HomeMy WebLinkAboutResolution - 4781 - Contract-CB Thompson Construction-LIA North Cargo Apron & Taxiways Improvements - 03_23_1995Resolution No. 4781
March 23, 1995
Item #13
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 and all related documents by and
between the City of Lubbock and C.B. Thompson Construction, to furnish and install all
materials as bid for the Lubbock International Airport North Cargo Apron and Taxiways
Improvements, for the City of Lubbock, which contract is attached hereto, which shall be spread
upon the minutes of the Council and as spread upon the minutes of this Council shall constitute
and be a part of this Resolution as if fully copied herein in detail.
Passed by the City Council this 23rd day of March 1995.
ATTEST:..
Betty H.-Johnson ity Secretary
APPROVED AS TO CONTENT:
Victor an, Purchasing Manager
AS TO
Y V • • Vl, L 1
Assistant City Attomey
dp:ccdocskThompson.Res
March 15,1995
CITY OF LUBBOCK
SPECIFICATIONS FOR
LUBBOCK INTERNATIONAL AIRPORT -NORTH CARGO
APRON AND TAXIWAY S ll"ROVEMENTS
BID #13133
7
V.]
CITY OFLTUTBBok'n'.
Lubbock, Texas
CITY OF LUBBOCK. TEXAS
LUBBOCK INTERNATIONAL AIRPORT
SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR
NORTH AIR CARGO APRON AND TAXIWAY S IMPROVEMENTS
CITY OF LUBBOCK PROJECT N0, 256.99$2
December 1994
ADDENDUM NO. 3
January 16, 1995
Attention of all Bidders is directed to the following modifications to the
referenced Plans and Specifications.
SPECIFICATIONS:
1. Pane C-5. "EXHIBIT A" PROPOSAL
In BASE BID Proposal Item 13, decrease the quantity of "Item P-501,
Portland Cement Concrete Pavement", from 29,250 square yards to 25,450 square
yards.
This Addendum becomes a part of and shall be attached to the referenced
Plans and Specifications. This Addendum shall be acknowledged by the Bidder and
shall be attached to the Proposal submitted.
PARKHILL, S/ & COOPER, INC.
ACKNOWLEDGED:
By:
By
Lawrence 5. (Ly) Valdez, P.E.
Addendum No. 3
Page 1 of 1
r
a
CITY OF LUBBOCK, TEXAS
LUBBOCK INTERNATIONAL AIRPORT
SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR
NORTH AIR CARGO APRON AND TAXIWAY S IMPROVEMENTS
CITY OF LUBBOCK PROJECT NO, 256,9982
-- December 1994
ADDENDUM NO.2
January 13, 1995
Attention of all Bidders is directed to the following modifications to the
referenced Plans and Specifications.
SPECIFICATIONS*
1. Page C-1. "EXHIBIT A" PROPOSAL
In BASE BID Proposal Item 2, increase the quantity from 110 square yards
to 350 square yards.
2. Pay-ay-2_. SPZCIAL_CONDITIONS ParaeraphSC-4 TIME AND ORDER OF COMPLETION
For clarification- of the construction limits for Construction Phase 1,
revise the first sentence of the Construction Phase 1 subparagraph as follows:
"Construction Phase 1 is defined as the Taxiway S improvements from
the west edge of Runway 17R-35L to at least 200-feet west of the
west edge of Runway 17R-35L ..."
3. PaQe SC-3._SPECIAL CONDITIONS. Paragraph SC-4•TIME AND ORDER OF COMPLETION
Add the following sentence to the first subparagraph on this page:
"The temporary, elevated outboard runway threshold lights shall be
elevated to a level at least eight (8) feet above the existing
ground, or as required to provide adequate visibility for pilots
operating on the displaced runway."
4. Page SC-3. SPECIAL CONDITIONS. Paragraph SC-4 TIME AND ORDER OF COMPLETION
Add the following sentence to the second subparagraph on this page:
"Temporary wiring and jumpers for the displaced threshold may be
r placed on the ground to the displaced threshold lights, provided
they are adequately staked to the ground to prevent displacement by
jet blast."
r
w
5. Page SC-3. SPECIAL CONDITIONS. Paragraph SC-4 TIME AND ORDER OF COMPLETION
Add the following sentence to the fourth subparagraph (Construction Phase
Addendum No. 2
Page 1 of 4
r
f
F2) on this page:
"Modification of the existing irrigation wells and irrigation system
may be started within either Construction Phase 1 or Construction
Phase 2. Work on the existing irrigation wells may not begin before
April 1, 1995, without the written approval of the Engineer. The
modified irrigation well and associated irrigation improvements
shall be completed and ready for operation no later than June 15,
1995, without the written approval of the Engineer."
6. Page SC-12. SPECIAL CONDITIONS. Paragraph SC-7 CONTRACTOR'S PLANT SITE.
STORAGE AND OFFICE AREA(S)
Delete the subparagraph numbered "3", and insert the following:
"3. If the Contractor elects to locate his plant site, storage and
office area(s) on the airport property, the location will be as
shown on the drawings or as directed by the Engineer, generally
consisting of the uncultivated land south and west of the
Airborne Express facility. Clearing and grubbing of the
Contractor's plant site, storage and office area(s) shall be as
required in subparagraph 4, below. Prior to final approval of
the completed project, the area occupied by the Contractor's
plant site, storage and office area(s) shall be restored at the
Contractor's expense. Restoration of the Contractor's plant
site, storage and office area(s) at the Contractor's expense
shall include, but not be limited to, complete removal of
construction debris or other materials brought onto the site by
the Contractor; replacement of topsoil stockpiled during site
preparation; regrading the disturbed areas; and repair or
replacement of existing pavements deteriorated or damaged
during the Contractor's activities. It is anticipated that the
Contractor's plant site, storage and office area will not be
seeded as a part of the restoration requirements, however, if
the Owner elects to reseed the plant site area, the cost of
preparation, seeding and fertilizing shall be measured and paid
for under Item T-901, SEEDING, of the project specifications.
All other items related to the preparation and restoration of
the Contractor's plant site, storage and office area(s) shall
be considered a subsidiary obligation of the Contractor and
will not be measured or paid for separately."
7. Page SC-12. SPECIAL CONDITIONS. Paragraph SC-7 CONTRACTOR'S PLANT SITE.
STORAGE AND OFFICE AREA(S)
In the subparagraph numbered "4", add the following:
"The entire uncultivated area shown on the plans and designated for
the Contractor's plant site, storage and office area(s), consisting
of approximately 20 acres, shall be cleared and grubbed. Clearing
and grubbing shall consist of the cutting and removing of all trees,
brush, stumps and roots, and the removing of old barbed wire
Addendum No. 2
Page 2 of 4
r
! fencing, wooden posts and other such material, which in the opinion
of the Engineer is unsuitable, from the designated area. Roots and
7 stumps shall be grubbed and removed to a minimum depth of 18-inches
below existing ground. All spoil materials and debris resulting
from the clearing and grubbing operations shall be removed from the
�R airport property and properly disposed of by the Contractor at his
expense. No blasting of stumps or burning of debris will be allowed
on the airport property. Clearing and grubbing, and hauling and
disposing of debris will be considered a subsidiary obligation of
the Contractor, covered under other payment items in the contract,
and will not be measured for separate payment."
8. Page SC-12. SPECIAL CONDITIONS. Paragraph SC-7 CONTRACTOR'S PLANT SITE.
STORAGE AND OFFICE AREA(S)
Add the following subparagraph:
7. Prior to beginning installation of the Contractor's plant
equipment, the Contractor shall prepare and file Federal
Aviation Administration Form 7460-1, NOTICE OF PROPOSED
CONSTRUCTION OR ALTERATION. Form 7460-1 provides notice to the
FAA of the Contractor's intent to erect temporary structures on
the airfield, and shall be submitted to the FAA as soon after
award of the project as practicable. Written FAA approval of
the Contractor's proposed plant site shall be required prior to
beginning installation of the plant. The Contractor shall
submit three (3) copies of the FAA's approval notification to
the Engineer."
9. Paee 150-a. Modifications to ITEM P-150 REMOVAL OF EXISTING PAVEMENT
In Modification #1, add the following:
"The existing asphalt surface on Taxiway A and Taxiway S is
generally approximately 4- to 5-inches thick. Immediately adjacent
to Runway 17R-35L is an existing, 10-foot wide buried slab to be
removed under this item, consisting of a 4- to 121h-inch thick,
reinforced portland cement concrete slab, overlaid with 11h- to 10-
inch thick, asphalt surfacing. The asphalt surfacing immediately
adjacent to the buried slab is approximately 10-inches thick, and
transitions to the general 4- to 5-inch thickness noted above."
10. Page 901-a. Modifications to ITEM T-901 SEEDING
In Modification #1, delete the second sentence in the modification and
insert the following:
"Areas of soil preparation, seeding and fertilizing covered under
this item shall include, but not be limited to, unpaved areas within
the limits of grading as shown on the plans or as designated by the
Engineer, any areas of existing turf disturbed during construction,
excavated areas, and Contractor haul routes or travel paths. In
Addendum No. 2
Page 3 of 4
s
4. addition, this item shall include soil preparation, seeding and
fertilizing the area between the north -south access road to the
Airborne Express air cargo facility and the west Interstate Highway
27 right-of-way boundary."
PLANS:
11. Sheet 7 of 14. TAXIWAY S JOINTING LAYOUT
Add the following note to this sheet:
"New portland cement concrete pavement including steel reinforcement
is denoted on the layout with an "R". Reinforcing shall consist of
#4 bars on 9-inch centers, each way. Reinforcing steel shall be as
specified."
This Addendum becomes a part of and shall be attached to the referenced
Plans and Specifications. This Addendum shall be acknowledged by the Bidder and
shall be attached to the Proposal submitted.
PARKHILL, S TH & COOPER, INC.
By
Lawrence J. rry) Valdez, P.E.
ACKNOWLEDGED:
By:
r
i
Addendum No. 2
r Page 4 of 4
I
LARRY HERTEL KERR CONSTRUCTION EVINO PAVERS
CITY ENGINEER BOX 888 RT. 10, BOX 103A
P.O. BOX 2000 LUBBOCK, TX 79408 LUBBOCK, TX 79414
LUBBOCK, TX 79457
R.E. JANES GRAVEL CO RONNIE ZAHN PAVING STRONG PAVING
BOX 68 RT 10, BOX 820 BOX 3340
r SLATON TX 79364 LUBBOCK, TX 79404 LUBBOCK, TX 79452
E
ZEBRA CONSTRUCTION LUBBOCK ASPHALT PRODUCTS VnL TAMS & PETFM
RT. 5, BOX 297 B-2 BOX 5336 P. O. BOX 3907
LUBBOCK, TX 79407 2826 CLOVIS ROAD LUBBOCK, TX 79452
LUBBOCK, TX 79417
APPIAN CORP
LONE STAR DIRT & PAVING
CHARLES CARROLL
BOX 1110
7602 AVENUE U
FAA
HEREFORD, TX 79405
LUBBOCK, TX 79423
DEPT. OF TRANSPORTATION
FT. WORTH, TX 76193-0650
r
ANDERSON CONTRACTORS
HUB CITY PAVERS
TRANS PECOS MATERIALS
BOX 748
4214-B 50TH STREET
BOX 6408
LTPTLEFIELD, TX 79339
LUBBOCK, TX 79413
ODESSA, TX 79711
i
BOB CRAZE CONSTRUCTION
JAR -CON
HIGH PLAINS PAVERS
3808 97TH STREET
LUBBOCK, TX 79423
BOX 98128
LUBBOCK, TX 79489
2810 N. QUINCY
PLAINVIEW TX 79072
ROYAL CONCRETE
WEST TEXAS PAVING
WESTERN ROCK PRODUCTS
BOX 283
P. O. BOX 64187
P. O. BOX 757
I:
f
LUBBOCK, TX 79408
LUBBOCK, TX 79464
DENTON, TX 76202
T
ARMOR ASPHALT
MIDWEST CONCRETE
GILBERT TEXAS CONSTRUCTION
BOX 16498
BOX 3964
800 PALOMA DR., STE. 160
r•
i'
LUBBOCK, TX 79490
LUBBOCK, TX 79452
ROUND ROCK, TX 78764
DODGE PLAN ROOM
DODGE PLAN ROOM
DODGE PLAN ROOM
f1800
WASHINGTON AVE.,
11111 N. STEMMONS FRWY.
4601 50TH ST., STE 216
STE. 202
DALLAS, TX 75229
LUBBOCK, TX 79414
AMARILLO, TX 79102
R'
TEXAS CONTRACTORS
AGC PLAN ROOM
AGC PLAN ROOM
"
P.O. BOX 551359
P.O. BOX 5365
P.O. BOX 1508
DALLAS, TX 75355-1359
ABILENE, TX 79608
AUSTIN, TX 78767
r
k
DAVID JONES
LIA
ROUTE 3 BOX 389
LUBBOCK, TX 79401
MIDWEST CONCRETE
BOX 3964
LUBBOCK, TX 79452
7
D & K HUNT ELECTRIC
1312 82ND STREET
LUBBOCK, TX 79423
CEMENT & SUPPLY CO
1405 NORTH GARY
BOX 5188
LUBBOCK, TX 79417
BARNSCO
2609 WILLOWBROOK
DALLAS, TX 75220
CHAMPAGNE WEBBER
14333 CHRISMAN
HOUSTON, TX 77039
RUDD-PALMER
80 S. BONHAM
AMARILLO, TX 79106
CROUSE-HINDS AIRPORT
LIGHTING
7 1200 KENNEDY ROAD
WINDSOR, CT 06095
HIGH PLAINS PAVERS
P O BOX 398
7 PLAINVIEW, TX 79073-0398
r
AGC PLAN ROOM
P.O. BOX 6040
LUBBOCK, TX 79493
GILVIN TERRELL
P. O. BOX 9027
AMARILLO, TX 79105
ARTEX ELECTRIC
3508 AVENUE J
LUBBOCK, TX 79412
TARVER ELECTRIC
1812 4TH STREET
LUBBOCK, TX 79415
PRIMATE CONSTRUCTION INC,
ATTN: CLAYLON COOPER
1800-1 HUMBLE WESTFIELD RD
HOUSTON, TX 77073
LUBBOCK BUILDING PRODUCTS
214 AVENUE M
LUBBOCK, TX 79401
KIRKLAND CONSTRUCTION
2101 MAIN
RYE, COLORADO 81069
LEE LEWIS CONSTRUCTION
7810 ORLANDO AVENUE
LUBBOCK, TX 79423
GILBERT TEXAS CONSTRUCTION
P O BOX 1236
LUBBOCK TX 79408
ACME ELECTRIC
1115 EAST SLATON ROAD 79404
P. O. BOX 16183
LUBBOCK, TX 79490
PAVEMENT SPECIALIST INC.
265 MARSHALL CREEK RD
ROANOKE, TX 76262
AIRPORT MARKINGS OF
AMERICA
2442 W. DALLAS ST.
GRAND PRAIRIE, TX 75050-4906
GREER ELECTRIC
2424 QUAKER
LUBBOCK, TX 79410
DUININCK BROSE INC.
330 W. NORTHWEST HIGHWAY
GRAPEVINE, TX 76051
GIFFORD ELECTRIC INC.
3801 EAST FIRST STREET
FORT WORTH, TX 76111
R.E.MONKS
9355 VOLLMER ROAD
P.O.BOX 25579
COLORADO SPRINGS, CO 80936
SILVERTON CONSTRUCTION
7930 ARTCRAFT RD
EL PASO, TX 79932
C`
CITY OF LUBBOCK, TEXAS —
LUBBOCK INTERNATIONAL AIRPORT
SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR
NORTH AIR CARGO APRON AND TAXIWAY S IMPROVEME.NTS
CITY OF LUBBOCK PROJECT N0, 256,9982
December 1994
ADDENDUM NO.1
January 5, 1995.
Attention of all Bidders is directed to the following modifications to the
referenced Plans and Specifications.
SPECIFICATIONS:
1. GENERAL CONDITIONS OF THE AGREEMENT _(pink pages)
Portions of the GENERAL CONDITIONS OF THE AGREEMENT were inadvertently
r` omitted from the Specifications. Delete the GENERAL CONDITIONS OF THE AGREEMENT
!` included in the Specifications, and insert the revised GENERAL CONDITIONS OF THE
AGREEMENT, attached.
2. SPECIAL CONDITIONS (yellow pages)
Portions of the SPECIAL CONDITIONS were inadvertently omitted from the
Specifications. Delete the SPECIAL CONDITIONS included in the Specifications,
and insert the revised SPECIAL CONDITIONS, attached.
3. Page 501-a. Modifications to ITEM P-501. PORTLAND CEMENT CONCRETE
PAVEMENT
For clarification, add the following sentence to Modification #3:
"Coarse aggregates for this item shall be provided and maintained in
separate or split stockpiles according to the gradations specified
in Table 2."
4. Page 109-a. Modifications to ITEM L-109. INSTALLATION OF AIRPORT
TRANSFORMER VAULT AND VAULT IMPROVEMENTS
In Modification #1, add the following:
"This item shall also consist of removing and replacing the existing
electrical cable and the existing circuit breaker serving the
existing 1OKW regulator to be replaced. Replacement wiring and
circuit breaker shall meet the requirements as herein specified."
5. Page 109-b. Modifications to ITEM L-109. INSTALLATION OF AIRPORT
TRANSFORMER VAULT AND VAULT IMPROVEMENTS
Add the following new modification item:
Addendum No. 1
Page 1 of 3
r
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 proposes to carry on the work, with dates ai which the Contractor will start the
several parts of the work and estimated dates of completion of the several parts.
36. EXTENSION OF TIME
'The Contractor agrees that he has submitted his proposal in full recognition of the time required for the completion of this
project, tag into consideration the average climatic range and industrial conditions pnevailing in this locality, and has
-considered the liquidated damage provisions of paragraph 33 hereinabove set forth and that he shall not be entitled to, nor
willhe request, an extension of time on this contract, except when his work has been deLryed 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. The Gantcactor may apply in writing for
an extension of time, submitting therewith all written justification as may be required by DwneXs Representative for such an
extension as requested by Contractor. The Owner's Representative within ten (10) days after receipt of a written request for
an extension of time by the Contractor supported by all requested documentation shall th4m submit such written request to
the City Council of the City of Lubbock for their consideration. Should the Contractor disagree with the action of City
Council on granting an extension of time, such disagreement shall be settled by arbitration as hereinafter provided.
37. AND DELAYS
In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, he has taken into consideration and made allowances for all hindrances and delays incident to such work, whether
growing out of delays in securing material or workmen or otherwise. No charge shall be `.made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the
work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such
expense as in the judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to
Contractor.
39. ` 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 provitled.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 fiunished hereunder. Where the
estimated quantities are shown for the various classes of work to be done and material to tie furnished under this contract,
they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their
proposals offered for the work It is understood and agreed that the actual amount of wort: to be done and the materials to
be furnished under this contract may differ somewhat from these estimates, and that when; 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
pmjocL
39. PROTECTION OF ADJOINING PROPERTY
i
r
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered,
which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any
damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on
h. account of his failure to fully protect all adjacent property. The Contractor agrees to indemnify, save and hold harmless the
Owner against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing
out of the performance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the
existence or character of the work
from any loss on account thereof. If the material or process specified or required by Owner is an infringement, the
Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations,
which in any manner effect the contract or the work, and shall indemnify and save harmless the Owner against any claims
arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor or his employees. If the
Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Owners'
Representative in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work -
If the Contractor performs any work knowing it to be contrary to such laws, ordinances, Hiles and regulations, and without
such notice to the Owner's Representative, he shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the
same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into
contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein.
'33. ASSIGNMENT AND SUBLETTING
The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of
this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in
the performance of this contract, shall not relieve the Contractor from his full obligations to the Owner, as provided by this
contractual agreement.
4 34. TIlOE FOR COMPLETION AND LIQUIDATED DAMAGES
a'y It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and
P time for completion as specified in the contract of work to be done hereunder are essential conditions of this contract; and it
is further mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be
specified in the Notice to Proceed
If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any proper
' extension thereof granted by the Owner, then the Contractor does hereby agree as part of the consideration for the awarding
of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $500.00 (Five
Iffundred)PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each
and every calendar day that the Contractor shall be in default after the time stipulated for completing the work
i It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the completion of the
work described herein is reasonable time for the completion of the same, taking into consideration the average climatic
change and conditions and usual industrial conditions prevailing in this locality.
The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and
extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sustain, and the amount is
ragreed to be damages the Owner would sustain and shall be retained by the Owner from current periodical estimates for
j ! ! payments or from final payment
9I
i
It is further agreed and understood between the Contractor and Owner that time is of the essence of this contract.
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be
allowed to prosecute his 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 proposals; provided, also, that when the Owner is having other work
done, either by contract or by his own force, the Owner's Representative may direct the time and manner of constructing
(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
ate of coverage ends during the duration of die 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 thereat%r;
(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 J k
(viii) contractually require each other person with whom h contracts, to perform as rewired
by paragraphs (A) - ft with the certificate of coverage to be provided to the person for
whom they are providing services.
29. DISABLED E1y -WYEES
Contractors having more than 15 employees agree tocomply with the Americans with Disabilities Ad 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, employe compensation, job training, and
other terms, conditions, and pnvinges of employment. ! •
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS. LABORERS. IVIATERIfALMEN. AND FURNISHERS OF
MACHINERY. EQUIPMENT AND SUPPLIES
The Contractor agrees that he will indemnify and save the Owner harmless from all claims grooving out of any demands pf
subcontractors, laboreta, workmen, mechanics, materialmen and furnishers of machinery and parts thereof; equipment,
power tools, all suppliers, including commissary, incurred in the furtherance of the performance of this contract. When
Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated ,
have been paid, discharged or waived.
If during the progress of the work, Contractor shall allow my indebtedness to accrue for work furnished by any of those j
designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (3) days MOM
demand is made, then Owner may, during the period for which such indebtedness shall remain unpaid, withhold from the
unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to
discharge any such indebtedness.
Any and all communications between any party under this paragraph must be in writing.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The contractor shall pay all royalties and license fees, and shall provide for the use of arty' design, device, material or
process covered by letters patent or copyright by suitable legal agreement with the Patentxx or Owner thereof. The j
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the ,
Owner harmless from any loss on account thereof except that Owner shall defend all such suits and claims and shall be
responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer
or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate
design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harmless
I;
(b) provide a certificate of coverage showing workers' compensation coverage to the governmental
j ` I t
entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the contractor's current
certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental entity:
(i) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
+
.4
(ii) no later than seven days after receipt by the contractor, a new certificate of coverage
owing coverage, if the coverage period shown on the current certificate of
showing extension of
+ � i
coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter,
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days
after the contractor knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project;
1
(g) post a notice on each project site informing all persons providing services on the project that they
are required to be covered, and stating how a person may verify current coverage and report
failure to provide coverage. This notice does not saf* other posting requirements imposed by
I I !
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:
i i F� 11 i
REQUIRED WOREMI COMPENSATIONCOVERAGE
"The law requires that each person working on this site or providing services related to this
+ I
aonstruc ion project Hurst be covered by workers' compensation Insurance This Includes
persons providing, hauling, or delivering equipment and materials, or providing labor or
.0 I ! i+
transportation or other service related to the projec4 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
! I !
on the legal requirement for coverage, to ve rYy whether your eanployear has provided the
I i I
required coverage; or to report an eyrployer's failure to provide coverage" and
(h) contractually require each person with whom it contracts to provide services on a project, to:
r-
(i) Provide coverage based on Proper reporting of classification codes and payroll amounts
'
and filing of any coverage agreements for all of its employees providing services on the
project, for the duration of the project;
+!
(ii) provide a certificate of coverage to the contractor prior to that person beginning work on
I +
the Project;
(iii) include in all contracts to provide services on the project the language in subsection (e)
(3) of this rule;
I I ;.
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days
after the person knew or should have known, of any change that materially affects the provision
of overage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by paragraphs
(1) - (7), with the certificates of coverage to be provided to the person for whom they are
providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is
representing to the governmental entity that all employees of the contractor who will provide services on
the project will be covered by workers's compensation coverage for the: duration of the project, that the
coverage will be based on proper reporting of classification codes and payroll amounts, and that all.
coverage agreements will be filed with the appropriate insurance carrier or, m 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 rquirenients, 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 thenninder on the date borne by such
certificate.
(S) A provision that the policy may be canceled only by mailing written notice to the named insured at the
Add ress 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 Mute of nor amendment thereto will be acceptable.
(9) Ifpolicy limits are paid, new policy must be secured for new overage 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 odes and payroll amounts and filling of any coverage
agreements;
3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded
the contras
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.
S. The contractor shall obtain from each person providing services on the project, and provide to the
governmental entity.
(a) a certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons.providing
services on the project; and
(b) no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends
during the duration of the project.
6 The contractor shall retain all required certificates of coverage for the duration of the project and for one
year thereafter.
7. The contractor shall notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the contractor knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project.
8. The contractor shall past on each project site a notice, in the text, form and manner prescribed by the
Texas WorkersCompensation Commission, informing all persons providing services on the project that
they are required to be covered, and stating how a person may verify coverage and report Lick of coverage.
9. The contractor shall contractually require each person with whom it contracts to provide services on the
project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts and
filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code,
Section 401.011(44) for all of its employees providing services on the project, for the duration of
the project;
(b) provide to the contractor, prior to that person beginning work on the project, a certificate of
coverage showing that coverage is being provided for all employees of the person providing
services on the project, for the duration of the project;
(c) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the contractor-
(1) a certificate of coverage, prior to the other person beginning work on the project; and
(2) a new certificate of coverage showing extension of coverage, prior to the end of the
coverage period, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for one year
thereaftw,
B. Ownces Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance.
The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy naming the City
of Lubbock as insured and the amount of such policy shall be as follows:
For bodily injuries, including accidental death and or property damage, $1.000, )00 Combined Single Limit This
policy shall be submitted prior to contract execution.
C. ComprehensimAutomobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, S LOD0,000 Combined Single Limit,
to include all owned and nonowned cars including: Employers Nonownership Liability Hired and Nonowned
Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the
endorsement doing so is to be attached to the Certificate of Insurance.
D. Builder's Risk Insurance
The Contractor shall obtain a Builder's Risk policy in the amount of 1000% of thy. total contract IRJce (1000/6 of
potential loss) naming the City of Lubbock as insured
E. Umbrella Liability Insurance
The Contractor shall have Umbreella Liability Insurance in the amount of 52.000.000 on all contracts with coverage
to correspond with Comprehensive' General Liability and Comprehensive Automobile Liability coverages.
F. Worker's Compensation and Employers Liability Insurance
Workers Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $1,000,000
1. Definitions:
Certificate of covverrage ("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, 7WCC-82, 7WCC-93, or 7WCC-
84), showing statutory workers' compensation insurance coverage for the person's or entity's employees
providing services an 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
oontractoes/person's work on the project has been completed and accepted by the governmental entity.
Persons providing services an the project ("subcontractor" in 0406.096) - includes all persons or entities
performing all or part of the services the contractor has undertaken to perform on the project, regardless of
whether that person acted directly with the contractor and regardWss 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 Amd/beverage vendors, office supply
deliveries, and delivery of portable toilets.
2. The contractor shall provide coverage, based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor
Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the
duration of the project
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC
The Contractor shall take out and procure a policy or policies of Worlmiea's Compensation Insurance with an insurance
company licensed to transact business in the State of Texas, which policy shall comply with the Workmen's Compensation
laws of the State of Texas. The Contractor shall at Jill 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, his sureties and insurance carriers shall defend,
indemnify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or claims of any.
character whatsoever, brought for or on account of any injuries or damages received or sustained by any person or persons
or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the
execution and supervision of said contract, and the project which is the subject matter of this contract, on account of the
failure of Contractor or any subcontractor to provide necessary barricades, warning lights, or signs and will be required to
pay any judgment with costs which may be obtained against the Owner or any of its officers, agents, or employees including
attorney's fees.
The safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as an Independent
Contractor, inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the
Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the
Contractor of his duty and shall not be construed as any assumption of duty to supervise safety precautions by either the
Contractor or any of his subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as
hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried
with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection
with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering
the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to
contract execution.
A. Comprehensive General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of S500.000 Combined Single
Limit in the aggregate and per occurrence to include:
Premises and Operations
Explosion & Collapse hazard
Underground Damage Hazard
Products & Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal Injury (with exclusion "c" waived)
The City is to be named as an additional insured on this policy for this specific job, and copy of the endorsement
doing so is to be attached to the Certificate of Insurance.
In the event said extra work be performed and paid for under Method (C), then the provisions of this paragraph shall apply
and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics
and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, fair the time actually employed or used
on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on
account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property
Damage and Workmen's Compensation and all other insurances as may be required by law or ordinances or directed by the
Owner or Owner's Representative, or by them agreed to. Owners Representative may direct the form in which accounts of
the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The
Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type
and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless
otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100/a, unless
otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General
Contractors of America Where practical, the tenses and prices for the use of machinery and equipment shall be
incorporated in the written extra work order. The fifteen percent (1501.6) of the actual field cost to be paid to Contractor shall
cover and compensate him for his 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 than where the Contractor's Camp or
Field Office must be maintained primarily on account of such Extra Work, then the cog to maintain and operate the same
shall be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any
orders or instructions appear to the Contractor to involve extra work for which he should receive compensation or an
adjustment in the construction time, he shall make written request to the Owner's Repre:cntative for a written order
authorizing such extra work. Should a difi'erence 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). The Contractor will thereby preserve the right to submit the matter of payment to
arbitration as herein below provided
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of this contract that all work described in the proposal, the specifications, 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. If the Contractor finds any discrepancies or omissions in these plans, specifications, or contract
documents, he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no
such request is received by the Owner's Representative prior to the opening of bids, then it shall be considered that the
Contractor fully understands the work to be included and has provided sufficient sums in his proposal to complete the work
in accordance with these plans and specifications. It is further understood that any request for clarification must be
submitted no later than five days prior to the opening of bids.
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 his force or equipment, or both, to such an extent as to give reasonable assurance of
compliance with the schedule of progress.
If any work which is required to be inspected, tested, or approved is covered up without written approval or consent of the
Owner or Owner's 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 approval, and any work which meets the requirements of any such tests or approval but does not meet the
requirements of the contract documents shall be considered defective. Such defective work shall be corrected at the
Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's
Representative, or other persons authorized under this agreement to make such inspections, tests, or approvals shall relieve.
the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents.
22. ` DEFECTS AND THEIR REMEDIES
It is further agreed that if the work or any part thereof; or any material brought on the site of the work for use in the work or
selected for the same, shall be deemed by the Owner or Owners' Representative as unsuitable or not in conformity with
plans, specification and contrail 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 this contract. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at
Contractor's expense.
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line,
grade, form dimensions, plans or or materials for the work herein contemplated, or any part thereof, either before or after
the beginning of the construction, without affecting the validity of this contract and the accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for
damages, or anticipated profits on the work that may be dispensed with. If they inCrease the amount of work, and the
increased work can fairly be classified under the specifications, such increase" be paid according to the quantity
actually done and at the unit price established for such work under this contract; otherwise such additional work shall be
paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any
work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for
any material or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in
preparation for the work as originally planned
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the
r-- Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work
as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as
provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when
presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor
to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to
the Contractor for performing said extra work shall be determined by the following methods:.
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then
the Contractor shall be paid the actual field cast of the work, phis fifteen (15%) per cent.
It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of
the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of
equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions,
and all other matters which in any way effect the work under this contract. No verbal al;rcement or conversation with any
officer, agent, or employee of the Owner, either before or after the execution of this contract, shall effect or modify any of
the terms or obligations herein contained...
18. CHARACTBR OF WORKMEN
The Contractor agrees to employ only orderly and competent men, skillful in the'perforrmance in the type of work required
under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform him in writing that
any man or men on the work, are, in his opinion, incompetent, unfaithful, or disorderly, such man or men shall be
discharged from the work and shall rot again be employed on the work without the Ow t er's Representative's written
consent.
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and
completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also
understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials,
tools, equipment or machinery or any part of the work until it is finally completed and accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's
Representative shall direct, and the sanitary conditions of the grounds in or about such structure shall at all times be
maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be
constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's
Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the work Contractor
shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location
wherever work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be
contemplated by Owner or Owner's Representative and 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 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 Observer has previously accepted the work thraugh oversight or otherwise. H any
work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's
Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being
fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make
observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require
Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons
competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such
tests will be in accordance with the methods prescribed by the American Society for TestiJog and Materials or such other
applicable organization as may be required by law or the contract documents.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DITTY
;.Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative
�, 1 shall review all work included herein. He has the authority to stop the work whenever such stoppage may be necessary to
I insure the proper execution of the contract. In order to permit delays and disputes and to discourage litigation, it is further
''y r agreed that the Owner's Representative shall, in all ruses, determine the amour s a� quantities of the several kinds of work
i which are to be paid for under this contract. He shall determine all questions in relation to said work and the construction
thereof, and shall, in all vises, decide every question which may arise relative to the execution of this contract on the part of
said Contractor. The Owner's Representatives's estimates and findings shall be conditions precedent to the right of the
' parties hereto to arbitration or to any action on the contract, and to any rights of the Contractor to receive any money under
i this contract; provided, however, that should Owner's Representative render any decision or give any direction, which in the
0 5 .opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party may file with
said Owner's Representative within 30 days his written objection to the decision or direction so rendered, and by such action
may reserve the right to submit the questions so raised to arbitration as hercinaftcr provided. It is the intent of this
"Agreement that there shall be no delay in the execution of the work, therefore, written decisions or direction of the Owner's
Representative as rendered shall be promptly carried out, and any claim arising therefrom shall be thereafter adjusted to
arbitration as hereinafter provided
The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor a
written decision on all claims of the parties hereto and on all questions which may arise relative to the execution of the work
or the interpretation of the contract, specifications and plans. Should the Owner's Representative fail to make such decision
' 'within a reasonable time, an appeal to arbitration may be taken as if his decision had been rendered against the party
appealing
I S. $UPERINTh'IJDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time
such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the
materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is
' done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance
required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work The
r Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so
appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying
plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer,
supervisor or inspector, the Contractor may within six (6) days make written appeal to the Owner's Representative for his
decision
11IJ46. ' . =CONTRACTOR'S DUTY AND SUPERINTENDENCE
r— i i The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the
i work, during its progress. a competent superintendent and any necessary assistants, all satisfactory to Owner's
a' Representative. The superintendent shall represent the Contractor in his absence and all directions given to him shall be
binding as if given to the Contractor. Adequate supervision by competent and reasonable representatives of the Contractor
is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations
i of the Contractor.
q i6 j The work, firm its commencement to completion, shall be under the exclusive charge and control of the Contractor and all
risk in connection therewith shall be borne by the Contractor.
.l The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of his agents or employees, or any other persons performing any of the work
8. WORK
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools,
superintendence, labor, insurance, and all water, light, power,fuel, transportation and all other facilities necessary for the
execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be
new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory
evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known,
technical or trade meaning shall be held to refer such recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED _
The term 'Substantially Completed" is meant that the structure or project contemplated by the contract documents has been
made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor
miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this
work in a manner acceptable to the Owner's Representative. The Owner's Representative 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 with one copies of all Plans, Profiles and Specifications without expense to him and he
shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress of quality of the executed work and
to determine, in general, K the work is proceeding in accordance with the contract documents. He will not be required to
make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will he be responsible for
the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. His
efforts will be directed towards providing assurances for the Owner that the completed pnjcct will conform to the
requirements of the contract documents, but he will not be responsible for the Contractor's failure to perform the work in
accordance with the Contract Documents. On the basis of his onsite observations, he will keep the Owner informed of the
progress of the work and will endeavor to guard the Owner against defects and deficiencies in the work of the Contractor.
t -11r Ks 9
All lines and grades shall be furnished by the Owner's Representative whenever 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 his work in order to permit Owner's Representative 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 him, his Subcontractors, or his employees, such stakes, marks, etc., shall be mplaced by the Owner's
Representative at Contractor's expense.
GENERAL CONDITIONS OF THE AGREEMENT
OWNER
Whenever the word Owner, or the expression Party of the First Part, or First Parry, are used in this contract, it shall be
understood as referring to the City of Lubbock, Texas.
CONTRACTOR
Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall be understood
to mean the person, persons, co -partnership or corporation, to -wit:. who has agreed to perform
the work embraced in this contract, or to his or their legal representative.
OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to
DAVID JONES, AIRPORT PROPERTY MANAGER City of Lubbock, under whose supervision these contract
documents, including the plans and specifications, were prepared, and who will inspect constructions; or to such other
representative, supervisor, or inspector as may be authorized by said Owner to act in any particular under this agreement.
Engineers, supervisor or inspectors will act for the Owner under the direction of Owner's Representative, but shall not
directly supervise the Contractor or men acting in behalf of the Contractor.
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal, Signed
Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if
any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for his inspection in
accordance with the Notice to Bidders.
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.
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,
jbut said Subcontractors will look exclusively to Contractor for arty payments due Subcontractor.
7. WRTTT'EN 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 him who gives the notice.
GENERAL COMMONS OF THE AGREEMENT
"10. Paragraph 109-3.11 POWER SUPPLY EQUIPMENT. For clarification,
insert the following new subparagraph:
"The Contractor shall disconnect the existing 10KW
regulator serving Airfield Lighting Circuit #8 as shown on
the drawings or as directed by the Engineer. The existing
10KW regulator shall remain the property of the Owner, and
the Contractor shall relocate it, as shown on the drawings
or as directed by the Engineer, for use: by the Owner as a
spare: The Contractor shall furnish and install a new,
20KW, FAA Specification L828 regulator, as herein
specified, in the location shown on the drawings or as
directed by the Engineer. The Contractor shall be
responsible for repairing to the Engineer's satisfaction
any damage to the existing Transformer Vault, existing
wiring, conduit or regulators, or any other existing
appurtenances that occurs during the Contractor's
activities."
r 6. Page 109-b. Modifications to ITEM L-109. INSTALLATION OF AIRPORT
TRANSFORMER VAULT AND VAULT IMPROVEMENTS
` Add the following new modification item:
"ll. Paragraph 109-3.12 SWITCHGEAR AND PANELS. Insert the
following new subparagraph:
"The Contractor shall remove, from the existing Load
Center Panel, the existing 70amp, 2-pole breaker serving
the existing 10KW regulator to be removed. The existing
breaker shall be delivered to the Owner. The Contractor
shall furnish and install a new, 120amp, 2-pole breaker in
the existing Load Center Panel to serve the new 20KW
regulator installed under this project. The new breaker
shall be General Electric catalogue number TEB2120, with
TEDIDPK mounting hardware, or approved equal. The
Contractor shall be responsible for repairing to the
Engineer's satisfaction any damage to the existing Load
Center Panel, existing wiring or breakers, or any other
existing appurtances that occurs during the Contractor's
activities."
7. Page 109-b. Modifications to ITEM L-109, INSTALLATION OF AIRPORT
TRANSFORMER VAULT AND VAULT IMPROVEMENTS
Add the following new modification item:
"12. Paragraph 109-3.15 WIRING AND CONNECTIONS. Insert the
following new subparagraph:
"The Contractor shall remove, from the existing wireway
and conduit, the existing #6 electrical cable serving the
Addendum No. 1
Page 2 of 3
r•
Lubbock International Airport January 5, 1995
North Air Cargo Apron and Taxiway S Improvements
existing IOKW regulator to be removed. The removed wiring
shall be disposed of off Airport property by the
d Contractor. The Contractor shall furnish and install new,
( #2, FAA Specification L824, Type USE-2 electrical cable in
the existing wireway and conduit from the new 120amp
f" breaker to the new 20KW regulator installed under this
project, The Contractor shall be responsible for.
repairing to the Engineer's satisfaction any damage.to the
�., existing wireway or wiring, or any other existing
appurtances that occurs during the Contractor's
activities."
r
This Addendum becomes a part of and shall be attached to the referenced
Plans and Specifications. This Addendum shall be acknowledged by the Bidder and
r- shall be attached to the Proposal submitted.
i
PARKHILL, SMI & COOPER, INC.
I^
� By
Lawrence J. (Lar Valdez, P.E.
ACKNOWLEDGED:
By:
Addendum No. 1
I 'r" Page 3 of 3
r
No Text
45. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK
Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative on
account of failure to conform to the contract, whether actually incorporated in the work or not, and Contractor shall at his
own expense promptly replace such condemned materials with other materials conforming to the requirements of the
contract. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or
replacemcnL 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.
46, CORRECTION OF WORK AFTER FINAL PAYMENT
Neither the final payment nor certificate nor any provision in this contract shall -relieve the Contractor of responsibility for
faulty materials or workmanship, and he 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 substantial completion. The Owner
or the Owner's Representative shall give notice of observed defects with reasonable promptness.
47. PAYIyIENT WTTH ELD
The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to
such extent as may be necessary to prated himself from loss on account of.
(a) Defective work not remedied
(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.
1
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will
protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them
48. TWE OF FILING CLAIMS
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in
writing and filed with the Owner's Representative within fifteen (15) days after the Owner's Representative has given any
directions, order or instruction to which the Contractor desires to take exception. The Owners' Representative shall reply to 7
such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal
from the decision of the Owner's Representative, any demand for arbitration shall be filed with the Owner's Representative
and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's
Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of
the final payment shall be a bar to any claim by either party, except where noted otherwise in the contract documents.
49. ABANDONMENT BY CONTRACTOR
In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from
the Owner or the Owner's Representative, or if the Contractor fails to comply with the orders of the Owner's Representative,
when such orders are consistent with this contract, this Agreement, or -the Specifications hereto attached, then the Surety on
the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the
Contractor.,
After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery, equipment,
tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for
work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of
the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra
Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of
such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement '==
r-
PI -
orm
P.
in case the Surety should fail to commence compliance with the notice for completion herembefore provided for within ten
(10) days after service of such notice, then the Owner may provide for completion of the work in either of the following
elective manners:
(a) The Owner may employ such force of then and use of machinery, equipment, tools, materials and supplies as said
Owner may deem necessary to complete the work and charge the expense of och labor, machinery, equipment,
tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the
Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under
and by virtue of this Agreement. In arse such expense is less than the sum which would have been payable under
this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference..
In case such expense is greater than the sum which would have been payable under this contract, if the same had
been completed by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess to
the Owner, or
(b) The Owner, under sealed bids, after notice published as required by law, at 1=Lst twice in a newspaper having a
general circulation in the County of location of the work, may let the contract for the completion of the work under
substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to
the Owner under the new contract as compared to what would have been the cost under this contract, such increase
shall be charged to the Contractor and the Surety shall be and remain bound therefore. However, should the cost to
complete any such new contract prove to be less than that which would have been the cost to complete the work
under this contract, the Contractor or his Surety shall be credited therewith.
When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and certificates of
completion and acceptance, as provided in paragraph 42 hereinabave set forth, shall be issued. A complete itemized
statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and
delivered to Contractor and his Surety, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the
balance due as reflected by said statement within 30 days after the date of certificate of completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the
cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor
and/or his Surety shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools,
materials or supplies kft on the site of the work shall be turned over to the Contractor and/or his Surety. Should the cost to
complete the work exceed the contract price, and the Contractor and/or his Surety fail to pay the amount due the Owner
within the 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 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 subject only to the duty of the Owner to exercise ordinary care to protect
such property. After fifteen (15) days from the date of said notice the 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. 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 which remain on the •jobsite and belong to persons other than the
Contractor or his Surety, to their proper owners.
r s •"I'MAN
In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms
within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the
work, and may remove therefrom all machinery, tools, and equipment, and all materials on the ground that have not been
included in payments to the Contractor and have not been incorporated into the work Thereupon, the Owner's
Representative shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value
of all work actually completed by said Contractor at the prices stated in the the attached proposal, the value of all partially
completed work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or
provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Contractor
to carry the whole work to completion, and which cannot be utilized The Owner's Representative shall then make a final
statement of the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and
all other sums that may be retained by the Owner under the terms of this Agreement, and shall certify same to the Owner
who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance
shown by said final statement as due the Contractor, under the terms of this Agreement.
51. BONDS
The successful bidder shall be required to furnish a performance bond and payment bond in accordance with Article 5160,
Vernon's Annotated Civil Statutes in the amount of 1000/9 of the total contract price, in the event said contract price exceeds
$25,000.00. If the contract price does not exceed $25,000.00, the statutory bonds will not be required. All bonds, if -
required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to
do business in the State of Texas. And it is further agreed that this contract shall not be in effect until such bonds are so.
furnished.
52. SPECIAL COMMONS
In the event special conditions are contained herein as part of the contract documents and said special conditions conflict
with any of the general conditions contained in this contract, then in such event the special conditions shall control.
53. LOSSES FROM NATURAL CAUSES -
Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the work to be done, or
from the action of the elements, or from any unforeseen circumstance and the prosecution of the same, or from unusual
obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the
Contractor at his own cost and expense.
54. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct,
supervise, and control his own employees and to determine the method of the performance of the work covered hereby. The
fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during his performance and
to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative
hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent
contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other
person, firm, or corporation._
55. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the
completion of the work he shall remove all such debris and also his tools, scaffolding, and surplus materials and shall leave
the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may
remove the debris and charge the cost to the Contractor.
No Text
r-
0"
`; Resolution 72502
` • January 8, 1987
Agenda Item #18
DGV:da
RESOLUTION
WHEREAS, the City Council has heretofore established the general
prevailing rate of per diem wages for each craft or type of workmen or
mechanics needed to execute public works contracts for the City of Lubbock
:in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and
WHEREAS, such wage rates were established by Resolution No. 719
enacted February 12, 1981, updated by Resolution No. 1590 enacted February
23, 1984; and
WHEREAS, such rates need to be updated at the present time in order
to reflect the current prevailing rate of per diem wages; NOW THEREFORE:
BE IT RESOLVED BY THE CITY COUNCILOFTHE CITY OF LUBBOCK:
THAT the general prevailing rate of per diern wages for public works
.,contracts shall be as set forth in the following named exhibits, which
exhibits shall be attached hereto and made a part hereof for all intents
and purposes:
Exhibit A: Building Constructioh'Trades
Exhibit B: Paving and Highway Construction Trades
Exhibit C: Electrical Trades
Exhibit D: Overtime Rate
Exhibit E: Weekend and Holiday Rate
Such wage rates are hereby found and declared to be the general prevailing
rate of per diem wages in all localities where public works are undertaken
on behalf of the City of Lubbock and such wage rates shall be included in
all public works contracts as provided by law.
Passed by the City Council this 8th day of January 1987.
'_Ranette,.Boyd, City Secretary
APPROVED T� NTENT:-
Bi 1 P/yne, 0 rector of Building
Services
B.C. MCMINN, MAYOR
APPROVED AS TO FORM:
91 A
Do ld G. Vandiver, First
Assistant City Attorney
0"
.+
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Craft
Acoustical Ceiling Installer
Air Conditioner Installer
Air Conditioner Installer -Helper
Bricklayer
Bricklayer -Helper
Carpenter
Carpenter -Helper .
Cement Finisher
Drywall Hanger
Electrician
Electrician -Helper
Equipment Operator -
Heavy
Light
Floor Installer
Glazier
Insulator, Piping/Boiler
Insulator -Helper
Iron Worker
Laborer, General
Mortar Mixer
Painter
Plumber
Plumber -Helper
Roofer
Roofer -Helper
Sheet Metal Worker
Sheet Metal Worker -Helper
Welder - Certified
Hourly Rate
$11.60
8.35
5.50
10.50
5.00
11.00
5.50
7.35
8.70
10.50
5.25
8.00
5.70
8.00
7.50
9.50
5.00
7.30
4.75
5.60
8.75
9.25
6.00
7.65
4.75
8.75
5.50
8.00
r
r
OW
Oft
Ao
da
EXHIBIT 8
Paving and Highway Construction
Prevailing Wage Rates
Craft
Asphalt Heaterman
Asphalt Shoveler
Concrete Finisher
Concrete Finisher -Helper
Electrician
Flagger
Form Setter
Form Setter -Helper
Laborer, General
Laborer, Utility
Mechanic
Mechanic -Helper
POWER EQUIPMENT OPERATORS
Asphalt Paving Machine
Bulldozer
Concrete Paving Machinist
Front End Loader
Heavy Equipment Operator
Light Equipment Operator
Motor Grade Operator.
Roller
Scraper
Tractor
Truck Driver -
Light
Heavy
Hourly Rate
$5.25
4.75
7.35
4.75
10.50
4.75
6.50
5.50
4.75
5.80
6.50
6.00
6.00
5.25
6.50
5.85
6.40
6.40
8.00
5.25
5.25
5.50
5.25
5.25
r�
EXHIBIT C
Electric Construction Trades
P i i W
.
-
revs ing age Rates
Craft
Hourly Rate
Power Line Foreman
$11.00
Lineman Journeyman
10.45
Lineman Apprentice Series
8.90
Groundman Series
7.25
EXHIBIT D
Prevailing Wage Rates
Overtime Rate
' The rate for overtime
(3n excess of forty hours
per week) is 1 1/2
times base rate.
'~
EXHIBIT E
Prevailing Wage Rates
•'
Weekend and Holiday Rate
The rate for weekend
and holiday is 1 1/2 times
base rate.
..
z
U
a
TABLE OF CONTENTS
SPECIAL CONDITIONS
Paragraph
1.
Scope of Work
SC-1
2.
Basis of Contract Award
SC-1
3.
Contract Documents
SC-1
4.
Time and Order of Completion
SC-2
5.
Limitation of Operation
SC-4
6.
Airport Operations Security
SC-6
7.
Contractor's Plant Site, Storage and Office Area(s)
SC-11
S.
Protection of Property
9C-12
9.
Electric Power and Natural Gas
SC-12
10.
Lines and Grades
SC-12
11.
Water for Construction
SC-13
12.
Material Tests
SC-13
13.
Barricades, Signs, and Hazard Markings
SC-14
14.
Prevention of Air and Water Pollution
SC-14
15.
Progress Schedule
SC-15
16.
Public Convenience and Safety
SC-15
17.
Final Cleaning Up
SC-15
18.
Insurance
SC-16
19.
Removal and Disposal of Structures,
Utilities and Obstructions
SC-16
20.
Conformity with Plans and Allowable Deviations
SC-16
21.
Removal of Defective and Unauthorized -Work
SC-16
22.
Disputed Claims for Extra Work
SC-17
23.
Federal Participation
SC-17
24.
Indemnification
SC-17
25.
Opening of Section of Airport to Traffic
SC-18
26.
Contractor's Responsibility for Work
SC-18
27.
Correction of Faulty Work After Final Payment
SC-19
28.
Separate Contracts
SC-19
29.
Shop Drawings
SC-19
30.
Engineer
SC-19
31.
Trench Safety
SC-19
32.
Engineer's Field Office
SC-20
33.
Progress Meetings
SC-20
SPECIAL CONDITIONS
SC-1 SCOPE OF WORK
The work to be accomplished under these specifications, including the
plans, consists of construction work for the Lubbock International Airport,
including but not limited to, the construction of new portland cement concrete
pavement for the North Air Cargo Apron and Taxiway S extension, the construction
of bituminous paved shoulders adjacent to the new apron and taxiway pavement, the
installation of airfield security fencing improvements, the installation of
lighting, signage and marking improvements, the installation of electrical vault
equipment, and other related items of work.
All labor, materials and equipment necessary to complete the work called
for in these specifications and shown on the plans shall be furnished by the
Contractor.
Payment for the various items of work will be made as specified under
the various payment paragraphs of the technical sections.
SC-2 BASIS OF CONTRACT AWARD
Award of this contract will be made on the basis of the low, responsive,
r` responsible bid, received in accordance with the General Instructions to Bidders,
t. including the total BASE -BID and any combination of ADDITIVE ALTERNATE "A" and/or
ADDITIVE ALTERNATE "B", based on the availability of funds.
SC-3 _CONTRACT DOCUMENTS
All work covered by this contract shall be done in accordance with the
Contract Documents described in the General Conditions. The drawings included
in the documents consist of the plans entitled "City of Lubbock, Texas, Lubbock
International Airport, North Air Cargo Apron and Taxiway S Improvements," dated
December, 1994.
All bidders shall be thoroughly familiar with all of the drawings and
specifications. The Contractor shall be responsible for the satisfactory
completion of all work shown on the drawings or specified.
The intent of the plans and specifications is to prescribe a complete
work or improvement which the Contractor undertakes to do in full compliance with
the plans, the specifications, the special provisions, proposal, and contract.
The Contractor shall do all work including such additional, extra, and incidental
work as may be considered necessary to complete the project in a satisfactory and
acceptable manner, as provided in the plans, proposal, and contract. He shall
furnish, unless otherwise provided in the specifications, special provisions, or
contract, all materials, equipment, tools, labor and incidentals necessary to
prosecute the completion of the work.
The Contract Documents are complementary, and what is called for by any
one shall be as binding as if called for by all. In case of conflict between any
of the Contract Documents, priority of interpretation shall be in the following
r 2699-94 SC - 1
order: Signed Agreement, Performance Bond, Special Bonds (if any), Proposal,
Special Conditions, Notice to Bidders, Instructions to Bidders, Technical
Specifications, Plans, General Provisions and General Conditions of the
Agreement.
SC-4 TIME AND ORDER OF COMPLETION
The Contractor will be permitted to prosecute certain portions of the
work in the order and manner of his own choosing to the best interest of the
project. However, the work shall be conducted in such manner and with such
materials, equipment and labor as may be required to insure completion in
accordance with the plans and specifications within- the time stated in the
Proposal and in the Contract. The Contractor shall furnish the -Engineer with his
proposed progress schedule and this schedule shall be approved by the Engineer
before work is commenced on the project.
Other contractors may be performing work for the Owner in the same
general area as that covered under this contract. The Contractor shall be
expected to coordinate his work with the work of other contractors as may be
required to insure that all work can be carried out with the least possible
interference with the operation of other contractors or the Owner. The
Contractor's coordination with other contractors shall require the approval of
the Engineer. The Engineer reserves the right to control and direct the sequence
of operations in the areas where others will be working. Provision shall be made
for other contractors to have suitable space to - work and --for storage of
materials, as well as access to these areas.
The Contractor shall be responsible for scheduling and implementing the
various separate construction operations involved in the construction of the
improvements included in this project. Completion shall be within the time
frames specified below.
The Contractor will prepare and submit for review his recommended
phasing/scheduling plan in accordance with the following general guidelines.
Liiguidated 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 1
Construction Phase 1 is defined as the Taxiway S improvements from
the west edge of Runway 17R-35L to at least 200-feet west of
Runway 17R-35L, including construction of the portland cement
concrete pavement (including joint sealing) and the bituminous
paved shoulders, installation of lighting, signage and marking
improvements. The Runway 17R threshold will be displaced as
specified herein to allow construction activities at the
runway/taxiway intersection. The work included in Construction
Phase 1 shall be completed within 75 calendar dAys.
2699-94 SC - 2
b
The Contractor shall furnish and install temporary displaced
threshold marking and lighting for Runway 17R, as specified herein
or as directed by the Engineer. The threshold shall be displaced
approximately 1,000 feet south of the construction area on Taxiway
S, or as directed by the Engineer and Director of Aviation. The
temporary displacement will be marked in accordance with FAA AC
150/5340-1F, and paid for under Item P-620, specified herein,
except that the paint for temporary threshold marking may consist
of diluted, water -based paint of appropriate color to ease
obliteration. Temporary marking application rates will be
approved by the Engineer. Temporary, elevated outboard runway.
threshold lights and elevated Runway End Identified Lights (REIL)
shall be furnished, installed and connected to the runway lighting
circuit by the Contractor, and paid for under Item L-125,
specified herein. Lights shall be elevated by mounting the
fixtures on barrels or staffs, securely tethered to the ground.
The Contractor shall maintain the temporary lighting during the
+ displacement period.
During the threshold displacement period, the existing runway edge
t
lights on Runway 17R-35L north of the displaced threshold shall be
`
taken out of service by the Contractor. This may be accomplished
by removing the light bulbs from the affected runway edge lights.
A
The Contractor shall be responsible for repairing any damage done
to the existing lights during these activities. The remaining
runway lights south of the displaced threshold shall remain
operational at all times. The Contractor shall provide temporary
- wiring, jumpers and connections required to maintains operation of
the existing runway lights south of the displaced threshold and
the temporary displaced threshold lights. After completion of
Construction Phase 1, displaced threshold marking and lighting
shall be removed and the runway returned to its original
condition. Temporary marking shall be obliterated as specified,
and marking which is to remain shall be touched up in accordance
with Item P-620, herein. Payment for related provisions of this
paragraph not specifically addressed and covered under other items
in these specifications will be considered a subsidiary obligation
of the Contractor, and no separate payment will be made.
Operations at Lubbock International Airport will be severely
affected by the construction operations in Construction Phase 1.
The Contractor shall be required to work double shifts, longer
hours and/or at night to complete Construction Phase 1 within the
time constraints provided.
Construction Construction Phase 2
Construction Phase 2 is defined as the remainder of the project.
During Phase 2, the full length of Runway 17R-35L will be open and
active. The Contractor's activities will be restricted to areas
outside the Runway 17R-35L safety area, and other active areas on
the airport. Construction on Phase 2 may begin any time after the
date of the notice -to -proceed with the project. However, the
fi... 2699-94 SC 3
Contractor will be required to diligently pursue completion of
Construction Phase 1 within the time frame allowed.
The construction of the work included in Construction Phase 1 and
Construction Phase 2 shall be completed within 315 calendar days of the notice -
to -proceed with the project.
It is anticipated that construction of the Federal Express cargo
handling facility will be concurrent with the construction of this project. The
Contractor will be required to coordinate his construction activities with other .
contractors working in this general area, particularly at the west edge of the,
cargo apron, adjacent to the Federal Express facility..
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 and with other
contractors. 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.
When closing of the main runways, taxiways and apron areas for
construction of lighting work is required, the time closed shall be kept to a
minimum time. One of the two main runways, including access taxiways, shall be
kept open at all times except as otherwise specified. All operations shall be
coordinated, through the Engineer, with the Director of Aviation. Before either
of the two main runways can be closed, the Engineer shall approve the length of
time of closure and the Contractor's work schedule during closure. The
Contractor shall be required to provide, install and maintain approved displaced
runway threshold or closed runway and/or taxiway markings in accordance with FAA
Advisory Circular 150/5370-2C, FAA Southwest Region Order SW5200.5A, FAA Advisory
Circular 150/5370-4, FAA Advisory Circular 150/5370-7, and other applicable FAA
regulations. AC 150/5370-2C and SW5200.5A are included in these specifications.
No separate measurement or payment shall be made for closed runway or taxiway
marking. All operations shall be coordinated through the Engineer.
Runways, taxiways and apron areas shall not be closed for construction
work until all construction equipment and materials required for that portion of
work have been delivered to the site, approved and are ready for installation.
SC-5 LIMITATION OF OPERATION
Each item of work shall be completed without delay and in no instance
shall the Contractor be permitted to transfer his forces from uncompleted work
to new work without the permission of the Engineer. The Contractor shall be
required to submit a schedule of operations to the Engineer for approval. The
Contractor shall not commence new work to the prejudice of work already started.
2699-94 SC - 4
tThe Contractor shall take all precautions necessary to insure the safety
of operating aircraft and their passengers as well as that of his own equipment
and personnel. Special considerations shall be given to flight schedules and
other aircraft operations. The Contractor shall obey all instructions as to
routes to be taken by equipment traveling within the airport area. The
Contractor shall provide all such equipment with a flag on a staff so attached
to the equipment that the flag will be readily visible. The flag shall be not
` less than 'three feet square consisting of a checkered pattern of international
orange and white squares of not less than one foot on each side. During
nighttime work, the Contractor shall provide such equipment with. approved.'
flashing lights so attached to the equipment that the lights will be readily
visible. The Contractor shall make his own estimate of all difficulties to be'
encountered. Equipment not actually in operation shall be kept clear of landing
areas; personnel shall not enter areas of the airport where aircraft are
operating without specific permission.
All operations shall be coordinated, through the Engineer, with the
Director of Aviation, to the end that no interference with aircraft traffic on
active runways, taxiways or aprons will result from the operations of the
Contractor. Construction activities will not be allowed within the safety areas
of any active runway or taxiway. The taxiway safety area is defined as the area
within 131 feet of the centerline of any taxiway or taxilane. The runway safety
area is defined as the area within 250 feet of the centerline of any runway when
aircraft are operating under Visual Flight Rule (VFR, clear weather) conditions,
or within 570 feet of the centerline of any runway when aircraft are operating
under Instrument Flight Rule (IFR, inclement weather) conditions. VFR or IFR
conditions shall be determined by the Lubbock Air Traffic Control Tower
personnel.
The Contractor shall maintain flagmen, as may be required, to direct his
construction traffic if it becomes necessary for such traffic to cross or travel
along any active taxiway or runway. Traffic shall be directed away from these
facilities whenever possible and no traffic shall ever cross an active runway or
taxiway without having proper clearance from the control tower.
Trenches and manhole excavations within the limits of the safety area
of any airfield paving shall be backfilled as outlined in these specifications
by the end of the work day or work period. Excavations outside the safety areas
of any active airfield paving shall be barricaded as outlined in these
specifications to the satisfaction of the Engineer by the end of each work day
or work period. All excavations shall be backfilled as soon as practicable. No
open excavations shall be allowed within the safety area of any active airfield
pavement. The FAA considers any deviation of more than 3-inches above or below
the existing grade to be a hazard to aircraft operations. The FAA may issue
warnings or fine the Airport for these violations. Such fines as may be handed
out by the FAA as a result of the Contractor's activities shall be considered the
Contractor's resuonsib li_ty—and-shall be Promptly vaid be the Contractor. at his
oie expense
The Contractor shall schedule his work well in advance of actual
operations and shall keep the Engineer advised of this schedule so that close
coordination can be maintained with the Director of Aviation. Aprons, runways
2699-94 SC - 5
I
l'
and taxiways will be closed as required for proper execution of the work as
provided in above paragraphs.
The Contractor shall exert every effort to maintain the safety of
aircraft traffic and shall acquaint himself with the rules and regulations
concerning aircraft traffic safety. Violations of the safety rules by the
Contractor's workmen shall result in the discharge of such men in accordance with
the General Conditions. Continued violations of safety rules and regulations by
the Contractor, after having been notified of such violations by the Engineer,
shall constitute grounds for suspending the Contractor's operations until steps
are taken that will insure a safe operation.
The Contractor shall be required to equip vehicles used by his project
superintendent and project foremen on the project with radio receiver/transmit-
ters 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
2699-94 SC 6
r"'
t Contractor shall maintain at the site not less than two dewater#ng pumps in good
working condition at all times that any excavation adjacent to existing pavements
r 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.
SC-6 AIRPORT OPERATIONS SECURITY
SC-6.1 General
Airport security is a vital part of the Contractor's
responsibilities during the course of this project. Airport security, nation-
wide, has come under close scrutiny in the last few years. The following
security guidelines and the rules and regulations of the Lubbock International
Airport Police Department (LIAPD) and the Federal Aviation Administration (FAA)
shall be followed by the Contractor and the Contractor's employees,
subcontractors, suppliers and representatives at all times during the execution
of this project. The Contractor shall be directly responsible for any and all
fines or penalties levied against the Airport as a result of any breach of
security or safety caused by the Contractor or the Contractor's employees,
subcontractors, suppliers or representatives.
SC-6.2 Airport fterations Area (AOA)
The Airport operations area (AOA) shall be defined as any
portion of the Airport property normally secured against unauthorized entry. The
AOA includes all areas specifically reserved for the operations of aircraft and
aircraft support equipment and personnel. Generally, the AOA is defined by the
Airport's outer security fencing and other security measures at the Airport
terminal building.
SC-6.3 LIAPD-Issued Security Badges
The Contractor shall be responsible for obtaining a photo -
identification security badge issued by the LIAPD for each supervisor or foreman
of each work crew working within the AOA. The Contractor shall obtain LIAPD
security badges for at least one member of each work crew working in separate
areas of the AOA. It is the intent of these specifications that -all -individuals
responsible to the Contractor. including the Contractor's employees,
subcontractors, suppliers or representatives. either obtain and display an LIAPD
security badge. or obtain and display a Contractor -issued identification badge,
as specified below. AND be escorted or directly supervised. by an individual
displaying a current LIAPD security badge.
F2699-94 SC 7
r
The Contractor my obtain LIAPD security badges from the Lubbock
International Airport Police Department at the Lubbock International Airport.
The LIAPD reserves the right to limit the number of security badges issued to the
-Contractor. The LIAPD will charge the Contractor a twenty-five dollar ($25.00)
fee for each security badge issued. An additional fee will be charged, as noted
-later in this section, for lost or destroyed badges.
The LIAPD security badges shall be worn in an easily visible
location on the person issued the badge at all times while working within the
AOA. The badge holder shall be familiar with and shall obey all security and
safety rules and regulations. The LIAPD security badge may be confiscated and
all security rights revoked by the LIAPD upon the breach of any security or
safety regulations at the discretion of the LIAPD. The holder of an LIAPD
security badge shall surrender the badge at the completion of this project, upon
transfer or terminationofemployment, or at any other time at the request of the
LIAPD.
The Contractor shall conduct a background check of each
applicant for an LIAPD security badge utilizing standard background check forms
provided by the LIAPD. The Contractor shall be responsible for completing the
required forms, and for submitting the for to the LIAPD for their review as
early in the project as possible to avoid any construction delays. Forms for
completing the required background check shall be available through the Director
of Aviation's office after award of the project. The background check shall show
proof of a minimum five (5) year employment record and will be reviewed by the
LIAPD. The LIAPD shall be responsible for reviewing the background checks. Only
persons whose application is approved by the LIAPD shall be issued security
badges. The LIAPD reserves the right to bar from the AOA any individuals found
by the background check to be, in the opinion of the LIAPD, a risk to AOA
security or safety.
At the completion of this project, the Contractor shall return
all LIAPD-issued security badges to the LIAPD. The LIAPD will charge an
additional 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 all LIAPD-issued security badges will constitute grounds for
withholding retainage from the final pay estimate amount.
SC-6.4 Contractor -Issued Identification Badges
The Contractor shall be responsible for the identification of
each of the Contractor's employees, subcontractors, suppliers and representatives
while these individuals operate within the AOA. The Contractor shall be
responsible for issuing identification badges to each of the Contractor's
employees, subcontractors, suppliersand representatives operating within the
AOA. The Contractor shall maintain a record of all persons issued a Contractor's
identification badge. This record shall include the home address and telephone
number of each person issued a badge. The Contractor's record of all employees
issued an identification badge shall be made available upon the request of the
LIAPD, the Director of Aviation or the Engineer.
2699-94 SC - 8
i
I
P
F
d
qu
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
j 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
r 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
t by the specific employee, subcontractor, supplier or representative, issued the
badge. The Contractor -issued identification badges shall be renewed,by the
Contractor every.thirty (30) days during the project construction period. The
Contractor shall be responsible for all Contractor -issued identification badges.
All expired identification badges or badges invalidated by termination of the
holder's employment, completion of construction activities, or other reasons,
shall be confiscated by the Contractor and retained by the Contractor until the
end of the project. It shall be the Contractor's responsibility to record and
account for all Contractor -issued identification badges. All identification
badges issued by the Contractor during the project and the records of said badges
shall be transferred to the possession of the LIAPD at the completion of the
project.
The Contractor -issued identification badge does not allow
unlimited access to all areas within the AOA, but will permit -only escorted or
directly supervised access to only those portions of the AOA under construction
by the Contractor. Every individual operating within the AOA shall display
either an LIAPD-issued security badge or a Contractor -issued identification badge
at all times. All individual employees, subcontractors, suppliers or
representatives, or groups of employees, subcontractors, suppliers or
representatives, must be escorted or directly supervised by an individual bearing
a valid LIAPD-issued security badge at all times while within the AOA. Persons
within the AOA not possessing a valid LIAPD-issued security badge, or escorted
or directly supervised by an individual possessing a valid LIAPD-issued security
badge, shall be considered in violation of LIAPD security requirements and shall
be subject to immediate removal from the AOA and any other disciplinary actions
necessitated by LIAPD security arrangements.
SC-6.5 Contractor's Entrance Gate
The Contractor shall provide an entrance gate to the AOA for
the Contractor's employees, subcontractors, suppliers and representatives at a
location directed by the Engineer. This entrance gate shall be provided,
installed, and, at the end of all construction activities, shall be removed, and
the existing fence reinstalled to the satisfaction of the: Engineer, by the
Contractor at no additional expense to the Owner. Adjacent to the Contractor's
entrance gate, outside the AOA, the Contractor shall provide a parking area for
the Contractor's employee's personal automobiles. The: limits of this
parking/storage area shall be as directed by the Engineer. At the completion of
this project, any damage done by the Contractor to this area shall be repaired
to the satisfaction of the Engineer at no additional cost to the Owner. Repairs
shall include, but not be limited to, regrading and reseeding or repaving any
damaged areas.
2699-94 SC - 9
rk
'tl
The Contractor shall be responsible for, and shall control all
movement through the Contractor's entrance gate.: Only authorized personnel and
vehicles shall be allowed to enter the AOA through this gate. When not in
immediate use by the Contractor, the gate shall be securely locked by the
Contractor to prevent entrance by unauthorized persons or vehicles. Upon
request, the Contractor shall provide the Director of Aviation and the LIAPD with
duplicate keys (for key locks) or combinations (for combination locks) to the
lock or locks used to secure the Contractor's entrance gate to the AOA.
If construction activities, such as hauling materials, require
that the Contractor's entrance gate to the AOA remain open for long 'Periodsof
time, the Contractor may, upon approval from the. Engineer, leave the gate open
and provide a full-time watchguard at the gate. The watchguard shall be approved
for and shall possess an LIAPD-issued security badge. If this security
arrangement is desired and approved, the gate shall be manned by the watchguard
as long as the gate remains open. The watchguard shall -be the Contractor's
representative and shall be responsible for all movement through the gate.
Again, only authorized persons and vehicles shall be allowed by the Contractor's
watchguard to enter the AOA. At the Contractor's option, and upon approval of
the Engineer, an automatic gate operator may be installed in lieu of providing
a watchguard.
SC-6.6 Vehicle Escorts
All vehicles responsible to the Contractor, such as supplier's
vehicles, entering the AOA shall be escorted by an approved Contractor escort
vehicle from the point of AOA entry to the construction site. The escort vehicle
shall be clearly identified with standard FAA markings and/or FAA flags. In
addition, the escort vehicle shall be marked with the Contractor's name.
The escort vehicle will be responsible for leading supply,
delivery or other vehicles across the active airfield. To facilitate safe
movement of the escort vehicle and the escorted vehicles, the driver of the
escort vehicle shall be approved for, shall be issued, and shall display an LIAPD
security badge. Further, the escort vehicle driver shall be familiar with airport
security and safety procedures. The escort vehicle shall be equipped with an FAA
radio, as specified herein, and thedriverof the escort vehicle shall be
familiar with the FAA radio and its operation, and shall obey all -instructions
from the Air Traffic Control Tower.
SC-6.7 Challengine 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 badge, or who
cannot produce a valid LIAPD security badge, or who is not under escort or under
the direct supervision of a person possessing a valid LIAPD security badge. The
challenge shall consist of notifying the person that he is within a restricted
area, and informing the person of an appropriate exit route. Should the
unauthorized person refuse to exit the restricted area, 'the LIAPDshallbe
immediately notified for further action, and the unauthorized person shall be
kept under surveillance until the LIAPD arrive.
2699-94 SC 10
Y
t Any expired or altered badge, or any badge bearing a photograph
not matching the bearer, shall be brought to the attention of the LIAPD and shall
r be immediately confiscated by the LIAPD or the Director of Aviation.
SC-6.8 Cranes or Hoists _
Any construction activity utilizing a crane or any other
hoisting device shall have the prior, written approval of the: Federal Aviation
Administration. The Contractor shall be responsible for filing the prescribed
forms for airspace clearance in accordance with Part 77 of the Federal Aviation
Regulations. Applications for airspace clearance must be submitted at least
thirty (30) days prior to the beginning of construction activities. To avoid
construction delays, the Contractor is urged to file -the prescribed forms in a
timely manner. Airspace clearance from the FAA must be approved prior to the
erection of the crane or other hoisting device.
When requesting approval for the use of a crane or other
hoisting device, the following information is required:
1. Exact location of construction activities utilizing a
crane or other hoisting device.
2. Maximum extendable height of crane or other hoisting
device.
3. Duration of construction activities utilizing a crane or
other hoisting device.
4. Daily hours of crane or other hoisting device operation.
The top of the crane or other hoisting device shall be marked
with a 3-foot by 3-foot safety -orange and white checkered flag. The crane or
other hoisting device shall be lowered at night or at the conclusion of
construction activities, or during periods of poor visibility (ILS conditions)
as directed by the Director of Aviation or the Engineer, or at any other time at
the direction of the Director of Aviation or the Engineer.
The Contractor shall notify the Engineer neer and Director of
Aviation at least forty-eight (48) hours prior to actual erection of the crane
or other hoisting_ device.
SC-7 CONTRACTOR'S PLANT SITE, STORAGE AND OFFICE AREA(S)
The Contractor shall make his own provisions for plant site, storage and
office areas. If the Contractor desires to utilize an on -airport location,
arrangements must be made with the Director of Aviation. The following specific
requirements apply to on -airport plant site, storage and office areas.
1. The Contractor will be held completely responsible for any
damage or deterioration in areas allowed for Contractor's use.
The Contractor will also be responsible for maintenance of
areas and dust control for the duration of the project.
r 2699-94 SC - 11
i
7
2. Direct negotiation may be conducted with -the Director of
Aviation for any areas desired. Areas used by the Contractor
may be subject to rental rates and fees as identified by the
Director of Aviation.
3. Any areas occupied by the Contractor and his forces will be
required to be completely restored by the Contractor, at his
expense, including but not limited to regrading disturbed
areas; complete removal of debris or any other material
brought onto the site by the Contractor; complete replacement
of topsoil, turf, asphalt pavement, concrete slabs or drives,
etc.,that is worn, deteriorated or damaged during the period
the Contractor and his forces occupy the area. All
restoration shall be to the satisfaction of the Director of
Aviation.
4. Prior to moving into an unpaved area, the Contractor shall
clear and grub the area, and remove and stockpile a minimum of
6-inches of existing topsoil. After completion of the project
and after clearing the site of materials, equipment and
debris, the Contractor shall replace, spread and grade the
salvaged topsoil, followed by seeding and fertilizing.
5. All restoration activities shall be accomplished in accordance
with applicable technical specifications of these documents
including but not limited to Items P-152, P-401, T-901 and T-
904.
6. No direct payment will be made to the Contractor for preparing
or restoring plant site, storage or office areas.
SC-8 PROTECTION OF PROPERTY
The Contractor shall exercise care to prevent damage to all structures,
either above or below ground, including buildings, fences, pipelines, utilities,
roads, etc., whether publicly or privately owned and including work performed by
others. The Contractor shall be responsible :for: locating all underground
facilities that might be damaged by the proposed construction.
The Contractor shall be responsible for all damage done to either public
or private property during the course of -construction except as specifically
provided otherwise in these specifications.
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.
2699-94 SC - 12
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.
SC-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.
SC-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
w 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 theaccuracy 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.
SC-11 WATER FOR CONSTRUCTION
r The Contractor shall make his own provisions for his water requirements
6 . 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
r- 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.
7 2699-94 SC - 13
r
c
SC-12 MATERIAL TESTS
Various tests on materials of construction are required in the
specifications. In general, the Contractor shall bear the cost of all material
tests required before approval of a material source or mix design. The City will
bear the cost of all passing commercial laboratory tests required during
construction and the Contractor shall bear the cost of all failing construction
tests. The following,is a summary of tests required of the Contractor.
Aggregates -Tests required, prior to use, for approval of
source.
Asphalt -Certifications on asphalt material used.
Hot Mix -Mix design for all surface and base
materials proposed, as required in the
technical specifications
Cement -Certifications on cement material used.
Portland Cement
Concrete -Mix design for all materials proposed, as
required in the technical specifications.
Where only small amounts of any material are used or --where compliance
with the specifications can be determined by visual inspection, no tests are
required. Certificates of compliance shall be required on all materials not
tested.
All materials proposed to be used may be tested at any time during their
preparation and use. If, after trial, it is found that sources of supply which
have been approved do not furnish a product of uniform quality or if the product
from any source proves unacceptable at any time, the Contractor shall furnish
approved material from another source.
SC-13 BARRICADES, SIGNS, AND HAZARD MARKINGS
The Contractor shall provide, erect, and maintain all necessary
barricades, signs, danger signals, and lights for the protection of the work and
the safety of the public for both land and air traffic. Before closing existing
apron, runways or taxiways, warning signs for air traffic shall be placed at such
locations and shall be visible day and night. A runway closed because of
construction or other activities or hazards shall have appropriate FAA standard
markings. Any movement of Contractor's vehicles or equipment on or across
landing areas shall carry FAA standard markings or flags. Movement of other
vehicles responsible to the Contractor shall be under escort, as specified in
Paragraph SC-6, AIRPORT OPERATIONS SECURITY.
Taxiways closed to traffic shall be protected by effective barricades.
Spacing of barricades shall be as directed by the Engineer. Barricades for
aprons closed to traffic shall consist of heavy duty barricades constructed of
railroad ties. Each tie shall have reflective striping and a flashing light on
2699-94 SC - 14
OR
each end. Barricades shall be spaced with no more than 3' clearance between the
ends. Suitable warning signs illuminated at night by acceptable light units,
shall be provided for closed runways, apron, taxiways and roadways. Obstructions
shall be illuminated at night. The proper illumination of obstructions is
- critical to the safe operation of aircraft on the Airport. All warning lights
shall be equipped with photocell controls to automatically turn on the lights at
night and turn them off at daytime. The lights shall be checked daily by the
Contractor to assure that batteries or vower cells are in working order. In
addition. the lights shall be checked by the Contractor at night on a daily
r' 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
rw are not maintained in an acceptable manner. A twenty-five dollar (S25.00) charge
will be assessed the Contractor for each light, per day, found to be inoperative
by Owner's personnel or representatives.
SC-14 PREVENTION OF AIR AND WATER POLLUTION
The Contractor shall use suitable precaution to minimize air and water
r-pollution during the progress of work. The Contractor shall comply with
directives given by theEngineerin 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
r� Air and Water Pollution Soil Erosion, and Siltation Control," is included as
Section 11 of the technical specifications for this project.
�^ SC-15 PROGRESS SCHEDULE
Within thirty (30) days after award of the contract, the Contractor
shall submit a progress schedule for the project.The progress schedule shall
be prepared in a form suitable to the Engineer and shall show the proposed
starting and completion dates for each phase of construction' and each item of
work within each phase. The progress schedule shall include a "Percent Complete
Curve", with the monthly amount, cumulative amount and cumulative percent. The
progress schedule, when submitted in suitable form and provided the schedule
indicates certain completion of the project within the time specified, will be
approved in writing by the Engineer.
Revision or changes in the approved progress schedule may be made only
rewith approval of the Engineer.
SC-16 PUBLIC CONVENIENCE AND SAFETY
•" Materials stored on the airport shall be so placed and the work shall,
at all times, be so conducted as to cause no greater obstruction to the air and
ground traffic than is considered necessary by the Engineer. In protecting
operational areas, the minimum clearances maintained for runways shall be in
agreement with Part 77 of the Federal Aviation Regulations. During construction
of the project, the Contractor shall also maintain operational safety on the
Airport in accordance with FAA's Advisory Circular 150/5370-2C, "Operational
Safety on Airports During Construction," included in the Appendix of these
.. 2699-94 SC - 15
SC-23 FEDERAL PARTICIPATION
The attention of the Contractor is invited to the fact that pursuant to
the provisions of the Act of Congress known as the Airport Improvement Program
of 1982, the United States Government may pay a portion of the cost of these
improvements. The above Act of Congress provides that the construction work and
labor in each state shall be done in accordance with the laws of that state
subject to the inspection and approval of the FAA and in accordance with the
rules and regulations made pursuant to said Act. The construction work,
therefore, will be subject to such inspection by the Administrator of the Federal
Aviation Administration or his agents as may be deemed necessary to meet with the
above requirements when Federal funds, are used, but such inspection will in no
sense make the Federal Government a party to this contract and will in no way
interfere with the rights of either party to the contract.
SC-24 INDEMNIFICATION
The Contractor shall indemnify and hold harmless and defend the Owner,
Engineer and all of the Owner's officers, agents and employees from all suits,
actions, claims, damages, personal injuries, losses, property damage and expenses
of any character whatsoever, including attorney's fees, brought for or on account
of any injuries or damages received or sustained by any person or persons or
property, on account of any negligent act of the Contractor, their agents or
employees, or any subcontractor, in the execution, supervision and operations
growing out of or in any way connected with the performance of this contract, and
the Contractor will be required to pay ;any judgment with costs which may be
obtained against the Owner, Engineer or any of its officer, agents or employees,
including attorney's fees.
The Contractor shall indemnify and hold harmless and defend the Owner,
Engineer and all of the Owner's officers, agents and employees from all suits,
actions, claims, damages, personal injuries, property damage, losses and expenses
of any character whatsoever, including attorney's fees, brought for or on account
of any injuries or damages received or sustained by any person or persons or
property, on account of any claimed negligent act of the Owner, Engineer, the
Owner's officers, agents and employees, whether such negligent act was the sole
proximate cause of the injury or damage or a proximate cause jointly and
concurrently with the Contractor or the Contractor's employees, agents or
subcontractors negligence, in the execution, supervision and operations growing
out of or in any way connected with the performance of this contract, and the
Contractor will be required to pay any judgment with costs which may be obtained
against the Owner, Engineer or any of its officers, agents or employees,
including attorney's fees.
The Contractor agrees that he will indemnify and save the Owner and
Engineer harmless from all claims growing out of any demands of subcontractors,
laborers, workmen, mechanics, materialmen, and furnishers of machinery and parts _
thereof, equipment, power tools, all supplies, including commissary incurred in
the furtherance of the performance of this contract. When the Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the
nature hereinabove designated have been paid, discharged or waived.
2699-94 SC - 18
SC-25 OPENING OF SECTION 'OF 'AIkPdlit i0'TRkttiC —
Whenever, in the opinion of the Engineer, apron, runway or taxiway is
in an acceptable condition, it may be opened to traffic upon the written order
of the Engineer. The opening of any section of the work will be held as an
acceptance of said section but shall not be considered as a waiver of any of the
provisions of these specifications or contract. Pending final completion and
acceptance of the work, all necessary repairs and renewals on any section opened,
due to defective material or work, to natural causes other than ordinary wear and
tear, or to the operations of the Contractor, shall be performed by and at the
expense of the Contractor.
SC-26 CONTRACTOR'S RESPONSIBILITY FOR WORK
Until acceptance by the Engineer of any part or all of: the construction,
as provided for in these specifications, it shall be under the charge and care
of the Contractor, and he shall take every necessary precaution against injury
or damage to any part of the work by the action of the elements or from any other
cause whatsoever, whether arising from the execution or from the non -execution
of the work. The Contractor shall rebuild, repair, restore, and make good, at
his own expense, all injuries or damage to any portion of the work occasioned by
any of the above causes before its completion and acceptance.
r SC-27 CORRECTION OF FAULTY WORK AFTER FINAL PAYMENT
The making of the final payment by the Owner to the Contractor shall not
relieve the Contractor of responsibility for faulty materials or workmanship.
The Contractor shall promptly replace any such defects discovered within one year
from the date of written acceptance of the work.
The Performance Bond shall remain in effect until one year after the
date of the written acceptance of the work to insure compliance by the Contractor
with the requirements of this paragraph.
r
SC-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 SC-3 for additional requirements concerning separate
contracts.
SC-29 SHOP DRAWINGS
The Contractor shall submit to the Engineer with such promptness as to
,cause no delay in his own work or in that of any other Contractor, six copies
unless otherwise specified, of all shop and/or setting drawings and schedules
required for thework 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
F, 2699-94 SC - 19
copies and furnish such other copies as may be needed. If the Contractor and/or
the Manufacturer desires additional approved sets, the number of final copies
submitted shall be the four copies for the Engineer plus the copies desired by
the Contractor and/or Manufacturer. The Engineer's approval of such drawings or
schedules shall not relieve the Contractor from responsibility for deviations
from drawings or specifications, unless he has in writing called the Engineer's
attention to such deviations at the time of submission nor shall it relieve him
from responsibility for errors of any sort in shop drawings or schedules.
SC-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 E1 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.
SC-31 TRENCH SAFETY
The Contractor shall strictly comply with all requirements of the
Occupational Safety and Health Administration (OSHA) Manual, Chapter XVII,
Subpart P - EXCAVATION, TRENCHING AND SHORING for all trenching and excavation
operations.
If depths of trenches are encountered which are over five (5) feet, the
Contractor shall cut the trench walls to the angle of repose of the soils
encountered, or shall submit alternate shoring details to the Engineer for
approval.-
SC-32 ENGINEER'S FIELD OFFICE
The Contractor shall furnish an office at the site of the work for use
by the Engineer. The building shall be provided immediately after work on the
project is begun and shall remain in place until the project is accepted as
complete, unless its earlier removal is authorized by the Engineer. It shall be
floored and roofed, weather -tight, insulated and constructed in a workmanlike
manner. All windows shall be screened and a screen door provided in addition to
the regular door.
It is contemplated that the building will be constructed of the same
kind of material as that used by the Contractor for his office and job buildings.
It shall be an independent unit, detached from any office, storage or warehouse
building occupied by the Contractor, and shall be at a minimum clear distance of
50 feet from any such building. The building shall be for the sole use of the
Engineer and the resident force.
Should the building be destroyed or damaged in any manner, except
through causes due to negligence of the occupying engineering force, the
Contractor shall immediately restore it to its original state. Upon the
completion of the project the building will become the property of the Contractor
and shall be removed from the project site.
2699-94 SC 20 --
j�
i.
is The building shall not be less than 150 square feet in floor area and
shall have not less than two (2) glass windows and one (1) door. A table not
less than 3' wide and 6' long, a desk and two chairs, and a filing cabinet shall
f� be provided. A minimum of four duplex electrical outlets shall be provided.
E
The Contractor shall provide a suitable heater fired by either natural
or LP gas. The Contractor shall also provide a suitable refrigerated air cooler.
All fuel and electrical power for the building shall be provided by the
Contractor.
The Contractor shall have a private line telephone: installed in the .
Engineer's field office for exclusive use of the Owner and Engineer.. . The
Engineer will be .responsible for subsequent monthly use charges.
` SC-33 PROGRESS MEETINGS
A regularly scheduled progress meeting will be held not less than every
two weeks and at other times as required by the progress of the work. The
Contractor, Owner, Engineer and all Subcontractors active on the site shall be
represented. The Contractor shall coordinate and preside at the meetings and
provide for keeping and distributing minutes of the meetings. The purpose of the
meetings shall be to review the progress of the work, maintain coordination of
efforts, discuss scheduling and resolve any problems relating to the work.
r2699-94
SC - 21
7
7
NOTICE OF ACCEPTANCE
TO:
The City of Lubbock, having considered the proposals submitted and opened on the day of
199 for work to be done and materials to be furnished in and for
as set forth in detail in the Specifications, Flans, and Contract Documents for such work for the City of Lubbock; it appearing that
your proposal is fair, equitable and to the best interest of said City, please take notice that said proposal was accepted by the City
Council of the City of Lubbock on the day of 199 at the bid price contained therein, subject to the
execution of and furnishing of all oontrad documents, bonds, certificates of insurance, and all other documents specified and
required to be maned and fa nished under the contract documents. It will be necessary for you to execute and furnish to the City of
Lubbock all such documents within ten (10) days from your receipt of this Notice.
The five percent (S%) bid security, submitted with your proposal, will be returned upon the execution of such contract
documents and bonds within the above specified ten (10) day period In the event you should fail to execute and furnish such
contract documents and bonds within the time limit specified, said bid security will retained by the City of Lubbock.
CITY OF LUBBOCK
Owner's Representative
i
i
i
OM
M
CITY OF LUBBOCK
REQUEST FOR BIDS
FOR
TITLE: LUBBOCK INTERNATIONAL AIRPORT -NORTH CARGO APRON
AND TAXIWAY S IMI'ROVEMENTS
r
ADDRESS: LUBBOCK, TEXAS
i
r
BID NUMBER: 13133
PROJECT NUMBER 256.9982
f r•
4 i
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
r
r
NOTICE TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS
BID PROPOSAL - BID FOR LUMP SUM CONTRACTS
PAYMENT BOND
PERFORMANCE BOND
CERTIFICATE OF INSURANCE
CONTRACT
GENERAL CONDITIONS OF THE AGREEMENT
CURRENT WAGE DETERM NATIONS
SPECIFICATIONS
SPECIAL CONDITIONS
NOTICE OF ACCEPTANCE
��: �.e-.�: � �.�_ �_. _ � -. � �.� � �:.s �.....� �: � r.:.._:.: �:_.-_: � Wiz_: �; � �.� �.:
NOTICE TO BIDDERS
BID 013133
Sealed bids addressed to Ron Shuffield, Senior Buyer, City of Lubbock, Texas, will be received at the
office of the Purchasing Manager, Municipal Bldg., 1625 13th St., Room L-04, Lubbock, Texas, 79401, until 2:00
O'clock p.m. on the 19th day of January,1995, 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 cd the following described
prey:
LUBBOCK INTERNATIONAL AIRPORT -NORTH CARGO APRON
AND TAXIWAYS IIdPROVEMENTS
After the expiration of the time and date above first written, said sealed bids will be opened by the Buyer
at his office and publicly read aloud.
It is the sole responsibility of the bidder to insure that his bid is actually in the office of Purchasing
Manager for the City of Lubbock, prior to the expiration of the date above first written.
The City of Lubbock will consider the bids on the 9tb day of February, 1995, 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 suul bidder will be required to furnish a performance
bond and payment bond in accordance with Article 5160, Vernon's Ann. Civil St., in the amount of 100•io of the
total contract price in the event that said contract price exceeds $25,000.00. Said statutory bonds should be issued
by a company carrying a current Best Rating of P or superior• as the rating of the bond company is a factor that
will be considered in determination of the lowest M=nmible bidder. ff the contract price; does not exceed
$25,000.00 the said statutory bonds will not be required
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 proposal bond from a reliable surety
company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total
amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if
required) within 10 days after notice of award of the contract to him.
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.
The plans, specifications, proposal forms and contract documents may be examined at the office of
Parkhill, Smith & Cooper, 4010 Avenue R, Lubbock, Texas 79412, (806) 747-0161.
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
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.
l'
p
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
There will be a pre -bid conference on filth day of January,1"S. at 10:00 o'clock a.m., in the Blue Room, Lubbock
International Airport, Lubbock, Texas.
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 Purchasing Department at (806) 767-2167 (Monday -Friday, 8:00 - 5:00 p.m.)`
or 1625.13th Street Room L-04 at least 48 hours in advance of the meeting.
AF
4
PER
F.
r
ADVERTISEMENT FOR BIDS
BID # 13133
Sealed bids addressed to Ron Shuffield, Senior Buyer, Purchasing Department, City of Lubbock,
Texas, will be received at the Purchasing Office, Municipal Building, 1625 13th Street, Room L-04,
Lubbock, Texas, 79401 until 2:00 o'clock a.m. on the 19th day of January,1995, or as changed by the
issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for
the construction of the following described project:
LUBBOCK INTERNATIONAL AIRPORT -NORTH CARGO APRON
AND TAXIWAYS EUPROVENMM
After the expiration of the time and date above first written, said sealed bids will be opened in the
office of the Buyer and publicly read aloud.
The plans, specifications, bid forms and contract documents may be v=Aned at the office of
Parkhill, Smith & Cooper, Inc., 4010 Avenue R, Lubbock, Texas 79412, (806) 747-0161.
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, Texas. Each bidder's attention is further directed to the provisions of Article 5159a,
Vernon's Ann. Civil St., and the requirements contained therein concerning such wage scales and
payment by the contractor of the prevailing rates of wages as heretofore established by the City of
Lubbock.
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 imitation and will not be discriminated against on the
grounds of race, color, sex, disability, or national origin in consideration for an award.
There will be a prebid conference on the I1th day of January,1995, at 10:00 a.m., in the Blue
Room, Lubbock International Airport, Lubbock, Texas.
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
Purchasing Department at (8(?6) 767-2167 (Monday -Friday, 8:00 - 5:00 p.m.) or 1625 13th Street, Room
L-04 at least 48 hours in advance of the meeting.
i.! OF LUB
.�•
i
• •
SENIORBUYER
r
No Text
r
VI
4.
f 5.
6.
FA
GENERAL INSTRUCTIONS TO BIDDERS —
SCOPE OF WORK
The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this
pmjcct in accordance with contract documents for the Lubbock International Airport -North Cargo Apron and Taziway
S Improvements.
CONTRACT DOCUMENTS
All work covered by this contract shall be done in accordance with contract documents described in the General Conditions.
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.
PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid o:a the project covered by the
contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of
forfeiture of deposit The contract documents, may be examined without charge as noted in the Notice to Bidders.
DIME AND ORDER FOR COMPLETION
The construction covered by the contract documents shall be fully completed within 315 (Three Hundred Fifteen)
consecutive calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful
bidder.
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 de-termined 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 insure completion of the project within the time specified.
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract
documents.
AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an
affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by
the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been
-- notified.
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 fad that the specifications may fail to be sufficiently complete in some dctail 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 contrail
documents provide minimum standards of quality which the Owner believes necessary to procure a satisfactory project.
F
' 8. GUARANTEES
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).
9. PLANS FOR THE CONTRACTOR
E.
The contractor will be furnished one set 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
1" 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.
10. 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 be= 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 proposed
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.
11. TEXAS STATE SALES TAX
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.
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.
12. PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to
exercise due care to locate and prevent damage to all underground pipelines, utility lines„ conduits or other underground
structures which might or could be damaged by Contractor during the construction of the; project contemplated by these
contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines
and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities
aforementioned All such underground lines or structures cut or damaged by Contractor during the prosecution of the work
contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas,
at Contractors expense.
13. BARRICADES AND SAFETY MEASURES
c
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
r
4
d".
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
14. EXPLOSIVES
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.
Explosive materials shall not be stored or kept at the construction site by the Contractor.
In all cases where explosives are to be used during the construction of the pmject 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.
15. 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 ibis 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.
16. INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General
Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory
to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will
be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the
insurer waiving the right to subrogation.
The insurance certificates furnished shall name the City as an additional insured and shall further state that all
subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a statement from the
Contractor to the effect that no work on this particular project shall be subcontracted.
17. LABOR AND WORKING HOURS
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 which 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:
(1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its
citizens.
(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 diligmt effort to complete the contract
within the allotted time.
Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the
r 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.
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.
18. 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.
19. PROVISIONS CONCERNING ESCALATOR CLAUSES
Proposals 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 rejeaed and returned to the bidder
without being considered.
20. PREPARATION FOR PROPOSAL
The bidder shall submit his proposal on forms famished by the City. All blank spaces in the form shall be correctly filled in
and the bidder shall state the price both in words and numerals, for which he proposes 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. If
the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is
submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal
signed by a member of the firm, association or partnership, or person duty authorized If the proposal is submitted by a
company or corporation, the company or corporate name and business address must be given, and the proposal signed by an
official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly
certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink
Each proposal 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
(a) Bidder's name
(b) Proposal for (description of the project).
r
Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no proposal
may be withdrawn or altered thereafter.
21. 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) Bidder's Proposal.
(d) Statutory. Bond (if required).
(e) Contract Agreement
(f) General Conditions.
(g) Special Conditions (if any).
(h) 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.
E*l
BID PROPOSAL
BID FOR UNIT PRICE
PLACE: City of Lubbock
DATE: January 19, 1995
PROJECT NO: 13133 - LUBBOCK INTERNATIONAL AIRPORT -NORTH CARGO APRON AND
TAXIWAY 5 EUROVEMENTS-
T Proposal of C.B. Thompson Inc. (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 forbids for North Air C a r g r) Apron
having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related
r contract documents and the site of the proposed work, and being familiar with all of the conditions surrounding the
construction of the proposed project including the availability of materials and labor, hereby proposes 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 prices stated in Exhibit W.
�•. The Bidder binds himself on acceptance of his proposal 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 proposal.
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 3,15 (Three Hundred Fifteen]
consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder
hereby further agrees to pay the owner as liquidated damages the sum of S500.00 (Five Hundred Dollars) for each
consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully
set forth in the general conditions of the contract.
Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with of the
General Instructions to Bidder.
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 tidrty (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.
r
Bidders are required, whether or not a payment or performance bond is required, to submit a ccashices ehecdc or
certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond fivni a reliable surety
�- company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent
(5016) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all
necessary bonds (if required) within 10 days after notice of award of the contract to him.
7 Enclosed with this proposal is a Cashices Check or Certified Check for
Dollars (S ) or a Proposal Bond in the sum OM% 'of largest �� 5� )
which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal. is
r" accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required
bond (if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of
said proposal; otherwise said check or bond shall be returned to the undersigned upon demand
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
r- (Seal if Bidder is a Corporation)
d
ATTEST:
:t
I
C. B. Thompson Const. Co.
I)ze�4— t
r
Ter Thompson, President
r
4' "EXHIBIT A"
PROPOSAL
CITY OF LUBBOCK. TEXAS
LUBBOCK INTERNATIONAL AIRPORT
NORTH AIR CARGO APRON AND TAXIWAY S IMPROVEMENTS
( January 19, 1995
Item Quantity
No & Unit Description of Item and Unit Prices Total Amount
r■ BASE BID
1. 6,250 Item P-150, Remove and Dispose of Exist-
S.Y. ing Asphalt Surfacing and Base Course
!^ Material on Taxiway A, Taxiway S and the
Service Road, complete, per square yard:
One Dollars
and sixty Cents ($ 1.60 ) $10,,000.00
The total amount for Item 1 consists of:
MATERIALS: $ - 0 -
LABOR: $ 10 0000 .00
2. 350 1101 Item P-150, Remove and Dispose of Exist-
S.Y. ing Asphalt Surfacing Material, Portland
Cement Concrete Buried Slab Material and
Base Course Material, per square yard:
Feu teen Dollars
and th,�r ttyf i vP Cents ($ 14. q 5 ) $5029 _ 50
The total amount for Item 2 consists of:
MATERIALS: $ - 0 -
LABOR: $ 5,022.50
C - 1
Item Quantity
No. & Unit Description of Item and Unit Prices Total Amount
BASE BID (Continued)
3. 25,750 Item P-152, Excavation, Grading and
S.Y. Subgrade Preparation Under Portland
Cement Concrete Pavement, complete, per
square yard: `
F; vP Dollars
and fourteen Cents ($ 5. 14 ) $132 , 355 .00
The total amount for Item 3 consists of:
MATERIALS : .$ -0 -
LABOR: $ 132,355.00
4. 9,500 Item P-152, Excavation, Grading and
S.Y. Subgrade Preparation Under Bituminous
Pavement, complete, per square yard:
—One Dollars
and a; ghj-)z_qazex Cents ($ 1_R7 ) $1 7 0 765 _00
The total amount for Item 4 consists of:
MATERIALS: $ - n -
LABOR: $ 17,765.00
5. 35,000 Item P-152, Excavation, Grading and
S.Y. Topsoiling in Unpaved Areas, complete,
per square yard:
One Dollars
and seventyeiQhtCents ($ 1.78 ,) $ 62,300.00
The total amount for Item 5 consists of:
MATERIALS: $ - 0 -
LABOR: $ 62,300.00
C - 2
Item Quantity
No. & Unit Description of Item and Unit Prices Total Amount
BASE BID (Continued)
6. 35,250 Item P-155, Lime -Treated Subgrade,
S.Y. excluding lime, minimum 6-inch thick -
tress, complete, per square yard:
One Dollars
and fi ftv n;�Cents ($1„ 59 )
$ Sfi,Q47 _ SO
The total amount for Item 6 consists of:
MATERIALS: $ -n-
LABOR: $ 56., 047 : 50
7. 550
Item P-155, Lime Used in Lime -Treated
Ton
Subgrade, per ton:
Ninety threp Dollars
and f i f ty LWD Cents ($ 9 35)
$ 51 , 416 _ n n
The total amount for Item 7 consists of:
MATERIALS: $ 51 , 416 _0 0
LABOR: $ _n _
8. 1
Item P-156, Temporary Air and Water.
L.S.
Pollution, Soil Erosion, and Siltation
Control, per lump sum rwpnty n� thousand
two hundrad fifty f i vP Dollars
and 7.arn Cents ($ 91 , 955 . 00
$ 91 , 95,; - On
The total amount for Item 8 consists of:
MATERIALS :$ 21 , 9 S 5_ o n
C - 3
r
r
Item Quantity
No. & Unit DescriRtion of _Item and Unit Prices Total Amount
BASE BID (Continued)
9. 25,750 Item P-304, 8-inch Cement Treated
S.Y. Base Course,,excluding cement, complete
in place, per square yard:
Th it teen Dollars
and thirty threeCents ($ 13.33 ) $343,247.50
The total amount for Item 9 consists of:
MATERIALS :$ 2 0 3, 0 0 0.0 0
LABOR: $140 , 47 5-. 50_
10. 14,250 Item P-304, Cement Used in Cement Treated
Cwt. Base Course, per hundredweight:
Dollars
ands ixtV Plghr Cents ($ 4.68 ) $ 660690_00
The total amount for Item 10 consists of:
MATERIALS: 696 9 ()_ 0 0
LABOR: $ -0 -
11. 3,500 TxDOT Item 345, 6-inch Asphalt Stabilized
Ton Base Course, complete, per ton:
Forty four Dollars
and „yenty_ _f_i ye Cents ($i44, 75 ) $ 156, 625.00
The total amount for Item 11 consists of:
MATERIALS: $1151500.00
LABOR: $ 12 5 -. 0 0
C - 4
7
r.,
Item Quantity
No. & Unit Description of Item and Unit Prices Total Amount
BASE BID (Continued)
12. 1,050 Item P-401, Bituminous Surface Course,
Ton complete in place, per ton: _
-Forty five Dollars
and fey __Cents ($ 4 5 Q_) $ 47,775.00
The total amount for Item 12 consists of:
MATERIALS :$ 3 6, 7 5 0.0 0
LABOR: $ 11,025.00
25.450
13. ]0 41 M Item P-501, 14-inch Portland Cement
S.Y. Concrete Pavement, complete in place,
per square yard:
Th i r ry two Dollars
and f_; fry GPVAnCents ($ 19 _ 57
The total amount for Item 13 consists of:
MATERIALS :$ 51 6, 7 5_ n n
LABOR: $ 119,411 _ 5 0
14. 280 Item P-501, Buried Slabs, complete in
S.Y. place, per square yard: _
Th i r r y Dollars
and zPrn Cents ($30.00 ) $ R0400.00
The total amount for Item 14 consists of:
MATERIALS: $ 60000.00
LABOR: $ 2 04 0.00
C - 5
!
Item
Quantity
No.
& Unit
Description of Item and Unit Prices Total Amount
BASE BID
(Continued)
15.
2,850
Item P-602, Bituminous Prime Coat,
r
Gal.
including herbicidal treatment, per
gallon• _
4
Two Dollars
'
and th it teen Cents ($ 2.13 $6, 070.50
The total amount for Item 15 consists of:
MATERIALS: $ 3.070.50
i
.. LABOR: $ 3,000.00
16. 1,000 Item P-603, Bituminous Tack Coat, per
Gal. gallon• _
Two Dollars
and thirteen cents ($ 2.13 ) $ 2,130.00
The total amount for Item 16 consists of:
MATERIALS: $ 1. 130.00
LABOR: $ 1.000.00
17. 3,500 Item P-605, Joint Sealing for Joints
L.F. Between Portland Cement Concrete
7 Pavement and Bituminous Pavement
Shoulders, complete in place, per
linear foot:
r
Three Dollars
and nineteen Cents ($ 3.19 ,) $11,165.00
Y
The total amount for Item 17 consists of:
7 MATERIALS: $5 , 200.00
LABOR: $ 5.965.00
C - 6
r
N
oft
Item Quantity
No. & Unit Description of Item and Unit Prices Total Amount
BASE_BID (Continued)
18. 3,000 Item P-620, Obliterate Existing or
r S.F. Temporary Runway and Taxiway Painting,
per square foot: _
!" One Dollars -
andtwenty eight Cents ($ 1.28 ) $ 3,840.00
The total amount for Item 18 consists of:
MATERIALS: $ - 0 -
LABOR: $ 3 , 840.00
19. 7,500 Item P-620, Runway and Taxiway Painting
S.F, for Temporary and/or Permanent Marking,
complete, per square foot:
One Dollars
and ninety one Cents ($1.91 _) $ 14,325.00
The total amount for Item 19 consists of:
MATERIALS: $ 9,000.00
,., LABOR: $ 5,325.0 0
20. 200 Item D-701, Single Barrel, 21x5'
L.F. Reinforced Concrete Box Culvert,
complete in place, per linear foot:
One hundred eighty two Dollars
and seventy fiveCents ($182.75 ) $ 36,550.00
The total amount for Item 20 consists of:
MATERIALS: $ 15,300.00
LABOR: $ 21,250.00
C - 7
u
Item Quantity
No. & Unit Description of Item and Unit Prices Total Amount
r
BASE BID (Continued)
r. 21. 2 Item D-752, Reinforced Concrete
Each Headwall for 2'x5' Box Culvert,
complete in place, per each: Three thousand
r' seven hundred nineteen Dollars
and fifty Cents ($3719.50.) $ 7,439.00
ti
The total amount for Item 21 consists of:
MATERIALS :$ 3,000.00
LABOR: $ 4 , 439.00
22. 125 Item D-752, Reinforced Concrete
S.Y. Drainage Apron, complete in place,
per square yard• _
For tv Dollars
and thirty t hCents ($40.38 ) $ 5,047.50
The total amount for Item 22 consists of:
MATERIALS: $1 . 5 0 0.0 0
LABOR: $ 3,547.50
23. 7 Item P-901, Soil Preparation, Seeding
Acre and Fertilizing, complete, per acre:
Four thousand seven hundred eighty two 'Dollars
and f if ty Cents 04782.50) $ 33,477.50
The total amount for Item 23 consists of:
MATERIALS: $18 , 000.00
LABOR: $ 15,477.50
it C - 8
t
F
r
r"
Item Quantity
No. & Unit
Description of Item
and Unit Prices Total Amount
f,
BASE BID (Continued)
�.,
24. 500
Item P-904, Soil
Preparation, Sodding
S.Y.
and Fertilizing,
per square yard:
Six
Dollars
seventy
6.78 3 390.00
and eigb�nts
($ ) $ ,
�-
The total amount
for Item 24 consists of:
MATERIALS: $ 1,390.00
r
LABOR: $ 2.000 , 00
25. 6,500 Item L-108, Underground Electrical
L.F. Cable, 1/c, #8 AWG, 5KV, per linear
foot:
Zero Dollars
and eighty Cents ($ .80 ) $ 5,200.00
The total amount for Item 25 consists of:
MATERIALS: $2,200.00
LABOR: $ 3. 000.00
26. 5,000 Item L-108, Counterpoise Wire, #8
L.F. AWG, including grounding rods, per
�j linear foot:
I -
Zero Dollars
P"
F
andfifty five Cents ($ .55 ) $ 2,750.00
r, The total amount for Item 26 consists of:
MATERIALS: $ 800.00
LABOR: $1, 950.00
C - 9
I
i
7
Item Quantity
No. Unit Description of Item and Unit Prices Total Amount
BASE BID (Continued)
27. 1 Item L-109, Installation of Airport
L.S. Transformer Vault Improvements,
complete, per lump sum: Ten thousand
three hundred Dollars
and Zero Cents ($10300.00) $10, 300.00
The total amount for Item 27 consists of:
MATERIALS: $ 7,500.00
LABOR: $ 2,800.00
r
28. 220 Item L-110, 4-way, 4-inch Underground
L.F. Electrical Duct, concrete encased,
including trenching and backfilling,
per linear foot:
twenty seven Dollars
andseventy five Cents ($27.75 ) $6,105.00
�. The total amount for Item 28 consists of:
i4ATERLALs : $ 2,700.00
LABOR: $ 3 , 40 5.00
29. 5,000 Item L-110, 1-way, 2-inch Underground
L.F. Electrical Conduit, including trenching
and backfilling, per linear foot:
Three Dollars
and ents ($3.75 ) $ 18 , 750.00
The total amount for Item 29 consists of:
MATERIALS: $ 8 , 000.00
LABOR: $_10 , 750.00
C-10
r-
r
r
r
Item Quantity
No. & Unit Description of Item and Unit Prices Total Amount
BASE BID (Continued)
30. 1 Item L-125, Furnish, Install and
L.S. Maintain Temporary Displaced Threshold
Lighting, including elevated threshold
lights, REIL lights and temporary
wiring and connections, complete, per
lump sum:
Eleven thousand Dollars
and zero Cents ($11000.00j $ 11, 000.00
The total amount for Item 30 consists of:
MATERIALS: $ 6,000.00
LABOR: $5 , 000.00
31. 1 Item L-125, Remove and Salvage Existing
Each Semi -flush, High Intensity Runway Edge
Light, including fixture and transformer,
complete, per each:
One hundred Dollars
and zero Cents ($100.00 ) $ 100.00
The total amount for Item 31 consists of:
MATERIALS: $ - 0 -
LABOR: $ 100.00
32. 12 Item L-125, Remove and Salvage Existing
Each Base -Mounted Taxiway Edge Light, including
base, fixture and transformer, complete,
per each:
Forty eight Dollars
andzero Cents ($48.00 ) $ 576.00
The total amount for Item 32 consists of:
MATERIALS: $ -0 -
LABOR: $576.00
C - 11
Item Quantity
No. & Unit Description of Item and Unit Prices Total mount
BASE BID (Continued)
33. 200 Item L-125, Remove and Dispose of Existing
L.F. Concrete Encased Duct, per linear foot:
34. 2
Each
35. 1
Each
Nineteen
Twenty
one Dollars
and twenty
five cents ($ 21.25 )
$4,250.00.
The total
amount for Item 33 consists
of:
MATERIALS:
$ - 0 -
LABOR: $ 4
, 250.00
Item L-125,
Remove and Dispose of Existing
Electrical
Manhole, per each: One
thousand
three hundred Dollars
and zero
cents ($ 1300.00)
$ 2, 600.00
The total
amount for Item 34 consists
of:
MATERIALS:
$ -0-
LABOR: $ 2,600.00
Item L-125, Remove and Relocate
Existing Base -Mounted, Internally
Lighted Sign, including new sign base
and concrete slab, complete, per each:
hundred twenty five Dollars
and zero Cents ($1925.00 ) $1, 925.00
The total amount for Item 35 consists of:
MATERIALS :$ 650, 00
LABOR: $1, 275.00
C - 12
r"
Item Quantity
No. & Unit Description of Item and Unit Prices Total Amount
BASE BID (Continued)
r.. 36. 1 Item L-125, High Intensity Runway
f Each Edge Light, 360• clear lens, complete,
per each:
Five hundred Dollars
and zero Cents ($ 500.00 ) $ 500.00
The total amount for Item 36 consists of:
MATERIALS: $ 300.00
LABOR: $ 200.00
37. 54 Item L-125, Medium Intensity Taxiway
Each Edge Light with quartz fixtures, base -
mounted, 360' blue lens, complete, per
each:
Four hundred forty five Dollars
and zero Cents 0445.00 ) $246030.00
The total amount for Item 37 consists of:
MATERIALS: $ 14,000.00
LABOR: $10 , 030.00
38. 4 Item L-125, 41x4' Reinforced Concrete
Each Electrical Manhole, complete, per each:
Three thousand seven hundred twenty five Dollars
andzero Cents 03725.00 ) $ 14,900_00
The total amount for Item 38 consists'of:
MATERIALS: $ 5 , 000.00
LABOR: $ 9 , 400.00
C - 13
r
Item
Quantity
No.
& Unit
Description of Item and Unit Prices Total Amount
r-•
BASE
BID (Continued)
'..
39.
1
Item L-125, 3- and 4-Character Inter -
Each
nally Lighted Sign, including new base
mounting and concrete slab, complete,
per each:
Three thousand fifty Dollars
PW
and zero Cents ($3050.00 } $ 3, 050.00
The total amount for Item 39 consists of:
I
t
MATERIALS: $ 1,550.00
LABOR: $ 2, 000.00
4
40.
2
Item L-125, 5- and 6-Character Inter -
Each
nally Lighted Sign, including new base
r•
mounting and concrete slab, complete,
per each: Four thousand _
three hundred Dollars
i
and zero Cents ($4300.00 ) $ 8,600.00
The total amount for Item 40 consists of:
MATERIALS: $ 4.500.00
LABOR: $ 4 ,100.00
"` 41. 1 Item L-125, Replace Existing Internally
Each Lighted Sign Face, complete, per each:
P" Three hundred fifty Dollars
4 '
and zero Cents ($350.00 } $ 350.00
The total amount for Item 41 consists of:
MATERIALS: $200.00
i
LABOR: $150.00
C - 14
Item
No.
Quantity
& Unit
Description of Item and Unit Prices
Total Amount
BASE BID
(Continued)
42.
1,800
Item F-162, Remove and Salvage Existing
L.F.
Fencing, including delivering the fencing
to the Owner's place of storage, per
linear foot:
Three Dollars
and twenty Cents ($3.20 )
$ 5,760.00
The total amount for Item 42 consists
of:
MATERIALS: $ - 0 -
LABOR: $ 5 , 760.00
43.
1,200
Item F-162, Chain Link Fencing,
L.F.
complete, per linear foot:
Nine Dollars
and sixty Cents ($9.60 , )
$ 11,520.00
The total amount for Item 43 consists
of:
MATERIALS :$ 6,800.00
LABOR: $ 4,720.00
44.
1
Item F-162, 16-foot Single -Panel GEite,
Each
complete, per each: One thousand
eight hundred fifteen Dollars
and zero Cents ($1815.00 )
$_ 1,815.00
The total amount for Item 44 consists
of:
MATERIALS: $ 1 , 10 0 - 0 0
LABOR: $ 715.00 _
C - 15
I
r
1
r
i
Item Quantity
No. & Unit Description of Item and Unit Prices Total Amount
BASE BID (Continued)
45. 10
Each
46. 30
Each
Item MC, Aircraft Grounding Rods,
complete, per each:
Seventy five Dollars
and zero Cents ($ 75.00 ) $ 750.00
The total amount for Item 45 consists of:
MATERIALS: $ 400.00
LABOR: $ 350.00
Item MC, Aircraft Tie -Down Anchor Rods,
complete, per each:
Seventy five Dollars
andzero Cents ($75.00 ) $ 2 , 250.00
The total amount for Item 46 consists of:
MATERIALS: $ 1 , 2 5 0.0 0
LABOR: $ 1,000,00
47. 1 Item IW, Remove, Salvage and Reinstall
L.S. Existing Vertical Turbine Type Deep Well
Pump Unit, including bowl assembly, pump
column, natural gas -driven motor, and
base plate, complete, per lump sum:
Eleven thousand two hundred twenty five Dollars
and zero Cents ($11 25.Og $ 11, 225. 00
The total amount for Item 47 consists of:
MATERIALS: $ 9,402.00
LABOR: $ 1,823.00
C - 16
Item Quantity
No. & Unit Description of Item and Unit Prices Total Amount
BASE BID (Continued)
48. 1 Item IV, Concrete Pump Foundation and
L.S. Protective Concrete Slab at Modified
Irrigation Well, complete, per lump
sum:
Nine hundred fifty Dollars
and zero Cents ($ 950.00 ) $ 950.00
The total amount for Item 48 consists of:
MATERIALS: $ 132.00
LABOR: $ 818.00
49. 1
Item IW, Cap and Abandon Existing
L.S.
Irrigation Well, as specified, per
lump sum: Seven thousand _
seven hundred twenty.!_ Dollars
and zero Cents ($ . 720.OQ)
$ 7 , 790 - 00
The total amount for Item 49 consists
of:
MATERIALS: $ 5,741.00
LABOR: $ 1,979.00
50. 1
Item IW, ADDITIVE PRICE ADJUSTMENT
Each
for Additional 10-foot Long Sections
of Complete Pump Discharge Assembly,
as specified, per each 10-foot long;
section: _
Four hundred ninety Dollars
and zero Cents ($4 0.00 )
$490.00
The total amount for Item 50 consists of:
MATERIALS: $ 4 3 3.0 0 _
LABOR: $ 57.00
C - 17
Item Quantity
No. & Unit Description of Item and Unit Prices Total Amount
EASE BID (Continued)
51. 1 Item IW, DEDUCTIVE PRICE ADJUSTMENT
Each for Omitting 10-foot Long Sections
of Complete Pump Discharge Assembly,
as specified, per each 10-foot long
section:
Four hundred ninety Dollars
and zero Cents ($ 490.00_) $<490.00 >
The total amount for Item 51 consists of:
MATERIALS: $ [490.001
LABOR: $ [57.001
52. 1 Item IW, ADDITIVE PRICE ADJUSTMENT
Each for Adding a Complete Pump Stage, as
specified, per each pump stage: _
Four hundred twenty five Dollars
andzero Cents ($425.00 ) $ 425.00
The total amount for Item 52 consists of:
MATERIALS: $ 355.00
LABOR: $70.00
53. 1 Item IW, DEDUCTIVE PRICE ADJUSTMENT
Each for Omitting a Complete Pump Stage,
as specified, per each pump stage:
Four hundred twenty five Dollars
and zero Cents (S425.00 ) $< 425.00 >
The total amount for Item 53 consists of:
MATERIALS: $ 1355,001
LABOR: $f 70.001
C - is
Item Quantity
No. & Unit Description of Item and Unit Prices Total. Amount
BASE BID (Continued)
54. 4 Item IW, Cleaning and/or Baling
Hour Irrigation Well Hole, including fur-
nishing and operating the necessary
equipment prior to setting the pumping
unit, complete, per hour:
One hundred thirty five Dollars
and zero Cents ($135.00 ) $ 540.00
The total amount for Item 54 consists of:
MATERIALS: $ - 0 -
LABOR: $ 540.00
55. 1 Item IP, 8-inch Steel Irrigation Well
L.S. Discharge Piping, including standpipe
and valves, furnished and installed,
complete, per lump sum: Five
thousand six hundred fiftpollars
and zero Cents ($ 5650.00) $ 5,650.00
The total amount for Item 55 consists of:
MATERIALS: $ 2,750.00
LABOR: $ 2 , 900.00
56. 1 Item IP, Standpipe and Air Release
L.S. Valve, furnished and installed,
complete, per lump sum: Seven
thousand eight hundred fifDalars
and zero Cents ($ 7850.00) $ 7.850.00
The total amount for Item 56 consists of:
MATERIALS: $, 4,000.00
LABOR: $ 3 850.00
C - 19
7
Item Quantity
No. & Unit Description of Item and Unit Prices Total Amount
BASE BID (Continued)
60. 3 Item IP, 12-inch Alfalfa Valve, fur -
Each nished and installed, complete, per
each: One thousand three
hundred seventy five Dollars
and zero Cents ($ 1375.00) $ 4,125.00
The total amount for Item 60 consists of:
xATERIALs : $ 2 , 0 0 0.0 0
LABOR: $ 2.12 5.0 0
SUBTOTAL BASE BID
(Items 1 through 60, Inclusive) $ 2,136,275.50
C - 21
Item Quantity
No. & Unit
Description of Item and Unit Prices Total Amount
r
ADDITIVE ALTERNATE "A"
A-1 18,500
Item P-152, Excavation, Grading and
S.Y.
Subgrade Preparation Under Portland
Cement Concrete Pavement, complete,
per square yard:
Three Dollars
r
andeighty two Cents ($3.82 ) $ 70,670.00
The total amount for Item A-1 consists of:
MATERIALS: $ - 0 -
LABOR :$ 70,670.00
A-2 18,500
Item P-155, 6-inch Lime Treated Sub-
S.Y.
grade, excluding lime, minimum 6-inch
�-
thickness, complete, per square yard:
One Dollars
andsixty Cents ($ 1.60 ) $ 29,600.00
The total amount for Item A-2 consists of:
n
MATERIALS: $ - 0 -
r�
LABOR: $ 29,600.00
A-3 275 Item P-155, Lime Used in Lime Treated
h Ton Subgrade, per ton:
r ninety three Dollars
and f i f ty two Cents ($93.52 ) $ 25 718.00
The total amount for Item A-3 consists of:
MATERIALS: $ 2 5 . 718.0 0
e LABOR: $ -0-
C-22
1
CITY OF LUBBOCK, TEXAS
LUBBOCK INTERNATIONAL AIRPORT
NORTH AIR CARGO APRON AND TAXIWAY S IMPROVEMENN S
BID SUMMARY
SUBTOTAL BASE BID
(Items 1 through 60, Inclusive)
SUBTOTAL ADDITIVE ALTERNATE "A" BID
(Items A-1 through A-6, Inclusive)
SUBTOTAL ADDITIVE ALTERNATE "B" BID
(Items A-1 through B-6, Inclusive)
TOTAL BASE BID + ADDITIVE
ALTERNATE "A" + ADDITIVE ALTERNATE "B"
(Items 1 through B-6, Inclusive)
C-26
$2,136,275.50
$ 934,688.50
$ 98,404.10
Bond No.
GtF1'1T AMIMM INSUMACE COMIPAW
KNOW ALL MEN BY THESE PRESENTS, that we, C. B. Thompson Const. Co.
as principal, and the GREAT AMERICAN INSURANCE COMPANY, a corporation existing under the laws
of the State of Ohio, having its Administrative Office at 580 Walnut Street, Cincinnati, Ohio 45202, as
surety, are held and firmly bound unto, The City of Lubbock, Texas in Lubbock Coun�V, Texas
as obligee, in the penal sum of 5% of Largest Possible Bid
DOLLARS ($ '% ), lawful money of the United States of America, for the payment of which,
well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,
jointly and severally, firmly by these presents.
SIGNED, sealed, and dated this
WHEREAS, the said principal is
19th
day of January 19 95
herewith submitting a proposal for Lubbock
In6arnational Airport North Cargo Apron and Taxiway S Improvements
NOW, THEREFORE, the conditiop of this obligation is such that, if the said principal shall be
awarded the said contract, and shall within ten ( 10 ) days after receiving notice of
such award enter into a contract and give bond for the faithful performance of the contract, then this
obligation shall be null and void otherwise the principal and surety will pay unto the obligee the difference
in money between the amount of the principal's bid and the amount for which the obligee may legally
contract with another party to perform the work, if the latter amount be in excess of the former; but in no
event shall the liability hereunder exceed the penal sum hereof.
Terj�botnpsbf Aresidenik Principal
GREAT AMERICAN INSseU--RANCE COMPANY
By "''G�jZ/►
A ttomey-in-Fact
F.9116K—(3/a2) (810 FORM)
,-_
P -a.^ _ C
CZEr'►T M ERI(AN INSURANCE COMP1r'1 W
680 WALNUT STREET • CINCINNATI, OHIO 45202.613-369-6000 • FAX 613-723-2740
The number of persons authorized by
r` this power of attorney is not more than No. 0 15624
CM POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized
and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below
its true and lawful attorney -in -fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds,
undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any .
such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
Flo Name Address Limit of Power
CLUZM COXCN LUBBOCK, TEXAS UN10 =
This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above.
IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by
its appropriate officers and its corporate seal hereunto affixed this 3rd day of March , 1994
Attest GREAT AMERICAN INSURANCE COMPANY
STATE OF OHIO, COUNTY OF HAMILTON — ss:
On this . 3rd . day of March, 1994 , before me personally appeared GARY T. DUNBAR, to me
known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the President of the Bond Division of Great American
Insurance Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority .
of his office under the By -Laws of said Company, and that he signed his name thereto by like authority.
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American
Insurance Company by unanimous written consent dated March 1, 1993.
RESOLVED: That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, or any one ofthem, be
and hereby is authorized, from time to time, to appoint one ormore Attorneys -In -Fact to execute on behalf of the Company, as surety, any and all
bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof to prescribe their respective duties and the
respective limits of their authority, and to revoke any such appointment at any time.
RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant
Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of tither given for the execution of any bond,
undertaking, contract orsuretyship, orother written obligation in the nature thereof, such signaturcand seal when so used beingherebyadopted by
the Company as the original signature ofsuch officer and the original seal of the Company, to be valid and binding upon the Company with the
same force and effect as though manually affixed.
CERTIFICATION
I, RONALD C. HAYES, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of
Attorney and the Resolutions of the Board of Directors of March 1, 1993 have not been revoked and are now in full force and effect.
Signed and sealed this 19th day of January . 19 95
---------------
.-
LIST OF SUBCONTRACTORS
• I. Midwest Concrete,Inc
2 S.& G. Construction
3.Hi-Plains Drilling
4 Tarver Electric
r
t
S.
6.
7.
8.
9.
10.
ro
4
C
rs"
Minority Owned
Yes No
x
x
x
x
BOND CHECK
BEST RATING
LICENSED IN TEXAS
DATE'C:d-,-��BY
F
AMERICAN NATIONAL FIRE INSURANCE COMPANY
Bond No.
TEXAS STATUTORY PAYMENT BOND
(PUBLIC WORK)
KNOW ALL MEN BY THESE PRESENTS, that C. B. Thompson Construction Company
(hereinafter called the Principal(s)), as Principal(s), and AMERICAN NATIONAL FIRE INSURANCE COMPANY a corporation,
organized and existing under the laws of the State of New York, with its principal office in the City of Cincinnati, Ohio
(hereinafter called the Surety), as Surety, are held and firmly bound unto City of Lubbock, County of Lubbock,
State of Texas
(hereinafter called the Obligee), in the amount of Three million, one hundred sixty—nine thousand,
three hundred sixty-eight dollars and ten cents
Dollars (s 3,169, 368.10 )
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 23rd
day of March ,1995 ,to Construct North Cargo & Taxiways Improvements
at Lubbock International Airport
which contract is hereby referred to and made a pan hereof as fully and to the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants
supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this
obligation shall be void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil
Statutes of Texas, 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 have signed and sealed this instrument this . ✓
6 day of April , 19 95
/!t
Ter Thompson, President mrincipav
(Principal)
COUNTERSIGNED: AMERICAN NATIONAL FIRE INSURANCE COMPANY
By By
Curtis Coxon Attorney -in -Fact
S-1115A (ANF) (12/89)
n AMERICAN N A] IONAL FIRE INSURANCE COMPANY
New York, New York
Administrative Office: 680 WALNUT STREET • CINCINNATI. OHIO 45202 a 613-369-6000 • FAX 613-723-2740
The number of persons authorized by
FIR this power of attorney is not more than No. 0 15624
ONE POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the AMERICAN NATIONAL FIRE INSURANCE COMPANY, a corporation
organized and existing under and by virtue of the laws of the State of New York, does hereby nominate, constitute and appoint the person or
persons named below its true and lawful attorney -in -fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety,
any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said
Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
Name Address Limit of Power
CURTIS COXON LUBBOCK, TEXAS UNLIMITED
This Power of Attorney revokes all previous powers issued in behalf of the attomey(s)-in-fact named above.
IN WITNESS WHEREOF the AMERICAN NATIONAL FIRE INSURANCE COMPANY has caused these presents to be signed and
attested by its appropriate officers and its corporate seal hereunto affixed this 3rd day of March , 19 94
Attest AMERICAN NATIONAL FIRE INSURANCE COMPANY
a.
STATE OF OHIO, COUNTY OF HAMILTON — ss:
On this 3rd day of March, 1994 before me personally appeared GARY T. DUNBAR, to me
known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the President of the Bond Division of American National
Fire Insurance Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by
authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority.
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of American
National Fire Insurance Company by unanimous written consent dated March 1, 1993.
RESOLVED: That the Division President, the several Division Via Presidents and Assistant Vice Presidents, or any one of them, be
and herebyis authorized, from time to time, to appoint one ormore Attorneys -In -Fact to execute on behalfofthe Company, as surety, anyand all
bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof, • to prescribe their respective duties and the
respective limits of their authority, and to revoke any such appointment at any time.
RESOL VED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant
Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond,
undertaking, contract orsuretyship, orother written obligation in the nature thereof, such signature and seal When so used beingherebyadopted by
the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the
same force and effect as though manually affixed.
CERTIFICATION
FM
I, RONALD C. HAYES, Assistant Secretary of American National Fire Insurance Company, do hereby certify that the foregoing Power of
Attorney and the Resolutions of the Board of Directors of March 1, 1993 have not been revoked and are now in full force and effect.
Signed and sealed this
r�
f
F
S 1030L (5193)
6th day of April , 1995
PERFORMANCE BOND
BOND CHECK
BEST RATING.
LICENSED IN TEXAS
DAT5�f.ly
AMERICAN NATIONAL FIRE INSURANCE COMPANY
NEW YORK, NEW YORK
Bond No.
TEXAS STATUTORY PERFORMANCE BOND
(PUBLIC WORK)
KNOW ALL MEN BY THESE PRESENTS, that C. B. Thompson Construction Company
(hereinafter called the Principal(s)), as Principal(s), and AMERICAN NATIONAL FIRE INSURANCE COMPANY (hereinafter
called the Surety), as Surety, are held and firmly bound unto City of Lubbock, County of Lubbock,
State of Texas
(hereinafter called the Obligee), in the amount of Three million, one hundred sixty—nine thousand,
three hundred sixty—eight dollars and ten cents
Dollars (S 3,169, 368.10 ►
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 23rd
day of March .19 95,to Construct North Cargo & Taxiways Improvements
at Lubbock International Airport
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 Article 5160 of the Revised Civil
Statutes of Texas, 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 have signed and sealed this, instrument this
6th day of April , 19 .95
TerrComps, , P eident I rincipalj -
(Principal)
(Principal)
r COUNTERSIGNED: AMERICAN NATIONAL FIRE INSURANCE COMPANY
l
By By
Resident Agent CUFTis Coxon Attorney -in -Fact
k S-1114B(ANFx12/89)
r- ARIERICAN 'NATIONAL FIRE INSURANCE COMPANY
New York, New York
Administrative Office: 680 WALNUT STREET • CINCINNATI, OHIO 46202.613-369-6000 • FAX 613-723-2740
The number of persons authorized by
this power of attorney is not more than No. 0 15624
ONE POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the AMERICAN NATIONAL FIRE INSURANCE COMPANY, a corporation
organized and existing under and by virtue of the laws of the State of New York, does hereby nominate, constitute and appoint the person or
persons named below its true and lawful attorney -in -fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety,
any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said
Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
I. r..
Name Address Limit of Power
CURTIS OOXON LUBBOCK, TEXAS ==TED
This Power of Attorney revokes all previous powers issued in behalf of the attomey(s)-in-fact named above.
IN WITNESS WHEREOF the AMERICAN NATIONAL FIRE INSURANCE COMPANY has caused these presents to be signed and
attested by its appropriate officers and its corporate seal hereunto affixed this 3rd day of March 19 94
Attest AMERICAN NATIONAL FIRE INSURANCE COMPANY
STATE OF OHIO, COUNTY OF HAMILTON — ss:
On this 3rd day of March, 1994 , before me personally appeared GARY T. DUNBAR, to me
known, being duly sworn, deposes and,says that he resided in Cincinnati, Ohio, that he is the President of the Bond Division of American National
Fire Insurance Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by
authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority.
.o
This Power of Attorney is granted by authority of the following resolutions adopted by the: Board of Directors of American
National Fire Insurance Company by unanimous written consent dated March 1, 1993.
RESOLVED. That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, or anyone of them, be
and hereby is authorized, from time to time, to appoint one or more Attorneys -In -Fact to execute on behalforthe Company, as surety, any and all
bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the
respective limits of their authority, and to revoke any such appointment at any time.
RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant
Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond,
undertaking, contractor suretyship, orother written obligation in the nature thereof, such signature and seal when so used being hereby adopted by
the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the
same force and effect as though manually affixed.
CERTIFICATION
I, RONALD C. HAYES, Assistant Secretary of American National Fire Insurance Company, do hereby certify that the foregoing Power of
Attorney and the Resolutions of the Board of Directors of March 1, 1993 have not been revoked and arc now in full force and effect.
Signed and sealed this 6th day of April , 19 95
r
r- S 1030L (5/93)
CERTIFICATE OF INSURANCE
.: W ..A......v...I,... r.r....'....�......: - ".
.. ....... . .
:::. .
...... ..
I
f..✓..:.�....>G:.-G:�: :.�..arm,..:::.:-:.,�,}n...:•::.:�::...................................$..,..:............
.............,.:....................... ,.
::. .::.:.:::DATE
..�...{.-:.✓..:..:..-....v.......r✓..,..>..G..:.,•.,2•:3.04 03 95
aRDDucrsi THIS CERTIFICATE IS ISSUED AS p� MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
oley Featherston Insurance HOLDER THIS CERTIFICATE DOE ;NOT AMEND, EXTEND OR
P. 0. Drawer 10 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Wichita Falls TX 76307 COMPANIES AFFORDING COVERAGE
OOMP_ 1 A� RELIANCE INSURANCE COMPANY
INSURED
COMPANY
B ASSOCIATED INTERNATIONAL
COMPANY
TEXAS WORKERS COMP INS FUND
C B THOMPSON CONSTRUCTION
COMPANY INC
P O BOX 6456
LUBBOCK TX 79493
COMPANY
DGREAT AMERICAN LLOYDS INS CO
....... r: :. :.✓. .:..: ...... .Un ... .. f:..::i}}::?{:'�::':G::?G}:G:i:}'i}:{{:: }:•: .v 4..: F.....':::"{-:ir.:•}}::{:}}r'.r:•}:i.{{•Si:GY4:::{y:{G'•Y:r-+i'}:.•..::i}:::'-%i :r f......... ...5.:':.:.\r.... r.k
..I...... r.. f. .G ..\ .{.. n....... rl......t .. r...:. ..{.. n}.. f........ f........... ..4 .:. v: •-f•.• .. .... :•%:?-f: .::.•:• •yy:vv w.v...... ..••: }.v....)). ...... .. .... F. ..... ..• •v:n:. .. .vv:{•:.:. : :-1.-:::::: ::v .h vvt{;'::�:-::-v' \t.
.v,:.: .r. 'f r...:.. ✓. $. n ... ✓... rJJ.G..n..........:'}�'.\:...... A..vv......:..:......,:.... r. J[: .:.. .: .r ......rv.-. f•fw::: r.}n. ... S: :......,. :.v. •.: y� �+p ..... ............$..n.:.....:..+f..............}...... n................................r ......✓. r....v .....:. .�........... r: }srt•?:G'{••y}}r -.v.t }}jf•'.:$j$i}}G.�{: ::::Yr•'{y:?j.yy:+F,.}}.•:.`3; r.
M �.iQ............•.....................4........:...... ,............:...:............ n.... •. .. �...v......v..:{...... fn....G:?-ir::/ .+�..... r :W.i:!:.:'.:�tii ::}
...�............. : ....:. r:.............,........................r........................::r:r:fr:�..•r•SF...........✓..f....... .. r.. ........,... i...... y}.�: :r.$.f:<}:-:r:•}' ..,Y•.:: .:•%x•}.::.:.:.✓. r✓: $.�'`�:::
................:..-.......... r.,�{� r......,.,............:•...........:....... r......,.................:.{....... r.......:.::.....<......: k ri................. r.......... r., r: r:.....................G:.....:.........�.:::.:;•:.::::::t•}}:•>. r.,.............1.t-:+ :::$R:�:{•r: r�.J.4}:•R4:✓r:?......t:t.,
THIS IS TO CERTIFY THATT HE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECTTO WHICH THIS
CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALLTHE TERMS,
OCCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
SIRPOR
TYPE OF INSURANCE
POLICY NUMBER
LICY EFFECTIVE
ATE PILUDDlYY)
POLICY
aYIDD1Y»N
LIMITS
OENERAL.LIABILITY
GaENERAL,{GGREGATE
$ 2 00O 000
PRoDu=s-OOMPA7PAGG
s 1 000 000
A
X ooMMERC4-GEN6RALuABIuTY
QB8562607
06/30/94
06/30/95
aAM MADE ® oc=
PERSON&AAavlJ.tM
$1 000 000
EACH OCCURRENCE
$1 000 000
OWNERS a CONTRACIOR'S PH=
FIFE DAMAGE Wv am ere)
s 50,000
MM EXP &W am IerwnI
$ 5,000
AUTOMOBILE LIABILITY
COMBINED SINGLE LurtT
i
ANY AUTO
B Lywj
0:10F
`
ALL OWNEDALI=
SCHEDU LM AUTOS
rwacddenQ
`
HIRED AUTOS
NON OWNED AUTOS
PROPLT" DAMAGE
S
kH
f,ARAOE LIABILITY
AUTO ONLY - EA AOpDENI
s
OTHER THAN AUTO ONLY:
'
ANY AUTO
EACH ACCIDENT
S
AGGREGATE
i
EXCESS LIABILITY
EAOH OCCURRENCE
$ 2 000 000
AGGREGATE
s
A 'B
X L1MUIiELLAt
SPD13692
10/10/94
06/30/95
i
OTHER THAN UMBRELLA FORM
C
WORIUM COMPENSATION AND
sTATUTORY LIMrTS
t
EMPLOYERS'LIABILrrc
EACHACCIDENT
$1.000,000
DISEASE-PoucYLJIATf
$ 1 000 000
THEPROPRIEMM cm
PARTNERSADMOUTIVE
OFFICERS ARE RE=
TSF104229
10/01/94
10/01/95
DISEASE- EACH ELAPLOYFE
s 1000,000
OTHER
'D
ALL RISK REPORTING
TIN13315363
09/01/94
09/01/95
MAX JOB 2.500.000
FORM BUILDERS RISK
TEUISCRIPTIONOF OPERATIONSpOCATONSIYEHICLEMPPECMLLITEMS
CAoIMOKp R
VBNA6N AL YRaEpTIS REOT
E TMfpYE
ERON LICAIDSMPAI
CIO .r:::. � ..............:..
.� .EiFIC�:.. ...�:•:.„r:::::::--... r:.{G::-}-f.:�:.v:: .c.:r:.._:.,r:::::.:::::.._. .......}
.............:: }.::::.: - TT:.......rrJ.rr.�nt•::::}}:i:u$ti:�$:::��:G.. r.:.vv: r: rv�+.•:: x}. •Uriv::.v.w::.:::: v .....v..... n..
:.. .. ��.LA. ...................................:..:::::::::.....�:.:�::::.:�........:;:_............:.r......... -.... .....
:-...v�...■ry.�..............T.4,T�..........................................................,............................................ .... . ..
LU BB003
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUIN0 COMPANY WILL ENDEAVOR TO MALL
4
CITY OF LUBBOCK
P 0 BOX 2000
10 DAYS WRITTEN NOTICE TO THE CUMFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TOUAL SUCHNOTIWLLLwION CESPOSENOOBEJOATORLIABILITY
LUBBOCK TX 79457
OF ANY BOND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
AUTHORIIED REP
.. . $C ✓r . ....:..:{I...rvxYj; ... /{.; ..aY...::.-r.•..{........{:{: x:. $�............:i .::.:v+v:.::
.... n.::..:. vv:v.•f.{:f.•:w::x✓:-v:::.v:ty:.•:r.. {..:: :...:::
. ......:.:..............x.:....:. ..:...:::........
::: x.+v •.v.; ::::r:.}}}rr}:•:.G:. 2:{•}}}Y.-.w:: n:v:irf t•}} . .............. n...... u......u.:...v::.v...........-
m—
:?;✓f.• :•: v:: Y.•£{4.r::..v.: t.:: •r v:{:•.v:4. vv::. rv: 4::::}? .:..: \.... i� {vim :::1{
;....,.:...:.:..r..:.....r-......r::r.r.....{.... r.... .... s...: }. ...$/...... :. 1
r.nv. ......}....n....r......................{...................t
--- ---- r...........-..., r ... r...t .... ..... . jam.
i Issue Date (MMlDDfYY1
COMMERCIAL CERTIFICATE OF INSURANCE
AGENCY
Jerry Rose Insurance Agency 4-7-95
Name 7204 Joliet Ave Suite 5
& Lubbock TX 7 9423 This certificate is issued as a matter of information only and confers no rights
Address
• upon the certificate holder. This certificate does not amend, extend or alter the
coverage afforded by the policies shown below.
I
COMPANIES PROVIDING COVERAGE:
ST. 35 DIST. 77 AGENT 305 COMPANY
LETTER A TRUCK INSURANCE EXCHANGE "
INSURED COMPANY
Name C.B. Thompson Construction LETTER B FARMERS INSURANCE EXCHANGE
3412 Joliet COMPANY
& Lubbock, TX 79410 LETTER C MID-CENTURY INSURANCE COMPANY
Address
COMPANY
LETTER D
COVERAGES
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE
1 AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED
1
BY PAID CLAIMS.
ILCO.
TR.
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MMIDDIYY)
POLICY EXPIRATION
DATE (MMIDDIYY)
POLICY LIMITS
6ENML LUM>iITY
AGGI GATE
COMMERCIAL GENERAL LIABILITY
COMPIOPS
— OCCURRENCE VERSION
AGGREGATE
$
CONTRACTUAL - INCIDENTAL ONLY
PERSONAL &
OWNERS & CONTRACTORS PROT,
ADVERTISING INJURY
EACH OCCURRENCE
$
FIRE DAMAGE (Arty one Fire)
,.
MEDICAL EXPENSE
(Any one person)
p
A
AUTOIMOE UABAM
6916-95-49
7-21-94
7-21-95
COMBINED
SINGLE LIMIT
$ 1,000,000 .:
ALL OWNED COMMERCIAL AUTOS
BODILY INJURY
`
SCHEDULED AUTOS
(PER PERSON)
$
HIRED AUTOS
BODILY INJURY
I
NON -OWNED AUTOS
(PER ACCIDENT)
$
iL
GARAGE LIABILITY
PROPERTY DAMAGE
$
GARAGE AGGREGATE
$
0111waLA UkBurT
LIMIT
$
WORKERS' COMPENSATION
STAMORT
t
EACH ACCIDENT
$ s
DIf1=ASE-EACH EMPLOYEE
$
EMPLOYERS' LIAMN,RT
DISEASE -POLICY LIMIT
$
OESCRIPTION
IF OPERAT10rIS1YENICLSIRESTRICTi01ISISPE=
nW: i
i
North Cargo and taxiways improvements at Lubbock International Airport r
f�
CERTIFICATE HOLDER & Additional Insured
Name ' City of Lubbock
& ' PO Box 2000
Address Lubbock, TX 79408
CANCELLATION '
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,.
THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER
NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABRM OF
ANY KIND UPON THE C MPANY, ITS AGENTS OR REPRESENTATIVES
5&2492 ,an i3ODI
A
TNE
Donal Bcey
M.E. "Eddie" Huffman, CLU
Steve Deal
Tom War
BOLE — f EATH ERSTON Steve Burleson. CIC
�Awl
P.O. Drawer 10 • 701 Lamar a Wichita Falls. Texas 76307 Telephone: (817) 723-7111
March 31, 1995
C B THOMPSON CONSTRUCTION
P 0 BOX 6456
LUBBOCK, TX 79493
Danny Cary
Jim Hawkins. CLU
Chuck Dunn
Del Lee. CIC
David Farabee. LUTCF
Garland Martin
David Hardee
Bob Moore
Sammye Hardee
Bob Turpin
e FAX: (817) 322-9549
Res OWNER'S & CONTRACTOR'S PROTECTIVE LIABILITY (OCP) POLICY
FORt City of Lubbock
Dear Terry Thompson:
In reference to the City of Lubbock's requirement that a
separate OCP policy be furnished, this is to advise you that
your current general liability policy, under the section
regarding contractual liability, actually offers the owner this
identical coverage at no extra cost.
Under the contractual liability section of your general liability
policy, the City of Lubbock is afforded the: exact same
coverages as if a separate policy written in their name was
furnished if the following endorsements are added.
1. City of Lubbock as an additional insured.
r" 2. Waiver of Subrogation.
t
3. Ten day notice of cancellation.
4. Aggregate policy limits applicable to the project.
With the endorsements added to your policy, the City of Lubbock
is afforded the same coverage as though you presented them with
a separate policy.
r If the City of Lubbock or yourself have any questions,
please do not hesitate to contact me at our toll free number
(800) 234-1167.
AScerely,,
t
l Steve Deal
I
yr Wichita Falls, Henrietta, Electra
t:
Donal ggey DWM Cary Ar Hawkins. CLU
M.E. "Eddie" Huffman. CLU Chuck D" Del Lee. CIC
Steve Deal David Farabee. LUTCF Gartand Marron
Tom Miller Devid Hardee Bob Moore
-EATtiERSTQN m
Steve Burleson. CIC Samye Hardee Bob Turpin
BOLE - f
'jar, _INSURANC��
r P.O. Drawer 10 • 701 Lamar • Wichita Falls, Texas 76307 Telephone: (817) 723-7111 • FAX: (817) 322-9549
i
April 261 1995
Mr. Scott Snyder
City of Lubbock
P O Box 2000
Lubbock, Texas 79457
Re: C. B. Thompson Construction Company, Inc.
Job: Lubbock International Airport
North Cargo & Taxiway's Improvement
Dear Mr. Snyder:
Per our phone conversation today, I wish to confirm that the
t Comprehensive General Liability policy #QB8562607 written through
` Reliance Insurance Company for C. B. Thompson Construction
Company, Inc., does include an waiver of subrogation endorsement
in favor of the City of Lubbock, and an endorsement naming City
of Lubbock as additional insured.
As our previous correspondence advised, if the contractor's
liability policy is endorsed with the above, an Owner's and
Contractor's Protective policy is not necessary. In fact,
Reliance Insurance Company cannot write both the OCP and the
additional insured endorsements, as this would be duplicate
coverage.
In reference to your concern that the aggregate limit of
liability could already be obligated to a previous claim, please
be advised that there are no outstanding claims for this policy.
We do not show that this insured has ever had a general liability
claim.
Concerning your requirement that Builder's Risk coverage be
afforded for the contract amount, I understand that this
requirement is no longer necessary for this particular job. As we
discussed, .the Builder's Risk coverage is designed for actual
structures. Since this job consists of dirt and concrete work,
there is not a structure under construction that may be insured
under a Builder's Risk policy.
ii
r
I,
r Wichita Falls. Henrietta, FJectra
Page 2
Thank you for allowing me to go over these items with you. I
hope that this information will help document your files
concerning the adequacy of Thompson's insurance. We know this
contractor to be very thorough in his business, including
properly insuring his operations.
I we can provide any further information, please let me know.
Sincerely,
Donna Jackson
Commercial CSR
cc: Mr. Terry Thompson
C. B. Thompson Construction Company, Inc.
P. O. Box 6456
Lubbock, Texas 79493
r
�r-
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 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:
i
i;
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 512l440- 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;
(l) 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 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
(Fn 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. 0
d
No Text
f`-
STATE OF TEXAS
COUNTY OF LUBBOCK
CONTRACT
r, THIS AGREEMENT, made and entered into this 23rd day of March,1995, by and between the City of Lubbock, County of
Lubbock, State of Texas, acting by and through David R. Langston, Mayor, thereunto authorized to do so, hereinafter referred to as
OWNER, and C. B. THOMPSON CONSTRUCTION COMPANY of the City of Lubbock County of Lubbock and the State of
TEXAS, hereinafter termed CONTRACTOR.
WTINESSETH: 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 #13133 - LUBBOCK INTERNATIONAL AIRPORT - NORTH CARGO AND TAXIWAY S
11"ROVEMENTS - $3,169,368.10
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
Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given
to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the
proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on
account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the
year and day first above written.
ATTEST:
+4 " -,
Secr
APPROVED AS TOCONTENT:
APPROVED -AS• ••
ATTEST: tt
Corporate Secretary
CONTRACTOR:
COMPLETE ADDRESS:
C.B. THOMPSON CONSTRUCTION COMPANY
P.O. BOX 6456
LUBBOCK, TEXAS 79413
No Text
r•.
'i
'r.
GENERAL CONDITIONS OF THE AGE
Wheneircx the word.Owner, or the expression Party of the Fist Part, or Fist Party, are used in this contract, it shall be
padeisrood as teierring to the City of Lubbock, Toros.
i .
2,
CONTRAG'TOR
;'Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall be understood
to mean the person; persons, co -partnership or corporation, to -wit: _ who has agreed to perform
the work amlnaoe d:in this coat:act, or to his or their legal representative.
3.
0W)IMIS FPRESENTATIVE .
•
Whenever tie word Oar's Repnesea�tive or seprGsentative is used in this contract, it shall be understood as referring to
j"'
TAVID ZONES, AMPORT PROPERTY MANAGER City of Lubbock, under whose supervision these contract
doe uments, mclttdiag the plans and specifications, were prepared, and who will inspect constructions; or to such other
representative, ivpecvisor, or inspector as may be authorized by said Owner to act in any particular under this agreement
1 Engineers, supervssor or inspectors will act for the Owner under the direction of Owner's Representative, but shall not
directiy supervsse tie Contractor or men acing in behalf of the Contractor.
4:' .`
CONTRACT DOCUMENTS
f 4
The contract's_documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal, Signed
Agmement, Statutory Bonds (if required), General Conditions of the Agreement, Spatial Conditions of the Agreement (if
airy). Specfiration5, Plans, Insurance Certificate, and all other documents made available to Bidder for his inspection in
acoordance with the Notice to Bidden.
5.
INTERPRETATION OF PHRASES
i
Whenever `;the ivcads ")Directed," "permitted," "Designated, "Required, "Considered Necessary,' "Prescribed," or words of
h'ke import are used, it shall be understood that the diremon, requirement, permission, order, designation or prrsaription of
the OwiA Ripre'sentative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of libo
}
import Shall Man approved by or acceptable or Saki ry to the Owner's
6.
di
SUBCONTRACTOR '
The term nttactor, 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 respons►bihty to any
Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents,
i
-- but said S will look exclusively to Contractor for any payments due Subcontractor.
1"'
Z
WRTTre4 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 ohicer 6fthe corporation for whom it is intended, or Udelivered at or sent certified mail to the last business address
I�
known'to yum who gives the notice.
�si
I
f
,
1
t
Many work which is i+equired to be inspected, tested, or approved is covered lop without written approval or consent of the
Owner or Ownet"c it must, if requested by the Owner or Owner's R tat7ve, be uncovered for
observation and testing at the Contractor's expense. The cost of all such inspections, tests ard approvals shall be borne by
the Contractor unless otherwise provided herein. Amy work whichfails to meet the requirements of any such tests,
inspections or approval, and any work which mats the requirements of any such tests or approval but does not meet the
requirements of the captiad documents shall be considered defective. Such defective work shall be corrected at the
Contractor's eacpense:
..
Neither observations hY the Owner or Owner's Rotative, nor inspections, tests. or approvals made by Owner, Owner's '
Representative, oe other persons authorized nuclei this a emcnt to make such inspections, tests, or approvals shall relievd
5
the. Contractor finch his obligation to perform the wo* in accordance with the requirements of the contract documents. .
22.
DEFECTS AND THEIR REMEDIES
agoead, any part thet+eoi; of any material brought on the site of the work for use is the work or
R is further diet if the work or
selected for die saute, shall be deemed by the Owner or Owners' Representative as unsuitable or not in conformity with
plans. specification and contract documents, the Contractor shall. after receipt of written notice thereof from the Owner's
Representatrve, remove such material and rebuild or otherwise remedy such work so that it shall be in full
forthwith
accordance with contract. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at
.,
Contractor's expeosa.:
� 23.
CIR"M AND'AL"TERATIONS
The Contractor Uther agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line,
grade, form duntiisions, plans or or materials for the work herein contemplated, or arty peer thera>>y either before or after
�a
the beginning of the Constriction, without affecting the validity of this contract and the accompanying bond.
' I i
if out changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for
i
damages, or anticipated praftts on the work that may be dispensed with. If dM inCrease t1k amount of work, and the
increased work can' 6irly 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
Tompaid
for as provided carder Extra Work. Ice case the Owner shall make such changes or sltreations as shall make useless any
work already done iiimau=al already Tarnished or used in said work, then the Owner shall recompense the Contractor for
�.
any material or laborso used, and for any actual loss occasioned by such change, due to actual expenses incurred in
preparation for.dhe w�& as originaliY planned _
246
_WORK
,...
MID term "extra Walk' as used in this contract shall be understood to mean and include all, work that may be required by the
Owner or Owiices Representative to bC done by the Contractor to accomplish arty change, alberatioa Or addition to the work
I.
as shown on the plants and specifications or contract documents and not covered by Cot wctor's proposal, except as
R
Provided nndtrCliat<ges and Alterations herein.
II
l�It
is agreed that the Contractor shall perform all extra work under the direction of the Owner's Reps when
i
presented with 4, work order signed by the Owner's Representative•, subject, however, to the right of the Contractor
,—
to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to
the Contractor forperforming said extra work shall be determined by the following methods:
j
Method (A) By agreed unit prices; or
Method (B) By agreed hump sum: or
Method (C) • a If neither Method (A) or Method (B) be agreed upon before tic: extra work is commenced, then
$
..
the Contractor shall be paid the actual field oast of the work, pins 5fttem (15°Yo) percent.
1
_.
No Text
3.
'
l
+: A
I
3 �
;
6
'•,
9.
1 !
i
7 `-
a; �
i
4 1 �
il
I�
+ I
N
F
j�
+
� � s
j
i'
The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded
the contract.
N the coverage period shown on the contractor's arrest 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 governmcatal entity showing that coverage has been extended.
The contractor shall obtain from each person providing services on the project, and provide to the
governmenta!
enfo-
(a) 4. --- a certificate of coverage, prior to that person beginning work on the project, so the governmental
enity will have an file certificates of coverage showing age for all pins ping
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 anent certificate of coverage ends
during the duration of the project.
The contractor shall retain all required certificates of coverage for the duration of the project and for one
Year thereafter.
The contractor shall notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the contractor knew or should have known, of any change that materially affects the
pion of coverage ofny pin ping services on the project
The contractor shall post on each project site a notice, in the text, form and manner prescribed by the
Texas Workers' Compensation Commission, informing all persons providing services on the project that
they are required to be covered, and stating how a person may verify =usage and report lack of coverage.
The contractor shall contractually require each person with whom it eonincts to provide services on the
project, to:
(a) provide coverage, based on proper reporting of classification cotes and payroll amounts and
filing of any coverage agreements, which meets the statutory rapirements of Texas Labor Code,
Section 401.011(44) for all of its employees providing services an the project, for the duration of
the project;
(b) provide to the contractor, prior to that person beginning work on the project, a certificate of
wverage showing that coverage is being provided for all employers of the kin providing
services on the project,' for the duration of the project;
(c) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown our the current certificate of
coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the contractor-
(1) a certificate of coverage, prior to the other person beginning work on the project; and
(2) a new certificate of coverage showing extension of coverage, prior to the end of the
coverage period, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter,
(b) provide a cer ificate 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 promzde to the governmental entity.
(i) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(u) no later than seven days after receipt by the contractor, it new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the durations of the project and for one year
thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days
after the contractor knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the pr3jec*
(g) post a notice on each project site informing all persons providing services on the project that they
are required to be covered, and stating how a person may verify current coverage and report
failure to provide coverage. This notice does not satisfy other posting requirements imposed by
the 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 tod for the notices shall be the following text lmNided by the commission on
the sample notice, without.any additional words or changes:
REQZMUM WORSER4' COMPENSATTON COVERAGE
"The law requires that each person working on this site or providing services related to this
construction project must be covered by workers' compensation hLwanhx This bwludes
persons provl&ng, hauling, or delivering equipment and materials; or providing labor or
transportation or other service related to the project regardlcct of the tdentaty of their
employer or status as an employer."
"Call the Texas Workers' Compensation Commission at 511/140.3789 to receive informamion
on the legal requlrenent for coverage, to verify whether your a nployer has provided the
required ooveVe, or to report an employer's failure to provkk coverage" and
(h) ' contractually require each person with whom it contracts to provide services an a project, to:
(1) provide coverage based on p Wa reporting of classification codes and payroll amounts
and filing of any coverage agreements for all of its employees providing services on the
project, for the duration of the project;
(ii) provide a certificate of coverage to the contractor prior to that person beginning work on
the project;
(i) include in all contracts to provide services on the project the language in subsection (e)
(3) of this rule;
r:
.from any loss on account theree If the material or process specified or required by Owner is an infringement, the
Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infra merit
Y
32:! 'LAWS AND ORDINANCES
The Contractor shall at all timers observe and comply with all federal, state and local laws, ordinances and regulations,
? which in any manner effect the contract or the work, and shall indemnify and save harmless the Owner against any claims
arising from the violation of airy such laws, ordinances, and regulations, whether by the Contractor or his employees. If the
Contractor -observes that the plans and specifications are at variance therewith, he shall promptly notify the Owners'
Representative in writing and any necessary changes shall be adjusted as provided in the co== for than in the work.
If the Contractor performs any work knowing it to be contrary to such laws, ordinances, roles and regulations. and without
r such notice to the Owner's Representative, he shall bear all costs arising thercirovL
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the
same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into
;contracts, shall be controlling, and shall be considered as part of this contract to the same el%ct as though embodied herein
33; A;SSIGNME r AND SUBLETITNG
The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of
this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in
the performance of this contract, shall not relieve the Cmanctor from his full obligations to the Owner, as provided by this
contractual agreement
34. 3M FOR COMPLETION AND LIQUIDATED DAMAGES
i, It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and
time for completion as specified in the contract of work to be done hereunder are essential conditions of this contract; and it
As further mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be _.
specified in the Notice to Proceed.
It. the Contractor should neglect, fat'1, or refuse to complete the work within the time hereirt specified, or any proper
extension thereof granted by the Owner, then the Contractor does hereby agree as part of the consideration for the awarding
:of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $500.00 (Five
HundMM PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each
i and every calendar day that the Contractor shall be in defanut after the time stipulated for completing the work.
{ It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the completion of the
?. wore described herein is reasonable time for the completion of the same, taking into consideration the average climatic
1 Change and conditions and usual industrial conditions prevailing in this locality.
:c
The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and
extreme difficulty in fixing and ascertaining actual damages the Owner would in such eveto sustain, and the amount is
cgreed to be damages the Owner would sustain and shall be retained by the Owner from current periodical estimates for '
payments or firm final payment
It is further agreed and understood between the Contractor and Owner that time is of the exscaoe of this contract.
35 7TVIE AND ORDER OF COMPLETION
iIt is the meaning and intent of this contract, unless otherwise herein specificaUy provided, that the Contractor shall be :allowed to prosecute his work at such time and sessions, in such order of precedence, and in such manger as shall be most
I
� - conductive to economy of oamstrhtctioa; Provided, however, that the order and time of prosecution shall be each that the
work shall be anbstantially 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 proposals; provided, also, that when the Owner is having other work
done, either by contract or by his own font, the Owner's Representative may direct the time and manner of constructing
f
r+
A
r
-40. MICE FOR WORK
In consideration of the furnishing of all necessary labor. equipment and material and the completion of all work by the
Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and
t'1f 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 receive such price in full for furnishing all
materials and all labor requited for the aforesaid work, also, for all vgoenses incurred by hire and for well and truly
performing the same and the whole thereof is the manner and according to this agreement, the attached specifications,
plans, contract documents and requirements of Owner's Representative.
41. PAYIyiENTS
j No payments made or certificates given shall be considered as conclusive evidence of the peai'ormanoe of the contract, either
wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at
UY time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying ortificate
showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made,
' Contractor shall satisfy Owner, by affidavit of otherwise, that there are no outstanding liens against Owner's premises by
reason of work under the contract.
Acceptance by Contractor of final payment of the contract price shall constitute a
waiver of all claims against Owner which have not theretofore been timely filed as pravidal in this contract
r 42. PARTIAL PAYMENTS -
F
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial
payment. Owner's Representative shall review said application for partial payment and the -progress of the work made by
e the Contractor and if found to be in order shall prepare a certificate for partial payment shcwing as completely as practical
the total value of the work done by the Contractor up to and including the last day of the preceding month; said statement
shall also include the value of all sound materials delivered on site of the work that are to be fabricated into the work.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's
;Representative's Certificate of Partial Payment, less S% of the amount thereof which 3% shall be retained until final
' payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of this
PM ' agreement. It is understood, however, that in case the whole work be sear to completion, and this fact is certified to by
Owner's Representative and some uuoq W and some unusual delay occurs due to no Wt or negligence on the part of the
Contractor, the Owner may upon written recommendation of Owner's Representative pay it reasonable and equitable portion
of the retained percentage due Contractor.
43 FINAL COMPLETION AND ACCEPTANCE
aI Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work has been
completed or substantially completed, the Owner's Representative and the Owner shall inspect the work and within said
time, if the work be found to be completed or stAstantially completed in accordance with the contract documents, the
Owner's Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the
. duty of the Owner within thirty-0ne (31) days to issue a certificate of acceptance of the work to the Contractor.
44. FINAL PAYIViElVT
" Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final measurement and
prepare a final statement of the value of all work performed and materials furnished under the tams of the agreement, and
r, ►F shall certify same to the Owner, who shall pay to the Contractor an or before the 31 st day A= the date of certificate of
completion, the balance duce Contractor under the terms of this agreement, provided he has fully performed his entraetuual
t
obligations under the terms of this contract and said payment shall become due in any event upon said performance by the
Contractor. Neither the certificate of acceptance nor the final payment, nor any provisions in the contract documents shall
relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the special conditions (if
3 airy) of this contract or required in the specifications made a part of this contract
t�
i "i
r• In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for within tea
(10) days after service of such notice, then the Owner may provide for completion of the work in either of the following
elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said
Owner may deem necessary to complete the work and charge the expense of such Lflm, machinery, equipment,
tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the
Owner nut of such moneys as may be due, or that may thereafter at any time become due to the Contractor under
and by virtue of this Aptement. In case such expense is less than the sum which would have been payable under
' this comet, if the same had been completed by the Contractor, then said Contractor shall receive the difference.
In case such expeose is grater than the sum which would have been payable under this contract, if the same had
been completed by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess to
the Owner, or
r. (b) The Owner, under sealed bids, after notice published as required by law, at least tvd= in a newspaper having a
general circulation in the County of location of the work, may let the contract for the completion of the work under
substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to
the Owner under the new contract as compared to what would have been the cost vender this contract, such increase
shall be charged to the Contractor and the Suety shall be and remain bound therd5ore. However, should the cost to
complete any such new contract prove to be less than that which would have been. the cost to complete the work
under this contract, the Contractor or his Suety shall be credited therewith.
When the work shall have been, substantially completed, the Contractor and his Surety shall be so notified and certificates of
completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be issued A complete itemized
statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and
i delivered to Contractor and his Surety, whereon the Contractor or his Surety, or the Owner as the cage may be, shall pay the
balance due as reflected by said statement within 30 days after the date of certificate of completion.
r� In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the
cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor
and/or his Surety shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools,
r materials or supplies left on the site of the work shall be tuned over to the Contractor anftr his Surety. Should the cost to
complete the work exceed the contract price, and the Contractor and/or his Surety fail to pray 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 there4 together with an itemized list of such equipment and mateerials shall be mailed to the
` Contractor and his Surety 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 arch notice, such property shall be
held at the risk of the Contractor and his Surety subject only to the duty of the Owner to c;=cise ordinary care to protect
such property. After fifteen (15) days from the date of said notice the Owner may sell sudi machinery, equipment, tools,
materials or supplies and apply the net sum derived from such sale to the credit of the Comactor and his Surety. 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 which remain on the *jobsite and belong to persons other than the
i Contractor or his Surety, to their proper owners.
i 50. ABANDONMbT1T BY OWNER
i'. In rase the Owner shall fail to comply with the terms of this contract, and should fail or mfuse to comply with said terms
within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the
work, and may remove therefrom all machinery, tools, and equipment, and all materials cm the ground that have not been
included in payments to the Contractor and have not been incorporated into the work. Tlereupon, the Owner's
i' Representative shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value
of all work actually completed by said Contractor at the prices stated in the the attached paoposal, the value of all partially
completed work at a fair and equitable price, and the amount of all Extra Work performed at the rides
P� P age upon, or
provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Contractor
to carry the whole work to completion, and which cannot be utilized The Ownees Representative shall then make a final
statement of the balance due the Contractor by deducting from the above estimate all prvorious payments by the Owner and
all other sums that may be retained by the Owner under the terms of this Agreement, and shall certify same to the Owner
Ii.
I�
It t t
Resolution #2502
January S, 19S7
Agenda Item #18
r
PO.
r
OGV:da
RESOLUTION
WHEREAS, the City Council has heretofore established the general
prevailing rate of per diem wages for each craft or type of workmen or
mechanics needed to execute public works contracts for the City of Lubbock
An accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and
WHEREAS, such wage rates were established by Resolution No. 719
enacted February 12, 1981, updated by Resolution No. 1590 enacted February
23, 1984; and
WHEREAS, such rates need to be updated at the present time in order
to reflect the current prevailing rate of per diem wages; NOW THEREFORE:
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the general prevailing rate of per diem wages for public works
..contracts shall be as set forth in the following named exhibits, which
exhibits shall be attached hereto and made a part hereof for all intents
and purposes: =
Exhibit A: Building Construction'Trades
Exhibit B: Paving and Highway Construction Trades
Exhibit C: Electrical Trades
Exhibit D: Overtime Rate
Exhibit E: Weekend and Holiday Rate
Such wage rates are hereby found and declared to be the general prevailing
rate of per diem wages in all localities where public works are undertaken
on behalf of the City of Lubbock and such wage rates shall be included in
all public works contracts as provided by law.
Passed by the City Council this 8th day of January 1987.
T
Ranette,.Boyd, City Secretary
APPROVED T-- ONTENT:
Bi 1 P yne, D rector of Building
Services
B.C. MCMINN, MAYOR
APPROVED AS TO FORM:
Oo Id G. Vandiver, First
Assistant City Attorney
1�
EXHIBIT A
r�
—
City of Lubbock
Building Construction Trades
,.
Prevailing Rates
Craft
Hourly Rate
Acoustical Ceiling Installer
$11.60
r
Air Conditioner Installer
8.35
Air Conditioner Installer -Helper
5.50
Bricklayer
10.50
Bricklayer -Helper
5.00
Carpenter
11.00
' Carpenter -Helper
5.50
Cement Finisher
7.35
Drywall Hanger -
8.70
Electrician
10.50
•
Electrician -Helper
5.25
r-
Equipment Operator -
Heavy
8.00
Light
5.70
Floor Installer
8.00
Glazier
7.50
Insulator, Piping/Boiler
9.50
Insulator -Helper
5.00
�-
Iron Worker
:7.30
Laborer, General
4.75
Mortar Mixer
5.60".
,.,
Painter
8.75
Plumber
9.25
Plumber -Helper
6.00
Roofer
7.65
Roofer -Helper
4.75
Sheet Metal Worker
8.75
Sheet Metal Worker -Helper
5.50
Welder - Certified
8.00
r-
s»
EXHIBIT B
.,
Paving and Highway Construction
Prevailing Wage Rates
r
Craft
Asphalt Heaterman
Asphalt Shoveler
Concrete Finisher
Concrete Finisher -Helper
Electrician
Flagger
Form Setter
Form Setter -Helper
Laborer, General
Laborer, Utility
' Mechanic
Mechanic -Helper
POWER EOUIPMENT OPERATORS
w•
Asphalt Paving Machine
Bulldozer
Concrete Paving Machinist
Front End Loader
Heavy Equipment Operator
Light Equipment Operator
Motor Grade Operator.
Roller
i
Scraper
Tractor
Truck Driver -
r"
Light
Heavy
r
i'
r
Hourly Rate
$5.25
4.75
7.35
4.75
10.50
4.75
6.50
5.50
4.75
5.80
6.50
6.00
6.00
5.25
6.50
5.85
6.40
6.40
8.00
5.25
5.25
5.50
5.25
5.25
r•
rn
EXHIBIT C
Electric Construction Trades
-
Prevailing Wage Rates
•..Craft
--
Hourly Rate
Power Line Foreman
M .00
Lineman Journeyman
10.45
Lineman Apprentice
Series
8.90
Groundman Series
7.25
e4
EXHIBIT
Prevailing Wage Rates
Overtime Rate
' The rate for overtime (in excess of forty hours
per week) is 1 1/2
times base rate.
,
rEXHIBIT
E-
•-
Prevailing Wage Rates
Weekend and Holiday Rate
The rate for weekend and holiday is.l 1/2 times
base: rate.
Poo
i
�. �. ter:; i_.._ C_ [ :` _ �t ._ � : _� [ .:. �4 [..�_.� �_._. t.__, �.�. �..._: ly�.� L_—r i��.. i`.;LL : t�_ _.
r
SPECIAL CONDITIONS
Paragraph
1.
Scope of Work
SC-1
2.
Basis of Contract Award
SC-1
3.
Contract Documents
SC-1
4.
Time and Order of Completion
SC-2
5.
Limitation of Operation
SC-4
6.
Airport Operations Security
SC-6
7.
Contractor's Plant Site, Storage and Office Area(s)
SC-11
8.
Protection of Property
SC-12
9.
Electric Power and Natural Gas
SC-12
10.
Lines and Grades
SC-12
11.
Water for Construction
SC-13
12.
Material Tests
SC-13
13.
Barricades, Signs, and Hazard Markings
SC-14
14.
Prevention of Air and Water Pollution
SC-14
15.
Progress Schedule
SC-15
16.
Public Convenience and Safety
SC-15
17.
Final Cleaning Up
SC-15
18.
Insurance
SC-16
19.
Removal and Disposal of Structures,
Utilities and Obstructions
SC-16
20.
Conformity with Plans and Allowable Deviations
SC-16
21.
Removal of Defective and Unauthorized Work
SC-16
22. -
Disputed Claims for Extra Work
SC-17
23.
Federal Participation
SC-17
24.
Indemnification
SC-17
25.
Opening of Section of Airport to Traffic
SC-18
26.
Contractor's Responsibility for Work
SC-18
27.
Correction of Faulty.Work After Final Payment
SC-19
28.
Separate Contracts
SC-19
29.
Shop Drawings
SC-19
30.
Engineer
SC-19
31.
Trench Safety
SC-19
32.
Engineer's Field Office
SC-20
33.
Progress Meetings
SC-20
r
f
r.
SPECIAL CONDITIONS
SC-1 SCOPE OF WORK
The work to be accomplished under these specifications, including the
plans, consists of construction work for the Lubbock International Airport,
including but not limited to, the construction of new portland cement concrete
pavement for the North Air Cargo Apron and Taxiway S extension, the construction
of bituminous paved shoulders adjacent to the new apron and taxiway pavement, the
installation of airfield security fencing improvements, the installation of
lighting, signage and marking improvements. the installation of electrical vault
equipment, and other related items of work.
All labor, materials and equipment necessary to complete the work called
for in these specifications and shown on the plans shall be furnished by the
Contractor.
r^
Payment for the various items of work will be made as specified under
the various payment paragraphs of the technical sections.
SC-2 BASIS OF CONTRACT AWARD
Award of this contract will be made on the basis of the low, responsive,
responsible bid, received in accordance with the General Instructions to Bidders,
including the total BASE BID and any combination of ADDITIVE ALTERNATE "A" and/or
ADDITIVE ALTERNATE "B", based on the availability of funds.
SC-3 CONTRACT DOCUMENTS
All work covered by this contract shall be done in accordance with the
Contract Documents described in the General Conditions. The drawings included
in the documents consist of the plans entitled "City of Lubbock, Texas, Lubbock
International Airport, North Air Cargo Apron and Taxiway S Improvements," dated
December, 1994.
All bidders shall be thoroughly familiar with all of the drawings and
specifications. The Contractor shall be responsible for the satisfactory
completion of all work shown on the drawings or specified.
The intent of the plans and specifications is to prescribe a complete
work or improvement which the Contractor undertakes to do in full compliance with
the plans, the specifications, the special provisions, proposal, and contract.
The Contractor shall do all work including such additional, extra, and incidental
work as may be considered necessary to complete the project in a satisfactory and
acceptable manner, as provided in the plans, proposal, and contract. He shall
furnish, unless otherwise provided in the specifications, special provisions, or
contract, all materials, equipment, tools, labor and incidentals necessary to
prosecute the completion of the work.
The Contract Documents are complementary, and what is called for by any
one shall be as binding as if called for by all. In case of conflict between any
of the Contract Documents, priority of interpretation shall be in the following
2699-94 SC - 1
r-
r04
The Contractor shall furnish and install temporary displaced
threshold marking and lighting for Runway 17R, as specified herein
or as directed by the Engineer. The threshold shall be displaced
approximately 1,000 feet south of the construction area on Taxiway
S, or as directed by the Engineer and Director of Aviation. The
temporary displacement will be marked in accordance with FAA AC
150/5340-lF, and paid for under Item P-620, specified herein,
except that the paint for temporary threshold marking may consist
of diluted, water -based paint of appropriate color to ease
obliteration. Temporary marking application rates" will be
approved by the Engineer. Temporary, elevated outboard runway"
threshold lights and elevated Runway End Identified Lights (REIL)
shall be furnished, installed and connected to the runway lighting
circuit by the Contractor, and paid for under Item L-125,
specified herein. Lights shall be elevated by mounting the
fixtures on barrels or staffs, securely tethered to the ground.
The Contractor shall maintain the temporary lighting during the
displacement period.
During the threshold displacement period, the existing runway edge
lights on Runway 17R-35L north of the displaced threshold shall be
taken out of service by the Contractor. This may be accomplished
by removing the light bulbs from the affected runway edge lights.
The Contractor shall be responsible for repairing any damage done
`
to the existing lights during these activities. The remaining
runway lights south of the displaced threshold shall remain
i^'
operational at all times. The Contractor shall provide temporary
wiring, jumpers and connections required to maintains operation of
the existing runway lights south of the displaced threshold and
�•
the temporary displaced threshold lights. After completion of
Construction Phase 1, displaced threshold marking and lighting
shall be removed and the runway returned to its original
condition. Temporary marking shall be obliterated as specified,
and marking which is to remain shall be touched up in accordance
with Item P-620, herein. Payment for"relatedl provisions of this
paragraph not specifically addressed and covered under other items
in these specifications will be considered a subsidiary obligation
of the Contractor, and no separate payment will be made.
',..
Operations at Lubbock International Airport will be severely
affected by the construction operations in Construction Phase 1.
The Contractor shall be required to work double shifts, longer
hours and/or at night to complete Construction Phase 1 within the
time constraints provided.
Construction Phase 2
Construction Phase 2 is defined as the remainder of the project.
During Phase 2, the full length of Runway 17R-35L will be open and
active. The Contractor's activities will be restricted to areas
outside the Runway 17R-35L safety area, and other active areas on
the airport. Construction on Phase 2 may begin any time after the
date of the notice -to -proceed with the project. However, the
2699-94 SC - 3
d
The Contractor shall take all precautions necessary to insure the safety
of operating aircraft and their passengers as well as that of his own equipment
and personnel. Special considerations shall be given to flight schedules and
other aircraft operations. The Contractor shall obey all instructions as to
routes to be taken by equipment traveling within the airport area. The
r Contractor shall provide all such equipment with a flag on a staff so attached
to the equipment that the flag will be readily visible. The flag shall be not
' less than three feet square consisting of a checkered pattern of international
orange and white squares of not less than one foot on each side, During
nighttime work, the Contractor shall provide such equipment with approved
flashing lights so attached to the equipment that the lights will be readily
visible. The Contractor shall make his own estimate of all difficulties to be
r� encountered. Equipment not actually in operation shall be kept clear of landing
areas; personnel shall not enter areas of the airport where aircraft are
operating without specific permission.
All operations shall be coordinated, through the Engineer, with the
Director of Aviation, to the end that no interference with aircraft traffic on
active runways, taxiways or aprons will result from the operations of the
r" Contractor. Construction activities will not be allowed within the safety areas
of any active runway or taxiway. The taxiway safety area is in
as the area
within 131 feet of the centerline of any taxiway or taxilane. The runway safety
area is defined as the area within 250 feet of the centerline of any runway when
aircraft are operating under Visual Flight Rule (VFR, clear weather) conditions,
or within 570 feet of the centerline of any runway when aircraft are operating
under Instrument Flight Rule (IFR, inclement weather) conditions. VFR or IFR
r' conditions shall be determined by the Lubbock Air Traffic Control Tower
;4 personnel.
r•. The Contractor shall maintain flagmen, as may be required, to direct his
construction traffic if it becomes necessary for such traffic to cross or travel
along any active taxiway or runway. Traffic shall be directed away from these
facilities whenever possible and no traffic shall ever cross an active runway or
taxiway without having proper clearance from the control tower.
Trenches and manhole excavations within the limits of the safety area
r of any airfield paving shall be backfilled as outlined in these specifications
by the end of the work day or work period. Excavations outside the safety areas
of any active airfield paving shall be barricaded as outlined in these
specifications to the satisfaction of the Engineer by the end of each work day
or work period. All excavations shall be backfilled as soon as practicable. No
open excavations shall be allowed within the safety area of any active airfield
pavement. The FAA considers any deviation of more than 3-inches above or below
the existing grade to be a hazard to aircraft operations. The FAA may issue
warnings or fine the Airport for these violations. Such fines as may be handed
out by the FAA as a result of the Contractor's activities shall be considered the
Contractor's responsibility. and shall be promptly Paid be the Contractor, at his
sole exgense.
The Contractor shall schedule his work well in advance of actual
operations and shall keep the Engineer advised of this schedule so that close
coordination can be maintained with the Director of Aviation. Aprons, runways
^ 2699-94 Sc - 5
r—
i
0-
PM
Contractor shall maintain at the site not less than two dewatexing 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.
SC-6 AIRPORT OPERATIONS SECURITY
SC-6.1 General
Airport security is a vital part of the Contractor's
responsibilities during the course of this project. Airport security, nation-
wide, has come under close scrutiny in the last few years. The following
security guidelines and the rules and regulations of the Lubbock International
Airport Police Department (LIAPD) and the Federal Aviation Administration (FAA)
shall be followed by the Contractor and the Contractor's employees,
subcontractors, suppliers and representatives at all times during the execution
of this project. The Contractor shall be directly -responsible for any and all
fines or penalties levied against the Airport as a result of any breach of
security or safety caused by the Contractor or the Contractor's employees,
subcontractors, suppliers or representatives.
SC-6.2 4irvort Operations Area (AOA)
The Airport operations area (AOA) shall be defined as any
portion of the Airport property normally secured against unauthorized entry. The
AOA includes all areas specifically reserved for the operations of aircraft and
aircraft support equipment and personnel. Generally, the AOA is defined by the
r^ Airport's outer security fencing and other security measures at the Airport
terminal building.
SC-6.3 LIAPD-Issued Security Badges
The Contractor shall be responsible for obtaining a photo -
identification security badge issued by the LIAPD for each supervisor or foreman
of each work crew working within the AOA. The Contractor shall obtain LIAPD
security badges for at least one member of each work crew working in separate
areas of the AOA. It is the intent of these specifications that all individuals
responsible to the Contractor. including the Contractor's employees,
subcontractors. suppliers or representatives. either obtain and display an LIAPD
security badge. or obtain and display a Contractor -issued identification badge,
as specified below. AND be escorted or directly supervised by an individual
displaying a current LIAPD security badge.
2699-94 SC - 7
V.
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 bade at all times while operating within the AOA.
Contractor -issued identification badge: shall not be
transferable from individual to individual, but shall be issued to and carried
by the specific employee, subcontractor, supplier.or representative, issued the
badge. The Contractor -issued identification badges 'shall be renewed by the
Contractor every thirty (30) days during the project construction period. The
Contractor shall be responsible for all Contractor -issued identification badges.
All expired identification badges or badges invalidated by termination of the
holder's employment, completion of construction activities, or other reasons,
shall be confiscated by the Contractor and retained by the Contractor until the
end of.the project. It shall be the Contractor's responsibility to record and
account for all Contractor -issued identification badges. All identification
badges issued by the Contractor during the project and the records of said badges
shall be transferred to the possession of the LIAPD at the completion of the
project.
The Contractor -issued identification badge does not allow
unlimited access to all -areas within the AOA, but will permit only escorted or
directly supervised access to only those portions of the AOA under construction
by the Contractor. EveXy individual operating within the AOA shall display
either an LIAPD-issued security, badge or a Contractor -issued identification badge
at all times. All individual employees, subcontractors, suppliers or
representatives, or groups of employees, subcontractors, suppliers or
representatives, must be escorted or directly supervised by an individual bearing
a valid LIAPD-issued security badge at all times while within the AOA. Persons
within the AOA not possessing a valid LIAPD-issued security badge, or escorted
or directly supervised by an individual possessing a valid LIAPD-issued security
badge, shall be: considered in violation of LIAPD security requirements and shall
be subject to immediate removal from the AOA and any other disciplinary actions
necessitated by LIAPD security arrangements.
SC-6.5 Contractor's Entrance Gat
r. The Contractor shall provide an entrance gate to the AOA for
the Contractor's employees, subcontractors, suppliers and representatives at a
location directed by the Engineer. This entrance gate shall be provided,
installed, and, at the end of all construction activities, shall be removed, and
r the existing fence reinstalled to the satisfaction of the Engineer, by the
Contractor at no additional expense to the Owner. Adjacent to the Contractor's
entrance gate, outside the AOA, the Contractor shall provide a parking area for
the Contractor's employee's personal automobiles. The limits of this
parking/storage area shall be as directed by the. Engineer. At the completion of
i this project, any damage done by the Contractor to this area shall be repaired
to the satisfaction of the Engineer at no additional cost to the Owner. Repairs
shall include, but not be limited to, regrading and reseeding or repaving any
damaged areas.
r' 2699-94 SC - 9
OM
Any expired or altered badge, or any badge bearing a photograph
not matching the bearer, shall be brought to the attention of the LIAPD and shall
be immediately confiscated by the LIAPD or the Director of Aviation.
_ SC-6.8 Cranes or Hoists
.-� Any construction activity utilizing a crane or any other
hoisting device shall have the prior, written approval of the Federal Aviation
Administration. The Contractor shall be responsible for filing the prescribed
forms for airspace clearance in accordance with Part 77 of the Federal Aviation
Regulations. Applications for airspace clearance must be submitted at least
thirty (30) days prior to the beginning of construction activities. To avoid
construction delays, the.Contractor is urged to file the prescribed forms in a
r^ 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, the following information is required:
1. Exact location of construction activities utilizing a
crane or other hoisting device.
2. Maximum extendable height of crane or other hoisting
r. device.
3. Duration of construction activities utilizing a crane or
other hoisting device.
4. Daily hours of crane or other hoisting device operation.
The top of the crane or other hoisting device shall be marked
with a 3-foot by 3-foot safety -orange and white checkered flag. The crane or
other hoisting device shall be lowered at night or at the conclusion of
construction activities, or during periods of poor visibility (IIS conditions)
as directed by the Director of Aviation or the Engineer, or at any other time at
the direction of the Director of Aviation or the Engineer.
The Contractor shall notify the Engineer- and Director of
Aviation at least forty-eight (48) hours prior to actual erection of the crane
or other hoisting -device.
SC-7 CONTRACTOR'S PLANT SITE, STORAGE AND OFFICE AREAS)
The Contractor shall make his own provisions for plant site, storage and
r" office areas. If the Contractor desires to utilize an on -airport location,
arrangements must be made with the Director of Aviation. The following specific
requirements apply to on -airport plant site, storage and office areas.
2699-94
1. The Contractor will be held completely responsible for any
damage or deterioration in areas allowed for Contractor's use.
The Contractor will also be responsible for maintenance of
areas and dust control for the duration of: the project.
SC - 11
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.
SC-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.
SC-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
C 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.
SC-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.
►- 2699-94 SC - 13
PM
r
r"
each end. Barricades shall be spaced with no more than 3' clearance between the
ends. Suitable warning signs illuminated at night by acceptable light units,
shall be provided for closed runways, apron, taxiways and roadways. Obstructions
shall be illuminated at night. The proper illumination of obstructions is
critical to the safe operation of aircraft on the Airport. All warning lights
shall be equipped with photocell controls to automatically turn on the lights at
night and turn them off at daytime. The lights shall be checked daily by the
Contractor to assure that batteries or power cells are in working order. In
addition, the lights shall be checked by the Contractor at night on a daily
basis. Any lights found to be out of -order, flashing_ weakly or in otherwise less.
than acceptable operating condition shall -be -immediately replaced or repaired,.
The Engineer may susvend work on the project if the Contractor's warning lights
r- are not maintained in an acceptable manner. A twenty-five dollar (S25.00) charge
will be assessed the Contractor for each light. per day. found to be inoVerative
by owner's personnel or representatives.
ow
SC-14 PREVENTION OF AIR AND WATER POLLUTION
The Contractor shall use suitable precaution to minimize air and water
r'
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.
SC-15 PROGRESS SCHEDULE
Within thirty (30) days after award of the contract, the Contractor
�•
shall submit a progress schedule for the project. The progress schedule shall
be prepared in a form suitable to the Engineer and shall show the proposed
starting and completion dates for each phase of construction and each item of
work within each phase. The progress schedule shall include a "Percent Complete
r'
Curve", with the monthly amount, cumulative amount and cumulative percent. The
progress schedule, when submitted in suitable form and provided the schedule
indicates certain completion of the project within the time specified, will be
approved in writing by the Engineer.
Revision or changes in the approved progress schedule may be made only
with approval of the Engineer.
SC-16 PUBLIC CONVENIENCE AND SAFETY
Materials stored on the airport shall be so placed and the work shall,
at all times, be so conducted as to cause no greater obstruction to the air and
ground traffic than is considered necessary by the Engineer. In protecting
operational areas, the minimum clearances maintained for runways shall be in
agreement with Part 77 of the Federal Aviation Regulations. During construction
of the project, the Contractor shall also maintain operational safety on the
Airport in accordance with FAA's Advisory Circular 150/5370-2C, "Operational
Safety on Airports During Construction," included in the Appendix of these
2699-94 SC - 15
r
remain the property of the Owner, unless otherwise indicated. All materials and
debris specified to be disposed of by the Contractor shall become the property
of the Contractor and shall be properly disposed of off the airport property by
the Contractor.
SC-20 CONFORMITY WITH PLANS AND ALLOWABLE DEVIATIONS
Finished surfaces shall conform to the lines, grades, cross sections and
dimensions. Any deviation from the plans which may be required by the exigencies
of construction shall be determined by the Engineer and authorized by. him in,
writing.
SC-21 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK
All work which has been rejected or condemned shall be repaired or, if
it cannot be satisfactorily repaired, removed and replaced at the Contractor's
expense. Materials not conforming to the requirements of the specifications
shall be removed immediately from the site of the work and replaced with
r�
satisfactory material by the Contractor at his expense.
Work done beyond that shown on the plans, or as given, except as herein
provided, work done without proper inspection, or any extra or unclassified work
done without written authority and prior agreement in writing as to prices, will
be done at the Contractor's risk and will be considered unauthorized and, at the
option of the Engineer, may not be measured and paid for -and may be ordered
removed and replaced at the Contractor's expense.
Upon the failure of the Contractor to repair satisfactorily or to remove
and replace, if so directed, rejected, unauthorized, or condemned work or
r- materials immediately after receiving formal notice from the Engineer, the Owner
may recover for such defective work or materials on the Contractor's bond, or by
action in a court having proper jurisdiction over such matters, or may employ
labor and equipment and satisfactorily repair or remove and replace such work and
charge the cost of the same to the Contractor, which cost will be deducted from
any money due him.
SC-22 DISPUTED CLAIMS FOR EXTRA WORK
In case the Contractor deems extra compensation is due him for work on
r. 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
7 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.
2699-94 SC - 17
.•
SC-25 OPENING OF SECTION OF AIRPORT TO TRAFFIC
Whenever, in the opinion of the Engineer, apron, runway or taxiway is
d in an acceptable condition, it may be opened to traffic upon the written order
of the Engineer. The opening of any section of the work will be held as an
r- acceptance of said section but shall not be considered as a waiver of any of the
provisions of these specifications or contract. Pending final completion and
acceptance of the work, all necessary repairs and renewals on any section opened,
due to defective material or work, to natural causes other than ordinary wear and
tear, or to the operations of the Contractor, shall be performed by and at the
expense-of.the Contractor.
SC-26 CONTRACTOR'S RESPONSIBILITY FOR WORK
Until acceptance by the Engineer of any part or all of the construction,
as provided for in these specifications, it shall be under the charge and care
of the Contractor, and he shall take every necessary precaution against injury
or damage to any part of the work by the action of the elements or from any other
cause whatsoever, whether arising from the execution or from the non -execution
of the work. The Contractor shall rebuild, repair, restore, and make good, at
his own expense, all injuries or damage to any portion of the, work occasioned by
any of the above causes before its completion and acceptance.
SC-27 CORRECTION OF FAULTY WORK AFTER FINAL PAYMENT
The making of the final payment by the Owner to the. Contractor shall not
relieve the Contractor of responsibility for faulty materials or workmanship.
The Contractor shall promptly replace any such defects discovered within one year
from the date of written acceptance of the work.
The Performance Bond shall remain in effect until one year after the
date of the written acceptance of the work to insure compliance by the Contractor
.. with the requirements of this paragraph.
SC-28 SEPARATE CONTRACTS
d- 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 SC-3 for additional requirements concerning separate
contracts.
SC-29 SHOP DRAWINGS
r111 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
r 2699-94 SC - 19
a
P�
The building shall not be less than 150 square feet in floor area and
r shall have not less than two (2) glass windows and one (1) door. A table not
less than 3' wide and 6' long, a desk and two chairs, and a filing cabinet shall
be provided. A minimum of four duplex electrical outlets shall be provided.
The Contractor shall provide a suitable heater fired by either natural
or LP gas. The Contractor shall also provide a suitable refrigerated air cooler.
All fuel and electrical power for the building shall be provided by the
Contractor.
The Contractor shall have a private line telephone installed in the
Engineer's field office for exclusive use of the Owner and Engineer. The.
Engineer will be responsible for subsequent monthly use charges.
SC-33 PROGRESS MEETINGS
A regularly scheduled progress meeting will be held not less than every
two weeks and at other times as required by the progress of the work. The
Contractor, Owner, Engineer and all Subcontractors active on the site shall be
represented. The Contractor shall coordinate and preside at the meetings and
provide for keeping and distributing minutes of the meetings. The purpose of the
meetings shall be to review the progress of the work, maintain coordination of
efforts, discuss scheduling and resolve any problems relating to the work.
7 2699-94 SC - 21
r
TO:
NOTICE OF ACCEPTANCE
The City of Lubbock, Laving considered the proposals submitted and opened on the day of
199__, for work to be done and materials to be furnished in and for:
as set forth in detail in the Specifications, Plans, and Contract Documents for such work for the City of Lubbock; it appearing that
your proposal is fair, equitable and to the best interest of said City, please take notice that said proposal was accepted by the City
Council of the City of Lubbock on the day of 199 at the bid price contained therein, subject to the
execution of and furnishing of all contract documents, bonds, certificates of insurance, and all other documents specified and
required to be executed and fimushed under the contract documents. It will be necessary for you to execute and furnish to the City of
Lubbock all such documents within ten (10) days from your receipt of this Notice.
The five percent (5°/a) bid security, submitted with your proposal, will be returned upon the execution of such contract
documents and bonds within the above specified ten (10) day period. In the event you should fail to execute and furnish such
contract documents and bonds within the time limit specified, said bid security will be retained by the City of Lubbock.
CITY OF LUBBOCK
Owner's Representative
Technical Specifications for
CITY OF LUBBOCK, TEXAS
LUBBOCK INTERNATIONAL AIRPORT
NORTH AIR CARGO APRON AND
TAXIWAY S IMPROVEMENTS
A PASSENGER FACILITY CHARGE PROJECT
CITY OF LUBBOCK BID NO. 13133
CITY OF LUBBOCK PROJECT NO. 256.9982
DECEMBER 1994
1.? zz-f�
Parkhill. Smith & Cooper. Inc.
Engineers - Architects - Planners
f2J'22-�T
TABLE OF • ,M
TECHNICAL SP• CATIONS
REMOVALITEM
• 3 , 's
Para r- avh -- Page
Modifications 150-a
1. Description 150-1
2. Construction Methods 150-1
3. Method of Measurement 150-2
4. Basis of Payment 150-2
ITEM P-152
EXCAVATION AND EMBANKMENT
Modifications
152-a
1.
Description
152-1
2.
Construction Methods
152-1
3.
Topsoil
152-7
4.
Method of Measurement
152-8
5.
Basis of Payment
152-8
ITEM P-155
LIME -TREATED SUBGRADE
Modifications
155-a
1.
Description
155-1
2.
Materials
155-1
3.
Equipment
155-7
4.
Construction Methods
155-7
5.
Method of Measurement
155-10
6.
Basis of Payment
155-10
ITEM P-156
RARY AIR AND WATER POLLUTION. SOIL EROSION. AND SILTATION CONTROL
Modifications 156-a
1. Description 156-1
2. Materials 156-1
3. Construction Methods 156-2
4. Method of Measurement 156-4
5. Basis of Payment 156-5
r
STEM P-304
CEMENT TREATED BASE COURSE
Paragraph a e
_ Modifications 304-a
1. Description 304-1
2. Materials 304-1
3. Construction Methods 304-5
4. Repairs of Defective Pavement Slabs 304-25
5. Removal and Replacement of Defective Pavement Areas 304-28
6. Tolerance in Pavement Thickness 304-28
7. Method of Measurement 304-28
S. Basis of Payment 304-29
TxDOT ITEM 345
ASPHALT STABILIZED BASE (PLANT MIX)
Modifications 345-a
ITEM P-401
BITUMINOUS PAVEMENT
Modifications
401-a
1.
Description
401-1
2.
Concrete
401-1
3.
Construction Methods
401-1
4.
Method of Measurement
401-4
5. -
Basis of Payment
401-4
ITEM P-501
PORTLAND CEMENT CONCRETE PAVEMENT
Modifications
501-a
1.
Description
501-1
2.
Concrete
501-1
3.
Construction Methods
501-1
4.
Method of Measurement and Basis of Payment
501-2
ITEM P-602
BITUMINOUS PRIME COAT
Modifications
602-a
1.
Description
602-1
2.
Material's
602-1
3.
Construction Methods
602-1
4.
Method of Measurement
602-2
5.
Basis of Payment
602-2
r
T
C
ITEM P-603
BITUMINOUS TACK COAT
Paragraph
Page
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
ITEM P-605
TJOINT SEALING FILLER
Modifications
605-a
1.
Description
605-1
2.
Materials
605-1
3.
Construction Methods
605-2
4.
Method of Measurement
605-4
5.
Basis of Payment
605-5
ITEM P-610
STRUCTURAL PORTLAND CEMENT CONCRETE
Modifications
610-a
1.
Description
610-1
2.
Materials
610-1
3.
Construction Methods
610-3
4.
Method of Measurement
610-5
5.
Basis of Payment
610-5
ITEM P-620
RUNWAY AND TAXIWAY PAINTING
Modifications
620-a
1.
Description
620-1
2.
Materials
620-1
3.
Construction Methods
620-3
4.
Method of Measurement
620-5
5.
Basis of Payment
620-5
ITEM D-701
PIPE FOR STORM DRAINS AND CULVERTS
Modifications
701-a
1.
Description
701-1
2.
Materials
701-1
3.
Construction Methods
701-3
4.
Method of Measurement
701-5
5.
Basis of Payment
701-5
Para rE avh
1.
2.
3.
4.
5.
1.
2.
3.
4.
5.
ITEM D-752
CONCRETE CULVERTS. HEADWALLS. AND
MISCELLANEOUS DRAINAGE STRUCTURES
Modifications
Description
Materials
Construction Methods
Method of Measurement
Basis of Payment
ITEM T-901
SEEDING
Modifications
Description
Materials
Construction Methods
Method of Measurement
Basis of Payment
ITEM T-904
SODDING
PaRe
752-a
752-1
752-1
752-3
752-5
752-5
901-a
901-1
901-1
901-3
901-5
901-5
Modifications
901-a
1.
Description
901-1
2.
Materials __
901-1
3.
Construction Methods
901-3
4.
Method of Measurement
901-5
5.
Basis of Payment
901-5
ITEM L-108
INSTALLATION OF UNDERGROUND CABLE FOR
AIRPORTS
Modifications
108-e
1.
Description
108-1
2.
Materials
108-1
3.
Construction Methods
108-3
4.
Method of Measurement
108-5
5.
Basis of Payment
108-5
ITEM L-109
INSTALIATION OF AIRPORT TRANSFORMER VAULT AND
VAULT EQUIPMENT
Modifications
109-'a
1.
Description
109-1
2.
Materials
109-1
3.
Construction Methods
109-3
4.
Method of Measurement
109-5
5.
Basis of Payment
109-5
ITEM L-110
INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL, DUCT
Paragraph Page
Modifications 110-a
1. Description 110-1
2. Materials 110-1
3. Construction Methods 110-3
4. Method of Measurement 110-5
5. Basis of Payment 110-5
ITEM L-125
INSTALLATION OF AIRPORT LIGHTING SYSTEMS
Modifications 125-a
1. Description 125-1
2. Materials 125-1
3. Construction Methods 125-3
4. Method of Measurement 125-5
5. Basis of Payment 125-5
ITEM F-162
CHAIN LINK FENCES
Modifications -- 162-a
1. Description 162-1
2. Materials 162-1
3. Construction Methods 162-3
4. Method of Measurement 162-5
5. Basis of Payment 162-5
ITEM MC
MISCELLANEOUS CONSTRUCTION
Modifications MC -a
1. Scope of Work MC-1
2. Materials and Construction Methods MC-1
3. Method of Measurement MC-1
4. Basis of Payment MC-2
ITEM IW
RRIGATION_WELL _MODIFICATIONS
Modifications IW-a
1. General IW-1
2. Construction Methods IW-1
3. Method of Measurement IW-4
4, Basis of Payment IW-4
t
ITEM IP
IRRIGATION WELL MODIFICATIONS
CParagraph
Page
Modifications -
IP-a
1.
General
IP-1
2.
Piping Materials
IP-1
3.
Valve and Standpipe Materials
IP-2
4.
Construction Methods
IP-2
5.
Method of Measurement
IP-6
6.
Basis of -Payment
IP-6
ITEM ER
TEMPORARY EROSION. SEDIMENTATION AND WATER
POLLUTION PREVENTION AND CONTROL
Modifications
IW-a
1.
Description
ER-1
2.
Materials
ER-1
3.
Construction Methods
ER-2
1
4.
Method of Measurement and Basis of Payment
ER-5
row
is
I
r
I
Modifications to
ITEM p 150 REMOVAL OF EXISTING PAVEMENT
Item P-150, Removal of Existing Pavement, of the project specifications, shall
be modified as follows:
1. Paragraph 150-1.2 CLASSIFICATION - Delete the first sentence of this
paragraph and insert the following:
"Pavement to be removed and disposed of shall consist of
existing asphalt surface course and base course material."
2. Paragraph 150-2 CONSTRUCTION METHODS - Delete the second sentence in the
second subparagraph.
3. Paragraph 150-2 CONSTRUCTION METHODS - Delete the third and fourth
subparagraphs, and insert the following:
"All existing materials to be removed and disposed of under this
item shall be removed by the Contractor, and shall be disposed of in
appropriate disposal areas off the Airfield property. Removal
operations shall be accomplished in such a manner to minimize
disturbance of existing underlying courses and adjacent- pavement
structures or improvements to remain in place. Any underlying
courses disturbed during removal operations shall be reworked,
recompacted and regraded to the satisfaction of the Engineer. Any
damage to adjacent pavement structures or improvements t remain in
place shall be repaired to the satisfaction of the Engineer."
4. Paragraph 150-4 BASIS OF PAYMENT - Add the following new subparagraph:
"Payment will be made under:
2699-94
Item P-150, Remove and Dispose of Existing Asphalt
Surfacing and Base Course Material on Taxiway A,
Taxiway S and the Service Road, complete, per
square yard; and
Item P-150, Remove and Dispose of Existing Asphalt
Surfacing Material, Portland Cement Concrete
Buried Slab Material and Base Course Material, per
square yard."
150 - a
ITEM P-150 REMOVAL OF EXISTING PAVF-4ENT
150-1. DESCRIPTION
150-1.1 General
a This item shall consist of the excavating, re-o:al and
disposal of certain portions of the existing airfield paving in acccr::znce
these specifications and in conformity with the dimensions and typical cress
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 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
150 - 1
q
ltodificationsito
T P 152 EXCAVATION AND EOAtDQ+iEN'T
Item
P-152, Excavation- and Embanlmaent,` of the project specifications. shall be .
modified as follows:
1.
Paragraph 1.2, CLASSIFICATION-- Delete paragraphs (b) Rock'Excavation, (c)
r : "
Muck Excavation, (d) Drainage Excavation,and '(e) Jorrow Excavation. All
material excavated under this item i shall be unclassified excavation.:
2.
Paragraph 2.1, 0Eh1ERAL - Delete the first paragraph. Clearing iextd grubbing
1`► :'"
are not required.
3.
Paragraph 2.1, GENERAL - Delete the .pecond,;paragraph and all further
references to unsuitable materials, being disposed of in waste areas shown
on the plans. All unsuitable material shall:becozae the property of the
Contractor and shall be disposed of ip.an area outside the Airport property
at the Contractor's expense.
4.
Paragraph 2.2 ; EXCAVATION Deleteq.lthi second paragraph and insert the
,.
following:
I
"When the volume of the'ezcavation exceeds .that required , -to_._.-
construct 'the embankments to' the ,grades 'indicated. tie' excess'
•
shall become the Contractor's property and shall-be:disposed of
.'.
off Airport property at the Contractor's expense When the
volume of excavation is not sufficient for constructing the fill
to ther grades indicated, !the: deficiency `shall: be obtaiined from
areas of the project with excess', excavation, or- shall b obtained
�
from borrow areas located on Ai p ortproperty..In eiiher ,rase,
�,, .
any, additional. hauling, `''or ; d "p sal expenses shall. be the
{f.
Contractor's responsibility.!
Paragraphs 2.2(a), (b), (c) and (d) - Delete these ;.paragraphs
i
6.
Paragraph 2.2(e), faction Requirements The first sentence shall be
{ .. ..
revised 'to read:
"The subgrade under'areas'.to be'paved'shall be compacted.: to
{'
the depths and densities shownion the drawings.'
i.
7.
Paragraph 2.2(e), Compaction Requirements - Add the following sentence to
the second paragraph.-.; ...
j
"The compaction requirements of ASW-. D1557 shall be
applicable for all: construction► accomplist►ed for this
6
i
project."
!'
8.
Paragraph 2.2-(e),, Compaction Requirements - Delete all references to
blasting. Blasting will �.be permitted in than, construction of this
project.
269944 152IOL
j
-
� I.
3
-� I
9. Paragraph 2.3, BORROW EXCAVATION - Delete the first sentence of the first
paragraph and insert the following:
"Borrow may be obtained from borrow areas located on the
Airport property, as shown on the plans or as directed by
the Engineer."
10. Paragraph 2.6, Formation of Embankments - The sixth sentence in the fourth
paragraph shall be revised to read:
"Samples of all embankment materials for testing, both before and
after placement and compaction, will be taken at the. Engineer's'
discretion."
11. Paragraph 2.6, Formation of Embankments Delete the fifth paragraph and
insert the following:
"Rolling operations shall be continued until the embankment is
compacted to not less than 95 percent of maximum density for
noncohesive soils, •and 90 percent of maximum density for cohesive
soils, as determined by ASTM D1557."
12. Paragraph 2.10, TOPSOI - In the fourth sentence of the first subparagraph,
insert "500" into the first blank provided, and 0250" into the second blank
provided. Delete the third and fourth subparagraphs of this paragraph.
13. Paragraph 3, METHOD OF MEASUREMENT Delete this paragraph and insert the
following paragraphs.
"The quantity of excavation, grading and topsoiling in unpaved
areas, and the quantity of excavation, grading and subgrade
preparation, to be paid for under this item shall be the number
of square yards constructed and accepted. This item shall
include, but not be limited to, excavation from borrow areas,
hauling to the construction site, placing and construction of
embankments, and all subgrade densification, complete, as
specified."
14. Paragraph 4, BASIS OF PAYMENT Delete this paragraph and insert the
following:
"Payment shall be made at the contract unit price bid per square
yard, regardless of the materials encountered. This price shall
be full compensation for furnishing all materials, labor,
equipment, tools and incidentals necessary to complete the item.
All other forms of excavation and construction of embankments
shall be considered subsidiary obligations of the Contractor and
-- covered under other contract items'.
Payment will be made under:
Item P-152, Excavation, Grading and Subgrade Preparation Under
Portland Cement Concrete Pavement, complete, per square yard;
152 - b
r
Item P-152, Excavation, Grading and Subgrade Preparation Under
Bituminous Pavement, complete, per square yard; and
Ira
Item P-152, Excavation, Grading and Topsoiling in Unpaved Areas,
complete, per square yard."
l
lob
i
I
L
;r
i
'„"
152-c
AC 150!537C�-10A
2.'17/89
7
ITEM P-152 EXCAVATION AND EMBANKMENT
DESCRIPTION
152-1.1 This item covers excavation. disposal, placement. and compaction of all materials %wit:an t^: itmtts
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:
St. 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 matenals 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
j 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-
L 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-
r
4:
152 - 1
AC 15015370-10A 2117/69
vate the site in such a manner as to preserve the anifacts 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 : inches (I DC- mmi, 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 steal:
notify the Engineer, who shall arrange for their removal if necessary. The Contractor shall. at his " ner aw n
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 stakes 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 [
]. 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 pan 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.
e. Overbreak. Overbreak, including slides, is that portion of any material displaced or loosened
beyond the finished work as planned or authorized by the Engineer. The Engineer shall determine if the
displacement of such material was unavoidable and his/her decision shall be final. All overbreak shall be
graded or removed by the Contractor and disposedofas 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
1
W.
AC 1SVE '!'-'Do
wise shown on the plans. All existing foundations shall be excavated for at least 2 feet (6 cm) below Me tc7
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 ce^t
] and to a density of not less than [ ] percent of the ataxnmum censity as determined b}
ASTM ( )
Payment for suitable materials removed, manipulated, and replaced in order to obtain the required depth of
density will be paid for as unclassified excavation.
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
k inches (150 trim) of the subgrade. The finished grading operations, conforming to the typical cross section,
l 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.
All operations of the Contractor in connection with the transportation, storage, and use of explosives shall
conform to all state and local regulations and explosive manufacturers' instructions, with applicable ap-
t 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 arm where pertinent factors affecting blast vibrations and their effects in the area
rem-n 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
f""
ac 1so!5370-10A
2/17189
These records shall be made available to the Engineer on a monthl, basis or in tabulated form at other times
as required.
152-2.3 HORROR' 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 honzonta! any
vertical limits as staked or as directed.
When borrow sources are outside the boundaries of the airport property, it shall be the Contractor's r- non-
sibility to locate and obtain the supply, subject to the approval of the Engineer. The Contractor shall, nottf%
the Engineer, at least 15 days prior to beginning the excavation. so necessary measurements and tests car. 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 EMBANEMEN"T 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 FORIMATION 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
A: 15C 5_57:
2'17189
r
t
permit proper compaction or rolling, all work on all ;of the affected portions of the -embankment shall be
delayed until the material has dried to the required moisture content. Sprinkling of dry material to obtain
the proper moisture content shall be done with approved equipment that will sufficiently distribute the
water. Sufficient equipment to furnish the required water shall be available at al: umes. Sa::uics o: all em-
bankment materials for testing, both before and after placement and compaction. wil; be take, f.r ta_`
[ ]. Based on these tests, the Contractor shall make the necessary corrections and adius:mcnts Ir 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 ( ). Cinder all areas to be paved, the embankments shall be compacted to a depth of
[ J and to a density of not less than [ ) percent of the maximum density as determined by
ASTM [ ).
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 be incorporated under
t 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. Rockfill shall be brought up in
152-5
k;�
AC 150/537d-10A 2117/89
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-:ater:al cannot
be placed in layers of the prescribed thickness without crushing. pulverizing or further breaking down ire
pieces, such material may be placed in the embankment as •directed in layers not exceeding = feet tots cm) in —
thickness. Each layer shall be leveled and smoothed with suitable leveling equipment and by distribution of
spalls and finer fragments of rock. These type lifts shall not be constructed above an elevation 4 feet (120
cm) below the finished subgrade. 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 FAMISHING 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 low 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
r
A` '1501537,-10A
2!1'/ES
r
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.
r" 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 later rehandling of such material is directed by the Engineer, the material
i 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.
r^ 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.
e
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
completion of all [excavation][embankment] operations and prior to the placing of base or subbase material.
the final [excaration][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).
r
152 - 7
i
ac 150/5370-10A
BASIS OF PAYMENT
2/:7189
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
denials 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
AC '5015370-!CA
TESTING REQUIREMENTS
ASTM D 698 Tests for Moisture -Density Relations of Soil- an� Soi:-Aj:-
gregate Mixtures. Using 5.5-pound (_.: kgi Ra.^. mer a c :_-
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 Sciis and Sei;-Ag-
gregate Mixtures. Using 10-pound (4.5 kg) Rammer anc 1-i-
inch (45 cm) Drop
ASTM D 2167 Test for Density -of Soil In -Place by the Rubber Balloon
Method.
152-9
Modifications to
r
7'1'F_M P.155 LIME -TREATED SIISGWE
Item P-155 Lime -Treated Subgrade of the project specifications shall :be modified
j
as
follows:
u
1.
Paragraph 155-2.1 HYDR&4T ED LIME. Delete this paragraph and all subsequent
references to hydrated lime Only, commercial lime slurry 'shall be used'on
' `
this project. ,. : Lime used in; Commercial lime' slurry shall meet , the
requirements of ASTM C207, Type'N or ASTM-C977. _-
Poo!
2.
Paragraph 155-3.1 LIMEDelete this paragraph and insert the following:
"Lime shall be'appl ed at tha rate of SX by weight for the::
depth of :subgrade treatment shown." .
P gr,
..
t
3.
Paragraph 155-5.1 EQUIPMENT aAdd the following to;this paragraph
ram.
"All.machinery, tools. and equipment shall) be Ion site and
approved by the Engineer prior to the beginning of
construction :operations and shall be maintained; in a
i+
it
satisfactory working_ condition throughout the-oonstruction
period.",
4.
Paragraph155-6.2a. Dry, Placing `Delete this paragraph. Only slurry
I r'
placing sha11'be allowed on this project..
P 8 P ,.:
i
5.
Paragraph 155-64'`COMPACTION In the third sentenceof, tthi .:first
subparagraph,char a the ` required fielddensity • r m P
.. 8, de 95.
r-,
ces change" 'the controlling
percent. In the fourth and; eighth lling
specification -from ASTM D,698,;g ASTM D 1557. In -place field density tests
shall represent not more than'600 square yards::
'Pon
6.
Paragraph`155-7.2. ''Delete this paragraph and insert the fallowing
"The' amount of Rime to be paid for 'shall .be the number''of '
tons (2,000 pounds) . ' of lime (based on the'calculated ,dry -
lime` content of the lime ;Blurry) aced as euthorited.•
7.
'Paragraph 155-8.2 Delete the first :sentence and insert the following.
"Payment shall be made at 'the contract unit price per ton of:
lime.•
8.
Paragraph 155-8.2.'Delete the second paragraph and, insert the following:
"Payment will;.be made under
mob
At:
2699-94 :155 a
i
.. 's
�Ii
,r
Item P-155, Lime -Treated Subgrade, excluding lime, minimum 6-inch
thickness, complete. per square yard; and
r
Item P-155, Lime Used in Lime -Treated Subgrade, per ton."
P0. 9. TESTING REQUIREMENTS: Add the following.
i ASTH D 1557 Moisture -Density Relations of Soil and Soil -
Aggregate Mixtures Using 10 lb (4.54-kg) Rammer
and IS inch (4.57 mm) Drop.
i
I;
.parr'
i
i
i 4
11;2!90 AC 150!5370-10A CHV. =
F ITEM P-10-5 LIME —TREATED SUBGRADE
DESCRIPTION
This item shall consist of constructing one or more courses of a Mimure of soil, ltrn:, an' wale: in ac-
cordance with this specification, and in conionnity with the lines, grades, thicknesses, and typical crosz se irons
shown on the plans.
MATERIALS
HYDRATED LIME. Hydrated lime shall. conform to the requirements of ASTM C 977.
COMMERCIAL LIME SLURRY. Commercial lime slurry shall 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 slimy 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.
155-23 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%, —0%
155-1
r
AC 150/5370-10A
2/17/89
WEATHER LIMITATIONS
I55-4.1 WEATHER LIMITATION. The lime -treated subgrade shall not be mixed while the atmospheric
temperature is below 40' F (4' Q or when conditions indicate that temperatures may fall below- 40' F (4' Q
within 24 hours, when it is foggy or rainy, or when soil or subgradc is frozen.
EQUIPMENT
155-5.1 EQUIPMENT. The equipment required shall include all equipment necessary to mmpletr this
item such as: grading and scarifying equipment, a spreader for the lime or lime slurry, mixing or. pulveri3ng
equipment, sheepsfoot and pneumatic or vibrating rollers, sprinkling equipment, and trucks.
CONSTRUCTION METHODS
I55-6.1 GENERAL It is the primary requirement of this specification to secure a completed subgrade
containing a uniform lime mixture, free from loose or segregated auras of uniform density and moisture "-
content, well bound for its full depth, and with a smooth surface suitable for pbacing 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 tercet 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 seoondary 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 lima and oompacting until it is of uniform stability. 'Ile 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
aocvrately 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 tuatexial. However, the Contractor shall be required to roll the
subgrade, as directed by the Engineer, and correct any soft arras 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.
I55-6.2 APPLICATION. Lime shall be spread only on that area where the first mixing operations can be
completed dating the same woriang day: The application and mixing of lime with the soil shall be accom-
plished by the methods hereinafter descnbed 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 lime 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. 71ic 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
2117/89 AC 150.'537C.-'C:
Ip l ic:re s,::ea3 si :i re tine armour.: re�utr a to: ri xtii_ t,5 t e sfie'i:.ce. cep:r « :. n «c:.: 5�::
l age dctermu=cd m the job mist formula. The au ►, trioutc, truesnaii conunualiy alztate th- arum to i r the
mixture uniform.
155-6.3 MIXING. The mixing procedure shall be the same for "Dry Placing" or "Slurry Placing" as
�I hereinafter described:
_ a. First rn;.rirg. The full depth of the treated subgrade shall be nixed with a: approved raixing 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 subgmde during mixing to provide a moisture content above the optimum ma s-
ture of the material and to ensure chemical action of the lime and subgrmde. After mixing, the subgraje saal:
be lightly rolled to seal the surface and help prevent evaporation of moisture. The water content o: the
subgrade mixture shall be maintained at a moisture content above the optimum moisture content for amini-.
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
r+ the open air for 6 hours or more, or to excessive loss due to washing or blowing will not be accepted fe-
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 1 th inch sieve._.__... . . ...... 100
Minimum of clods passing No. 4 sieve ........ ..... ......... _......... 60
1554.4 COMPACTTON. 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 marimttm density of laboratory specimens prepared from
samples taken from the material in place. 'Ile 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 tha; has not been compacted shall not be left undisturbed for more thaw 30 minutes.
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 699 and shall be less than that amount which will cause the mixture to become
unstable during compaction and finishing.
ll The material shall be sprinkled and rolled as directed by the Engineer. All irregularities, depressions, or
r. weak spots which develop shall be corrected immediately by scarifying the areas affected, adding or remov-
ing 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.
E
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 bhtding, 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 fetish before the next course is placed or the
work is accepted, it shall be recompacted and refinished at the sole expense of the Contractor.
155-6.5 FINISHING AND CURING. After the final layer or course of lime -treated subgrade has been
compacted, it shall be brought to the required lines and grades in accordance with the typical sections. The
completed section shall then be finished by rolling, as directed, with a pneumatic or other suitable roller
sufficiently light to -prevent hair cracking. The finished surface shall not vary more than 3/8 inch (9 mm)
155 - 3
AC 1501,'5370.10A CHG 2 ' 90
u.`.�n tcst�a ��i� iC-i�t ,;.5 meter; stratchted;c apcited -,amilel with and at rtcrt angles to the paver c:::
line. Any variations in excess of this tolerance shall be corrected by the Contractor,- at hiVner 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 add: or any trafft:
is permiacd, unless otherwise directed by the Engineer. Subseauent courses shall be ar^iied wahm 1- ca\'s alter t
lim:-treated subcrade is cured.
1=5-6.6 THICKNESS. The thickness of the lime -treated subgrade shall be determined by depth tests er Cores
taken at intervals so that each test shall represent no more than 300 square yards (250 square meters), wher the
base deficiency is more than 12 inch (12 mm), the Contractor shall correct such areas in a manner satisfactc-y to
the Engineer. The Contractor shall replace, at his/her expense, the base material where bonngs are taken fe- test
purposes.
1-954.7 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-1554.2 Lime —per pound (kg)
TESTING REQUIREMENTS
ASTM D 698 Moisture -Density Relations of Soils and Soil -Aggregate Mixtures
Using 5.5 lb (2A9 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
Modifications to
ITEM 'P-156 TEMPORARY ATR AND WATER POLLLUTION,
SOIL EROSION. AND SILTATION CONTROL
Item P-156 Temporary Air and Water Pollution,. Soil'Erosion and Siltation Control
of the project specifications 'shall 'be modified as follows:
1. Paragraph;156-1.1. Insert the following new paragraph:
"The specified temporary air and water pollution, soil erosion and:'
siltation control shall be -performed in accordance with the
requirements. of "this, item and :Item ER, TEMPORARYEROSION,
SEDIMENTATION AND WATER. POLLUTION PREVENTION AND CONTROL, of these
specifications."
2. Paragraphs 15674.1 and 156-4.2. Delete these paragraphs and insert the
following:
�•.,
"Temporary air andl water pollution, soil erosion and siltation
control work required to satisfy this item shall be measured per
dump sum."
3. Paragraph 156-5.1. Delete this entire paragraph and insert the following:.
•
"The performance of this work shall be paid at the contract
price bid per lump sum for satisfying the requirements
specified herein, and in Item ER, TEMPORARY EROSION,
SEDIMENTATION AND WATER' POLLUTION PREVENTION AND CONTROL, of
these specifications. The 1price shall be full compensation
for all necessary: temporary air and water pollution,' soil
erosion, and siltation control measures, including maintenance
and replacement of said measures as required during the
project construction period.'°
!
Payment will be '
made under:
rand
Item P-156, Temporary Air and Water :Pollution, Soil Erosion
Siltation Control, per lump sum."
1 7
i
2699-94 156 - a
h
2/17/89 AC 150/537C-10A
r"
ITEM P-156 TEMPORARY AIR AND WATER POLLUTION, SOIL
;. EROSION, AND SILTATION CONTROL
DESCRIPTION
156-1.1 This item shall consist of temporary control measures as shown on the plans or as ordered by the
Engineer during the life of a contract to control water pollution, soil erosion, and siltation throu:h 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
pw 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.
156-2.3 FERTILIZER Fertilizer shall be a standard commercial grade and shall conform to all Federal
i and state regulations and to the standards of the Association of Official Agricultural Chemists.
156-2.4 SLOPE DRAINS. Slope drains may be constructed of pipe, fiber mats, rubble, portland cement
concrete, bituminous concrete, or other materials that will adequately control erosion.
156-2.5 OTHER. All other materials shall meet commercial grade standards and shall be approved by the
Engineer before being incorporated into the project.
CONSTRUCTION REQUIREMENTS
156-3.1 GENERAL. In the event of conflict between these requirements and pollution control laws,
rules, or regulations of other Federal, state, or local agencies, the more restrictive laws, rules, or regulations
shall apply.
The Engineer shall be responsible for assuring compliance to the extent that construction practices, con-
struction operations, and construction work are involved.
156 - 1
r�
AC 1501537a-IOA
2/17189
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 appiicabie 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.
1
156-33 AUTHORM OF ENGINEER, The Engineer has the authority to limit the surface area of erod-
ible earth material exposed by clearing and grubbing, to limit the surface area of erodible earth material
exposed by excavation, borrow and fill operations, and to direct the Contractor to provide immediate 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-
nent seeding and mulching and other specified slope protection work in stages, as soon as substantial areas
of exposed slopes can be made available. Temporary erosion and pollution control measures will be used to
correct conditions that develop during construction that were not foreseen during the design stage; that are
needed prior to installation of permanent control features; or that are needed temporarily to control erosion
that develops during normal construction practices, but are not associated with permanent control features
on the project.
Where erosion is likely to be a problem, clearing and grubbing operations should be scheduled and 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 analysrs of project conditions.
156 - 2
r
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 wil: ad-
versely affect the sediment levels, temporary structures should be provided.
Pollutants such as fuels, lubricants, bitumen, rave sewage, wash water from concrete mixing operations. and
other harmful materials shall not be discharged into or near riven, 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).
e. 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 vard (cubic
meter) of embankment placed at the direction of -the Engineer, in excess of plan lines and elevations.
d. All fertilizing will be measured by the ton (kilogram).
1564.2 Control work performed for protection of construction areas outside the construction limits, such
as borrow and waste areas, haul roads, equipment and material storage sites, and temporary plant sites, will
not be measured 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
i
_._ ons to
Modif;cati
ITEM D-304 CEMENT -TREATED BASE COMIK
Item P-304 Cement -Treated .Base Course Hof the project specifications shall be
modified as follows.
1. Paragraph 304-1.1. Add the following as- the last sentence to this
paragraph:
"Longitudinal construction joints shall be located a minitmum
of five feet from longitudinal: construction joints in the
concrete pavement.""
2. Paragraph 304-2.1 PORTLAND CEMENT;' Insert the requiz~emetnts of;ASTM C'150,.
Type I in the space provided,
3. Paragraph 304-2.3 'AGGREGATE. Add the followit>tg .;as $ new, third
subparagraph:
'The coarse aggregate.(retained an ;the No. 4 sieve) Fha]Ll
have a percent'` of wear not more than 45 'at 500, 'revolutions
as determined by AASHTO T 96.`Tbe coarse aggregate shall .
,.
show no evidence of disintegration nor.show aaotal loss
greater than 16Z when subjected ,'to ,5 ;cycles of 'the sodium
sulphate accelerated soundness teii:specified Iin AASHTQ T ..
`
104.E 'The amount of the fi"tion!b-t,ibaterlal passing tthe No
200 mesh sieve .shall :not dkeee�l one -half 16 fraction
"
passing the No. 40 mesh sieve:" ;
i•q
-
4. Paragraph'304-2.3 AGGREGATE. '`Delete ; the .sieve size a shown in:Table 1 and
insert the.following
�;.
Percentage:by
Sieve Size
Weight Passing,
1%_ inch
100 '
"y
1-inch
70 - 9,0
3/4-inch
55 - 83.
No . 4' , .
30 - 60,
No. 40.10
30:
No. ` 200
5 - 15
r,
5.' Paragraph 304-3 1 Delete this paragraph ,and insert: the 'following:
'Prior to base course consttuction,..laboratosy ;tests ofr
aggregates for.use as base"shah be made to determine ;the,
quantity of cement required.'? The costs of a)l pre=:
construction tests shall be bowie by'the Cont.ractor.Pre-
r
2699-94 304.-s
ilia
h
r
construction tests shall be`bome by the Contractor. Pre -
construction tests shall include gradation, wear and
soundness tests of each source of material and gradation
}"
tests of the combined materials.
The Contractor shall submit to the Engineer for approval
test certificates from an approved commercial laboratory on
,..
the cement treated base mixes proposed for use on this
-- project. Certificates shall include tests made on a minimum
of three separate cement contents for each material proposed
,..
for use. Each of the three tests shall include wet -dry and
compressive strength tests. The compressive tests shall
i
include four tests each at 7 and 28 days for a total of
eight compressive tests for -each cement content. Two tests
r
each at 7 and 28 days shall be soaked specimens. Specimens
shall be prepared and tested in accordance with ASTM D 558,
ASTM D 559 and ASTM D 1633, except that compaction
r
requirements shall be in accordance with ASTM 1)'1557.
Specimens of aggregate, cement and water must develop a
compressive strength of at least 750 psi in 7 days.
.
Specimens are to be subjected to 12 cycles of the wet -dry
tests and the maximum weight loss of the specimens shall be
less than 14%."
6. Paragraph 304-4.6 COMPACTION. In the first sentence of the.second...
subparagraph,_ change the density requirement from 98 percent = 96 percent.
Delete the second sentence of the second subparagraph and insert the
rfollowing:
*The specimens shall be compacted and tested in accordance
with ASTM D 558, except that compaction requirements shall
,+o
be in accordance with ASTH D 1557. In -place field density
tests shall represent not more than 600 square yards.•
7. Paragraph 304 ACCEPTANCE SAMPLING AND TESTING OF CEMENT -TREATED BASE COURSE
(COMPACTION). Delete this paragraph:
S. Paragraph 304.4.7 LAYER THICKNESS. Add the following as a second
subparagraph:
'The thickness of the cement -treated base course shall be
determined from measurements of cores drilled from the
finished base course at intervals so that each test shall
represent no more than 300 square yards. The average
thickness of the base course constructed during one day
shall be within 1/2-inch.of the thickness shown on the
plans. Where the average thickness is not within the
tolerance given, the Engineer shall evaluate the area and
determine if, it shall be reconstructed at the Contractor's
,..
expense or allowed to be left in place without payment being
made for the deficient thickness area. The Contractor shall
replace, at his expense, the base material where borings are
r
i
304 - b
r
9. Paragraphs 304-5.1
and 104-6.1. Cement -treated base course shall be
measured and paid for on a square yard basis. Delete the second paragraph
of 304-6.1.
p.
10. TESTING REQUIREMENTS AND MATERIAL REQUIREMENTS. Acid the following.
"AASHTO T96
Resistance to Abrasion of Small Coarse Aggregate
by Use of the Los Angeles Machine.
AASHTO T104
Soundness of Aggregate by Use of Sodium Sulfate
or Magnesium Sulfate.
ASTM D559
Methods for Vetting -and -Drying Tests of Compacted -
Soil -Cement Mixtures.
ASTM D1557
Test Methods for Moisture -Density Relations of
Soils and Soil -Aggregate Mixtures Using 10-1b
(4.54-kg) Rammer and 18 inch (457 mm) Drop."
i
?'a
F
rrr
Olk
Oft
-
304 - c
rw
F 9/17/B9 AC ts01s370-10A
_
7 ITEM P-304 CEMENT -TREATED BASE COURSE
DESCRIPTION
304-u 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 usmr, a pian of
processing that reduces longitudinal and transverse joints to a minimum.
MATERIALS
304-2.1 PORTL AND 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 graaular 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,
soh, or disintegrated pieces, or objectionable matter. The method used in producing the aggregate shall be
l 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 I36.
304 - 1
II
AC 150/537C-10A 2/17/99
TABLE 1. AGGREGATE C dZNT-
TREATED BASE COURSE
Pceata¢e by
Sieve Size !nr
W'M&ht Passing
i Sieves
2 in. (50 mm)
No. 4 (4.75 min)
No. 10 (1.80 min)
N 40 (450 micro-m)
a
No. 80 (210 micro-m) I '
The gradations in the table represent the limits which shall determine suitability of aggregate for use from
the sources of supply. The final gradations decided on, within the limits designated in the table, shall be well _
graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on 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 4319.
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 AST'M 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
AC 150!5370-10A
2/17/89
TABLE 2.
BITUMrNOUS MATERIAL _
Applieavon Temperature
Type and Grade I
Specification
Deg. F
Deg. C
Cutback Asphalt
RC-70
ASTM D 2028
( 120-160
50-70
RC-250 I
I 160-200
i
70-95
Emulsified
Asphalt
RS-11 SS-1
ASTM D 977
75-130
25-55
CRS-1
ASTM D 2397
75-130
25-35
CEMENT CONTENT
30".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 LE TTATIONS. 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.
304-42 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
3(u".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.
3044.6 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 [ J
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
AC 150/537C-10A
TABLE 3. SLIDING SCALE PAY FACTORS
` Average Percent Density Recommended Percent Payment
rl
98.0 and greater 100
97.0-97.9 95
96.0-96.9 i 9
95.0-95.9 75
+. Less than 95.0 reject
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 559 and shall be less than that amount which will cause the mixture to become unstabie
{ during compaction and finishing.
304-4.7 LAYER THICKNESS. The maximum depth of a compacted layer shall be 6 inches (150 mm),
except where that total depth of the compacted base course is required to -be greater than 6 inches (150
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
t next layer. Successive layers shall be placed and compacted so that the required total depth of the base
E course is completed the same day.
304-4.8 FINISHING. Finishing operations shall be completed during daylight hours, and the completed
base course shall confohn to the required lines, grades, and cross section. If necessary, the surface shall be
lightly steed to eliminate any imprints made by the compacting or shaping equipment. The surface shall
then be recompacted to the required density. The compaction and finishing operations shall be completed
r' 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 3/9 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
joint shall be formed by a header or by cutting back into the compacted material to form a true vertical face
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
im 150/5370-10A
2117189
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.
3o4-52 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 pordand 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
2/1T/89
AC 15015370-IDA
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
ASTM C 150
Portland Cement
ASTM C 595
Blended Hydmulic Cements
ASTM D 977
Emulsified Asphalt
ASTM D 2028
Liquid Asphalt (Rapid Curing Type)
ASTM D 2397
Cationic Emulsified Asphalt
304 - 7
}
s
Modifications to
("
TDOT ITEM 345 ASPHALT STABILIZED BASE fPlANT MIX)
The
Texas Department of Transportation ;(TxDOT) Standard Specifications for
Construction
of Highways, Streets and Bridges, 1993, Item 345, Asphalt Stabilized
Base
(-Plant Mix). shall be modified as:follows:
r-'
1.
Paragraph 345.2.(1)(a) Description. ''Delete 'reference to reclaimed agislt,
pavement (RAP) in this paragraph. Delete.any reference to RAP `throughout
this entire specification.
Paragraph 345.2.(2)(a) Asphaltic Stabilized Mixture. Delete the first
sentence in this paragraph, and insert the following:
"Asphalt for the paving mixture shall be -Viscosity Grade AC-10, in
accordance with ASTM D3381.•
3.
Paragraph 345.2.(2)(c) Tack Coat. Delete this entire paragraph.Tack
�..'
coats shall meet the requirements of Item P-603, BITUMINOUS TACKItOAT, of
these specifications.
4.
Paragraph'345.3.(2) Grades. The gradation of the aggregate material shall
oam
q
conform to Grade-1.
5.
Paragraph 345.4.(6) Motor Grader, Delete this entire paragraph.
Spreading and/or finishing the asphalt stabilized base course:material
I
with a motor grader will not be approved.
I.
6.
Paragraph 345.6.(2) Tack Coat. Delete this entire paragraph. Tack coats
shall meet the requirements of Item P- 603, BITUMINOUS . TACK COAT, of 'these
specifications.
7.
Paragraph 345.6.(6)(a). In -Place Density. Add the following new
subparagraph:
�7
"The asphalt stabilized base material shall The accepted for density
in accordance with the 'requirements' for acceptance 'sampling and
testing in Item P-401, PLANT, MIX BITUMINOUS PAVEMENTS, of these
specifications. ' Table 6, Sliding Scale Pay Fitctors, shall'be revised
as follows:
Average Percent Density Recommended Percent Payment
96.0 and greater 100 percent
_ 95.0 - 95.9 15 percent
Less than'95.0 percent Reject
!7
2699-94
345 - a
,7
l
8. Paragraph 345.6.(8) Opening to Traffic. The completed asphalt stabilized
base course shall not be opened to aircraft traffic. Construction traffic
may be allowed on the course, however, the Contractor shall be responsible
for protecting the course from damage due to traffic. The Contractor
shall repair all areas damaged prior to application of the Item P-401,
BITUMINOUS SURFACE COURSE.
9, Paragraph 345.8.(1) In the second subparagraph, revise reference to
payment of tack coat. Tack coat shall be measured and paid for under Item
P-603, BITUMINOUS TACK COAT, of these specifications.
10. Paragraph 345.6. Payment. Add the following new subparagraph:
"Payment will be made under
r
Item TxDOT-345, 6-inch Asphalt Stabilized Base Course, complete,
,., per ton."
a
I
1�
l:
A _
2699-94 345 b
Modifications to
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 401-2.1a. Coarse Aggregate. - Delete all references to slag.
Slag material shall not be approved for construction of this project.
3. Paragraph 401-2.1a. Coarse Aggregate. Insert 040" into the blank provided
in the second sentence 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 ASTM C88. If the
requirements for sodium sulfate soundness cannot be met, a
weighted loss in excess of 9 percent, but not to exceed 14
percent, will be accepted provided the coarse aggregate can be
shown to have a satisfactory service record of at least 5 years.
duration under similar conditions of service and exposure."
.4. Paragraph 401-2.1a. 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 D3361" into the
blank provided.
6. Paragraph 401-3.2 JOB MIX FORMULA - Add the following sentence to the.first
subparagraph:
"The job mix formula shall be prepared by a commercial laboratory at
the Contractor's expense."
7. Paragraph 401-3.2 JOB MIX FORMULA - Inthe fifth subparagraph, insert "30"
into the blank provided.
S. TABLE 2 - MARSHALL DESIGN CRITERIA - Delete the table shown and insert the
following. The design criteria required 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.
2699-94
401 - a
TABLE 1. MARSHALL DESIGN CRITERIA
Test Property Required Test Value
Number of Blows 75
Stability,
pounds, minimum 2150
Flow, 0.01 inches 10 - 14
Air Voids, percent 2.8 - 4.2
r"
Percent Voids in
Mineral Aggregate,
minimum See Table 2
9.
TABLE 3 - AGGREGATE - BITUMINOUS PAVEMENTS - Delete the table shown and
insert the following:
TABLE 3. AGGREGATE - BITUMINOUS PAVEMENTS
i
Percentage by Weight
^.
Sieve Size Passing Sieves
3/4-inch 100
1/2-inch 79 - 99
3/8-inch 68 - 88 -
',I
No. 4 48 - 68
No. 8 33 - 53
No. 16 20 - 40
No. 30 14 - 30
No: 50 9 - 21
No. 100 6 - 16
.••
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 0150-feet" into the first blank and 1112-feet' into the
second blank:
*'
12.
Paragraph 401-4.10 TRANSPORTING, PLACING, AND FINISHING. In the fifth
'e
sentence of the fourth subparagraph, insert •12-feet" into the blank
provided.
13
Paragraph 401-5.2f(5) Smoothness. In the first sentence, insert "%-inch"
a ---
_
into the blank provided. In the third sentence., insert "2,000 square
yards" into the blank provided.
14.
Paragraph 401-5.2f(6) Grade. In the third sentence, insert 02,0000 into
the blank provided.
r`
2699-94 401 - b
f"
15. TABLE 5. ACCEPTANCE LIMITS — STABILITY, FLOW, AIR VOLDS, DENSITY. Use the
specification tolerances listed for pavements designed for aircraft gross
weights of 60,000 pounds or more, or tire pressure greater than 100 psi.
16. Paragraph 401-5.4 LEVELING COURSE. — Delete this entire paragraph.
17. Paragraph 401-8.1b. Payment. Delete this entire paragraph and insert the
following:
"Payment will be made under:
Item P-401, Bituminous Surface .Course, complete
in place, per ton."
401 - c
0
i,
AC 150'537C 10A CHG
ITEM P-401 PLANT MIX BITUMINOUS PAVEMENTS
DESCRIPTION
r
W 401-1.1 This item shall consist of a I ] course composed of -mineral acgrec3te and bituminous rnmcria.'
mixed in a central mixing plant and placed on a prepared course in accordance with these specificauons and sha.'1
conform to the lines, grades, thicknesses, and typical cross sections shown on the plans. Each course shall be con -
strutted to the depth, typical section, or elevation required by the plans and shall be rolic.d, ftnshed, and a-. r: v ec
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 with-
out 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 [ ] percent
when tested in accordance with ASTM C 131. The sodium sulfate soundness loss shall not exceed [ ] percent.
or the magnesium sulfate soundness loss shall not exceed [ ] percent, after five cycles, when tested in accord-
ance with ASTM C 88.
Aggregate shall contain at least [ ] percent by weight of individual pieces having two or more fractured faces
and [ ] 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 be-
tween 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 accord.
ance with ASTM D 4791.
l 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.
r
y.
401 — 1
AC 150'5370-10A CHG r' 1 ,29Z °4
b. Fine Aggregate. Fine aggregate shall consist of clean, sound, durable, angular shared particles produced
by crushing stone, slag, or gravel that meets the requirements for wear and soundness specified for coarse aggre-
gate. 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 Iimit 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 work-
ability of the mix. The amount of sand to be added will be adjusted to produce mixtures conforming to require-
ments 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:
I I.
401 — 2
1'25'94 AC 150,5370-10A CHG 6
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 Con-
tractor 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 Chap-
ter 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 Tabies 1 and 2.
The design criteria in Table 1 are target values necessary to meet the acceptance requirements contained in para-
graph 401-5.2b. The criteria is based on a production process which has a material variability with the following
standard deviations:
401 - 3
AC 150`5376-10A CHG 6 1'25'941
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 subsequen: production
targets should be based on a stability greater than shown in Table 1, and the flow and au 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 anu-
stripping agent added to the asphalt shall be sufficient to produce a TSR of not less than 75. If an anttstnp 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
1I25?94 AC 150'5370-10A CHG e
TABLE 1. MARSHALL DESIGN CRITERIA
'TEST PROPERTY '
Number of blows
Stability, pounds
(newtons) minimum
Flow, 0.01 in. (0.25 mm) `
Air voids (percent) `
Percent voids in See Table 2
mineral aggregate,
minimum
TABLE 2. MINIMUM PERCENT
VOIDS IN MINERAL AGGREGATE
Maximum Particle Size
Minimum
Voids in Min-
eral Aggregate,
in.
mm
penxnt
Peront
1/2
12.5
16
3/4
19.0
15
1
25.0
14
1 t/.
31.25
13
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 limits 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 des-
ignated 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.
401 - 5
AC 150'5370-10A CHG b
TABLE 3. AGGREGATE — BITUMINOUS
PAVEMENTS
Percentage by Weight
Sieve Size ?assmc Sieves
PA in. (31.25 mm) '
I in. (25.0 mm)
3/nin. (19.0mm)
in. (12.5 mm)
3/a in. (9.5 mm) +
No. 4 (4.75 mm) +
No. 8 (2.36 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
f.. 1;25i94 AC 150'5370-10A CHG E
A
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.
401-3.4 TEST SECTION. Prior to full production, the Contractor shall prepare and place a quantity of bitu-
minous mixture according to the job mix formula. The amount of mixture should be sufficient to construct a test
section [ J 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 struc-
ture 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.
401 — 7
�r
i
AC 150'5370-10A CHG 6 1 " S"
Three random samples shall be taken at the plant and tested for stability, flow, and air voids in accordance wi'.
paragraph 401-5.1a(2). Two random samples of mixture shall be taken at the plant and tested for aggregate grad
tion and asphalt content in accordance with paragraphs 401- 6.3a and 3b and evaluated in accordance with para-
graphs 401-6.5a and 5b. Three randomly selected cores shall be taken from the finished pavement ma,_ and three
from the longitudinal joint, and tested in accordance with paragraph 401-5.lb(.4). Random sarnplin, s;:a'l be in
accordance with procedures contained in ASTM D 3665.
Mat density and air voids shall be evaluated in accordance with paragraph 401-5 f(l). Stability and flow shall
be evaluated in accordance with paragraph 401-5.2f(2). Joint density shall be evaluated in accordance with Pam -
graph 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 To.
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 para-
graphs 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 Con.
tractor'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 plz-it 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 she meet the re-
quirements of ASTM D 3666. A certification signed by the manager of the laboratory stating that it meets these
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
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.
401 - 8
7
1;25'94 AC 150:'5370-10A C!-IG n
TABLE 4. BASE TEMPERATURE LINUTATIONS
Mat Thickness
Deg, F Dec. C
3 in. (7.5 cm) or greater 40
Greater than 1 in. (2.5 cm) but 45
less than 3 in. (7.5 cm)
I in. (2.5 cm) or less 50 10
401-4.2 BITUMINOUS MIXING PLANT. Plants used for the preparation of bituminous mixtures shall con-
form 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 Contrac-
tor, or on certified public scales at the Contractor's expense. Scales shall be inspected and scaled as often as the
Engineer deems necessary to assure their accuracy. Scales shall conform to the requirements of the General Provi-
sions, 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 401-6.2d.
(3) Inspection of Plant. The Engineer, or Engineer's authorized representative, shall have access, at all
times, to all area 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 ap-
plies. 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.
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 segrega-
tion. 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 automati-
cally 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
I 401 - 9
i
a.
A^ rn ce-7n_,nA PIdC] A
maintain the paver screed at a predetermined transverse slope and at the proper elevation to o`:ain 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 man-
ner 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 Q. —
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 work-
ability. —
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 mix-
ture, 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. —
401 10
i
i
V25/94
AC 150!537C--10A CHG 6
7 401-4.9 PREPARATION OF THE UNDERLYING SURFACE. lmmediatei,.• before placing the baurrtnou
mixture, the underlying course shall be cleaned of all dust and debris. A prime coat or tack coat stall be appiie
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 tmsnorted
from the mixing plant to the site in vehicles conforming to the requirements of paragraph 401—=. Dc�venes sr;':
be scheduled so that placing and compacting of mixture is uniform with minimum stopping and starur.c of the
paver. Adequate artificial lighting shall be provided night placements. Hauling over freshly placed material shad
not be permitted until the material has been compacted, as specified, and allowed to cool to atmospheric tempera -
tire.
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
l other specified requirements but not less than 250 degrees F (I07 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
l•' 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 area with a one-way slope. The mixture shall be placed in consecutive adjacent snips
having a minimum width of [ ] except where edge lanes require less width to complete the area. The longitu-
dinal joint in one course shall offset the longitudinal joint in the course immediately below by at least I 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 equip-
ment 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 com-
pacted 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 oper-
ations 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 - 11
AC 4150537D-10A CHG 6
401-4.1: JOINTS. The formation of all joints shall be made in such a manner as to ensure a conunuous bor..'
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 necessar% to fo.T a
transverse joint When necessary to form a transverse joint, it shall be made by means of p:aztng a bulkhead or
by tapering the course. T}. tapered edge shall be cu_ back to its full depth and width on a straight line to expose
a vertical face prior to placing the adjacent lane. In ooth methods all contact surfaces shall be given a tack coat
of Ntuminous-material before placing any fresh mixture against the joint.
Longitudinal joints which are irregular, damaged, uncompacted, or otherwise defective shall be cut back to expos;
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. All acceptance sampling and testing necessary to de.
termine 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.
a. Plant —Produced Material. Plant —produced material shall be tested for stability, flow, and air voids on
a 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 speci.
mens 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 theee test portions prepared from the same sample increment
The sample of bituminous mixture may be put in a covered metal tin and placed in an oven for not more than
30 minutes to maintain the heat 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 or 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 twice for
each lot in accordance with ASTM D 2041, Type C or D container. Samples shall be taken on a random basis
in accordance with ASTM D 3665. The value used in the voids computation for each sublot shall be the average
of the two maximum specific gravity measurements for the lot
The stability, flow, and air voids for each sublot shall be computed by averaging the results of the tires test speci-
mens representing that sublot
(3) Acceptance. Acceptance of plant produced material for stability, flow, and air voids shall be deter-
mined by the Engineer in accordance with the requirements of paragraph 401-5.2b.
401 — 12
1,25'94 AC 150;537LL10A CHG 6
r b. Field Placed Material.`
aterial Material placed in the field shall be tested for mat and joint density on a io:
� 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 proce�dW es
contained in ASTA1 D 3665. Cores shall not be taken closer than one -foot from a transverse or longitudinal iom:.
(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 u i;i
be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D 3b6:.
(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 mini-
mum diameter of the sample shall be three inches. Samples that are clearly defective, as a result of sampling, shall
be discarded and another sample taken. The Contractor shall furnish all tools, labor, and materials for cutting sam.
ples 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 measumd by the Engineer in accord.
ance with ASTM D 2726 or 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 401-5.1a(2).
(S) 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 be-
fore the specified number of tests have been made for the lot, 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 unexpectedly halted will be sampled and its properties shall be consid-
ered 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 calculadon. i.e., n = 5 or n = 6, for example.
d. Partial Lots - Field 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, i.e., n = 3.
401-5.2 ACCEPTANCE CRITERIA.
a. General. Acceptance will be based on the following characteristics of the bituminous mixture and com-'
r pleted pavement as well as the implementation of the Contractor's Quality Control plan and test results:
j'
(1) Stability
(2) Flow
i (3) Air voids
(4)
Mat density
(5)
Joint density
(6)
Thickness
(7)
Smoothness
(8)
Grade
Stability, flow, and air voids will be evaluated for acceptance in accordance with paragraph 401-5.2b. Mat density
will be evaluated for acceptance in accordance with paragraph 401-5.2c. Joint density will be evaluated for accept-
ance in accordance with paragraph 401-5.2d.
401 - 13
l
a^ -1rn!5't7rLy0A CHG 6
Acceptance for mat density and air voids will be based on the criteria contained in paragraph 40;-5.2f(1). Acccpt-
ance for stability and flow wdl be based on the criteria cont3ineo in paragraph 401-5 2f(2). Acceptance for join,
density will be based on the criteria contained in paragraph 401-5f(3). Thickness will be evaluated by the Engineer
for compliance in accordance with paragraph 401-5.21(4). Acceptance for smoothness will be based on the cr cite
contained in paragraph 401-5 2f(5). Acceptance for grade will be based on the criteria contained m paragrap, 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, segrecaucn, in-
complete coating of aggregate, or improper mix temperature. Such rejection may be based on only visual rnspecucn
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 he can demonstrate 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. Stability, now, Air Voids. Acceptance of each Iot of plant produced material for stability, flow, and
air voids shall be based on the percentage of material within specification limits (PWL). The PWL plan considers
the variability (standard deviation) of the material and the testing procedures, as well as the average (mean) value
of the test results. If a material with high variability is produced, the production target must be adjusted as outlined
in paragraph 401-31 to achieve a PWL of 90 or more.
c. Mat Density. Acceptance of each lot of in -place pavement for mat density shall be based on the percent-
age of material within specification limits (PWL). If a material with high .variability is produced, then a higher
target density must be maintained in order to achieve a PWL of 90 or more.
d. Joint Density. Acceptance of each lot of in -place pavement for joint density shall be based on the per-
ccnmge of material within specification limits (PWL). If a material with high variability is produced, then a higher
target density must be maintained in order to achieve a PWL of 90 or more.
e. Percentage of Material Within Specification Limits (PWL). The percentage of material within speci-
fication limits (PWL) shall be determined in accordance with procedures specified in Section 110 of the General
Provisions. The specification tolerance bmits(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. If the PWL Is less than 90 percent, payment shall be made in accordance with paragraph 401-8.1a.
(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 lot 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 move than [ j for the sur•
face 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.
401 - 14
AC 1503370-10A CHG 6
(6y 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 to det=:ae;:
by running levels at intervals of 50 feet (152 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 per-
cent of all the measurements within a lot are outside the specified tolerance, the: Contractor shall remove the defi-
cient area and replace with new material. Sufficient material shall be removed to allow at least one inch of asphalt
concrete to be placed. Sldn patching for correcting low area shall not be permitted. High points may be ground
off.
TABLE S. ACCEPTANCE LIMITS STABILITY, FLOW, AIR VOIDS, DENSITY
Pavements Designed for Pavements Designed for
Aircraft Gross Weights Aircraft Gross Weight
Test Property of 60,000 Lbs. or More Less Than 60,000 Lbs.
or Tire Pressure or Tire Pressure Less
Greater Than 100 Psi Than 100 Psi
Number of Blows 75 50
Specification Tolemnee
Specification Tolerance
L
U
L
U
Stability, mini-
1800
—
1000
—
mum pounds
Flow,0.01—inch
8
16
8
20
Air voids total
2.0
5.0
2.0
5.0
mix (percent)
Density, percent
96.3
—
96.3
—
Joint density
93.3
—
93.3
—
(percent)
401 — 15
AC 150,'5370-10A CHG 6
1 '25*C-'
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 v ill consist of all
the sampling and testing procedures contained in paragraphs 401-:.1b and 401-5.2c Only one resamphng per iot
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.
[401-5A LEVELING COURSE. Any course used for truing and leveling shall meet the requirements or r
paragraph 401-32 and 5.2b, but shall not be subject to the density requirements of paragraph-401-52c and
d. The leveling course shall be compacted with the same effort used to achieve density or the test section.
The truing and leveling course shall not exceed a nominal thickness of 1-112 inches (37.5 mm).]
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 includ-
ing, but not limited to:
a. Mix Design
b. Aggregate Grading —
c. Quality of Materials
d. Stockpile Management
e. Proportioning
f. Mixing and Transportation
g. Placing and Finishing
h. Joints
i. Compaction
j. Surface 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 fat (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).
401 - 16
r
1;25.'9d
AC 150'537C-10A CHO o
r Laboratory facilities shall be kept clean and all equipment shall be maintained in proper working condition. Tc_
Engineer shall be permitted unrestricted access to inspect the Contractor's laboratory facility and witness quaat�
control activities. The Engineer will advise the Contractor in writing of any noted deficiencies concerning the lab-
oratory facility, equipment, supplies, or testing personnel and procedures. When the deficiencies are serious enough
to be adversely affecting test results, the incorporauon of the materials into the: work Sall be suspentec: lip-n:-
diately and will not be permitted to resume until the deficiencies are sattsfactorii%, corrected.
401-6.3 QUALITY CONTROL TESTING. The Contractor shall perform all quality control tests necessa-• to
control the production and construction processes applicable to these specifications and as set forth :n the Qua'aN
Control Program. The testing program shall include, but not necessarily limited to, tEst for the of
content, aggregate gradation, temperatures, aggregate moisture, field compaction, and surface smoculness. A Qcai: v
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 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 produc-
tion; 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 anal-
ysis 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.
c. Moisture Content of Aggregate. The moisture content of aggregate used for production shall be deter-
mined 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 deter-
mine 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 Dinsity 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 measure-
ments 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 pan 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 Contrac-
tor 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
401 — 17
A'' \r 15C E.a7Ca- 10A C H G E 1 25 c ^
mu formula large: values as indicax:s of cen-.-al t:nderzy fc. tht fcL'o-ir; =: pa=e*:rs w•t:.': assocL3 A_::er:
and Suspenmon Limits:
CONTROL CHART LI;4TS FOR iNDIN IDUAL %IEASURE%fENTS
Sieve ` AcLxn L._Jt ( Surocjim
3/4 inch (19.0 mm) 050
1/2 inch (12.5 mm) =6% -9
3/s inch (9.5 mm) =61% i �=
No. 4 (a.75 mm) =6% ;'99c
No. 16 (1.18 mm) =5% =7.5
No. 50 (0.30 mm) _3% =4.5%
No. 200 (0.075 mm) =3 %
Asvnalt Content -0.-15%=-0.70% —
b. Range. Control charu for range shall be established to control process variability for the mn pararne:-s
and Suspension Limits listed below. The range shall be computed for each lot as the diffe-eace between the two
test results for each control parameter. The Suspension Limits specified below are based on a sample size of n
= 2. Should the Contractor elect to perform more than two tests per lot, the Suspension L:mrts shall be adjusted
by multiplying the Suspension Limit by 1.18 for n = 3 and by 1.27 for n = 4.
CONTROL CHART LAiITS BASED ON RANGE
(Rued oa is a :)
Sire Saspesiao 1mmu .—
i/s inch (12.5 mm) 11 patent
I/s inch (9.5 mm) 11 percent
No. 4 (4.75 nun) 11 percent -
No. I6 (1,18 mm) 9 percent
No. 50 (0.30 mm) 6 per -cent)
No. 200 (0.075 mm) 3.5 percent
Asphalt Content 0.8 percent
c. Corrective Action. The Quality Control Plan shall indicate diai appropriate action shall be taken when
the process is. believed to be out of tolt-rance. The Plan shall contain sets of niks 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 mkm if:
(1) One point falls outside the Suspension Limit line for individual memmments or =ge: or
(2) Two points in a row fall outside the Action Limit line for individual rn=ureinents.
,
401 - 18
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.
BASIS OF PAYMENT
401-8.1 PAYMENT. Payment for an accepted lot of bituminous concrete pavement shall be made at the con-
tract unit price per ton (kg) for bituminous mixture adjusted according to paragraph
401-8.1a. 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. Each lot shall be accepted at the full contract price when the percent within
limit (PWL) for mat density and air voids equals or exceeds 90 percent. Each. lot not meeting the 90 percent
PWL requirement will be accepted at an adjusted contract unit price in accordance with Table 6. Payment shall
be calculated for both mat density and air voids, and payment shall be based on the lower of the two values.
C TABLE 6. PRICE ADJUSTMENT SCHEDULE
Percentage of Material Within the Speci-
fication limit (PWL) I percent of Contract Unit Price to be Paid
t
90-100 100
80-90 0.5 PWL + 55.0
65-80 2.0 PWL - 65.0
Below 65 t
t The lot &hall be removed and replaced. However, the Engineer may decide to
accept the deficient log In that use, if the Engineer and Contractor agree in writing.
that the lot shall not be removed, and it will be paid for at 50 percent of the contract
prig.
b. Payment. Payment will be made under.
rItem P-401-8.1a Bituminous [Surface] [Base] Course —per ton (kg)
TESTING REQUIREMENTS
ASTM C 29
Unit Weight of Aggregate
ASTM C 88
Soundness of Aggregates by Use of Sodium Sulfate or Magne-
sium 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
401 - 19
F
AC 150.'5370-10A CHG 6
1'`J'�'
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 —:aid Bi:u-
minous Paving Mixtures
ASTM D 118
Bulk Specific Gravity of Compacted Bituminous Mixtures Usin_
Paraffin —Coated Specimens
ASTM D 1461
Moisture or Volatile Distillates in Bituminous P3%ing Mixtt-es
ASTM D 1559 --
Resistance to Plastic Flow of Bituminous Mixtures Using Mlarshall
Apparatus
ASTM D 2041
Theoretical Maximum Specific Gravity and Density of Bituminous
Paving Mixtures
ASTM D 2172
Quantitative Extraction of Bitumen from Bituminous Paving hlix-
t�ues .
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 4319
Liquid Limit. Plastic Limit, and Plasticity Index of Soils
ASTM P 4791
Fiat or Elongated Particles in Coarse Aggregate
ASTM D 4867
Effect of Moisture on Asphalt Concrete Paving Mixtures
ASTM E 179
Practice for Dealing With Outlying Observations
AASHTO T 30
Mechanical Analysis of Extracted Aggregate
The Asphalt Institute's
Manual No. 2 (MS-2) Mix Design Methods for Asphalt Concrete
The Asphalt Institute's
Manual No. 20 (MS-20) Hot —Mix Recycling
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 Construc-
tion
ASTM D 4552 Classifying Hot —Mix Recycling Agents
401 - 20 *U.S. G.P.0.:1994-301-717:80503
,.
-AMMOMMUMMW
Modifications to
IT P-501 PORTLAND CEMENT CONCRETE PAVEMENT
Item P-501 Portland Cement Concrete Pavement of the project specifications shall
`
be
modified as follows:
r
1.
`Paragraph 501-1.1. Revise the first portion of the sentence to read as
follows:
p composed
This work shall consist of , avement osed of prtland co o
cement concrete, with or without reinforcement as shown on
.
the plans, constructed.on a prepared base course ...i:."
2.
Paragraph 501-1:1. Add the following to the end of this paragraph:
"Concrete pavement shall be constructed with the use of
conventional stationary forming as specified herein. The
slip -form -method of pavement construction will not be
allowed."
3.
Paragraph 501-2.2 COARSE AGGREGATE. Delete the first two sentences and
insert the following:
"Coarse aggregate shall conform to the requirements of ASTM
C33. Aggregate shall meet the limits for deleterious
_
substances and physical:.property, requirements listed in -
Table 3 of ASTM C33.for Class Designation 4M, except that
where the requirements for sodium sulphate soundness cannot
~
be met, a weighted loss in excess 'of.12% butnot to exceed
14% will be accepted provided the coarse aggregate can be
shown to have a satisfactory service record of at least '5
r
years duration under similar conditions of service and
exposure._ Also, the aggregates shall meet the abrasion
requirements as modifiedbelow." Gradation for Table 2 shall
be selected from either the 2"'to .No. 4 or the 1 1/2"to No.
C.
4 gradation."
4.
Paragraph 501-2.2 COARSE. AGGREGATE. Revise the first sentence on page
501-3'to read as follows:
"The
percentage of wear shall be no more than 40 when tested
in accordance with'ASTH C131 or ASTM C 535.0'
r
5.
Paragraph 501.2'.2 COARSE AGGREGATE. Delete the.first sentence in the .
second subparagraph on page 501-3 and insert the following:
"Aggregates delivered to the .mixer shall consist of gushed
stone, crushed gravel, or natural sand. Crushi shall
result in a product in which the coarse aggregate shall have
at least 95% by weight of particles with ''one or! more
fractured faces and 75% of particles with two or more
I
fractured faces."
-
501 a
-
6.
Paragraph 501-2.3 CEMENT. Revise the first sentence to read as follows:
'Cement shall conform to the requirements of ASTM C 150,
Type I.'
7.
Paragraph 501-2.4 CEMENTITIOUS MATERIALS. Delete this paragraph and all
further references to the use of cementitious materials. These materials
are not approved for use in this project.
S.
Paragraph 501-2.5 PREMOLDED JOINT FILLER. Insert the requirements of ASTM
D 175-1-or ASTM D 1752 in the space provided. Delete the second sentence in
the paragraph..
9.
Paragraph 501-2.7 STEEL REINFORCEMENT. Delete this paragraph and insert
the following:
'Bar mats for steel reinforcing shall conform to the
requirements of ASTM A184, fabricated with bars conforming
to the requirements of ASTM A615, Grade 60. Welded wire
fabric for steel reinforcing shall conform to the
requirements of ASTM A497, using deformed wire in both
directions.
Splices for bars shall be made where required b, lapping the
bars in accordance with ACI 318 for compression, bending or,
pure tension. and securely wiring them together. Where
details of splices are not shown or where unanticipated
splices are required, they shall be made in a location
approved by the Engineer and the length of lap shall be 30
bar diameters, but not less than 12-inches.
Welded wire fabric shall be placed as shown on the drawings.
Adequate methods for proper placing of the fabric and for
maintalhing proper position during placement of concrete
will be required and shall be subject to approval of the
Engineer. Welded wire fabric shall overlap at splices a
distance not less than the spacing of the cross wires plus
2-inches."
10. Paragraph 501-2.8 DOWEL AND TIE BARS. Delete the first sentence in the
second subparagraph and insert the following:
"Unless otherwise specifically shown an the plans, all dowel
bars shall be plain round bars conforming to the
requirements of ASTM A615, Grade 60. Dowels shall be
fabricated or cut to length at the shop or mill prior to
delivery to the site. Dowels shall be free of loose flaky
rust and loose scale, and shall be clean and straight.
Dowels shall be free of any burring or deforiuLtion.0
11. Paragraph 501-2.8 DOWEL AND TIE BARS. Add the following as a fourth
subparagraph:
'Deformed bars shall be used for dowel bars only in the
2699-94
501 - b
locations specifically noted on the plans. The deformed
bars shall conform to the requirements of ASTM A-615, Grade
60. Deformed bars may be sheared to length."
12. Paragraph 501-3.1 PROPORTIONS. Insert the requirements for flexural
strength of 700 psi at 28 days in the space provided.
13. Paragraph 501-3.1 PROPORTIONS. Delete the second and third subparagraphs
and insert the following:
"Prior to the start of paving operations and after approval
of all material to be used in the concrete,. the Contractor -
shall submit to the Engineer for approval test certificates,
from an approved commercial laboratory, on the concrete mix
proposed for use on this project. Certificates shall
include tests made on six flexure test specimens. Three
specimens for the design shall be tested at 7 days and three
at 28 :days. The costs of preconstruction mix design and
tests shall be borne by the Contractor. Additional test
certificates shall be furnished by the Contractor at his
expense if the material source is changed or if construction
tests indicate marked variations from the original tests.
Flexural strength shall be as specified at 28 days using
test specimens prepared in accordance with ASTM C31, and
- tested in accordance with ASTM C78. The mix determined
shall be workable concrete having a slump between l and 2.
1/2 inches as determined by ASTM C143. If high -range water
reducing admixtures are used, the initial slump range of 1
to 2 1/2 inches shall not exceed 8 inches after the addition
of the high -range water -reducing admixture."
14. Paragraph 501-3.6 PROPORTIONS. In the fourth subparagraph, change the
minimum cement content from 500 pounds per cubic yard to 517 pounds per
cubic yard, and change the maximum water cement ratio om 0.53 = 0.49.
In the sixth subparagraph, insert the requirements of 5 1/2% for air
entrainment in the space provided.
15. Paragraph 501-3.1 PROPORTIONS. Delete the fifth subparagraph.
16. Paragraph 501-3.2 CEMENTITIOUS MATERIALS. Delete this entire paragraph.
17. Paragraph 501-4.1c(1). Finishing Machine. Add the following to this
paragraph:
*In lieu of a finishing machine, a vibratory screed,
supplemented by hand-held vibrators, will be allowed
providedtheContractor can demonstrate that the vibratory
screed will thoroughly consolidate the concrete. An
adequate number of hand-held vibrators shall be provided to
insure consolidation along joints.'
18. Paragraph 501-4.1c(2). Vibrators. Delete the second and third
subparagraphs.
2699-94 501 c
r
4
i
19. Paragraph 501-4.1e. Forms. Delete this paragraph and insert the
following:
"Straight side forms shall be made of steel having a
thickness of not less than 7/32-inch and shall be furnished
in sections not less than 10 feet in length. Forms shall be
in one piece for the full depth required except as
rhereinafter
permitted. Where the drawings require several
different thicknesses for the same slab, forms may be built
up with metal or wood to provide an increase in depth of not
�.,
more than__25 percent. The required form depth may be
obtained by securely bolting or welding to the bottom of the
form a tubular metal section of the proper thickness or by
securely bolting wood planks to the bottom of the form. The
Pi.
tubular metal section or wood planks shall completely cover
the underside of the base of the form and shall extend
beyond the edge of the base a sufficient distance to provide
the necessary stability. The base width of the one-piece
form, or built-up form, shall be not less than eight -tenths
._
of the vertical height of the form, except that forms 8
inches or less in vertical height shall have a base width
r`
not less than the vertical height of the form. Flexible or
curved forms of proper radius shall be used for curves of
100-foot radius or less. Flexible or curved forms shall be
of a design acceptable to the Engineer. Forms shall be
provided with adequate devices for secure settings so that.
:E
when in place they will withstand, without visible spring or --
settlement, the impact and vibration of the consolidating
and finishing equipment. Flange braces shall extend outward
on the base not less than twoTthirds the height. of the form.
Forms with battered top surfaces and bent, twisted, or
broken forms shall be removed from the work. Repaired forms
shall not be used until inspected and approved. Built-up
forms shall not be used, except as approved by the Engineer.
The top face of the form shall not vary from a true plane
more than 1/8-inch in 10 feet, and the upstanding leg shall
not vary more than '1/4-inch. The forms shall contain
provisions for locking the ends of abutting sections
together tightly for secure setting."
20. Paragraph 501-4.1f. Slip -form Pavers. Delete this paragraph.
21. Paragraph 501-4.3 CONDITIONING OF UNDERLYING COURSE, SLIP -FORM
CONSTRUCTION. Delete this paragraph.
22. Paragraph 501-4.7 LIMITATIONS OF MIXING. Add the following to the fourth
subparagraph:
"A retarder shall be used for concrete deposited in the
forms when the temperature of the concrete exceeds 85
degrees F. Concrete shall be placed in the forms
continuously and rapidly at a rate adequate to assure
finishing of the concrete prior to initial. set of the
concrete. The finished surface of the newly laid Pavement
2699-94 501 - d
shall be kept damp by applyinr a waterfog or mist with
cpproved spraying equipment until the pavement ts covered by
the curing medium."
23. Paragraph 501-4.8b Slip -form Method. Delete this paragraph.
24. Paragraph 501-4.10a(3) Dowel Bars. Insert the following after the third
sentence:
"Dowels shall be placed by the bonded -in -place method.
,.
Installation by removing and replacing dowels in preformed
.' holes will -not be permitted. Dowels in longitudinal and
transverse construction joints shall be held securely in
place parallel to the surface as indicated, by means of
devices fastened to the form. Dowels in expansion joints
and tie bars and dowels installed within the paving lane
shall be held securely in place as indicated, by means of
rigid metal bars or wires so arranged as to provide rigid
support for the dowels throughout the paving operation, with
a minimum of four continuous bars or wires extending across
the paving lane. The dowels shall be welded to the assembly
,�.
or held firmly by mechanical locking arrangements that will
prevent the dowels from rising, sliding out, or becoming
distorted during paving operations. The dowel assemblies
shall be held securely in the proper location by means of
suitable pins or anchors. The spacing of dowels in
longitudinal construction joints shall be sis indicated '
except that where the planned spacing cannot be maintained
because of form length or interference with .form -braces,
closer spacing with additional dowels shall be used. Dowels
in longitudinal joints shall be omitted when the center of
the dowel would be located within a horizontal distance from
a transverse joint equal to one-fourth of slab thickness.
The methdd used in holding dowels in position shall develop
such accuracy that the error in alignment of any dowel from
its required position after the pavement has been finished
shall be not greater than 1/8-inch per foot. The Contractor -
shall furnish an approved template for checking the position.
of the dowels."
,r
25. Paragraph 501-4.10a(4) Slip -Form Construction. Delete this paragraph.
26. Paragraph 501-4.10c(1) Construction. Delete the third, fourth and fifth
sentences.
27. Paragraph 501-4.10c(2) Contraction or Weakened -Plane Type. Delete this
paragraph and insert the following:
"The longitudinal groove sawed in the top of the slab shall
be installed where indicated on the drawings. The groove
shall be sawed with approved equipment in the hardened
concrete to the dimensions required. The sawed groove shall
be straight and of uniform width and depth. The groove
shall be clean cut so that spalling will be avoided at
2699-94
501 - e
V:Z
am
intersections with transverse joints. Tie b9Lrs shall be
installed across these joints where indicated on the plans."
28. Paragraph 501-4.10d(2) Contraction. Revise the second sentence to read as
follows:
"These joints will be installed by sawing a groove into the
concrete surface after the concrete has hardened, in the
-- same manner as specified in paragraph 501-4.10c(2)."
29. Paragraph 501-4.10d Transverse joints. Add the following:
"(4) Buried Slab. Buried slabs shall be installed at the.
locations shown on the plans. The joint between the buried
slab and concrete pavement shall be equipped with dowels of
the size, dimension, spacing and locations indicated on the
drawings. The dowels shall be firmly supported in place and
accurately aligned parallel to the subgrade and the
centerline of the pavement by means of a dowel assembly
which will remain in the pavement and which will insure that
the dowels are not displaced during construction."
30. Paragraph 501-4.13 SKID RESISTANT SURFACES. Delete this paragraph.
31. Paragraph 501-4.15(a) Impervious Membrane Method. In the third sentence,
change the rate of application ,XXm 1 gallon per 150 square feet.= 1
gallon per 75 square feet.
32. Paragraph 501-4.21 ACCEPTANCE SAMPLING AND TESTING. Delete the first
sentence of the second subparagraph and insert the following:
"Concrete pavement will be tested for flexural strength on
a lot basis. A lot will consist of each day's production.
Two sets of beams consisting of four beams each will be made
for each lot. Random samples will be taken from the plastic
concrete at the site in accordance with accepted statistical
procedures. A unit price penalty will be assessed for
pavement that fails to meet the required flexural strength."
33. Paragraph 501-4.22 TOLERANCE IN PAVEMENT THICKNESS. Delete this paragraph
and insert the following:
"The thickness of the pavement shall be determined by
average caliper measurement of cores tested in accordance
with ASTM C174. The Engineer may elect to measure thickness
of concrete pavement prior to placement: based on
measurements from a string line stretched across the forms
or in the plastic concrete behind the concrete placing
operation.
Areas found deficient in thickness shall be removed and
replaced with concrete of the thickness shown on the plans
at the Contractor's expense. Core holes shall be filled
with non -shrink grout."
2699-94 501 - f
34. Add the following:
'501-4.23 REPAIRS OF DEFECTIVE PAVEMENT SLABS
2699-94
a. General
Broken slabs, random cracks, nonworking contraction joints near
cracks, and spalls along joints and cracks shall be replaced or
repaired as specified hereinafter at no cost to the Owner.
b. Broken Slabs
Pavement slabs containing multiple cracks through more thanl/4
of the depth of the slab separating the slab into three or more
parts and pavement slabs with one or more cracks through more
than 1/4 of the depth of the pavement extending diagonally across
more than 1/3 of the slab either transversely or longitudinally
shall be entirely removed and replaced. Pavement slabs
containing a single diagonal crack intersecting the transverse
and longitudinal joints within 1/3 of the width and length of the
slab from the corner shall be repaired by removing and replacing
the smaller portion of the slab. Repairs of broken slabs shall
be made in conformance with paragraph 501-3.25.
C. Grooving and Repairing Cracks in Pavement Slabs
Random cracks penetrating more than 1/4 of the depth of the
pavement shall be grooved, the crack filled with epoxy -resin and
the groove filled with epoxy -resin grout. The top of.zhe.crack._
shall be grooved to a minimum depth of 3/4-inch and to a width
not less than 3/6-inch nor more than 5/8-inch by means of an
approved grooving machine. The grooving machine shall be of the
vertical rotary -cutting type and shall be: capable of following
closely the path of the crack and of widening the top of the
crack to the required section without spalling or otherwise
damaging the concrete. Random cracks that are tight and that
penetrate less than 1/4 of the depth of the pavement shall be
filled with epoxy -resin. When necessary, the depth of crack
penetration shall be determined by inspection of cores not less
than 4 inches in diameter drilled by the Contractor at his
expense at locations directed. The core holes shall be -refilled
with portland-cement concrete bonded to the pavement -with epoxy
resin grout. In addition, when a longitudinal crack is
continuous across one or more slabs and penetrates more than 1/4
the depth of pavement, core holes not less than 6 inches in
diameter shall be drilled through the full. depth of slab at both
ends of the crack. In the operation to drill cores at the
longitudinal -crack ends the core bits shall be so positioned that
the core removed will include not more than 3 inches of the
crack. Sandblasting and high-pressure air jets shall be used to
remove any fines near the apparent ends of the crack to permit
accurate determination of ends of the crack. All fines, dust,
and other loose material on the wall of the cored holes shall be
removed by scrubbing with a stiff -bristle brush, followed by
washing and dewatering of the core hole. These core holes shall
be refilled with epoxy -resin concrete. A prime coat of epoxy -
resin binder thinned with 3 parts toluene to 7 parts epoxy
501 g
binder, by ktolume, shall be applied and brushed into the vertical
wall of the core hole. Placement of the! epoxy -resin concrete
shall be delayed until the prime coat: becomes stringy or
+�
approaches dry to touch. The epoxy-rea:in concrete shall be
placed in layers not over 6 inches thick. The time interval
between placement of additional layers shall be such that
temperature of the epoxy -resin concrete does not exceed 140
degrees F. at any during hardening.
d. Nonworking (uncracked) Contraction Joints
-- When a transverse random crack termiruLtes in or crosses a
transverse contraction joint, the uncracked portion of the joint
shall be filled with epoxy -resin mortar or grout and the crack
shall be routed and sealed. When•s transverse random crack
�.�
approximately parallels the planned contraction joint and is
within a distance -of 25 percent of the slab length from a
contraction joint, the crack shall be routed and sealed, and the
joint shall be filled with epoxy -resin grout or mortar. When a
transverse random crack is more than 25 percent of a slab 'length
from the nearest contraction joint, both the joint and the crack
shall be sealed. Joints to be filled with epoxy -resin mortar or
grout shall be thoroughly cleaned. Cleaning and sealing of
cracks and joints shall be as specified in Item P-605.
e. Spalling Along Joints and Cracks
+-�
Spalls shall be repaired by making a saw cut at least ... L inch . -
outside the spelled area and to a minimum depth of 2 inches.
When the spelled area abuts a joint, the saw cut shall be made to
a depth of 2 inches of 1/6 the slab thickness, whichever is
h
greater. The concrete between the saw cut and the joint or
primary crack shall be thoroughly cleaned with compressed air,
sandblasting, or other methods to remove all loose material. A
Owl
prime coat of epoxy -resin binder thinned with 3 parts toluene to
7.parts epoxy binder, by volume, shall be applied to the dry,
cleaned surface of. all sides of the cavity, except the joint or
primary crack face. The prime coat shall be applied in a thin
7
coating and scrubbed into the surface with a stiff -bristle brush.
Placement of portland-cement concrete or epoxy -resin concrete or
mortar shall be delayed until the prime coat becomes stringy or
approaches dry to touch. The epoxy concrete shall then be placed
{
in the cavity in layers not exceeding 2 inches thick. The time
interval between placement of additional. layers shall be such
that the temperature of the epoxy -resin concrete does not exceed
+�
140 degrees F. at any time during hardening. Mechanical plate,
screed, float vibrators, or hand tampers shall be used to
consolidate the concrete or mortar. Excess mortar or concrete on
the adjacent surfaces of the hardened concrete shall be removed.
r"
before it hardens. After the finishing operations and while the
epoxy -resin concrete or mortar is still tacky, a thin coating of
portland cement shall be uniformly spread on the surface of the
,.,
repaired area and lightly brushed into the surface. If the
spelled area to be patched abuts a working joint or a working
'
crack which penetrates the full depth of a slab, an insert or
other bond -breaking medium shall be used to maintain working
r
2699-94 501 - h
r
P
r
J joints on cracks during the repair work. Surface embedment of a
flexible polyethylene or other suitable type hose shall be used
,•
for forming a groove along the working crack to be filled with
appropriate type of joint -sealing material. The hose shall be
removed carefully before the concrete hELrdens'sufficiently to
form a high bond. The groove shall be thoroughly cleaned and
filled with a sealer as specified in Item P-605."
1- 501-4.24 REMOVAL AND REPLACEMENT OF DEFECTIVE PAVEMENT AREAS
Defective pavement areas shall be removed and replaced as
specified herein with pavements of the thickness and quality
required by these specifications. The defective pavement shall
be carefully removed in such manner that the adjacent pavement
will not be damaged and the existing keys or dowels -at the joints
will be left intact. When a portion of an unfractured slab is to
be replaced, a saw cut 2 inches deep shall be made transversely
Oft
across the slab in the required location, and the concrete shall
be removed to provide an essentially vertical face in the
remaining portion of the slab. Prior to placement of the fresh
concrete, the face of the slab shall be cleaned of debris and
ON.
loose concrete, and then thoroughly coated with epoxy -resin
grout. The epoxy -resin coating shall be approximately 1/16-inch,
and shall be applied by scrubbing a thin coat of grout into the
surface with a stiff -bristle brush followed by a second
"
application. Strips of polyethylene sheeting shall be placed.on
the vertical faces of adjacent slabs at the juncture -- with -the
slab to be patched as a bond -breaking medium. Placement of the
fresh portland-cement concrete shall be accomplished while the
epoxy -resin is still tacky and in such manner that the grout
coating will not be removed. Longitudinal. and transverse joints
of the replaced slab or portion thereof shall be constructed as
indicated. The 'joints shall be sealed as specified in Item P-
605. The replaced pavements will be paid for at the contract
price but no payment will be made for the defective pavements
.removed nor for the cost of removing the defective pavements."
35. Paragraph 501-5.1 Delete this paragraph and insert: the following: --
'The quantity of concrete pavement to be paid for shall be
the number of square yards of concrete pavement as
specified, in place, completed and accepted, less deductions
as hereinafter required for deficient strength..
The quantity of buried slab to be paid for shall be the
number of linear feet of concrete buried slab, in place and
accepted."
36. Paragraphs 501-6.1 and 501-6.2. Delete these paragraphs and insert the
following:
TOO
a. General
The accepted quantities of concrete pavement will be paid for at
the contract unit price per square yard, which price and payment
2699-94 501 i
r-•
r
r-
2699-94
shall be 'full compensation for furnishing and placing all
materials, including any dowels, steel reinforcement, and
texturing.
No additional payment over the unit contract bid price shall be
made for any pavement which has an average thickness in excess of
that shown on the plans.
(1) Flexural Strength Price Adjustment. When any pay factor for
flexural strength deficiency for a lot of concrete is less
than 1.0, payment for the material in that lot shall be made,
at a reduced price arrived at by multiplying the contract
price per unit of measurement by the appropriate pay factor,
in the following -table.'
The lot will be accepted without adjustment in payment for
flexural strength if the average 28-day flexural strength,
based on three beams representing the lot, is greater than
or equal to the acceptance limit shown under the 1.00 pay
factor in the table below. If the average strength does not
meet this limit, the Contractor may elect to leave the lot
in place at a reduced unit price determined in accordance
with the table. If the average 28-day flexural strength of
the lot fails to attain the lower acceptance limit shown for
a 0.*75 pay factor, -the Engineer may order the removal and
replacement of all the concrete in the lot at the
Contractor's expense.
PAY FACTOR SCHEDULE FOR FLEXURAL STRENGTH AT 28 DAYS
Acceptance Limits
Average Flexural.
Pay Factor Strength (4 testes
1.00 700 psi or greater
0.95 690 to 699 psi
0.85 685 to 689 psi
0.75 680 to 684 psi
Concrete for buried slabs shall be paid for at the contract
unit price per linear foot, and shall be full compensation
for furnishing all materials, including dowels, preparation,
excavation and placement of the buried slab.
501 - j
6'15:'90
AC 15C 537�•-10A CHC '
ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT
DESCRIPTION
501-1.1 This work shall consist of pavement composed of ponland cement concrete, J%Nith reinforcement; j--%ith-
out reinforcement) constructed on a prepared subgmde or subbase course in accordance with tnesc
and shall conform to the lines, grades, thicknesses, and typical cross sections shown on the pans
MATERIALS
501-2.1 FINE AGGREGATE. Fine aggregate for concrete shall conform to the requirements o: ASTI\l C :3
and shall meet the requirements of Table 1.
TABLE 1. GRADATION FOR FINE AGGREGATE
ASfM C 33
Sieve Designation (s<luam openings)
34 in (9.5 mm)
Pc=uge by Weight Passing
Sieves
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
$01-2.2 COARSE AGGREGATE. Coarse aggregate shall conform to the requirements of ASTM C 33. Grada-
tion shall be in accordance with Table 2.
501 - 1
AC 150'5370-10A CHG 1
TABLE 2. GRADATION FOR COARSE AGGREGATE
ASTM C 33
Steve Dengnauons
(square opcnmgs)
Petociuge by W'nRdc Passing Sieves
in. min + •
Zi
63
•
2
50.8
•
lIli
38.1
25.0
•
'/4
I9.0
'h
12.5
9.5
•
No. 4
4.75
•
No. 8
2.36
Sieve
From 2"
to No. 4
From VAII to No. 4
Designations
(50.8mm
- 4.75mm)
(38.1mm - 4.75mm)
(square openings)
Percentage by
Weight Passing Sieves
in.
mm
2"-1"
I"-No.4
1%"--Y4" Y4"-NoA
2'A
63
--
2
50.8
90-100
—
100
M
38.1
35-70
100
90-100 —
1
25.0
0-15
95-100
20-55 100
V4
19.0
—
—
0-15 90-100
'i
12.5
0-S
25-60
— —
3A
9.5
--
—
0-5 20-55
No.4
4.75
—
0-10
— 0-10
No.8
236
--
0-5
— 0—S
501 - 2
From .1" to No. 4
(25.Omm-4.75mm)
1' =No.4
100
95-100
25-60
0-10
0-5
6'", 5'90
POW
IM
E
AC 150'537C 10A CHG I
The percentage of wear shall be no more than [ ] when tested in accordance with j I.
Aggregates delivered to the mixer shall consist of crushed stone, crushed or uncrushed gravel, air-cooled blast fur-
nace slag, or natural sand. The aggregate shall be composed of sound, tough, durable particles and shall meet the
requirements for deleterious substances given in ASTM C 33. The aggregate in any size group shall not contain
more than 8 percent by weight of flat or elongated pieces when tested in accordance with ASTM D 4791. A flat or
elongated particle is one having a ratio between the maximum and the minimum dimensions of a circumscribing
rectangular prism exceeding 5 to 1.
501-2.3 CEMENT. Cement shall conform to the requirements of [ ] type ] ].
If, for any reason, cement becomes partially set or contains lumps of caked cement, it shall be rejected. Cement
salvaged from discarded or used bags shall not be used.
501-2A CEMENTITOUS MATERIALS.
a. Fly Ash. Fly ash shall meet the requirements of ASTM "C 618 with the exception of loss of ignition,
where the maximum shall be less than 6 percent.
b. Blast Furnace Slag. Ground blast fun= slag shall meet the requirements of ASTM C 989, Grade 120.
501-25 PREMOLDED JOIN' FILLER. Premolded joint filler for expansion joints shall conform to the re-
quirements of ASTM ] ] and shall be punched to admit the dowels where called for on the plans. For
contraction joints, the filler shall be a resin -impregnated fiberboard conforming to the physical requirements of
ASTM D 1752. The filler for each joint shall be furnished in a single piece for the full depth and width required' for
the joint, unless otherwise specified by the Engineer. When the use of more than one piece is authorized for a joint,
the abutting ends shall be fastened securely and held accurately to shape by stapling or other positive fastening
means satisfactory to the Engineer.
501-2.6 JOINT SEALER. The joint scaler for the joints in the concrete pavement shall meet the requirements
of Item P-605 and shalt be of the type(s) specified in the plans.
501 - 3
AC 150'5370-10A CHG 1 5 5'90
501 2.7 STEEL REINFORCEMENT. Reinforcing shall con.... of l J conforming to the requirement;
of [ I
SOl-2J DOWEL AND TIE BARS. Tie bars shall be deformed steel bars and conform : 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 tic
bars that arc to be bent or restraightened during construction. Tie bars designated as grade 40 in ASTbi 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. Before delivery to the construction site, a
minimum of two—thirds of the length of each dowel bar shall be painted with one coat of zinc —chromate. If plastic
or epoxy —coated steel dowels are used, no zinc -chromate coating is required, except when specified for a parucular
situation on the contract plans. Coated dowels shall conform to the requirements given in AASHTO M 254.
The sleeves for dowel bats used in expansion joints shall be metal, of an approved design to cover 2 to 3 inches
(50 mm to 75 mm) of the dowel, with a closed end and with a suitable stop to hold the end of the bar at least 1
inch (25 mm) from the closed end of the sleeve. Sleeves shall be of such design that they will not collapse during
construction.
501-29 WATER. Water used in mixing or curing shall be as clean and free of oil, salt, acid, alkali, sugar,
vegetable. or other substances injurious to the finished product as possible. Wars will be tested in accordance with
the requirements of AASHTO T 26. Water known to be of potable quality may be used without testing.
501-2.10 COVER MATERIAL FOR CURING. Curing materials shall conform to one of the following specifi-
cations:
a. Liquid membrane —forming compounds for curing concrete shall conform to the requirements of ASTM C
309, Type 2.
b. White polyethylene film for curing concrete shall conform to the requirements of ASTM C 171.
e. 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.
SH-2.11 ADMIXTURES. The use of any material added to the concrete mix shall be approved by the Engi-
neer. The Contractor shall submit certificates indicating that the material to be furnished meets all of the require-
ments 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 specifica-
tions. Subsequent tests will be made of samples taken by the Engineer from the supply of the materia! being fur-
nished or proposed for use on the work to determine whether the admixture is uniform in quality with that ap-
proved.
a. Air —Entraining Admixtures. Air —entraining admixtures shall meet the requirements of ASTM C 260
and shall be added to the mixer in the amount necessary to produce the specified air content. The air —entrainment
agent and the water reducer admixture shall be compatible.
501 - 4
r
f
6'15,^90 AC 150.'5370-10Q C-i- '
b. Chemical Admixtures. Water -reducing. set -retarding. and set-acceic-mung admixtures sttall meet trz r;-
r. quirements of ASTM C 494.
MIX DESIGN
501-3.1 PROPORTIONS. Proportioning requirements for concrete shall be designed for a ficxural s:renth of
I I.
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 actual flexural strength obtained from the concrete. The mix
design shall include a complete list of materials including type; brand; source and amount of cement, fly ash or
other po=lons, ground slag, and admixtures; and copies of test reports. Production shall not begin until the mu
design is approved by the Engineer.
Flexural strength shall be as specified at 28 days using test specimens prepared in accordance with ASTM C 31 and
tested in accordance with ASTM C 78. The mix determined shall be workable concrete having a slump for side-
fotm.concmte between 1 and 2 inches (25 mm and 50 mm) as determined by ASTM C 143. For vibrated slip -form
concrete, the slump shall be between 1R inch (12 mm) and 1-1/2 inches (37 mm).
The minimum cementitous material (cement plus fly ash) content shall be 500 pounds per cubic yard (296 kg per
cubic meter). The ratio of water to cementitous material, including fit surface moisture on the aggregates but not
including moisture absorbed by the aggregates shall not be more than 0.53 hy'weight.
For slip -form construction, a high degree of uniformity in the plastic concrete is required. Caution should be exer-
cised in establishing the air -entrainment pm=ntage, as excessive air entrainment will aggravate edge slumping and
insufficient air entrainment will result in poor concrete durability. Some edge slump of the wet concrete behind the
side form on the paving machine will occur, even with low slump concrete. This may continue, though very slowly,
until initial set has taken places
501-32 CEMENTITOUS 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 contest may be met by considering portland cement plus fly ash as the total cementi-
tots materialThe replacement rate shall be determined from laboratory trial mixes, but shall not exceed 25 percent
by weight of the total cementitous material.
b. Ground Slag. Ground blast -furnace slag may be used in a mix design containing Type I or Type II
cement The slag may constitute between 25 to 55 percent of the total cemenutous material. If the concrete is to be
used for slipforming ,operations and the air temperature is expected to be lower than 550 F (130 C) the percent slag
should not exceed 30 percent
501 - 5
AC 150'5370-10A CHG 1
6'15,90
501-33 ADN=URES.
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 mixed air -entrained concrete shall be based
upon trial mixes with the materials to be used in the work adjusted to produce concrete of the required plasticity
and workability. The percentage of air entrainment in the mix shall be in accordance with Table 3 plus or minus —
1-1/2 percentage points. 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.
ENTRAINED AIR TOLERANCES r
Air Content
Coarse Aggregate Percent by Volume _
11A in. (38.1 mm),-2 in. (S1 mm), 51A
2'h in. (63 mm)
3/4 in. (19.1 mm), 1 in. (25.0 mm) 6
in. (9.5 mm), V2 in. (12.S mm) Th,
b. Chemical. Water -reducing and set -controlling admixtures shall be added to the mix in the manner rec-
ommended by the manufactures and in the amount necessary to comply with the specification requirements. Tests
shall be conducted on trial mixes, during the mix design, in accordance with ASTM C 494.
501 3A TESTING LABORATORY. The testing laboratory used to develop the design mix and to perform the
tests required by this specification shall meet the requirements of ASTM C 1077. A certification it= the laboratory
meets these requirements shall be submitted to the Engineer.
CONSTRUCTION METHODS
501-4.1 EQUIPMENT. Equipment and tools necessary for handling materials and performing all parts of the
work shall be approved by the Engineer as to design, capacity, and mechanical condition. The equipment shall be at
the job site before the start of construction operations for examination and approval
a. Batehing Plant and Equipment.
(1) GeneraL The hatching plant shall include bins, weighing hoppers, and scales for the fine aggregate
and coarse aggregate. If bulk cement is used, a bin, hopper, and separate scale for cement shall be included The
weighing hoppers shall be properly sealed and vented to preclude dusting during operation.
501-6
615`90 AC 15:.'Sa7C IOA .^. HO
(2) Bins and Hopper. Bins Kith adequate separate compartments for fine aggregate and coarse acerc.atc
r shall be provided in the batching plant. Each compartment shall discharge efficiently and freely into the weighing
! hopper. Means of control shall be provided so that. as the quantity desired in the weighing hopper is approached_
the material may be added slowly and shut off with precision. A port or other opening for removir._ an ovcrioad o:
any one of the several materials from the hopper shall be provided. weighing hoppers shall be ccnsir.t:tcd to ciim,
hate accumulations of materials and to discharge fully.
(3) Scales. The scales for weighing aggregates and cement shall be of either the beam or the srrinelcss,
dial type. They shall be accurate within OS percent throughout their range of usc. Whcn beam-nT-c scales a.-c tsc; ,
provisions sucTi as a "telltale" dial shall be made for indicating to the operator that the required load in the wcigh-
ing hopper is being approached. A device on the weighing beams shall clearly indicate critical posiuon. Potses shall
be designed to be locked in any position and to prevent unauthorized change. The weight beam and "telltale"
device shall be in full view of the operator while charging the hopper, acid the operator shall have convenient access
to all controls.
Scales shall be inspected and sealed as often as the Engineer may seem necessary to assume their continued accura-
cy. The Contractor shall have on hand not less than ten 50-pound (23 kg) weights for testing of all scales when
directed by the Engineer.
b. Mixers.
(1) General. Concrete may be mixed at a central plant, or wholly or in part in truck mixers. Each mixer
shall have attached in a prominent place a manufacturer's nameplate showing the capacity of the drum in terms of
volume of mixed concrete and the speed of rotation of the mixing drum or blades.
A device accurate within 3 percent and satisfactory to the Engineer shall be provided at the mixer for determining
Me amount of air -entraining agent or other admixture to be added to each batch requiring such admixtures.
Mixers shall be examined daily for the accumulation of hard concrete or mortar and the wear of blades.
(2) Central Plant Mixer. Mixing shall be in an approved mixer capable of combining the aggregates,
cement, and water into a thoroughly mixed and uniform mass within the specified mixing period, and of discharg-
ing the mixture without segregation. Central plant mixers shall be equipped with an acceptable timing device that
�.. will not permit the batch to be discharged until the specified mixing time has elapsed. The water system for a
central mixer shall be either a calibrated measuring tank or a meter and shall not necessarily be an integral pan of
the mixer.
�.., The mixers shall be examined daily for changes in condition due to accumulation of hard concrete or mortar or
wear of blades. The pickup and thmwover blades shall be replaced when they have wom down 314 inch (13 mm) or
more. The Contractor shall have a copy of the manufacturer's design on hand showing dimensions and arrangement
of blades in reference to original height and depth.
r
Y (3) Truck Mixers and Truck Agitators. Truck mixers used for mixing and hauling concrete and truck
agitators used for hauling central mixed concrete shall conform to the requirements of ASTM C 94.
(4) NonagItator Trucks. Nonagitating hauling equipment shall conform to the requirements of
ASTM C 94.
e. Finishing Equipment.
(1) Finishing Machine. The finishing machine shall be equipped with one or moue oscillating -type trans-
verse screeds.
(2) Vibrators. For side -form construction, vibrators may be either the surface pan type for pavements
less than 8 inches (200 mm) thick or the internal type with either immersed tube or multiple spuds, for the full
width of the concrete slab. They may be attached to the spreader or the finishing machine, or they may be mounted
on a separate carriage. They shall not come in contact with the joint, load -transfer devices, subgrade, or side forms.
The frequency of the surface vibrators shall not be less than 3400 vibrations per minute, and the frequency of the
internal type shall not be less than 7.000 vibrations per minute for spud vibrators. When spud -type internal vibra-
tors are used adjacent to the side forms, they shall have a frequency of not less than 3,500 vibrations per minute.
Hand vibrators should be used to consolidate the concrete along forms and other isolated areas.
r
501 - 7
f
AC 150'537D-10A CHu 1
For slip -form construction, the paver shall vibrate the concrete for the full width and depth of the strip of pavement
being placed. Vibration shall be accomplished by internal vibrators with a frequency range variable between 7.000
and 12,000 vibrations per minute. The amplitude of vibration shall be between 0.025 (0.6 mm) and 0.06 (11.5 mm)
inches.
The number, spacing, frequency, and eccentric weights shall be provided as necessar<• to achieve an ac: p:aNc
concrete density and finishing quality. Adequate power w operate all vibrators at the weight and frequency required
for a satisfactory finish shall be available on the paver. The internal -vibrators may be supplemented by vibraun_
screeds operating on the surface of the concrete. The frequency of surface vibrators shall not be iess than -.I;o
vibrations per minute. The Contractor shall furnish a tachometer or other suitable device for measuring the trceucn-,
ey of the vibrators. The vibrators and tamping elements shall be automatically controlled so that they shall be
stopped as forward motion ceases. Any override switch shall be of the spring -loaded, momentary contact tape:
d. Concrete Saw. When sawing of joints is specified, the -Contractor shall provide sawing equipment ade-
quate in number of units and power to complete the sawing to the required dimensions and at the required rate. The
Contractor shall provide at least one standby saw in good worldng order. An ample supply of saw blades shall be
maintained at the site of the work at all times dating sawing operation& The Contractor shall provide adequate
artificial lighting facilities for night sawing. All of this equipment shall be on the job both before and at all umes
during concrete placement
e. Forms. Straight side forms shall be made of steel having a thickness of not less than 7/32 inch (6 mm)
and shall be furnished in sections not less than 10 feet (3 m) in length. Forms shall have a depth equal to the
prescribed edge thickness of the concrete without horizontal joint, and a base width equal to the depth of the forms.
Flexible or curved fortes of proper radius shall be used for curves of 100-foot (30 m) radius or less. Flexible or
curved forms shall be of a design acceptable to the Engineer. Forms shall be provided with adequate devices for
secure settings so that when in place they will withstand, without visible spring or settlement, the impact and vibra-
tion of the consolidating and finishing equipment. Flange braces shall extend outward on the base not less than
two-thirds the height of the form. Forms with battered top surfaces and bent; twisted, or broken forms shaII be
removed from the work Repaired forms shall not be used until inspected and approved. Built-up forms shall not be
used, except as approved by the Engineer. The top face of the form shall not vary from a true plane more than 1/8
inch (3 mm) in 10 feet (3 m), and the upstanding kg 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.
f. Slip -form Pavers. The paver shall be fully energized, self-propelled, and designed for the specific pur-
pose of placing, consolidating, and finishing the concrete pavement, true to grade, tolerances, and cross section. It
shall be of sufficient weight and power to construct the maximum specified concrete paving lane width as shown in
the plans, at adequate forward speed, without transverse, longitudinal or vertical instability or without displacement.
The paver should 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 grade shall be thoroughly tamped,
either mechanically or by hand, at both the inside and outside edges of the base of the forms. Forms shall be staked
into place with not less than 3 pins for each 10-foot (3 m) section. A pin shall be placed at each side of every joint.
Fonts sections shall be tightly locked and shall be free from play or movement in any direction. The forms shall not
deviate from true line by more than 1/4 inch (6 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
shaI 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 immedi-
ately before placing the concrm. When any form has been disturbed or any grade has become unstable, the form
shall be reset and rechecked.
501-43 CONDITIONING OF UNDERLYING COURSE, SLIP -FORM CONSTRUCTION. The compacted
subgmde or subbase on which the pavement will be placed shall be widened approximately 3 feet (90 cm) to extend
beyond the paving machine track to support the paver without any noticeable displacement After the subgrade or
subbase 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 to the ptopw elevation and profile by means of a properly designed
machine. The grade of the subbase an which the concrete pavement is to be placed shall be controlled automatically
501 - 8
AC'.50'S370-10n CH`
k
by steel guide wins erected and maintained by the Conractor. If the density of the base is disturecd by the t:trn-
r ming operations, it shall be corrected by additional compaction before the concrete is placed except when stabilized
subbases are being constructed. If damage occurs on a stabilized subbase. it shall be correctcd full depth b%- the
Contractor or the damaged area filled with concrete integral with the p3vemer.t. The cradm: ep::a:tons should be
delayed as long as possible and immediately precede paving insofar as practical, particularly if the base course is
subjected to haul traffic. If traffic is allowed to use the prepared grade, the grade shall be checked and co rc_tcd
immediately before the placement of concrete. 'lire prepared grade shall be well moistened with water. without
saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from conzrctc. In ccld %vza.n-
er the underlying subbase shall be protected so that it will be entirely free of frost when concrete is placed.
*�
501-4A CONDITIONING OF UNDERLYING COURSE, SIDE -FORM CONSTRUCTION. The prepared
grade shall be well moistened with water, without saturating, immediately ahead of concrete placement to prevent
1,
rapid loss of moisture from the concrete. Ruts or depressions in the subgrade or subbase caused by hauling or usage
of other equipment shall be filled as they develop with suitable material (not with concrete or concrete aggregates)
r
and thoroughly compacted by rolling. If damage occurs to a stabilized subbase, it shall be corrected full depth by
`
the Contractor, or the damaged area filled with concrete integral with the pavement. A muluple-pin templet weigh-
ing not less than 1,000 pounds (454 kg) per 20 feet (6 m) or other approved templet shall be provided and operated
+�+
on the forms immediately in advance of the placing of the concrete. The templet shall be propelled only by hand
and not attached to a tractor or other power unit. Templets shall be adjustable: so that they may be set and main-
tained at the correct contour of the underlying course. The adjustment and operation of the templet shall be such as
will provide an accurate retest of the grade before placing the concrete thereon. All excess material shall be re-
moved. Low areas may be filled and compacted to a condition similar to that of the surrounding grade, or filled
with concrete integral with the pavement In cold weather, the underlying subbase shall be protected so that it will
be entirely free from frost when the concrete is placed. The use of chemicals to eliminate frost in the underlying
r•
material will not be permitted. The templet shall be maintained in accurate adjustment, at all times by the Contrac-_
tor, and should be checked daily. The work described under the foregoing paragraphs does not constitute a regular
subgrading operation, but rather a final accurate check of the underlying course„
�* 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 built up in layers of not more than 3 feet (90 cm) in thickness. Each layer shall be completely in place
before beginning the next layer and shall not be allowed to "cone" down over the next lower layer. Aggregates
from different sources and of different shall not be fled together. Improperlylaced stoc stockpiles will
grading stockpiled g F kP�
t not be accepted by the Engineer.
Aggregates shall be handled from stockpiles or other sources to the batching plant in such manner to secure the
specified grading of the material. Aggregates that have become segregated or mixed with earth or foreign material
shall not be used. All aggregates produced or handled by hydraulic methods, and washed aggregates, shall be stock-
piled or binned for draining at least 12 hours before being batched. Rail shipments requiring more than 12 hours
r will be accepted as adequate binning only if the car bodies permit free drainage. The fine aggregate and coarse
' aggregate shall be separately weighed into hoppers in the respective amounts set by the Engineer in the job mix.
Cement shall be measured by weight. Separate scales and hopper, with a device to positively indicate the complete
discharge of the batch of cement into the batch box or container, shall be used for weighing the cement.
When required by the contract or when permitted, batching plants shall be equipped to proportion aggregates and
bulk cement. by weight, automatically using interlocked proportioning devices of an approved type. When bulk
cement is used, the Contractor shall use a suitable method of handling the cement from weighing hopper to uans-
porting container or into the batch itself for transportation to the mixer, such as a chute, boot, or other approved
device, to prevent loss of cement. The device shall be arranged to provide positive assurance of the actual presence
in each batch of the entire cement con=t specified.
501 - 9
AG 150.'5370-10A CHG 1 E 15'9D
When cement is placed in contact with the aggregates, batches may be rejected unless mixed within 3-1 = hours of
such contact Batctung shall be conducted so that the results in the woghts of each material required will be within
a tolerance of 1 percent for cement and Z percent for aggregates.
Water may be measured either by volume or by weight The accuracy of measuring the water shall be within plus
or minus 1 percent of required amounts. Unless the water is to be weighed, the water —measuring equipment snail
include an auxiliary tank from which the measuring tank shall be filled. The measuring tank shall be equipped with
an outside tap and valve to provide for checking the setting, unless other means are provided for readily and a:cu-
rately determining the amount of water in the tank. The volume of the auxiliary tank shall be at least equal to ma:
of the measuring tank.
Methods and equipment for adding air —entraining agent or other admixtures to the batch. when required. shall be
.approved by the Engineer. All admixtures shall be measured .into the mixer with an accuracy of plus or minus 3 .
percent
501-4.6 MIXING CONCRETE. The concrete may be mixed at the work site, in a central mix plant or in Duck
mixers. The mixer shall be of an approved type and capacity. Mixing time shall be measured from the time all
materials, except water, are emptied into the drum. Ready —mixed concrete shall be mixed and delivered in accord-
ance with the requirements of ASTM C 94, except that the minimum required revolutions of the mixing speed for
transit mixed concrete may be reduced to not less than that recommended by the mixer manufacturer. The number
of revolutions recommended by the mixer manufacturer shall be indicated on the manufacturer's serial plate at
lathed to the mixer. The Contractor shall furnish test data acceptable to the Engineer verifying that the make and
model of the mixer will produce uniform concrete conforming to the provisions of ASTM C 94 at the reduced
number of revolutions shown on the serial plate.
When mixed at the work site or in a central mixing plant. 'the mixing time shall not be less than 50 seconds nor
more than 90 seconds. Mixing time ends when the discharge chute opens. Transfer time in multiple drum mixers is
included in mixing time. The contents of an individual mixer drum shall be removed before a succeeding batch is
emptied therein.
The mixer shall be operated at the drum speed as shown on the manufacturer's nameplate on the approved mixer.
Any concrete mixed less than the specified time shall be discarded at the ,Contractor's expense. The volume of
concrete mixed per batch shall not exceed the mixer's nominal capacity in cubic feet (cubic meters), as shown on
the manufacttaer's standard rating plate on the mixer. An overload up to 10 percent above the mixer's nominal
capacity may be permitted provided concrete test data for segregation and uniform consistency are satisfactory, and
provided no spillage of concrete takes place. The batch shall be charged into the c1 um so that a portion of the
mixing water shall enter in advance of the cement and aggregates. The flow of water shall be uniform, and all
water shall be in the drum by the end of the first 15 seconds of the mixing period. The throat of the drum shall be
kept free of such accumulations as may restrict the free flow of materials into the drum.
Mixed concrete from the antral mixing plant shall be transported in truck mixers, truck agitators, or nonagitating
trucks. The time elapsing from the time water is added to the mix until the concrete is deposited in place at the
work site shall not exceed 30 minutes when the concrete is hauled in nonagitating trucks, nor 60 minutes when the
concrete is hauled in truck mixers or truck agitators. Retempering concrete by adding water or by other means will
not be permitted, except when concrete is delivered in transit mixers. With transit mixers additional water may be
added to the batch materials and additional mixing performed to increase the slump to meet the specified require-
mens, if permitted by the Engineer. All these operations must be performed within 45 minutes after the initial
mixing operations and the water --cement ratio must not be exceeded. Admixtures for increasing the workability or
for accelerating the set will be permitted only when specified for in the contract
SO1-4.7 LIMITATIONS OF M XING. No concrete shall be mixed, placed. or finished when the natural light is
insufficient, unless an adequate and approved artificial lighting system is operated.
Unless authorized in writing by the Engineer. mixing and concreting operations shall be discontinued when a de-
scending air temperature in the shade and away from artificial het reaches 40° F (4' C) and shall not be resumed
until an ascending air temperature in the shade and away from artificial heat reaches 350 F (20 Q.
When concreting is authorized during cold weather, the aggregates may be heated by either steam or dry heat prior
to being placed in the mixer. The apparatus used shall heat the mass uniformly and shall be arranged to preclude
the possible occurrence of overheated areas which might be detrimental to the materials. Unless otherwise author-
501 - 10
6'15'90 AC 150'537C--10A CHG 1
c.
ized, the temperature of the mixed concrete shall not be less than 50° F (10° C) at the time of placement in the
r forms.
i' If the air temperature is 35° F (C° C) or less at the Lime of placing concrete, the Ertcineer ma- require the wa•�r
1,
and/or the aggregates to be heated to not less than 70° F (20° C) nor more than 15100 r (6ff C:. Co: crcte s.^.ali re:
be placed on frozen subgmde nor shall frozen aggregates by used in the concrete.
i During periods of warm weather when the maximum daily air temperature exceeds 85` F (300 C), the following
` precautions should be taken. The forms and/or the underlying material shall be sprinkled with water, immediatci,
before placing the concrete. The concrete shall be placed at the coolest temperature practicable. and in no case s ;al.
rthe temperature of the concrete when placed exceed 90° F (33° Q. The aggregates and/or mixing water shall be
cooled as necessary to maintain the concrete temperature at or not more than the specified maximum.
501-4.8 PLACING CONCRETE.
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. Unless truck mixers, truck agitators, or nonagitating hauling equipment
are equipped with means for discharge of concrete without segregation of the materials, the concrete shall be un-
loaded into an approved spreading device and mechanically spread on the grade to prevent segregation of the mate-
rials. Placing shall be continuous between transverse joints without the use of intermediate bulkheads. Necessary
band spreading shall be done with shovels — not rakes. Workmen shall not be allowed to walk in the freshly mixed
concrete with boots or shoes coated with earth or foreign substances.
When concrete is to be placed adjoining a previously constructed lane of pavement and when mechanical equipment
will be operated upon the existing lane of pavement, the concrete shall be at least 7 days old and at a flexural
strength approved by the Engineer. If only finishing equipment is carried on the: existing lane, paving in adjoining
lanes may be permitted after 3 days, if approved by the Engineer.
Concrete shall be thoroughly consolidated against and along the faces of all forms and along the full length and on
both sides of all joint assemblies by means of vibrators inserted in the concrete. Vibrators shall not be permitted to
come in contact with a joint assembly, the grade, or a side form. In no case shall the vibrator be operated longer
than 15 seconds in any one location, nor shall the vibrators be used to move the concrete.
Concrete shall be deposited as near to expansion and contraction joints as possible without disturbing them but shall
not be dumped from the discharge bucket or hopper onto a joint assembly unless the hopper is well centered on the
joint assembly.
Should any concrete materials fall on or be worked into the surface of a completed slab, they shall be removed
immediately by approved methods.
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
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 should be placed directly
an 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 appreciable edge slumping will occur. Fatal finishing shall be accomplished while
the concrete is still in the plastic state.
It is the intent of the specification to produce a high quality, dense, long lasting, and smooth pavement suitable for
the high speed operations of roughness -sensitive heavy jet aircraft. This require, that all joints, and particularly all
longitudinal joints, meet the specified tolerance throughout their length. The Engineer will designate the paving
r lanes in an apron, taxiway, or the outer runway paving lanes to be used for the initial paving operations. In the
event that slumping or sloughing occurs behind the raver or if there are any other structural or surface defects
which, in the opinion of the Engineer, cannot be corrected within permissible tolerances, the Engineer may halt
paving operations until proper adjustment of the equipment or procedures have been made. In the event that satis-
factory procedures and pavement arc not achieved after not more than 2,000 linear 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.
r
i . 501 - 11
7 -
i
AC 150!537C-10c. CMG ,
501-49 STRIKE -OFF OF CONCRETE ANI) PLACKMENT OF REINFORCEMENT. Following the plac-
ing of the concrete, it shall be struck off to conform to the cross section shown on the plaits and to an elevauon
such that when the concrete is properly consolidated and finished, the surface of the pavement shall be at the cicva-
tion shown on the plans. When reinforced concrete pavement is placed in two layers, the bottom lay-,- serail be
struck off to such lencth and depth that the sheet of reinforcing steel fabric or bar mat may be laid full lenmh or,
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 tic
bottom laver of concrete has been placed more than 30 minutes without being covered with the top layer e- if
initial set has taken place, it shall be removed and replaced with freshly mixed concrete at the Cont.-a:terIs cxpc^.se.
When reinforced concrete is placed in one layer. the reinforcement may be positioned in advance of concrete place-
ment 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 adverse•
ly affect or reduce bond. Reinforcing steel with rust, mill scale, or a combination of both will be considered sates -
factory, provided the minimum dimensions, weight, and tensile properties of a hand wim brushed test specimen are
not less than the applicable ASTM specification requirements.
501-4.10 JOINTS.
a. General.
(1) Longitudinal and Transverse Joints. Longitudinal and transverse joints shall be constructed as indi.
cated on the plans and in accordance with these requirements. All joints shall be constructed true to line with their
faces perpendicular to the surface of the pavement. Joints shall not vary more than 112 inch (12 mm) from a true
line or from their designated position. The vertical surface of the pavement adjacent to all expansion joints shall be
finished to a true plane and edged to a radius of 1/4 inch (6 mm) or as shown on the plans. The surface across the
joints shall be tested with a 10-foot (3 m) straightedge as the joints are finished and any irregularities in excess of
114 inch (6 mm) shall be corrected before the concrete has hardened. When required, keyways shall be accurately
formed with a template of metal or wood. The gauge or thickness of the material in the template shall be such that
.the full keyway, as specified, is formed and is in the correct location. Transverse joint shall be at right angles to
the centerline of the pavement and shall extend the full width of the slab. The transverse joints in succeeding lanes
shall be placed in line with similar joints in the fast lane. All joints shall be so prepared, finished, or cut to provide
a groove of the width and depth shown on the plans.
(2) Tie Bars. Tie bars shall consist of deformed bars installed principally in longitudinal joints as shown
on the plans. Tie bars shall be pl:.ced at right angles to the centerline of the concrete slab and shall be spaced at
intervals of 30 inches (76 cm), Curless otherwise specified. They shall be held in position parallel to the pavement
surface and midway between the surfaces of the slab. When tie bars extend into an unpaved lane, they may be bent
at right angles against the form at longitudinal construction joints, unless threaded bolt or other assembled tie bars
are specified. These bars shall not be painted, greased, or enclosed in sleeves.
(3) Dowel Bars. Dowel bars or other load -transfer units of an approved type shall be placed across trans-
verse or other joints in the manner as specified 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 ap-
proved assembly device to be left permanently in place. The dowel or load -transfer and joint devices shall be rigid
enough to permit complete assembly as a unit ready to be lifted and placed into position. A metal, or other type,
dowel expansion cap or sleeve shall be furnished for each dowel bar used with expansion joints. These caps shall
be substantial enough to prevent collapse and shall be placed on the ends of the dowels as shown on the plans. The
caps or sleeves_ shall fit the dowel bar tightly and the closed end shall be watertight The portion of each dowel
painted with rust preventative paint, as required Corder Section 501-2.8, shall be thoroughly coated with asphalt
MC-70. or an approved lubricant, to prevent the concrete from binding to that portion of the dowel. If free -sliding
plastic -coated or epoxy -coated steel dowels are used, a lubrication bond breaker shall be used except when ap-
proved pullout tests indicate it is not necessary. In lieu of using dowel assemblies at contraction joints. dowel bars
may be placed in the full thickness of pavement by a mechanical device approved by the Engineer.
(4) Slip -Form Construction. For slip -form construction, the following shall apply: when keyed con-
struction joints are called for, a sheet metal keyway liner shall be required. The liner may remain in place perma-
nently and become part of the keyed joint and shall be galvanized, copper clad. or of similar rust -resistant material,
of sufficient stiffness to support the upper keyway flange. Two-piece hook bolt may be installed in either the male
501 - 12
1
611590 A1SC'537G-157. �
or, female side of the keyed joint providing the installation is made without distorting the keyed dimensions o-
causing edge slump. If a bent tie bar installation is used, the tie bars shall be inserted through the sheet metal
keyway liner only on the female side of the joint. The bent tie bar installation may cause break-in_ of sc m-- sma:'
amount of laitance where the bar goes through the liner when the exposed ponion o`. the ba: is h,-n: te- c�::^.S: -.
into the adjacent lane. In no case shall a bent tie bar installation for male keyways be permitted which %%is rcoc:rc
`
chipping away of concrete to perform the straightening of the tie bar. Alternate methods of ba: instaliatior. m . t•:
approved by the Engineer if the keyway can be formed to a tolerance of I/» inch (6 mm) in any dimcnsion an�
without distortion or slumping of the top of the male flange. Transverse Joints with dowels will re.:;a:: r: -:_::i_-
care to insure the dowels are accurately placed and not disturbed during concrete placement
{
require use of an apparatus to firmly hold the dowels perpendicular to the joint and parallel to the slah s:rta:c
(
Doting the concrete placement operation, it is advisable to place plastic concrete directly on the dowel a-ssembi%
immediately prior to passage of the paver to help maintain dowel alignment In lieu of using dowel assemblies at
contraction joints, dowel bars may be placed in the full thickness of pavement by a mechanical dmce approved b�
t
t.
the Engineer.
b. Installation. The top of an assembled joint device shall be set at the proper distance below the pave-
ment surface and the elevation shall be checked. Such devices shall be set to the required position and line and
shall be securely held in place by stakes or other means during the pouring and finishing of the concrete. The
premolded joint material shall be placed and held in a vertical position; if constructed in sections, there shall be no
offsets between adjacent emits. Dowel bars shall be checked for exact position and alignment as soon as the joint
device is staked in place, and the device shall be =red to determine whether it is firmly supported. The maximum
permissible tolerance on dowel bar alignment in each plane, horizontal and vertical, shall not exceed 2 percent or I/
4 inch (6 mm) per foot of a dowel bar. The most effective way to obtain proper alignment is with well -fabricated
too
dowel baskets and dowel assemblies. In lieu of using dowel assemblies at contraction joints, dowel bars may be
i
placed in the full thickness of pavement by mechanical device approved by the Engineer.
When joints in concrete pavements are sawed, the joints shall be cut as shown on the plans. Equipment shall be as
described in section 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 mm) wide and to the depth shown on the plans. When shown on the plans or
required by the specifications, the top portion of the slot or groove shall be widened by means of a second shal-
lower cut or by suitable and approved beveling to provide adequate space for joint sealers. Sawing of the joints
�-•
shall commence as soon as the concrete has hardened sufficiently to permit cutting without chipping, spalling, or
tearing. Sawing shall be -carried on both during the day and night as required. The joints shall be sawed at the
requ iced spacing consecutively in sequence of the concrete placement, unless otherwise approved by the Engineer.
^„
c. Longitudinal Joints.
(1) Construction. Longitudinal construction joints necessary for lane construction shall be formed against
suitable side forms (usually made of steel) with or without keyways, as indicated in the plans. Wooden forms may
be used corder special conditions, when approved by the Engineer. When the concrete is placed using slip -form
pavers, the keyway shall be formed in the plastic concrete by means of preformed metal keyway liners which are
inserted during the slip -form operations to form the female side of the key and which may be left in place. The
'dimensions of the keyway forms shall not vary more than plus or minus 1/4 inch (6 mm) from the dimensions
indicated and shall not deviate more than plus or minus 1/4 inch (6 mm) from the mid -depth of the pavement. A
male keyway may be used providing the keyway and edge tolerances are met. Where butt -type joints with dowels
are designated, the dowels for this type shall be painted and greased. The edges of the joint shall be finished with a
grooving tool or edging tool, and a space or slot shall be formed along the joint of the dimensions, as indicated, to
receive the joint sealing material. Longitudinal construction joints shall be sawed to provide a groove at the top
conforming to the details and dimensions indicated on the plans. Provisions shall be made for the installation of tie
bars as noted on the plans.
71, (2) Contraction or weakened -plane type. . The longitudinal groove formed or sawed in the top of the
slab shall be installed where indicated on the drawings. The groove shall be formed in the plastic concrete with
suitable tools or material to obtain the width and depth specified, or it shall be sawed with approved equipment in
the hardened concrete to the dimensions required. When the groove is formed in plastic concrete, it shall be true to
line with not more than 1/4-inch (6 mm) variation in 10 feet (3 m); it shall be uniform in width and depth; and the
sides of the groove shall be finished even and smooth with an edging tool. If an insert material is used, the installa-
dw and edge finish shall be according to the manufacturer's instructions. The sawed groove shall be straight and of
501 - 13
f'
AC 150:537C-10A CHG 1 E '5'sC
uniform width and depth. In either case, the groove shall be clean cut so that spalling will be avoided at intersec-
tions with transverse joints. Tie bars shall be installed across these joints where indicated on the plans.
(3) Expansion. Longitudinal expansion joints shall be installed as indica::.d on the plans. Tnc premoldcd
filler, of the thickness as shown on the plans, shall extend for the full depth and width of the slap a: the Join:,
except for space for sealant at the top of the slab. The filler shall be securely staked or fastened into posiuon
perpendicular to the proposed finished surface. A metal cap shall be provided to protect the top edge of the filler
and to permit the concrete to be placed and finished. After the concrete has been placed and struck off, the car
shall be carefully withdrawn leaving the space over the premolded filler. The edges of the joint shall be finisnc
and tooled while the concrete is still plastic.
d. Transverse Joints.
,(I) Expansion. Transverse expansion joints shall be installed at the locations and spacing as shown on
the plans. The joints shall be installed at right angle: :a the centerline and perpendicular to the surface of the
pavement The joints shall be installed and finished to insure complete separation of the slabs. Expansion joints
shall be of a premolded type conforming to these specifications and with the plans and shall be the full width of the
pavement strip.
All concrete shall be cleaned from the top of the joint material. Before the pavement is opened to traffic, this space
shall be swept clean and filled with approved joint sealing material.
All devices used for the installation of expansion joints shall be approved by the Engineer. They shall be easily
removable without disturbing the concrete and held in proper transverse and vertical alignment Immediately after
forms are removed, any concrete bridging the joint space at the ends shall be removed for the fall width and depth
of the joint
When specified, expansion joints shall be equipped with dowels of the dimensions and at the spacing and location
indicated on the plans. The dowels shall be firmly supported in place and accurately aligned parallel to the subgrade
and the centerline of the pavement by means of a dowel assembly which will remain in the pavement and will
ensure that the dowels are not displaced during construction.
Other types of load -transfer devices may be used, when approved by the Engineer.
(2) Contraction. Transverse contraction joints, weakened -plane joints, or both, shall be installed at the
locations and spacing as shown on the plans. These joints will be installed by 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 in the same manner as specified in paragraph 501- 4.10c(2). Dowel bar assemblies shall be installed, when
required, as shown on the plans.
(3) Construction. Transverse construction joints shall be installed at the end of each day's placing oper-
ations and at any other points within a paving lane when concrete placement is interrupted for more than 30 min-
utes or it appears that the concrete will obtain its initial set before fresh concrete arrives. When the installation of
the joint can be planned in advance, it shall be located at a contraction or expansion joint The joint shall not be
allowed within 8 feet (240 cm) of a regular spaced transverse joint If the pouring of the concrete has been stopped,
causing a joint to fall within this limit, it shall not be installed, and the fresh placed concrete shall be removed back
to the 8 foot (240 cm) limit
501-4.11 FINAL STRIKE -OFF, CONSOLIDATION, AND FINISiii2vG.
a. Sequence. The sequence of operations shall be the strike -off and consolidation, floating and removal of
laitance. straightedging, and final surface finish. The addition of superficial water to the surface of the concrete to
assist in finishing operations generally will not be permitted If the application of water to the surface is permitted,
it shall be applied as a fog spray by means of approved spray equipment
b. Finishing at Joints. The concrete adjacent to joints shall be compacted or firmly placed without voids or
segregation against the joint material; it shall be firmly placed without voids or segregation under and around all
load -transfer devices, joint assembly units. and other features designed to extend into the pavement. Concrete adja-
cent to joints shall be mechanically vibrated as required in section 501-4.8. 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 misalign-
ment of joints. If uninterrupted operations of the finishing machine, to, over, and beyond the joints, cause segmga-
501 - 14
r
r. 6'15:�J0 AC 150`537C-10A CHG 1
Lion of concrete, damage to, or misalignment of the joints. the finishing machine shall be stopped when the scree:
is approximately 8 inches (200 mm) from the joint. Segregated concrete shall be removed from the front of and off
the joint, the screed shall be lifted and set directly on top of the joint. and the forward motion of the finishing
machine shall be resumed Thereafter, the finishing machine may be run over the joint without lifting the sere; d ,
provided there is no segregated concrete immediately between the joint and the screed or on top of the joint.
r�
c. Machine Finishing. The concrete shall be spread as soon as it is placed, and it shall be struck off and
screeded-by-an approved finishing machine. The machine shall go over each area as many times and a: such inter-
vals as necessary to give the proper consolidation and to leave a surface of uniform texture. Excessive of craven
r over a given area shall be avoided. When side forms are used, the tops of the forms shall be kept clean r%_ an
effective device attached to the machine, and the travel of the machine on the forms shall be maintained true with,
out lift, wobbling, or other variation tending to affect the precision finish. During the first pass of the finishing
machine, a uniform ridge of concrete shall be maintained ahead of the front screed for its entire length. When in
operation, the screed shall be moved forward with a combined longitudinal and transverse shearing motion, always
moving in the direction in which the work is progressing, and so manipulated that neither end is raised from the
side forms during the striking -off process If necessary, this shall be repeated until the surface is of uniform texture,
rive 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 rein.
forcement is used.
The screed for the surface shall be at least 2 feet (6 cm) longer than the maximum width of the slab to be struck
off. It shall be of approved design, sufficiently rigid to retain its shape, and shall be constructed either of metal or
of other suitable material coveted with metal. Consolidation shall be attained by the use of a suitable vibrator.
e. Floating. After the concrete has been snuck off and consolidated, it shall be further smoothed, trued, and
consolidated by means of a longitudinal float, using one of the following methods:
(1) Hand Method. The hand -operated longitudinal float shall not be less than 12 feet (3.5 m) in length
and 6 inches (150 mm) in width, properly stiffened to prevent flexibility and warping. The longitudinal float, oper-
ared from foot bridges resting on the side form and spanning but not touching the eonar=. shall be worked with a
sawing motion, while held in a floating position parallel to the pavement centerline and; passing gradually from one
side of the pavement to the other. Forward movement along the centerline of the pavement shall be in successive
advances of not more than one-half the length of the float. Any excess water or soupy material shall be wasted
over the pavement edge on each pass.
(2) Mechanical Method. The Contractor may use a machine composed of a cutting and smoothing
float(s), suspended from and guided by a rigid frame. The frame shall be carried by four or more visible wheels
t riding on, and constantly in contact with, the side forms or pavement subgrade. If necessary. long -handled floats
having blades not less than 5 feet (150 cm) in length and 6 inches (150 mm) in width may be used to smooth and
fill in open -textured area in the pavement. Long handled floats shall not be used to float the entire surface of the
pavement in lieu of mechanical methods. When strike -off and consolidation are done by hand and the crown of the
pavement will not permit the use of the longitudinal float, the surface shall be floated transversely by means of a
long4iandled float Care shall be taken not to work the crown out of the pavement during the operation. After
floating, any excess water and laitance shall be removed from the surface of the pavement by,a straightedge 10 feet
(3 m) or more in length. Successive drags shall be lapped one-half the length of the blade.
f. Straightedge Testing and Surface Correction. After the pavement has been struck off and consolidat-
ed and while the concrete is still plastic, it shall be tested for trueness with a 16-foot (4.8 m) straightedge. For this
purpose the Contractor shall furnish and use an accurate 16-foot (4.8 m) straightedgz swung from handles 3 feet
(90 cm) 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 f -c m one side of the slab to the other,
as necessary. Advancing shall be in successive stages of not more than one-half the length of the straightedge. Any
excess water and laitance shall be removed from the surface of the pavement. Any depressions shall be immediately
filled with freshly mixed concrete, struck off, consolidated, and refinished. High areas shall be cut down and refrn-
r
501 - is
4
a
AC 15O'537C-1OA CHG l 6,415,9C
ished. Special attention shall be given to assure that the surface across joints meets the requircmcnLs for smooth-
ness. Straightedge testing and surface corrections shall continue until the entire surface is found to be free from
observable deparauts from the straightedge and until the slab conforms to the required grade and cross sccuor.. Th:
use of long -handled wood flonr_s shall be confined to a minimum: they may be used cniy in cmcrzcncccs ar-1 it
areas not accessible to finishing equipment.
501-4.12 SURFACE TEXTURE. The surface of the pavement shall be finished with either a broom cr b=::!
drag finish for all newly constructed concrete pavements.
a. Brush or Broom Finish. If the pavement surface texture is to be a type of brush or broom
be applied when the water sheen has practically disappeared. The equipment shall operate transx•crsek across tn:
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 Icast 15
ounces per square yard (555 grams per square meter). To obtain a rough -textured surface. the transverse threads of
the burlap should be removed approximately I foot (3 cm) from the trailing edge. A heavy buildup of grout on the
burlap threads produces the desired wide sweeping longitudinal striations on the pavement s=3ce. 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 provided by construction of
[ I I.
501 - 16
615.190 AC i. 150!53'-10A CHG
501-4.14 SURFACE TEST. As soon as the concrete has hardened sufficiently, the pavement surface shall be
tested with a 16-foot (4.8 m) straightedge or other specified device. Areas in a slab showing high spots of more
than 1/4 inch (6 mm) but not exceeding 1/2 inch (12 mm) in 16 feet (4.8 m) shall be marked and • immediately
ground down with an approved grinding machine to an elevation that will fall within the tolerance of 1/4 inch (6
mm) or less. Where the departure from correct cross section exceeds 1/.'. inch (12 mm), the pavement shall be
removed and replaced at the expense of the Contractor when so directed by the Engineer.
Any area or section so removed shall not be less than 10 feet (3 m) in length nor less than the full width of the lane
involved. When it is necessary to remove and replace a section of pavement, any remaining portion of the slab
adjacent to the joints that is less than 10 feet (3 m) in length shall also be removed and replaced.
501-4.1S CURING. Immediately after the finishing operations have been completed and marring of the concrete
will not occur. the -entire surface of the newly placed concrete shall be cured in accordance with one of the methods
below. In all cases in which curing requires the use of water. the curing shall have prior right to all water supply or
supplies. Failure to provide sufficient cover material of whatever kind the Contractor may elect to use, or lack of
warm to adequately take cart of both curing and other requirements, shall be cause for immediate suspension of
concreting operations. The concrete shall not be left exposed for more than 1/2 hour during the curing period. The
following are alternate approved methods for curing concrete pavements.
a. Impervious Membrane Method. The entire surface of the pavement shall be sprayed uniformly with
white pigmented curing compound immediately after the finishing of the surface and before the set of the concrete
has taken place. The curing compound shall not be applied during rainfall. Curing compound shall be applied by
mechanical sprayers under pressure at the rate of 1 gallon (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
501 - 17
i
AC 150'5370-10A CHG 1 6115,90
use, the compound shall be in a thoroughly mixed condiuon with the pigment uniformly dispersed throughout the
vehicle. During application the compound shall be stirred continuously by effective mechanical means. Hand spray-
ing of odd widths or shapes and concrete surfaces exposed by the removal of forms will be permitted. Curing
compound shall not be applied to the inside faces of joints to be scaled, but approved means shall be used to insure
proper curing for 72 hours. The curing compound shall be of such character that the film will harden within 30
minutes after application. Should the film become damaged from any cause within the required curing period, the
damaged portions shall be repaired immediately with additional compound. Upon removal of side forms, the sides
of the exposed slabs shall be protected immediately to provide a curing treatment equal to that prodded for the
surface.
b. Polyethylene Films. The top surface and sides of the pavement shall be entirely covered with polyethyl-
ene sheeting. The units shall be lapped at least 18 inches (45 cm). The sheeting shall be placed and weighted to
cause it to remain in contact with the surface covered. The sheeting shall have dimensions that will extend at least
twice the thickness of the pavement beyond the edges of the pavement Unless otherwise specified, the sheeting
shall be maintained in place for 72 hours after the concrete has been placed.
c. Waterproof Paper. The top surface and sides of the pavement shall be entirely covered with water-
proofed paper. The units shall be lapped at least 18 inches (45 cm). The paper shalt be placed and weighted to
cause it to remain in contact with the surface covered. The paper shall have dimensions that will extend at least
twice the thickness of the pavement beyond the edges of the slab. The surface of the pavement shall be thoroughly
wetted prior to placing of the paper. Unless otherwise specified, the paper shall be maintained in place for 72 hours
after the concrete has been placed.
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 arc completely covered. The sheeting shall be placed and weighted to remain in contact with the surface cov-
ered, and the covering shall be maintained fully wetted and in position for 72 hours after the concrete has been
placed.
e. Curing in Cold Weather. When the average daily temperature is below 400 F (4° C), curing shall con-
sist of covering the newly laid pavement with not less than 12 inches (300 mm) of loose, dry hay or straw, or
equivalent protective curing authorized by the Engineer, which shall be retained in place for 10 days. The hay or
straw shall be secured to avoid being blovm away. Admixture for curing or temperature control may be used only
when authorized by the Engineer.
When concrete is being placed and the air temperature may be expected to drop below 35° F (2° C), a sufficient
supply of straw, hay, grass, or other suitable blanketing material such as burlap cr polyethylene shall be provided
along the work. Any time the temperature may be expected to reach the freezing point during the day or night, the
material so provided shall be spread over the pavement to'a sufficient depth to prevent freezing of the concrete. The
period of time such protection shall be maintained shall not be less than 10 days. A minimum of 3 days is mouired
when high, early strength concrete is used. The Contractor shall be responsible for the quality and strengtt , the
concrete placed during cold weather, and any canc rete unfired by frost action shall be removed and replaced at the
Contractor's expense.
501-4.16 REMOVING FORMS. Unless otherwise specified, forms shall not be removed from freshly placed
concrete until it has set for at least 12 hours, except where auxiliary forms are used temporarily in widened areas.
Forms shall be removed carefully to avoid damage to the pavement After the forms have been removed, the sides
of the slab shall be cured as outlined in one of the methods indicated in paragraph 501-4.15. Major honeycombed
— areas shall be considered as defective work and shall be removed and replaced Any area or section so removed
shall not be less than 10 feet (3 m) in length nor less than the full width of the lane involved. When it is necessary
to remove and replace a section of pavement, any remaining portion of the slab adjacent to the joints that is less
than 10 feet (3 m) in length shall also be removed and replaced.
S01-4-17 SEALING JOINTS. The joints in the pavement shall be sealed in accordance with Item P-W5.
501-4-18 PROTECTION OF PAVEMENT. The Contractor shall protect the pavement and its appurtenances
against both public traffic and traffic caused by the Contractor's employees and agents. This shall include watchmen
to direct traffic and the erection and maintenance of warning signs. lights, pavement bridges, or crossovers, etc. The
501 - 18
I
615.90 AC 150'537CL1DA CHG 11
plans or special provisions will indicate the location and type of device or facility required to protect the work: and
provide adequately for traffic. Any damage to the pavement occurring prior to final acceptance shall be repaired o:
the pavement replaced at the Contractor's expense. In order that the concrete be properly protected against the
effects of rain before the concrete is sufficiently hardened. the Contractor will be required to have available a: a::
time materials for the protection of the edges and surfaces of the unhardened concrete. Such protective materials
shall consist of rolled polyethylene sheeting at least 4 mils (0.1 mm) thick of sufficient length and width to cove:
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 immi-
nent, all paving operations shall stop and all available personnel shall begin covering the surface of the un^ardcnC
concrete with the protective covering.
501-4.19 OPENING TO TRAFFIC. The Engineer shall decide when the pavement shall be opened to traffic.
The pavement will not be opened to traffic until test specimens molded and cured in accordance with AMI C 31
have attained a flexural strength of 550 pounds per square inch (3792 kPa) when tested in accordance with ASTbi
C 78. If such tests are not conducted, the pavement shall not be oper.-d to traffic until 14 days after the concrete
was placed. Prior to opening to traffic, the pavement shall be cleaned
501-4.20 SURFACE TOLERANCES. Extreme care must be exercised in all phases of the operation to assure
the pavement will pass the specified tolerances. The following tolerances are applicable:
a. Lateral deviation from established alignment of the pavement edge shall not exceed plus or minus 0.10
foot (30 mm) in any lane.
b. Vertical deviation from established grade shall not exceed plus or minus 0.04 foot (120 cm) at any point.
c. Surface smoothness deviations shall not exceed 1/4 inch (6 mm) from a 16-foot (4.8 m) straightedge
placed in any direction, including placement along and spanning any pavement joint or edge.
501-4.21 ACCEPTANCE SAMPLING AND TESTING. Concrete samples shall be furnished by the Contractor
and shall be taken in the field to determine the consistency, air content, and strength of the concrete. Flexural test
beams shall be made each day that the concrete is placed. Each group of test beams shall be molded from the same
batch of concrete and shall consist of a sufficient number of specimens to provide two flexural strength tests at each
test age. One group of specimens will be made during the first half of each shift, and the other during the last
portion of the shift. The.specimens shall be made in accordance with ASTM C 31. However, at the start of paving
operations and when the aggregate source, aggregate characteristics, of mix design is changed, additional groups of
test beams may be required until the Engineer is satisfied that the concrete mixture being used complies with the
strength requirements of these specifications. Test ages will be 7 days and 28 days.
The flexural strength of the concrete shall meet the following requirements: (1) the average of any 4 consecutive
strength tests, tested at the end of 28 days, shall have an average flexural strength equal to or greater than the
specified flexural strength; (2) not more than 20 percent of the beams tested at the end of 28 days shall have a
flexural strength less than the specified strength. Specimens which are obviously defective shall not be considered
in the determination of the strength When it appears that the test specimens will fail to conform to the require-
ments for strength, the Engineer shall have the right to order changes in the concrete sufficient to increase the
strength to meet the requirements. When a satisfactory relationship between 7-4ay and 28-day strengths has been
established and approved, the 7-day test results may be used as an indication of the 28-day strengths. However, the
7-day test results will not replace the results of the 28-day tests if the 28-play results fall below the requirements.
501 - 19
r
AC 150r5370-10A CHG 1 6 5'90
S01-4.22 TOLERANCE IN PAVEMENT THICKNESS. Concrete will be accepted for thickness on a lot
basis. A lot will consist of ( j square yards (square meters). One core shall be taken at random by the
Engineer in each lot. When the measurement of the care from a lot is not deficient more than 02 inch (5 mm) from
the plan thickness, full payment will be made. When such measurement is d6wient more than 02 inch (5 mm) and
not more than 1.0 inch (25 mm) from the plan thickness, two additional corns shall be taken at random and used in
determining the average thickness for that lot. An adjusted unit price, as provided in paragraph 501-52, will be
paid for the lot. The thickness of the pavement shall be determined by average caliper measurement of cores tested
in accordance with ASTM C 174.
In calculating the average thickness of the pavement, measurements which are in excess of the specified thickness by more than 02 inch (5 mm) shall be considered as the specified thickness plus 02 inch (5 mm), and measure-
ments which are less than the specified thickness by more than 1.0 inch (25 am) shall not be included in the
average. _
When the measurement of any core is less than the specified thickness by more than 1.0 inch (25 mm). the actual
thickness of the pavement in this area shall be determined by taking additional torts at not less than 10-foot (3 m)
intervals parallel to the centerline in each direction from the affected location, until in each direction a core is found —
which is not deficient by more than 1.0 inch (25 mm). Areas found deficient in thickness by more than 1.0 inch (25
mm) shall be evaluated by the Engineer and, if the deficient areas warrant removal, they shall be removed and
replaced with concrete of the thickness shown on the plans. Exploratory cores for deficient thickness will not be used in averages for adjusted unit price. Core holes shall be filled with non -shrink grout.
501 - 20
r�
f
E
4
6,'1s 90 AC 150.'5370-10A CHC; 1
METHOD OF MEASUREMENT
501-5.1 The quantity to be paid for shall be the number of square yards (square meters). of Iplain] ireinforced''.
pavement in place, completed and accepted, less deductions as hereinafter required for deficient thickness.
BASIS OF PAYMENT
501-6.1 General. The accepted quantities of concrete pavement will be paid for at the contract unit puce per
square yard (square meters) which price and payment shall be full compensation for furnishing and placing all
materials, including any dowels, steel reinforcement and joint material texturing, except for saw -cut grooving, pro-
vided, however. that for any pavement found deficient in thickness by mom than 0.2 inch (5 mm), but not more
than 1.0 inch (25 mm) only the reduced price stipulated below shall be paid.
No additional payment over the unit contract bid price shall be made for any pavement which has an average
thickness in excess of that shown on the plans.
Payment will be made under.
Item P-501-6.1 Portland Cement Concrete Pavement —per square yard (per square
meter).
Item P-501-6.1 - Saw -Cut Grooving —per square foot (per square meter).
501-6.2 Price Adjustment.
a. Thickness Adjustment. Where the average thickness of pavement is deficient in thickness by more than
0.2 inch (5 mm) bat not more than 1.0 inch (25 mm), payment will be made at an adjusted price as specified in
Table 4.
TABLE 3. PAVEMENT DEFICIENCY
Defu=cy in Wckmu Determined by Proportional Part of Comrs= Price
Cores Allowed (Percent)
(Average of 3 tests)
inches mm
0.00 to 0.20 0.00 to 5 100
021 to 030 5 to 8 80
031 to 0.40 8 to 10 72
0.41 to 0.50 10 to 13 68
OSl to 0.75 13 to 19 57
0.76 to 1.00 19 to 25 50
When the thickness of pavement is deficient by more than 1 inch (25 mm) and, in the judgment of the Engineer.
the area of such deficiency should not be removed and replaced, there shall be no payment for the area retained.
501 - 21
AC 150.'537D-10A .CHG 1 E'' S'sC
b. Flexural Strength Adjustment. When any pay factor for a lot of concrete is less than 1.0. pa%^ncr.; io-
the material in that lot shall be made at a reduced price arrived at by multiplying the contract price PC- uni: of
measurement by the appropriate pay factor. If pay factors for pavement thickness deficiency and flexural strcncth _
deficiency are both used for any
given lot, the reduced price will be determined by successively multiplying the
contract unit price by both pay factors.
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 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 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 Fresh Concrete
ASTM C 173
Test for Air Content of Freshly Mixed Concrete by the Volumet-
ric Method
ASTM C 174
Measuring Length of Drilled Concrete Coms
ASTM C 231
Test for Air Content of Freshly Mixed Concrete by the Pressure --
Method
ASTM C 311
Sampling and Testing Fly Ash for -Use as an Admixture in Pon.
land Cement Concrete
ASTM C 535
Test for Resistance to Abrasion of Large Size Coarse Aggregate
by Use of the Los Angeles Machine
ASTM C 1077
Standard Practice for Laboratories Testing Concrete and Concrete
Aggregates and criteria for Laboratory Evaluation
ASTM D 4791
TestMethod 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 Con-
crete Reinforcement
ASTM A 185
Specification for Welded Steel Wire Fabric for Concrete Rein-
farcement
501 - 22
r
6"5.90
AC 150'537a-90A "H3
p,
ASTM A 497
Specification for Welded Deformed Steel Wire Fabnc for Con-
crete Pavement
AST\f A 615
Specification for Deformed and Plain Billet —Steel Bart for Con-
crete Reinforcement
�^
ASTM A 616
Specification for Rail —Steel Deformed and Plain Bars for Concr-.tc
Reinforcement
ASTM A 617
Specification for Axle —Steel Deformed and Plain Bars fx Con-
J:
crete Reinforcement
ASTM A 704
Specification for Welded Steel Plain Bar or Rod Mats for Con-
crete Reinforcement'
ASTM C 33
Specification for Concrete Aggregates
4 i
ASTM C 94
Specification for Ready -Mixed Concrete
ASTM C 150
Specification for Portland Cement
ASTM C 171
Specification for Sheet Materials for Curing Concrete
ASTM C 260
Specification for Air Entraining Admixtures for Concrete
t
ASTM C 309
Specification for Liquid Membrane Forming Compounds
�.,
ASTM C 494
Specification for Chemical Admixtures for Concrete
ASTM C 595
Specification for Blended Hydraulu:_ Cements
ASTM C 618
Specification for Fly Ash and Raw or Calcined Natural Pozzolan
for Use as a Mineral Admixture in Portland Cement Concrete
ASTCM C 989
Specification for Ground Iron Blast -Furnace Slag for Use in Con-
crete 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 Fullers for Concrete Paving and Structural Construction
AASHTO M 254
Specification for Coated Dowel Bars
w
n
R:
is
rY.B.C.►.C.AW-
724-391120481
501 23
e...
t
t
F
;Modifications to
IT P 602 BITUMINOUS PRIME COAT
Item P-602 Bituminous Prime Coat, of the project specifications shall be modified
as follows:
1. Paragraph 602-2.1..BITUMINOUS MATERIALS - Delete the second sentence of the
first paragraph.
`
2. Table 1 Bituminous Material - Delete ;all.references to emulsified asphalt
•
materials. Add the designation MC-30 eieeting ASTM D2027 with application
temperature of 70• - 150'> F.
EQUIPMENT Del: a :the first and esecond , ub
3. Paragraph 602-3.2. EQUIP - a paragraphs
and insert the following,
"The equipment used by :the Contractor for applying the bituminous
prime coat shall include aself powered pressure bituminous material
~;
distributor. The Contractor shall provide equipment f6t'!heating the
I
bituminous material.
The bituminous material distributor,rvhall have pneumatic ;tires of such
width and number that the load produced on the surface shall not
exceed 650'pounds per inch of iiie;'width, and it: shall4. designed,
'
equipped and operated so that bituminous material, ai,an even heat,
may be applied uniformly on variable widths of surf1.ace at readily
l
(
controlled rates from O.OS too .gallons per squarejyard. The
material shall be applied within a:pressure ranges of,2t�'to 75 pounds
C"
per square inch and with sn;allowable variation from any specified
rate not to exceed S: percent' Bituminous material'' distributor
equipment shall include a :`tachometer, pressure as, volume -
measuring devices, and a thermomoer for reading temperatutas of tank
contents."si
_.
4. Insert the following new paragraph;
r..
;
"602-3 6 HERBICIDAL TREATMENT. After the:subgrade has ;beencompleted,
the Contractor shall,Apply a broad spectrum herbicidaL treatment (soil
�.,
sterilant), such 41 Pramito�V or approved equal, to: -the subgrade
surface in.a manner. approved by;,#1 'Engineer. The: trade name,
manufacturer•.s: name,. product; s�eiCifications, and;° manufacturer's
recommended .application` me't:ho':ands rate, of the wateriA proposed
shall be submitted to the Engineers 'for approval not less ,•than _:14 days
l
prior to the .proposed :use of te'materiel. If approved,: by the
Engineer; • the herbis.
cidal treatment Maya applied witfii th bituminous
w...
prime coat, provided, howeverp that the only materialhat,will be
permitted to be applied by this :i!methodwill be 9PramitoY. The
Contractor shall exorcize care inItha application of Ithe herbicidal
treatment to 'minimize contact'vith'existing turf.
4
The herbicidal treatment will.be�Cosidered subs:Ldiary 'to this item,
and no separate measurement or payment will be made for herbicidal
treatment material or application` `
`.
{
2699-94 502i a
Oft
4. Paragraph 602-4.1 METHOD OF MEASUREMENT - Bituminous material for prime
coat shall be measured by the gallon. References to measurement by any
►"'
other basis shall be.deleted.
5. Paragraph 602-5.1 BASIS OF PAYMENT - Payment for bituminous material for
prime coat shall be paid for at the contract unit price per gallon.
References to payment by any other basis shall be deleted. Delete the
second paragraph and add the following:
"Payment will be made under:
Item P-602, Bituminous Prime Coat; including_ herbicidal .
treatment, per gallon."
6. To the list of MATERIAL REQUIREMENTS, add ASTM D2027, Asphalt, Cutback
(Medium -Curing Type).
Fab
F
r
i
3
oft
2699-94 602 - b
r
r 2/ 17/89 AC 1S0/S370-10A
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
r
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•
ral
to be used.
9
TABLE 1.
BITUMINOUS MATERIAL
' Application
C
Type and Grade
Specification Temperatures '
i I Deg. F ! Deg. C
Emulsified Asphalt
f �
I
SS-1, SS-lh-
i ASTM D 977 1 70-160
20-70
MS-2, HFMS-1
ASTM D 977 ' 70-160
20-70
CSS-1, CSS-lh
'ASTM D 2397 70-160
20-70
CMS-2
! ASTM D 2397 70-160
20-70
Cutback Asphalt
i
RC-30
ASTM D 2029 80+
I 30+
RC-70
ASTM D 2029 120+
50+
r•
RC-250
i ASTM D 2028 165-1- I 7j-
' 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 ban 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
j
other objectionable material.
602-1
AC 150/5370-10A 2/17/89
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 AINM 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 balls 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)](tonfkg)). Volume
shall be corrected to the volume at 60' F (15' C) in accordance with ASTM D 1250 for cutback asphalt,
and Table IV-3 of The Asphalt Institute's Manual MS-6 for emulsified asphalt.
BASIS OF PAYMENT
602-5.1 Payment shall be made at the contract unit price per (gallon (liter)J(ton ft)J 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 2029 Asphalt, Cutback (Rapid Curing Grade)
ASTM D 2397 Cationic Emulsified Asphalt
602 - 2
2/17/89 AC 15015370-10A
TESTING REQUIREMENTS
ASTM D 1250 Petroleum Measurement Tables
Asphalt Institute Manual Temperature -Volume Corrections for Emulsified Asphalts
MS-6 Table IV-3 -
602 - 3
r
1
Modifications.... ,
to
BEM P-603 BITUMINOUS TACK COAT
Item P-603 Bituminous Tack Coat, of the project specifications shall be modified
"
as follows:
{'-
1. Paragraph 2. MATERIALS. Bituminous Materials - Delete -,the second sentence
of the first paragraph.
,
r
2. TABLE 1. BITUMINOUS MATERIAL. Delete all references to tar Add the
designation RC-250 meeting the re uirements of ASTM 0208 with:. an
application temperature of 125" 180" F.
3. Paragraph' 3.2 Equipment -Delete the'.first and second paragra hs :;and insert
P
the following:
" The equipment used by the 'Contractor for applying the
.
bituminous tack coat shall -include a self -powered: -pressure
:1
bituminous material :dist-ributor.''The ;ContrELCtor shall provide
{
equipment for heating the bituminous material; '
#�
The -bituminous material distributor shall have neumi c. tires of
such width and number that the. :load produced on the surface shall
IX
not exceed 650 pounds "per inch of tire widish, and;; it ,shall be
,, �••
designed, equipped::and operated so that: bituminous'!material 'at
an even heat, may :be applied uniformly on viriabje'widths'of
surface at reidily;controlle8 rates from 0.05 to 2.01gallons per
square yard. The material ,shall. be .applied 'within a;pressure
n -
range of 25 to 75 pounds'per square inch and with an :allowable -.
variation' from `'specified rate: not to exceed S; percent.
Bituminous 'material distributor equipment: shall include a
�,,'
tachometer,: pressure gatiges� volume -measuring devices,: and a
thermometer for reading 'temperatures of tal contents
.4.. Paragraph 4. METHOD OF MEASUREMENT: - iBituminous. material .for •;tack coat
'
shall be measured by the gallon References to measurement by,any-other
basis shall be deleted.
a¢, ,•., .:
5. Paragraph 5. BASIS OF PAYMENT Pa ent for bituminous ;meter ial for tack
coat shall be paid for at the contract unit, price per gallon. References to
payment by any other basis shall be',eleted. Delete t:he second paragraph
and add . the following:
"Payment will be made under
Item P-603, Bituminous Tack Coat, per gallon."
a
o{ is
1#
f
i
2699-94 603' a .
p
2/17/89 AC 150/5370-t0A
r ITEM P-603 BITUMINOUS TACK COAT
DESCRIPTION
.W 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
l 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.
r
TABLE 1. BITUMINOUS MATERIAL
j Application Temperature
Type and Grade Specification
f
i Deg. F j Deg. C
r
Emulsified Asphalt
SS-1, SS-lh
CSS-1, CSS-lh
Cutback Asphalt
RC-70
Tar
RTCB 5,, RTCB 6
ASTM D 977
ASTM D 2397
ASTM D 2028
AASHTO M 52
i
l
75-130 i 25-55
75-130 25-55
120-160 ; 50-70
60-120
CONSTRUCTION METHODS
15-50
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.
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 unifortnly 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 RESPONSIBE TTY. 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- BILIS. 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
e-
r__
603 2
2/17/89 AC 1S0/S370-10A
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
Modifications to
I
I
ITEM P-605 JOINT SEALING FILLER
Item P-605 Joint Sealing Filler of the project`specifications'sha11 be;modified
as follows:
1. Paragraph 605-2.1. JOINT SEALERS Delete -the first paragraph and insert;
the following:
"Joint sealing material shall meet :therequirements: of •one .of the:
following:
(a) ASTM D 3405 - Joint Sealants, Hot -Poured, for''Concrete, an
Asphalt',p Pavements, to be;used :in joints betweenortland clement: .
concrete pavement and bituminous pavement shoulders.
r
(b) fed. Spec SS-S-200 Sealing compounds, Two -Component,
l
Elastomeric,'Polymer Type, Jet�Fuel-Resistant, Cold Applied,.to`
be used for, all other's'jdints in portland cement 'concrete
pavement. x'he . jointeaiin material shall: be . e M . machine
g ,(
application) 'fast curing Type H (hand mixed) joint sealing
material wiA not .be $flowed`"::.
2. Paragraph 605_-2 2-_ WBRICA T.- Delete this paragraph.
3. Paragraph 605-3.1 TIME OF APPLICATION Revise the second to°'read
,sentence,
as follows: s
"The pavement ,temperature 'shall be above 50• F. z at; .the:time of
la
installation; of the poured joint sealing material."
4. Paragraph 605-3.2 ' PWARATION OF JOINTS; .Delete this paragraph and Insert
the following: i
r"Immediately
before sealing, the joints in new concrete pavement ;shall
be thoroughly cleaned of all
laic' ince, curing compound,' ,:and ;other
foreign 'material .. :Cleaning ;ishal�'be
accomplished by ljsandblasting;.
The:joints shall�be sandblasted immediately prior tq'' the,; sealing
ion. -The Qtilti4hall be d eanedfout OfoPeraty . :
an oil free high pressure air ;j'et f After the joints` have been blown }
by air, the compressible ft'lier ;shall be: installed n the Joint
followed by the installation,o£ the bond breaker; if required.
Joints between Portland cement concrete and bituminous .pavement
-shoulders shall be sawcut to ithedimensions'shown oni�the drawings.
`
The joint 'shall be cleaned out by,'the use of oil -free ;high; pressure
j y. the: compressible
air jet. Afteralledtin
filler shall be i j
thve o$nt
foil awed bir
y nstallation of
"
the bond breaker,!if required,''" _.
-
5. Paragraph 605-3.3 INSTALLATION OF SEALANTS Delete the' subparagraph
"Preformed Elastomeric;Joint Seals;"
2699-94 6ba
5
r
is
II
�
6. Paragraph 605-4.1, Delete this paragraph and insert the following:
"Joint sealing for joints in new portland cement concrete pavement
will not be measured for separate payment but shall be considered
subsidiary to the portland cement concrete pavement item.
-- Joint sealing for joints between portland cement concrete pavement and
bituminous pavement shoulders shall be measured by the linear foot of
joints prepared and sealed, measured on the ground in place, complete
and accepted." -
7. Paragraph 605-5.1. Delete this entire paragraph and insert the following:
"Payment for joint sealing for joints between portland cement concrete
pavement and bituminous pavement shoulders shall be made at the
contract unit price per linear foot, complete and .accepted. The price
shall be full compensation for furnishing all materials, preparation
of the joint and the materials, delivering and placing the materials,
and for all labor, equipment, tools, and incidentals necessary to
complete the item.
Separate payment will not be made for joint sealing in portland cement
concrete pavement, but shall be included as subsidiary to the portland
cement concrete pavement pay item.
Payment will be made under:
Item P-605, Joint Sealing for Joints Between Portland Cement
Concrete Pavement and Bituminous Pavement Shoulders, complete in
place, per linear foot."
2699-94
605 b
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
beating 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 160/5370-10A 2/17/89
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
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 (10' C) 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 --
F2/17/89 AC 150/5370-10A
! 1 constructed as a double boiler. A positive term periture control and mechanical agitation shall be provided. The
l li sealant shall not be heated to more than 20' F (-11' Q 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.
Cold Applied Sealants. Cold applied joint sealing compound shall be applied by means of pressure equipment
r 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
r joint walls, contains voids, or fails to set to a tack -free condition will be rejected and replaced by the Contrac-
�. , for 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.
d [Preformed Flastomeric 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 limits 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
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.
605 - 3
r�
AC 150/5370-10A
2/17/69
BASIS OF PAYMENT
605-5.1 Payment for joint sealing material shall be made at the contract unit price per [gallon (liter)] [pound
ft)] [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
No Text
r
9. Paragraph 610-5.1 Delete this paCagiaph and insert the following:
"Portland Cement Concrete shall be considered subsidiary to
other items in the bid form, and no separate payment shall
be made for this item. The cost for portland cement
{ concrete shall be included in other items -in the bid form.
I
{
;
Oft
r
;
r*
oft_
1- 2699-94 610 - b
,r
2/17/69 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.
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
r before delivery or use is started. Representative preliminary samples of the materials shall be submitted by
I 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
r� shall be screened and washed, and all fine and coarse aggregates shall be stored separately and kept clean.
r The mixing of different kinds of aggregates from different sources in one storage pile or alternating batches
t, 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.
Coarse aggregate shall be well graded from coarse to fine and shall meet one of the gradations shown in
! Table 1, using ASTM C 136.
! 610-2.3 FINE AGGREGATE. The fine aggregate for concrete shall meet the requirements of ASTM
C 33.
The fine aggregate shall be well graded from fine to coarse and shall meet the requirements of Table 2,
when tested in accordance with ASTM C 136:
TABLE 1. GRADATION FOR COARSE AGGREGATE
Percentage by Weight Passing Sieves
Sieve Designation (square openings)
2" 1 %" I 1" I %" ins" 3'i" No.4
No. 4 to 3/4 in.(4.75-19.0 mm) 100 90-100 20-55 0-10
No:4 to I in.(4.75-25.0 mm) 100 90-100 25-60 0-10
No. 4 to 11h in.(4.75-38.1 100 95-100 35-70 10-30 0-5
mm)
F
AC 150/5370-10A 2/ 17/89
TABLE 2. GRADATION FOR FINE
AGGREGATE
Sieve Designation (square Percentage by Weight Passing
openings) I Sieves
% inch (9.5-mm)
No. 4 (4.75 mm)
No. 16 (1.18 mm)
_ No. 30 (0.60 mm)
No. 50 (0.30 mm)
No. 100 (0.15 mm)
100
95-100
45-80
25-55
10-30
2-10
Blending will be permitted, if necessary, in order to meet the gradation requirements for fine aggregate.
Fine aggregate deficient in the percentage of material passing the No. 50 mesh sieve may be accepted, 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 [
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
r 610-2.8 JOINT FILLER. The filler for joints shall meet the requirements of Item P-605, unless otherwise
f specified in the proposal.
610-2.9 STEEL REINFORCEMENT. Reinforcing shall -consist of [ ] conforming to the require-
ments of [ ].
I
r610-2.10 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
I _
I� 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 [ j 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
a 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.
r 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'
C). The Contractor shall beheld 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. for -
The internal ties shall be arranged so that, when the forms arc 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 chain. 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
�r
2/17/69 AC 150/5370-10A
The concrete shall be compacted with'§uitable ti edhinical vibrators operating within the concrete. When
necessary, vibrating shall be supplemented by hand spading with suitable tool's 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
�a.
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
t of old and new concrete, such provisions shall be made for grooves, steps, keys, dovetails, reinforcing bars
or other devices as maybe 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
rstone shall be used to finish the surface. When approved, the finishing can be done with a rubbing machine.
6 I 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
i during the building operations. The concrete shall be cured as soon as it has sufficiently hardened by cover
4 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' Q.
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,
F 610 - 5
AC 160/6370-10A
2/17/89
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 ]east 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
610-4.1 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, faamwork, 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.
610-4.2 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 Sievc 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 194 Specification for Fabricated Deformed Steel Bar Mau for
Concrete Reinforcement
ASTM A 185 Welded Steel Wire Fabric for Concrete Reinforcement
610 - 6
i
l;
2/17/89
AC 150/5370-10A
ASTM A 497
Specification forWelded Deformed Steel Wire Fabric for
Concrete Pavement
ASTM A 615
Deformed and Plain Billet -Steel Bars for Concrete Reinforce-
ment
S.-
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
rASTM
C 309
Liquid Membrane -Forming Compounds for Curing Concrete
ASTM C 595
Blend Hydraulic Cements
ASTM C 618
Fly Ash and Raw or Calcined Natural Pouolan 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
t
i
4
.
l
1.
610 - 7
�
I '
low
Modifications to
ITEM P-620 RUNWAY AND TAXIWAY'PAINTING
Item P-620 Runway and Taxiway. Painting, of the project specifications shall be .
modified as follows:
Paragraph 620-1.1 - Add the following sentence"
"This item shall alsi consist :of obliterating existing;;or.temporary
runway or taxiway,painting."
r
2. Paragraph 620-2.1 PAINT - :Runway and taxiway paint shall meet the
I
requirements of Federal Specification:TT.P-1952. References to Federal
Specification TT-P-85 and TT-P-110 shall be deleted. 'Reflective media
3
shall be required and shall be its accordance with Paragiaph'2`.jp.REFLECTIVE
MEDIA, of this section.
ol
3. Paragraph 620-3.2 EQUIPMENT -Insert the following' paragraph
,..
"The mechanical marker shall a an atomizing spray -type marking
. .'
machine suitable for the Application of traffic Paint._ It shall
i«
produce an even and uniform film thickness` at;[thei required
coverage and shall be designed ao as. apply mark
PP Y_-- ng of..uniform
cross sections and` clear-cut edges with running or
is
spattering."
4. Paragraph 620-3.3 PREPARATION OF SURFACE'- Insert the following immediately_
after the first paragraph:
If sin during paint flakes .off or;"comes loose duri the Contractor's
guaranty period 'the ;painted ;area hall be re -cleaned and 're- `
painted at the Contractorls expense."
I '
5. Para rah 620-3.5 APPLICATION I� the
Paragraph third sentence ..of tiie first
,
subparagraph, insert 072 hours" into the space provided.
6. Insert the -following new:paragraph:
"620-3.7 DEFECTIVE .WORKMANSHIP OR MATERIAL ,,When anyimatexial:
not conforming to the requirements .of the specificationi v plans
has been delivered to the+roject or'incorporated;n
4the'vork;or-
any work performed is of #ferior_quality, such material
or.work
r
shall be considered defective and shall be -corrected 'A's directed
by the Engineer, at ihe;dontiactor's expense;*
7. Paragraph 620-4 1 -_.Delete this paragraph and insert..the following:
"The quantity,of runway and taxiway painting to be paidfor under;, this
item shall be the number offeet of ;painting applied 'and
+ r,:
accepted including. reflective'media, regardless of the ;color, of the
l
paint. This quantity shall i alsoinclude temporary runway; marking
+
installed to displace the `Runway il,R threshold,durini'6onstruction. .
+
2699-94 ;620 , a ;
The quantity of runway and taxiway painting to be paid for under this
item shall be the number of square feet of painting obliterated."
8. BASIS OF PAYMENT - Delete this entire paragraph and insert the following:
"Payment shall be made at the contract unit price per square foot for
runway and taxiway painting, including reflective media. Payment
shall be made at the contract unit price per square foot for
obliterating existing or temporary runway and taxiway painting. These
prices shall be full compensation 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, Obliterate Existing or Temporary Runway and Taxiway
Painting, per square foot; and
Item P-620, Runway and Taxiway Painting, complete, per square
foot."
2699-94 620 - b
2/17/89 AC 15015370-t0A
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
and taxiways applied in accordance with these specifications and at the locations shown on the plans, or as
directed by the e_ gineer.
j� MATERIALS
620-2.1 PAINT. Paint shall meet the requirements of Fed. Spec.[
620-2.2 REFLECTIVE MEDIA. Glass spheres shall meet the requirements of Fed. Spec. 77-B-1325,
Type III, gradation A.
CONSTRUCTION METHODS
620-3.1 WEATHER LIMITATIONS. The painting shall be performed only when the surface is dry,
when the atmospheric temperature is above 45' F (7' C), and when the weather is not foggy or windy.
620-3.2 EQUIPMENT. All equipment for the work shall be approved by the engineer and shall include
the apparatus necessary to properly clean the existing surface, a mechanical marking machine, and such aux-
iliary 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
r� paint. It shall produce an even and uniform film thickness at the required coverage and shall be designed so
. as to apply markings of uniform cross sections and clear-cut edges without running or spattering.
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 which would reduce the bond be-
tween 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.
'Paint shall not be applied to portland cement concrete pavement until the concrete in the areas to be painted is
clean of curing material. Sandblasting or high pressure water shall be used to remove curing material from
concrete surfaces.
i 620-3.4 LAYOUT OF MARKINGS. On those sections of pavement where no previously applied mark-
ings are available to serve as a guide, the proposed markings shall be laid out in advance of the paint appli-
cation.
C
620 - 1
AC 150/5370-10A - - 2/17/89
620-3.5 APPLICATION. Markings shall be applied at the locations and to the dimensions and spacing _
shown on the plans. Paint shall not be applied until the layout and condition of the surface have been ap.
proved by the engineer. The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement
with a marking machine at the rate of 100 to 110 square feet (9 to 10 square meters) per gallon (liter). The
addition of thinner will not be permitted. A period of { ] shall elapse between placement of a bitumi-
nous surface course or seal coat and application of the paint.
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 the dimensions shall be within a tolerance of plus or minus 5 percent. Glass spheres shall be distributed
to the surface of the marked area immediately after application of the paint. A dispenser shall be furnished
which is properly designed for attachment to the marking machine and suitable for dispensing glass spheres.
The spheres shall be applied at the rate of 10 pounds per gallon (1.2 kg per liter) of paint.
The contractor shall furnish certified test reports for the materials shipped to the project. The reports shall
not be interpreted as a basis for final acceptance. The contractor shall notify the engineer upon arrival of a
shipment of paint to the job site All emptied containers shall be returned to the paint storage area for
checking by the engineer. The containers shall not be removed from the airport or destroyed until author-
izrd by the e-gHeer.
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 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] [one complete item in place] performed in accordance with the specifications and
accepted by the engineer.
BASIS OF PAYMENT
Payment shall be made at the contract unit price per square foot (square meter) [contract lump sum] for
runway and taxiway painting. 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 Runway and Taxiway Painting —[per square foot (square —
meter)] [lump sum]
620 2 —
2/17/89 AC 150/5370-10A
MATERIAL REQUIREMENTS
Fed.Spec. TT-P-85 Paint. Traffic, and Airfield Marking, Solvent Base
Fed.Spec. TT-P-1952 Paint, Traffic and Airfield Marking, Water Emulsion Base
Fed.Spec. TT-P-1 10 Paint. Traffic Black (Nonreflectorized)
Fed.Spec. TT-B-1325 Beads (Glass Spheres) Retroreflective
620 - 3
1 ,
t
i
Modifications to
ITEM D-701 PIPE FOR STORM DRAINS''AN6 CULVERTS
r
Item D-701 Pipe for Storm Drains and Culverts of the .project .specifications shall
be modified as follows
1. Paragraph 701-1.1.', Delete the words "reasonably: close."
2. Paragraph 701-2.2 PIPE. Pipe for storm drains:and culverts shall. conform
to the requirements of ASTM C:,789 and ASTM C850, specifications for precast
reinforced concrete box sections. Delete all other items in this
'.'
paragraph.
3. Paragraph 701-2.3 CONCRETE. Delete this paragraph.
4. Paragraph 701-2.4 RUBBER GASKETS Delete 'this.paragraph and insert the
following:
.;
"701-2.4 :PREFORMED BITUMINOUS GASKET .JOINTS. Preformed:..,
bituminous gaskets for concrete''nonpressure pipe shall
conform to the requirements of"Fed. Spec. $S-S-00210 (qSA
FSS) , 'and .shall be Ram•Nek or` approved ' equal. "
t
5. Paragraphs 701-2.6 through 701 2 9 Delete',these paragraphs
6. Paragraph 701-3.2a. :Rigid Pipe Pipe bedding shall be Class C Delete
requirements for Class .A and Clas,s''$ bedding`.
7. Para ra hs 701-3.2b and 701-3.2c. :Delete these paragraphs
8. Paragraph ' 701-3.3 IAYING PIPE. in the,; first subparagraph. ! ,delete IJ
reference to flexible pipes . Delete the. second and third subparagraphs and
insert the following:
: I
"The Engineer shall inspect all;pip� before it is: laid ,;snd .:
reject an section that is: dam' ed :b handlin ar is
j y �; g
r
,
defective to a degree whichwill; materially affect ,'the
function and service of. the pipe The pipe .shall be firmly
and accurately set to line and grade so that the invert wih i
be smooth and uniform . ;The Contractor shin provide for'!the
�j
temporary diversion o£ storm water in order to permit'i'the
installation of the pipe under dry conditions."
j
9. Paragraph 701-3 4.;..JOINING PIPE: Delete:',this ?paragraph and insert the
following:
r`
"701-3.4 JOINING PIPE. Pipe joints fot concrete pipe 'shalZ ',
i
be of the tongue and groove type i'he joints shall be water
tight. Each joint shall; : be, : sealed • with a preformed
�.
bituminous gasket as .specified The. gasket shall, be
installed as recommended by; the pipe manufacturer.
2699-94 701
i
I
Mortar all be of he desired consistent for caulking and
Mort shall t y g
filling between the pipe and the drainage structure. Mortar
r`
that is not used within 45 minutes after water has been
added shall be discarded. Retempering of mortar shall not
be permitted."
r
i
10. Paragraph 701-3.5 BACKFILLING. Delete the fifth subparagraph.
11. Paragraphs 701-4.2 and 701-4.3. Delete these paragraphs.
12. Paragraph 701-5.1. In the first subparagraph, delete references to payment .,
for pipe cradles and for rock excavation. Delete the third subparagraph .
r..
and insert the following:
'
"Payment will be made under:
r"
Item 701, 2' x 5' Precast Reinforced Concrete Box
Culvert, complete in place, per linear foot."
I
t
-
pro
r"k
l
.
_
rob
i
2699-94 701 _ b
r
I 1112/90 AC 15015370-10A CHG 2
F
7
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)
Galvanized Steel Corrugated Structural Plates
and Fasteners for Pipe, Pipe —Arches, and Arches
Polymer Precoated Corrugated Steel Pipe for
Sewers and Drains
Post —Coated and Lined (Bituminous or Concrete)
Corrugated Steel Sewer and Drainage Pipe
* Fiber —Bonded asphalt, Composite Coated, Corrugated
Steel Pipe
* Corrugated Aluminum Alloy Culvert Pipe
Vitrified Clay Pipe
Non —Reinforced Concrete Pipe
Reinforced Concrete Pipe
* Reinforced Concrete D—Load Pipe
Reinforced Concrete Arch Pipe
Reinforced Concrete Elliptical Pipe
Precast Reinforced Concrete Box Sections
Bituminous —Coated Corrugated Metal Pipe
and Pipe Arches
Bituminous —Coated Corrugated Aluminum
Alloy Culvert Pipe
Bituminous —Coated Structural Plate Pipe, Pipe
Arch, and Arches
Aluminum Alloy Structural Plate for Pipe,
Pipe Arch, and Arches
Polyvinyl Chloride (PVC) Pipe
Corrugated Polyethylene Drainage Tubing
Corrugated Polyethylene Pipe
ASTM A 760
ASTM A 761
ASTM A 762
ASTM A 849
ASTM A 885
ASTM B 745
ASTM C 700
ASTM C 14
ASTM C 76
ASTM C 655
ASTM C 506
ASTM C 507
ASTM C 789 and C 850
AASHTO M 190
AASHTO M 190 and M 196
AASHTO M 167 and M 243
AASHTO M 219
ASTM D 3034
AASHTO M 252
AASHTO M 294
*
701-2.3 CONCRETE. Concrete for pipe cradles shall have a minimum compressive strength of 2000 psi (13
780 kPa) 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.
701-25 JOINT MORTAR. Pipe joint mortar shall consist of one part pordand cement and two pare sand. The
portland cement shall conform to the requirements of ASTM C 150, Type I. The sand shall conform to the require-
ments of ASTM C 144.
I�
701 — 1
AC 150/5370-10A
2/17/89
701-2.6 OAKUM. Oakum for joint 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 joint shall conform to the requirements of ASTM D 1190.
701-2.8 PLASTIC GASKET'S. Plastic gaskets shall conform to the requirements of AASHTO M 198
(Type B)•
701-29 COMPRESSION JOINTS. Materials for compression joint for vitrified clay pipe shall meet the
requirement of ASTM C 425.
CONSTRUCTION METHODS
701-.&1 EXCAVATION. The width of the pipe trench shall be anfficient'to p=h-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 ap.
proximately 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 nomi-
nal diameter of the pipe. The width of the excavation shall be at least 1 foot (30 cm) greater than the hori-
zontal outside diameter of the pipe. The excavation below grade shall be backfitled with selected fine com-
pressible material, such as silty clay or loam, and lightly compacted is 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 com-
pacted to provide adequate support for the pipe.
The excavation for pipes that are placed in embankment fill shall not be made until the embanhaent has
been completed to a height above the top of the pipe as shown on the plans.
701-U BIDDING. 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 recess-
es shaped to receive the bell of bell and spigot pipe.
701 - 2
u 2/17189
4 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
Y2 12.5
1 25.0
1 25.0
2 50.0
2 50.0
3 75.0
2% 62.5
3% 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.
r
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 BACIMLLING. Pipes shall be inspected before any backfnll 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.
F 701 - 3
AC 160/5370-10A - 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
7014.1 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.
7014.2 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.
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 labor, equipment, tools, and incidentals necessary to
complete the item.
Payment will be made under:
Item 701-5.1 [ J inch [ J 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
i
701-4
11r2/so
AC 150/5370-10A CHG 2
ASTM A 761
Steel Galvanized, Corrugated Structural Plates and Fasteners for
Pipe, Pipe -Arches, and Arches
ASTM A 762
Precoated (Polymeric) Galvanized Steel Sewer and Drainage Pipe
ASTM A 849
Post -Coated and Lined (Bituminous or Concrete) Corrugated Steel
Sewer and Drainage Pipe
* ASTM A 885
Steel Sheet, Zinc and Aramid Fiber Composite Coated for Corru-
gated Steel Sewer, Culvert, and Underdrain Pipe
* ASTM B 745
Corrugated Aluminum Alloy Culvert Pipe
`i
ASTM C 14
Concrete Sewer, Storm Drain, and Culvert Pipe
r.,
ASTM C 76
Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe
ASTM C 94
Ready Mixed Concrete
ASTM C 144
Aggregate for Masonry Mortar
i
ASTM C 150
Portland Cement
j
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
f
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 Perfo-
rated
ASTM C 789
Precast Reinforced Concrete Box Sections for Culverts, Storm
Drains, and Sewers
t
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 Elasto-
meric Seals
ASTM F 477
Elastomeric Seals (Gaskets) for Joining Plastic Pipe
AASHTO M 190
Bituminous -Coated Corrugated Metal Culvert Pipe and Pipe
rArches
I
AASHTO M 198
Joints for Circular Concrete Sewer and Culvert Pipe Using Flexi-
ble Watertight Gaskets
AASHTO M 219
Aluminum Alloy Structural Plate for Pipe, Pipe -Arches, and
Arches
AASHTO M 243
Field Applied Coating of Corrugated Metal Structural Plate for
Pipe, Pipe -Arches, and Arches
701 - 5
*
*
AC 150/5370-10A 2/17/89
AASHTO M 252 Corrugated Polyethylene Drainage Tubing
AASHTO M 294 Corrugated Polyethylene Pipe, 12- to 24-in. Diameter
701 — 6
Modifications to
ITEM D-752 CONCRETE CULVERTS, HEADWALLS. AND
MISCELLANEOUS DRAINAGE STRUCTURES
Item D-752 Concrete Culverts, Headwalls, and,Miscellaneous Drainage Structures,
of the project specifications, shall be modified as follows.:
1. Paragraph 752-1 1 '- .In the first sentence, _ insert "reinforced" into the
space provided. Add the_'following sentence to this paragraph. "
r"This
item shall also include s reinforced concrete drainage.apron
I
along portions of the -main drains a ditch flowline, as 'shown on the:,,!
drawings."
2. Paragraph 752-2.1 -'Revise the first sentence to read as follows:
" Reinforced;'concrete shall; meet the -requirements of Item .P-610
STRUCTURAL PORTAND CEMENT CONCQETE,'of.these specifications."
3. Paragraph 752-3.3 WEEP HOLES -::Delete ahis entire paragraph.°.` -
4. Paragraph 752-4, METHOD OF iMEASUREMENT - Delete this entire :paragraph and ._
insert the following:
"The quantity of reinforced concrete headwalls to be paid for under .
this item shall be'.the numberof headwalls constructed and accepted.:
The quantity of,reinforced concrete drainage apron to. a paid for
under this item :shall; be the number of squzire yards of apron
constructed and accepted, measured on the ground in place."."
9. Paragraph 752-5,'BASIS OF PAYMENT - Delete this entire paragraph and insert
'
the following:
"Payment shall be madeat the contract unit price per each for
reinforced concrete headwalls,;complete and in place. Payment shall
also be made, at".the contract ;unit price per square.' y and for
r;
reinforced concrete drainaji;4prons, :complete in place These
rites shall be full c ensation for furnishing all materials,
p � �; And:
1
for all preparation, excavaackfilling and' "p k6ing , of the
...:
materials; furnishing and ;installing of reinforcing j and; anchor:
rI
bolts; furnishing and installing PP such specials and connections to
pipes and other structures as Ana be required to'complete,the item
---as-shown-on•-the-plans or-•as•specifiwed';' and for all labor, equipment,,
tools, and incidentals necessary,to complete the items.
Payment w e d under•:
ym ill b made.
Item D452, Reinforced''Conc ete'.Headwall far 2` x :`5' Box
2699-94 ;752 -'a
i
p. t
I
�'.
No Text
F
F
F
r
2/17/69 AC 150/5370-t0A
ITEM D-752 CONCRETE CULVERTS, HEADWALLS, AND
MISCELLANEOUS DRAINAGE STRUCTURES
DESCRIPTION
752-1.1 This item shall consist of [ I 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 150/5370-10A 2/17/89
e. 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 (4� cm) outside of and parallel to the
i.eoL 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 AC 1S0/53 70-10A
TESTING REQUIREMENTS
ASTM D 698 Moisture -Density Relations of Soils and Soil -Aggregate Mix.
tures Using 5.5 lb (2.49 kg) Rammer and 1-1-in (305 mm)
Drop
t
ASTM D 1556 Density of Soil in Place by the Sand -Cone Method
ASTM D 2167 Density of Soil in Place by the R.ubber-Ballon Method
1
4 ,
4
e,
i'
I
f
{r
{
y
i+
r
i
a
PW
i
752 — 3
' I
rr
Modification to.
ITEM 'T 901 SEEDING
Item T-901, Seeding, of the project specifications shall be modified as follows:
and the following:
`I
1. Paragraphs 901-1.1 - Delete this paragraph`, insert
"This" -item shall consist of aoil`.';preparatioa, seeding and
fertilizing the areas as directed :by, the' Engineer: in
accordance with these','specificationit Area of soil
preparation.,,seeding and°.fertilizing under this item shall
include, but not be limited to, ;unpaved areas within the
limits of grading. as shown onthe.plans;+cr as designated by
g
the:Engineer, any areas of existing turf disturbed during
construction, excavated areas; Contractor haul routes or
travel paths, and Contractor, :plant;and:Affice areas, and
stockpile areas."
2. Paragraph 901-2.1 SEED - Add this sentencet at the beginning of the first
s
subparagraph:
"Seed shall be labeled and shall meet the requirements of
the Texas. seed law."
3. Paragraph 901-2.1 SEED..- Delete -the third :and fourth: subparagraphs. and
insert the following:
Or
"The quantity of "Commercial;; Seed" required to equal ;the
quantity of "Pure Live Seed' shalI be computed by ',the
following formula:
10,000
Commercial Seed 'µre Live Seed x '
X Purity;x X Germination
The quantity of pure live seed and type required are indicated below.'
QUR'= OF PURE LIVE.SEED
COMMON NAME SCIENTIFIC NAME FOR �IIRTURE
.Green Sprangletop Leptochloa dubie CO lbs/acre
i
Sideoats Grama BouAaloua 8.0 lbs/acre
(El Reno) curtipendula ,
-Blue Grama Bouteloua gracE 10 A lbs jacre
(Texas Grown)
Buffalograss, Buciriee�dacty2oides 6.0 lbs/acre
(treated)
Common Bermudagrass _ 16;0 lbsjacre
.(hulled)
Seeding shall be performed II*in$` the period between January. 1's and
June 15, inclusive, unless otherwise;#pproved by the Engineer.
`
payment will not be made 'for soil.preparation seeding and fertilizing
'
2699-94 401
a
r
prior to Planting and establishing an acceptable stand of grass."
4.
Paragraph 901-2.2 LIME - Delete this paragraph.
5.
Paragraph 901-2.3 FERTILIZER - Delete this paragraph and insert the
following:
"901-2.3 FERTILIZER. All fertilizer shall be delivered in bags
or clearly marked containers showing the analysis, name,
trademark, and warranty. Fertilizer shall be free flowing and
uniform in composition. Fertilizer is subject to testing by the
State chemist in accordance with the Texas fertilizer law.
Fertilizer shall have an analysis of 16-20-0 or 16-8-8
(representing respective percentages of nitrogen, phosphoric
acid, and potash) as determined by the Association of Official
Agricultural Chemists, and shall be spread at a minimum rate of -
0-
400 pounds per acre. Fertilizercomposition and rate of
application shall be as recommended by the fertilizer
manufacturer for the seed planted and allowing for local soil
conditions, and shall be approved by the Engineer prior to
application."
6.
Paragraph 901-3.2 DRY APPLICATION METHOD - Delete subparagraph (a) LIMING,
Application of lime will not be required under this item.
7.
Paragraph 901-3.3 WET APPLICATION METHOD - Delete a].1 references to lime
application. Application of lime will not be required under this item,
Fertilizer shall be uniformly applied at a rate specified in Paragraph
it
901-2.3.
0,
8.
Paragraph 901-3.4 MAINTENANCE OF SEEDED AREAS - Add the following: -
i
"The Contractor shall be responsible for watering and maintaining
„M
seeded areas for a minimum period of 45 calendar days after
seeding, or until establishing an acceptable stand of grass,
unless otherwise directed by the Engineer." -
9.
Paragraph 901-4.1 METHOD OF MEASUREMENT - Delete this: entire paragraph and
insert the following:
.
"901-4.1 The quantity of soil preparation, seeding and
fertilizing to be paid for under this item shall be the actual
number of acres completed and accepted, measured on the ground
surface within the limits shown on the drawings or as directed by
the Engineer."
10.
Paragraph -901-5:1-- BASIS"OF PAYMENT -"Delete this entire paragraph and
gob
insert the following:
r
k. 2699-94
r
"901-5.1 Payment shall be made at the contract unit price per
acre for soil preparation, seeding and fertilizing. This price
shall be full compensation for furnishing and placing all
materials and for all labor, equipment, tools, and incidentals
necessary to complete the item. Payment for this item will not
be made Prior to planting and establishing an acceptable stand of
901 - b
00...
'grass.
Payment will be made under:
Item T-901, Soil Preparation, Seeding and Fertilizing, per acre."
AC 150/537D-10A
2/17/89
ITEM T
-901 SEEDING
DESCRIPTION
901-1.1 This item shall consist of soil preparation, seeding ( ] the areas shown on the plans or as
directed by the Entincer 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. I c 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, tot 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 Purity (Percent) Germination
t)
(Percent)
Seeding shall be performed during the period between [
approved by the Engineer.
Rate of Application lb./acre (or lb./1,000 S.F.)
j and [ j inclusive. unless otherwise
901-2.2 UNM 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 1017c of mag-
C 901_I
AC 150/6370-IOA 2/17/89
nesium oxide. Lime shall be applied at the rate of ( J. All liming materials shall conform to the
requirements of ASTM C 602.
901-2.3 FERTILIZER. Fertilizer shall be standard commercial fertilizers supplied separately or in 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.
O-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 ( J commercial fertilizer and shall be spread at the rate of [ J.
901-2.4 SOIL FOR REPAIRS. The soil for fill and topsoiling of areas to be repaired shall be at least of
equal quality to that which exists in areas adjacent to the area to be repaired. The soil shall be relatively free
from large stones. roots, stumps, or other materials that will interfere with subsequent sowing of seed, 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 MLXHOD.
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
1 2/17/89 AC 150/5370-t0A
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.
l b. Fertilizing. Following advance preparations and cleanup fertilizer shall be uniformly spread at the
l rate which will provide not less than the minimum quantity stated in paragraph 901-2.3.
e. 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
y 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.
u 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.
9 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 u mk shall also be equipped with a
mechanical power -driven agitator capable of be 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
r 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.
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
P„r 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.
F. 901 - 3
AC 160/5370-10n _ 2/17/89
All water used shall be obtained from fresh water sources and shall be free from --injurious chemicals and
other tonic 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. Lame. if required, shall be sprayed only upon previously prepared seedbeds. After the
applied lime mixture has dried, the lime shall be worked into the top 3 inches (8 cm), after which the 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 lime.
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 trade by observing the degree of wetting of the ground or by distributing
test sheets of paper or pate 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 otherwisecompleted 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 6.000 square feet (square met ers)][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
2/17/$9 AC 150/5370-t0A
Payment will be made under:
Item 901-5.1
ASTM C 602
ASTM D 977
Fed. Spec. III-S-18113
Fed. Spec. O-F-241D
Seeding --per (1.000 square feet (square meters)][acre (square
meters)]
MATERIAL REQUIREMENTS
Agricultural Liming Materials
Emulsified Asphalt
Agricultural Seeds
Commercial Mixed Fertilizer
901 - 5
�
Modii€ication to
Z
ITEM T 904 SODDING
Item T-904, Sodding, of the -projects shall be modified as .:follows: .
1. Paragraph 904-2.1 SOD. - Delet c : the fifth• and sixth sentences!:. in this
paragraph and insert the following:
"At least 95Z of .the plants ft the cut sod shill, be composed of `
common beimudagrass, and ,arly vegetation more um6•inches in
height shall be mowed to.t height of 3-inches or less before the
sod is lifted. Sod, including the toil containing`,, the 'roots :and
•
the plant growth showing abdve,'shall -be cut to uniform
thickness not less than that'iecessary,to provide; live grass..:
is;
2. Paragraph 904-2.2 LIME. Delete this; i entire paragraph and all; further
references to lime or grou44imestone for soil treatment.
3. Paragraph 904.2.5 SOIL FOR`REPAIRS`.'- Delete this entire paragraph.
4 Paragraph 904-3.1 GENERAL -. Delete the first subparagraph aaizd ionsert the
following:
`Areas to be solid sod shall be as:directed bythe iEngineer; ;but shall
generally consist of the' 33 feet immediately ladjecer .:ta the paved
shoulder areas constructed ursderlthis project."
5. Paragraph 904-3.3 APPLYING FERTILIZER AND GROUND LIMESTONE ; Delete ;this
rw,
entire paragraph and insert the 40116win9:
_
■904-3.3 APPLYING FERTILIZER. Following ground€ isurface
preparation, fertilizer hall be uniformly spread at ;the rate
specified in Item T 901 SEEDING, 'of these speci:ficatio The '
fertilizer shall be incorporated into the soil to,,a depth .of=not'
less than 2-in4hes by di >o,s raking or other approved methods.
Any -stones larger than;:2*incheiAli any dimension', 1ar-ge clods,
roots and other liter brought to the -surface by► this ;operation
shall be removed."
6. Paragraph: 904-5.1 - Deletethis paragraph and ,insert the following:
"904-5.1 Payment shall: be made lat the contract unitprice;per'
,..
.-square yard for soil preparat.on� sodding and fertilizg. :This.: ;
price shall be full compensa tioa 'for furnishing And placi 'all
=materials•-and for:.all-',labor, equipment,I tools. rand Lucidentals
rr,
necessary to complete >whe ,item Payment for this item 'will not -
be made prior to 'olantitCg and "establishing an acceptable 'stand of
. .. Ograss,P ,- E
Payment sill ' be made under! i e
, ..
Item T-904, Soil Preparation., Sodding and Fr-rtilizing� per square
pow'..
. Yard."
2699-94
..:.
.-.. - o' V :.
E
w.,
AC 150/5370-10A
2/17/89
r
F
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 titling and those areas in a satisfactory condition which are to
remain undisturbed shall also be shown on the plans.
Suitable equipment necessary for proper preparation of the ground surface and for the handling and placing
of all required materials shall be on hand, in good condition, and shall be approved by the Engineer before
the various operations are st4rted. 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
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-covercd 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
F
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 19 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 slow 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 (19 square millimeter). The pegs shall be driven flush with the surface
of the soda
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 area 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
2/17/89 AC 150/5370-10A
threaten to smother the sodded species, they shall be mowed acid the clippings raked and removed from the
area.
904-3.9 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 meter) for
sodding, which price shall be full compensation for all labor, equipment, material, staking, and incidentals
necessary to satisfactorily complete the items as specified.
Payment will be made under:
Item T-904-5.1 Sodding —per square yard (square meter)
t
904 - 3
M
Modificetions to
ITEM L-108 INSTALIATION OF t1NDERGROUND CABLE FOR AIRPORTS
-
Item
L-108 Installation of underground Cable for Airports, of the project
specifications, shall be modified as follows:
1.
Paragraph 108-2.2 CABLE -.Delete the fourth paragraph and insert the ,
,.;
following:
`
"All underground power cable shall be Type C, single
conductor, with 600-volt or 5,000 volt cross -linked (8L)
roll,
-,polyethylene .insulation Type C cable shall be used for
5,000 volt installation.
All cable for airport lighting, service .shal , be stranded
viz: 600 volt -.7 strand; 5,000 volt - 7 or 19 strand.
For power cable, conductor site shall not be smaller
than No.8 AWG." .
2.
Paragraph 108-2.4 CABLE CONNECTIONS - Delete paragraphs ;(b) and (e).
Vulcanized or taped splices -shall not,U used on this.;.projact..
3.
Paragraph 108-2.5 CONCRETE -,'Delete this entire, paragraph. Cable. markers
i
will not be required under this item
4.
Paragraph 108-3.7 CABLE MARKERS .Cable markers will not be'iequired under
this item. Delete this -entire paragraph and insert the following
"The ;Contractor shall preserveand reinstall
existing markers disturbed by any of the construction
operations." :.
POO
5.
Paragraph 108-3.8 SPLICING a.:Delete paragraphs (b) and,, -(a) ;.
6.
Paragraph'108-3.9 BARE COUNTERPOISE WIRE INSTALIATION.AND;GROUNDING -FOR
LIGHTING PROTECTION. - Installation of bare counterpoise wire and grounding
rods is a requirement of 'this project. ' Bare counterpoise wire and
grounding rods shall be installed as `:specified heroin. The Contractor ,
shall note that the.counterpoise'system'grounding rodsaredifferent from
!'^
the ground rods as specified atem'MC-which are_for installation in the ..
E
apron pavement for electrically grounding aircraft and equipment parked on .
the completed apron.
ri
7.
Paragraph 4, METHOD OF MEASUREMENT .1. Delete this out ire: paragraph And
insert the following:.:--.,.'
"The quantity of undergi; gable to be paid for under
this .item shall be the actusl fiumber'of linear feet 'of
underground cable installed, `': measured irk ;,plate,
completed, ready for operation, and accepted°'as
2699-94 108' a
r
-
y 1;
r
9.
satisfactory.
The quantity of counterpoise wire, including grounding
rods, to be paid for under this item shall be the number
of linear feet of counterpoise wire installed in trench,
measured in place, completed, ready for operation, and
accepted as satisfactory. Grounding rods for the
-----counterpoise system will not be measured for separate
direct payment, but shall be considered subsidiary to
the bid item -for counterpoise installation.
Trenching and backfilling shall be considered a
subsidiary obligation of the'Contractor and included in
the items specified for conduit placement. No direct
measurement shall be made for trenching or backfi.11ing."
Paragraph 5, BASI5 OF PAYMENT - Delete this entire paragraph and insert the
following:
"Payment shall be made at the contract unit price for
underground cable or counterpoise wire, per linear foot,
installed, complete and in place. This price shall be
full compensation for furnishing all materials, and for
all preparation and installation of the materials, and
for all labor, equipment, tools, and incidentals.....
necessary: to complete the items. The cost of grounding
rods shall be considered subsidiary to the cost of the
counterpoise installation. No separate payment will be
made for grounding rods for the counterpoise system.
The cost of trenching, backfilling and site restoration
shall be considered subsidiary to the cost of conduit
installation. No separate payment shall be made for
trenching, backfilling or.site restoration:
Payment will be made under:
Item L-108 Underground Electrical Cable, 1/c, #8 AWG, 5KV,.per
linear foot; and
2699-94
Item L-108 Counterpoise Wire ,#8 AWG, including grounding rods,
per linear foot."
108 - b
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 drench. (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.
I
a. Airport lighting equipment and materials covered by Fiederal 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',Agriuulture, 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 be 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.
108-2A 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. Tice Cast Splice. A cast splice, employing a plastic mold and using epoxy resin equal to that manu-
factured by Minnesota Mining and Manufacturing Company, si" Scotchcast" Kit No. 82--A, or as manufac.
tured by Hysol Corporation, "Hyseal Epoxy Splice" Kit No. F_1,135,,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 spikes. The proper molds for various cable sizes
shall be used.
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 2/17/89
d. The Factory -Molded Plug -its 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 lighting 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.
108-32 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.
108-33 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 of 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
I
1
2/17/89 AC 15015370-10A
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
ron
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.
C
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 1 foot (30 cm) of cable slack shall be left on each side of all connections, insulating transform-
ers, light 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
r
amount of slack cable shall be stipulated by the Engineer, or as shown in the plans and specifications.
I
108-3.5 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 rerm.hider of the backfill shall he excavated or imported mineral and ;h311 not con-
tain stone or aggregate larger than 4 inches (100 mm) maximum diameter. The third and subsequent layers
I
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 back -filling 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
back -filling 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
i
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 fights 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.
r 108 - 3
AC 160/5370-10A 2/17/89
The letters shall be approximately 4 inches (100 mm) high and 3 inches (75 mm) widc, with width of stroke
1/2 inch (12 min) 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 trade 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 I 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 15015370-10A
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 (12 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.
108-39 BARE COUNTERPOISE WIRE INSTALLATION AND GROUNDING FOR LIGHTNING
PROTECTION. If shown in the plans or specified is job specifications, astranded 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 tight fixture base, or mounting stake. The counterpoise
t wire shall also be securely attached to copper or copper -clad ground rods installed not more than 1,000 feet
l (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.
l 108-3.10 TESTING. The Contractor shall furnish all necessary equipment and appliances for testing the
l 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.
r` 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
rless 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-
rtory. Separate measurement shall be made for each cable or counterpoise wire installed in trench.
i 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.
k
108 - 5
AC 160/5370-10A
2/17/89
BASIS OF PAYMENT
log-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.3-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 Tapc, Electrical, Pressure -Sensitive Adhesive, Plas-
tic
108 - 6
Modifications to
'l
ITEM L-109 INSTALLATION OF AIRPORT TRANSFORMER VAULT
AND VAULT EQUIPMENT '
Item L-109, Installation of Airport Transformer Vault and Vault Equipment, i of: the
.(
project
specifications, shall be'modified as -follows:
F".
1.
Para rah109-1.1 -Delete thisentire ara a h 'and i=isert the.following.
-109-1.1 This item small consist:of furnishing and insta11
allvault equipment, wiring', cable, `conduit, grounding xystems
and incidentals necessary: to complete 'the specified work.
This item shall include the':painting of equipment, the',barking
and abeling of equipment,-the:labeling or tagging of v res�
the testing of the complete installation, and ;the furnishing
of all incidentals necessary to,' place the installation 'in,
operating condition as a completed unit to the satisfaction of
the Engineer. This `item ahall.'.also include the removal qf.... .
certain existing electrical equipment in the existini,vaultl"
2.
Delete Paragraphs 109-2.2 CONCIRETE,:109-2.3 REINFOR.CING`STEEL, 10,9-2 4 .`.
BRICK, 109-2.5 ASBESTOS'CEMENT DUCT,;:.109-2.7 LIGHTING, 109-2 8 OUTLETS,
109-2.9 SWITCHES, 109-2.11 HIM-VOLTAGE.BUS, 109-2,12. BUSS CONNECTORS,
w.
109-2.13 BUSS SUPPORTS,.109-2.14.GROUND BUSS, 109-2.15 SQUARE DUCT,.109
2.16 GROUND RODS, 109-2.:17 POTHEADS .and .:109-2.18 :PREFABRICATED'.METAL
HOUSING. '
3....
Delete the, :entire Section entitled, CONSTRUCTION OF.':.,VAULT'!
PREFABRICATED METAL HOUSING, including. Paragraphs 109 3:1 GENERAL,'i09-3 2
i�
FOUNDATION AND WALLS, 109-3.3 ROOF, 109-3.4 FLOOR, 109 3.5• FLOOR DRAIN,
109-346 CONDUITS IN FLOOR AND FOUNDATION, 109-3.7 DOORS, 109.- .8 PAINTING
and 109-3.9 LIGHTS.'AND SWITCHES Nvlpfrcatdm1tsingub,
will beconstructedfor this project,
4.
Paragraph'109-3.10 GENERAL. Delete the second sentence in the .first
subparagraph.
r
5..
t
109-3.11
Paragraph POWER. SUPPLY ;EQUIPMENT. Delete':' thi.. second
subparagraph in this paragraph
6.
Paragraph 109-3.13 DUCT AND CONDUIT. Delete the first subparagraph and
the .first sentence in the econd10iAY&ragraph: ' I
7.
Paragraph 109-3.14 CABLE ENTRANCE AND HIGH VOLTAGE BUS SYSTEK Delete '
this entire:paregraph. I•
i
I
2699-94 109�; a
..
.. i
11
{ 1
! I I
8. Delete Paragraphs 109-4.1, 109-4.2 and 109-4.3, and insert the following
new paragraph:
0109-4.1 The quantity of electrical vault improvements to be
paid for under this item shall consist of all equipment
furnished, installed, connected, ready for operation and
accepted by the Engineer, and shall be measured per lump sum.
This lump sum item shall also include removal of certain
equipment."
9. Paragraph 109-5.1 - Delete this entire paragraph and insert the following:
1109-5.1 _Payment shall be made at the contract unit price per
lump sum 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
item. This price shall also include removal of certain
electrical equipment.
Payment will be made -under:
Item L-109, Installation of Airport Transformer Vault_
Equipment, complete, per lump sum."
2/17/89 AC 150/5370-10A
ITEM L-109 INSTALLATION OF AIRPORT TRANSFORMER VAULT
AND VAULT EQUIPMENT
DESCRIPTION
109-1.1 This item shall consist of constructing an airport transformer vault or a prefabricated metal hous-
ing these specifications in accordance with the design and dimensions shown in the plans. This work shall
also include the installation of conduits in floor and foundation, painting and lighting of the vault or metal
�.. housing,. and the furnishing of all incidentals necessary to produce a completed unit. Included as a separate
part under this item or as a separate item where an existing vault is to be utilized shall be the furnishing of
all vault equipment, wiring, electrical buses, cable, conduit, potheads, and grounding systems. This work
shall also include the painting of equipment and conduit; the marking and labeling of equipment and the
labeling or tagging of wires; thetestingof the installation; and the furnishing of all incidentals necessary to
place it in operating condition as a completed unit to the satisfaction of the Engineer.
EQUIPMENT AND MATERIALS
109-2.1 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.
VAULT AND PREFABRICATED METAL HOUSING
109-2.2 CONCRETE. The concrete for the vault shall be proportioned, placed, and cured in accordance
with Item P-610, Structural Portland Cement Concrete, using 3/4-inch-(18 mm) maximum size coarse ag.
gregate.
109-2.3 REINFORCING STEEL. Reinforcing steel ban shall be intermediate or structural grade de-
formed -type ban and shall meet the requirements of ASTM A 615.
�.• 109-2.4 BRICK. Brick shall conform to ASTM C 62, Grade SW.
109-2.5 ASBESTOS CEMENT DUCT. Asbestos cement duct and fittings shall be in accordance with
Fed. Spec. W-C-571.
109-2.6 RIGID STEEL CONDUIT. Rigid steel conduit and fittings shall be in accordance with Under-
writers Laboratories Standard 6 and 514.
109-2.7 LIGHTING. Vault or metal -housing light fixtures shall be of a vaporproof type.
109-2.8 OUTLETS. Convenience outlets shall be heavy-duty duplex units designed for industrial service.
109-2.9 SWITCHES. Vault or metal -housing light switches shall be single -pole switches.
i 109-2.10 PAINT.
a. Red lead priming paint for ungalvanized metal surfaces, and the mixing thereof, shall conform to
the 97% grade specified in ASTM D 83. The red lead shall be furnished in paste form and delivered to the
job in the original unbroken packages bearing the maker's name and brand.
b. White paint for body and finish coats on metal and wood surfaces shall be ready -mixed paint con.
forming to Fed. Spec. TT-P-102.
109 - 1
AC 150/5370-10A - 2/17/89
c. Priming paint for wood surfaces shall be mixed on the job by thinning the above specified white
paint by adding 1/2 pint (0.06 liter) of raw linseed oil to each gallon (liter).
d. Paint for the floor, ceiling, and inside walls shall be in accordance with Fed. Spec. TT-E-487.
Walls and ceiling shall be light gray and the floor shall be medium gray.
e. The roof coating shall be hot asphalt material in accordance with Fed. Spec. SS-A-694.
109-2.11 HIGH -VOLTAGE BUS. High -voltage btu shall be standard weight 3/8-inch (9 mm) IPS
copper tubing or it may be insulated copper cable of the size and voltage rating specified.
109-2.12 BUS CONNECTORS. Connectors shall be similar to Burndy Type NT (or equal) for copper
tubing. Connectors for insulated bus cable shall be of the proper size and type for the service intended.
109-2.13 BUS SUPPORTS. Bus support shall be similar to Westinghouse No. 527892 (or equal), insulat-
ed for 7,500 volts, single clamp type for 2-bolt flat mounting.
109-2.14 GROUND BUS. Ground bus shall be 1/8- x 3/4-inch (3 x 18 mm) copper bus bar.
109-2.15 SQUARE DUCT. Duct shall be square similar to that manufactured by the Square D Company -
(or equal), or the Trumbull Electric Manufacturing Company (or equal). The entire front of the duct on _
each section shall consist of hinged or removable cover for ready access to the interior. The cross section of
the duct shall be not less than 4 x 4 inches (100 x 100 mm) except where otherwise shown in the plans.
109-2.16 GROUND RODS. Ground rods shall be copper or copper -clad of the length and diameter spec- ..
ified in the plans. -
t
109-2.17 POTHEADS. Potheads shall be similar to G&W Type N, Shape C (or equal), unless otherwise
specified. Potheads shall be furnished with plain insulator bushings and conduit couplings. Potheads shall have a rating not less than the circuit voltage.
109-2.18 PREFABRICATED METAL HOUSING. The prefabricated metal housing shall be a commer.
cially available unit.
109-2.19 FAA -APPROVED EQUIPMENT. Certain items of airport lighting equipment installed in vaults
are covered by individual FAA equipment specifications. The specifications are listed below:
AC 150/5345-3 Specification for L-821 Panels for Remote Control of Airport —
Lighting
AC 150/5345-5 Circuit Selector Switch _
AC 150/5345-7 Specification for L-924 Underground Electrical Cable for
Airport Lighting Circuits
AC 150/5345-10 Specification for Constant Current Regulators and Regulator
Monitors
AC 150/5345-13 Specification for L-841 Auxiliary Relay Cabinet Assembly
for Pilot Control of Airport Lighting Circuits.
109-2.20 OTHER ELECTRICAL EQUIPMENT. Constant -current regulators, distribution transformers,
oil switches, cutouts, relays, terminal blocks, transfer relays, circuit breakers, and all other regularly used _
commercial items of electrical equipment not covered by FAA equipment specifications shall conform to the
applicable rulings and standards of the Institute of Electrical and Electronic Engineers or the National Elec.
trical Manufacturers Association. When specified. test reports from a testing laboratory indicating that the
equipment meets the specifications shall be supplied. In all cases, equipment shall be new and a first -grade -'
product. This equipment shall be supplied in the quantities required for the specific project and shall incor-
porate the electrical and mechanical characteristics specified in the proposal and plans.
109-2.21 WIRE. Wire in conduit rated up to 5,OD0 .volts shall conform to AC 150/5345-7. Specification
for L-824 Underground Electrical Cables for Airport Lighting Circuits, for rubber insulated neoprene -cov-
ered wire, or Fed. Spec. J-C-30, Type RHW, for rubber insulated fibrous -covered wire. For ratings up to
600 volts, thermoplastic wire conforming to Fed. Spec. J-C-30, Types TW, THW, and THWN, shall be —
109 - 2
N AC 150/5370-10A
2/17/89
used. The wires shall be of the type, size. number of conductors, and voltage sho%%n in the plans or in the
proposal.
a. Control Circuits. Wire shall be not less than No. l? AWG and shall be insulated for 600 volts. If
Depart -
telephone control cable is specified. No. 19 AWG telephone cable conformin¢ to the United States Depart-
ment of Agriculture, Rural Electrification Administration (REA) Bulletin 3.35-I4 shall be used.
b. Power Circuits.
(1) 600 volts maximum --Wire shall be No. 6 AWG or largerand insulated for at least 600 volts.
(2) 3,000 volts maximum --Wire shall be No. 6 AWG or larger and insulated for at least 3,000 volts.
(3) Over 3,000 volts —Wire shall be No. 6 AWG or larger and insulated for at least the circuit -
voltage:
CONSTRUCTION METHODS
CONSTRUCTION OF VAULT AND PREFABRICATED METAL HOUSING
109-3.1 GENERAL. The Contractor shall construct the transformer vault or prefabricated metal housing
at the location indicated in the plans. Vault construction shall be reinforced concrete, concrete masonry, or
brick wall as specified. The metal housing shall be prefabricated equipment enclosure to be supplied in the
size specified. The mounting pad or floor details, installation methods, and equipment placement -are shown
in the plans.
The Contractor shall clear, grade, and seed the area around the vault or metal housing for a minimum dis-
tance of 10 feet (3 m)-on all sides. The slope shall be not less than 1/2-inch per foot (40 mm per m) away
from the vault or metal housing in all directions.
109-31 FOUNDATION AND WALLS.
a. Reinforced Concrete Construction. The Contractor shall construct the foundation and walls in ac-
cordance with the details shown in the plans. Unless otherwise specified, internal ties shall be of the me-
chanical type so that when the forms are removed the ends of the ties shall be at least 1-inch (25 mm)
beneath the concrete surface; the holes shall be plugged and finished to prevent discoloration. Reinforcing
steel shall be placed, as shown in the drawings, and secured in position to prevent displacement during the
concrete placement
The external surfaces of the concrete shall be thoroughly worked during the placing operation to force all
coarse aggregate from the surface. Thoroughly work the mortar against the forms to produce a smooth
finish free from air pockets and honeycomb.
The surface film of all pointed surfaces shall be removed before setting occurs. As soon as the pointing has
set sufficiently, the entire surface inside and outside of the vault shall be thoroughly wet with water and
rubbed with a No. 16 carborundum stone, or equal quality abrasive, bringing the surface to a paste. All form
marks and projections shall be removed. The surface produced shall be smooth and dense without pits or
irregularities. The materials which have been ground into a paste during the rubbing process shall be spread
or brushed uniformly over the entire surface (except the interior surfaces that are to be painted shall have all
paste removed by washing before painting) and permitted to reset. Final exterior finish shall be obtained by
rubbing with No. 30 carborundum stone, or an equal quality abrasive. The surface shall be rubbed until the
entire surface is smooth and uniform in color.
b. Brick and Concrete Construction. When this type of construction is specified, the foundation shall
be concrete conforming to the details shown in the plans. The outer edge of the foundation at the floor level
�* shall be beveled 1-1/2 inches (37 mm) at 45 degrees. Brick walls shall be E1 inches (200 cm) thick, laid in
running bond with every sixth course a header course. Brick shall be laid in cement mortar (I, part masonry
cement and 3 parts sand) with full mortar bed and shoved joints. All joints shall be completely filled with
mortar, and facing brick shall be back-parged with mortar as work progre&sm. All joints shall be 3/9 inch
(9 mm) thick, exterior joints tooled concave, and interior joints struck flush. Both interior and exterior brick
109 - 3
1.
AC 150/5370-10A _ 2/17/89
surfaces shall be cleaned and nail holes, cracks and other defects filled with mortar. When specified, a non.
fading mineral pigment mortar coloring shall be added to the mortar. Steel 'reinforcing ban, 3/8-inch (9
mm) in diameter and 12 inches (300 mm) long, shall be set vertically in the center of the brick wall on not
more than 2-foot (60 cm) centers to project 2-1/2 (60 mm) inches into the concrete roof slab. Lintels for
supporting the brickwork over doors, windows, and louvers shall consist of two 4- x 3- x 3/8-inch (100 x
75 x 9 mm) steel angles. Lintels shall be painted with one coat of red lead before installation, and all exposed
parts shall be painted similar to doors and window sash after installation.
Window sills may be concrete poured in place or precast concrete_as indicated in the plans. All exposed
surfaces shall have a rubbed finish as specified under reinforced concrete construction. After completion, all
interior and exterior faces of walls shall be scrubbed with a solution of muriatic acid and water. in the pro-
portions of not less than 1 part acid to 10 parts of water. All traces of efflorescence, loose mortar, and
mortar stain shall be removed, and the walls washed down with clear water.
c. Concrete NlasowT Construction. When this type of construction is specified, the foundation shall
be concrete conforming to the details shown in the plans. The concrete masonry units shall be standard sizes
and shapes and shall conform to ASTM C 90 and shall include the closures, jambs, and other shapes re-
quired by the construction as shown in the plans. Standard construction practice shall be followed for this
type of work including mortar, joints, reinforcing steel for extensions into roof slab, etc. Plaster for interior
walls, if specified, shall be portland cement plaster.
109-3.3 ROOF. The roof shall be reinforced concrete as shown in the plans. Reinforcing steel shall be
placed as shown in the drawing and secured in position to prevent displacement during the pouring of the
concrete. The concrete shall be poured monolithically and shall be free of honeycombs and voids. The sur-
face shall have a steel-trowled finish and shall be sloped as shown in the drawing. The underside of the roof
slab shall be finished in the same manner as specified for walls.
One brush or mop coat of hot asphalt roof coating shall be applied to the top surface of the roof slab. The
asphalt material shall be heated to within the range specified by the manufacturer and immediately applied
to the roof. The finished coat shall be continuous over the roof surface and free from holidays and blisters.
Smears and dribbles of asphalt on the roof edges and building walls shall be removed.
109-3.4 FLOOR. The floor shall be reinforced concrete as shown in the drawings. When present, all sod,
roots, refuse, and other perishable material shall be removed from the area under the floor to a depth of 8
inches (200 mm), unless a greater depth is specified in the invitation for bids. This area shall be backfilled
with materials consisting of sand, cinders, gravel, or stone. Fill shall be placed in layers not to exceed 4
inches (100 mm) and shall be thoroughly compacted by tamping or rolling. A layer of building paper shall
be placed over the fill prior to placing concrete. The floor surfaces shall have a steel-trowled finish. the
floor shall be level unless a drain is specified, in which case the floor shall be pitched 1/4-inch (6 mm) per
foot downward toward the drain. A 1/4-inch (6 mm) asphalt felt expansion joint shall be placed between
floor and foundation walls. The floor shall be poured monolithically and shall be free of honeycombs and
voids.
109-3.5 FLOOR DRAIN. If shown in the plans, a. floor drain and dry well shall be installed in the center
of the floor of the equipment room. The dry well shall be excavated 4 x 4 feet (120 x 120 cm) square and to
a depth of 4 feet (120 cm) below the finished floor elevation and shall be backftlled to the elevation of the
underside of the floor with gravel - which shall all pass a 2-inch (50 mm) mesh sieve and shall all be re-
tained on a 1/4-inch (6 mm) mesh sieve. The gravel backfnll shall be placed in 6-inch (150 mm) maximum
layers, and the entire surface of each layer shall be tamped either with a mechanical tamper or with a hand
tamper weighing not less than 25 pounds (11 kg) and having a face area of not more than 36 square inches
(234 square cm) nor less than 16 square inches (104 square cm). The drain inlet shall be set flush in the
concrete floor. The drain shall have a clear opening of not less than 8 inches (200 mm) in diameter.
109-3.6 CONDUITS IN FLOOR AND FOUNDATION. Conduits shall be installed in the floor and
through the foundation walls in accordance with the details shown in the plans. All underground conduit
shall be painted with a bituminous compound. Conduit shall be installed with a coupling or metal conduit
adapter flush with the top of the floor. All incoming conduit shall be closed with a pipe plug to prevent the
entrance of foreign material during construction. Space conduit entrances shall be left closed.
109 -
2/17/89 AC 150/5370-t0A
109-3.7 DOORS. Doors shall be metal=Clad firepro6f class 'a doors conforming to requirements of the
National Electric Code and local electrical codes.
109-3.8 PAINTING. The floor, ceiling, and inside walls of concrete construction shall first be given a
hardening treatment, after which the Contractor shall apply two coats of paint as specified below•, except
that interior face brick walls need not be painted. The hardening treatment shall consist of applying tw-o
coats of either a commercial floor' hardener or a solution made by dissolving 2 pounds (0.9 ke) of magnesi-
um fluosilicate or zinc sulphate crystals in 1 gallon (liter) of water. Each coat shall be allowed to dry at
least 48 hours -before the next application. After the second treating coat has dried, the surfaces shall be
brushed clean of all crystals and thoroughly washed with clear water. Paint for walls and ceiling shall be a
light gray color approved by the Engineer. The floor paint shall be a medium gray color approved by the
Engineer. Before painting, the surfaces shall be dry and clean. The first coat shall be thinned by adding 2/3
quart (0.166 liters) of spar varnish and 1/3-quart (0.083 liters) of turpentine to each gallon (liter) of paint.
The second coat shall be applied without thinning. All doors, lintels, and windows shall be cleaned to
remove any rust or foreign material and shall be given one body and one finish coat of white paint. Bare
metal surfaces shall be given a prime coat of red lead prior to the body and finish coats.
109-3.9 LIGHTS AND SWITCHES. The Contractor shall furnish and install a minimum of two duplex
convenience outlets in the vault room. Where a control room is specified, at least two duplex outlets shall
be installed.
INSTALLATION OF EQUIPMENT IN VAULT OR PREFABRICATED METAL HOUSING
109-3.10 GENERAL. The Contractor shall furnish, install, and connect all equipment, equipment accesso-
ries, conduit. cables, wires. buses, grounds, and support necessary to insure a complete and operable electri-
cal distribution center for the airport lighting system as specified herein and shown in the plans. When speci-
fied, an emergency power supply and transfer switch shall be provided and installed.
The equipment installation and mounting shall comply with the requirements of the National Electrical
Code and local code agency having jurisdiction.
109-3.11 POWER SUPPLY EQUIPMENT. Transformers, regulators, booster transformers, and other
power supply equipment items shall be furnished and installed at the location shown in the plans or as di-
rected by the Engineer. The power supply equipment shall be set on steel "H" sections, "I" beams, chan-
nels, or concrete blocks to provide a minimum space of 1-1/2 inches (37 mm) between the equipment and
l the floor. The equipment shall be placed so as not to obstruct the oil -sampling plugs of the oil -filled units;
and name -plates shall, so far as possible, not be obscured.
r If specified in the plans and specifications, equipment for an alternate power source or an emergency power
1 generator shall be furnished and installed. The alternate power supply installation shall include all equip-
ment, accessories, an automatic changeover switch, and all necessary wiring and connections. The emergen-
cy power generator set shall be the size and type specified.
109-3.12 SWITCHGEAR AND PANELS. Oil switches, fused cutouts, relays, transfer switches, panels,
panel boards, and other similar items shall be furnished and installed at the location shown in the plans or as
directed by the Engineer. Wall or ceiling -mounted items shall be attached to the wall or ceiling with galva-
nized bolts of not less than 3/8-inch (9 mm) diameter engaging metal expansion shields or anchors in mason-
ry or concrete vaults.
(� 109-3.13 DUCT AND CONDUIT. The Contractor shall furnish and install square -type exposed metallic
` ducts with hinged covers for the control circuits in the vault. These shall be mounted along the walls
behind all floor -mounted equipment and immediately below all wall -mounted equipment. The hinged
coven shall be placed to open from the front side with the hinges at the front bottom.
Wall brackets for square ducts shall be installed at all joints 2 feet (60 cm) or more apart with intermediate
brackets as specified. Conduit shall be used between square ducts and equipment or between different items
of equipment when the equipment is designed for conduit connection. When the equipment is not designed
109 - 5
AC 150/5370-10A
2/17/89
for conduit connection, conductors shall enter the square -type control duct through insulating bushings in
the duct or on the conduit risers.
109-3.14 CABLE ENTRANCE AND HIGH -VOLTAGE BUS SYSTEM. Incoming underground cable
from field circuits and supply circuits will be installed outside the walls of the transformer vault as a sepa-
rate item under Item L-108. The Contractor installing the vault equipment shall bring the cables from the
trench or duct through the entrance conduits into the vault and make the necessary electrical connections.
For the incoming and outgoing high voltage load circuits, the Contractor shall furnish and install rigid me.
tallic vi conduit risers, surmounted by potheads, from floor level to the level as shown in the plans.
The incoming high -voltage power supply service to the vault shall enter below the floor of the vault and
shall rise from the floor level in a rigid metallic conduit riser, surmounted by a pothead, as described above.
Using insulated -high-voltage cable. the incoming power service shall be connected from the pothead to the
oil -fused cutouts or to the specified disconnecting switch or equipment. From the oil -fused cutouts or dis.
connecting device, the insulated service conductors shall be connected to the overhead voltage bus system
of the vault. The high -voltage bus system shall utilize the materials specified and shall be mounted and
installed in accordance with the requirements of the National Electrical Code or the local code agency
having jurisdiction.
109-3.15 ;'IRING AND CONNECTIONS. The Contractor shall make all necessary electrical connec.
tions in the vault in accordance with the wiring diagrams furnished and as directed by the Engineer. In
wiring to the terminal blocks, the Contractor shall leave sufficient extra length on each control lead to make
future changes in connections at the terminal block. This shall be accomplished by running each control
lead the longest way around the box to the proper terminal. Leads shall be neatly laced in place.
109-3.16 MARKING AND LABELING. All equipment, control wires, terminal blocks, etc., shall be
tagged, marked, or labeled as specified below:
a. Wire Identification. The Contractor shall furnish and install self -sticking wire labels or identifying
tags on all control wires at the point where they connect to the control equipment or to the terminal blocks.
wire labels, if used, shall be of the self -sticking preprinted type and of the manufacturer's recommended size
for the wire involved. identification markings designated in the plans shall be followed. Tags, if used, shall
be of fiber not less than 3/4-inch. (13 mm) in diameter and not less than 1/32-inch (1 mm) thick. Identifica-
tion markings designated in the plans shall be stamped on tags by means of smalltool dies. Each tag shall be
securely tied to the proper wire by a nonmetallic cord.
b. Labels. The Contractor shall stencil identifying labels on the cases of regulators, breakers, and dis-
tribution and control relay cases with white oil paint as designated by the Engineer. The letters and numer-
als shall be not less than 1 inch (25 mm) in height and shall be of proportionate width. The Contractor shall
also mark the correct circuit designations in accordance with the wiring diagram on the terminal marking
strips which are a part of each terminal block.
METHOD OF MEASUREMENT
109-4.1 The quantity of vaults to be paid for under this item shall consist of the number of vaults con-
structed in place and accepted as a complete unit.
--109-4.2 The quantity of prefabricated metal housings to be paid for under this item shall consist of the
number of housings constructed in place and accepted as a complete unit.
109-4.3 The quantity of vault or prefabricated metal housing equipment to be paid for under this item shall
consist of all equipment installed, connected, and accepted as a complete unit ready for operation.
BASIS OF PAYMENT
109-5.1 Payment will be made at the contract unit price for each completed and accepted vault or prefab-
ricated metal housing equipment installation. This price shall be full compensation for furnishing all materi-
109-6
r2/17/89 AC 150/5370-10A
als and for all preparation, assembly`, and installation of these materials, and for all labor, equipment. tools.
and incidentals necessary to complete the item.
rPayment will be made under:
Item L-109-5.1 Construction of Airport Transformer Vault to Place --per uni:
- Item L-109-5.2 Installation of Airport Transformer Vault Equipment in
Place --per unit
Item L-109-5.3 Construction of Prefabricated Metal Housing and Foundation
�.. in Place --per unit
Item L-109-5.4 Installation of Prefabricated Metal Housing Equipment in
Place --per unit
MATERIAL REQUIREMENTS
Fed.Spec.J-C-30
Fed.Spec.SS-A-694
Fed. Spec. W-C-571
AC 150/5340-9
AC I50/5345-3
AC 150/5345-5
AC 150/5345-7
AC 150/5345-10
AC 150/5345-13A
ASTM A 615
ASTM C 62
ASTM D 83
REA BULLETIN 345-14
Cable and Wire, Electrical (Power, Fixed Installation)
Roof -Coating: Asphalt. Brushing -Consistency
Conduit and Fittings, Nonmetal, Rigid; (Asbestos -Cement or
Fire -Clay Cement), (For EIectrical Purposes) 4
Prefabricated Metal Housing for Electrical Equipment
Specification for L-821 Panels for Remote Control of Airport
Lighting
Circuit Selector Switch
Specification for L-824 Underground Electrical Cable for
Airport Lighting Circuits
Specification for Constant Current Regulators and Regulator
Monitors
Specification for L-841 Auxiliary Relay Cabinet Assembly
for Pilot Control of Airport Lighting Circuits
Specification for Deformed and Plain Billet Steel Bars for
Concrete Reinforcement
Specification for Building Brick (Solid Masonry Units Made
from Clay or Shale)
Red Lead Pigment
REA Specification for Fully Color -Coded, Polyethylene -In-
sulated. Double Polyethylene -Jacketed Telephone Cables for
Direct Burial
109 - 7
IN
I
Modifications to
i
i
LTLr-M L—LSV 1_NS"1"ALLATIVN YP- AIKYUKI' U1VU�lC(sKVULYL LLCl.1lC1l,L�L ' uuVl
Item L-110 Installation -of iirpor.t Underground Electrical""Duct, of; the ,`projact
r
specifications, shall be modified as 'follows:
1. Paragraph '110-2.2 BITUMINOUS FIBEE DUCT Delete thisii; aintire :paragraph.
Bituminous —fiber duct shall not be weed in this item
2. Paragraph 110-2.3 ASBESTOS' CEMENT ,DUCT - 'Delete this entire,' aWagraph
,.
Asbestos cement duct shall not be used in; this item
3. Paragraph 110-2.5 STEEL CONDUIT - Delete this`entire'paragraph'
I
4. Paragraph'110-2.7'PLASTIC CONDUIT. Delete paragraph "a." Plastic conduit
shall be Type I.
ho
5: Paragraph 110-3.4 DUCT MARKERS Delete•Chis paragraph.:;Duct markers will
not:be required for this project
6. Add the following new paragraph:
j
` ,
9110-3.7 MOISTURE MWEB AM: XUBRICANT - E►t ,i ell ' sign.. bases,
i
unction bows and asket6d!manholes,,the�Contractor.•shall 4 1 a
j g PP y
silicone moisture barrier -and lubricant equal to ;"4 Electrical
Insulating Compound'! meeting MIL'-S 18660 to; each';ma=ihole bolt and
gasket. A sufficient , amount Iof lubricant, as,i approved"by the
Engineer, shall:be ipplied:io effectively, seal°and lubricate the:.:.:
bolt or gasket."
:
7. Paragraph 5,1 - Delete :this paragraph and insert the Following
"Payment shall be made, at. the :contract. unit price ' -for
each type and size of duct nor:conduit installed; per
.
linear foot. "This price shall die' full: cdmpensation for -
furnishing all materials, 'bad 'for all: preparation ..And;
installation of the materials, and for all labor,
I
equipment, tools, and'inci4intils necessary, to complete
the item.
I'
�
Payment will be made Hader:
Item L-110, 4-way, 4-inch Underground Electrical Duct, concrete
encased, including trenching and backfillingI per.iinear foot,
and �
Item L-110, 1*way, 2-inch' Underground Conduit, ;including
trenching and backfilling, ! per' linear foot..4
2699-94 110.;- a
I
F,
AC 150/5370-10A
p
F
r
2/17/89
ITEM L-110 INSTALLATION OF AIRPORT UNDERGROUND
ELECTRICAL DUCT
DESCRIPTION -
no-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, StructurzJ -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:
e. 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 spec locations as the work progresses. Ducts
shall be of the size, material, and type indicated in the plans or specification-;. 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 hndholes 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 duct 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
duct 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 wader 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 duct 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 duct 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 duct 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 51oot (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 duct evenly and fill all voids 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 6 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
,.. .
x
110-3.3 DL:CI-S WtTHOLT CONCRETE ENCASEMEN 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-
P
casement shall be made to conform accurately to grade so as to provide uniform support for the duct along
its entire length.
A laver 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.
rTrenches
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
,^
i
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
x
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) deer) 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 backfdled 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.
4„
The trench shall be completely backfillnd 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.
.F•
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.
r
110 — 3
r
,C 150/5370-IOA 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: - -
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
r
No ifications t0 .,
ITEM L-125 INSTALLATION OF AIRPORT LIGHTING ,SYSTEMS
-- Item L-125, Installation of Airport Lighting -Systems, of the_ project
specifications, shall be modified as follows:
1, Paragraph5-2.3 CONCRETE - Deletethis entire paragraph and.insert•,the
following:
"125-2.3 CONCRETE Concrete and reinforcing for electrical manholes,
sign'slabs and L-667 base :encasement shall 'meeti the requirements of
"".
Item :P-610 STRUCTURAL PORTLAND.. CEMENT . CONCRETE, ':of these
specifications.' Concrete shall not be placed':until'`al'I forms and
reinforcement have been insp acted and approved by theEngineer. All,
concrete shall be properly cured :and protected, by the Contractor.
The Contractor:shall 'be.held responsible for any defective work
resulting from freezing ,or injury in any manner „during .concrete.
placing and curing, ,'and -shall ;replace such defective wprk at the
Contractor's expense."
2. Paragraph 125-2.4 CONDUIT -`Delete ,this entire paragraph and insert the
following
4.
125-2 A CONDUIT. - PVC conduit and fittings phall ,+eonform to the .
requirements of Item L-110, !NSTALTATION OF AIRPORT UNDERGROUND
ELECTRICAL DUCT, of these specifications."
3. Paragraph 125-2.5 -SQUEEZE RS and 'Paragraph : l'�5-2 6 TEES -Del .
these entire paragraphs.
4. Add the following new paragraph:
r+
.. "1254.5 CABLE. Underground electrical cable and counterpoise wire
shall be .furnished and installed in accordance with 'the requirements
of Item L-108, :INSTALLATION OF `UNDERGROUND GABLE FOR.AIRPORTS, of
these.specifications.' -
...
5. Add the following new paragraph:...
»
9125-2.6 'APRON AND TARIWAY'EDGE LIGHTS. New medium intensity apron
and ;taxiway edge lights, FAA Designation L-861T, quartz, -shall be
'
provided ,and installed at!, locations shown on the; plans and in
!
accordancewiththis 'specifica`tioa and the details o' the
-;shown
plans. Each apron.and taxiway:'edge light shall be. -provided as a.-
base �mounted unit. Each installation shall ,include,` but not be
limited to, new concrete encased L7867 light base with drainage hole
r
e and ,1 new 6, b 6. b
�' � � L'830:series
isolatioa�transformerf new'
cable`connectors, ri light lase lid and
`
gasket, and new_ frangible coupling. Lenses for new. taxiway 'edge
lights shall be 360
gh blue "Consistent with the apron and taxiway
2699-94 25
1
l
edge lights on the remainder of the airport, the apron and taxiway
edge lights supplied for this project will be Model #SLQ-700BB, as
manufactured by National Airport Equipment Company, Minneapolis,
Minnesota."
6. Add the following new -paragraph;
-"-25-2.7 NEW ELECTRICAL MANHOLES. New reinforced concrete
electrical manholes shall be installed at locations shown on the
plans and in accordance with this specification and the details
shown on the plans. At the Contractor's option, the manholes shall
be cast -in -place as detailed on the plans, or shall be precast. The
precast manufacturer shall certify that the precast manhole is
structurally compatible to the manhole detailed on the plans. The
precast manhole shall generally match the dimensions of the manhole
detailed in the plans. Precast manhole sections shall conform to
the requirements of ASTM C478. Concrete and reinforcing shall be in
accordance with the materials herein specified. Manhole frame and
cover castings shall meet the requirements of AASHTO M 105, and
shall be designed to support minimum loadings of 100,000 pound wheel
load with 250 psi tire pressure. Certifications from the supplier
shall be required for all castings."
7. Add the following new paragraph:
0125-2.8 NEW INTERNALLY -LIGHTED SIGNS. All new internally -lighted
signs shall be base mounted. Directional signs shall be Type L-
858Y, Size 1, Style 2, Class 1, with black legends on a yellow
background. Mandatory signs shall be Type L-858R, Size 1, Style 2,
Class 1, with white legends on a red background.- Location signs _
shall be Type L-858L, Size 1, Style 2, Class:l, with yellow legends
and borders on a black background. Consistent with the internally -
lighted signs on the airport, the internally -lighted signs supplied
for use in this project shall be manufactured by ADB-ALNACO, Inc.,
Aviation Lighting Systems, Columbus, Ohio, and shall match the
existing signs on the airport.
All new signs shall be installed at locations shown on the plans or
as directed by the Engineer, and in accordance with this
specification and the details shown on the plans.. Legends shall be
as shown on the plans. Unless otherwise called for on the plans or
directed by the Engineer, the Contractor shall -provide and install
a new concrete encased, L-867 Class 1, Size B base, a new series
isolation transformer and new light bulbs for each new sign
_installed. New transformers ,light bulbs, liE;ht bars, and other
electrical equipment shall be compatible with the existing taxiway
lighting.circuit and the equipment provided, and shall be properly
sized for the intended installation."
8. Add the following new paragraph: -
0125-2.10 IDENTIFICATION DISKS. A new, non -corrosive metal disk,
2699-94 125 b
minimum 2-inches in diameter, with numbers permanently stamped
thereon, shall be attached by the Contractor to each new or
relocated sign installed, as shown on the plans or as required by
the Engineer."
--9. Add the following new paragraph:
0125-2.11 NEW REPLACEMENT SIGN FACES. New replacement sign faces
shall be provided at existing sign location:; as shown on the
drawings or as directed by the Engineer. A new replacement sign
face shall consist of all sign panels required to modify the
existing message to that shown on the plans or as directed by the
Engineer. The new sign faces'shall be constructed as recommended by
the manufacturer of the existing sign, compatible with the existing
sign size. Existing sign faces to be removed under this project
shall be removed and salvaged by the Contractor and shall remain the
property of the Owner. The Contractor shall deliver the removed
sign faces to the owner's place of storage.
10. Add the following new paragraph:
"125-2.12 TEMPORARY DISPLACED THRESHOLD LIGHTIM. The Contractor
shall be required to furnish, install, maintain, and remove
temporary displaced threshold lighting on Runway 17R during
Construction Phase 1. The temporary displaced threshold lighting
shall include, but not be limited to, outboard. elevated threshold
lights (installed on barrels or staffs, as approved), REIL lights,
and related items, as specified in Paragraph .SC-4 of the Special
Conditions." _
11. Add the following new paragraph:
'5-3.3 PLACING NEW SIGNS. New signs shall be installed at the
approximate locations indicated on the plans and in accordance with
the details shown on the plans.' The exact locations shall be as
directed by the Engineer."
12. Add the following new paragraph
"125.3.4 REMOVING AND SALVAGING EDGE LIGHTS AND SIGNS. Existing
base -mounted taxiway edge lights and existing base -mounted
internally lighted signs, to be removed under this project shall be
removed and salvaged by the Contractor, and shall remain the
property of the Owner. The Contractor shall remove the existing
fixtures dnd transformers and stockpile them in the Owner's place of
storage. The Contractor shall exercise care in the removal,
handling and stockpiling of the existing materials."
13. Add the following new paragraph:
"125-3.5 REMOVING AND SALVAGING SEMI -FLUSH RUNWAY EDGE LIGHTS.
Existing semi -flush, high intensity runway edge. lights to be removed
2699-94 125 - c
7
oft
I
under this project shall be removed and salvaged by the Contractor,
and shall remain the property of the Owner. The Contractor shall
remove the existing semi -flush fixtures and transformers from the
existing light base, and stockpile them in the Owner's place of
storage. The Contractor shall exercise care in removing, handling
and stockpiling of the existing materials. The existing light base
will not be removed but will be reused as the base for a new,
elevated, high intensity runway edge light."
14. Add the following new paragraph:
RIHc_9 c OCVnnTMM ALTn nTQflnQTLT/± At VVTCTTIJP_ 1"rf"MTPAT MAMUMV0
Existing electrical manholes, as shown on the drawings 'or as
directed by the Engineer, to be removed under this project shall be
completely excavated and removed from the: airfield by the
Contractor. If the Contractor breaks the manhole into pieces prior
to removal, no concrete shall remain in the excavation when
backfilled. The manhole shall become the property of the Contractor
and shall be properly disposed of by the Contractor off the airport
property."
15. Add the following new paragraph:
"125-3.6 PLACING NEW ELECTRICAL MANHOLES. All excavations for
electrical manholes shall be to the lines and grades shown on the
plans or as directed by the Engineer. Objectionable materials
encountered during excavation shall be removed. All required
bracing, sheathing, shoring, benching or sloping of the excavation
shall be considered subsidiary -to the cost of the item. After
completion of the structure, the excavation shall be backfilled with
approved, select material from the excavation in horizontal layers
not to exceed 8-inches in loose depth per lift, and compacted to the
density of the surrounding soil. Backfill shall not be placed
against a newly cast concrete structure for seven days after placing
or until the concrete has attained sufficient strength to withstand
the pressures of backfilling without damage to the structure.
Backfilling shall not be measured for direct payment, but shall.be.
considered subsidiary to this item."
16. Paragraphi125-4.1 - Delete this entire paragraph and insert the following:
2699-94
"125-4.1 The quantity of existing semi -flush, high intensity runway
edge lights removed and salvaged to be paid :for under this item
shall be the actual number removed and salvaged, delivered to the
Owner's place of storage.
The quantity of existing base -mounted, medium intensity taxiway edge
lights removed and salvaged to be paid for under this item shall be
the actual number removed and salvaged, delivered to the Owner's
place of storage. This item shall include, but not be limited to,
removing and salvaging the existing concrete -encased light base and
lid, light fixture and isolation transformer.
125 - d
r
A
The quantity of new, base -mounted, medium intensity taxiway edge
lights to be paid for under this item shall be the actual number
installed as completed units, in place, ready for operation, and
accepted by the Engineer, including, but not: limited to, light
fixture, concrete -encased L-867 base and lid, series isolation
transformer, base gasket, light bulbs and cable connectors.
The quantity of existing electrical manholes removed and disposed of
to be paid for under this item shall be the actual number removed
and disposed of off airport property.
The quantity of new electrical manholes to be paid for under this
item shall be the actual number installed as completed units, in
lr place, ready for operation, and accepted by the Engineer, including
excavation and backfilling.
r The quantity of new internally -lighted signs to be paid for under
G' this item shall be the actual number installed as completed units of
the various sizes specified or shown on the plans, installed, in
place, ready for operation, and accepted by the Engineer, including,
but not limited to, sign fixture. concrete -encased L-867 sign base
and lid, series isolation transformer, base gasket, light bulbs,
wiring connectors, and concrete slab.
... The quantity of new replacement sign faces to be: paid for under this
item shall be the actual number of replacement sign faces provided
and installed, complete, and accepted by the Engineer. Removal of
rthe existing sign face shall not be measured for separate payment
but shall be considered subsidiary to the replacement sign face
item.
Furnishing, installing, maintaining and removing; temporary displaced
i threshold lighting to be paid for under this item shall be measured
per lump sum.
Underground electrical cable and counterpoise wire shall be measured
and paid for under Item L-108, INSTALLATION OF UNDERGROUND CABLE FOR
AIRPORTS, of these specifications. Underground conduit and, duct
shall be measured and paid for under Item L-110, .INSTALLATION OF
{ AIRPORT UNDERGROUND ELECTRICAL DUCT, of these specifications."
17. Paragraph 125-5.1. - Delete this entire paragraph and insert the following:
"125-5.1. Payment shall be made at the contract unit price for the
various items described herein and in the Proposal per each. These
( T prices shall be full compensation for furnishing all materials,
j except those relocated, and for all preparation, assembly, and
installation of these materials, and for all. labor, equipment,
+� tools, and incidentals necessary to complete the item.
Payment will be made under:
2699-94 125 e
r
Item L-125, Furnish, Install and Maintain. Temporary Displaced
Threshold Lighting, including elevated threshold lights, REIL
r
lights and temporary wiring and connections, complete, per lump
sum;
Item L-125, Remove and Salvage Existing Semi -flush, High
Intensity Runway Edge Light, including fixture and transformer,
y
- — complete, per each;
Item L-_.25, Remove and Salvage Existing Base -Mounted Taxiway
Edge Light, including base, fixture and transformer, complete,
per each;
Item L-125, Remove and Dispose of Existing Concrete Encased
Duct, per linear foot;
�..
Item L-125, Remove and Dispose of Existing; Electrical Manhole,
per each;
Item L-125, Remove and Relocate Existing Base -Mounted,
gh ted Sign, including new sign base and concrete
InternallyLighted
slab, complete, per each;
r•
Item L-125, High Intensity Runway Edge Light, 360' clear lens,
i
complete, per each;
- —
Item L-125, Medium Intensity Taxiway Edge Light with quartz
r
fixtures, base -mounted, 360' blue lens, complete, per each;
Item L-125, 4'x4' Reinforced Concrete Electrical Manhole,
complete, per each;
Item L-125, 3- and 4-Character Internally Lighted Sign,
including new base mounting and concrete slab, complete, per
each;
s
Item L-125, 5- and 6-Character Internally Lighted Sign,
including new base mounting and concrete slab, complete, per
each; and
Item L-125, Replace Existing Internally Lighted Sign Face,
complete, per each."
low
r""
:2699-94 125 - f
.r+.
0
F
AC 150/5j70-10
10/24/74
ITEM L-125 INSTALLATION OF AIRPORT
LITHTING SYSTEMS
Description
125-1.1 This item cancels and replaces the items listed in paragraphs
125-1.2--125-1.8.
12 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.
12 1.4 Item L-120, Installation of Internally Lighted Taxiway Guidance
Signs.
12 1. - 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
F
AC 150/5370-10
ITEM L-125 INSTALLATION OF AIRPORT
LIGHTING SYSTEMIS
125-1.10 Additional details pertaining to a speci_ic s stem co.e^=_i _..
This iien are contained in the advisory circulars _fisted in para_ra_a _
125-1.11--125-1.16.
125-1 11 AC 150/534o-4, Installation Details for R,=way Centerl=re and
Touchdown own Zone Lighting Systems.
125-1.12 AC-50/534o-13, -1 h Intensity Runway Lighting System.
12' 1.1 AC 150/5340-14, Economy Approach Lighhting Aids.
125-1.14 AC 150/534o-15, Taxiway Edge Lighting System.
25-1.15 AC 150/5340-16, Medium intensity Runway Lights=g Systen.
2;-1.?6 AC 1;0/53-'0- , Taxiway Guidance Sign. System.
Equipment and Materials
25-2.1' 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 s1hall 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
R
_c/24/7-
AC 150/5370-1c
ITEM L-125 INSTALLATION OF ATE' PORT
LIGh'TING SYSTE -IS
_25-2.2 TAPE. E Rubber and plastic electrical tapes shall be Scotch
Electrical Tape 1,hnbers 23 and 88, respectively, as manufactured by the
Minnesota Alining and M nufactu-r=ng Company, or an approved equal.
125-2.3 CONC=-z. Concrete for backfili shall be proportioned not leaner
than a 1-3-6 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.
12� 2.4 CONDUIT. Rigid steel conduit and fittings shall conform to tb.e
requirements of Fed. Spec. WkT C-581.
125-2.5 SQUEEZE COWMECTORS. Squeeze connectors, if specified, shall be
egi.ial to Crouse -Hinds Company, type CGB cable connector with neoprene
rubber bushing.
125-2.6 TIwS. Large radius bend tees, if specified, shall be equal to
Crouse -hinds Company No. E_T-43.
Construction Methods
125-3.1 GEdEFUL. 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
12 4.1 The quantity of lights to be paid for under this item shall be the
number of each type installed as completed units in place, ready for
operation, and accepted by the engineer.
125-3
AC 150/5370-10
ITEM L-125 INSTALLP_TION OF AIRPORT
LIGHTING SYSTEMS
10/2=+/74
Basis of Payment
125-5.1 Payment will be made at the contract unit price for each complete
_i'�—installed in place by the contractor and accepted by the engineer.
This price shall be hill 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 --
per 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
:sigh 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,
j
Electrical Conduit: Zinc -Coated.
FAA Specifications Referenced in Item L-125
Number
Title
AC 150/5340-4
Installation Details for Centerline and
A,
Touchdown Zone Lighting Systems.
AC 150/5340-13
High Intensity Runway Lighting System.
R"
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.
r
A
L
A
f
4 -
A
r*
r,
125-5
r
Modifications to
r
TTEH F-162 CHAIN LINK FENCES
Item F-162 Chain Link Fence, of the project ,specifications shall be modified as
r
follows:
1. Paragraph 162-1.1 - Add the 'following:
r"This
item shall also consist of furnishing and -erecting -
s.
or installingcantilever gates in the new fence. in . .
accordance with these`,specifications and the details
shown on the plans or as directed by the Engineer.,
2.Paragraph 162-2.1 -FABRIC. - Delete the first sentence, and insert the
following:
r
1
"All chain link fabric shall be 9-gauge, zinc -coated
steel 'fabric, and shall conform "to the applicable
requirements of ' Fed.' Spec.' RR-F-191/1C. The: fabric
shall be zinc -coated after weaving. Minimum weight of
zinc shall be 1.8 ounces ,per °square foot."
�.
3. Paragraph 162-2.2 BARBED WIRE. - Delete'. the first sentence, and insert the
following: --
•-
"All barbed wire shall be zinc -coated steel, and shall
conform to the applicable requirements of Fed. Spec. RR-
F-101/4C. `Barbed wire shall- be 2-strand twisted No
121h gauge wire and 4-point barns' of No. 14 gauge spaced
OM
at 4- to.6-inches apart. The zinc coated shall have'a
minimum weight of 0.80 ounces per>square foot of wire
surface on No. ;12 gauge wire I. and 0.60 ounces per
r
square foot of wire surface on No. 14 gauge barbs."
4. Paragraph 162-2.3 POSTS, RAILS AND BRACES. - Delete the_ second
subparagraph, and 'insert the 'following:
"Posts,
tails and braces shall be of zinc -coated steel,
and shall 'conform to the applicable requirements of Fed.
Spec. RR-F-191/3C. Chain kink fence posts, top rails
and braces shall be of the following types and classes:
Type L Postsf
Class 1 -Steel Pipe
Type II - Top Rails:,
r
Class I •.Steel Pipe
299 6-94
_
162 e
5.
6.
7.
8.
9.
Type III - Braces: —
Class 1 - Steel Pipe
End, corder and pull posts shall be as specified in Fed.
Spec. RR-F-191-3C."
Paragraph 162-2.4 GATES. - In the first sentence, delete references to
polymer -coated steel pipe and aluminum alloy pipe. Gate frames shall be
constructed of galvanized steel pipe.
Paragraph 162-2.6 MISCELLANEOUS FITTINGS AND HARDWARE. - The requirements
.of miscellaneous fittings and hardware shall apply.
Paragraph 162-3.6 ELECTRICAL GROUNDS. - Delete this entire paragraph.
Electrical grounding of the new chain link fence will not be required.
Paragraph 162-4.1-- Delete this entire paragraph and insert the following:
"The quantity of new chain link fence to be paid for
under this item will be measured per linear :foot of
fence actually installed _and approved, measured in
place. The quantity of new cantilever gates to be paid
for under this item will be measured per each gate
installed and accepted.
The quantity of existing fencing removed and salvaged to
be paid for under this item will be measured per linear
foot of existing fencing removed, salvaged and delivered
to the Owner's place of storage."
Paragraph 162-5.1 - Delete this entire paragraph and insert the following:
"Payment for the various items specified herein will be
made at the contract unit prices bid, and shall include
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, removal, erection
and installation of these materials, and for all labor,
equipment, tools and incidentals necessary to complete
the item.
Payment will be under:
Item F-162, Remove and Salvage Existing Fencing,
including delivering the fencing to the Owner's
place of storage, per linear foot;
Item F-162, Chain Link Fencing, 'complete, per
linear foot; and
2699-94 162 - b
No Text
7 11/2/90 AC 150/5370-1oA CHc 2
!^ 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 specifica-
tions and the details shown on the plans and in conformity with the lines and grades shown on the plans or estab-
lished by the Engineer.
MATERIALS
9—gauge
l
162-2.1 FABRIC. The fabric shall be woven with a [galvanized steel wire] [aluminum --coated steel
wire] [aluminum alloy] [polyvinyl chloride (PVC) -coated steel] wire in a 2—inch (50 mm) mesh and shall meet
�^
the requirements of [ ].
rw�
n
162-22 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 [ ].
I !
_.
f
162-23 POSTS, RAILS AND BRACES. Posts, rails, and braces furnished for use in conjunction with zinc —
coated steel fabric or with aluminum —coated steel fabric shall be of zinc --coated steel or acrylic —coated steel pipe,
E
and those furnished for use in conjunction with aluminum alloy fabric shall be aluminum alloy.
* Line posts, rails, and braces shall be [galvanized steel pipe] [polymer —coated steel pipe] [vinyl —coated steel]
[structural shapes] [roll formed] [aluminum alloy] conforming to the requinetnents of [ ].
M
I:
6f
162 — 1
AC 15015370.10A CHG 2 1112190
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] and 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 fabric ties, wire ties, and tension wire for use in conjunc-
don with a given type of fabric shall be of the some material identified with the fabric type. The tension wire shall
be 7—gauge coiled spring wire coated similarly to the respective wire fabric being used.
Wire fabric ties shall be hog rings, aluminum wire, or galvanized steel wire not less than 9 gauge.
All material shall conform to Fed. Spec. RR—F-191/4.
162-2.6 MISCELLANEOUS FITTINGS AND HARDWARE. Miscellaneous steel fittings and hardware for
use with [zinc —coated] [aluminum —coated] steel fabric shall be of commercial grade steel or better quality,
wrought or cast as appropriate to the article, and sufficient in strength to provide a balanced design when used in
conjunction with fabric posts, and wires of the quality specified herein. [All steel fittings and hardware shall be
protected with a zinc coating applied in conformance with ASTM A 153.] [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 (13 700 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 gage of the wire, the length of fencing in the roll, and the name of
the; manufacturer. Posts, wire, and other fittings shall be identified as to manufacturer, kind of base metal: (steel,
aluminum, or aluminum alloy number), and kind of coating.
CONSTRUCTION METHODS
162-3.1 CLEARING FENCE LINE. All trees, brush, stumps, logs, and other debris which would interfere with
the proper construction of the fence in the required location shall be removed a minimum width of 2 feet (60 mm)
on each side of the fence centerline before starting fencing operations. The material removed and disposed of 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.
162 — 2
M.
2/17/89 AC 150/5370-10A
The concrete shall be thoroughly compacted around the posts by tamping or vibrating and shall have a
smooth fetish 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
r' 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 remain;rg 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.
f 162--33 INSTALL NG TOP RAIIS. 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
rbe installed at all terminal posts.
162-33 INSTALUNG 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 installedto the required elevations.
rThe fence shall generally follow the contour of the ground. with the bottom of the fence fabric no less than
i inch (25 mm) or more than 4 inches (100 mm) from the ground stuface. Grading shall be performed where
�* necessary to provide a neat appearance.
At locations of =0 natural swales or drainage ditches and where it is not practical to have the fence
conform to the general contour of the ground surfaces longer pasts 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 ELEMUCAL GROUNDS.. Electrical grounds shall be constructed [where a power line passes
over the fence] [at 504-foot (ISO za) internls]. The ground shall be installed directly below the point of
crossing. The ground shall be accomplished with a copperclad rod 8 feet (240 em) long and a minimum of
5/8 inch (15 mm) in diameter driven vertically until the top is 6 inches (150 mm) below the ground surface.
A No. 6 solid copper conductor shall be clamped to the rod and to the fence in such a manger 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 open-
ings.
r Gates will )Dc measured as complete units.
t
4
162 - 3
AC 150/5370-10A CHG 2 11l2/90
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
Zane (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 491
Aluminum -Coated Steel Chain Link Fence Fabric
* 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 Struc-
rural Quality
ASTM A 585
Aluminum -Coated Steel Barbed Wire
ASTM B 221
Aluminum -Alloy Extruded Bars, Rods, Wire Shapes and Tubes
* ASTM F 668
Polyvinyl Chloride)(PVC)-Coated Steel Chain -Link Fenn
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
* Fed. Spec. RR-F-191/3
Fencing, Wire and Post, Metal (Chain -Link Fence Posts, Top
—
Rails and Braces)
Fed. Spec. RR-F-191/4
Fencing, Wire and Post, Metal (Chain -Link Fence Accessories)
162-4
No Text
ITEM MC
MISCELLANEOUS CONSTRUCTION
1. SCOPE OF WORK
This item of the project specifications shall consist of the installation
of aircraft tiedown anchor rods and aircraft grounding rods.
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 Aircraft Tiedown Anchor Rods and Aircraft Grounding Rods
Aircraft tiedown anchor rods and aircraft grounding rods shall be
installed in conformity with the deminsions, designs and details shown on the
drawings. These items shall include digging or drilling a suitable hole as shown
on the drawings to provide for concrete placement and rod installation.
The aircraft tiedown anchor rod shall be a continuous steel rod with
an eye at the top, formed from material meeting the requirements of ASTM A-36.
The eye shall be formed to the dimensions shown on the drawings and securely
welded. The entire rod and eye shall be galvanized before installation.
The aircraft grounding rod shall be a 5/8-inch diameter rod with an
eye having an inside diameter of not less than 1 W - inches . The rod shall be
bimetallic copper -covered steel, manufactured in the molten welding process
(Copperclad or approved equal). The copper covering shall be continuous and
substantially uniform. The copper covering shall be approximately 10% of the
total rod cross-section.
At the Contractor's option, the tiedown anchor rods and grounding
rods may be installed before the portland cement concrete pavement is placed.
The concrete surface around the tiedown anchor rods and grounding rods will be
finished in accordance with the requirements of Item P-501, PORTLAND CEMENT
CONCRETE PAVEMENT, of these specifications, with an appropriate indention shaped
in the surface to access the eye, as shown on the drawings.
The exact location of the tiedown anchor rods and grounding rods
shall be determined by the apron user prior to installation. The layout shall
be approved by the Engineer. In general, the approximate number of tiedown
anchor rods and grounding rods will be as included in the proposal. Tiedown
anchor rods and grounding rods will not be placed closer than 3-feet from any
joint in the new portland cement concrete pavement.
3. METHOD OF MEASUREMENT
The quantity of aircraft tiedown anchor rods and aircraft grounding rods
to be paid for under this ite shall be the number of each installed and accepted,
2699-94 MC - 1
measured on the ground, in place.
4. BASIS OF PAYMENT
Payment will be made at the contract unit price for aircraft tiedown
-- anchor rods and aircraft grounding rods installed and accepted. 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, Aircraft Tiedown Anchor Rods, complete, per each; -and
Item MC, Aircraft Grounding Rods, complete, per each.
END OF SECTION-
2699-94 MC _ 2
No Text
F
SECTION IW
IRRIGATION WELL MODIFICATIONS
t
1. GENERAL
The work to be completed under this section shall include:, but not be limited
f to, removing and salvaging the existing irrigation pump, motor and column
assembly from an existing irrigation well, abandoning the existing irrigation
,,. well, performing necessary modifications and preparations to another existing
irrigation well and reinstalling the salvaged irrigation pump, motor and column
at the second well location.
►OO The two existing irrigation wells are located within the approximate project
site on Lubbock International Airport property, as shown on the drawings. The
well to be abandoned is located immediately west of Taxiway A, approximately
R., along the extended centerline of Taxiway S. The well to be modified is located
immediately north of the Airborne Express facility.
The irrigation well to be modified under this section has recently been
cleaned and bailed by
the Owner. The well
is to be equipped with an existing
irrigation pump, motor
and column assembly to be removed under this project from
an existing irrigation
well to be abandoned.
Associated improvements at the well
to be modified include
the construction of
a new, concrete pump foundation and
surrounding protective
concrete slab, and the installation of necessary piping,
t
t
standpipe, and valves -for
connection to a new irrigation pipeline as specified
in Section IP, IRRIGATION
PIPELINE SYSTEM,
of these specifications.
The Owner will secure all right-of-way for ingress and egress to the well
sites and assist in securing permission required for disposition of any waste
water from the well during initial testing and developing.
2. CONSTRUCTION METHODS
2-1 Slush Pits
A slush pit and drainage ditch were excavated during previous
cleaning and bailing operations at the existing well to be modified. After
completion of the well modifications, the Contractor shall fill the existing
slush pit and drainage ditch with approved material, and all sand, muck and other
unsuitable materials shall be removed from the site. The fill material shall be
compacted to the approximate density of the surrounding soil. The disturbed area
shall be regraded to match and blend with the surrounding terrain, as approved
by the Engineer. Material to fill the existing slush pit and drainage ditch may
be obtained from excavation for the project.
2-2 Concrete Pump Foundation and Protective Concrete Slab
After completion of the well modifications, the Contractor shall
construct a concrete pump foundation and protective concrete slab in accordance
with the details shown on the drawings, or as approved by the Engineer. The
concrete shall be a standard concrete mix produced by a company regularly engaged
in the production of ready -mix concrete. The compressive strength of the
concrete shall be not less than 3,000 pounds per square inch at 28 days when
tested in accordance with ASTM C39. The concrete shall be air -entrained with
2699-94 IW - 1
F",
air -entraining mixtures in accordance with ASTM C260, producing an air content
of between 3 and 6 percent. Steel reinforcement shall meet the requirements
included in Item P-501, PORTLAND CEMENT CONCRETE PAVEMENT, of these
specifications. Concrete shall not be placed until the forms and reinforcement
have been inspected and approved by the Engineer. Concrete shall be compacted
- - using appropriate mechanical vibrators operating within the concrete. All
concrete shall be properly cured and protected by the Contractor. ,, The Contractor
shall be responsible for any defective work resulting from freezing, or injury
in any manner, during concrete placement and curing, and shall replace such
defective work at the Contractor's expense.
The top of the pump foundation and protective slab shall be given a
smooth, neat finish with a trowel and light brush. Sides of foundation shall be
rubbed to give a neat and uniform appearance.
2-3 Mping Unit -
Information on the existing well equipment is based on available ,
data. The Contractor shall field verify all information related to the existing
equipment.
The existing pumping unit to be salvaged and relocated consists of
a vertical turbine type deep well water pump connected to an existing natural
gas -driven engine. From available data, the existing pumping unit is equipped
with approximately 190 feet of 8-inch column pipe. The capacity of the existing _
pumping unit is about 320 gallons per minute (gpm), as installed in the well to
be abandoned.
From available data, it is estimated that the well which is to -
receive the salvaged pumping unit and column pipe is approximately 190 feet deep,
and is cased to a depth of 169 feet with 16-inch diameter casing. Provision is
made in the proposal for adding to or deducting from the total length of column
pipe to be relocated. Any adjustment in length will be paid for on the price bid
per 10-foot section for column length adjustment.
The existing well to be modified has recently been cleaned to the
bottom of the hole. If it develops that the well has filled in or sanded in
between the time of cleaning of the well and the time of installation of the
salvaged pumping equipment, the Contractor shall clean the well to sufficient
depth to allow a free setting of the equipment. Provision is made in the
proposal for any necessary extra cleaning and/or bailing of the hole.'
After the salvaged pumping equipment has been reinstalled in the
modified well, it shall be checked for proper operation.
2-4 Abandonment of Existing Well
The existing well adjacent to Taxiway S shall be abandoned in
accordance with the requirements of the Water Well Driller's Board by filling
with either a cement grout or a bentonite mud from the bottom of the hole to the
ground surface. If a bentonite mud is utilized, the upper ten (10) feet of the
well shall be filled with concrete. The above -ground piping connecting the well
to the existing irrigation line or standpipe, as well'as existing concrete slabs
and splash pads shall be removed from airport property and properly disposed of
by the Contractor.
Prior to filling the well to be abandoned, the Contractor shall
2699-94 IW - 2
r
rremove the existing well casing to the elevation of the top of the subgrade of
the new Taxiway S pavement. The casing shall be cleanly cut and removed from
r airport property, and properly disposed of by the Contractor.
2-5 Cleaning UR
After completion and testing of the well, the Contractor shall remove
all debris from the site, fill all slush pits and drainage: ditches, and grade
around the site, levelling all materials taken from the well during drilling, so
that the area is left in a neat condition. No separate payment will be made for
cleaning up the site; the cost of such work shall be included in the bid price
for the -work.
3. METHOD OF MEASUREMENT
�+► The quantity of existing pumping equipment to be removed, salvaged and
1 reinstalled at an existing irrigation well to be paid for under this item shall
l be measured per lump sum, and shall include, but not be limited to, removing,
salvaging and reinstalling the existing vertical turbine type deep well pump
unit. The existing pumping unit consists of the bowl assembly, pump column,
natural gas -driven motor, and base plate. This item shall consist of all
equipment salvaged or furnished, installed, connected, ready for operation, and
PM accepted by the Engineer.
t. The quantity of concrete pump foundation and protective concrete slab to be
paid for under this item shall be measured per lump sum.
4. BASIS OF PAYMENT
I Payment shall be made at the contract unit price bid for the various items
GI 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 IV, Remove, Salvage and Reinstall Existing Vertical Turbine
!'! Type Deep Well Pump Unit, including bowl assembly, pump column,
natural gas -driven motor, and base plate, complete, per lump
sum;
Item IW, Concrete Pump Foundation and Protective Concrete Slab
at the Modified Irrigation Well, complete, per lump sum;
Item IW, Cap and Abandon Existing Irrigation Well, as specified,
per lump sum;
Item IW, ADDITIVE PRICE ADJUSTMENT for Additional 10-foot Long
Sections of Complete Pump Discharge Assembly, as specified, per
each 10-foot long section;
F2699-94 IW - 3
Item IW, DEDUCTIVE PRICE ADJUSTMENT for Omitting 10-foot Long
Sections of Complete Pump Discharge Assembly, as specified, per
each 10-foot long section;
Item IW, ADDITIVE PRICE ADJUSTMENT for Adding a Complete Pump
Stage, as specified, per each pump stage;
Item IW, DEDUCTIVE PRICE ADJUSTMENT for Omitting a Complete Pump
Stage, as specified, per each pump stage; and
Item IW,Cleaning and/or Baling Irrigation Well Hole, including
furnishing and operating the necessary equipment .prior -to
setting the pumping unit, complete, per hour.
END OF SECTION
2699-94 IW - 4
Modifications to
ITEM IF IRRIGATION PIPELINE'SYSTEM
Item IP, IRRIGATION PIPELINE SYSTEM of the project specifications does not
require modifications.
r
I
i
two
.:
a
2699-94 tP g
7
SECTION IP
IRRIGATION PIPELINE SYSTEM
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 Fine 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
Tolerance
PIP
Minimum
For Average
l
Size
Inside Diameter
Measurements
inim
Inches
Inches
Inches
Inches
8.000
t 0.040
t 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 i e size.
J2.
The type of plastic pipe material in accordance with the
►
designation code.
�^
f
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.
PM
6
2699-94
IP - 1
i7i
2.3 FittingRequirements
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 Jointine 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. VALVE AND STANDPIPE MATERIALS
3-1 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.
3-2 Pressure Relief and Air -Vacuum Release Valves
Pressure relief valves and combination air vacuum release valves shall
be installed at those locations shown on the drawings or as directed by the
Engineer. Air -vacuum release valves shall be installed at all summits in the
pipeline. Pressure relief valves shall be 3-inch Fresno Model 900 or approved
equal. Each valve shall be factory set to open at a pressure of 22 psi, and
shall be hydrostatically tested to assure accuracy. Combination air vacuum
relief valves shall be 3-inch Fresno Model 35 or approved equal.
3-3 Standpipes
Standpipes shall be of steel -cylinder construction and minimum 24-inches
diameter. The top of the stand must be a minimum 4 feet above ground surface.
4. CONSTRUCTION METHODS
4-1 Shop DrawiDZs
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.
4-2 -.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.
2699-94 IP - 2
i
4-3 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.
4-4 Pipe Installation
4-4-1 General - All pipe and accessories required for the work
r..specified herein -shall be_unloaded, handled, laid, jointed and tested for defects
l and for leakage in the manner herein specified.
4-4-2 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.
4-4-3 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,
4-4-4 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.
4-4-5 Excavation and TrenchiM - 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.
7 2699-94 IP - 3
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.
Whenever necessary to prevent caving, the trench shall be
adequately braced and sheeted. Trench protection is squired 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.
4-4-6 Five -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 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
2699-94 IP - 4
".I .! rejected.
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.
4-4-7 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 fittitig
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.
4-4-8 Backfillint Trench - The method to be used in backfilling the
trench shall be done by either flooding or jetting except where mechanical
I 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.
4-4-9 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
2699-94 IP - 5
�I
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.
5. METHOD OF MEASUREMENT
The quantity of 8-inch steel irrigation well discharge piping at the modified
well location,- including standpipe and valves, to be paid for under this item
shall be measured per lump sum. This item shall include all materials furnished,
installed, connected, ready for operation, and accepted by the Engineer.
The quantity of standpipe and air release valve to be paid for under this
item shall be measured per lump sum. This item shall include all materials
furnished, installed, connected, ready for operation, and accepted by the
Engineer.
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 existing gas pipelines removed 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.
6. 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 IF, 8-inch Steel .Irrigation Well Discharge Piping, including
2699-94 - IP - 6
standpipe and valves, furnished and installed, complete, per lump sum;
Item IP, Standpipe and Air Release Valve, furnished and installed,
complete, per lump sum;
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 and Gas Pipelines, including risers
and valves, per lump sum; and
Item IP, 12-inch Alfalfa Valve, furnished and installed, complete, per
each.
END OF SECTION
2699-94 IP - 7
No Text
r
It
L
c
0
TEMPORARY EROSION. SEDIMENTATION AND WATER
POLLUTION PREVENTION AND CONTROL
1. 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 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
proj ect.
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 -ravelling edges. The
fabric shall be nonbiodegradable, inert to most soil chemicals, ultraviolet
resistant, unaffected by moisture or other weather conditions, and permeable to
water while retaining sediment. The fabric shall be supplied in rolls with
minimum width of 36 inches.
The filter fabric will have the
characteristics:
2699-94
Minimum Weight:
Maximum Water Flow Rate:
Equivalent Opening Size
(VS standard sieve no.):
Minimum Burst Strength (ASTM D 3786):
Minimum Ultraviolet Resistance;
Strength Retention (ASTM D-1682):
ER - 1
following physical
4.5 oz./s.y.
40 gal./s.f./minute
40 to 100
300 psi
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.
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
2699-94 ER - 2
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
r" to be located at the project site. Within 24 hours of a rainfall event of 0.5
k: 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
6 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.
The Contractor shall also conform to the following practices and
controls:
r (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
r• 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
2699-94 ER - 3
F
the adjacent waterbody. Care shall be taken during the construction and removal
of'such barriers to minimize down -gradient sedimentation.
(e) All waterways shall be cleared as soon as practicable of temporary
embankment, temporary bridges, matting, falsework, piling, debris or other
obstructions placed during construction operations that are not a part of the
finished work.
(f) Disturbance of vegetation shall be minimized and limited to only
what is shown on the construction plans or as directed by the Owner's
Representative in writing.
(g) Construction entrances shall be stabilized by the use of rock,
timber matting or other acceptable techniques when necessary to minimize the off -
site vehicle tracking of sediment. The Contractor shall clean paved surfaces as
necessary to remove sediment which has accumulated on the roadway.
3-2 Silt Fence
The filter fabric will be securely attached to the posts and the wire
fence with the bottom 12 inches of filter fabric buried in a trench a minimum of
6 inches keep to prevent sediment from passing under the fence. When the fence
is constructed on impervious material, a 12 inch flap of fabric will be extended
upstream from the bottom of the silt fence and weighted to limit particulate
loss.
Vertical joints will be overlapped a minimum of 12 inches with the ends
sewn or otherwise securely tied. No horizontal joints will be allowed in the
filter fabric.
The silt fence will be a minimum of 12 inches high. Posts will be
embedded in the ground a minimum of 12 inches and spaced a maximum of 8 feet
apart. Posts will be placed on a slight angle toward the anticipated runoff
source '
Torn or punctured fabric will be repaired by the placement of a patch
consisting of an additional layer of fabric over the damaged area. The patch
will overlap the damaged area a minimum of 12 inches in all directions and will
be securely attached to the repaired fabric.
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
2699-94 ER - 4
71� 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
l water pollution control measures due to his negligence, carelessness, lack of
maintenance, or failure to install permanent controls as a part of the work as
scheduled, and are ordered in writing by the Owner's Representative, such work
shall be performed at the Contractor's expense.
In case of failure on the part of the Contractor to prevent and control soil
erosion, sedimentation and water pollution which may degrade receiving water, the
Owner reserves the right to employ outside assistance or to use Owner's forces
to provide the necessary corrective measures. All costs including engineering
costs will be deducted from any moneys due or to become due to the Contractor.
2699-94
i F
END OF SECTION
ER - 5
i
-�� ��� YA
U.S. DEPARTMENT OF TRANSPORTATION
FEDOA! AVIATION ADMINISTRATION
Southwest Region
Fort Worth, Texas
Airport Safety During FAA-Futxded Airport om-s=ction and FAA
SUBJ: Facilities Maintenance
S.+ 5200.5A
o;'$: S=
1. . This Omer establishes airport safety standards for FM -fungi
construction and FAA facilities nuintenance.
2. DIMMIBUTIO?d. This order is distributed to the Section level in the
Airports and Airway Facilities Divisions, to the Brarkli level in the Flight
Standards, Air Traffic, and Civil Aviation Security Divisions, to all
Southwest Region field offices and facilities, and to F & E Field
Installation/C.onstruction Representatives.
3. CANCQ=QN. Order SW 5200.5, Safety Requirements on Airports During
Agency Funded Construction Activity, dated 11/21/75, is cancelled.
4. ECKANK-7ON OF CIiANc' This order revises and updates criteria to be used
during construction and iraintenance on airports, consistent with current
Advisory Circulars and agency safety regulations.
5. DE=='S .
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 under Part 139 of the Federal Aviation Regulations, and which operates
under specific safety requirements which apply to raintenance and construction
activities on the airport. Certificated airports are listed in Appendix 2.
C. Displaced Threshold - a runway landing threshold utiich is located at a
Point other than at the beginning of the full-strength pavement. A teTporary
displacement may be used to give landing aircraft adequate clearance over
oonstzucticn equipment or other objects in the approach area of a runway or
adjacent to a runway.
d. Obstacle..Free Zone. (OFZ) - - a design standard involving imaginary
surfaces in the vicinity of a runway. nway. They are the Fa=#my on, Inner -
transitional surface OFZ, and Inner-Approach.OFZ.
Distribution: , ;; Initiste0 By
A-FDF-O (m3ximtnn) ; A-FAF-10 ASW-550
Sal 5200.5A
6/6/&9
e. obstruction - a structure, natural gro6th, .vehicle or construction
raterial which penetrates any airport imaginary surface defined by FAR Fart 77,
including primary, transitional., approach, horizontal, and =nical surfaces.
f. Relocated -old - a rurrray end which is not located at the ph},sical
end of the pavement. If part of a rnway is closed for landing and takeoff
beginning at the pavement end, then the threshold has been relocated. (Note:
this term*is not used in -the Notice to Airmen system.)
g.. Safety Area - the ground. surface next to rurrways, taxiways, and
aircraft parking areas which is erected to be graded, drained and free of any
hazardous surface variations and nonfrangible objects, and which is to reduce
the risk of damage to an aircraft inadvertently leaving airport pavement.
h. Small Aircraft - one weighing 12,500 lbs. or less maximmt certificated
takeoff weight.
i . Large Aircraft aft - one weighing rare than 12,500 lbs . maxim mi.
certificated takeoff weight.
6. PROcEDLIRES. Aviation safety is a pr ze y consideration during airport
construction and facilities -maintenance. These activities shall be planned
and scheduled to minimize disruption of nornal aircraft ground and air
traffic. For airports subject to FAR 107, Airport Security, the airport
operator's security program standards shall be observed in the areas of access
control, and movement and identification of cors`sucticn and FAA personnel and
vehicles.
a. These standards shall be used to develop specific safety measures which
FAA enployees, grantees, and contractors shall adhere to during these
activities on all airports in the Soutir«est Region. They provide a reasonable
level of safety, but aircraft operations, weather, security, or local airport
rules may require use of more stringent safety measures. Use of less stringent
measures and charges that itpact security controls is permitted only after
coordination between Airports, Air Traffic, Airway Facilities, Flight
Standards, and Civil Aviation Security Divisions, airport management, and
affected aviation users.
b. Bid doggents for on -airport construction or maintenance projects shall
include general and specific safety requirements, based on Apperxlix 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 aviation safety.
Page 2 Far 5
c. If the clearances and restrictions described in this order canunott be
maintained while construction or maintenance is underway, action Will be taken
as 'appropriate to: .
l (1) close nruays, taxiways, or aprons,
(2) relocate or displace rw-*ay thresholds ter-Porarily,
' t dun' iods of minimal
(3) perform work at nigh or during per
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 dcF^,n or restrict use of navigational or approach
aids.
�. d. FAA ermlovees who are responsible for construction or maintenance
activities on airports shall coordinate pmject safety and security
requirements and =pacts with the airport sponsor as soon as the it acts have
been identified but before car-mtments 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 manager or responsible
sponsor official before starting work.
7. SAFETY I?•LflAC'I'S. Potentially hazardous conditions atiieh may occur daring
airport construction and maintenance include the following:
F
a. Excavations, trenches, and stockpiled material on 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.
e. Inadequate vehicle marking or lighting.
f. Deficient marking and lighting of temporary rummy thresholds.
g. Failure to issue, update, or cancel Notices to Airmen co'z aping
- airport or runway closures or other ction-related airport conditions.
71�
Par 6 --
Sit 5200. SA
6/6/89
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 ccmm ications .
i. Unauthorized vehicle operations in localizes or glide slope critical
Areas, resulting in electronic interference or facility shutdown.
conductionj. debris (gravel, sand, mud, paving material, etc.) on
airport pavements, resulting in aircraft prop, turbine engine, or tire damage.
k. Dvxed pavement edges (droPoffs) fzrm runways, taxiways and aprons to
adjacent pavement sections or shoulders.
1. Cans&t ucticn activities which hanker aircraft rescue/firefighting
axes from fire stations to the run%ay-taxiway system or airport buildings.
m. Lack of radio communication with construction and maintenance vehicles
in aircraft operating areas.
8. SAFb'TY . Paragraphs a through h below define safety standards and
guidelines for FAA -funded construction and FAA maintenance activities on
airports.
a. obstacle Free Zone
(1) Objects, vehicles,
and stockyiled
raterial normally are nor
Permitted to penetrate an ,OFZ.
OFZs are
sham
on Figure 1.
(a) Rm7way OFZs are applicable at any tine the runway is open for
aircraft use. On precision runways, the inner -approach and inner
transitional surface OFZs must be kept free of penetrations only when the
weather conditions are below an 800 ft. ceiling or less than 2 miles
visibility and aircraft are using ILS approaches.
(b) Objects which do rat penetrate an OFZ still may require
notice to the FAA tinder FAR Parts 77 or 152 and may be obstructions to air
navigation. Zhose objects which exceed FAR Part 77 obstruction standards are
to be appropriately obstruction marked and, if used at night, obstruction
lighted. Ganes or other equipment of unusual height may require special
consideration and coordination with FAA operating elements and airport users.
i" 6/6/89
i
SW 5200.5A
(2) 7 e dimensions of an Obstacle Free Zone are as folla.5: (keyed to
Figure 1).
(a) k ruay Obstacle Free Zone (See A in Figure 1) extends 200
feet beyond each end of the runway and has the following width for:
_ Runways serving small aisrzaft:
.1 v
precision instrument rurway - 300 feet
Other runways - 250 feet.
2 Runways serving lame air=zft:
The greater of 400 feet, or
180 feet plus the wingspan of the, host dezanding
airplane, plus 20 feet per 1000 feet of airport elevation.
(Note: The runway OFZ width for all trmnspoit runways on certificated
r
airports in the Southwest Region (Appendix 2)is 400 feet.]
t
(b) Inner -Approach Obstacle Free Zone (See B in Figure 1)
7
1 The Inner -Approach OFZ applies only to rurways ends with
an approach lighting system.
7
2 Beginning 200 feet frcm the runway threshold and
ending 200 feet beyond the last light unit in an approach lighting system,
width same as the Runway OFZ, slope 50:1, beginning at runway end elevation.
71
1,,
(c) Inner-i3arLsitional Surface Obstacle Free Zone (See C in
Figure 1)
F
1 The Inner -Transitional Surface OFZ applies only to
precision instniment runways.
Slope 3:1 perpendicular to the rimray centerline and
extending laterally from the edges of the runny OFZ and approach OFZ to a
height of 150 feet above airport elevation.
Par 8
Page 5
S.\' S200.5A 6/6/69
_ A
C INNER -TRANSITIONAL SURFACE OFZ
1501 ABOVE AIRPORT ELEVATION
RUNWAY OFZ
\3: 1
3:1
RLti:AY —
3:1 —
B I`INER AP?ROArH OF: —
I1P.JER-TRANSITIONAL _
SURFACE OFZ
RUNWAY OFZ
3 2
�► r r
.A
Fig. 1 OBSTACLE FREE MINE
Page 6
6/6/89
SW 5200. 5
b. Approach Clearance Over Equipment and Material.
l (l) Construction activity in a rummy aporoach may result in a need
to displace the landing threshold terporarily. If an object penetrates a
surface shown in Fig. 2, displace the threshold to a point ubere the surface is
not penetrated.
(2) Objects which do not nenetrate these•surfastill ray be
obstn tions to air navigation and/or may affect standard instrument approach
L procedm es. Coordinate these With the Airspace and Procedures Branch, ASS-53C,
and the Flight Proc lures Branch, ASW-220, as necessary.-
R
y
l` End
i'
Rurr.aay
r
r
r
C
1
20
Equipment
L D ,
20:1 Threshold Location Surface
Dimensions
Stall Aircraft
Large Aircraft
A
0
200
B
250
400
C
700
1000
D
2250
1500
Fig. 2 P=Iway Thueshold Location
Par R
SW 5200.5A 6/6/69
(2) When eauiaaent or construction/mainten—w-ce activity must be on a
=Tway and a decision is made to keep part of the runway open for aircraft,
part of the runway mist be closed as shown in Fig. 3. The dimensions shown are
recce mw ded; 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 passible under same c' .
These recaunendatioazs are based on equipnent heights of about 15 feet; higher
objects may require special consideration.
closed Area
USABLE TMmY 500' OR 1000' Equipment
END RIIDCATM Tf-'S'MI.D END
Use the following' distances from the Construction/maintenance activity to
the relocated threshold:
Small aircraft (12,500 lbs. or less) - 500 ft.
large aircraft (More than 12,500 lbs.) - 1000 ft. `
Fig. 3 Relocated Threshold For Equipment on the Runway _
D2 t- ']
6/6/89 SW 5200.5A
c. F=way and Taxiway Safety Areas.
t (1) Runway safety areas - construction or maint nance activity is
t prohibited in nanny safety areas while the full length of the nrr my is open.
Normal FAA maintenance of visual, approach, and navigational aids is
permissible within safety areas provided vehicles, material, and excavations do
not penetrate a runway OFL and requirements of paragraph 7b for approach
clearance over vehicles, equigent and material are met.
(2) Run;wav safety area dimensions are shown in Fig. 4. Existing
safety areas at a particular airport may be larger or smaller than the standard
dimension listed. If =nstruction or maintenance activity must take place
within the specified safety area, it is also acceptable to restrict the rurr»ay
use to a smaller size of aircraft and use a narrower and/or shorter safety area
dimension for the duration of the activity.
_a
Ib Mway c R�_ _
I Safety Area
fdMY MIGN CATMORY
SAFi.'IY AREA DngNSIONS (Ft.)
a or b (1) c (2)
1. Utility AC 150/5300-4
a. Visual or Nonprecision
Design Group I
30 120
200
Design Group II
40 150
300
b. Precision Insttzaaent
Design Group I
110 300
600
Design Group II
100 300
600
Design Group Iii
100 300
600
2. Transport AC 150/5300-12
500 (3)
1000
(1) Use dimension a orb, whichever results in the greater distance from the
runway centerline.
(2) Use dimension c or the existing safety area length, whichever is less,
rut no less than 200 feet.
(3) Some certificated airports have or permit use of 400-foot wide runway
safety areas during oonstrction and maims. Coordinate proposals with
the Airports Safety Section, AS4-651.
Fig. 4 Rmiway Safety Areas
Par 8
SW 5200.5A 6/6/89
(3) Taxiway safety areas/obstacle free areas - see Fig. 5.
C=j%tn=tjaVVaintenance activity is permissible in taxiway obstacle free
areas and safety areas if the activity is hazard marked and/or lighted and
Nmwis are in effect. special consideration mist be given to the height of
barricades, flashers and ether Warning devices to clear aircraft wingtips,
propellers, engines etc. other actions ray be necessary such as:
- Using 1vingw Akers" to guide aircraft past hazards,
- Using t q=rary taxiway varking/lighting to detour air=aft
clear of the area,
- Moving equipwnt and personnel well clear to allow aircraft to
Pass safely.
C:[i7f.wU
ttIM:T1I
Ct[ss�i
Design Gr up (1)
Item
I II III IV V
Taxiway Safety
Area Width
49 79 •118 171 214
Taxiway object
Free Area Width
88 130 186 260 320
(1) Typical aircraft in these groans are listed in Appendix 3.
Fig. 5 Taxiway Clearances
6/6/69
.71 5200. 5A
d. Marking and Lighting
(1) T+ertporary disvlaced runway threshold:
(a) Mark with yellow arrows and a white threshold stripe- as
shown in A.C. 150/5340-1, or
'
(b) Use alternate marking which is:
r' I Clearly visible to the pilot,
H
F
2 Not misleading, cm -,fusing, or deceptive,
Secured in place to prevent movement,
4 Made of material which will minimize damage to aircraft
which c—�e in contact with the marking.
(2) Tvrmraiy relocated rummy threshold (partial closure of a
nuiway) :
(a) Mark with yellow chevrons as shorn in A.C. 150/5340-1, or
use alternate marking as described in par. lb above.
(b) R=-ay distance renaming signs may need to be covered or
removed during the closure.
(3) Temporary runny thresholds must be lighted if all or part of a
runwray is to be open at night during construction or maintenance. The airport
operator may already have tc:porary threshold lighting available, but this
should be determined in advance.
(a) Use light lens colors and spacing in A.C. 150/5340-24,
Rurr-ay and Taxiway Edge Lighting System.
(b) Disable edge lights and threshold lights on closed pants of
rurr4ays. on same lighting systems, it may be necessary to cover a light rather
than removing the lamp or fixture.
(c) Disable visual glide slope indicators (VASI, PAPI, PLASI,
etc.), REIL, and approach lights which would otherwise give misleading
indications to pilots as to the threshold location. Installation of tenp =-azy
visual aids may be necessary to provide adequate guidance for pilots on
approach to the affected rumray. These may be funded or provided by the FAA or
the sponsor.
Par 8
SW 5200.SA
(4) Closed ru av markira
(a) Use yellow "X,, marking as shown in A.C. 150/5340-1.
(b) Closed runway marking is nat required on airports with
24-hour Control Towers if the closed runway calunot be mistaken, by pilots for
ne y 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
landings and takeoffs.
(c) Closed runway marking is not required on runways which are
closed only at night provided that:
Runway lighting and visual aids are off,
2 Notams are in effect regarding the closure.
(5) Hazard markira (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, -all
areas under repair, stockpiled material, waste areas, etc.,
(c) To prevent aircraft from taxiing onto a closed runway for
takeoff,
(d) To identify FAA, airport, and National Weather Service
facilities, cables, power lines, ITS critical areas and other sensitive areas,
in order to prevent damage, interference, and facility shutdown.
e. Navigation Aids and Instrument Approach Procedures
(1) The need to shut down navigational, approach, or visual aids
shall be determined on a case -by -case basis. Flight Standards, Air Traffic,
Airports, and Airway Facilities offices shall be involved in the decision as
necessary.
(2) Constrwtion on or near runways may severely restrict the use of
standard Instrument Approach procechirwa, and ...all phases of the project shall be
ODOZ�lnated with the Flight P=cecb Branch, ASW-220, to deteziaine the
effects.
f. Notices To Airmen (NO►TAM)
(1) Res=ysibility for issuing NotanLs shall be before
construction or mainteiance begins. Refer to Order 7930.1, National Notice to
Airmen System.
D,anA 17 Par 7
F
6/6/89 .5 5200.5A
(2) Notams on shutdown or irregular operation of FAA-c;�.Tned facilities
shall be issued and cancelled only by FAA errplbyees. Notars on airport
corrli,tions shall be ism3ed and cancelled only by the airport sponsor. Any
person having reason to believe that a Notam is missing, ircxa:plete, or
inaccurate shall notify the responsible person.
g. Vehicle Identification. FAA employees Who operate vehicles on an
airport shall amply with the airport owner's rules for vehicle marking,
lighting, and operations, unless FAA requirements are more stringent.
Vehicles operated by FAA erployees on active nurways, taxiways, or safety
areas shall be marked with orange and white flags or flashing yellow beacons
during daylight haws, and with flashing yellow beacons at right. Contractors
and suppliers shall be informed of the applicable requisements of the airport
sponsor by the FAA or airport sponsor employee responsible for the work.
h. Controlling Access To AirZraft Operational Areas
(1) Vehicle and oedestrian_accp..ss 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 nay require use of
personnel to control access through gates or fencing, or across aircraft
movement areas. Radio =mmmications ray be required between these personnel
and a Control Tower if equipment w*d personnel must enter or cross an active
Aircraft Movement Area.
(2) Vehicle narkira areas for FAA and contractor erployees shall be
designated in advance to mininize vehicle traffic in aircraft movement 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 (F & E) Program 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, "Standards for Specifying Carst=uction of Airports," General
Provisions 40-05, Maintenance of Traffic; 70-08, Barricades, Warning Signs,
and Hazard Marking;-80-04, Limitation -of Operations.
r
Par 8
SW 5200.5A 6/6/65
10. ' SPB=CGATIONS. Specific safety requirements for a project may be
developed using the guide in Appersdix 1 of this Order, or may be written or
pzwided in other forms which p=wide similar guidance. The project safety
requirements shall -be included in the plans and specifications, as applicable,
when an invitation for bids is issued.
Don P. Watson
Regional Administrator
r
6/6/89 SW 5200.SA
AWendix 1
1. Gene, Safety Requirements: During performance of this contract, the
airport runways, taxiways, and aircraft parking aprons shall remain in use try
aircraft to the maxm= 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 allay his/her employees,
subcontractors, suppliers, or any person over wham he/she has control to ente.=
or remain in any part of the airport which would be hazardous to persons or to
aircraft operations. h'henever aircraft operations require, the (Contracting
officer, Engineer, etc.) may order the contractor to suspend operations, move
plant, personnel, equipment, and materials to a safe location and stand by
until aircraft use is owpleted.
2. obstacle Free Zone (oFV : Construction activity within an obstacle Free
Zone will require closing part or all of the affected runway. See Figure 1.
3. Approach Clearance to Rurnays: R=way landing tiue:sholds shall be located
to provide an unobstructed approachh surface with an approach ratio over
equipment and raterial as shown on Figure 2.
4. ]�unorav and Taxiwav Safety Areas: Construction activity within a ru:T-my
safety area will require closing part or all of the affected runtiay.
Construction activity within taxiway safety areas/obstacle free areas is
permissible when.the taxiway is open to aircraft traffic if:
a. Adequate wingtip/erpennage clearance exists between the aircraft and
equipment/material,
b. Excavations, trenches, or other conditions are conspicuously marked and
lighted.
c. Notices to Airmen are in effect concerning the activity, usually 'Tien
and equipment adjacent to Taxiway ."
Safety area dimensions are shown on Figures 4 and 5.
5. Threshold Markincr and Lighting:
a. Tecporary threshold marking is (mod-, not Threshold
marking will be furnished by the (airport owner, contractor, etc.).
b. Tororasy threshold lighting is (�, not required). Mueshold
- lighting will be furnished and maintained by the (airport owner, contractor,
etc.)
Par 1
6/6/69 SrJ 5200.5A
Appendix 2
Appendix 2 M - CERTIFICA7M AIRPORTS IN SaJ'd�"E 'P REGION
(As of June 1989) .
AR147NSAS ,
Fayetteville Drake
Abilene Municipal
Fort Smith. Muni.
Amarillo International
Hot Springs Memorial
Austin Robert Mueller
Little Rack Adams Field
Beaumont Jefferson Co.
Texarkana Regional
Brownsville South Padre Is.
College Station Easterwvod
L XTISIANA
Corpus Christi Intl.
Dallas/Fort Worth Intl.
Alexandria Esler Reg.
Dallas Love
Baton Rouge Ryan
E1 Paso International
Lafayette Regional
Fort Worth Meacham
Lake Charles Regional
Galveston Scholes
Monroe Regional
Harlingen Rio Grannie Valley
New Iberia Acadiana Reg.
Houston Ellirqton
New Gleans International
Houston Hobby
New Orleans Lakefront
Houston Intercontinental
Shreveport Regional
Laredo International
Longview Gregg County
NE74 MEXICO
Lubbock International
McAllen Miller Intl.
Alamogordo White Santis Reg.
Midland International
Albuquerque International
Paris Cox Field
Farmington Four Corners Reg.
San Angelo Mathis
Hobbs Lea County Hobbs
San Antonio International
Las Cruces International
Ter.ple Draughon-Miller
Los Alamos
Tyler Pounds
Roswell Industrial
Victoria Regional
Ruidoso Sierra Blanca
Waco Regional
Lawton Metropolitan
r" Oklahoma City Will Rogers
11 Stillwater Muni.
Tulsa International
r
Page 1
6/6/89 Ste' 5200.5A
Appendix 3
Figure 4 of this Order describes runway and taxiway safety area dimensions as a
'^ function of airplane "design group" fr•on Advisory Cimilars 150/5300-4,. Utility'
Airports, and 150/5300-12, Airport Design Standards, Trwisport Airports.
(Ducted to be replaced by A.C. 150/5300-13, Airport Dsign, currently ini
r draft.) 'These design groups are based on aircraft wingspan, with typical
aircraft in each design group shown below:
Design Wingspan
�p
I Uo to but not including 49 ft. (15m)
Piper Navajo, Cessna 421, Fairchild
Metro, Beech King Air, Mitsubishi MU-2,
Rockwell Sabre 75, Lear 35/36, Hawker•-
Siddley HS-125.
II 49 ft un to but not includingw 79 ft. (24Mi
Cessna 441, Brbraer 120 Brasilia, Saab 340,
Rockwell Sabre 65, Cessna Citation II/1II,
Beech 1900 Airliner, Gulfstream I/II/III/IV.
III 79 ft tm to but not including 118 ft. ,f36m
Wlavilland Dash 7, Hoeing 737/727,
DC-9 (all) , M-80, Fairchild F-27,
Hae-146, Convair 580.
IV 118 ft up to but not including 171 ft. (52m)
Boeing 707, 757, 767, DC-8, Lockheed Lr1011,
DC-10/Mi}-11.
`T 171 ft t_m to but no4� i ncl udi rrt 214 ft. I65n
Boeing 747' - -
F
F
SW 5200.5A _ 6/6/69
Appendix 2
c. Tenporary visual aids (VASI, PAPI, REIL, etc.) are (41e , not
required). The visual aid(s) will be furnished and maintained by the (airport
owner, FAA, contractor, etc.)
6. closed Runway Markira/Hazard Marking:
a. Closed runway marking is (r od, riot required). closed runway
marking shall be (as shown on the plans, furnished by the owner, etc.).
b. Hazard marking and lighting shall be as required by the (airport owner,
engineer,-ets), and shall be as (described in
section f of the specifications, as shown on the plans, etc.).
7. Vehicle Identification and Parkins:
a. Contractor vehicles and equipment -shall be identified by (deserkbe
marking and lighting).
b.• Euployee parking shall be as designated by the
engineer, airport manager, +etc,) .
8. Construction Site Access and Haul Roads: Access to the job site shall be
via (s eelfie-met, as shown on the plans, designated by the engineer,
, airport manager, ems).
9. Radio Cm m unications% Radio c =mjnications are (required between the
contractor's representative and the Control Tbwer). ).
Page 2 Par 5
N
F
0
US.Deoonment
or Tronsportot�on
Federal Aviation
Administration
Advisory
Circular
Subject: OPERATIONAL SAFETY ON AIRPORTS Date: 5/31/84 ACNO: 150/5370-2C
DURING CONSTRUCTION Initiated by: AAS-300 Change:
1. PURPOSE. This advisory circular (AC) sets forth guidelines concerning
the operational safety on airports during construction, to assist airport
operators in complying with Part 139, Certification and Operation: Land
Airports Serving Certain Air Carriers, _of the Federal Aviation Regulations_
(FAR), and with the requirements of Federally -funded construction projects.
Construction activity is defined as the presence and movement of personnel,
equipment, and materials in any location which could infringe upon the
movement of aircraft. For noncertificated airports and airports with no
grant agreements, application of these provisions will help maintain the
desired level of operational safety during periods of construction.
2. CANCELLATION. AC 150/5370-2B, Operational Safety on Airports With
Emphasis on Safety During Construction, dated October 9, 1981, is canceled.
3. RELATED READING MATERIAL. All references cited herein are available
for inspection in any Federal Aviation Administration (FAA) regional
office.
a. The Federal Aviation Regulations are sold by the Superintendent of
Documents (AC-00-44, Status of Federal Aviation Regulations, current edi-
tion, contains a price list and ordering instructions).
b. AC 150/5370-10, Standards for Specifying Construction of Airports,
is also sold by the Superintendent of Documents (AC 00-22, Advisory Circular
Checklist, current edition, contains ordering instructions).
4. BACKGROUND. Various AC's which detail all major elements of safe,
efficient airport detign and construction are available. However, opera-
tional safety on airports may be degraded by construction hazards or margi-
nal conditions that develop after an airport has been opened or approved
for operation. This AC addresses that problem. NOTE: Airports which have
received Federal assistance (grants, real or personal property) and air-
ports certificated under FAR Part 139 have mandatory requirements related
to this subject.
f
AC 150/5370-2C
5. _ GENERAL.
a. The airport operator is responsible for full compliance with the require-
ments of FAR Part 139 for certificated airports and -with the provisions of Federal
grant agreements when applicable. Adherence to the following provisions will
materially assist the airport operator in providing the level of safety require .
Local FAA Airports offices have technical expertise to assist airport operators in
all safety matters on airports. (See AC 150/5000-3, Address List for Regional
Airports Divisions and Airports District/Field Offices, current edition.)
b. Each bidding document (construction plans and/or specifications) for air-
port development work or air navigation facility (NAVAID) installation involving
aircraft operational areas should incorporate a section on safety on airports
during the construction activity. The section, as a minimum, should contain the
appropriate provisions outlined in appendix 1 to this AC.
c. The airport operator should pay particular attention to the pullback
distances and clearances for any maintenance activities and emergencies that occur
on airports. These include activities Which involve maintenance equipment --such as
mowing machines, snowplows, lighting equipment —as Well as emergency standbys for
firefighting and rescue equipment.
d. Where feasible and where operational safety is not affected, the airport
operator may choose to keep open operational areas adjacent to construction
activity during construction rather than close them to aircraft activity.
e. At airports that are undergoing a multi -year major redevelopment, a compre-
hensive construction safety plan should be developed. This safety plan may contain
deviations from the criteria outlined in appendix l of this AC so long as they are
based upon.a commitment by the airport operator and the users to provide the maxi-
mum clearances possible between construction activities and aircraft within the
limits imposed by local conditions.
6. COORDINATION OF AIRPORT CONSTRUCTION ACTIVITIES. Construction activities on an
airport, in proximity to, or affecting aircraft operational areas or navigable
airspace, should be coordinated with the FAA and airport users prior to initiating
such activities. In addition, basic responsibilities and procedures should be
developed and disseminated to instruct construction personnel in airport procedures
and for monitoring construction activities for conformance with safety require-
ments. These and other safety considerations should be addressed in the earliest
stages of project --formulation--and incorporated in the contract, Specifications.
Construction areas located Within safety areas requiring special attention by the
contractor should be clearly delineated on the project plans. The airport operator
should closely monitor construction activity throughout its duration to ensure con-
tinual compliance with safety requirements.
a. Formal Notification. A formal notification to the FAA is required by regu-
lation for certain airport projects. For instance, FAR Part 157, Notice of
Construction, Alteration, Activation, and Deactivation of Airports, requires that
FAA be notified in Writing whenever a non -Federally funded project involves the
r
_I 5
/31/3 AC 1150!;370
construction of a new airport; the construction, realigning, altering, activating,
or abandoning of a runway, landing strip, or associated taxiway; and the deac-
tivating or abandoning of an entire airport. Formal notification is made by sub-
mitting FAA Form 7480-1, Notice of Landing Area Proposal, to the nearest FAA
district office or FAA regional office. (See AC 70-2, Airspace Utilization
r Considerations in the Proposed Construction, Alteration, Activiation and
Deactivation of Airports, current edition.) Also, any person proposing any kind c
construction or alteration of objects that affect navigable airspace, as defined i
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 prebi
conferences provide excellent opportunities to introduce the subject of airport
operational safety during construction. All parties involved, including the spon-
sor's engineer and contractors, should integrate operational safety requirements
into their planning and work schedules as early as practical. Also, responl.
31bilitie3 should be clearly established for continuous monitoring and compliance
with the requirements assigned and for vigilance to detect areas needing attention
due to oversight or altered construction activity. When construction is being
planned on FAR Part 139 certificated airports, the responsible airport safety
(certification) inspector should be directly involved at all stages, from pre -
design through final inspection.
c. Safety Considerations. The following is a partial list of safety con-
siderations which experience indicates will need attention during airport
construction.
(1) Minimum disruption of standard operating procedures for aeronautical
activity.
(2) Clear routes from firefighting and rescue stations to active airport
operations areas and safety areas.
(3) Chain of notification and authority to change safety -oriented aspects
of the construction plan.
(4) Initiation, currency, and cancellation of_Notiae to Airmen (NOTAM's).
(5) Suspension or restriction of aircraft activity on airport operations
areas.
(6) Threshold displacement and appropriate temporary lighting and marking
(7) Installation and maintenance of temporary lighting and marking for
closed or diverted aircraft routes on airport operations areas.
(8) Revised vehicular control procedures or additional equipment and
F - -
manpower.
(9) Marking/lighting of construction equipment..
I'
AC 15015370-3C 5f3:lS�
(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.
(21)_ 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 Pa
5/31/84
Ac ;p';. -
(32) Smoke, steam, and vapor controls.
(33) Notify crash/fire/rescue personnel when working on water lines.
_.
(34) Provide traffic directors/zing walkers, etc., as needed to assure
clearance in construction areas.
d. Guidelines for Proximity of Construction Activity to Airport Operations
Areas. The guidelines contained in appendix 1 are for use in the preparation of
r•.
plans and specifications when construction activities are to be conducted in loca-
tions which may interfere with aircraft operations. They should be adapted to the
needs of a particular project and should not be incorporated verbatim into project
specifications.
.
7. EXAMPLES OF HAZARDOUS AND MARGINAL CONDITIONS. Analyses of past accidents and
_
incidents have identified many contributory hazards and conditions. A
represen-tative
list follows:
a. Excavation adjacent to runways, taxiways, and aprons.
b. Mounds or stockpiles of earth, construction material, temporary structures,
ri
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 air-
port operations areas.
i. Failure to maintain fencing during construction to deter human and animal
intrusions into the airport operation areas.
J. Open trenches along side pavement. --
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.
AC 150/5370-2C
5/31/s.:
m. Inadequate or improper methods of marking temporarily closed airport opera-
tions areas including improper and unsecured barricades.
n. Obliterated markings on active operational areas.
NOTE: Safety area encroachments, improper ground vehicle operations, and
unmarked or uncovered holes and trenches in the vicinity of aircraft operating sur-
faces are -the three most.reeurring threats to safety during construction.
S. ASSURING OPERATIONAL SAFETY. The airport operator is responsible for
establishing and using procedures for the immediate notification of airport users
and the FAA of any conditions adversely affecting operational safety at the air-
port. If Construction operations require shutdown of a navigational aid from ser-
vice for more than 24 hours or in excess of 4 hours daily on consecutive days, a
45-day minimum notice is 'desirable prior to the facility shutdown. Notification of
construction, rough pavement, weather -caused effects, bird hazards, and other con-
ditons affecting the use of the airport is usually made by NOTAM issued by Flight
Service Stations. FAA Air Traffic.facilities and Airports district/field offices
will assist in the notification process. Airmen or other persons engaged in
aviation activities are encouraged to report safety -related airport conditions to
airport management, the FAA or through the use of the National Aeronautics and
Space Administration's Aviation Safety Reporting System.
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 iden-
tification are discussed below. It should be recognized, however, that every air-
port presents different vehicle requirements and problems and therefore needs
individualized solutions so that vehicle traffic does not endanger aircraft
operations.
. a. Visibility. Vehicles which routinely operate on airport operations areas
should be marked/flagged for high daytime visibility and, if appropriate, lighted
for nighttime operations. Vehicles which are not marked and lighted should be
escorted by one that is equipped with temporary marking and lighting devices. (See
AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport,
current edition.)
b. Identification. It is usually desirable to be able to identify visually
specific vehicles from a distance. It is recommended that radio equipped vehicles
which routinely operate on -airport operations areas be permanently marked with
identifying characters' on* ,the sides and' roof. -(See AC ' 150/5210-5 •) -Vehicles
needing intermittent identification could be marked with tape or with magnetically
attached markers which are commercially available. -Whenever possible, vehicles
should be purchased with the recommended markings and lighting.
c. Noticeability. Construction vehicles/equipment should have automatic
signalling devices to sound an alarm when moving in reverse.
6
Par 7
5/31/84
d. Movement. The control of vehicular activity on airport operations areas is
--of the highest importance. Airport management is responsible for developing proce-
Poo
dares, procuring equipment, and providing training regarding vehicle operations to
ensure aircraft safety during construction. This requires coordination with air-
port users and air traffic control. Consideration should be given to the use of
two-way, radio, signal lights, traffic signs, flagmen, escorts, or other means
suitable for the particular airport. The selection of a frequency for two-way .
radio communications between construction contractor vehicles and the air traffic
control (ATC) tower must be coordinated -with the ATC tower chief. At nontower-air-
ports, two-way radio control between contractor vehicles and fixed -base operators
frequencies by It be
or other airport users should avoid used aircraft. should
remembered that even with the most sophisticated procedures and equipment, systemati+
r'
training of vehicle operators is necessary to achieve safety. Special con-
sideration should be given to training intermittent operators, such as construction
workers, even if escort service is being provided.
10. INSPECTION. Frequent inspections should be made by the airport operator or a
representative during critical phases of the work to ensure that the contractor is
following the prescribed safety procedures and that there is an effective litter
r
control program.
11. FAA SAFETY RESPONSIBILITIES. FAA Airports engineers and certification inspec-
tors have specific responsibilities regarding operational safety on certificated
airports -before and during periods of construction activity. Their particular area
of concern will be directed towards construction Within safety areas, and they will
be involved in the following functions:
a. Review of plans to determine limits of work and possible safety problem
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 prede31gn 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.
pra e
LEONARD E. MtT!
Director, Office of Airport Standards
r
5/31/84 AC
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 air-
port operator, the FAA and the users.
3. TAXIWAYS AND APRONS. Normally, construction activity set -back lines should be
located at a distance of 25 feet plus one-half the wingspan of the largest predomi-
nant aircraft from the centerline of an active taxiway or apron. However,
construction activity may be permitted up to the taxiway and aprons in use provided
that the activity is first coordinated with the airport operator, the FAA and the
users; NOTAM's are issued; marking and lighting provisions are implemented; and it
is determined the height of equipment and materials is safely below any part of the
aircraft using the airport operations areas which might overhang those areas. An
occasional passage of an aircraft with wingspan greater than 165 feet should be
dealt with on a case -by-case basis.
4. EXCAVATION AND TRENCHES.
a. Runways' Excavations and open trenches may be permitted up to 200 feet
from the centerline of an active runway, provided they are adequately signed,
lighted and marked. In addition, excavation and open trenches may be permitted
within 200 feet of the runway centerline on a case -by -case basis, i.e., cable
trenches, pavement tie-ins, etc., with the approval of the airport operator, the
FAA and the Users.
b. Taxiways and Aprons. Excavation and open trenches may be permitted up to
the edge of structural taxiway and apronpavementsprovided the drop-off is ade-
quately 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 activity
in the vicinity of navigational aids requires special consideration. The effect of
the activity and its permissible distance and direction from the aid must be eval-
uated in each instance. A coordinated evaluation by the airport operator and the
7
AC 150/5370-2C
Appendix l
5"3_ 'S=
FAA.is necessary.. Technical involvement by FAA regional Airports, Air Traffic,
Flight Standards, and Airway Facilities Specialists is needed as well as construc-
tion engineering and management input. Particular attention needs to be given to
stockpiling materials as well as to the movement and parking of equipment which may
interfere with line -of -sight from the tower or interfere with electronic emissions.
(See AC 150/5300-2D,-Airport Design Standards —Site Requirements for,, Terminal
Navigational Facilities, current edition, for critical areas of NAVAIDS.),;
B. CONSTRUCTION VEHICLE TRAFFIC. With respect to vehicular traffic, aircraft
safety during construction is likely to be endangered by four principle causes:
increased traffic volume, nonstandard traffic patterns, vehicles without radio com-
munication and marking, and operators untrained in the airport's procedures.
Because each construction situation differs, airport management must develop and
coordinate a construction vehicle traffic plan with airport users, air traffic
control and the x.ppropriate construction engineers and .contractors. This plan,
when signed by all participants becomes a part of the contract. The airport opera-
tor is responsible for coordinating and enforcing the plan.
q. 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 construc-
tion restriction line and/or in an area designated by the airport operator.
b. Open trenches, excavations, -and stockpiled material at the construction
site should be prominently marked with orange flags and lighted with flashing
yellow light units (acceptable to the airport operator and the FAA) during hours of
restricted visibility and/or darkness. Under no circumstances are flare pots to be
near aircraft turning areas.
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 construc-
tion sp*cifications 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-toot (300 m) intervals. With taxiways, a cross is placed at each entrance of
the closed taxiway.
b. Temporarily Closed Runways and Taxiways. Temporarily closed runways are
treated in the same, manner as in paragraph 10a except runway markings are not obli-
terated. Rather, crosses are usually of the temporary type (constructed of
2
r
5/31/84
AC
Appendix 1
material such -as fabric or plywood), and they are required only at runway ends.
The crosses should be located on top of the runway numerals. For temporary
marking, the dimensions of the crosses may be reduced to permit use of standard
sheets of 4-by-8-foot (1.22 by 2.44 m) plywood. Temporarily closed taxiways are
usually treated as an unusable area as explained in paragraph 10d.
c. Closed Airports. When all runways are closed temporarily, the run -ways -are
marked as in paragraph 10b, and the airport beacon is turned off. When all runways
are closed permanently, the runways are marked as in paragraph 10a, the airport
beacon is disconnected, and a cross is placed in the segmented circle or a: central
location if no segmented circle exists.
d. Hazardous Areas. Hazardous areas, in which no part of an aircraft may
enter, are indicated by use of barricades with alternate orange and white markings.
The barricades are supplemented with orange flags at least 20 by 20 inches (50 by
50 cm) square and made and installed so that they are always in the extended posi-
tion and properly oriented. For nighttime use, the barricades are supplemented
with flashing yellow lights. The intensity of the lights and spacing for barricades,
flags, and lights must be such to delineate adequately the hazardous area.
e. Notices to Airmen (NOTAM's). The airport operator should provide infor-
mation on closed or hazardous 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 pro- -
vided with shoulder stabilization to prevent blast and water erosion. This stabi-
lization may have the appearance of a full strength pavement but is not intended
for aircraft use. Usually the taxiway edge marking will define this area, but con-
ditions may exist such as stabilized islands or taxiway curves where confusion may
exist as to which side of the edge stripe is the full strength pavement. Where
such a condition exists, the stabilized area should be marked with 3-foot (1 m)
stripes perpendicular to the edge stripes. On straight sections, the marks should
be placed at a maximum of 100-foot (30 m) spacing. On curves, the marks should be
placed a maximum of 50 feet (15 m) apart between the curve tangents. The stripes
should be extended to 5 feet 0.5 m) from the edge of stabilized area or to 25 feet
(7.5 m) in length, whichever is less.
g. Runway Shoulder Marking. Usually the runway side stripes will indicate the
edges of the full strength pavement. However, conditions may exist, such as excep-
tionally wide runways, where there is a need to indicate the area not intended for
use by aircraft. In such cases, chevrons should be used.
11. TEMPORARY RUNWAY THRESHOLD DISPLACEMENTS. Identification of temporary runway
threshold displacements should be located outboard of the runway surface. These
could include outboard lights, Runway End Identification Lights (REILS�, and
markings. The extent of the marking and lighting should be directly related to the
duration of the displacement as well as the type and level of aircraft activity.
F.
[1