTAL SERVICES PROFESSIONAL ENGINEERING SERVICES • NDT TERRA ENGINEERS, INC. 5208 -34TH STREET P.O. BOX 16605 - LUBBOCK TEXAS 79490-6605 • (806) 793-4767 • FAX (806) 793-4768 ATTACHMFNT_9 Client: Parkhill, Smith & Cooper, Inc. Project: LIA- Westport Apron and Taxiway Expansion Bore hole #: 6 Sampling depth, ft.: 1.0-1.5 Description of soil: Brown clayey sand Test Methods: ASTM D-698 ® ASTM D-1557 100.00-- 90.00-- 80.00-- 70.00 00.0090.0080.0070.00 60.00 O. 50.00 cv O J 40.00 30.00 20.00 10.00 I 0.00 0.00 0.10 0.20 0.30 0.40 0.50 Penetration, in 4,71-V -2-q-9y Quality Review/Date F ACBRUCBRTILM1503-5602-LIA.doc i SOIL INVESTIGATION • MATERIAL TESTING ENVIRONMENTAL SERVICES PROFESSIONAL ENGINEERING SERVICES • NDT Date of Report: 06-29-2001 Project/STR No.: 1503 Invoice No.: 23024 Sample No.: 5602 Date of Sample: 06-07-2001 Date tested: 06-28-2001 Tested by: Abraham Benchamin California Bearing Ratio, ASTM D-1883 TERRA ENGINEERS, INC. 5208 -34TH STREET P.O. BOX 16605 • LUBBOCK, TEXAS 79490-6605 • (806) 793-4767 • FAX (806) 793-4768 AI I AGMMtNT - 110 Client: Parkhill, Smith & Cooper, Inc. Date of Report: 06-29-2001 Project/STR No.: 1503 Project: LIA- Westport Apron and Taxiway Expansion Invoice No.: 23024 Sample No.: 5607 Bore hole #: 10 Date of Sample: 06-11-2001 Sampling depth, ft.: 0.0-1.0 Date tested: 06-29-2001 Description of soil: Brown clayey sand Tested by: Abraham Benchamin Test Methods: ASTM D-698 ® ASTM D-1557 ❑ 150.00 140.00 130.00 120.00 110.00 100.00 .y 90.00 = 80.00 70.00 J 60.00 50.00 40.00 30.00 20.00 10.00 0.00 0.00 California Bearing Ratio, ASTM D-1883 0.10 0.20 0.30 Penetration, in 0.40 0.50 Quality Review/Date F:1CBR&FCBMFILES11503-5607- W.doe SOIL INVESTIGATION • MATERIAL TESTING - ENVIRONMENTAL SERVICES - PROFESSIONAL ENGINEERING SERVICES - NDT BORING LOG TEST HOLE NO. 14 Project: Location: P" Date of Drilling:- LIA Westport Apron & Taxiway Expansion Lubbock, Texas 06-17-01 Client: Name of the Driller: Depth of GWT: .L Parkhill Smith & Cooper, Inc. Eugene Edwards, Michael Macias, & Jason Jett ---------- _ Surface Elevation: Diameter: Depth: Boring Method: STR No.: Unknown 7 7/8" 10 ft. HSA 1503 Depth, ft Description USC Moisture Liquid Plastic Plasticity Passing SPT, No. of Blows per 6" Remarks Content, %Limit, % Limit, % Index # 200, % 1st 2nd 3rd TS Sandy Lean Clay, Light Brown CL 3.5 2.5 Sandy Lean Clay, Light Brown CL 8.3 29 19 10 59.4 6 7 9 5 Sandy Lean Clay, Dark Brown CL 8.3 27 15 12' 53.6 5 8 14 10 �andy Lean Clay, Pinkish White CL 15.2 10 11 10 15 20 25-- 30 35-- 40 45-- 550 50-- P" TS- Top Soil TERRA ENGINEERS, INC. 5208 -34TH STREET P.O. BOX 16605 LUBBOCK, TEXAS 79490-6605 (806) 793-4767 FAX (806) 793-4768 / ATTACHMENT -1 -- Client: Parkhill, Smith & Cooper, Inc. Date of Report: 06-27-2001 Project/STR No.: 1484 Project: LIA — Westport Apron & Taxiway Expansion Invoice No.: 23024 Sample No.: N/A Bore hole #: BH #3 Date of Sample: N/A Sampling depth, ft.: N/A Date tested: 06-07-2001 T Description of soil: Brown silty sand Tested by: Eugene & Michael In -Place California Bearing Ratio, ASTM D-4429 10.00- 9.00- 8.00-- 7.00 0.009.00 8.00 7.00 —4- 6.00 – -p 5.00- 0 .00 O J 4.00 - .__ 3.00 — --- ------ 2.00- 1.00--i ---- 2.00 1.00 ------- - ---- 0.00 5 0 0.1 0.2 0.3 0.4 0. Penetration, in 6 - 2 7 -,07euality Review/Date F:\CB R& FCBRIF ILESIFCBR115031BH#3.doe SOIL INVESTIGATION • MATERIAL TESTING • ENVIRONMENTAL SERVICES • PROFESSIONAL ENGINEERING SERVICES NDT .................. .................. .................. :::::::::: �1 - I I -- It x +oo o +oo zao SCALE : +' _ +00' a Y a@ PUIdA 8.ft 6 GOO.r, Inc I.beh O P® W VN Imslo SFAL WESTPORTAPRON AND TAXIWAY EXPANSION LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TD(A,S Rv � APRON $ TAXIWAY N GRADING PLAN C3