HomeMy WebLinkAboutResolution - 2011-R0543 - Amendment To Agreement - Parkhill, Smith, & Cooper - Concrete Analysis - 12/01/2011Resolution No. 2011-80543
December 1, 2011
Item No. 5.15
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to
execute for and on behalf of the City of Lubbock, Amendment No. 7 to that certain
Agreement dated January 14, 2010 for concrete analysis on Runway 17R/35L, by and
between the City of Lubbock and Parkhill, Smith & Cooper, Inc., and related documents.
Said Amendment is attached hereto and incorporated in this resolution as if fully set forth
herein and shall be included in the minutes of the City Council.
Passed by the City Council on
ATTEST:
-3K
Rebe ca Garza, City Secretary
APPR
J
AS TO CONTENT:
December 1, 2011
TOM MARTIN, MAYOR
— -.
is, Executive Director of Aviation
APPROVE AS TO FORM:
Chad Weaver, Assistant City Attorney
vw:ecdocs/RES.Amend #7 Agrmt-PSC, Inc.
September 27, 2011
Mr. James W. Loomis, A.A.E.
Director of Aviation
Lubbock Preston Smith International Airport
Administration Office, 2nd Floor
5401 N. Martin Luther King Jr. Blvd., Unit 389
Lubbock,Texas 79403
PARKH I LLSM ITH &COOPER
Resolution No. 2011-80543
November 7, 2011
Re: Amendment No. 7 to Agreement for Professional Services,
Services for LBB Runway 17R135L Reconstruction Preliminary Engineering Report
Dear Mr. Loomis:
As requested, we have prepared Amendment No. 7 for services related to the LBB Runway 17R/35L
Reconstruction Preliminary Engineering Report. Refer to the detailed fee sheets attached for an itemization
of the scope of services. The contract amendment modifies the scope of professional services included in
our original agreement dated January 14, 2010.
Task 1 PER - Hourly Rate wl Max Fee, including reimbursable expenses,
for Preliminary Engineering Report (PSC) $277,800
Task 2SUB - Subconsultants (Hourly Rate wl Max including reimbursable expenses) $214,700
TOTAL $492,500
We propose to modify the agreement between the City of Lubbock and Parkhill, Smith & Cooper, Inc. dated
January 14, 2010 and to provide the Task 1 and Task 2 services under the provisions of the contract,
EXHIBIT B - PAYMENTS TO THE ENGINEER, PARAGRAPH B4.02. Compensation for Tasks 1-2
Services shall not exceed $492,500 without Owner's approval.
If the terns of this amendment are agreeable to you, please sign and return one copy of this letter to our
office. We will take receipt of this signed letter as our notice to proceed with these services. We look
forward to working with you in completing this project. If you have any questions please call either Mark
Haberer or me.
Amarillo
EI Paso
Las Cruces
Lubbock
Midland
422 85th Street Lubbock, Texas 7943 800.43.2200 Fax 80 1 351
Mr. James Loomis, A.A.E. Page 2 November 7, 2011
Contract Amendment 7
Sincerely,
PARKHILL, SMITH & COOPER, INC.
John T. Hamilton, PE
Firm Prin � all
By:X f�
ark D. Haberer, PE
Firm Principal
IN TRIPLICATE
JTHlpas
Enclosures
44 DatalTrojeds2011012,11\ADMNCONTRACTSTINALbo*-darn ndnwd7.doc
Accepted by:
CITY OF LUBBOCK
By
Tom Ma in
Mayor
Attest:
By pe.-P_A�'k
becca Garza
City Secretary
as to Contend:
4�_
Dames W. Loomis, AAE.
Director of Aviation
Approved as tQ Form:
By
Chad Weaver
City Attorney
Resolution No. 2011—RO543
PARKHILL, SMITH & COOPER, INC.
PROJECT BUDGET SHEET
LOCATION CODE:
01
PROJECT NAME:
LBB 17R/35L Reconstruction PER
JOB NO.:
01-2712-11
TASK:
1 PER
DATE:
10/19/11
FEE TYPE:
Hourly Rate w/Max
PREPARED BY:
MDH
PRINCIPAL:
JTH
PROD. MANAGER:
MDH
OVERHEAD RATE:
PROFIT ON LABOR:
PROFIT ON REIMB:
15.00%
PROFIT ON DIRECTS:
15.00%
$277,800
TOTAL FEE:
,$277, 8
LABOR:
$266,782
LABOR:
$266,782
DIRECTS:
OVERHEAD.
SUBTOTAL:
$266,782
REIMB. CONSULTANTS:
REIMB. EXPENSES:
$9,571
REIlAB. FEE:
$11,006
DIRECT CONSULTANTS:
DIRECT EXPENSES:
TOTAL FEE:
$277,788
LABOR BUDGETS:
CODE
DESCRIPTION
HOURS
COSTS
01
Firm Principal
301
$51,471
01
Firm Principal
623
$90,335
03
Engineer
394
$44,128
07
Engineer in Training
534
$50,196
11
Resident Project Representative
204
$19,176
14
CADD Operator
76
$5,548
I R
Clerical
78
$5,928
Page 1 of 1
FEE ESTIMATING SHEET PROJECT:
317PJ35L Reconstruction F JOB NO.:
01-2712-11 TASK: 1PER
SALARY
CATEGORY OF PERSONNEL
RATE PER HOUR
FP
FP
ENG
EIT RPR
CADG CLERICAL
TASK
01
01
03
07 11
14 18
Tris
$171.00
$145.00
$112.00
$94.00 $94.00
$73.00 $76.00
TOTAL
DATA COLLECTION PHASE
Scope and Coordinate Geotech services
2
4
16
8
16
4
48
Scope and Coordinate HW D services
2
4
16
8
16
4
48
Scope and Coordinate GPR services
2
4
16
8
16
4
48
Scope and Coordinate Topo Survey
2
4
16
8
16
4
48
Perform visual inspection of runway
1
8
8
8
24
Pre -data collection conference
1
4
4 4
2
14
Field oversight of Data Collection
40
40
40 200
280
Research record drawings
16
24
24
64
PSC SQ 1 QCIQA
16
16
STUDY AND REPORT PHASE
Field data review/analysis
30
40
20
30
120
Evaluate rehabilitation/reconstruction options
Compile design criteria
4
16
16
16
52
Scope options
16
40
30
40
126
Design unbonded overlay section
8
16
20
24
68
Design partial -depth reconstruction section
16
16
20
16
68
Design full -depth reconstruction section
16
16
20
16
68
Evaluate construction time for each option
16
24
16
16
72
Evaluate impact to FAA facilities. Include
meeting with SSC Mgr and FAA Facilities
rep
1
8
16
8
32
Meeting with FAA Flight Procedures to
confirm "no impact' to approaches.
8
24
8
8
48
Evaluate impact of each option on LBB
lighting, signage, etc.
1
8
16
16
8
48
Develop Opinions of Cost
8
24
40
40
112
Develop phasing plan for each option,
weighing time vs cost vs available funding
8
24
24
32
88
Review options with FAA ADO and LBB
1
4
8
4
2
18
Adjust options based on FAA and LBB
feedbacks
8
24
24
24
80
Compile Engineering Report
Draft narrative
16
40
24
40
32
152
Prepare schematic layouts
16
20
40
60
136
Incorporate opinion of cost
2
8
8
16
34
SQ1 QC/QA review
24
24
Review "DRAFT"final report with FAA and LBB
1
4
8
8
20
Revise and submit final report
16
24
24
16
16 8
104
MISCELLANEOUS ITEMS
QC/PM (9mos. @ 8 hrs./mo.)
32
40
72
Prepare stmts. (9 @ 4 hr.)
9
18
9
36
Monthly Progress Reports (2.0 hr. each)
9
9
18
BUDGET SUBTOTALS: HOURS/ Trips -
54
301
623
394
534 204
76 78
2210
SALARY
$51,471
$90,335
$44,128
$50,196 $19,176
$5,548 $5,928
$266,782
Page 1 of 1
Ir TOTAL REIMBURSAULL LXl'tNStS I1 �J J/ 'i I
Page 1 of 1
REIMBURSABLE
DONS LT ANTS
REIMBURSABLE EXPENSES
521 Travel
Motel
'Days a
Men @ lManday
=
Air Travel
Air Fare @
Men @ /Man
=
Parking
Days @
IDay
=
Car Rental
Days @
/Day
=
Mileage
40 Miles @
$0.550
@ 54 Trips
=
$1,188.Ofl
SUBTOTAL
S1.1S8
522 Reproductions
Blackline Prints
34" x 22"
Shts @
$0.70 @
Sets =
36" x 24"
Shts @
$0.78 @
Sets =
42" x 30
Shts @
$1.15 @
Sets =
Other
sf @
$0.15 @
Sets =
Printing:
8.112" x 11" B&W
250 Originals @
$0.08 ISttt @
48 Sets =
$960,00
8-112" x 11" Color
150 Originals @
$0.50 ISht @
48 Sets
$3,600,00
11" x 17" B&W
20 Originals @
$0.18 iSht @
48 Sets =
$172.80
11"X 17" Color
20 Originals @
$1.00 ISht @
48 Sets =
$960.00
Binding Cost
24 Sets @
$2.50 /Set
=
$60.00
Laminating
Shts @
$2,00 ISM
=
Scan to file
Burn to CD/DVD
12 CD/DVD @
$1350 /each
=
$162.00
Scan Specs
800 Originals @
$0.15 ISM
=
$120.00
Scan Drawings
Originals @
$1.50 ISM
=
SUBTOTAL
$6,035
523 ModelsfRenderingWPhotos
Shots !Shat
524 Telephone
500 Calls @
$3.00 /Call
1,500
525 Meals
Das
Men @ 1Manda
526 Field Supplies
528 Postage
20 Mailings
$10.00 /Mailing
$200
529 Publications
530 Mise Reimbursable Ex
531 Fax
20 Pages @10
$2.00
$40
532 Temporary Personnel
533 Drafting Supplies
_
534 Office Supplies
535 CADD
75 Hours
$8-00 Maur
5608
536 Field Equip Rental
537 Interior Dasign Items
539 NM Gross Receipt Tax
547 Computer Supplies
Ir TOTAL REIMBURSAULL LXl'tNStS I1 �J J/ 'i I
Page 1 of 1
PARKHILL, SMITH & COOPER, INC.
PROJECT BUDGET SHEET
LOCATION CODE:
01
PROJECT NAME:
LBB 17R/35L Reconstruction PER
JOB NO.:
TASK:
2SUB
DATE:
10/20/11
FEE TYPE:
Hourly Rate w/Max
PREPARED BY:
MDH
PRINCIPAL:
JTH
PROD. MANAGER:
MDH
OVERHEAD RATE:
PROFIT ON LABOR:
PROFIT ON REIMB:
15.00%
PROFIT ON DIRECTS:
15.00%
$214,700
TOTAL FEE:
$214, 7
LABOR:
LABOR:
DIRECTS:
OVERHEAD:
SUBTOTAL:
REIMB. CONSULTANTS:
$186,719
REIMB. EXPENSES:
REIMB. FEE: $214,727
DIRECT CONSULTANTS:
DIRECT EXPENSES:
TOTAL FEE: 5214,727
LABOR BUDGETS:
CODE
DESCRIPTION HOURS
COSTS
01
Firm Principal
01
Firm Principal
03
Engineer
07
Engineer in Training
I 1
Resident Project Representative
14
CADD Operator
18
Clerical
Page 1 of 1
EE ESTIMATING SHEET
PROJECT:
LBB 17PJ35L Reconstnrctic JOB O.:
TASK:
2SUB
EIMBURSABLES
REIMBURSABLE CONSULTANT COSTS
-
SUBTOTAL
511 Structural Consultant
512 MechlElec Consultant
513 EnvironlCivil Consultant
514 Architectural Consultant
515 Testing Consultant _
Rodriguez Engineering
Geotechj
$70,000
516 -Surveying Consultant
Stevens Surveying
$7,500
518 Other Consultant
Atl-about Pavements, Inc.
$61,219
518 Other Consultant
Radarview (GPR)
$48,000
518 Other Consultant
TOTAL REIMBURSABLE
CONSULTANTS
REIMBURSABLE EXPENSES
521 Travel
Motel
Days @
Men @ 1Manday
=
Air Travel
Air Fare @
Man @ /Man
=
Parking
Days @
IDay
=
Car Rental
Days @
IDay
=
Mileage
Miles @
$0.550
@ Trips
=
SUBTOTAL
522 Reproductions
Blackline Prints
34" x 22"
Shts @
$0.70 @
Sets =
36" x 24"
Shts @
$0.78 @
Sets =
42" x 30
Shts @
$1.15 @
Sets =
Other
st @
$0.15 @
Sets =
Printing:
8-112" x 11" B&W
Originals @
$0.08 ISM @
Sets =
8-112" x 11" Color
Originals @
$0.50 1Sht @
Sets =
11" x 17" B&W
Originals @
$0.18 ISht @
Sets =
11" x 17" Color
Originals @
$1.00 ISht @
Sets =
Binding Cost
Sets @
$2.50 ISet
=
Laminating
Shts @
$2.00 ISht
=
Scan to file
Burn to CDIDVD
C01DVO @
$13.50 /each
Scan Specs
Originals @
$0.15 ISht
=
Scan Drawings
Originals @
$1.50 ISht
=
SUBTOTAL
523 ModelsfRenderin slPhotos
Shots (Shot _
524 Telephone
Calls
$3.00 !Call
525 Meals
Das @
Men @ ]Manday
526 Field Supplies
528 Postage
Mailin s @
$10.00 ]Mailing
529 Publications
_
530 Misc Reimbursable Exp
531 Fax
Pages @
$2.00
532 Temporary Personnel
533 Drafting Supplies
_
534 Office Supplies
535 GADO
Hours @
$8.00 !Hour
536 Field Equip Rental
537 Interior Design Items
539 NM Gross Receipt Tax
547 Computer Supplies
TOTAL REIMB R L S S
Page 1 of 1
Lubbock Preston Smith international Airport
Runway 1.7R -35L Reconstruction -Rehabilitation
Rodriguez Lubbock, Texas
Engineering Estimate for Geotechnical Investigation
Laboratories
Estimated
Quantity Units Cost/Unit Total
Field Coordination
Project Manager 4-0 hr @ $ 65.00 /hr = $ 2,600.00
Field Operation
Mobilization 3 ea @ $ 250.00 /ea = $ 750.00
Soil Drilling and PCC Coring at Existing PCC Pavement:
Runway 17R/35L Reconstruction (45 Borings @ 10 ft)
450
If
@
$
11.00
/ea
= $
4,950.00
PGG Coring
45
ea
@
$
85.00
/ea
= $
3,825.00
Patching Cores
45
ea
@
$
25.00
/ea
= $
1,125.00
Thickness Measurement of Concrete Cores
45
ea
@
$
8.00
/ea
= $
360.00
CBR Samples (5 Normal / 5 Urne)
10
ea
@
$
200.00
/ea
= $
2,000.00
Additional PCC Coring on Longitudinal or Transverse Cracks (Runway
17RL5L):
PCC Coring
5
ea
@
$
85.00
/ea
= $
425.00
Patching Cores
5
ea
@
$
25.00
/ea
= $
125.00
Thickness Measurement of Concrete Cores
5
ea
@
$
8.00
/ea
= $
40.00
Laboratory Testing
Strength Testing of Concrete Cores:
Technician Time for Core Preparation (Top, Middle & Bottom)
Splitting Tensile Strength of Concrete Cores (ASTM C-496)
Testing on Additional Concrete Cores:
Petrographic Examination (2 cores per sample)
Coefficient of Thermal Expansion of Cores (AASHTO T-336)
Sublayer Granular Material Samples from GPR Calibration Borings:
Moisture Content (ASTM D-2216)
Subgrade Material (0" to 60"):
Moisture Density Relationship (ASTM D-1557)
CBR (ASTM D-1883)
Moisture Density Relationship w/Lime (ASTM D-698)
CBR (ASTM D-3668)
Stabilization Abflity of Lirne (ASTM C-977)
Sulfate Content of Soils (TEX-620-J)
13805 Turbine Drive Austin, TX 78728
(512) 251-4454 - Fax (512) 251-13800
E-mail: rodrigueziab@aol.com
Registered Texas Engineering Firm F-1563
12
hr @
$
38.00
/hr
= $
456.00
84
ea @
$
35.00
/ea
= $
2,940.00
2
ea @
$
1,700.00
/ea
= $
31400.00
5
ea @
$
150.00
/ea
= $
750.00
40 ea @ $ 10.00 /ea = $ 400.00
5 ea @
$
150.00
/ea
= $
750.00
5 ea @
$
450.00
/ea
= $
2,250.00
5 ea @
$
150.00
/ea
= $
750.00
5 ea @
$
450.00
/ea
= $
2,250.00
5 ea @
$
250.00
/ea
= $
1,250.00
5 ea @
$
250.00
/ea
= $
1,250.00
Page 1 of 2 Lubbock Preston Smith Inlemational Airport, PS&C, REvxls, 10/1212011
Lubbock Preston Smith International Airport
Runway 17R -35L Reconstruction -Rehabilitation
RodriguezLubbock, Texas
Engineering
g g Estimate for Geotechnical investigation
Laboratories
Soil Samples from Borings:
Hydrometer Analysis (ASTM D-422), for Frost Penetration
Moisture Content (ASTM D-2216)
Atterberg Limits (ASTM D-4318)
Sieve Analysis and Classification
Geotechnical Analysis and Report
Geotechnical Engineer
Engineering Technician
Clerical
13809 Turbine Drive Austin, TX 78728
(512) 251-4454 • Fax (512) 251-1380 0
E-mail: rodriguezlab@aol.com
Registered Texas Engineering Firm F-1563
Estimated
Quantity Units Cost/Unit Total
10
ea @
$
145.00
/ea
= $
1,450.00
135
ea @
$
10.00
/ea
= $
1,350.00
135
ea @
$
45.00
/ea
= $
6,075.00
135
ea @
$
50.00
/ea
= $
6,750.00
24
hr @
$
85.00
/hr
= $
2,040.00
40
hr @
$
38.00
/hr
= $
1,520.00
40
hr @
$
28.00
/hr
= $
1,120.00
Total Lump Stem Fee = 1 $ 52,951.00
Page 2 of 2 Lubbock Preston Smith International AYrporl, PSSG, REVAs, 10112!2011
All -About Pavements Inc.
Midwest Office — 1705 Lakeshore Dr. — Mahomet, IL 61853
(217) 586-2765 — www.allabou!pavements.com — fax (217) 586-1967
October 8, 2011
Mr. Mark D. Haberer, P.E.
Parkhill Smith & Cooper, Inc.
4222 85`h St
Lubbock, Texas 79423
Re: API Proposal for Pavement Evaluation of Runway
17R -35L, Lubbock, Texas.
Dear Mr. Haberer:
All About Pavements, Inc. (API) appreciates the opportunity to submit our proposal to Parkhill,
Smith and Cooper, Inc. (PSC) to assist in the evaluation of Runway 17R -35L. As we discussed,
our attached scope of work includes nondestructive deflection testing (NDT), a site visit to the
airport to conduct a visual survey of the pavements, and assistance in the preparation and
evaluation of results from geotechnical and laboratory testing. In addition, API will evaluate the
results and work with the PSC and the Airport to develop feasible rehabilitation strategies and
pavement designs. Final and draft reports will be prepared to summarize the results from this
study. API proposes to conduct our work for a lump sum amount of $61,214..
Should you have any questions, please do not hesitate to call me at 217-586-2765.
Sincerely,
All About Pavements, Inc.
Wayne J. Seiler, Ph.D., P.E.
Project Manager
Enclosure
1. Scope of Work
2. Fee Proposal
Pavement Management — Evaluation —Testing — Design
RW 17R -35L Evaluation
LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT (LBB)
Runway 17R -35L Pavement Evaluation
Scope of Work
October 7, 2011
PROJECT UNDERSTANDING
RW 17R -35L is an old military runway that was
constructed in 1976 and has material -related
distresses (MRD). The keel section was
reconstructed in 1976 and is in better condition
than the outboard sections of the runway. The
runway has been 'inspected using the Pavement
Condition Index and MicroPAVER. The keel is
currently in "Good" condition and the outboard
sections are in "Poor" to "Very Poor" condition.
The current cross section consists of keel is
variable but primarily consists of 14 inches of
jointed Portland Cement Concrete (PCC) and an
8 -inch P201 base, which is constructed on a 4 -inch P401 Asphalt Concrete (AC) layer
and a P209 granular base.
The Federal Aviation Administration (FAA) and the LBB Airport Authority were to
evaluate the runway to determine the best rehabilitation strategy for Runway 17R -35L,
the primary runway at the Airport. However, before any strategy can be implemented, it
is important to conduct a pavement evaluation and preliminary engineering report (PER)
that answers the fallowing questions:
➢ How much has the ASR deterioration progressed in the outboard pavements
sections, where the presence of ASR has been identified?
➢ Has the ASR distress reduced the flexural and compressive strength of the
PCG?
' If there has been a decrease in strength, has this decrease occurred throughout
the typical PCC slab or has it been more pronounced at the edges and corners
of the slab?
➢ If there has been a decrease in strength, how much variability in strength
exists throughout the runway (e.g. keel, east outboard section, west outboard
section, and north and south ends)?
➢ If there were no ASR distress, how much of the fatigue life of the runway
(from repeated aircraft loads) has been consumed since the runway was
opened? Has the amount of remaining fatigue life been reduced by ASR?
Are the full -depth cracks in the keel on the runway primarily ASR related or
fatigue related, or both? What is the projected rate of crack development that
is expected to occur in the keel, east outboard section, and west outboard
All About Pavements, Inc. (AFI) Page I
RW 17R -35L Evaluation
section within the next 1 to 14 years (e.g. When will the runway fail
structurally?)
➢ Once this structural evaluation is complete, which repair strategy is preferred?
To address these Questions, All About Pavements, Inc. (API) will accomplish the
following pavement evaluation work as a subconsultant to Parkhill, Smith, and Cooper,
Inc. (PSC) and accomplish the following objectives:
A Conduct a Records Review.
➢ Conduct Nondestructive Deflection Testing (NDT).
Based on the results of the NDT and a records review, assist PSC with the
identification core and boring locations that will be extracted to conduct
laboratory tests that will document extent and progression of ASR, changes in
PCC strength, and cause(s) of cracking.
➢ Review laboratory test and geotechnical test results for RW 17R -35L.
➢ Identify the type and quantity of localized repairs that should be conducted in
the short term on RW 17R -35L.
➢ Use the fleet mix and project aircraft annual operations to conduct structural
evaluation work.
➢ Conduct a structural evaluation of RW 17R -35L to estimate the amount of
fatigue life that has been consumed in the keel since it was originally
constructed.
➢ Estimate the number of remaining years of life for the runway, incorporating
the structural analysis results and the laboratory and geotechnical work that is
conducted by another consultant under contract to PSC.
➢ Develop preliminary pavement designs for feasible intermediate and long
term rehabilitation strategies.
TECHNICAL APPROACH
A detailed explanation of each task that expands on the project objectives is as follows:
Task 1: Records Review
Previous geotechnical and pavement evaluation and design studies will be reviewed by
API. In addition, the following data is required to complete the study:
➢ Aggregate sources that were used to construct the runway
)0- Material tests that were completed on the aggregates as part of the
construction submittals or previous studies
Previous average annual aircraft operations by aircraft type and model for the
RW 17R complex
A Projected average annual aircraft operations for the RW 17R complex
All About Pavements, Inc. (API) Page 2
RW 17R -35L Evaluation
API will also conduct a site visit to inspect the runway condition and map key distresses
that exist on the runway keel and outboard sections.
Tusk 2: Nondestructive Deflection Testing (NDT)
The objectives of the NDT work on RW 17R -35L are as follows:
➢ Through center -slab testing, determine the extent and severity of structural
deterioration that has occurred in the PCC layer from ASR and repeated
aircraft traffic loads. The PCC elastic modulus and modulus of rupture will be
determined throughout the runway. The mean values and the coefficient of
variability will be evaluated to determine the relative condition of pavement
areas throughout the runway and assist in determining the location of the
cores.
➢ Through center -slab testing and joint testing, determine if the extent and
severity of structural deterioration is more severe along the joints and corners
of the slabs in each pavement area of the runway.
➢ Through transverse joint testing, determine if there has been a loss of joint
load -transfer efficiency (LTE) since construction. A decrease in LTE will
result in accelerated structural deterioration from fatigue due to aircraft traffic
operations.
A Determine the strength of the strength and stability of underlying base and
subbase layers.
➢ Determine the subgrade elastic modulus values and the amount of variability
throughout the runway.
NDT will be conducted using a falling weight deflectometer (FWD), shown in Figure 1
and configured as shown in Figure 2. FWD tests will be conducted at 200 ft intervals on
the runway. Four passes will be conducted on Runway 17R -35L at offsets of 12 and 62 ft
from the runway centerline. At each test location, a PCC slab will be tested in the slab
center and at transverse joints as shown in Figure 3.
o Direction of Testing
C) t
Figure 1. Falling Weight Deflectometer.
Figure 3. Load plate locations.
All About Pavements, Inc. (API) Page 3
RW 17R -35L Evaluation
FWD Load Plate
Sensors Distance
-12" 12" 24" 36" 4911 60" 7211+- from Load Plate
D9 D2 D3 D4 D5 D6 D7— Sensor Designation
Sensor
Pavement Surface 4
Note: Sensor D8 is located 12 inches to the right of the load plate.
Figure 2. Schematic of the FWD load plate and sensor configurations.
The FWD will be operated by a trained operator who has extensive experience with
airport operations and safety requirements. API will attempt to schedule the NDT work
to coincide with other fieldwork to minimize down time of the runway. The FWD
equipment that will be used by API can conduct the NDT work at night or during light
rain, and does not require the use of any light carts.
Task 3: Pavement Characterization
In Task 3, the FWD data will be analyzed. The overall purpose of the data analysis is to
assess the strength characteristics of the pavement layers and subgrade. The following
parameters will be analyzed.
Impulse Stiffness Modulus
AN will analyze the maximum FWD deflection that occurs directly under the FWD load
plate), in the center and transverse joints of PCC slabs, to identify pavement strength and
assess the overall support conditions of the in-place pavements. In addition, the
deflection occurring at the outermost sensor that is 72 inches from the load plate (Figure
2) will be used to obtain the overall strength of the subgrade. These deflections under the
load plate and the 72 -inch geophone sensor are divided by the applied load (lbs) to obtain
the Impulse Stiffness Modulus (ISM).
Pavement ISM profile plots are helpful in identifying pavement design sections for long
stretches of pavement. The maximum ISM values at the slab center will be compared to
the maximum ISM values at the slab transverse joints to determine the severity of ASR,
D -Cracking, and any other MRD that is located throughout Runway 17R -35L.
Backcalculation of Pavement Layer Strengths
A pavement layer strength analysis will be performed to identify the stiffness of PCC
layers, the base layers, the granular subbase, and the underlying subgrade support. The
pavement layer strength analysis will be performed using a technique called
backcalculation. The backcalculated modulus values will be used to assist in the
All About Pavements, Inc. (API) Page 4
RW 17R -35L Evaluation
determination of the amount of structural deterioration in the pavement layers and the
expected remaining life of the pavement.
Task 4: Coring and Laboratory Test Plan
The results that are obtained from an initial analysis of the NDT data and records review
will be used to assist FSC in the final selection of core and boring locations that will be
obtained during this study. Table 1 shows the number of cores that are proposed for the
analysis work. Dynamic Cone Penetrometer (DCP) tests should be conducted at all
boring locations. The DCP test results will provide subgrade strength data that will be
correlated with NDT backcalculation results. In addition, the DCP tests will be used to
determine if excessive moisture exists in the subgrade due to perched water or poor
drainage conditions in the RW 17R -35L complex. Soil samples will be taken to conduct
gradation analysis so that subgrade permeability can be assessed.
Table 1: Recommended Boring Test Locations and Laboratory Tests.
Pavement
Coring and Boring
Number of
Facility
Locations
Cores/Borings
Laboratory Tests
Cores through the PCC cracks
5 cores
2 — Visual
5 - Splitting Tensile (FCC)
Keel Constructed in 1997
5 borings
2 — Gradation and Atterberg Limits
9 - Splitting Tensile (PCC)
RW 17R
East Outboard Section
9 borings
9 — Gradation and Atterberg Limits
Constructed in 1976
2 — Modified Proctor Tests
35L
1 — Petro ra hic Analysis
9 - Splitting Tensile (PCC)
West Outboard Section
9 borings
9 — Gradation and Atterberg Limits
Constructed in 1976
2 — Modified Proctor Tests
1 —Petro ra hic Analysis
Total Cores
?8
Notes I: All cores will be drilled through the PCC and underlying stabilized pavement layers.
2. Dynamic cone penetrometer (DCP) tests will be conducted at all boring locations.
3. Subbase samples for unbound materials will be taken for gradation analysis and Atterberg
Limits testing.
4. Subgrade samples directly beneath the last unbound layer will be taken for gradation analysis
and Atterberg Limits testing.
Task 5: Traffic Analysis
A traffic analysis will be completed for Runway 17R -35L to determine arrivals and
departures at each runway end and at taxiway connectors. API will work with PSC to
develop the fleet mix and operations that will be used for study.
Task 6: Structural Evaluations
A structural evaluation will be completed to estimate the amount of fatigue damage that
has occurred since construction of the pavement facilities. NDT, laboratory test results,
and aircraft traffic data will be used to determine what percentage of the fatigue life has
All About Pavements, Inc. (APT) Page 5
RW 17R -35L Evaluation
been consumed through 2011 and how many more years Runway 17R -35L can support
projected future traffic operations.
Task 7: Pavement Design
API will review the previous studies data, current distress information, geotechnical
results, laboratory test results, NDT analysis results, and traffic data to identify feasible
pavement rehabilitation alternatives that address the functional and structural condition of
the runway while considering aircraft operations and additional construction constraints
that are identified by PSC and the Airport Authority.
Preliminary pavement designs will be prepared using results from Tasks 1 through 6.
Based on discussions of feasible rehabilitation options, designs will be completed using
the FAA's AC 15015320-6E and FAARFIELD design software. Results will be checked
with finite element analysis and the U.S. Army Corps of Engineer's PCASE design and
analysis program.
Task 8: Report
Draft and final reports will be prepared that summarize the results from Tasks 1 through
7. Two copies of the draft report will be delivered to PSC and four copies of the final
report. The final report will also include a DVD with photos of key distresses, NDT data,
and PDF copies of the report and appendices.
All About Pavements, Inc. (API) Page 6
RA DARVI EW
CIVIL/STRUCTURAL - GEOPHYSICAL SURVEYS
September 26, 2011
Mark D. Haberer
Parkhill, Smith & Cooper, Inc.
4222 86th Street
Lubbock, Texas 79423
P 806-473-2200
mhaberer@team-psc.com
Re: Concrete Scanning Services Lubbock Airport Thickness and Moisture
Testing Radarview Proposal No. 0911-4719
Dear Mark,
I attached this proposal for a pavement and layer thickness survey along with a
moisture survey at the Lubbock Airport in Lubbock, Texas. Thank you for the
opportunity to provide this service. Please call me with any questions at 800-557-
3134.
Sincerely,
Keith Knobloch
Operations Manager
RADARVIEW LLC
Nationwide Services
www.radarviewlic.com
Phone 800.557.3134 Fax (800) 516-5732
RADARV{EW Pavement and Layer Thickness + Moisture Survey
CIVIUSTRUCTURAL • GEOPHYSICAL SURVEYS Parkhill, Smith & Couper, Inc.
1. Scope:
Perform a pavement and layer thickness survey along with a moisture survey at the Lubbock
Airport in Lubbock, Texas:
1. 'Perform GPR testing on full-length of Runway 17R135L using a multi -channel towed
array;
• 11,500' x 150' collected on 2' spacing for comprehensive analysis;
2. Make observation for subsurface moisture inconsistencies;
Radarview will calibrate GPR data to moisture findings in soil core samples
collected and analyzed by Rodriguez Engineering;
3. Make observation of thickness of existing concrete pavement;
• Radarview will calibrate GPR data using ground -truth from core samples
collected and analyzed by Rodriguez Engineering;
4. Make observation for any non -typical structures under runway pavement within
approximately 3 feet of the surface;
5. Confirm presence of dowel bars in joints;
• Radarview will 3D image 10 percent of the joints to verify dowel depth and
length with 3D models of reinforcing created. If needed, more 3D imaging
can be performed on more joints. On the remaining joints, individual line
scans will be performed for verification of dowel placement and depth, but not
length;
6. Prepare formal report detailing the findings of the areas examined once all requested
information is received from Rodriguez Engineering.
2. Fee:
The fee to perform this comprehensive survey is $46,000.00, excluding any applicable taxes. This fee
assumes the most comprehensive type of survey. The scope could be reduced and the detail reduced
to affect the price by as much as 50 percent.
1. The fee covers all mobilization, materials, labor and report time;
2. Depending on the comprehensiveness of the requested analysis, time onsite can be
anywhere from 3-7 days for data collection and an additional 10-16 days of analysis
and reporting;
3. Delays out of Radarview LLC's control (i.e., weather, security, etc.) will be charged at
a day rate of $1,800.00 per 8 -hour day or $225.00 per hour.
Radarview LLC Page 1 Fee Proposal No.: 0911-4719
Civil/Structural and Geophysical Surveys
^^�DARVIEWPavement and Layer Thickness + Moisture Survey
Parkhill, Smith & Cooper, Inc.
CIVIL;STRUCTIIRAL - GEOPHYBICAL SURVEYS
4. Schedule:
1. Scope is to be performed on or around October 17, 2011, and completed by
November 16, 2011, with the target delivery of the final report by January 1, 2012;
2. Radarview would request a lead time of 24-48 hours prior to Rodriguez Engineering's
start in order to lay out the pavement and soil core locations that we will use for our
calibration figures;
3. Once Radarview receives the requested information from Rodriguez Engineering, the
report can be finalized and delivered. The time to prepare the report will depend on
the comprehensiveness of the survey but is estimated anywhere from 10 — 16 days
for completion and delivery via email (*.pdf).
Radarview LLC Page 1 Fee Proposal No.: 091117719
CivillStructural and Geophysical Surveys
^^n�ADARVIEW
CMLISTRUCTURAL -GEOPHYSICAL SURVEYS
3, Terms:
Customer is responsible for the following:
Pavement and Layer Thickness + Moisture Survey
Parkhill, Smith & Cooper, Inc.
1. Providing access to the areas to be scanned;
2. Ground truth core extraction and testing samples for moisture content and
layer thickness (via Rodriguez Engineering).
Other conditions may apply to specific site conditions and will be agreed before starting.
Full payments for invoices are due on receipt. All payments for work performed by Radarview
shall be mailed to the following address:
Radarview LLC
P.O. Box 775
Humble, TX 77347
4. Acceptance and Agreement:
Execution of this proposal by Radarview LLC and Parkhill, Smith & Cooper, Inc., ("Client") evidences
Radarview LLC's and Parkhill, Smith & Cooper, Int.'s, acceptance and agreement to the terms and
conditions incorporated into this proposal (Exhibit A). Client further agrees that performance of any
portion of work or service subject to this Proposal is evidence of acceptance and agreement to the
Terms and Conditions.
Client shall incorporate Radarview LLC's Proposal Number in any and all purchase orders it may issue.
Prepared by:
Keith Knobloch
Operations Manager
Accepted Parkhill, Smith & Cooper, Inc.:
Name: Date:
Radarview LLC Page 2 Fee Proposal No.: 0911-4719
00YStructural and Geophysical Surveys
Resolution No. 2011—RO543
RADARVIEW
CI LSTQUCTCRAL- GECPMYSICAL SURVEYS
4411 11111llw-1
RADARVIEW LLC'S TERMS AND CONDITIONS
Work completed by Radarview LLC, herein referred to as RADARVIEW, for the Client is conducted on a
confidential basis. RADARVIEW's staff shall treat information received from you or developed by us in
accordance with our established professional standards. This proposal is business sensitive to RADARVIEW
and is being transmitted to Client as CONFIDENTIAL. No part of the proposal may be duplicated or used, or
disclosed for any purpose other than to evaluate this proposal.
RADARVIEW agrees to provide a high standard of professional service and to exert its best efforts in regard to
the work. RADARVIEW expects that the results will meet the objectives sought, and will assign to the work
professional personnel having the required skills, experience and competence. Recommendations and the
written material provided will be our best judgment, based upon the information available.
In no event shall RADARVIEW or its employees or agents have any obligations or liability for any loss or
damage of any nature which results from performing work to industry standards or practices, or any direct,
indirect, or consequential damages arising out of errors or omissions due to technological limitations of
RADARVIEW's equipment and/or methods or from errors or omissions due to incorrect, incomplete,
insufficient information, data, software, drawings, and/or specifications provided by Client. In any event,
RADARVIEW's liability for damages arising out of the Client's use of the results of RADARVIEW's work or any
recommendations made, shall not be greater than the amount paid to RADARVIEW for the professional
services rendered. In no event shall RADARVIEW be liable for any consequential damages, including but not
limited to loss of profit, loss of use, loss of production, damage to the environment, or other similar
consequential damages suffered by the Client.
4. RADARVIEW shall indemnify and hold the Client harmless from any losses, damages, demands and claims or
causes of action of every kind or character, including losses and damages suffered by third parties, resulting
from or arising out of the sole negligence of RADARVIEW, its officers, agents, employees and representatives,
or RADARVIEW's subcontractors, their officers, agents, employees and representatives. Where such
negligence is found to be the concurrent proximate cause of the loss or damage, along with the Client's
negligence, RADARVIEW shall indemnify and hold the Client harmless for RADARVIEW's pro -rata share of
liability.
5. The Client shall indemnify and hold RADARVIEW harmless from losses, damages, demands, and claims or
causes of action of every kind or character, including losses and damages suffered by third parties, resulting
from or arising out of the sole negligence of the Client, its officers, agents, employees and representatives.
Where such negligence is found to be the concurrent proximate cause of the loss or damage, along with
RADARVIEW's negligence, the Client shall indemnify and hold RADARVIEW harmless for the Client's pro -rata
share of liability.
6. In respect to any claim, loss, damage or expense however arising, RADARVIEW's maximum aggregate
liability to the Client shall in no event exceed the value of compensation to be paid to RADARVIEW by CLIENT
pursuant to the Proposal.
7. The fees and costs quoted in this proposal do not include non -US taxes. If applicable, fees associated with
taxes will be invoiced to Client and payments of such taxes on RADARVIEW's behalf will be the responsibility
of the Client.
8. If a dispute arises out of or relates to this Agreement, or its breach, the parties agree to submit the dispute to
arbitration by and pursuant to the rules of the American Arbitration Association.
RADARVIEW LLC
Nationwide Services
www.radarviewlic.com
Phone 800.557.3134 Fax (800) 516-5732
All About Pavements. Inc, (API)
LUBBOCK PRESTON SMFM INTERNATIONAL AIRPORT (LBB)
Runway 17R-351- Pavement Evaluation
--APS — Lubbock, Texas
PERSONNEL HOUR AND FEE ESTIMATE
TAS HOURS AND RATtOtM111011140111 COST
^
1 10TAL I P TA
i.,N I:
�l I t r.!., HCVRB ! r. a„ a t-4 tri n_ TOT
-Ka ,1...ft VN I ) f 1 5 _
_ — --- -- —
W i sa: