Loading...
HomeMy WebLinkAboutContract 28340:t �,{ � s _� �: . , . .• — i � ���� � � �� ��, �� ��`� � ����� � � �� ��� �k`���F��r-��� � ���v� �n�� ��t��r����r ���u����v�rs ��� r�on�����c-r��n� o� � �������� ������� ���� �����I 1 1�4����� � � �' .� 1 I i ��� � � . �� � ��� � _ �� ��� ������� ��, �-�������-��{�� ��� �■ FYY��� I�V• �i�L/��ifY��i�Y� ��� ������� ! ■ �t ����F���� ��l����� ������ � � � � � � � � � � * � � � � � � � �f�� ��• ���� � � � � � � � � � � � # � � F i.F � � ��f� 1 �J!"i���7�lYy �r! 1 1 4V������f� ��?I��ETTE C. �J�RRETT, A�TIl1x� �;R�'1���" �1��TE1�� D�F�ECT�]R �0.. �3��iC�.J�� F�IAD�i1�AkCEF�, F�.E., ��P�4F��'i�i��l' �F ��#{�a�[���Rl��i �I���T�R s��o��r���� ��o� ■� F 1�����= • i�il�l���LS 1��� h1t�. �`7'W�O�+��4 , _ .. � � �`�► �"'�� ;I��_ `�.`'�. � City o, f�'ort T�Tlo�th9 T'exc�s ���� ��� ���r�c�l �����n�c�t��r� DA7E REFERENCE NUMBER LOG NAME PAGE 1211010� **��� 93'�� 30ALLIANCE 1 of 2 SIJBJECT CONTRACT WfTH CHAMPAGNE WEBBER, INC. TEXAS FOR WEST CARGO TAXIWAY 1MPROVEMENTS AT ALLIANCE AIRPORT REC�MMENDATI�N: It is recommended that the City Council authorize the City Manager to execute a contract with Champagne Webber, Inc. Texas in the amoun# of $5,849,367.88 for West Cargo Taxiway impro�errients at Alliance Airport. DISCUSSION: On September 'I i, 20Q2 (M&C G-13736}, the City Counci� authorized the Aviation Department to ad�ertise fior the canstructior� of improvements for necessary West Cargo Taxiway impro�ements at Alliance A�rport. This work was authorized subject to the a�ailability and acc�ptance of Federal A�iatian Administra�ion (FAA) funding grants, which have been recei�ed in the amount af $6,496,029 .DO. Existing land credits that remain from the originaf land donatian for Alliance Airport will be utilized for the City's 1 d% in-kind lacal match requiremenfi #or the construction portion of this project. The remaining $645,653.12 in the FAA grant funds will be u�ed for #he administration and inspection of the construction servic�s, project management, contingencies, and change prd�rs. The projeci was advertised for bid on 5eptember 26 and October 2, 2Q02. On Octaber 24, 2002, the following bids were received: (Base Bid and Alternate No, 1) : �� -� Cnampaane Webber. Inc, Texas Sutton & Associates, L.P Texas Sterling Gonstruction Duininc� Bros., Inc. Jac�san Construction, Ltd. Orval Hall Excava�ing Company Site Concrete, Inc. A_M_OUNT $5,849,367.88 $6,zao,141.98 $6,249,967.�0 $6,525,803.90 $6,617,025.00 $6,896,423.80 $7,113,290.61 APAC-Texas, Inc. $7,631,4�7.40 �mega Contracting, Inc. $8,445,960.30 C`ity of �'ort �orth9 T'exas a�y�� �n� ���n��l ����.�r�������� DATE REFERENCE NUMBER I�OG NAME PAGE 1211fl142 **�0���7� ` 30ALLIANCE 2 of 2 SUBJECT CONTRACT WITH CHAMPAGNE WEBBER, INC. TEXAS FDR WEST CARG4 TAXIWAY 1MPROVEMENTS AT ALLIANCE AIRPORT The Base Bid is for constructEon of the West Cargo Apron, and Alternate Na 1 is far extension of the West Cargo A�ron infio Taxiway "P". Total construcfiion time required is 36D calendar days. This project is Eocated in COUNCIL DISTRICT 2. The low �idder, Champagne We�ber, Inc. Texas is in compliance with the City's DBE Program by cammiiting to 22°fo DBE participation, The City's goal on this project is 22%. F15CAL INFORMATIONICERTIFICATION: The Finance Direc#or certifiies that upon approvat �f the above recammenda#ion, funds will �e available in the current operating budget, as appropriatedo vf the Airports G�an� Fund. MO:k $ubrnitted far City Manager's Office by; Marc OEt Originating Department Head: Douglas Rademaker Addiiional Information Contact: Douglas Rademaker �ITND � ACCOUNT � CENT`ER � AMOUNT (to) 8476 6157 (from) GR14 GR14 � 6157 I 539120 055218822010 $1,549,367.88 539120 055218811010 $4,300,400.00 CITY SECRETARY APPROVED 12/10/02 r., �iSSI�llTM�� ���]�11VV��N� ASSIGNMENT OF CITY �F FT. WORTH CONTRACT CHAM�AGN�-WEBBER INC., TEXAS TO W. W. WEBBER INC. WIIEREAS, Champagne-Webber Inc., Texas now has heen awarded the following cantract with the City of Ft. Worth as described be�aw: Frolect Na. Contract Amount ATP Project #3-48-p296-1601 ) AIP Project #3-48-0296-2002 } $5,849,367.88 DOA Project #GR76-539120-055218565014 } DOE Prolecf #�3839 } WHEREAS, CIiAMPAGNE-WEBBER INC., TEXAS, when awarded the above described conhact, has changed their name ta W. W. WEBBER INC. WHEREAS, there appears to he no statutory restriction to such an assignmant; and WHEREAS, consent to assignment is required on the part of Ylze City of Ft, Worth. WHEREAS, iIARTFORD FIRE INSURANCE COMPANY, acting as the surety for this condract does consent to this assignrnent. NOW, THERE�'ORE, THIS AGREEMENT daes hereby fransfer, set over and assign said contract to W. W. V4'EBSER INC., and W. W. WEBBER INC., agrees to perform said contract's work and to assume all rights and obligations therein, including all right of payment and all obligations ofpezformance thereunder, and to complete the work in the contract in full campIiance with the terms and conditions af the projeck plans and govextivng specifications. IN WITNESS WHEREOF, the parties hereto execute this agreement on the dates herein shown. CONTRACTOR CITY OF FT. WORTH C �'!�5. ,:'..�*,� _!l - - �. � � '_ � ' �► ' � rfa i ='�, a Ls' � MARC A. Oi7 ASSI5TAN7 C1TY MANAGER CSAMPAGNE-WEBBER INC., TEXAS By'` �' �i f7 V'� j'l�r ��R� Title ! :_�' ( ��� ` ��i : 'V. �. Title F SUR�TY APPRQVAL a i � � r�.� �- I]ate /��/Z��� Date IIAR'�FORD �'IR.E II�TSURANCE COM�ANY Surety {Firm name and Seal) By: �'-��—�— �l, j �� /ok - /�- � a.-- Attorney-in-Fact \` � Dalc ��'�f�i� �lG. ��- f�Yy'R�`{`"" ����a� �� �.������i� � Ha�tford Fire Insurance Campany � Hartford Casuafty Insurance Company � Hartfor'cf Accident and Indernnity Company [�] Hartford Elnden�vriters Insurance Gampany �'�iE H��iF'��� HAFi'CFDRD PLA7A FiARTFORQ, CpNNECTIGU'i' 96195 Twin City �'ire Insurance Company � Hartfard lnsuranee Company af Iliinois [� �� Ha�ford insurance Compar�y of the Midwest [� Har#�ard Insurance Company of the Southeast � , KNOW ALL PEaSC1N5 BY 7HE5E PRE5EN75 THAT the Hartford Fire lnsurance Company, Hartfard Accrdent and Indemnrty� Company and Harftord Urrderwriters lnsurance Company, corporatians duly organized under th� I�ws of fha 5tate of Connecticut; Hartfarq lnsurance Company of !llinois, a corparatimn dufy organized under the Eaws af the Sta#e o# illinois; HartPord Casualty Insuranc� Campany, Twrin City Fire Insurance Company and Hartford lnsurance Company of the Mirlwssf, corporatinns duly organized uncfer the laws af the State af Indiana; and Hariford Insuranae Cornpany of the Soufheast, a corparaiian duly organized under the laws of the Staie of Flnrida having their horne o�ce in Hartford, Connecticut, (hereinafter colleciively referred #o as the "Companies"? do hereby make, canstitute ��c appaint, up ta the amount nf unlimited: D_A. Valentr, Denise A. Maddsn, Ro6erf Trobec, Kathlaen M. lrelan, !an J. Donafd Of Troy, MI thefr true and Eawful Attorney(s)-in-Fact, esch in their separafe eapacity Tf more ihan one is named above, #v sign its name as surety(ies an�y as defineafed above by �, anci to execute, se�l and acknowledge any and aU bands, under�akings, cvntraots and oth�r writtc�� instruments in the nature #heraof, on bei�alf of the Companies in their business af guaranteeing the #ic#efify nf persons, guaranteeing thF performance ofi contracts and ex�cuting ar guarant�eing bands and undertakings rec{uired or permitted in any actions or prnceeding; a(lowed by law, ( l� Wit�ess Whereof, ar�d as authorized 6y a F2eso�utfon of the Board of Directors of the Cpmpanies on S�ptemb�r 12#h, 2Q00 the Companies have caussd these presents to be signed by its Assistant Vice President and its oorporate seals to be hereto a�xed, dul� at�ested by ifs Assistant Secretary. Further, pursuan# #o Resalution of the 6oard of Directors of the Cornpanias, tha Companies hereb unatr�higuausly afFirm that they are and will be bvund by any mecha�nically applied signatures applied to this Power of Attarney. ��}� y\lYF � ,p��,.� +,r_.__,.�,. F �g " �a ♦ � �ef�NnYNr4ys ���i g fd7 ��i - N4+4WW1 i� �� � � .� � �raz �� � ` S �� + s � � � �r a _ �tp . �°+�rt:�eu,�„ �Po�ehBa � �� � � � : 7 '�, � � � � -' r .. �' T'ya � � �,.,,f � .c:..'.'' r, . ` � 4� R i�$ a,.et,Ycrfi'/� ,h r ►� $ Ff�[l�ya�s� �'4tlai4 +�+�d^a�A ��,Q a . Paul a. Bergenhottz, AssisEant 5ecretary sr�r� aF cor��aEcncuT � �� Hartford COUhITY OF HARTFbF�D �� John P. Hyland, Assistant Vlce President On this 19"' day af September, 2��Q, hefore me personally came John P. Hyland, to rne known, who being by me duly sworn, d depr�se and s�y: that he resides in the County af Hartford, S�ate of Connecticut; that ite is the Assistant Vice Presider►t of the Campanie� tF�e carpor�t�Qns described in and whicM executed the ab�ve instrumer�t; that he kriows th� seais of the said corparations; khat the se affixed to the said instrurnent ara such corporate seals, that they were so affixed by a�tharity of the Boards of Directors of said oorparatio� and�tha# he signed his name thefeto hy iike authbrity. ' ... l�ci }'f���� s �q a 7can H. Wozniak CERTlFIChTE A7ntary Pui�lic . My Cormnission Etcpires .Tune 30, 2004 I, the undersigned, Assistant Vice Presiden# ofithe Compa�ies, Do HEREBY CERTIFY that tha ak�o�e and Foregoing is a tru� a� oorrecf capy of the Power of Attorney executed by said Companies, which is still in full force e�fecti�e as oi D������x �� � 2002 � 5igned and sealed at the City af Hartfard. r+r� F,,s.t. � . +.--.,, , � •� �,�'""�',� 4 1 � `ytiirlku� � � �� � � �,z ,�V� � s �kpN°p,�k 4ap f 1�87 -w i � 4 �y E' a � L a m ��+� ` w�axte�eAr•,ry ►oi�a�hp 2g?� s� �� �87n � �►, � � "� �..� r„yti...�✓!+e '#sa,a�, 4'fk � ���yv.y'��/ IX •• tt � ' �t+tteali� AsHx�K� � �wn 1�.�--e'l.s . ' �, � Colleen Masiroianni, As5€stant Viee PresEdent �� � } � � �� �.,.*.,' ii��,i Qa�i� �wa�i�N E � � a�v� ..,,_.+... �. �...+...+...++.++�+�. � ,�s T415�4 a �ti- +�t r� f�,��'..���*`€ld$f���` �1��,� ������'f��i�� ��'°� �4D1� E1V D U ftill �l�], � Iss�ecl: ��tober �), �0�1� Th� �o��o�vlrrg �dcl�fiorrs, de�et�or��, r�todr'l�cal��r�s, �r clarrfrc��ioras sha1� �� �ade tv �h� �ppr�pri�#� s�ctians o� ths �r��+�s anti spec�f#�affans �r�d sha�� bec�me a�art af the ���rtra�# Doc�m�rr[s. �+dc�e�s s�ralf �ckrro�vledge r�cerpf of #Mrs �4dder�durr� rr� the space pr�+rided ort th� �id form. Ple�se be .�xdvis�:d ii�at 1�te lv�`�ti�� firsr tl�� p�`�'-lricl ci�uFere��e f�r t��e s�hj�ct �ro,����L h:�s t�ee� cii;kr���d iu accc�rnma€�at� the �ntici�:�l�d ntiar�xlxer cxF �llcuslee�. '1'�te c+�nfere��cc wi�i be iteld �t lh� F�sElowxng locatior�: 'i'�U Gl�,l��f Cen�cr l��a�lll �ierit:��;r F'arlc���v �s� �lor��r, S��uih �lmcrica ��cxom Pita�xe # {�L17) ?57-7��� IVute �ha# tl�� cls�te and �ime i��)r tJ3� C#we�f�l'�T4ie C�[ilii4n:€ ���i�s��Lt` 1�F. ��1112, XtF:�I� am. {,'urt�r�cl i�e�i€���il T�iat�;, i+r�ese and ?�lichc,ls 1n�. at {��7) 735-'7�S�1 i'nr a�r]�kitiunal i«fo�inatio��. V�E�'�` �1�I��Q1Tf��I'�i�A�' F��T �V�I�T�� �I�L�Ai��� t�IItPDX�'�' �1ra ����,l���r �v�. �-���t����r�rtl�oi h1P �'R�).��EE'T �l�. �-�R�Q���,-.'.U�}� r���; �rto,�r�:�f{ :���. ����� L�1L�:;Y{}. �i•2l9 ..�—...� __�_.... — _..,� �..'C}fi�t}fi'—"' ,.,�Jy'� .. ._' '�l�l'F1kTl� ;� � �i F €OrC 5V4�kh ���- � � All4��}C". , ��' . .��r�are �+��r;$' � , � t J �rl � .¢�C�r1?c��'� ���+�"�c�'�.�� . _. - y .,� l�l �?� �v � �� �� �� '�� �'�+��r ,�� � r r�f + � •�l* � ���+v��, � r � � � +l ` � if � �� Fi ' �z Firsf¢�n� Flsi �: � � i S�{�G� Heciia�,;�M �aiic���d� 1 � ''f � � # ��+ � ' i i a� r '�� I � �. ,�-.� �.�vn �r �►����v��u�vi r���. i � if if LI�i/ L+ �� ��Fi � '�`(� TH� �PL+'�;Lf I�eBiTI�i�I� �1�17 �-[.}1V'1'RACT D(}C�U�kii�'�`�; FC3l; ���71 ��l���fr���l��� �'���T '�V��'TH AI�L�A41V�T� ��RP(�I�'� f��� ���,���'-� �U. �-��-Q���i-��r��� AlP l�12�J��T lVs�. ��-3$-U2�9�i-�UU� i�{�� E'�t�,�L�;T ���. ��#39 F���L+" itio. 1+I-2�9 13id D�xte: Th�:�rsd�y, �ctobe�• ��, �Il#�? Adder�d�ni L�su� D�te: (�cialxer 1�, 2(1�� Tk7�� r�c��ie�ciuui I*�c�. � 1'vrm� a�ar� �1' thc �an��rac� []c�eumcrits rcfere�rct�� �����vc ar�d n��difi�� TI�� O�•i�inal C'c�t��•�cL [)uc�tm��ls aniE �'la�s. AcknnwE�:�l�e recc�p� c�f ��i� �c]cIcE7d�ns i� ih� �p�cc pi•u��id��i h��ow. in tl�e �'rc�p��siLl, P��� 29, and ac4�r�cawlcdge rec�i�s� ur� th� u�a#er �r�vel��p� oF �ot�e ��i�l. Faijure �� �ackr�i�wlcc��� rc�:c�.p� of� ��i�s l�cl�ieiYrlun� r�oul�E �uk�a�:c� t��e bidder to dis�ut�ljtacat�c»_ 1.0 Su�plcme�.tal It�st���uc�ions �nd S��c��i�� Prc�vi�ic��s 1.1 Dasa�3varit�ge� �S�e�i�te�.ti L+:nter�ris� Ulili#�ti��rr R�c�u�rer�3e�l� li� ixcc{�rd u�i�h Ci�� �t' k{c�f� 1Nc�r�1ti �rdi�ance N�_ l 1{}2�3, ��s ame�d�d, t�Ee �3�� o� hot�k W�rl� h{�* �;s�ikls �or� ilie parti�Gpi��icm oF dis�dvx�t:�gec� l�usi�i�s� enl�r�ri��.s in Ciiy iontra�ts, A cc}p}� of thc [�rcii�n�►n�e ��, be obtaineri �'�x�rrt t3Y� �FFi�;� 4�f �1�� � kt}� S�cretar�, in i1C�f,�l�1t�11. [}1C L�icEd�.r �!1«]I �ubmri 1lYe IJB� L]TII,IL�A"�`I�;� F(�R14�, 1'��IY� ��iti'I'I��i.'TE�� VY�iIV�;�� N'�llt�lr� �ndlc►r �ltie �T{}�i? F.41'i'H �T+'r'��RT r��ll�� {•`D�c4�m�nt�►��{�r�") t�s appropri:tt�, The f�c�c:tEu�er�tation rni�s� Y+e eecciv�i€ nv 3atea� [lxan �;{1Q �.tn.. �i�� (5} C'ii.� l;��sincss 4iA;:� �rft�e ���� I�id o��ening �i��t�_ Tf��. k�.ir�c�e�� �1�a11 obtain a E�:ccipt t'rom �he �J�prc�f�r�atc enlp�o�ee c�f tf�c �rtanag�n� d�p�r��iienl to v,+l���r�� �i�;liv�:ry ��us n��dc. �ti�cfa rece��i slt�ll b� ev���nce l��a� �l�e Dnc��rr�e��a��un �v�s rec�i�r�d h}� tile C'ik}�, F�iltirre �o ��m�ly �hal� r�.n�iaE� t1�e 1�icl nc�n-r�:s�onsi��e, [.�po� req�t�st, �ur�lr�Mcl�r ��re�:� to �fOV]C�� t� c�w�icE� cor�pl�:c�. azYi� :Mcc��•t�t� intorma�i�� f��!a��ding acCtGal �vc�rl� �c��t'ort��� b� l�is��v:�r��agcd �3usir�e�� �lil�l�}3'�S� (DBG� on �he c;c�ntrac� a�ic1 �{Myn�enl tlle�:fc3r�, Co��track��� f�t�tlt�r agr�4� lc� p�rtYut an a��dit andlor ex.7m�n�ti��n o�` rtt�y book�, recc�rcks �xr Filc� �r� i[s p�s�c.�sioii lh�t w�ll s�Mh�G��r�E��M�e �he ��c��al wc�r1� ��rfortyieil b}� c� I�L��. T�7�� C11�51'��E�S�F"If��iOCI af facts ���E3cr than a n�:�li��nt m.isre�rc;�ent;M[ir}n� andlc�r the c:���r�r��tssio� t�f �'raucI �}� tl�e C�c�r�cr��ctc�r wi�l be �rouu�� t'or tcrrnir��a�ic�n c,�- t#te ro�rtr�ct anc�ior ii�itE:�lio� :�c�ickr� tiin���r {4�prtapriate i'e�l�r:►�, �t��e or loca� I�iw� txr c�rdi���Yc�s re�at�n� to �als�; s�a�emenl; �urti�er, at�y su�:h rnisrcpr��ser�t��tir�n {cr�h�f �k3a�� a ne�l��e�fi mi�r�:�re.�enlala���j an�2�ar �idder�du�ti I�1o. � Px�ge � of E 3 cc�ni�i��icxit c�f f�•au�l will ��s�rll it� �he C4�r��t•ac��or �e�n� d�tcrmin�c! [o be i�•res�{���ibl� ;knd b�-re� �`rc�rrti par�3��patEon �n �it�r u��r� I�xr � period of �ims' of rrc�l le�� �h�n tl�ree {3) ye��:�, Bi�icter� ar� rce�uncle�d that t3�e �l3F r��.r�.ici���i+an �<r�►1 _fnr t�u� t��`����� is 22�o c�f llxc clnll�r v�iu� cxF �l�c �ri�� ��}n��'ac� �ar_�Ete BA�L L�ID_t�r �I �.5 of th� v�Yluc ��i' Ehe r,�in�e c�3n��act tor B�'��E �3i.L� + �;� �I.TG�i�1A'1'�:��.. Bic�d�rs �i��ll �ubnv� �3�i� Ft��n�� #"or �I�� �3,�SF� BID d�r�ti��n��ruli��� c:ompli�nce wi�h t�� p�•tici���ivn gc�ai �f 2��. a�d � s�:�a,-ate lorn� fur �he 8�5� B� + I3LL� r�[�T��thl�l'i�S clemu�s�a-atir�g �catripl�arr�� ��rst1� thc p�u�ticipati���l g�;�l of �i��,_ T1�e DBL F�rm� an�:lt�ded in ll�e S�rec�tic<7t�cx�� :�tYd Co�ti�r,xct i]����Gntcnts i� fpr ll�i: BASE 136:f�� Hl����5 ��l��l SUXlji�l� a sc�r.trik�� #arm 1'ar �It� B�1S� F3� ��3ji} A�1TFR�i r�T�.�, wlij�h i� at�ached he�c:co. X.� irisur�ance i�cy��rcrnentti I,?,1 ��'itl�i3ti t�n ( I{]} ��y� n�' lh� r�c�i�i� �f noliCe c,#- award o� �o[tiE.racl, tll� CUi�t3'�C��f fTCE1�� �,r��vi��;, afc�r�g witl3 e�ecuEeci cun�ract t�oc�lEncnts and ����op�ia�e I�cs�Yc�s, proof' o�` in�urar�cc fo� �Jc}r�cer'� ��r���+��.waziorY nt�d C:�c�mprel�ert�i�e Ge�tier�l f�i�la�lit�+ w��i� limil� n��� l�ss rl��rr� �1Y�: #-allov��rrg; �Nc�rkcr's �on�DUr��:�ti��t l, S�alc —.�k�l��l�krY �, Applica�le k�ed�:raf — �tatu�ory 3. �L�m��lc�ye�•Ts 1Wial�ilA�y - ��0�},[J[7Cl {���r�l,�xhen�ave ��t��ral Liabal�tv and Proo���tv Da_ ma�e. 1. B��dily T€���ir� - - - - �. �ach c�ccu�-rcr�re - $j ,4�C�,��U }}. 1�1]R4iik� �l�;�s`���C - �1,�}�1Q,��� �. �'r���?��ty� l���rr���e �111��41{E1fk� ��c��os�on, �n�l�aps� �nd un�icrgrc�La�+l C�Vei'��C'S} �, E�lc�� �ai:c�arrence - �+1,0{1D.{7i]� 1�. Annu�l ag�re�ate - $ l,i7l)�,(}[lE� C4�mnt-�:13�:nsi.��e 4ul�r��c�1�i�� LrK�L�i�iE 1, i3c���Iy 1r���tr� it, F,�cl� per��r� - ��(lfl,{}p� U. Each accid�nr - ��,{l[]{),U{l� �, �'r���e�[y D��n�K�� a, �ach c�ccurrc�c:� - �I,�O(1,�U€} � C'nn��;�c�L�a! I���E�.iii�v � l. Bodily �njury �i. ���;1� nGCllri't:l1Ce - �1,{)Of},OC}Q � ' �. �'r��er�y �arna�e �. .��3it�a1 �g�i•c�,ate - �l,U�€},000 Adder�dum ?�l�w. � P�►gc � rr�' 13 1.�.� The ��t}� ��F F��ri Wor#�i, '1'cxas �rr�i 1�Ili;��ticc Aitport shali aa�: c�ti+�or�cd as �td�it�c}nal �nsu�x:� �ar�ies ��r �a�E���ct�,rTs it����r�nce p+�licie� cxceptin� ern�lr,y�r'.s li�tbi�it�, itis�ran�e c��v�.�•�g� un�er ConCra�Lc�r'� worEcerF� com��nSa[knn i�swurancc pol.icy. Tl�e C'��n�a��or's �en���t ii�rk�ili[�+ ii���GrKir��� ��rricr sE7rili �s�tie :r �e�arat� Protective Liabili�y Pi���c}� c�v�ring O�vne� �nd En�ineer �rvvidin� �.c�vert��c; �o� ��t �e�s �t�an Che �rx��ur��s li���d abc�v�_ 1.2.3 C'erii�ica��:s of' ins�ar:�nce shali �c: dc�li�cted �'� lh� �'��}+ c�� C`or� V1�orlh, cs}�t�r�c� adtx�flislr�kc�e ir� tlxc ri:s�ecti��e �lepa�����z�n� as s�ccit�ed in �€�e l�id docun�nts, i�0� 'i:'�r�}ckmorton S��ee�, F{}rt �lnrtly, T'�C 7f� I c!?, pr�c�r tc� c�mix�eitic�r�rn� ��I' �,�4�rlc on �l�c cor�trackecl p�'4kj�ct. 1.�.� A�ty ��il�r� c�n �k�� �?�I'� �}� ���{: �i�.�+ ��1 I�.'C�13��� ]�Ei�ll1CI:C� iC14lCfilf�C�' [��]L�LI111S;i1t:l�ll}[1 ��3iil� n4�� co��stitttte a waive�r {�f �E�� i,�s����tnce req�ire�mc�n�� �pccitjed herein. 1.2.� E�ch insur:utc:c p���ic� sli�'�11 lx� �ndorsed �o pr�vi+�� �1�� Ci�� a��in�rr�ur��� c�r' �i�i��ty �3Uj ���rs nn�i�e �>f' c�utcella#�on, nc}rt-r���r:w���, ��i�l�r rr�a#��i�l c�r��t��,e in �vlic� �e�n�� or c�ver��e. ��► �e�i (10} �la�s notice *Ea�ll be acceptal5le rn Ehe ev�n� �f non-�ay�nenl �t' [] 4'��iTl l �7I73. 1.�.� l�isu�e� rr���t lac a��thori-r.,ed tc� d� �usit��ss iz� l�he S�a�� o# "�"�xa� �nci F�i1V�: �l C41f1'CE1l A,N1, �;��� ral�n� «1' A: �!I l irf �;c}u�vaIettL 1�ti::Ms��re c�l' I-inu�tcial str�r���h r�«cl scs�v�nc}+. 1.2..7 D�dttctf�le I.,imit�, uf self-F��cieci re�e.n������ li�rtit� on ���c]Y �c�l�c�+ mt��! i�c}� �x��:ed � I C�,OQ� p�r occur�-e�c� u��lc;ss atlic��wi�e appr�v�� b� thc i`ity. 1.2�.8 (��her �i�atti work�.��'w �c.���rcnsatior� rnsk�ranc�. in 3i�u �t' �Fa�ii�ic>na] insuranc�, �il.y rr��y co��i��ef �l�er���ivc c�,vera�c c�f eisk trca�meni mc:a��re;s l�To4��k� in���rart�c pna�s ,�r i�isEc ��i�nk��aX �;ri�u}��. 7-he mu�i ����rav�: in wri�i�g �n alt�rriat�ve ci�ver���., ]."'.9 Vw'orlcers' cs��i�e�s�tior� ir��ur�nc:� ���ic�(s} c�ver�r�� ��tYti}��oyees empl�>yccl by� ttye prujc�i s�all �ie �n�Cirrs�il w�tE� a w�4i�er c�l's��bro�atiart ��rt��+iding rf�hts of �-��:�]ver�r ir� 1'arrc�r c�� [�7c ���y, 1,2.L0 �'i�y �t�{tlf not bc re�pcm�ihle fo�� tlYe direc[ F����n� at` in�u�'an��: �r�miurn cc�sls #'or cc�n�r:Mcicxr's ins�arance. �..�. i 1 C'onzract+�r"� ��s�t�a�tce �a{�lic:T�� stst�ll �z��11 �a�e en�Jc��:wec� [a �rovid� �I�:�t �u�:t� in�►iranc� k4 �I'il�i�i'!! �33`��tE�:�lOii �.Cli� cli��r Sell'-1�LI�7[��� Of �OlZ7.I�7.�f�i�1 COVCf�l�� Fn.'��rlEa�n�:C� ��� C�j[�+ �iru�� n�r� be �ail�d upon �� cr�«�eihK��e ��r I���s rccov�.ry, 1.2�, I 2� i�� �k�L c�u.rsc r�f th� p��i�jcct. Co�rt�•��:r.�}r s�a�� �poT�. in :.t �ir���ly i�iann��•, lt� C��}�'s �fti�:i�,lly d�sign����c� c��ntr�t�� a�r�iiaistr�t{x�• ar�y k�lowi� lcrss [rcciirr�nce wE�i�h co4�Ed �ive� ri�e lc� {� liabil��y cl;tir�� or i�wsuit or wl�ich c��t�s1 �•�sk�l� in u�r���er�}� l�s*. l.?.1�3 �or�tract�r'� liab'tliLy shal] �cat 1ae �in�it�.� tr� �h�: spcci#ied am{}un�� of" rnsurar�ce rc�luit�ed h���rn, 1.�,I� G�aon ��yuest a�' �h�: C:�ty, C:nnkract,r.�r sh;till p�x��i�e cnrr�pl�:�c: �.opie� uX �i] �ns�rance ps�Gicic�� rcyuit�c� by �hesc c���r�c� d�cun�e�ts, 1.3 �,rtybi��i#y ln cttsc �aF �mbig��it�+ ur ltacic oi' c�earness in s[�tin� �rrice� �n �he prop��,a1, �ij� Ci[}� res���vc� ttY� ri�ht to �,�o}�t ti�e �-tost a�lvar�tagec��as co�tsxi�acl ic3n [h��•�:ni` �a �h� �ity �� tc� rcjccl L#�� p��c���nsaJ. 1.� rrrrplc�yxn�n# �ctden�u�3 �c�. � �'��;e 3 nt` 1� �l] C�iddea:� w�ll be i��uii�eii to ctrs��1�ly wi�h �ity Or�c�ir��,n�:�: �o, 7�7� :ts :t�r�cr�de�i hy �ity t�zdit�anc� �lr�. �=�(�(} �F���'t V+'c}f�ly �ity ��rcEe S�c�i��n 13-A-�1 tliro���1� 13�u-�{J} �,ro�ibili�� lil4CflfC�llCl��ll]�11R �Il'k�ik��CllCfi�;}1-�1Ct1CCS. 1.J �.�.� l,S.� f .5,3 1.�,� L ,�5.� fT :�k!� 11i���.F� T1�e consrfwc�4�a` sh�tli �:c�n��l}� wikl�E :�11 r�c{uirer���ut� o�' �f�apt�r 22��i, 'I'cx��� C��v�i-I�n1C�lt �O{��. lr1C�u[1i�3� Ll1C piryrr�e�t cxt- cto� le�s RE�a�y th� ra�e� cieler�r�ined l�y �h�; C'�t� Co���rci� of tl?� C:ily o� ��rxaY 1�4F��rtls �o be t�t.e prev:��.lin�� wa�e eate� jn �ccorxi�n�:� �vikh ���xpter ����, "�"ex{Ms ��}vc�r€��erGt Cadc. Suc� �rrv�rili«� wa�r� rates �re i�Yci�detl i�� tl��r��: c��71�•aci �uc:�tfncnt�. T��c cont��a�t���• �IYa�E, f���- �� ��rr�ci c�i� tttr�:e �3� v�:��s follu�v�i1� tlt�: datc uf ��:c�pta.u�� �f Ihe work. e�t��nE�ii�ti rccoec�,� �liat sh�w (i} the narrt� �u�d occ��p�tioi3 of e��c� wc�rker �in�lc>y�;cl b}� tF�� ci���[rac4ar in khe cc�n�tru�;��orr vf tlrtc wurk prnvide�d f�r it� t���� co�tract: at�� �ii} ihe i�c:t�r71 p��• di�:�n w:tc�s paici to �ac:lz w��ikcr�, T�Y�sc rec�s�cis siiall b� �pr:i� a� �il rc;as�nal31�: ltouf� i'��r ��tspecEtc�n �y ti�e City, The �r��vi�ions t��' �h� Sj7��GIiiL �}i'OY153�]f� �1C��{� "k�i�3�t Ln A��i�'' ���'t{xi� ��� tltis i����eclic�E�. �-he cc3��r�«:�ar �hal� it�cl�ti�le i� Ets skabct��+�r�c:�s <�ncilc�r s1�u�� othe�wise rey�Gire �il! �f ��s �tRb�;�3n�k'acturs to cc��fi��ly �vi�h ��:��agraplt� (al �nd {b�} �E�uve. V4Fitl� cach �artia� p�ly��tc�nt e��ima�e cxr p�,yrc�li �eric�d, �l�i���cver i� less, afl ��il�iavit sta��n� t��ta� khe �:i�u#ractot ttias c���piied wirh lh� r�y��remer�t� oi' �!�<<���r '����. '�!'e�x��s �i[�vefnFl��:fki C'cx�i�. Tl�e cnr��rt�ctar s�:��� pask tfi� prev�ilir�g �i�g� r���e� xn t� [',0�15�i�[',�COk3� Fjc�C� 3E LFli; 53t� (l� tlYe pi•ojec� aR �11 t�����. l.�i �`Mz�a��c�al ��4Ler�iei3l � c���r���� �:�rli[�i�� �in�inc��1 ss:Mt��s�c��s may h� re���ire.ci b}� t�e T�cpart�nenk of �:n�irt«erin�, il' rc��t�r�ci fr,+r u�c by �t�� Ci�y o# F{>rt WorEh i�l dc��r���ir�i�� t�t� s4kc�;esw�`�M1 bidtiee, Tli�� �t�,t��iYiei�i, �f rcqui��.+l, is �o be p�-e�a��ec� �ry �n ij3de�cncl�:r�� �'u���ic 1�ccoi�ntant h���iin� a v�l�d p�r�t�� i���led l�}� an ���}�ec��xrit�€c ,�[df� L1��E351i7� !��"�[1C}x- � .7 �c�nstr�rt3on F€,s�r��eni �3i�C�i�.rs �EE�c ailviscd th.�at zh� st�cc����'ul bi�3c�er �f��tll b�e r�c���irc:d �� ex�:vu�c :k t�r���c�r�u•Y c�r��t�'���tion �a�ciYtiei71 wil�3 t�e �r��,erty own�r i'o,� �he c�ntrac��r`S St�1�4T,111� ar��► �u}d 1�a4�1. a-c>�d. A sam�lc of the c:��tti�tru�:{ic�n �:aw�az���� i� �r�ta�h�d her���. 1.K �wa�r€i oF �nrtiracE Tlte co�Ytr�cE wi'C 1�� �wat�d�d �o tl�e �ow��� r�����rY�ive l,�il�lcr. T1�e Cfly re�er��cs lFr� ri�h� lc� rctjec# �i�}� uncll�rr �ll E�irE,� an�E v��tuv� an}� �t�dlor a11 i�-E�e�.u�a.ri�Gcs. 1�� ba�i rt��y �e wil�cir��vn fc�� a peri;�cl ��i` �Jl} �ays l't'c�i�� �l1c d�+�c ��f �Y�e I�it� ugcning, Bif�� 1N1I1 L�� �V['L�Ui1l�� �5 ���1{}w�� � �c�ti� �l� ■ B�sc �3��i �-13i� Aitcriiatc hio. ? • �3;�se 8id + Bo�l A�t:�rn<►te [�la. � ■ Base Bi�l f B�d rlltcrrtiac�: ;��, 1+ Bid A�ternate C��, � Arlci�xncien3i I�l��, 2� ���� � r�l` 13 '�'i�e cc�ntr�tc� wtll be awi}rdeti trased or� t1�e �vailai��l�ly c�i' Ftjr�d� ;�rtc� in ti�e be�[ iiit����[ 'af llle (.'iky o� �vrt V4f a�ttw, 1.� P�}�fnent The Gtk�Ytra�;tor wilk rec�i�re ku�1 �is��neni �rrttn��s S�iG, rr:t�inr����j �rom i�re �i�y for �11 w��k �vr cach ��}� �e�•i��d. Pa}rinenl c�i' tlie �e»�ini�g �,mc�ur�t �li�l be rr��dt� �vitl� t��e Fin�� �a}�r��nt, anc4 u�on ac�ep�{�r��:�` oi` �11e ��•o�e�:�. 1.1� �dd�nda �3icl�i��s ar� r�:sp�nsil�le i`c�r o�#ainit�� all 'clC�iil:Il{�a7 E�? LLi� l:ilalLi'�CC 1��3�lllTt�l�ts �rEt�r �cx ��k�e hic{ feceip� �i�e and �tcicf�owle�i�iit� lt��m a� ���e lir�Ye o�' bi�€ rec�i��. ln�'s��rrttitic�n r���rrling t��� stat��s ��F a�denda may hc ok�taan�d by ��nt�kc�ir�� �h� I��:par«tY�nt {,t' En��ttieerirx� Ca�ril��aclion Divi�io�y �� (�l7} t�71-7�1C}, Bi�is th�il so n�}� achnnwl�:�i�� �ll �r��i�u�a zx�a}� lae� rejected :�s �{�n�res�u�r�iv_€�: � �;�}'T�:: .��kder�dLt� [Vc�. l�� ���e pl��s an�i S�x�:cif�c�►�io,tis for tit�s �rs�4c�:t wa� issu�rJ 1�V f�t�c ni1 Oc�ok��i� S�. 2�CY� �c�r �le p��pcx�� at ��notiiiic3n� lEial thc pr�-�i� c��r���'cr.�nce �uc���l� b� hcsd K�� � diFf�rcnk Ic�r:a�ion ti�a�r that �rut5lisEY�c€ ��� �h� 1�otic�: �o S�cidci�, Dicl��rs wh� ok��:131��=d �7�i�n� ai'ler tli�. d�ste r�F khe p�e-�ici �.uiif�r�nce ({�ctol�er lU, 2�1�?} �uill nnt l�.�tve rec�iv�� rld�e��dum #l, � c�py ���` AcErl�nd��� T�o. I is atlactt�� h�.reto in os�er �haE il�a Y}1{JC��['� 11l'skV �11;1C[10wt�.C��,t, C����f}?C �t {kll �cick�ncE{�, ��l�E��l�� IY�IJ�'C �1�I�C���L�+.1�(*!+� It1�:�i��PT E}F .��1L �[}!)��v�#1+ iN��.UUY[�1� � }�T)�3E?V��.:k�� ���. 1, ��1 PAGi+, 2�J ��"�'1-� P�(.IYC?�A�i. r+'f3RI4'1, A,i��l �� 'i1II+a [�LITFi� i:�+f�l+:���'E� {)�`���� F�lI}. 1,�1 C',�nlr�etc}�• C'c��i�fi:�nce VkFith �1�uj�l��r'w �unipensation �faw 1.11.1 Wo�•kcr� �anip�r��itti�n �nsur;rncc �ov�r�gc I .I I, I.�. I�e�ia�sEiurts; �'eT[ai� ol' cover��e ("c�;rtifac:����"}, � co�y u� a ccr�itic;�t� uf i�suTa���:, �x cer�i�c:�tc ��f �141�`14}C'1C� tl) sclf-�r��L4r�. Etitill�.C� �3� 1���: c�}zn1�2i��icm, n� � co��e�-��c ry�r��Er��;��� (TVVC:��81, T�lC:C.'-��. T1�1+"�;C.-�33, r�r TV�fC`C'-8��, �iYc�wing st��u�csry wo�•ke�'s cam�e�sal3c>�� in�ur�nce c4��r�ra�e F�r tCie p�rson'� or �n�it�r's e�ploye�r� pro�id�n� servi��s an a proje��, for k��: �u�'�liion t�Y f�e pro,�e��. �ui•ation ot' ll�e p�'o�e�:t�incl��+l�� �E�e tinie f�-<,r�i rize I���;ik�n��g of �k�� work �n l']�� �r�•�xj�:ck un�il #1�e conlrac�or°�l��rsan';� vrrark ora thc: �r�je�� E��� �cer� �:ixnpl��c:d �md �cce�gte� b� t�e ;{��crn����e��ta� �rilit�+, �er��ns �r�rvidisr� sc�-++�c�s ot� tt�e �ro,�eci (`•subcnntr�c:tcsr"' in §�{]�,�9C�}-in�ludes al€ per�{ans or en�i�ie� p�r�t�ranin� �ll a�� p�rt o� �he serv't�e� �h� �:�n�eac���r I��s ��n��r[aicen Lo �erform c�tt [k]e �rcaa�c�r l�r�,{t[���44 O� W��C`CL1C.1' ��1+LE �7�1;�1]il CORLi"rl{.'C�� d�re�tGy with tl�� cc�n�ractcsr �uid �-e��:u�dle�s nt' wt�eth�:r t��t p�r�{xri ����s ��tti�l��yce�. Thi� �nclu�ics, wi��l���� limi«livrti, i�i�l�p�ildenl cranl3-�c��r�. �u�cunlractors, �e:rsing �►ddendu�tt IVo. � Page 5 of �3 cor�i��xrri�s, mat�r �::�Eri�.���, au�r�er�o��ratcsrs, e�n�al��ce� nt' �ny s�acli er�[ily, c�r e�mpls��ces c�� �n� c�rtit}� �4rk�ic�Y !-u1`��i�k�es p�rsa�ts t�� p�`{�vide �er���:e� or� �h� proj�c[. "Se��vic��" �nc[uc�e, wiciYn�t liinit�tior�. �r{�vidkrY�, �a��l�ng, c�r del�veRng e4�tt�p3��c�rt ��r r��ut�:ri�ts, or p���vicEir�g I�l��>i•, tran��ort:MtEc�n, ar toner s�R`vicc� related Go a pro�ec�. "Sei�vac��" �i�fcs n�t inciL�de activ����� un�el��ted icx t��� prcrj��:�, s��:l7 �.� Foudfhcve3•��,� venil�r�, oF�'ic� �tspply d�li�eries. �,�ci c�e1i���•y o�' �c���rable toi�ets, l.l l.l.b The c�r�tractor shai] ��ovi�er� ccr��3-<<r;�, b��se� or� p�c���� r�por�ting ��f �jass�ticittioal code� ar��l �ayrc�ll �,r��c�unts a�r�l #'i1ii�� txi' a��� cc�vc��a�� ag��esr��nls, u�F�ici� mcets t�tie s�a��tory requii•���ett[� ��' ��x�w €.tti�aor �od�, S�:c�tion 4E}I.1711 �44} or a11 ��p�v��;�,� r��' t13� �:ontraczor �rc�vldik�� �c:rvic�s c�.n th� �roj�ct, f�r lhe ti��•��tion ni' th�. �Tcrje�:�. �_ 1[_ 1,�: T��e �{>n��:�c;tor n����� ��rovidc a c�rt�.ticat� of cov�r.�g� [c� tlt� go�+e�nrrxenE:�i s�nti#y priar to b�in�; awarrJ�d �he ct�n��act. 1.1 I.I.�J Lt �Ei� co��ra��: perio� �howr� on the canlr��c:t�rr's ct�rre�� �u�•�if�cxle ���" �:ovcr���� cni�s �ufing �k�� �uralic3r� c�f tlyc pru,4cct, I:he c�}r�tr��cui� r��t��t, p3�ior to kh�; end of- tk�� cov�rage �eric��, €'ij�; t� ne� �.�r�ii`�c.��l� af cov�r��;� wi�h �.Fae g��ver��me�tt�� en�ity slxov�Er�� tl�at c���ra�e li;�s b�en ex��µn��d. 1. L � . ]..e "l'h� �:4�nEracG�r �hEt�l o�#aial �'�c�i�� ��cls p�:rso� �e�vidiug serv��e� on :� pr�j�c�, an+l provid�: tr� [hc �ov�rE���r�nt��a enti�y: {lj t� ce��EFic�,tc of cnver��c, ��ii�i• �o �F��<< ��:r��n �egir�nin� �vc�r� c}n tl�� prn�cc�, so t�t� �ovcrnmer�ia� �nt��y �il! k���� �}r� �ilc �:�ri�f��::�t�5s ot'covera�e �hc�wit�� covcrag�: for �11 �e�c�n� provi�iii� sefvic:�s or� t�e �rn,�ect; anc� {�) nq I�i�f #h�� sc.��en d�y� �fie�` �'�s:�i�t hy ti�e c�tyEr�c:lc�r. � t�c� c�rEi�c�i[� �� ccsv�rage *hc��vinb cxt�«si{�n ��f cov�rag�. i�' th�: c�v�.�:�g� �,c���i���� s�owr� c��� t1�e �:�tr��ci�� cerii�ic:at� ot` coverage encis d��r�r��; �h�: cl�i��a�io� «i �i�c� ���o�ec�_ 1.11,�1.� Z'he c�nira�:tc�r �ha�E r�tair� alk rer�t�ir�cf c��ti�ca�es �f cover��� for thc d�Ge�r�t�}n �f �he pr��je�:t ��s1 �'c�� �3n�: ye�u• �h�r�al�te�' I_ L 1.1.� "1"h� cc�ntrac�or sh�ll nOti��r til� �AveTT�rT��nttri en� i�y �n writin� h� certii�iecl ma�] or p�rs�r�al c�eliv�i�y. wiihin ien (1[7� r�.�y� �C��E• �13c co��trt�ctor kn.ew c�r s�Yc�u1�! h��v� knr�wn. uf an� c}��t�ge th��t �n:�terfa�l�+ �Ki'�ec�� �he �I'C�Vl5f4}fl DI� C'[}Vl:Cil�� ot ae�y �er�c�r� prc�vi{�lie�� s�rv�ces �� ti�c pro,Fect. �. l 1. �,li 'fhe co�ti����c�r �lYa1� �c�st c�n ea�h �ro�cc� si1� <r i���ti�:�:. ii� �hc �ext, i'neni JCIC� li1�FIf1�T pi��crEC��.d 1�y tl�c Tex�� W�r.ker'� �ar�ipcos�tivrr Co�nr�i��i��n, ii�i'�rn�.ir�� ali p�:rson� p�x�viiling �c:rvic�� ou the prr�je�:t �i�:�l [t�c}+ ar� �•cr�u3r�d �� b� cov�r�c�, a�d �tat�r�� ��ow {� p�rsan ma}� ve�•i�� cove�•a�e {rnd r�port 1�,�:k oFc�v�r���. l.l �, I.w TM�� c�>�1��ac�K�r s�1a11 r:c�r��r;�ctua���r rct���jre e�c:�� ��rso� with whom it cont�acts lc� �i�vid� �e.rvices c}� � �r��,�ec�,. ��: Addenc�um N�k. � ��ge 6 ��I' 13 �� y�rovi�� �:c�verage, �ased ��� p��r���� reportir�g an c��,ssjficak inn c�a�l�:� �i�d �avroll amo�an�� �nci �ilj�� of ar�y c��vera�e a�r��nicn��, which meets E.he strttt�iary te-cl��ire�n�ent� c�� Tc:xir� �;�hor �oc��, �e:cLiarr f�{ll.f}I 1(�} fur a�l o�` i�� eii��la�+ee� p�•��r�•ic�ing service� o� the prc�j��t, tor �h� ci�tratio�t �f th� p�ojec€; ��) provirle �� �I�� �:��t�r�ct�r. �ri��r to Cjl�lt j7L'ISOn be�inn�t�g �o��C ;�� ��tc �rc�j�:ct. ti cei•rEtic�te r}i' ��verag� �f�nwiag l��a� cov�ra�,� ic b�i�Yg proviciec! for �E] e�7tiployccs of t�� {}��`�o�t ��uviding serv�c�e� {�i� I.hc �r{���:cE, �'�r tk�e duratit�n oF Eh� ��•�j�c�; (3� �rc�vide t�e c{�nt.r��to��, pri4�r �o ihc e��ct �}� ck�� �:�xver.��;� p�:riod, �t ���r c�rtiEica[� �� cc�v����c ��lov��ii�� ex�e��sEon o�' c4kver�t��, �f' �f�e ��verK��e. pericx�i s��wn c�n �l�e cu�•r�tt� cerlilic:�te of ct�v�ra�� enc�� �14�r�n� lhe �lur�tt��� {31' �1t�. pro��c�; ��) obtain I'r�xm eac�i at���� �ers4�r� wi[h wl�r�«r i� �:onleac[s, �n{i prcxvi�c �o �h� C�r1t�'�1c;lor' {a) a c�rtit�c:at� of caver��;e, pri�r t4x �l�e oiher p�i•�tott b��;in�xr��; war�C on th� �rt���CE; and �l�} �► aYc:w ce�•[i�cal� of ccr�rer�r��: �iiow��g �xtensi��� o�' cov�ra��, Esriot to �he �nr� �f tfte covera�,e �e�•iod, if' ihe ccrverage �cri��d shr�wn ��e� �he cue��er�� ��rtifir.atc oF covefa��: �ad� duri r�g t�e duri�ti��t �s.i' �h� pr{r��c:t; (5} a�e��i� al! ��q��irc�l ce�•t�ticutes �f cov�rage iril ti�e �c+r �i��. d���•a�a��n cs� the prc�jcct ancE �or �r�e }����• ther�af��r. �#i} n�}tiCy t�1e ��}v�3•���ental e�t�i�y i�1 wia'in� lx}f c�r�i[ic��l rnail c�r p�rsoit€�I delivca�}+, wisE�iE� ten {�l3} i�;.�y� �fz�:r tlie per��}n l�ew c�r �I�o4tld h�vc kn�wn, oF �r��l c�ha�Yce �h:�t r�t��e�•iall}� ai'fecis Eh� �rc�vjsio�l o#' c�vei•age oi' a�}� per�c}n �G'c�vEilin� ���vic�:� oti tt�e }�r���c:t; �nr� (7� i:r�r�tra�:iu;tll}� ��c�yLr�rc e.�cl� p�i-�c�n wit1� whc�rr� it con[r.�c[�, �o �er#'t�rr�� ��s ��et�uir�i� h� ���ra� }rplxs � I � - (7�. wi�E� tlie �:���ifica��s ��f covera�� tx� bc prov��ec� Lo [hc person £�r v�+h�m �€�ey are providin�; ���rvices. l.�l.l.j F�}r �i�;nin� thi� �:on�e��l of p����vr�in� or c�,u�ing �o l�� pt�vi�ecl a ccrtiticate t��' cc�ver��c, �h� c�k3Ytractor �s re�xrc:s��t�ng �c� �E�� �c�►��r�r3�����Hl e��ity� tlias :al] �r����c�y�e� nF sl�c i:���3tr�clar wl�� wiil provi+�e �ervrces u� ���: prajc:c�� wil� 1�e cnv�red I�y �va��cer'� c;�Rrtp�;tts:�tic�n cove��gc f�r ll�� riurati��� oF �lte �r�ject, �Cra� [he �crver�xge wiIl be ba���k �xn �rr�per repo�rlin� o� c3���s�iic�ttio� cc�de� {�nd ����+r��lk �m��unt�, ar�ci lf��+� a�l cnve3'rxge a�reciztent� ��ill be fi�e�! u+it�i Eh� a���ropriat� i�r�urae��� c€u•r.icr c>r, i�� t�ie case of a��It it,surec�, wi�h tl�� ��k��riii��ic�n'� Divi�ioix c�i' �clf-�fr����r:�s���: T�e��;ulatic���. Prvv�clina �"til��: or r��isl�fxdin� intot�rr�atio� mt��l s��,j��t t�e conlr�c[or ta ��lininiwir:��ivc, �rimi��i. �ivi] ��tal�ie� c�r ot�ier c3vk1 ac�ions, lricfder�dum �Io. � ���� � of �3 << !.1 �.l ,k �'l�e con���:��:[c�r'� !'a�l�re �o coir�p� � vu tti� a�y o� thes� prc�visior�� i� �� hrc�:li oi' contra�t f,}� �he cixntr:�cror ci�e� iiot fcm�c�y t���; k�rea�ll v�ithi� ten cisys �i'cer rece��t c}f �Yotice �}�h�•�ach i'rom tlie gove�nmc��t�l entiE�. �.l !.`? '1'hc cor�#r��:to� ���+il p�sE ��ul,ice �n cacl� �ST��ject sii�: inf��r�nin� ull perso�s pr�viclwr�� service� on lhc pi��e�l titt�t �k��}� �xre rc:qu�t��� ��� be �:c�vc�ed, a��d. st:�tin� 1��rw :� per�o�r €��ay v��Ei'y curr�n� cov�fage ��d repo3�t failure to �roai�ic� co��erx��_ 'I'h�s r�o��ce does uot s�ta�i'y otlier pa�iir�� requirements irr��os�d �y �he "fe�t�� Wori�er"� �or�1�e��aEic�n �ct ur olhe� Tex�� VJc�r]c�r'� Com�e���a�ion �c�n�mi��ion r��les. "fhi� nc,ti::c r��u�� b� pri�t��l wit�� � title in ttt 1e�st'�{} ��oin� �c,��i t}���� an� �cxt i�� :kt lea.�� 19 p�ini �c�rrti�l �ype, �r�tl ���a11 b� ir� k�c�th L�ngEish :�til S}�antsl� �nd ar�� nti�ef 1�r��;��a�e �t�nunun �;�} tite wc�r�c�r p�p��k{lti��tt, '�'E�e t�x� f'or �h� ��o�i�e� shKt�l l�� tt�c �s�licxvaiiY� lext, �uitl7ou�� a��+ a�idil�c��al wvrcis �r ��tan��s: ..1�L:4,�UTRFD W'[3�i���R'S �C�NIPENS�Ti��! ����f��GL., -�-f3e lav,+ requ�r�s t�i�+� �:�cl� p��-s;�n wo�'ki�� n� tt�is siie t�r �ai'�vi�Jifl� s�rvic�s ��I�tted to t�tii� co�i��fu�:�i��n ���ujc�l� m��� bc co�e��cci by w��rk��" con��enwatian wn�������Yce, '1"hi� �itcl�i�e� ��rso�s pr��vwr�Er��;, �tia��lir�� c��' del�veriu� ec���i�m��t� or ���uL�ri�ls. or �r�v�cfin� i�bt+r or ��•�n��oi�taticar� s��• u�lier �ervic� rel�t�c! tu t1�e prc,j�c�, �•c�a.rdl�ss of [l�� iri�nt�iy of tk��ir em�lc�yc� �r sta4s.i� u* :�t� er�p��yec". C'a�l 117� `l'�x�s V1�orker'� �onip�n�ation Camn�issir��� a�t �1�-�4�i-3789 t� re�e�v� in�'c�fm��tiun nr� t��� i�.gt� re��uiretr�en� fr�r ca�+cra¢e�. �u verif'}� �vh�tlicr yo43r c�-nployer �a� pr�v�cle�1 �lYc rc€�k�ircd c��verage, ur to re�ort ��tt c��pic�yer's �`ailu� tu p�•�vic�e cuvc:ra��". 1..X� �1�x�-Lli�cri�n�n�t�on Thc conlr�c[i�r sEi�ili ��ot �liscriminrtxe �gain�t �E�� per�<m ,�r pers�}rt� b�ctiur;e �t scx, 1•:tcc.. reli�wcxaY� c���or. ��r ����ti+�n:�3 ���igir� and �hull �onip�y witlt the p�`ovisi�ns c�f �iey Ord�n�tttc� 7�78, as am��ci�;r� by [:3ty Ord�t�an�:c 74�;��(} (�ort �i�rlh �'i[y Cade S�cLic��s �:��-�l tlt�'u�gh 13l�-��}, �rt}iYi��itrng cliscrimir�akSofl xn ert�plc�ym�'Iy� pr{M�.t'lC�s. X.X� A�� I}isc�-kr�un:�tion �. I 3. I 3r� ��c�c,��ci�r�c� �vii.l� tlzc ��c�licy {"P+�ii�y"} c�f �h� �x�c���ivc ]3��nch of tk�s t`c���:eal �ovcrn�:e�i, �:����ract�xr c�vc�ar�l� [l�d! r��i��»� il nvr any ut� t�� �,I-fic�:rs, m�rryL'+�r�, ag��Y��+, 03' �Tllj]il3�+l��S. �4tifl �.ttgage in ��rf�orinin� [li�� co�lrac'E, ��tall. �n c:onn��:�iott wi�.l� th�: cmpl��yrrt�t,�. adv;�r�c�r�7unC or clisch�xr�� c�f cr�i}�lay�e� or in �:c}n�Y�ction with. the terms, co�dikr��s ar px-avil�:�c:s of �I�eir �:triployrrk�ri�, di�criminatc again�i p�.rs��r� bccutii�e ��f tl�cir �rge ��cccpt cm �hc.w �asi� «t' a bon�► x'i�le o�cup�,Eianrt� c���rti�itrcatic�n, �etir�:r�7�n[ pl:�n or sCaEutc�r}� �ct�uireR3��tt, I,13.� C�ntra�ct�r fu��th�r c:�v�itanl� ���a� i7eil���� it tti{�r �l� o���ce��s, m�:�lbers, a�ei�t�. c�r et�Ypl��y���, or pee�c�n �cti�r� on tY�eir �rei�{►�l', sha�lk �p�-cify, in ��lic3[i�ti���n� or �,dv�r�iscrr���t�s i`or �:nti�rl��yc�s to wc�r[� �>n tl�s �'c�r�u•act, a rtiaxi����r� a�� ��in�t fc3� ���� � �mpli�yr�r�nt tar���:ss �he s�ecifkr:d r�axi�r�,��n �ge l���i� i� �t�sed up{>i� � bona �'i�i� occupali{�nal y��lrfic::��ion, re�ir�.r�er�t plan c�r s�atutory re�uir�men�_ A�i�i+�nc��m No. 2 P:�ge S c►i' �3 l,13.3 C;ont�ac[i>r �vareant� i� �vtll t���ly co�t�z�ly wi�h �k�� Pc�licy �.nc� v�i1� d�C�nd. i�ic�er�r�if�+ and h��E�i CiE� �i�emk�*� ag�ir�sl rtt�y arrd al1 �l�ir�� or aljc��-.��i�ns as�er��d b}+ third �u•�f�� a��ir��k Ci�y �risi�� ot�t af �o�ttractor"� al���ed failur� tu c�rri�p1� wiliti t�t� ab��v�. eefer+�n�ed P{�lic�+ concern�ng �tge cIiscr��ir�atir}n in ��e �crforn�ance �rt khis Gon�rac;t. l.f� Discrirz,iryation �}+�e to Di��l�tlity ��t a�corci�r�ce ���iilt the �fc�visiu��s c�� �I��: �meric���.s with �Di�it�>�iiti�s Ac:t al 1���Q ("`,�.p�1"}, �c�ntracsor �v�uian[� ��a� it uv��� n��t unlav��#'tGll}� ilis�rirr�iriate �n ��e b�xsis of' cl�sul�ili[y stt tl�� �rc�v�sion oF serv�c�� to the ��:n�rai p��bGic. n4�r in �1�e av:aii;�k�ili��, tern�s �t�rcilc�� c�ncli lic�tti� t�t' ��ti�ls�}�n�eni C�r a�plica��� f'ar eni�loy�rici}t wi�l�, or ckarrent empl��yces �f �s�ttE�-��:tor, [�on�r�t�;tor �varran[� �t v�r�ll fu�ly cc���pl}� will7 �11)A's ��t•t��i�t«ns and ;�r�y aE€�er app�i�a��l� ted�ral sta�� �tt}� �acal laws c��n�:�r�iin� disat��ii[y �u�d wiiE defenc� in��:��r�ify �nd I��l+! �st�+ ha�•�ilew�: ��ain�l �ny c���ms or all�:��tioi� a��ur��d by �lrircj p�'�ies agui�st C:ity �ris�«� a��� c�f Con�e;�c1,c�r'� �lleg�d t`ai��n�� tc� cor�n}�I� w��h �hc �hvv�;-rcfeeenc�d Eaws c�}�c:cr�iing �iis�l�il��y ilis�rimin��io« ir� t�c �}�f�[�fi1l;.si1C� �f C11i5 �'.OillelCt, 1.15 W�rr�nty ��# �=ans�ru�:t��r� In acliliti�rr tu any ck�E��r w{u-ra��Eics sct c�u� �Ese�vhere i�� Ehi� ���r��r�t�t, �ki� C`onlr�c�r�r waR{lnts Iha� wor� p��tc�rm��l t�Eider �hEs con��:�c:� conl't�r�rrs to th� con�F�c[ res���i���nrcnts and is �r�ee o#- any d�fic� s�� e�luiprucril, ma��ri:�� «r ilcsigr� fufni����l, c�r workm�rnsE�ip �e�r�'orm��! l�� tt�e C'��ntr��tor c��• an�+ ot' hi� S�tbrans.r��c�c��s ar Su�,,��1 i�rs ;�� an}r ti�r. 4t�ch w�`anty �h�ll c�r�litti�� tor a�e�ri��ci oF ;7T1� ��..31' �!'�i1�i L�1� cltEt� of tl�e 1'rri:�f ��cc���i�r�c:e c�f �IY� u;�,rEc, �Ll� Vd1�Yk fe��ect to a�� �{t['� �}F tl��, w��ri� wluch vw'un'E��ky shul] c.onzi�ue for ��cri�rcl of osze ye:�r �i�u�zi [h� d{�xt�; �i�y o� �=c3rl �'Vor[h �akcs pns�c�sior�,� i��der kh�s vrarranty�, tt�e �;n�tr�ct{�r ���ll �eiz��;cly a� liis own �xp�n�L aE�}� s��cl� ��il�ir� Ir� ����F�mti �r :�r�y st�ci�� de�`ecc, �rY addit��n, the Cont��ctor �hal� reine�}� �� i�i� owr� exp�n��: �ny +�a���t�r�e ��� �IY�: Ci�y c�F Fc�r� Vl�t�rti� c�wn�r� or cor���c�ll�:d real u� E�ci:�c�nal property, �4�he�s Ef�at �E�rr����c �s �C�� r��tGlt of t�e C+�n�a'{r���r'� �-a.i���r� tu cc��yfor�m tc� �on�i�a�:� recluir�rr�e�ll� s�r ait�� �uci� dct'ett of eq�ai{��tent, rna�cri��1, V�+[ll`�lllil[]SI11�} or d�s3�r�. '����: ConGr;��.z4xr �hall �il�o resi��re an}+ work il�xm�g�d ir� f�.rllil�iiYg the lernts �3f ��ii� cla�xs�., '1'h� ��n[rack��'s w���ant}� �vi�h �`e��eci. kc� w4�rk �ep.lirc�i or r�pl�kced he��e���rcler w�11 ����r F{}� ���� y�<�r frc�ii� l�ti� +��tc: ol' �L�c:tY rc�a��- o�• ��ep] s��:ei°n�:r�l. Th� Cil� c�f' �'ort ��ail notify t�ie �o�tr{ictor Lrr wri��ng w'i[hin a reu�nnablr ti����: a#'ter cli��crv�ry �f an� Fa�aure, def�ct ur ���n�,g�. 51i�t�1�! �I�c �:c��tractor C�i] to rer�e�ly a�� failure, deF�c� or dar�l���;�: de��riFre:d ��r��v� wi��ui� {7 e����oiYr�blc� �'tni� ai'���• r�eceips c�l- iYotice Eher�af. ti�e �it}� oi.' Fort V�fv�t�� sh�ll hav� �lic ri�h� to re�1��c, ie�uir o�• osl�erwi�� r�meti}� �uch F�ilt�re, �ef�c� or �r�e��g� a� �h� �c�r�tractor'� cxp�nse, ja; a�iciatic�n lo �hc at�ier ri���ts and r�medi�� pec�viti�d by lhis ci�us+�. al] st��o-cc>r��ra�tar�', nt�nuf�hc;�ur��'�' ��t stit�r��i�;�'�' �vaa`ran�ie� e���'�sse� c�r implied, �►c�dendun� �l�. 2 P�t�e 9 �tf l� � respe�:�ing an� wor�C at��i m:�����iaJs sl��Il, at the ��.rcc[i�� of t�e �ity �F �or� V'+fo�lh. he er�Pnrce�� kr}� �on�rK�cEur i`or t��e be�tci'i� o� th� �ily oF �"or� �Voi•�h. [�� s�ach case, i� the �:orrlra�tor's w�rr�ly u���e� tiie t�i�c�v�: IYas e�pi.reci, �n� suil dir�:clec� hy� tlY�. �ilY �� Fart Wc,r�h to st�bc�n�ra�i,or�". iz�ani�f���x�aa-��:�' or s�p�l�erc' wa�rsiYt� �t�alf � at the cx�e�tse af �he City oF Fc�r� v�{�rth. Tkte �o�tf�xctnr �1��►11 ob��3r� a�1� w;y,�ra�ilic� v�hacil iMs� ��i�eoa�tractt�i'�, �;��Ki7ufaclt�r�rs, or �u��li�r� wouCd �iv� in nor��:�l �«rr���e��cia� �r{xc�ic�. +�i �.{M [f directed ��� Ghe En�inee�. tl�� �or�tractc�r sliall rc���ire any �such wsrr�ntt�s to b� �xecuied in w�`�tir�� ta Ef�e �`i�5+ ot .�r4�r� 1��fortli. i�otw�lhstar�d�n� arty c>I.���;a' prc5vi�i��3� u� tt�is c��use, ��nl��s �ur.h a�ief�r� is c�,u��.� hy Eh� n��lxg��ce ol' tl�e �o�[ra����� o� k�i� �ubcon�.�ac:to��s or s�pp���rs at tln� L��T, th� Cc3n[�':�ctor ����]! r�t�� b� �i��ble fc�r �he rG{��ia' o#' �y defe�i� u�` m�,l�rial or d�si�n iuri�ishec� h� t��e �ity c}f Furt 1�Vc�rt�� for �h� r��,air at ��y clama�,e w�iefn re�ttl�s t`��+}m any �4�cli def��:t ir� tttc C'iiy �F r�rt Wurth t'urr�istzcd ��r��teri�l c�r �c�i�- �l�.itlscr kE�� �inal cer#if'ic�te oF ���}�mens, fi�3� �if1�+ �]l'�Vi�I�IIi 3[1 C11� C,�IItiCI'�l:l I�liC;lCiT]l;ClfS, nc�r �3r�i�l �r c;n�i3•e cic:r;u�an�y ��t` tli� �r�.mi��s �y Ehe C�t� of' T'�jrt 1�4��r�f�, ���II con�kkEutc �tn �c:ce:�tan�:� �>f woric nc�� cE��le� in accc�rd�nct; watll �t�c C�rn�ra�t Dc�c�m�nts ar rt1��v�: the C���trac�«r c�f li�hzl�ty in ��cs�ec! �c� any �xpre�s w�rr�n�«s c�r res���sibil�ty tor F�oulty �naleri�ls ur wc��`�m�nshi�s, "T1z�. C�on�r�ctr�r shal! r�rn�dy an;� �i�f��ts in ikl�: w�rk �nd p�y f��r an� d{�ma�� �� t���ter w{r�l� r�;s��l�i��� the�•e€rc�r��, which �ha1� ���ear vrit��in a��rEocE nf ��n�: �c:Kr feorrM �ii� �3��c c�f I�iE�al acc:e��{r��c� n� t11� work. ''l'h� �it}� ot' ��r�rt 1�V��r�ir v��aG] givc not�c� c�[ csb�erved c2efect� ��it� r�ason�bl� �r����nc�ss. Pt-�T�c}���i Ys'�r�X�s f�ef���: �it�; Pr�>�us�kl F�rr��t incl�3r�ed !n ti�e 5�ecil�c�t�ions an� ���r��a-�ct Dac4«�cn�� i�� its entir.�l}��, aud repl�cc 3� w�th [I�� A��c���os�l fi{xrm Krt�uch�cl kYcrct�, n�arked "�:�ised 1{�l171�)2", Spec:ific ��vi�i<}r�s to th� �'r�p���t�� I'�cxrm �nc��Mi�e� SASE li�D a. Bick ft��i ?; b, Bi+i �terrk :�: �. �ic� ]tc:�� ��= d_ Bid �texzz �7: C'h�g� units froin ;��:�•es (�LC} to ]urn� �Lkm �i�5� CA�la�ig� CjLa�lnlil� �Y�f�k ��-S l0 i, C-�]i11i�1: Lllll�5 �C[flTl S�L!&l'� teel �SI�) �n �cres (AC'} C'�1�n�e qu��n�il,y fi-orrr �J�,�Q4 ic� G.75 C1t�n.�e �Itiits fr�rm r4�n� {TDlV) tc� :�c�tMa.r� y�rcJs (S1�'� �h�iage ��r�nti��+ �rvm ��� to ��#S� C'fnan�C C��SCii�ti{�� 1���}ill "f itile�, '�'Y�� H", �c� "�' r�raJ� in���" BiD AL'i'�RN:1�`�_l��>. 1 a. Bi�l tt��n'?: �1d��enrlum A1u. � �ii�n�� units feon� �ce�� {l+�C'� �c� lu��rp s�am {L��� �a�e �[� i}f 13 n C'ha��gc qu�nEil� tr{�rn �3.5 ��� � . �. B.E{i �L'�'El7 .�; C�l:i.E1�Q� l]i�4�5 �i'Cli[1 4�.]UiY!'C f��l {SF) i0 a�l:]`t'.S �A�� Cl��n�c �uan�ity !`ro�tti l�� 1.3�{l to �,7 c, Dit! [tem ?9: �h�n�,� ur�il� i�rom lt}ns (`S'�1N} �o squar� �r�rds {�`�? C'��rn�c: qu:�3lil�� i-rc�r�t 7�� l�� C�,6�9 13�I� AL`I`�fR�YA'f f, i�l�r. � I��'�iA �I,tn#F�trt��a��tion I��r�� �. Ad+� �id All�rn�tc l�lcx. 2, cc�nsi�ling ��i` on� �l) L�icl i���� for �orrstr�icticrn ot` Tc�np�r�ry �anstr�ctian �lcc��� R��c� {�AA non-parti����aki�r� �t�m�. �+� r�'����fi��1� �PF��I'i�r��'I(��1� 3.] �ptµci�icaEick�t �ertiore i1�753 — �u�t�rolle� I,nw �trc��;tfi [4'[s�#.eri�l (����1'�} , l�cfc! th� a�kach�d specii`icat�n� �ec�iar� �127�-i — C�'t��itrs�lfed Luw 5�r�r�g�h ��ateri�l {C:IsSNT}. �.� ��re�i���ttic�r� 4�cti�E�t U-7l�! � Pipe t'„�• Sk��rrr� L�r:�i�� {�nc� C��ve�ts ,�►i�d t�te fi���<}v�+i.rrg 1.ck �!�«�� i f�ct�4�ur�s �C�ee� I�-7�i [����D-1: ltenti 7{ll-3.� — JO.i1�ifC�C', P�YE. ,Ic�in�� sh;�Cl E,e �����cie �vith eubl�r gasEse�s, �.� ��7iC�F1C'i7�11}!l �kCl��ll]lL I�' ��X � C�I�i3C1f1� r'j�lC.I C��'E1�1IJl�l�? ivl��il-v N1�rcl�f`�c�xtEuii Sltiee� P-i5! M��]• L as ft�li4�w�: , F�{�yr�Y�:�tit wil� �� m�de t�ncEe�• itenl P-151�.� Cl�t�ring :3n.d �rubbin�— lunip �w��. �.{l 4.� 4.� 4.3 �.� 4.S �un�tr��:tio� ])ra►�Fin�� �l�e�t (�N-f�? �e�rl�c� Sh�c� (��1-Q2 with re�isc� sk�e�t ��V-C�? �tttt�r�lY�d her�ta, St��ei 11Dl) �,f�] --'1'ypi��l *,ecli+}� �[ 'lern�x�}r��ry� �'�►nslructinn Acc�}ss l�oad r�1dd �l���t �U �.0� ��«che� herc��o, ���e�i A1}I) �.i�� —'1'�P���I �eciclir�g �red liack�li ilei��i�s Aa��� ��i��l r�►D��_0? �tt:k�heci €i�;r�t�, �tand:4CfI Dl'i1W�17�; �05. 6�1if�11�,, f��l llli3 —���sr�tywale�` I�'�anh��le� Add ������ar�G Dr���tr�� Nus. �a�]10�1. 6�iC1L� �Et;�ci�e� h���:to. �t�nd#�r�l Da'�v��in� �I+�. �[i�i) � U�•op fnte� Adc� ��<rndt�rcl Dr���vio�� I�€�. 6(��L{1 �UE«�tretl h���:ta. � A,dd�nd�irn N+E. � P�tge il +x�` �3 � i � �.� �i�rifi���ions r�t�� �c�sponscis �o {��c�li�m� �'�'c�In FSidd�rs � �.l StarEn 1+V�ter Inlets �torrn water ir�l��s v�itttii� paved :Mr��� sl�all be Typ�: B_ St�rrr� v��iEtcr ifllet� a�ljacc�� to '� A�xi�.it�ry Runwav IC�F�13��. st�a�l be `�'}��e A, ��EoFrn vkr��L�r inle� �t icriruna] �{�in[ ui s�+�rm drain irun�c l�r�c (S�a, 12�+2?) s�iall b� �" s�ttarc circ�p inlet �fl a�c�}r�a�tc� wiih ��andard 1��:�wing 1*�c�, �iEl�{l. �.� {�ont�•��i��y� {�t�ulkly �'��n�.r�rx� �rn�rarn �on��c�«r sli:�il pre��r�: n�ualit�r c��nErc�� p�ogra�z ��t �ac:c��rd��1c� wit1� �ecti���� lE7f} uf iltit FA� ��n���al ����vi�tvn�:�nd pertorm �l�c �tr�lity �c}n[rol tc�kin� ��cqklt�er� ���ci�r t3re �pcc:if���t�or�s, �1�ccptance t���i�ti� ��1t�i1 I�e ����•�orr�ied !�v tlt� �urn�r's re�re�e�,c:��iv� 3f14� �7311� b� E��e OVk+nCC, �.3 E�gi�t�ei�'s Ti�ld {)t'tice �n �cc:4�rrJ���c� �vitlz Scclior� F�C1 c�i- lli� t�.�r� �eite��a� �riwvisi�kiis. (='c�rtrac��r sh:�l1 providt� fiel.d ofFice f�c�lkl�e� t`or tfn� C)vuner's ���r���:�t�a[ivc cc��r��stia�. �� i� Illllll117k]iTJ, cxf �t1c Fc�Jl��win�; S' x lf}' r�orrt {,ap�r{�xi�nate�, wi[h I���hts, hc�tklA�`, �epara�� [���p�iar�� Irnr�. ��lc�llo��e, cEesk �ind c�l�ir, l�yo��l !al>��, iwrs ��} �.h:�i��. 4 c�ra�uer fike cai�j�ct, '�'�.� Er��ir�cur's ficld at'���e r��:�� not be �����ri�te �rail�r, Yr�a� n�;�y �xc � sep���tc ���om wi���irs the c��Yt��a�i�r's fiul�i c�i-t�cu, �kl r�ti�: �on�eacl�xr's opzinn. Provi4i��r� r�!' zl�e �.�3�,;incur'� tie��� ��ff�ce is nra[ � se�ar�it� ��y iLc��i�, a{tid �I7c�uld be c��nsii��rcc� in�iden��l �c, �he prn�cck. �.c3 ���nsL�•�c�ion �urr�ey�r��; �'o�ytracto�' w��l1 ���vi�l� �11 �;oi���ruction su�•v�yir��_ (�wt�er h.�.� est��slishec! fYor�iz,nn�<s1 anc� v�rtica! s��-v�y cor�trc�l pui�tits �ks sk�ov�r�r oi� �hee� S�f-��I. �isrc�tu•� a��y rcfer�.nces ic� cc�nstr��ll��n �it�ciug by �w���r ae �n�inee�-o+�c�a3•ring i� zhe ��e���i��tit�r��. 5.5 I,i'osEo� �{�r�trol at. F�c�ss �xc�v�#ic�r� titocicpi�c+ Are� rls �n�i�:r�t�cl on �l�e�� GIV-{l�, #he �oiitracLOC sh�1� �rovi�e �eosion cc�ntroj �tt kl�e �oi� s��c�:pile �r��. C:�s� f��r �rowic�n �c�r�E�af at ll�e ��c��:k�ile r�r�� s��a11 hre c�n�i�#����1 incicic�i#��1 ��� �i�� cxcav�tic�n �:�y i[enn, �.fi �is�a��l oY �?crnc�l��ited. �o�crc;t� �nd :�s�l��lf Pavei��enE Dentioii�hcd cc�nc�ele pavemer�t ur�il iK�p�a€l �avc�n�rtt may l�e di�p+,k��i c��' �� zl�ie exccss excavirtiE�n ��c}�:k��ilc xre�►, 5.� PE'O11.��1l�it UF Flnc*S �� ��1'LI �f.C�CC{�1�C �'�i'C� Cat�trac�c�r sh�klC �rc>vi�e �em�st���t�r}r �itte� in �x��tin� �'encing as rey��i�•�d �k li�e soil 5[OCk�ll� dC�zi. C�kx[�R �I��II �� f�mUVCC� �Il� f�ilc:cti restored i� a co�c3ilic�r� ec�e�al io ar hct€cr tE�an �xis€ing ct�n�ii�io��� a� khe c�n�lu��t�n of cor�lrac«r's �tc�'tv����s a� ll�e cli����al �i�e, �.8 ��cc��rat�on i'u�• �torni �i��tcr i�ete�ttion f3��in A,a�iertdui�i I�I��. � Yag� i? �xi' 13 � Gx�:4�+�lic�n �or ��e starr�� 4�+��.r d�:��r�tiou ba�in �s i��l�id�c4 ir�, �n� wijl k�e �aicl ��nd�r �iA�E BL�7 Ilem 9— Unc�as�it'��c� Exc€�v�,�ic�s�. �.�1 De�nli[ion �r�' �xisling l�cx�clw�v Pavem�nl �emt�3ilit�n of` thc cxi�tin� roadwa}� ��aving a� ,lrtcrwrr or� �f���t �3�1�1��C}I i� i�clucie�l ir� arti� wii! be ����ti u�tcl�:r H�SL E3[D il�m �— Can�rele Paver�ien� ��r��irv�tl, Detr�olition of xi�� e;xistir�� ro;ktiEw;�� �av�n� tts �hown an 5f��:c.� l]M-�)2� �s En�l��der� i� ancl w31! he p�i� t��a�er BID �LTL�ZN�►T� �10. i Itcn� 4 T�.o�t�r�t� P�v��ne�t L�cmovKtl, '1'�� �:x�stiF�� ra���v�y i� b�li�:vcc! to i�e #�" cf�ic�c. �.1(� i��nuxlrtio� u€ �;�itit�irig Asp13t��t SF�o�E€��r D�rnoletion of Ih�: cx�s��ng �sphr�lt ct�nc:��:�e s�ouicler ��,�ri�i�; �s �!u>w�t ��t� 51Ycc�'D[�1-fii �s i�1cl���c:c� iii ��nr� will l�e p�iil un{i�r �ASE BLL) It�m 5—�spt�c'i�� �I�i]L1�L�LC ��[TIOVnI, �3emc�13ti��n ��- �h� ex�s4in� �sph�l� sl�aulcl�a- :�� shcrwn ��n �����:t D�,r1-[l? i� in�l��lei� iiti �nd ��frll b� �ai�J u�dc�• B� ,�L.'fLR�1r1'.!-�L .�la. I. .f�err� S � A��+hail�. �tio�t�der [�emc�v�l. �kic: �x�stit�� �hc�t�Edc�r p�ving is k+�Eiev�d t4� bc 4" khic�C. �11 r�ll�er �a�ovi�itar�s at' Glx� }�l��s, �cri�r��l c��tr�c:� ducunier�ts �Yd spe�i�ca�ia,�s fo� tliis prtoj�c[, wt�ich are n�� �xpi���ly a�n�ncl�;�l E�er�.�n. �1��,1� �'�m�it� in i.'c�ri:e. f� Si�n�[� �'{}�'I�" tl� �Ell��'. �c�[�f�l��4i111 C�{). ��G7�U�(.� Flt: l�kClllC��C� Sfl CS'i� 5�el��'s� L�IC.� l;l1V�.���� i1L t�kt'. �inie ui' bitl �L1�7]lliii�l. �'ailurc �o ncicnowl��i�e �I�c ��eceip� ��� �his Aci�i�rs�lun� ��, '� cc�u��i �a4�se ll�e ���b�uc� t�ic�cfer �c� l�e c�i�s�€l�rec� '�OI�-f�ti��l�1���.fi�v". RE��Tf..T1'�C� f.�l D�S [� L! AL i:Fl C:A� �Ol�. r�►{�dendwr� ?Vu. �. Ra��ip� �►cknowle�l�ecl; I3v: C:ckztYp�€�y; ,4�i�trr�ss: C'il�l.S k�t[�{�ip: Tel�p]Zc�R�� Nc�_ x�aakS\Lw4� ��� �-%�' �� ���.�¢ ' =1�'�xy �,� �� � ��' � 1 r "y ���. 'ii { . � +,., ,���kY �__� r�Eri��iN�..,.} ��{�'���„��,�7;i1� .., :;.,r� *�J � { �'•, — ''i;�•'' ``` � ;:^ tir w. #+a �����•�:'; :�.�'�'��;;.i`�`�a #��Xk�x�.�'f�`. ��;�y ! ��/ ��� � Acldend��� l�i«. 2 A, Dou�ln� f�t�cicrt�akcr 1�ir�c�ur, �e�p�, {�' Err�ine�rin ,� A}�}�rc}v�d' Rit;� '�'�'i�: , P. . Il��u���r, �-'t}n4LGl�.I€�� �er���c�� Pa�;e �3 oF 13 `�'�:I��PC�I��i�'� �[�i�l�,'�'RiJ�3'�{�� ���S�N�1�fT Pk{=I�����+��I'I' �rr��1��: a� ����s � � �:���r��� �� �r��rt�x���r � ��ri�'I`emp��rar}' ��}��Er��cEion Ca�e�cril A�reement {Ehi� "f��;r�:�;�nenl"'} a; ��t�r�:d �n�a �� c�f IFi� d��r n€` �- - . 2{)C1?, a���w�c�i �I�. I��m*st�t�ent, L.P.. .� T�x�s linii���� �a�[r��;fstti� �"C'rrar�t�r")� ar�� � . .� _ (''Grt�y�ee"), S"o�• anci in ����sid�:ratio� of ��.{l� �uYd orher g�xxci ttnc! v��l��abl� c�r���d�:r�z.ion, #he ��c�ip� and ���1'I'i�:i�nc}� oi' wl}�c�i �kre 1��:i•cby ack.�r{rw1��i�;ed, and i�r c��z�siri��rati��Y �t' El�e c��ve�an�� c:c�nlain�:ci t��:i�'itt, G�•antcrr :��+� �raiYt�e ��ee as �oilaws: I, Su�+j�c� �� �f��. #erni� c�.l` �t�is A��een��e�t. Gr�u���r ���rel�y �;r�nts anc� cc�nv��rs [o ��runiee � c�mP��r:��y e�*err��r�� {���� "`1`c���3�ar�r ��sct�teril�"} :s�rc��s �f�� ��rn�e��+ d��crib�ck Gr� fr.xh4bi� "!�" �k���x�11ed l��i����� {tli� ""4'emr�s}r��v �as�m�ni Prc�ia�.rt�„}, 'I'hi� �r�tnt is s���ec� Ec� al] tt�{r�t�rs of' ��ecarrl ;��'�'ec�ir�� I.C�e '�'��pur�,�y E��,semeni Prt���r�}�. �, The '�'em�rc�rt�r}+ Lt'15��l1�]-lt ��i:li1 �CYI}� �� US�C� F�S� l�ii}5C �JLiI�?41tii:S 11E'C�S��1'�+ �O Fldll�. pEacc, stocicpilc, an�l m��En�ai�� c�e;�n fil� ii�rt, `� �r�i�EO[ I�S['rVf^S �fCC� f�t�1�T�S �h� i'Cgh# t0 ���lrli ��i��.� i'�g�3E5 ,mc� e���:�n�:G��� acrc�sx, ��v�r c�r �.�t�d�.� t��� 'I"em��ora��v �a���i�n�Fro��.rt�,_#o ��«i� ca[���;r ��rso�5 :.14 � E'ikI�IO!' C��,�CTIti pr �per, �r�vwde{l �u �f� ��Jzer ��a��l • �icr ��x� u«r�.� �on�i� y �nt�;rferc�irt�r 1 I�e ►��{ of zi�e 'I"em �,r�r� ��se i�en� k}y G�-ait ec t��r tl��c �t�i��>��se� for��r l�e.�eitY_ � 5 �' � }� I� {- '��ie �i�'��s__��or�,�C�►seixi��t ' r��l�ssi�n��le bY �ir��C�w�tl�o�rt � �r-�a�' wzik#�n �����nt c+f �ru��tor, ---- 5, �ir�,ntor r��ay �tsc: tin� ~I'�fTl��l'{kE'� �:iS�111C11� �'rc��ktxr�v for ��ny attcl �ll p��r�c��c� �vhi�h do r�ot ��r���onah�}� i���,er.Ce� wi�E� «�• preve�� �E�e r�s�: by �;�an�ce of ��tie '�`�mp�raiy E:�scrr�cu� Yroperty Fc�r tl�c }��xrp+��e ;c� fur�h I7e�ein. fi. Th� gran� c�f thc 'Tem�«raty E�ser�ne�r! sFr�tll s�Etc��rYt���ca.11y �erm�natc �� llx� ear�i�r �f t�1C ���t7���L1�17 O� cUnSEI'�Ctj�n O�' O[1C �l1,ITiCIfe(� ���i1�}� ( 1SO} LI{�ys al't�f �li� d�t� her�c�i�, 7, �;�•�nt�e �}tall �ot ��:��e ari}� �I.seratkc�n�, ��iditin�7s, or ir�i�r�-���3��eflts ta [h� Pr�perly �vit�ti���it C�r�t�taf� p�in� �vri�t�� cc�n�en�, �:�hicl� m�}� hc witlihc:ld in Griutitor's sole �r�d absolt�ke c�iscrekic�n, �ran[e�: sliaJl �+� all �inxe� �:{���{��y wt�l� all ap�licab�e laws, r�l�s, ��nci or�i�iar�c�s c�� {�nV ��►��rnEt��uLE�f ���c€rcy [Si' &LC[�l(71'JLj�, C'rl'17CbECC s�xall �t�,}� wi�t�ii� st�e lir�i�s ot' tl�e Ten��nr�tr� E'd,k'C:iTll;ili �r�perty. lV�� �resp���ing, ii�gr�s�� �r' ���'�:ss �� allc�wec� c�n �lYe �ad.�a�:�r�t pr��erty, C'rrar�[ee �haEl e�l�r thc Pr�3�re��}� �s�Yl}+ ��� lc��:��i�a�3s pr��v��1�d hy C'rrKrntor. �ar.�r�#�x�` slY.r�l be n��tifi�d �k le�s� �8 t�ou��s {tw� b���En�4s d�}'�) �ri��r zo �:tt[�rir�� lh� ��'t�l��oer�� F��c'e�t�'n� F'rirE�erLy, �,Yd �',ranic��•'s re�j�escr�t�ttive st�a1� b� pre�c��rt wl�en Cifara�ee e-n���•� �IYe Pri}p�;rty, '1'�e T�:,r�E�or�ry ��s�t�icnt ��op�rly, a�r] tn�: �c�ja�ent �r��erki�s, tire curr�,�t�y ��ein� tt�e�i fc3r ag�•�c�il����'al o��efalic�r�� ��nc� m�}' be iu �:u]tEvaEion ��cllOr r��j� �it�ve i.�vests��k rE1i�r�ing i�t t�le ar�a. 'i'�:rr��rur:�•� t'e��c� und �;atc� �ha�l be �.uns�r�Gctec3 €{7 �rantar's s�e��#ica[ic�n� a��d ��+ilk kre r��u���cl {al��n�: tltc: I�c�u��ci�rric�s i�l- [l�� `�'�ii7�(�l'�11'�' L"�S�nY�Pk[ Pl'��}�1'l� ta �r�ev�r�z livesto�k Fa-{�m e�tter�n� u�,c��t �1�� TClll�}OCiIC�+ "L''�ti�ffl��# F�!'O�]t�]'[�+, #�l� �►��l;S Sj1PIl I7E Ii�.�7t C�l]��� el�. a�l 1.3�IT�4. L�O �ll.lil�jfl�*, ti�hirtg or c�[lticr i�cc��at���n:�� ackil+iEics are ��IEc�wcd :�� w�ny 1.�rr��_ I'a�e l '�'em�x��r�ry C:��nwtructic��i �r.�sc�nc�3t A�r��.m�nR �kao!lice a-� i l h►tis � �. ��an�e� shal�. �l 13i} G{]S� Qf �}C�3Cii5� E� G1'�[[3l`. �rtxr�i}�tiy r���.ir a«y dansa�c to a��y ire��rrc}v��en[s t�e� [he T�r€a�����t�`y F,��en�ent I'r�per�y �u�cl surrc�un�€iii� prt�p�rt.� �uxi r�:slor� �hc surf�M+�e (iiac�ucl�ng, bu[ �E��� li��Yi[�cl l«, c�e ee�rrt�v��l �F rac�ks, �h�� r���lac�.men! ol` �upsuil �a a ��inir���sx� �iep�h �il' six inc���.� �C�"}, tlxe �es�e+�i�� a�d �.st�thlisl�ti��n� o� r�ittura� gra�ses, and lhe rep��r�-, e�con�c�'�ictiun, txr repl{t�;er�t�nc c�f f�r��:��} af tL�� '�'e�m�u�����+ Lt�.��n1�€�� Pra�e�ty :tu� ��Grrc�tiindie� ;�arupe�Ly k�� �1�� s�rt�� cc�r�ciitrt�n ��� <x� �h� �a�e of r1ti�s 7'em�ort�ry �a�emert�, l:�o�r tE�� ��x�xiriEtE�m s}r �crfni�zr�ior� c��` �l�i� 'I'etn�orary Ea�er��e��t, the k�rapei�ty sFia�l k�e lelt an a n�{�i. cl�a� ��rJ s����E�ry corr�izi�>ri, free o� t'kJ� ii'.`IS11, iiztea•, �a�haa�. fe.F��e �r�d c�eh�•i*. �. Priar to any ucuvity ar� lt�e �r�iII��01'�i'�+ E��t�l7'ker]t Pr�S��rE�. ��a�xtor s�r�Cl r�.vic�v l�C�e p�:te�s �o� aclivilie� o� any p�]�iion r�i' 4C�e'feni�orary �a�e�t�cnl Prr��crty i�c�ttifk�d i�y Gr�nl<}�' ae�c� C'r�-f�r�[�� :�s �����h �1�e Arr:a (;�� t�er�i��ftee ��e�'iued). A"Hi�,li Use l�r�:�" inrl�id�:s ai�y ��r�:� �]I' lElt'. �'�17��E>�f��l`� G:.ItiL[]tClil PC'{}��CE�f 115Ci� fO1` �i��11�3t]�fll Si{1l'�i��, 1����cl�ir�� p1�Kni�, rt�rttcl�, pt�rJcin� �o�s t��tti ai1� o�.hc� acti��iky [1��t ��rt�Ed �•c�s��ial�ly I��x �:x�recked I�� k�v�>i�+e �h�: ��ac:c�m�t�c c�r cl�sc�h��.rge t��� �cs�ei�n ����icr��ls ��e� lE�� ��'empr}t:rry La���t��n� P1�s�p�rL�. 11p��« EEic tM���t�donm�nt o� :,n� H�gh [1�e ,�a'ea�. Gra�,��e �}r:,�l cl��n �uc�a �►�uncicrned r�r�.t� �� the s�fiis�l;xct��.� �f �rantne �.i�c'I�«l�Tt�� 5�c}� [e��.i€��; t�� Gr�Etlur �f��l �'�:yt��wR}, Y�1ien �}�'.��to�- i� �aki��ei! will� ��ic�t tic�r�-u�, tii� tapso�l shall E�c r���accd �n ���e clearrcd ar�;as to a unifc�r�rt �feJ�t� �>f �t �east six ijicY�cs, �«�i n�l,�aral gra�s�s �1�a�i b� re-ex��ialish��i. 1{l, The (�t•an���: S��#ill fl�l 4�SC L�1C T+�t13�SOF81'�r E�1��n�cnL F�Y[]�a�i'E�', or pct�i�7it �s� ol ���� '�`tnapc�a•�Mry L;�s�m�€�E I'rc}per�y �y a�y c�ther 4�erso�, �� �t �z�:�nr�c�• wliic,h via�ak�* �ny 1��4r or ��:���1����c�r�, I;7ay 13� Cle�i�k�;cl'C���. c��' CO��i1LtlL�.� ;r �uE,lic or �ri�aie nuis�K�€e, "i'he C�ran�e� �h�11 not, au�! sE��ll ��c�t _�err��id_��iy oi` its r.�tlplovice�, ���:���cs, c«ntr��aa�, SLIF}i:l7flLEi�CLC1E'ti, 54! )]�_C_�ICI'S, ��r 3r��i���� ��c}, 1���:�iie. �T£'•flCii3,��. 111�I1L1�rLL:ELIC�, �se or dis�ns� nt� o� �b�a�G� IEYc �'cn�por��ry �.;��se�3en� �'r+���e��t} ar� �� ck emi��r�. �o�l������c. ����� crr c��]xer� �«l��t�nce rlia� i.- �1ie ���h�e�.:r. t�f •�� G�� c}f rc.g�€��ticF�r i�'c�•��ai��i��� to �� ili�i� �1�F�III.��r .�'�I��G'I.]� 1�'{]LL",�'I1{} �[}3' �'C}CG�L'�1'�clLi��n f,C tl�,: ctYv�ai�roc'�t or f�g��€:��ic�n +�t l��azaeci�u� �i�h��;lr�c��. "��;��r}�v� � Stabst�r�c � rt��:tit�c a��y .�ncl all pa€l��{�nt�, nxic ���h�tan�e�.c�r �i{t _arc�ou� rtc�i{kl�, ��r��Ear]c.�s {. r waste inc1�3din '�a4 �r�� limite�l Ec�, el�`«I s���, , �, D c��de �il. i�r� � � �"rac���Y�����ot. l�t '��r{�t��a�=i ��;c�c� ��ith E�eli��e � ��������.7,t'lE'�t31��--�L1I]SiyiICCS �a�ty l��ve 1��en ocftted, g�nc�atec�, m�n��l�acCur�;i, ���ed, or dis}�os�d af an or �-�bout th�. T'en��rnr���+ $���tn��� Pi-��r�rly b'y th� �rar�t�~e o� at�v ��i' iE� �..�i�i��ye��, ag�n�s, �c���iLra�.u�r�. �u1�ct��t�r��tor�, s�t�plic�•s, or ittiviL��+�. ��:sn�oL� may havc �:i�vii�otY�iser�Lal stuclics �f tlic T�;mporar�+ L';aseniei�# �'r�>�rer��+ con�iu���d �s it c1�e�� sp���'s�pei�i�. �r�d [f�e [ir�nt�e shall he re-_��c�r�sihle fc�F ll�� ���� tl��.r�af, 1.��_ G�•anln� r�serv�� �he ri�13t, t4! �Ifi}' #iR7� ��d �'f�o��t C�rrte �o �ini� �i�d �,s Gr�ant�,r's exp�:ns�., �c� ��.����;�te IE�� Tc�r�����ra�� LSS�;f�lt�riL pr4�vid�cl ���cl� ��E�}c��t�4�n do�:s r�c�� ir�tcrfer� kaiirc�aso�����y �vi�l7 cc��Ystrk�ctio�� ���' ����clu��T���Lkrtc� �v:�t�i• Lin� fa�i�iue�, �?. '1"he �r�,rtFec sh�.11 ir�d����nif� a�c� I���ld C_art�ninr a�ct any s�f �r��n�c�r'� �.nti}�J�7ye�� agents �r r�prc�s�n€a[�ves, h.�rmle�s F'rorn any d��ri��e ��r l�t��riltt� r��ulti.n� di3�e�:t�y or �r�dir�c��y t'r��r�n tC�� Cart�nte�'s ���e s�t lhe "femrp�rary E��errkent. ir��i��dit�� any costs oF an�+ remova�, r�rz�ed�rtkE acti��n. rt�p��ns� c�r �:€��r��t��a uf i�:��:�rdous SubstrEn�es m��ie in T�spo�s� �<x an�r �isc, �erteratic�n, inaii��l`�c�ui�, �isp�s:il, �c��t�se, �ii��cat�ited relc��sc ot� spill ui" a I-i�a�•dous ��L�s[�tncc b}� the �'�rar�t�e lJi` �i11}' u� i�� e�tplc�yee�, ��en��, c���[i��c��rs, .��bcantraeCae�. sup{�li��� c�r invitee�. �"ar��l�e �l�:al! �a�kse any u�er of �l7�. T�:rnpor�-y ��serr�en[ �c� ��c�emnily :�r��i I�c�ld k�;�r��ics� ��`an[or an�E Gr�n��Mr'� cny�l��y��s, t��ci���� niii! r�epresc�nti�trv�� ir� ac:ccxr�iiwr�c� wi#I� �he �rec��lir�g s�n��:nc:�. I�. C�rar�t�c s�tr�7! c�use �ny usef c�� the '�'�t��orar� Cas��z�ei�[ �n cle:xn ��tMFs�i� ri�hts-o�- way �ts�r� hy Cii�ntee irt ctx�n�:��i4�n wi�i� uncier�r�4���i wateF lii7e fa�iiiC��s �t� re��sa�{wh�y n�ce�,�;�ry k����e� <}n �uc�h ����'s �c[ivi�ies, C'tE���rr�cc �f�al] a-e�c�v� lrash t'rom tf�e Tem���F:��+ EiktiCTTl4'�7� Pro�er�� anrJ th� ri�h��-c�f`-wa� des��E�c� in th� pre�ce�iing ��n[�nc� �n � d�ily k�asis. 1'u�� 2 Temportiry CE��i�truuliu� L�se1�l�:it1 r��r���n�o�i G'b�:if«:c�-ailJmsf l�. Cr.�n��e sha�E r�al bury �ny [ra�h of wa��� mr�i���r�� c�f �y Ecir�c� c�n th� T�r���c���ay Fa���en� F'z-c��r��1.y. 1�_ r�l] n€�Lk��:s r�:c��i�e�! n1' ��:rmilte��! her�b� �h�ll k��: in u�si�ir�� a�Y+� kxc�:ot�� ei`�cc�ive ���e� hcG��, �i��4,�it�5c1 i�t ll�e [.J,S, mail, �:�.rtified c,r regi�tere� �i�h a��rc}pri��� �c����gc pre�,�ic� c�r, if �l�.liv�E�ed hy s{a�n�: ��t1ti�r m�r�n�r, �rl�e� a�tual�y rec:eiu�;d. 1�olic�s to �hc p:�rtics �Yr:�l1 i��� r�il�rc�sed �ts I�i�lluw�: '�'o C�rafltor: ALL Li�rc�t��i�t��, L.P, �3b{}0 �ier'ttage �nr�Cwix}�. S��iEe '?t�� F�rt 1�V�rth, '1'X 7C � 77 A�ln: [� i�u��ell Lau�l7lir� Tc� Gr��ntae; �ene� Ri�� [c� ti�e a p{►n.y m��y des���{xle ;� new ��dclre�� �or [f�c� �ut�txs�s� oi` rc:�.civi�s� r�c��i�.c� ht���c.un�er I�� �iv���; not��� of �ts r�c�w ucf�rc:�� tc� ���c c�t�r�r p���ty i« tl�e ni��nnee provide�i ak��ve, 17. Th� ��iligatic}ns o#" �r�uit�� s�[ fc�rtlt he�ein ��a�l s�i��viv� an}� ternlint�tion ot" this �gree;�rY�r�t- T[} H,�VT: A�1D sT{) �i[]�.I.� iEt� al�av�-�l�.�c�il��;ci }�r�t�Y'Sc:�, tob�.fl�er �vi�h :�I1 ar�d Sll]�411tu• tl�t��r:;�l�C� �l�ll� �t���'L�.�3:i17CC�5 l��C�t�� li �ill�fW 14C�l1��l1� 11I�tC7 �i]'�Rit'. `, 11���tlC.[;l:��i7f� {x�c� pe�-r�ni�.aecl ���ibi�s, f�v� r, Gr:�r� ���-x�i�'�.,� �e�eEiy 1�in i��3F. i s successor� �assi�i�s, �a wt�rr���� �I�i�l �'c�i-�ver cie �=`rtd;�il :in[j , En�ii}�r. �Y� �i�iri �are2�7is�s, s �����:ct ta t�ll rn�M[[e � now �F r�:�ord tf`f4.c�[in���icl �r=�L3]��,SY tittit�r �rr�t�r�Lc,�r�su�ccs�o�s a�d ��rrn���c�� as�iun�,-��,f�n.�� �:�rer}r �er.��}n avh�rr���ever i�u���'��]€}� cl{tirning t}� �cx claim �I�e same �rr �r�y per� tltercof, by, Efrrora7t� or ��tcl�r G�`�ntor, I�u� �sc�l c�tht*rv�risc;, r7��I:U'�'E�} to be effe�.�ivc as c,x' [he d�le ��r�� wr��te� ��s�v�:, A�II., Investm�n[, L.Y„ a'I'exas Iim�t�J }�artn�r�iYip fiy: ��iiilk���43�1 (�j�er:�Rir��, I.._P., � T�x��s Irrt�ite�� ���rtiiers�tip. i�s ��rtert�l p�•t��er �3y: �Liltw�,o�i Dev�.k��rn�nl C;�x�c�3•��ic�n, � T�xa� c�r�ac��:�ti��tY, its gc:ncr�E�l �:�rinc:r By; — — L. Russ�l] Luugh�in, �ice �1�sider�� �'�gc + Tcni�sc,rary Cnnstructia� �asement l��rac:rn�m. �1]�f�lG4','d-iii E�i335�� ����r�rr,D �1V Ti��i •ri��� r��n ��iVDIT�()N� �()I�'�'�Y1V�D HERCiI�: B�+: — Ti�Ee: r['HT� �i'A`�"E ��{� �T�YA� � § �[�U�r�Y����1Ri�,�1V'i' � 'i'��i� an��rume��t wa� �tcicnawled�ed he�c}r�: n�� c�tY �li�s r��y �}r" .�(}[�?, 1�y I,. 1���*s�El L�au�EYl��ti. Vice �re�ic�eRt c�f Hillw�od Dc��la�m��t �'e��J�c�ra�iun, �Ci1�i':�� ��l-try�r ��1' � �-I�El�uc�u� �pe�a�tYQ, L,E'-, a T�x�s l�iY�€��:sl ��arti�er��ai{�, ge���al pr�r�ncr ot'r�i�, ir��esL�r�crit, L.Y., :�'l'cx:� rm.iE�{€ p��rkn�r�l�€�, on �����al!'c�t'siGi� �ir�i[��! �r��rtn�.r��tiEp, �� �� -, � �� � �-� i ' S 5 5 *5 , � - �`�, �� i�� t�r� P�,b�ic, SEaI� «i' �'ex3s � � � _ �_- � �. _ � _ � �r�� s+r��rL �r �r���►s � � �(.�[J1VT� �lI+ '�`ARI�N`i" � This i�t�lru���c:i�� wt�s �xcknowlc:d��c1 k�e��rc me or� ih�� .,_, d�t}� o�` �, �00�, �'� , — _ — ot a o� �eF�al�' �f ��id • Nataiy Pubiic, �ta�� o� Texas Pagc� 4 Tet7��ic�o'ury �c�nst�'�etion Cur��nocoE l���c:[:i�ks;it[ Cb�'Utcer�-ai Il�rs �� �rr�'r�i{rc}��i'Y#)�f ()� Kiil�H:�t a��;�:ti�����r� FC�[J�I, L:1��I�L{1�14��ENT (�PP{)RTiJ1Vl'I'�r (��;I�'�;lt.11, li�l]i)[a�l�'�i l�lr��r�l�: _ AL�[.�it�S�: �:'�'1'Ll�fVAL It1�V��1U�F. �1:€�1��[��� L�4IPLDYCR IDGI�TI�iCAT[�?V r�O. I�(]N5L[�itl:�i;.t'1'L+'1)1�'f1(:Ii.l'I'�l:ti [VO`I'�C� T� Pkt��P�;�'Fl�'L� TG��L��iLl.i' FtSS[�'�'�:xl CONS'�'RUC`i'IO[V ��NTRAC"FOitS r�t cei� ��-1.�y (1 j fl �[�rli�'i4��iu►ti ufi [�ai�e�;r�:��f��3 F1�i�itit-s ni�:�i I�� sotsmittrd pru�� ta Ei,{ a�vard uf v ier�err,�iy nssist�d co�istructiur� canlract exc�redin� ".�' 1U,0{1U tivl�i�li is Rkuk excnapt fr[�m Ilwc �rav�sio��s oi tl�� cr��:a� �xpportvnsiy c�uuse. {�) {:ti�tr�ettsrs rrrr'4vi�g fc�crul�y �sSiS#c�I �{�1�51i'u�tiur� c�ri�ir3ct �wvs�rds �.x����kr3�; $�O,fIf1Q �►�hieii ui� �oi t�cinpt �ro� i��t� Exriwvs�ir�a�s ��P 1�4� ����t�l �}}�pariunii}• �'I��xsr ;ri31 be r���u}:�rJ iu pr4vid� �ur il�e far�v;�rrlii�� ,�f tltie fa��lo�•s'n� noli�c lu ��r+�s�ae�tiv� �uUcir�ttru����r� ���� sup��lie� und cunsirucEiun cantrr�rt� rVher� i1��sub�:oiiiratctscxcc4d $�O,fll}Il ar�d nrc i�{�l cxomp# I'rolit tlae �ars�vis[r�s�w c�f il4e cqu�ti� esppu�t�nit�+ clause. 1�10'!'1�: 'l'Itc p�n��1t} Eu� moilc�n� Pi�lse s��t4trM�F���.w in �sff�s's is ��rtswrib�rl ��M iiS l 1.s5.C'. lillll. �c��c�r; ��c� �}�c�sr�r��:�i��� ��.���o�Tr���.'L�UF[S OT I���UiR�:�iT:i'�'f4 ���c��� C��'R`�'1C�y��l'TLOI� i:1F 1�'C�N��GI�i?CfA'�'�D TACII.i'f'Tli� f� 1 A Ce�`tilic�:►tion ��f 1�`u�wyegr¢};s�l�•d [+ac�liiicr: rnusi Ixt sul�r�ilted �riur io thc ��v:�rd af � sulrcu�tl�'ili:! �;X�i��i�4� � L{I,11ilU w�ocls iu iyot c�empl frn�i t�ir pr�rMis�o�s �rF tl�� ti,y��s�l np�r{xrtM�r�ily ci���4tie. �2�) ('o�t�r.ictn�� �`e4�iui��; sul�canir:rci :15Y:4Y[i� #:�4'L`L'LI111#; ���},UUI? +�'h���lt ��ru nut exti�����t fr{�Rs� ilse prs�vis�uns o�' t�ie ci;uu! ,�p�,��j�lii�Mily clsMt�s4 w'sll �xr rec�tiirc�i ic� pz���riJr �ur Il�e i'ur��:�rdin�+ 01' f�srx n,�l i��� I�r �,r+���M��iiv[� ��il�caititr�ciorn f�rr :�M���jtlits �t��l �`or��ii'��et���t� �{xntrt�cls x�hcre the:�tiiMcc�ntrscl.� excrred',�'f��,iHIU asiCl �lrt plrt u�CClll]k! FI'Is�l l��c �lrr�risians oY tl:e e��uxl u;rpartunily cis�us4. *J�?'1'E�.: '�'h� pe�altv I'nr mn�cin�; �alse st�t4�ne�tts in n�l'crs is �rescril�wd in I:i EJ.4,�. 11k111. �� ��ir�� ��TiE�� [�T �l{��f�i',��r��; ��rFn ��►��r.��;i��� Tlwc �c�l�.��lly ossisted cuirs���uctifsn co�,�r�ctc�r �e�•t3tiis tlar�� I,e docs ���t nsuu�t�in ur pi�ukide Par Itii� cs��pl+�yecs g��y �e�,�e�uted I'�rcilieic� �t vny af ltia� r:�t�ll1E5C�aai��i�#s, �nd ikr:,i I�� ducs aat perri��t 1�is cmpinye�s to ptrf��r�� tlYcir �cr+ricrs a� :��Sy I�rrtNinn. Mt��dc�' lti'ts 4�ont�'nl, ��Iter�. +�egrrgait€1 F`a��lilk�� a�re maini�rined. TISe f�.d�.►`:�Ily a��isted �onstructf�sn certiii�ts �'u�ii�af ift:�� Iyc will �e�[ mr�in�s�iu oM� �sra;vi�rc #'nr }4is �.xrn�lc�,}���es ���y sc:�r�g�tcd �uciliiie� r�t r�stp ui� lti�s �s�ul�iislti���i�#s, r�ii�l tl5i3t I5C ti*�I�I il{�# pC�'rriil Ikiti rmp�u��ti�5 GM ��.r�at'i1� Ific�� ser��itu� s�l oinw' laxcr�ii«��, ��r�d��' 1tii.s canirol, whire se�;r��,ilcd �:iwllll it� 8i'� asi:����irliltc�l. ���Is4 i4iIfC3II�' :Iw7;li�Eii L'1}f1�4�i11�L'1�}fl ��}ilLl'}JCf{II' S�rL'�S L�1:l� YL I11'L`LIiII i1I� Llliti CCI'LLLIiLIILI}tl i!4 � vac�lati��n ��i' �he ec��al �,�pc�rit���ity cls�u�*. i�� Ihir� ���Mti�r;�cl. :#s ��ticci in �I�i� cerli�c�i�on, Slti� t��x'ni ��Sl;}�F'Cj;iiC�SI I�$ICIIIL��;ti�� ta������K s��t� ws�itit�� rnnmw, ��srlc �i`era�, Fcstr�ar�n� :ind 3r:�lyri��rit�, re�l:���r���t� ��al n�her euiin�; arenr:, tinitEluEk.s. laticcr Y{IU1115 :Ifli� 4kII1CC 5411ri1};l". lMi {II'L`SriIII� :iPC�'ia �1k11"I43R�!, CiM�S� cirinlcin�; P�Funisi�4ti, 1'l:4'L`L':1�1{lll «I' C1i�CF�71115171C11t fll'tE1Sr ��:317Jr1{II"f:I�l!}fl.:ifl{� J111iJ53f1� I;}�-GIIRifiK �71'i7Y1{�4{i Pi}I' Ck�l�}II)j'CCti SVII[�#1 SIi4 �L`�CL`�3��LI �k�' ti��}Llil� fI1PE4'L14'i' RT SII'C IR FAC� segre��te�i ax�� iltie Fl�Rl� L}�' �3tiC. c'�#I{kl`� r�li�yi�MMf, wc'�, ur �xa�i�r�a�E �s�'��i��, F1CC#1Iu5L O�' ��:lMliF �ucrrl cMysru,s�. ,n• �=�y otkMcr reiis,�Ms. '[';�e i'e�l��'sally ii$S4`i�L`il Cfjl1`i�!'IJCiIUIl :1�1'4;L':4 �Iliii {.�il`C€�}t 1YI1�tCC Itie h.l� OII��IIIIC{� I�111[IiLII ClCLf�i:riitrns i'run, prt���rwe,� sk���<�tar�l r.it�tui`,� P�}r ��r4���c: 1in�c perit�d�} he s+�i1J �ri�iain idenlieal tertificail{�155 fi'onl ��rr���nxet� KvIMc{�nlraci�rr� pri��r !i� il�c uw:�rtl oF' Hu6e�rntr�cts c�cc�:di���'� ��I.I}E}E} tishTcfi are Ms�r4 ��em�� I'r��m �h� pr��v�xi��fls �sl' #I��• r{�uFy� ��p�yurEuretiy �liti�is�, n�tcl th�t Itie �vill �'etain stir�� cerlil�r�ati{�t�.s i�t I�is ii��s. f�[]TiE'1=: 'I'� � F*l�cl�l'Ec: �� 1�� C C(lfV"f'I���t"L'l)�t5 {l�' €��;Q[l�R�:�i [a:h''[' I�f��t �'l�;li'�'1l'�i.'r1"1'I�}?�I {)la' f�[1144k?(�t2L'�;�'I'L;U rr1[:�I.,ITFr� �� �'€rtziiei�ticrn oF �lonse�rti�r�4ed �'peilitte5 m��.5t I�� �iMbmittecl prior io the aw:tirc� �rF' o� con�r�a4� rMr s�rtrtinrMtract ixcee�ing $ Uw,IIIIU ti��lti:c� is ns>t �xcm�rt #1-<sm l�r provisions nf the �'i��ar�l {lp�rorlu�it}� (:Js�t�se. C'cs'�ifics�fi[uY •�'I�c i�ti�o�'��tink�o�ti �bnve is i�ue tind ccemplete fo th�c �esl �l' rny k�o�5�leclge nRd hcliet'. �ls���ti�: n�srl Titic ol' 5i�ucr (1'lea�sc TYPc} Sf�ttului^� �1 s� tc NOT�?: T�14 �]CriA�I�' P4F ntal[in� f�ISt 9t�[tinTLflt9 li1 Of�t�Cl'8 IS �11'4:SCf J�[`�I 1[I 1�S �].S.G. ���I��. . �„� _ [}l�2� �F,C'i'I�1V 0275.� �0��2[l�,Ll+",� I,�C)V4�-�'C'X��G`�'�r IVXr�ITi?l21r�L ��I�14�} �'Aft`C' � � {;N:[�GR.�iL 1.�1 ��11+T1V[��R3� �. Tfii� i[em sha11 �:€sr�si��. �f i'urni�hTtX�, trans�ce�tin�*, �r�d plr�c���g a���irc>lleci low�slr�:ng�h maEcri�l {�'LS'Vl) �s flow�blc, ba�kfill in teenc�es ar �# a3tl7�r tc�cutinns �f�owr� c�n t��t� Dra�+���tibs i�r �s �1ir�c��d by the E�g'tr�ccr_ . l.�l? �t[?��'��l�T+:�1(v� A, �meric�ri �o�i�ly F{�r Tcs�in� �viale��als; ASTIVi C� I lv�:t�Ciiy ;�irrti Curing [:'o�cr�[�'T'G�t �pe�.i���r�� io � h� Fic:kd P�S'1'fv� C 33 �pc:�:ific�Ii{xa7 F«r C:onc��tr; A��r��:tt�s l��T[�� � 39 Go�n�rrc��iw� ��r�na� nfCylinc3r��:n1 �n�cret� A�T�i C 15{] Spe�iEi��il����r fnr Port1��r��E C�riic:irt A�'i'iVI C: �5�5 S�ie�:iFi��tior� fof �iler�de,d Hy[Era�.iltc CemenLs F�S`�'N� C G t!� Sp�c:ific�t�c,�� ior Ffy Asi� t�ntE F�uw or Calc3nerl C��t�ur�i Po�olar� f'�r Llse a� t� l+�ir��ru! r���rGy�?�kt�l� �lti Po��i�nd C�rr�e�lk C'{�G3crr:te R. Amcri�;an C'.oncri:ie �.�Xsti[��e; f��'i?2{�EL-9? Contrc�l�cs� €.{��v-S�rengtl� N1�kGri:G1� PAR`�" 2 - PI�CI]�U('7 :� �.(�I 1'��t'�'L�hfl} C'i{:hE�,I�7' A, �cxr�land ce�n�r�i �h.ill �:a�#�fc�e+�� tr� l�h� �er�uirei�r�nts o�` AS`iIV1 C-j�{] Ty�c: �_ Li' ��t [�ny , rs:�,�on cemer�� hrc:tsi7����� ��3r1��11y tieE �r w�,nla��s lkm�ps +3f c�Et�d �:�.nae€�i, il sl�ull �5�: re�c�:ted. Ceer�enk b�f1v,�¢�:d �-rn�y discz�rde�l c,r Mt��.d !�}kgy �ituil nt}I b� ��suil. �.iF2 l{LY ASH �1. F1�r �►sl� s��ii c�n�'ofm lo �lS�';vl �-G I S, ��a.ss � or F, �r�jticro[led Low Sti•er��lh lVIalc��ial ��LSh�.? ��'���-� f�"�'��'[}I1?4� �.�� r'��v�;��r�it�c������n� �1, �inc a��,re¢a�e �Jt�ll cot�fc�rRti lu [17�: r�.c�u�re�.€��s a� AS'l'Iv� � 33 �x�c�xt fnr �ggre�a�c ��irc���fiis,�. ��y ag�re���e o ijC�'rStiQFI L'iI11i;I1 `73'i�L�1JC�4 �}".ftQP�lliifl4'� C�IiiC�CC:tC:rl�'EF1'k ul� th� �:LS� s�eci�'ie�1 IZerctrr will E]e acce�ted. �xce�t �� Fi>��43w�, .�;icvc Si�c Perc�nt P3ssi�� �y wciglif �{4 in�:h I{1[f 1�1n_ �(�f } 0 - i � 2.{��i 1�i��T�'� ,r�, V4'$t�r us�;d 3n m�:c�r�g str�]G �e t'�ee �f oil, saii. acid, z�€kal�. �ug:��, vege�a�le mt�fikr:r. {��` nt��cr st��st��c�s in,�ufu�us tu �1�� �En�shec� prac�uct. �.lF� 141�X DE�i(��[V A. 1'ra�ofku�ns. T13� con�r�cEor s�t�Cl s��hn��l, �;� t17c. EJ3�TIR�L:3'� a r�ux d���i�r� �Gnclu�ii�� #�e pro�c>fli��ns a�d ����trce �f m���eri�ils, �cirr�ixk��re�, �i�d dr� c�bic y��r�E b�lcl� wc:o�l�ts_ Tlte ni3x sF�all cc��tit��in r� rninimun� af 5�} p�ru��is ,�f' cerr��nk ��id �5(1 p�un�s ��y ��I� ��e:�' cE�hic }�r�, v,riiF� tife r�m�ir�d�r oE the vol��nse c�kmpos�d �f san�, w�tet, �tnra {kn,y ;�pprnver� adr�i�x[�iE�;?, ri, Cs���3pre�ss�ve 5ir�:n�Elt. �'L�s1+l shall be d�si�ned i�, zkc�rieve a'�8-�l:�y ��amj��'�.s�iv� ,t�����tF� o!' lUU tc� 20(� p�a wi�c� #?s�e� in ac�c�Y�iancc with .�STM C��, 'L'her�: �it{}i�lci he ��{� 5i�;niiican! s[rt-ll�Rli ��t[k ofEer 2$ da�+s_ �I'esl SFFL`{:I�il4tlS S�j�11I FY• n��de i� :tc�ord�xrt�� vrktit ASTI�I C'-3 ! exc�.p� �fxa� i��� sar��ples w�il r�ot be r�d�f�i� r�r vibruied a�cl sh�kii bc �ir c�reti s� tl�eir mu�ci� �or t��e d�eatirrn oF �lie cuee p�ric��l. �. �nn�i�tc�rcy�. �.unsis��*i�cy t>f th�. �1'�Sjl riLXiLlf� sl��il1 b�: suc1� �k7at tlt� nuxsurc m�y b+� p€�3e�ci withcx�tt s�Gre��itic�n, A d��i��:�C ct��ysi�teric�+ �n�y �i�; ;��>prr��irr��Ee� by fil�ir��, r��� a�+�n-�ndc}d t��'ee s�ch �E�um�Se� uyliT�r��r. �ix incki�s h��i� ��, ih� t�.r�r, x�itit �I�e eeux����e �n41 117� �yl��id�r i�ir��7edi:�tcly p�Gll4� strrxi�3�t �p. The corrc�l �onsEs��;ncy oFtE�e m.ixtura will ��s��luc�; ��� ��}>roxEm��le �i�t7t i��ch dia�ycte� circ�i�tr-lypc spread �vi�t�o�� s�grc:�;���ion. Ac3jn����sei��4 ��i` tF�e pr�a�r�rt��iiarf� C]E fl1rlE�i'lf1�S �Ftould bc� m�il� tte u�l�i�ve prt�pr;r cc,li�l st7s�ettsio� ar�d t��w���rlc �:kt�rac[�risli��, �owev�f lhe R1���}r�tic��1 yieic! �Ir�l] he ��.ir�tuin�{f �t r�nc c�b�c yxril f'c�r tlte g��exs hatch wei�ht�. I'A1�'�` � - �'?CI?i}�J'I'1[)� �t7F� T �s�lY4i/+*�j��F\rl1 A_ �LSlvI ma�r b� pl��ed by any re�onable mc:ms fr{�tt� a mixin� unit �r�k;k [I�e sp�ce to tie fklled_ ��giia�iort is r�quirerl during tr�nspor[a['t�at� �lti� waiti[�� tinz�. Pl�cen��;nt s€�nll �e �7c:r�'4�ri��ei� re� s�ch �S ill$f19]�� C�iB� S�'ftjC:tll1'�S Oi` �71�3L5 tfE't-' il[7[ �IS�]i3l:�l� t�l�}3Tl t�1�11` C�L`81C2L� tCI11iI rl414k1i[3R ilRC� intr�k�it�r� {�� �LS[VS intu �n��w3riti�lc :�rcr�s �� �t��nicfed. �i�'Ite Gi����cri�l ('c}r��.r��lled Low S�•en�ih 14��lerial (CL�I�1) I)'�7�3-� i'T�'� �U?�4 �Iwir�! I��. br��r��l�t up t�i�i�'crrnYly t�� th�: ��91 �i��� �hc,wn on �E7�: F1i�a�vkr��s csr �s �i�'c�:tecl by ���e �ngir��.�er. �.�cJr pl,icemer�� n�' �L�i�l :�I�F�C� ��: ;�s continuu�Ms ��tt ��Cu:ralion u� �ins�ihle_ If ��SN1 is �lac:�d in r�nrc �hai� nn� i�yr:r, lhe b�se I�yer sE�a�� h� �'CCe r�t� �ueFace w�,k�:� :iltai loos� or Foreign r��s�[�rta! pricsr ��a �kt� �alac�men� o� �Ite riext ia�er. B, i�imi��lion� ta� ���;cen�e�t, C�S��S sh���l �tc>k bc: ��€�ced �n Fro��:n graund. !4'��xing a�n�3 plu�ing re��y b��;i�� wl�crr the a3r ��mp�r��tur�e is ��t ke�si� 35a E(�Q �) �nd rising. a�►l �€i� ti1�� oF' placem�a�t, ��5�+1 c13�1� ��ave �f k�mp�r;'�l�ire oi` a� letts� �{}� I~, �vlixin� �a�l pltxcernent sh�il si{�� �vlti�r� t�� aie ter�ip�raE�irc is 4{}� �{E�<� Faflin� ❑e wi�en tl�e xnt��:G[�ated �ir ternp�xr{�lMMre wilj ��� 35'F or le�� in l�t� �4 l3nur p��i�ac� followRi�g pm�aser! pluc�rri�n�, C, C�arin�_ T[r� �i� in �o�tit;�c�. wiE�� tit� ��.Shr] s���eilci i��* m�i[�tained �t [�mpeK�t��-U above fre��ing I���r a n�i�irr�ult� of 7� hc�urs_ IF �he C:i.SM is wul��ecte�E to tc:��g�rat�kr�s a�e�t�w '�2� �, lh�: mater��l mw� be r���„c:�cd l�y the �n�i�ae�:r iF durrt�g4 ��s lktc r�ta�ei-i�l �s obs�.rvwc�_ �?_ �rotecii�sn, The �'L.z��l wl�tGl� rr��t i,r �i.il����:� �n kat�cls ���r�i �l�all ze�n��i�� ���Gdisiurbeci L}p cons#re��Sir�n activrti�s �.'or :o �r�:Kiarcl t�f 4� l�nurs o� �ankil +� cc�n���res�ivc 5[rc;n��1� �f� l5 p�4 is ts�i��i�tci�_ 7'I�e �on�n�cto� �l�c�ll 1�c r�s�nnsi��le F`t�r pr.cevidi+�g evid�:�ce t�� tl�e �nginter tltat tl�e m��cri�l l�as rett�:hcd lh�: �'lesir�.t�l s�i�e�gtly. �l�c���r.ahl�: e�i��:n�c sli�ll he hased u�nn c�mpr+�-ssive Eest� rrt�ci� i�� :�c:curd�tice v���lh �c���icr�� I€1C} of titc FA}l Ciener�l Provision�. �.�� MATF�R�A��. A���P'TAIV�:I� �_ l��ce1xtance. Ac�ep��ncw ul' C'€.SM cle��varc:�i �ti�d p�acea.l ;ow SjillVJ�l �n Iki� f),•��wings c,t �as iiir�.cteil �v tE�� �n�inter �hi�11 �� br�s��E ��p�n mix de��i�e� ;�pprc�vr�l an� b.itc�7 �ick��s �+rovid��i by tF�� �on4r:��tnr to cunf�frt� shF�� t13c d�.l��rase� ri��ri:�l c�xn�orms �o ti�e ��3�x d�stg�. 7'hc: ConErac�o� �h��ll verify by �ci�liiac�tXa] i�sting, racl� 5,�1�f} i:ubic }��it'c�s cx� in���r�al usi:�l. Veeitica��on s�nki in�h�dc cc�nfirmrlti�n rrF- ���ateri��� �xrc���rtionw ��ttil I�sl �f` �:ampr�ssi�c wtr�.n�,th tc+ ��x7fir�r� Eha� lh� in��[enaa r��e�:r: tr�e oei��na� m�x �lesi� an�i il�t: �ec�uirerr�ent� �f {�'�„S�Vi �rs �lexFE[1L'iE in ��i� sQcczfic�litrM�_ Ai�.j�s�menEs SEti�I! 1ae maccc zts f1Cce�sary lo �h�, �rrnpartira€�s s�r�ci I�M�l�,ri�l� pri��� Ic� i'��CkII�:C prctdu�lion. � EIYD {}% SEC'T�(ll� - C'o.nlrolted if+��w �tt`�.xn�#h 11���ierr:�f (C.`LSl1+lj �137��-3 ������ i.�i���� r lFEMS 1 2 3 4 s 6 7 Sg Td 1� � l 4 15 16 17 18 9 10 21 z� 25 26 %� 1 �� 0 33 34 35 3b 37 �q 41 42 43 44 45 46 47 4 �j 4y 50 5, 52 �3 54 55 �6 �� U 1 � a 67 6B C9 S� 1 72 �4 _� �7s 89 0 S1 �3 84 85 Sl]M�IARY OF QLIANT � T i E5 aase aio SPEC OESCRIPTIQN 55-1 Mobilization P-151 {;learinn and Gru6hina T-901 Seedina $�S-4 Concrete Roadwa Pavament Removol ��S-A Asohalt Shoulder �emcvaw S�5-g Starm Droin Inlet Uemolition SS-4 Remove L,nderq�ain 55-4 E3eetrico(DemoFition P-S52 Unelassiffed Fxcavation -- Remove Exis�inQ FtSnCe 1fi2 arr� orary Securitv Fence_ )� �' PVC Coaled Chain Ljnk ence --f� 8' P�lC Coated Choin Link �ecur�tv Fence --- 5�trand Bafped Wire Fence F-162 5' �,ates in 4 Fence F-162 �te in 4' Fence P-155 ime Treafed Suq pfade -304 " Cemeni TreaEed 8ase %�OT 247 S" Ty�e A. Grade 1 Hase -501 7" Pi. Concrete Roadway Pavement -�111 10" PC Concrete Anron povement _�Q 10" - 14�, p� �onerete Aoron Pavement $p 4" - 1 FfC ontrete q�ron Povament -5D �4" PC �onerele ron F�avem ent p 5pj 1� p �dntrele ran Pavement I�-�lY1 b FY� oncreie 'ur P-SOl Ei" - 1' � PC Concrete Curb P- 01 �puntable Curb 'j��nT 340 �iont A1ix Bituminous Pavement a b�f� nme Coat Dp-7 ,2 p8y" C(G'(M' Slot{ed Drain 5vslem 17-�� 24" ClnssSlRCp �roin Svs[em D-70j 48" Class IIIRCP D-701 54" Closs III ftCP D-7�1 60" Class III RCP �-701 66" Class III RCY j5{� 4 6" PVC Drain pip e 1�j�i��4 8" PVC Droin F�ioe (Underdrain7 ibQ&4 12" PVC Orain Pi c 02404 4" PyG Frertch �rai� - l2" posl lndicotor VOlves - 6" Knife Gate Volves g Cancreta Valve ault ]���� 25�QQD GaIFRP �irtale WaHUnderaraund Sloraae Tank 1� 5 InleEs. fivoe A 0-- 5 InlsEs. ��'voe H �s� i�lAt� Jyc� e (�D 5tructura ncrele at Storm 1Nater Ho[diqp Pond -56� 5tructura�oncrele Cantainmenl Area at Glvcol Hoid Tank Load-nut 6j�] 6" P Loncrete Sidewalk 1202 18" ' uice ate and Gear Ooeraled Hoist d5520 tesl �ioe �ondrvil 05500 teal 'ecunFv Bors ai Outlet Weir 'leats 02271 Gabions D7569 Erosion Proiection 0156b Silt Fence• 81568 Hav Bale 5iR Barrier 15fi8 Rock Berm �dt arrier 02271 Plunae Poal (2i(� -�ao L-108 1" Canduit in Concrete rench in Existina Runway L-108 2" Conduit in jrenc� for Toxiwav/R unway Er�y�e L�hlina L-108 ? Conduit in 4'rench for Taxiwoy j�enk@� line Liohtina L-108 Underaroun `a61e. Installed in Conduil or auet pnk for Taxiwav/ unwaY EQ p,e Linhtinn L•108 Under q�ound Cable. Installed in Conduil or puet ,onk for Taxiwa �enterline Lj pJ�tino L-108 Bare Lountarpoise%1ire, Instol[ed in Trenth, Incuding Ground Ra�s end Ground Conductors for Taxiwov/Runwav Edae Lioht9nn L�108 Bare Counterpoise Wire, Installed in Trenth, Inoluding Ground Rods and Graund Conductors for 7axiwov Centerline Liahtino L-1 2 Wav 4" ,uct Bonk L- 4 4 way. d" uct Bank L- ulf8ox for 4 Wo Ducf Bank L- axiwa+(� Guidance�ians L-12t voe L.tS67 Liaht Bases far �axiwav F,doe Liahtina L-121 oa L8�8 Li{�h3 Bases for axiwn /kunwuv Fdoe Li htinq L-12t yoe �Ef8 Li' ht Bases in Existi �avemenl �ar Toxiwav Centerline LiahGna L-121 vQe L$68 Lit�ht B s`s in New �ivemen` far Tnxiwav Cenlerline Liahtina L-121 edium intensilv �az�wo� Liaht �ixtures.lne�udin Transformer Lamo Connections L•121 Semi[iush Runwoy Liafit p�xiures, Ineludi�p Trnns�ormer. Lamo. %onnec�ions L-121 Taxiwov �enterline Liohfs Fixlures, Includina Trnnsform. Lnmo, Gonnections L- ,�1 �I'oxiwov inset Liahls L- 11 Temqornry Runwvv Liahtina. Inciudi�p Platement and Removal L- � Red F2efiecli�e Markers (sin e Iens1 P- � Runwav/T axiwav Markina wi TypR III ReFleciive Media P- � Runwov/iaxiwov Markinq [Baekf Non-reFlective P- i' 0 Temoorary Runwav/Taxiwov Morkino. Includ"ena Plocement and Remaval Sl1MMARY QF QUANT 17 I ES 11NITS L% A$C 5Y E�A L (;Y L L� L L` L� �Y SY CY �Y SY SY SY SY LF �F LF SY ca� LF L L' L' L� � � L• �a A :A _A _A ;A ��A Y CY SF F�A l. EA �A Y LS L L' L- TONS L L- LF L L- LF LF LF !F EA LS EA EA EA �A A EA EA �A 5 �'F LS BASE 61D QTY. 1 1 6.75 9jj4 t.Stl 39� 1 s�:�o 5.760 �,50 z- �5 1"Ss5 l ��;��� l�a.�� 4� 41_6�a3 Z� ! 24 5 4fi9 �.64 is�i laOQ ,60 �fiQ ��2 5 p 35s 12 1 l� 8�U 4 ES 7 1. f] 4,� � ,b � ���� a 2.�� 2,4�Q �0� � �� zz 3 82 3 1 3.�($ i1.333 1 AS-BUILT I ITEM5 1 I 2 I 3 I 4 i �II I 9 I 10 r � n � 14 15 I lfi I ] I 1� I 1 i za I 21 I 22 I 23 I 24 I 25 i 2s I 27 �3�� 9 1 31 � �, I i a I j� I SJ I 3�3 I S9 i ao i ai l 42 � �b I ITEMS � 1 SAEC SS-1 P-151 7yoi 55-4 55-4 SS-4 55-4 P-i52 F-16F F- 62 T 5UT 247 (� P-501 X�OT 340 15(J�4 a;5�� a�lbs L-=to$ 108 -t08 i08 -508 �-�as L-�16 L_� C-�zt L-12 L-J _ L- �1 L- ] L- 1 L- 8 P-62 s2 -6' SP�C BIO ALTERNATE � Q�SCRIPSEON �iobilization Clearina ond Gru6bina Seedin Concre�e Roodway Povemenl Rem6vol Asohali Shoulder Removol Remove Underdrain Eleckrical0emotition Unclassified Fxcavation Remove Existinn Fence Tem(� orory SecL�fftv Fence B�VC Coaled i.hain Link Securitv Fence y Lime reoled Suby,rade H" Cemen Treoled %}ase 8" T�n A. Grade 1 liasa 7" P� �oncre te Roadway Povement 14" �C Concreie Aoron Ravement Plan Mix �luminaus Pavemenf nme Coa " PVC �rnin Pioe (Underdrain) rosian Protectian ;ilk Fence• Hay Bale Silt Barrier � r' Conduit in oncreie Trench in Existino Runwyy " Conduit D� in Trench [or Taxiwav/Runway Eq p,e LJy�htina 2" Conduit fl6 in Trench for Toxi;xay Centerline Lioy� fine �nderaround Co�le. Installed in Con,¢L�il or auet ,nk or Toxiwov/ unwoY Ed�aa `inhtina �1,nder o�nd Cnble Installed in Conduil or puet �ank ar I axiwav �enterline LI p�`inn Bore �cunterpvise�Yire, Inskplled in Trencf�, InGluding �round Rods and Graund Conduetors for 7axiwav/Runwov Edae Liahtihy 9are Counterpoise Wire, Instolled in Trench, (ncluding Ground Rads and Graund ' Conductors for 7axiwov Centerline Liahtina T Wnv. 4" ❑uct Bank d wov. 4" Duet Benk pull Box (nr 4 Wa �,uct eank aziwoY �uidance �inns "voe I867 Li L Bases for Toxiwnv Fdae Liqhtino ��� e L868 Li�i BS�SP.S fnC� T�x�wnv/fiunwnv Edae Li[�htirtp �voa L868 L�� Bases in r',xistin� Pavement tor 7oxiwav Centerline liqhtina "'voe L868 Li Bases in New YavemenE [ar Taxiwav Centerline Liahtina pod Bearinq� lank Cti�vrr �r i�} h 9ase dedium Intensitv Taxiwa iah-Fix ures.Includin{1 Trans armer Lamo onnestians Semiflush Runwpv Liaht }Yixtures. Includir� Tronstormer. �amo. Lonnec��ns Toxiwav Cent¢rl9ne LiahEs Fixtures. Incly 'na Tronstorm. Lamp� Cannections ) emr�orary «unwov LiahtiRp, Inciudin{� lncement ond Removnl f3�ue Refleclive Morkers (sin le IensE Runwav/7axiwav Markina wi Yv pe BlReflective Adedia Runwav/7axiwov Markin4 ( lack) �Ean-refleclive Temuorary Runwav/Taxiwov Mwkina. Includina Plocement ond Rernavol $UMMARY OF QUANTITIES BID ALTERNATE I] INON FAA pARTICIPATIpN ]TE1�1 D�SCRIPTION Cons[ruct Temoorary Conslruction Acaess Rond 11N1T5 % LS AC SY SY LF L� ��. L- SY SY Y _Y Y 'Y �q I_ L� ,[ � / L� LF LF L�� �� A A % EA �� �A C unirs LS ��a '�'� � AS-BUILT QYY. 1 7�i o'la �437 385 1 40.�j 0 AO 1.260 t 775 18��83 1, 532 9��886 b1659 I �L4�BO 60 275 2 �000 1.��0 3.406 z, zaa 1, 54Q z,o 200 2 7 15 LS 1tD 2 78 j J� ��p �'7 �� AS-BUILT QTY. 1 - `1 N . ` I� ` ...�: . _ p ° ,"3�y%�� \ . � Pdd,�l�o ~ � w i yw � � r$ I ro 5-� �'tzi �I u+ m O �� l��' 1j w 4 P�' y`� 4��= � M +� `+ � s� s � ��� a �• �� �a �a � � c& N `.,r� !y - - �, � rLLm � LJJ N � �--' X � � � 0 Z Q � � � � � Q Q ¢ � � � W z � o U � � Z � [� a � J � U Q � � �/) + � Q --- 0 4. a y N Y ao g N � ��.. �` m a g �.. •� o g � " - i s u� � � �_o o_c_rc 6 0 �, ��I.� i � � d � � � � � = m o I �'� m y °o ou � m� Q •� N t u n^ � = o m St 0 � o� d �{ N q ~ m c � WJ� � 4 Q m N �g � � w QSNEE� �� GN-02 s�Q. r �— �i � �l � �� — � 1 1 ., ii ti I 1 r � f� ,� � ��1 A 7( � � � �C��1TRf�LLED L{]'N ST���#�Ti� �ATE� ] A�. � { C� SM SP�C D� f�� i � PL.I���D [ I� L E �'r� �D n��[���E� �rA�L� I' � PE AL [ G��MEC� � // fJ��� , I ����f I14—'ti 1�:'��� � . � i � {� � � � {`� TY�IC�L B�Df�l�l� B�4�i�F�LL DE�A�L� r�. �r. �. , � � �������� � � F�f� JOB �1D, FTW���4� � rIL� f�I��IF�ADD�i�I�Ui���_�]� �HT ' D�,'f �_ DCs i DE�E� 17, 2�0� D�Si�NED ,JL� � _ � , �F�E�T N�. _ I A�D�_�� � — - �c� �a�����vr ��Nw N1` TR�AT�D �ASE L I#�L TRE���D �U�GRA�C. I .� �� ��:�,i��r r��aTru� r��r�� «� � ��� �r�,�,��r�� �r�o�To� � I�PT�3MLIM MOE5TlJRE CONf� f � I ON� � #��,������� � � {}F � 1 � ��,��f.ry.. ,�� # � � �a ■ r• �f"] � �r ,` � t 14 �� . — ..r ................... :* i ,�E ��t,r �.. F � � �,rr�� s � � .a�..,...��............r� � ���x: ,� .���7� � ���� o •. .+ c}.. 1�� �, . C � T 4� y �''� .cs . �' J �. . �� } *��� *i�'ii ��� ����i��� � �lo�!'��oL I F � --�-- -------� - ----�----- �n�-�� a ���o� .� , �� • �� � r- ' �� , � � t � � � � j � �,, � 4�'R i �'i� � '�— .. .. � I � I� , ,.. .__..__. � , , . �� a f _ � i .� ... ,� � i � � � � �I � � �En�r�. co�,�r. � � � �a��u�r �a��o��r a��:��s �€�.- � � �� ������ � I TCN �, �LILII��t�'� �� RE �U 1 r�� � ' M�YT�� P�JA� � T��viP, ����T. ���E�S RD. � n�.r.�. �" F��x C��S�, �: [ TE�i �47. TYP� JI « G�AI�F �1 . ,� � + � �' ��' � � L\t� � ��, ��' a � �' � I � /q I _, �eJ� � �` TYP �.5% �TD. �R�� CLI� s_�F� �I�fF TR�AT�D � ��JDCR,4�� P—��S ' ���TI��! C� �"�NiP, ��I��T, A����� I�D. � �ir�t ,:; � - �v, r. �. � , 1, r��C:�iT- CC�id� � f���k�;;� � R 0�1 E AS�� �1'r ��l T r l7� �`F�E T�kuE��kRARY A����� RG��U . LI�CI�I � CQ41�'��T [ QM1� OF� �I��JJ ECT .�fJN'f F���TDf2 ��lA1 L'�� TUR�+I AR�` A TC� CC��iD i�f l��l F��UA� C�R F3E��EF� T�IAhI E}�l��lf��. �. �Oh! ��k.�� T�7� �h,�L I_ h�A � h�T� �� E��A� B�' RE^RAfJ E f�� � f�E—CGMP,4CT I�l� AM1�D� �F� A� I NG � ] 1'�NE� A� �lECE��AftY . 3. P�1Y�1�N�' F�F� �Oi��iF�U�rI��! OF TEMF'�f�RA#�Y l����5� fi��A� �HALL BE �,LJ�f4 SUh� Ah4�Uh��. � — — — ` I ����IV��� � � ����� �� ����M� ' �{ — ..... .: � *.�' . � F��I LiOB N�, ` F7�+�Oi44 � � _ =*�� � rf�war}itt���i4JiYiLii�i# � 1 FfL� N��I�����E��+aUM#� ..Q�,�HT � � ,��n��� �, ���n��r�c � � .,.,,� .................#� � � OAT� 0��70E��R '17, �i�G� ����;i,� 37514 �: ��� ���IG�IED JI.F ���w��-�,�;ss�.���� � r �'� �, � �HELT ��, I ADD�.O� ����i��� ���������� T � �� ' B �. � �, � � .��-�+ ana�� {a' a� �'x�,w.) ' aa �� an�� �s' �.�.} nfi i a�er�ira� �� sWow�v, V i wl T �~A I � � B � � � �.,. �. � ,� #� ��a�s �r s- c—� (�' r�.�.} a� � ,� �n�� nr �' c—� {s' ac �"�.N.) ���� wn�. Ho��c �nc� e�u r� '�. �4 �.�. 5���(w} V 1' E i� � � � ���� �• ��_¢R �' s' �' �' �'—�' � � �_�.�_ �� ��-�a- s- �� ��- a- ���.a- � �r" 7'—fi' 9" 9' 16" ��" �'—�" f T'�k�l..� OF p�I��I�N���IV� �� l�.F.S, �1`A�F��A#�� 1�I.H. ��r�� �ar�o cov�� �����sr �ar����� c��a� ��r��� �S SPEG����� T� T�¢ s�e BY OWN�R N�I� $EERINK � ��� �AUIFlG �URFAC£ � Ci�Ok1T �:2 us� �����st carac��TE ��- � �� ��nD� �In��� �►� ��oui�m ��,�. �� 9.�Rs �T �` �-c T� RAlSE TO GI�ADE �# (4' �1.�1.}, Oi� �5 BAR� AT ,� �AkS �1' ��.�'* � ��anRs �►T 8� c-� ��F d� �F �.r�,) r �� �� EA�H WAY. ��.r CC'ASS 'A �'��"" 1+�R1'lCA�, BAi�$ � �OC,IC�i�IE E�AR� A� 18� � � � � � � w��. +����r�r °" TOP OF PIPE � IS OVE� 4'{{' dc 5' � � ����y in �, � �� �- ki,W.}, QR �'(6' i�.H.} � � � � � � � US� S�E�i. R��AFt �a � � � � �� � �� SPACEF�S) � srF r�1 W c.l ^'' - � � � �+i � � +� - - rT S�Q�� 3 f 8" �`O � ��r? ��� � s���.'r�aw�� � a�nir� � � ���,is� � �.} � �� } _ � �-.� �. , .--�.� �" x a* �c��rwn�r � a� �' ++ B�Rs AT s` c-c {�' a� 5' �.W.� ,� �,��� ,�r �* �-c {a' 1�.�1.} o� ,�� a��s �� a' c—c (�' �.�.y �s ��a�s �r �' c—� {�' � s� �,t.�.) I�l 11�U Q� F(�'r'WA� �ACH WA1� ��L��J� ��E? N.T.�. 0 ���1 %RTI R■f 7��� �����i�� ��� ��� �� �� ������ NQN {�IlIN �Iv71 �v1J yr �e.�4 SSrw4,w0 $i��C+�h4H REFfd610E �r�. Qxi[ 511v,p.� p�µM� NG � � Y. *�� V �� kI� � r� � � ,M� s��� �T �' c-� ��` �.�.}. o� �s an�s �t �' c�c (�` a� s' w�.r�.} �nc�+ w�a�r woa�c�� � ��ac� �r�a .�i ,� e�s � �r � e� Grr���� �nc� �a 9n�ts �� � , AT 1 B� QllTS�QE �AC� � :���+��� � ���s �� ���� ►�� ,�- �� 1�" {�' �.�.y o� �. ��. OU7'SCD� �`A�E �� dc fi' #I.M.) IN�IflE FA��. I � � � � � � �� � �� � � � �� 1 i � � C�OY�LS AT 19' � 1 I � �kLL ��k��kl�0 E�(C�PT i �* � I �r� w�� �� ���� . � � �* r�ar�. �+ �n�s �r �' �—� �' (�` h�.H.). �Fi ,�5 BA�s I�T Q� C—C (5� de 6� k�k.H.} EA�H WAY ������ ��� N.T.�. � - 1'-4• � � i = _ �. �` � — — ..�4 � � ' 1 . �� � � � � � _ I� I I �o�r��� ��fi��� l I � �L��l V��1N � �.�.s, � r �— ����: 1. SI.�PE tN1+�RT OF MAH4#�L� A� INQG�AiEl7 ON FL,A�I—pE�O�lLE SFIEET. �. LA`1�i�5 QF R�tNFQR��h[C ST��L. H�AF���T TH� IN�RaOR AhfD ���RI�E7 $L�f2FACE SI�At,� HAVE A��►!�R Of �" FO THE CEN�ER OF BA�iS. LiNL.�55 OTH�RWI�E � ����. �. ������ ��.,�� �� ���� ,�-. �� ��� � � ■ * ��� � �1 � 1 1 1.f �� IIfllh t�h'd ie� �1sI+� y r.s+en�U4 I_ `� f ��� �Ry �� �F ��V��� �'` . I i��war,�ea s�za�:r�nw afrCAaaC L'1. / . �K1C STu�uMh 6A,r'�G wG. ���i *��i ���L�� � 4'--Q" W+�T 4,_0• �' � 'T j TOOLE� �aG�� ,,� I � s� � � b y � �� �s ' �. �� i a, �. � `"`4 �� � � � 3' FILl.ET I�if • C�N57"F�UC"J'��N �� OPENI�C I ,JQfNT ►�1' CO�tk�EFtS TR{lW�i. fIN]SH � 3'-�O* � ���s �B' C—C ��L.+��ll� �1 * " * 1�1 �� �� N.T.S. W + �T "f YV — OP�NIN� �5 �EN7 EA€t �(TYP. AL� � co�����} � � �J'�� ]��C � T TOQLEa E.�CE� � � �� � C. �. I z �ov�� ��� � � � � I ��� � � � ' �� . � -� ���� — � 1 �� � �I � � �� � � � I M_ �i��� ��! � I �� �ARS #1' �� C—C �ACH 1'tifAY ���� �� ��� ���� �l. T.�. �,�5 6ENT �AfiS T�4� �a��R �I � � � � �� 10. �i4 ak 19� C—C �OTH 14AY5 CONS�RliC13�h! JOi�T �T C�R�E�� ��1LET �IZE �' �c�u�a�� �� s�u�a�� �' �qu.a�� e' ��unRE �' W �� 2'-0' r� ��—�-�. �. �a��. �� �,_�� � �` N 1. �IATER��4L At�p '�F�I{I,�A�l51�-kIP S+�ALS. C��F'O�kl Y4l�Y# 7FfE R€��IIR�MENiS pF �l�FCOG STAN�Afip �SpE���CAn�N� Fo� �r�a�ap,��� Cor�C��7'� �a�r�wo�5. �+�Nll�l��+ CLns� "n" c�r�c���, �. LJ�YERS OF R�INFORCkF�1G �7��L N�AR�ST T'H� INT"E�I�R Ak�Ei �7(TF_RIOR �LII��AC�S SHA� F4AVE A COVk� 0�' 2' T� TH� CENT�R 0� �IAF2�, UNE.�S� OTNER�S� �IOT€fJ. I3. FQR DETAILS �F R�I#�FORClNG OF' L�WER P{�R110NS �F IN�ET S�E A�PF��p#�aATE $OUARE MANHOLE �ETAILS. +�. DEPTH OF aR�P INI�T FR�M F1h�RSHE� GF�ADE T� FL�1hf �1�� 0� I�lLET IS VA#tIABt�. �kPPR�}SI�A�E �EP3�i '�L� B� SH01wh� �N ��Af�S Ai L�CAl1�N OF IHLET. ' 5. AI.J_ STA�I�AR{3 L1R�P !hll.�TS SFi�LL hIAYE �E OPEH�NG �N �ACH SIOE Ufi�l.ESS 07�-IER1�lSE SHOYIR+I 0l+i PLAHS. IB. DE�!{ k1AY BE FRFJhI�'�1�C�i} SAkF�[� �� 4" S�U�iE M#l�iM101.�. D F� ��' ! I� LET �� �� �� � � �� �«� ���. ���H¢ � # � � f aXFC Si1W6M16 4�INwrG W0. � � � , � �� � �Q��l�� _ fiV�V. '9� � 60� � t f ����+ ���� �0. � TO TH� SPECIFICATIONS AND CONTRACT DOCUMENTS FOR �� V�ES�' �Al���l�'��I�A.Y F�A�.� W�R'ri� AI1L�I�CE A.I1���T ArP PRo�cT rr�. 3-3s�o�s���a.�a� AZP PROJECT No. 3-38-0296a�00� DOE PROJECT Na. 3839 FILE No. M-2,19 Bid Date: Th�rsday, October �4, �00� Addendum Issue Date: Octo�er �2, 20U2 .� This Addendum No. 3 forms a part of the Con�ract Documents referenced above and moclif'ies the Original Contrac� Documents and P�ans. Acl�nowledge receipt of this �� Addendurn in the space provided be�ow, in the Proposal, Page 29, and acknawledge zeceipt on Che outer envelope of your bid. FaiIure to acknowledge receipt o� this Addendum could � subject the bidder to disqualification. 1.0 Snecial Tns�ruct�ons to Bidders , 1.1 Proposal Farzn 1.1.1 The Proposal Farm has been modif ed to �delete all references to BID ALTEIZNATE No. 2. — Temporary Constructian Access Road. The work assoczated with the Ternporary Construction Access. Road is now included in ihe BASE BID as BID ITEM No. 86. 1.I.2 Bidders aar� ir�structed to use the Proposal Form issued witb Addendunrx No. 2, marked Revised 10/17/a2, naodi£ied as �'allaws; A. Delete Page 15 and replace wi�l� Page 15 {Revised 10/22/02) attached hereta. B. Add Page 15A (Revised 10/22/42) attached hereto C. � Delete Page 24 (PAGE 24 IS N4T REPLACED, THERE WILL BE NO PAGE 24 IN THE PROPOSAL FORM) D. Delete Page 25 and replace with Page 25 (Revised .10/22/02) attac�.ed hezeto, E. Delete Page 26 an.d replace with Page 26 (Revised 10/22/02) attached hereio. 1.� Disad�antaged Busi�ness Enterp�ise Utilization Requirements 1.2.1 As clarification, DBE participat�on goals for this project will be as follows: 1. Base Bid �- 22%a � 2. Base Bid + Bid Alternate No. 1= 21% Addendum No. 3 Page 1 of 3 Bidders are encouraged to submit with tneir proposal the DBE forms demonstrating corri�liance with the participation goal of 22% for Item No. 1 above (BASE BID), -- and a separate farm demonstratirzg compliance with the participation goal of 21 °Io �or �tem No. 2 above {BASE BID + BID ALTERNATE Na. 1). However, s�bmittal of the DBE forms with the proposal is not a requirement. Bidders shall submit the DBE #'arms %r the BASE BID and for BASE BID + BID ALTERNATE No. 1 within the time frame set forth in the DBE documents aftex the hid opening. 1.3 CITY OF FORT W4RTH D7SADVANTAGE BUSINESS ENT�RPRTSE '' SP�CIFICATTQNS — SPEC�AL INSTRUCT�ONS TD B�DDERS 1.3.1 Cha�ge paragraph entitled DBE Project Goals to the followirig: �' The City's DBE goal on this pr.oject is 21 % of the BASE BID and BID � ALTERNATE No.l. � 4�� 1.4 Ex�erience RecQrd a�d �quipment ScheduIe i� The fozm �ntitled Experience Record and the farm entitled Eqnipment Schedule � included in the Specifications and Con.tract Documez�ts shall be subrnitted wi.th the bidder's proposal. - � 1.S Award of Cantract Bidders are advised �at the contract wi11 be awazded to the Jowest zesponsive bidder. The City zesez-ves the right to reject any andlar a11 bids and wa'rve any and/or all irregularities. No bid may �e withdravc+n for a period of 9fl days frorn the date of the � bid opening. Bids wzil be evaluated on the following basis. � Base Bid + Base Bid + Bid Alternate No. 1 The contract �vill be award�d based on t�ie availability pf funds and in the best interest of the City. of Fart Worth. 2.0 Construction Drawings �.1 Sheet ADD 3.41— Slotted Drain Details Add Sheet ADD 3.01 attached hereto. 3.0 TECHN�CAL SPECYFYCATTONS 3.1 Specification Section 1�5�0 � Underground Stflrage Tank 3.1.1 Change paragraph 2.0 J. G to Che � following: G. Pro�vzde tank that is chemical�y inert to petraJ.eum products. Addendum No. 3 Page � of 3 5� 3.2 Specifxcation Section L�125 — Installation of Airfield Guidance Signs Delete Modifications Page fflr this �pecification included in the Speci�caiions and Contract dacuments and replace with the pag� �ntitl�d MODFFICATIONS TO ITEM L-12S INSTALLATION UF AIRFIELD GUIDANCE STGNS attached hereto. 4.0 Clari�cations and Resnonses to Oue�tions From B�ddexs 4.1 Clari�cation — Temporar� Acc�ss Road (BASE BID ITEM No. 85) Contractor shall provide iemporary storm drainage piging at th� temporary ca�istruction access road as requir�d to prvvide for adeq�ate drainage and to protect Che access road from damage from a starm event wit�x a 2-year recurrence interval. At a minimum, the Contractor shall provide ninety {90) lineal feet (LF) of 48", 14 gauge corrugatec� steel pipe at the large drainage ditch just east of the Maytag distribution center. At ihe canc�usion a� the project and at the direction of the Owner's representative, Contractor shall z-emove the temporary access road arid restore the area to a contlihon equal to or better than t�iat which existed priar to the start a� canstzuction. . AlI other provisions of the plans, general contract documenis and specificatians for this project, whicY� are not expressly amended herein, shall remain in force. A signed copy af tkis Addendum No. 3 should be included in the sea�ed bid envelope at the time of bid submittai. Faiiure to acknowledge the recezpt of ti�is Addendum No. 3 could cause th� subject bidder to be considered "NON-RESPONSIVE", RESULTING IN DIS QUALIFICATIOI�T. � Addendum No. 3, Receipt Acknflwledged: A. Douglas Radernaker Dir�ctor, Dept. �ai Engi.n.eering By: Company: �1.ddress: Czty1S tate/Zip: Te�ephone No. Approved: , Rick Trice, P.E. Mana �, onsu tixl -Serv�es by. ,�r G aI Sahu, P.E. �`� Project Manager � �� 0�' r,�'�o� : � ���f �� ¢t .G` ..�i�..�...'�'�...�'{.-.��,,, ��ERRY !.: FLEIJ�E�fG � v`..,� 37514 � :�W ���.•� ..�C, �.�. ..�, .� Addendum No. 3 t�' • . �Si�2; �� � �� ��'���M � ���� �O/�Z/p � Page 3 oi 3 following the award, to secure proper campli�ance with the terms and �provisions of the contract, to insure and guarantee the wor� until final comple�ion and �acceptance, and, and to guarantee payment of alllawful claims for labor perforFn�d and materials furnis�.ed in the fiil�'illment of tY�e contract. The undersigned certifies tb.aC �he bid prices contained in this proposal have been caxefully checked and are subrnit�ed as correct and final. The under�i�ned agrees to substantially complete aI� work cavered by tY�ese Contract Documents within. the number of calendar days stated below from the day established %z the start of the worl� as set �orth in a written N�Cice to Proceed to be issued by the• Qwner or by the Engineer for the Own�r. Base Bid � 27Q Calendar days Base Bid + Bid Alternate I 36Q Calendar days ;� In th��event the Contractor fails to attain substantial co�npletion of the entire project (all l�iditems} wit}� the time set forth in the Proposal, the O�ner rnay withhold zr�oney permanently from the Contractor's total eom�ensatioz� the sum of {00 per day as liquidated damages and far added expenses for engineering 4� sezvices, for each consecutive calendar day to complete the work b�yond the allatted time. The Owner wili be the sole judge as to whether t�e work taas been completed within the allotted time. .� �' !�� < � Proposal (revised 1Q122IO2} Page 26 SOLID WEB SPACER BARS ON 6" CENTERS ANGLED '7� CONFORM TO S��P� OF PAVEMENT IDOUBLE 7HE STQ. �1 WELDING BETWEEN ��. BEARING BARS & PIPE � P.C.C. PAVEMENT- � 3/4" EX�. , JO1N7� 1/2,� I. ° � . . . RECESS TOP OF GRATE 1/4" CHAMFEft COiVC. CORNERS. 115� 6" DEEP GRATE -PRD�IL�, GRADE (PROFILE D) - - VARIES FROM I 6" TO 24" 1, , 6 . a . o . n � . • . d • -- � • . '� . = u • a .• u . .• � m ' ~ o• �r8• , c• �o' � _ ,�.o_�_�..�_-� ��.. ..�.ry _,`"e .. . , �o . . °' . . ° • P.C.C. . D ' . p . D D �i . a . .��. .�`p � . A.•I. . D • A ' . G PAVEMENT � . . P • . � II • . , � • � a . � '� • � � f d�f _ • ' 6 • , • , .• D, • ' A . 1 � � � � � � � ' ' � � ' _ �. . • ��: 3ii \, : ID� � . • 1 . . ' . � � . . ' . . . 6 ' . .'p _ . P " �' • �' � G 1n 'In _ • � . P ' .. . p • � �OpIVQp ['o . • . •�p. � 'p . . • _ �IA % � 2 •`\. �• -�' p , • ' D, �p' �}RL�ri�GR ' � - , . . . . �� . — 'i .; � ..9 ••.-• J � . � . � ! �' �J � .° . � �._LL_5 .��, ' ° ° ' �• , i'���-- � ° •�� � �:. . "i. ° . m THICKNENED E�GE . �°• : ;;� : �'}: ': . � °� ��;• ° • $ - �1 (5EE JOlNT LAYOUT) � a: •'p.';��., • a. � . � �' • - � a�.. � �. , � �NpERCUT HEADER-LEAVE I No. 4 BARS � I D e •°� °� 6" OF PAVING 8A5E .TO AT 1�_6�� . ' . -�. �-,-° - . .°~-,-,° -- -- ° . PROVIDE A_ VOlD ' . .- . � Na. 4 BARS { �— �� GAUGE ARMCO StQTTED � (6 TOTAL) COEVC. ENCASEMENT DRAIN OR APPROVED EQUAL ,� , 4q0� P.5.1. @ 28 DAYS �„ �= - _ 'e 1 : � F&N �OB NO � FILE DATE � D�SlGNED SHE�T N0. � 3, _�„ �,r S LOTTED D RAI N N. T. S. ADDENDUM # 3 F7W00244 N�\IF\ADDENDUM#3_01.SHT OCTOBER 22, 2002 JLF ADD3.0� O�•�R��l l � �P'�r°° o� � ���-+�1 , � �a ��� s � a* � �� •e ma�e�0aeaa�ooa�eaae��aa� � o JERRY L. FLEMING p � �A�p�����.�a���o��a��.� � o �e � a 37514 a �� � et p'��00�c' s����a \_� 4 FS ��a.���� G � ����i°::: ��ia�a�%� � '7CA�I:�� OF CONTENTS �� � I �i 1 2. 3. 4. 5. 6. : 9. 10. ].1. 12. 13. 1�. NOTFCE TO BIDDERS INSTRUCTIONS TO BIDDERS SPECIAL NOTICE TO BIDDERS - BUY AMERICAN SPECIAL TNSTRUCTION T� BIDDERS REGARDING EEO INSTRUCTIONS REGARDING CONTRACTOR'S INSURANCE CONTR.ACT PROVISIONS a. Mandatory Contract Provisions b. Disadvantaged Business Entecprise Provisions c. Buy American - Steel and Manufactured Products far Construciian Contracts d. List of Exernpt Supglies and Materials e. Required Contract Provisions U.S. DEPARTMENT �F LABOR WAGE RATE DETERMINATI�N BID F�RMS a. Proposal, includ'zng Certification of Nonsegregated Facilities b. Ce�rtification Regarding Lobbying c. Miscellar3eous Forms to b� Subnutted with Proposal CITY OF FORT WORTH DBE FORMS C�NTRACT AND BOND FORMS a. Constr�action Contract b. PerFormance Bond c. Paym.ent Bond d. Contractor's and Subcontractar'� Insurance e. Certificate of Insurance FEDERAL AVIATI4N AI7MIIVISTRATION GENERAL PROVISIONS INDEX OF DRAWINGS TECHNICAL SPEC�'ICATIONS INFORMATION REGARDING SAFETY DLJRING C�NSTRUCTION COMPREHENSNE NOTICE TO BIDDERS Sealed proposals for the following: WEST CARGO AND TAXIWAY AT ALLT.ANCE AIRPORT ATP PRO.IECT No. 3-45-0296-I601 AIl' PROJECT No. 3-4$-0296-20�2 D.O.E. No. 3839 FILE No.M-219 '� Addressed to Mr. Gary W. Jacksan, City Manger of the City of Fort Worth, Texas, will b� received ai the City of Fort Worth until �:3Q P.M., Thursdav Octolaer 24, 2002, and then � puvlicly opened and read aloud at 2:00 P.M. Con�rac[ Document, including Pians az�:d . ' �peci�ca�ions �or this pzoJeck, may be obtained at the office of TransportatFon and Public � Works Depart�ment of the City of Fort Worth, 1Q00 Throckmorton Street, Fort Worth, ;� Texas, 76102. A deposit of ffty dolla�rs ($50.��) zs required for ttie first set of docum�nts, i and additionaI sets may be purchased at the non-refundable price of fifty dallars ($SD.OQ) � per set. A pre-bid conference wzll be held a� Thursday. October 10, 2002 at 10:Qa A.M. a� the Administra�ion Builclin� at �1lIiance Aimort. All bidders wiil be required t� comply with provision 5159a of "Vernon's Civil Statutes" of the State a� Texas with respect ka payment of prevailin� wage rates and City Ortlinance No. 7400 (Fart WorCh City Cade Sections 13-A-ZI through 13-A-29), prohibiting discrimination in employment practices. Sid s�curity is required in accordance with Pa�cagrapb 1 of the Special Instnxctians to Bidders. Tn general, the work caa.sists of t�e fallawing: Base Bid: Approximately 55,700 square yards of portland cement concrete pavement, 5,469 square yards o� asphaltic concre�e pavement, S7,8D0 cubic yards unclassified excavation, storm drainage piping and inlets, storm water detentian pond, airfield ligk�ting, pavement marking, fencing and incidental improvements. Additive Bid Alternat� No. 1: Approximately 9,8$6 square yards of portland cement concrete pavemsnt, 6,659 square yards of asphaltic eQnerete pavement, 40,000 cubic yar�s unclassified excavatiQn, airfield lighting, pavemeni marking, fencing and incidental irnpravements. The City reserves the right to re�ect any andlor alI Bids and �waive any arxd/ox all formalities. AWARD OF CONTRACT: No b�d may be withdrawn until the expiration of FTW00�44 CNTl3-1 ninety {9Q} days from the c�ate the bids are opened. The award of contract, if made, will be within ninety (90) after the apening of bids, but in no case will ihe award be made until the r�sponsibility of the bidder to whom it is proposed �a award the contrac� is verified. Bidders are expected to inspect the site of t.Yie work and inform themselves regarding local con.ditions. Bidders are r�:sponsible for obtaining aIl addenda ta �kie Contract Documents an.d ackz7:awJ.edgzng rec�eipt of addenda by initialing the appropriate spaces on the PROPOSAL FORM. Bids that do not acknowledge recez�t o� all addenda may be rejected as being non�responsive. Inf�rmaiion regarding the status of addenda may be obtained by cantacting the Departm�nt of Engineeri.ng ($17) 871-7910. Bidders are encouraged to submit the requi�ed DBE documenlatian with their bid. However, it is not a mandatory requirement. The Bidder must suppl.y all the information required by the izistruckions to Bidders and the bid z�n.ust be subrnitted on a form whici� substantially complies wi�h the form provided by the City of Fort Worth. The successful Bidder will be requirad ta furnis,h a Performance Bond and Payment Bond, eacY� in the full amaunt of the contract price, executed by a surety company or surety companies autharized to execute surety bonds under and in accordance c�ith the laws of the State of Texas. Policv. It is the po�iey af the Department af Transpoi�tation (D�T) tY�at disadvantaged busir�ess entezprises as defined in 49 CFR Part 23 shall ha�e the maacimurn opportunity to participate in the perf�rzz�ance af contracts financed in whole ar in part with Federal funds. All �idders and propasexs shall naake go�d �aith efforts, as defined in Appendix A of 49 CFR Part 23, Regulations of the Office of the Secxetary of Transportatian, to subcontract 22% (percent� of tk�e dollar value of the prime cont�•act �or the Base Bid, or 21% (nercent� of the dollar �alue of the prime contract for the Base Bid plus Bid Alternate 1 to sznall business concerns owned and controlled by socially and economically disadva.ntaged individuals (DBE}. In the event that th� bidder for this solicita�ion quali��s as a DBE, the cantract goal shall be deemed to have be�n met. Individuals who are rebuttably presumed to be sacially and economically disadvantaged include wornen, Blaeks, Hispa�ics, Native Americans, Asian-Pacific Americans and Asiazt-Indian Arnericans. Tk�e apparent successful bidder (proposer) will be required to submit infarmation concerning the DBEs that vc�ill pax�icipate in this cantract. The information vvill znclude the name and address for each DBE, a description af �e work to be performed by each named frrm, and the dollar �alue of the contract (subcontract). Ii the bidder fails to achieve the contract goal as stated herein, it will be required to }�rovic�e documentataan demonstrating that it made good �aith efforts in at�empting to do so, A bid that fails to rn.eet these requirements will be considered nonresponsive. FTW00244 CNTB-2 The propased contract is under and subject to Executive Order 11246 of Septernber 24, 1965, and to the Equal Opportunity Clause. The successful bidder will be required to submit a Certificafiaon o� Nonsegregated Facilities prior to award of the coniract, and to notify prospective subcontractors of the requirement for such a Certification where the arnouni of the subcantract exceeds $10,000. Samples of the Certi�cation and Notice to Subcontractors appear an the s�ecificatians. '` Women will be afforded equal oppariunity in a11 areas of employment. Howevez', the , emp�oyment of women shall not diminish the stan.dards or requiremen�s for the ' � employment of minorities. � � For contracts of $50,000 or mare, a contractox having 50 or mare employe�s, and his i E subcontractors ha�ing 50 or mare employees and who may be awarded a subcontract of $50,000 oz moz�e, will be reqttixed to rnaintain an affirmative action program wiihin 12� :� days of the commencement of the contraei. - A�tention is called to the fact that not less thaz� the prevailing wage raies, as establis�ed by ��� the U.S Department of Labaz and as hereinafter set fort� in the Contract Docunients ; hereinbefore described and which ar� made a part hereof, must be pai�d on this project. The proposed contract is s�bject to the Equal Opportunity clause contazned in the speci€ications, which wiil be furnished to prospec�ive bidders. Preaward Eaual 4n�orturutv Comuliance Reviews. Wheze the bid a� th� apparent low responsible bidder is in the amount of $1 millian or more, the bidder and his known all- taer subcontractars which will be award�d subcontracts af $1 million or more will be subject to full on-site, preaward equal opportunity compliance reviews before the award of the c�ntract for the purpose of determinin,g whether the bidder and his subcontractars are able ta comply w�itr� xhe provisions of the equal opporiu�aity clause. Compliance Reports. Within 30 days after award of this contract, the contractor shall file a compliance report (Standard Forrn 100} if: (a) The caz�tractar has not submiiied a complete compliance report within 12 rr�onths preceding the date of award: and (h) The contractor is withia the de�nition of "e�nployer" in Paragraphs 2e(3) of the instructions included in Standard Form 100. The contractor shall require the subcontractar Qn all-tier subcontracts, irrespeciive of dollar amount, to file Standard Form �00 wrtk�in 30 days after award of the subcot�tract if the above tvva condiCions agply. Standard Form 140 will be furnish upon request. FTWflD�44 CNTB-3 Buv American Pravision Tf�e propose�I contzact is 5ubject to�t�e Buy American pro�ision under Section 9129 of the Aviation Safety and Capacity �x�a��s�ni� A,ct of ,�990. Details of such requixe�e.nt are coutained in the Specifications. For additional inforanat�on, contact jerry P4eming, P.E. of �reese and Nici�.als, inc., at {8I7) 735�73(70, or Gopal Sahu, Y.E., project Manager af the City of Fart Wort��, Uep.artinent of Engineering at ($17) 871-79�9. • GARY 7ACKSQN C�TY yiANAGER �1,dve�Zisement Dates: Sentember 2G. 2002 October 3. 20p2 GLORIA p�ARSON' C1TY SECK�'1'AkX' Depat-�ment o� Engzneering �4.. Douglas Rademaker, Darector i �o'�`•_ - ,.. —� =� �Y' �.c%r - �.�._ y�. ' Ric � x•ic�, P.E. . Manager, �nPtrieei'111� SeNiCeS FT1��OQ244 CNTB-4 INSil�l�CilO�'S iO �IQ���S 1, Proposals for the construction of airport improvements at Afliance Airpor# wiH be received at the City of Fort Warth. Proposals shall �e compieted in ink or typewritten upon the blank form of the proposal. �'ropasals shall t�e enclosed in a seaied envelope, endorsed and addressed as follaws: Mr. �ary W. Jackson, City Manager City of Fort Wor�h Municipal Building � qQ0 Throckmorion 5treet Fort Worih, Texas 76102 RE: Cargo Apronffaxiway AIP P�oject No. 3-48-0296-1601 and 3-4$-0296-2002 Proposals tF�at are ekectronicaify transmitted will not be accepted. 2. Recei�t of all addenda issued shap be acknowledged by the Bidder in the space provided on the pro�osal #orm. 3. For the purpose of clarification, ii is understood that the work to be done is being financed in part by means of a grant from the United States pf America acting through the Federal Aviation Administration. The Federal Aviation Administration wi11 therefore require approval by their representatives of a11 contracts, attachments and similar documents, al1 partial and final paymer�t estimates, all change orders and supplemental agreements. 4. 5. The Bidder shall refer ta Section 20 of the General Provisio�s, Proposal Requirements and Conditions far instructians on preparation of tF�e Proposal. AA lump sum and unit �rices shall be stated in both script and figures. 6. Pre�ious Contracts. Section 6�-1.7(b) of the Regulations ofi the Secretary af Labor requires each bidder ar prospective prirne con#ractor and proposed subcontractor, where appropriate, ta state En the bid or at the outset of negotiations for the contract whether it has participated in an�r previous contract subject to the Equal Oppartuni#y Giause; and if so, whether it has fiied with the Joint Reporting Corrzmittee, t�e Director, and the agency or the former Presiden#'s Committee on Equal �mployment Qpportunity ali reports due under the applicabfe filing re�uirements. In any case in which a bidder or prospective prime contractor or proposed subcontractor which participated in a previous contract subject to Executive �rder 10925, 11114, or 11246 has not fi{ed a report due under ihE app[icable filing dacuments, no contract or subcontract shall be awarded unless such contractor submits a re{�ort co�ering #he delir�q�ent period ar such other period specified by the FAA or the Director, OFCCP. fF�e Bidder must compl�te the statement about Pr�vious Contracts included in the Rroposal. 7. � The Statement of Materials and Other Charges in the Proposal will be completed by the Cantractor upon award af tF�e Contract only if the Contraetor desir�s a taac �exemption certificate. The Buy American Csrtificate must be completed by the Bidder and submitted with the Proposal. 9. This project is subject to the requirements of 49 CFR part 26 concerning the participatian of disadva�taged business enterprises, and subject to Executi�e Order 1�1246 of September 24, 1965. � As such, successful bidders ara required to cam�lete the DBE Utiiizatidn form and the DBE letter(s) of inte�t included in #�ese documents. 10. Tt�e i�idder shall sign the Trade Restriction CEause included in these docurn�nts. Instruction to Bidders IB-1 � 1. The bidder shall sign tF�e Certification Regarding bebarment, Suspension, Ineligibility and Voiuntary Exclusion. 12. 41 CFR Section 80-1.8 states that a Certification of Non-Segregated Facilities shall be submitted prior to the award of a federally-assisted construction contract exceeding $1 Q,D00 which is not exempt from the provisions af the Equal Opportunity Clause. Contractors receiving federally-assisted con5truction contract awards exceeding $10,000 which are not exempt from the pro�isions of the �qual Oppartunity Clause will be required for the forwarding of th� following notice to prospective subcontractors for supplies and construction contracts where the subcontrac#s exceed $10,�� and are not exer+ipt firom the pro�isions of the �qual Oppartunity Clause. N07'�: The penalty for making false statements in offers is prescribed in 18 U.S.C. 100�. The Certification of Nonsegregated Facilities 9ncluded in these sp�cifications must be completed by the Bidcler and submitted with the i�roposal. �3. The successf�tl bidder entering into a confiraci for the work wil{ be required to give the City oi Fort Worth surety in a sum equal to the amount of the contract awarded. In this connectian, the successful bidder shall be required to furnisi� a per�ormance bond as weil as a payment �ond, hoth in a sum equal to the amount of the contract awarded. The form af #he bond shall be as E�erein provic4ed and the surety shall be acceptable to the City of Fort Worth. All bonds furnished hereunder shall meet ihe requirements of Article 516p of the Re�ised Statutes of Texas, as amended. In arder for a surety to be acceptable to th� City of Fort Worth, the name of the slirety shall be incluc�ed on the current U,S. 7'reasury list (Gircular 570) of acceptable sureti�s, and the amount of bond written by any one acceptable company shall nat exceed the amoun# shown on the Treasury iist for that campany. No sureties will be aceeptable ta the City of Fort Worth which are at #he time in default or delinquent on any bands or which are interested in any litigation against the City of Fort Worth, 5hould any surety on the con#ract be determin�d unsatisfactory at any time 6y the City of Fort Worti�, notice will be given to the contractor to that effect and the cantractar sha11 immediately pro�ide a new surety satisfactary to the City of Fort Warth. 14. It shall be the responsibility of the prospective bidder to visit the project site and make sueh examinations and explorations as may be nec�ssary to c�eterrr�ine the site of ail ambient conditions which rrzay affect construction of this project. Partic�lar attention should be gi�en to methods of providing ingr�ss and egress ta adjacent private and public properties, procedures for protecting existing improuerrEents and disposition of all materials to be remo�ed in order that proper consideratian may be given ta these details during the preparation of the Proposal and any unusual conditions which may give rise to later contingencies that might be brought to the attention of the Owner prior to tne time af #he submission of the Proposal. 15. Any questions arising during the ad�ertising periad as to meaning or intent of the specifications will be answered by an addendum prepared by the �nginEer. Addenda will be provided to those prospective Bidders who ha�e placed a deposit and who have been furnished with bidding documents and plans. All addenda issued shall b�come a part of ihe contract docum�nts. 16. Contractor's �iability fnsurance Requirements. The bicider shall provide with the Praposal a iisting of both automobile and personal liability insurance coverage currently in farce, along w9th a copy of a Certificate of Insurance as verificatian of that co�erage. Inst�ruction Eo Bidders IB-3� SPECIAL NO'i'�C� TO $IDDERS I3UY AMERxCAN - ST'�EL AND lYiAlY(7�ACTUR�D PRODUCTS FOR CONSTRi3CTi�N CONTRA,CTS (A�iation Safety aud Capacsty Erpansioa Act of 199Q) {a} The Av�atian Satety and Capacity �spansiou Aot af 199Q provides that prefereace be giYea to �teel and manufactur�d prod�cis grociuced in t�e United States �cvhen funds are �peaded pursusqt to a grant issue8 under ihe Airpor t Impravemeut ProgPam. �'be fbIIowing terms apply: �I. Stee! and manufaetured oraducts. As used in tt�is ela�se, steel and manufactured products include (1) steel prvduced in the United States or (�) a manufactured praduct produced ia t�e United States, if #�ae cnst oFits camponen#s rn�ned, �roduced or maaitTactured in tbe IInited States erceeds 60 percextt oi the eost of alI its campaneQts and final sssemb�y has taken placc in the United States. Compoaents vf foreign origin of the sasae clas� vr kiad as the pcodne#s referred to in subparagraphs (b) {1,) or (2) shall be treated as �aale9tlG 2. Comnonents. As used in tlsis clauae, companents means those articles, �sa#e�-ials, a[xd suppGes incorporated direct�y into steel and mauufactured products. 3. Cost of Cmm�ooents. This mca�s the wst for production of the com�panents, eiclusive of iu�,al asseu�bly labar coats, (6) The successfe�l bidder will be required to assure that o�nly domestic steei aad manufactured producis will be used by,the Contractor, subcnntractors materialmen, ac�d supg�iers in the perFormance of #his coatract, eacegt those (]} that the U.S. �epar6neat af Trainsportatio�u has determined, under the Aviatian Safety and Capacity E=Qansion Act of X990, axe nnt pr�duced in the United States in sufficieaf and reasonably available quantities aud of a satisiactory qua)sty; (�) that the U.S. Departmeat af Transportation b�as determined, under the Aviatiou Safety and Capaeity Expansion Acf oi i990, that domestie preference wouid be i�nconsistenf with t�e public interest; or (3} that inctnsion af dotnestic material will inerease the cost of the overall pro�ert eontract �y mare tha� 25 perceni. �� (?/9?) SPECIAL INSTRUCTION TO BIDDERS REGARDING EEU Notice of Requirement for AifrEna�ive Aciiou to �nsure Equal �mploymeni Op�ortunity (Executive Order 11246, as amended) 1. 2. '�he Offeror's or Biddcr's attentios� is called to the "T+�qual Oppor�un�ty Clause" and the "Standard Federal Equal Employment Opportunity Constructian Contract Specifications" set forth herein. The gnals and timetables for minority and female participativn, expressed in percentage terms for ti�e cantractor's aggregate work force 4n each trade on all co�strucfion work in the covered area, are as fallows: Goals for minority �►articipation in each trade 1$.2% Goals for i'emxle participation in each trade 6.9 % These goals are applicable to all the contractor's constr�ction work (wheiher or nat it is Federal or federally assisted) performed in the covered area. If the contractor perforrns construction work in a geographical area located outside of the covered area, it shal[ apply the goals esfahiished for such geagraphica! area where ihe work is actaally performed. With regard to this second area, the confractor also is subject to the goals for both its t'ederally invnlved and nonfederafiy involved cpnstruction. The contractor's compIiance witl� the executive order and the regulations in 41 CFR Part 6fl-�1 shall be based on its implemeniation of the Equal Opportunity Clanse, speciiic aff r¢�aative action obligations required by the specificatians set forth �n 41 C�'R Part 60-4.3(a), and its efforts to meet the gnals established far the geographical area where the contract resulting froir►a tk�is solic'station is ta be performed. The hours of minority and %male employment and training musi be se�bstantialiy uniform thraughaut the l�ngth of the contract, and in each trade, and ihe contractar shall make a gaod faiih effcsrt to e�nplay minorities and r�omen e�enly an each of its Projects. The transfer vf minorify or female employees or trainees from contractor to contracior or from project to project, %r the sole purpose af meeting the contractor's gaals, shall be a violation nf the cantract, the executive order, and the regalations in 41 CFR Part 60-4. Cam�liance wit3� the goals will be measured against ti�e total vvork haurs performed. 3. The contractor shall prnvide written notification to the Director, OFCCP, within 10 woxking days af award of any cvnstructinn subcontract in excess of $1Q,OOD at any tier far constrnct'ron work ur�der the contract resulting from this solicitation. The noiificatian sha14 list the name, address, and telept�one number oi the subcantractor; employee identi�cation number; estimated doflar amaunt af the subwntracY; estimated startir�g and completioa dates of fhe subcontract; and the geagraphical area in which the contraet is �o be performed. 4. As used in this notice and in the contract resulting from this solicitation, the "co�ered area" is Fort Worth, Tarrant Cot�n[y, Texas. (2/9l) INSTRUCTIONS REGARDING CONTRACTOR'S lNSURANCE, The follawiag pro�+ision or a simii3ar p rovisian sl�ail he inc�uded in ti�e Special Provisio�s and �n the Instructiaas to Sidders for all pPoposed AIP project bidding dncumeuts: Cantractor's Liabilit�• Iasurance Reauiremenis. Tlje bidder shall pYorride v+�ith t�e Propasal a Iist�ug ot both automiobile and persnnaI liability insurance coverage curreatiy in force, alang with a capy of a CertiScate of Ins�srauce as verifcation of that covetag� In additian, the bidder shali provide a statemeut of premium casi issued by t�e agent or insurance carrier ior that co�er�ge. In the even# tf�e Qwneer determines t�at the iow bidder's enverage iA fnrce is inadequate, ttxe Owner may x�equire the 1ow bidder to procura additional coverage us aaxounts specified by #he Owner. The ¢ost of preminms for such sdditionaI coveraga shall be paid by #�e Ov►'uer in the form of a reimbursenaeat under the co�track In t�ie event the low hidder is una6le, after diligeut ePfort, ta pracure such additional coverage aa may 6e required b}' the Owner, tbe Owner shall provyde such additional coverage, uaming the contractor a� insured or, at the option af tf�e Owner, reduce the amaunt of additional caverage required or waive any requiremeat foP additioaal coverage. Third Partv Caverage. In the event the biddi�ng doruments require the coutractor to name the coasultant andlor the Uwuer as addit'ronal iasured, the bidder shaIl show the ptemium cost t'ar the additional insured in the Propasal in the item for addltianal coverage. The amount shown 'sn #he bid item fnr additinnal premium cost shall be that amnun# of additianal premium aba�e the premium for the coverage shown ia t6e Certiiicate of Iz�surance submitted �rzth the bid. In tl�e eveut addfional ca�erage is requ�ired by t�e Qtivner, ihe additional premium cost %r third part7' ca�'erage a6ove the amounts shov+'n in the Certiiicate ot Insurance shall i�e paid hy the dwner in the fprm of a reimbtsrsemeat uader t4�e contraci. ��� �J (?I9?J ���i��'���� ��Q����Q�r� t .� V4'AGE. LABQR, EEO, SAFETY AND GEI�ERAL REC�UIREli�IENTS SECTTON A (Federal Aviation Administration (FAA) RequiremenEs} A-1 Airport and Airway Impro�ement Program Project. The wark in this contract is included in Airport Irinprovement Praject No. 3-4$-U296-1G-01 whiclx is heing undertaken and accomplished by Ehe Ciiv of Forf Worth. Texas (Sponsor) in aecordance wifh the terms and conditiorts of a grant agreement between the Sponsor and the United States, under the Airport and Airway Improvcment Act af 1982 {P.L. 97-24$) as arnended by tlie Airport and Airway Safety and Capacity Expansio❑ Act af 1987 (P.L. 100-2Z3) and Part 152 ok'the Federal Aviation Regulatians (14 C`FR Part 1S2), purs�ant to wl�ich the United States has agreed to pay a certain percentage of khe casts under those Acts. Ti�e Unitec� States is not a party to this contract and no reference in this contract to the FAA or any representative thereoi', or the URited States, by t�e contract, makes the United States a party to this contract. A-2 Consent to Assignment. The contractor shall obtain the pr[or written co�sent of the Sponsor ta any proposed assign�neni o1' any interest in or part of this contract. A-3 Cor�vxct Labnr. l�a convicE labor may be esnployed under Ehis contratt. A-4 Veterans Preference. In tbe employ�nent o[ labar (except in executive, administrative, and su�ervisory pos'rtions}, preTierence shall be given to veterans of the Vi�tnam era and disabled �eterans as defined in Section S�S(c)(1) and (2} of ihe Act. However, This pre%rence skall apQly 4n1� where t�e ind€viduals are available and qualified to per%rm the work to whi�h the employment relaies. A-5 Withhold�ng: 5ponsor irom Cantractnr. Whether or not payments or advances ta the Citv of Fort Worth (5po�sor) are withheld or snspended by the �AA, the Sponsor may r�vithhold or caus� to be witi�held from the contractor so much of the accrued payments or advances as may be cansidered necessary to pay laborers and mechanics e�nployed by the contractor ar any subcontractor on the work, the full amaunt of wages reyuired by fh�s contract. A-6 Nvnp�yment of Wages. . If the contractor or su5contractar fails to pay any laborer or mechanic ernployed or working on the site ntthe work any of the wages required by this contract, the Citv nf Fort Worth (Sponsor) ma�, aFter written notice io the contractor, take such action as may be neeessary to cause the susPension of any further payment or ad�ance of funds u�til ihe vialations cease. �zi�z� A-i �"AA inspectian a�d revi�w. The contractor shap allow any authorized representative of the FAA to inspect snd review any wark or materiais used in the performance af this eontrac� A-S Su�cnntracts. The contractor sha11 insert in each of his subcontracts the prvvisions cantained in paragraphs A-1, A-3, A-4, A-S, A-G, and A-7 requiring the subcontractnrs to include these provisians in any lower tier subcontracts whieh ihey may enter into, together with a clause req�iring this insertion in a�y further s�bcontracfis thaf may in turn be made. A-9 Coutract termination. Any violation ar breacli af the terms oi this contract on tt�e part of the contractor or subcontractor may result in the suspension ar termination of this contract or such other act�on which may be necessary to enfqrc� the rigi�is qf the parties of this agreement. (a9 CFR Part 18). A-10 Inspection of Records. The contractar shall m.aiptain an acceptable cost accounting systetn. The Spansor, the RAA, and the ComptrolIer General of the United States shall have access to any boaks, docuFnents, paper, and records of the cnntractor which are dircctly pertinent to the specific contract %r the �urposes of maki�g an audit, examination, excerpts, and transcriptians. The contractor shaCl maintain ali require8 records for thrce y�ars after the Sponsar makes iina! payment and a!1 other pendi�g matters are closed. (a9 CF'R Part 18). A-II Rights tn rnventions, Ali rights to inventions and materials generated nnder this contract are sub�ect to regulations issued by the FAA and the Spor�sor of tf�� �'edera[ grant under which this contract is executed. Information regarding these rights is avaiia6ie from the FAA and the Spo�sor. {49 CFR Part 18). A-12 Generai Ci�il Rights Pro�isio�ns. The contracto�- assures that it will comply with pertinent statukes, �xeeutive ordera and such rules as are grom�igated to assure that no person shaii, on the gro�nds of race, creed, colnr, naiional origin, sex, age, or handicap be excluded [rom participatin� in any activity conducfed with or benefiting from Federal assistance. This pravision binds the cantractor from the bid solicitation period through the caznpletion of the contract. (Sectiop 520, Airport and Airway Improvement Act of ]982). (2/92) ��f SECTTON S DAVIS-BA C UN A CT REQUIREMENTS (�9 C�R P�RT S) B-I Minimum Wages. (a} All labarers xad mechani� et�plpyed or worltisxg upoq ibe site af t$e work wiil be paid u,uconditiaaall? and nof less of#en than o�ce a week, and without s�6sequent dedurtio� o�e re�ate on any acco�ut (ezcept such paym� deductians a� are permitisd 6y the Secretary nf I,abor under fhe Cope[atid Art {29 CFR Part 3)), tbe full annount of �ragea a�d bona fide fringe 6enefita (or cash equivaleat the�rea� due at tisne of payment computed at rates not les� than thoae cantained iu the wage determinatian of the $eeretary of Labpr which ia attacl�eri bere#n and made a part hereot, �egardless of any contractual xe�ationsh.s'p which may be alleged to esist bstween the contraetor and such laborers and mechanics. Contributioas r�uade ar eosts t�easonabiy anticipated for boua Tide iringe henefits undee seetion 1(b)(2) vf ihe Davis-Bacoa Act on belaalf of laborers or mechanics are considered wages paid to labores� a� meehaaits, subject to the provisions of parageaQh (B-1)(d} of ti�is sectiou; also, regular contt�butioas made or costs incurred i'ar more thate a weekly period (laut not less often tl�an quarterly) under pIatss, tunds, or pragrams wf�ich cbver fhe particular weekly period, are deemed to be constructi�ely made or incurred during auch weekly geriod. Suc$ laborers asad mechanics sha�l be paid ihe agpropriate wage rate ani3 frirsge benef"tts on the v�age de#ermitxation far the class�catin� of work acEually perfarmed, wiihout regard to skill, except a� provided m 29 CFR Part 5.�(a)(43. I,aborers or mechanics performing work in more than oae clsss�icatiou may be couapensated at #4�e tafe sperit"�ed fo� each classification for the time actualIy warked fisere'sis: Provided, T1nat the employer's payrol� records accura,tely set �`orth tlae time speut in each classifieatian in which work is performed. The wage �eterminatian (includin� any additional ciassiiication aad wage rates conformed under (B-1)(b} of this section} and the Davis-Bacon posier (WH I321) shali hc posted at all times by the caafractnr and its subcanfracfors at tk�e site of the work in a promiueut and aceessible place where it caa eas�y be seeu by the workers. {b} (1) The cnntraciing nfficer s�all req�ire that any class oi laborers o� mecha.nic� �cvhich is naE iisted in fhe �►�age determiaation and whicl� is to be employed under the coatract shall be classii3ed in canformance witb the wage determinatian. The contracting officer shall approve an additiotial eiassification and wage rate and frivage benefits therefore only �vhen the %llowing critecia have been met: (i) Tbe woPk to be pert'ormed by #he class�catiort reqnested is nat �erformed by a cla9siticatioQ in the wage determinations; and f.. � � (ii) The classificatiob is atilized in the area by i#�e co�struc#ioo •indust�y; and {ui) Tbe praposed wage rate, iacluding any bona �ide fringe benefits, bears a�easonable r elaiioash,ip to the r►�age rates coutained in ihe wage rietermipation. (2) If' the coutractor and the laborers and mechanics ta he employed in the ciass�cation {if kz�owu), or their repre�entatives, and the coutracting o�cer agree on tbe ciassification aad w�age pate (iaciudEug the amount designated fo� frin�e heneiits v��here appropriate}, a report of #he aciian takea shali be sent by ti�e confracting officer to the AdmiaisfraEor af the Wage and Haurr Divisiaa, Employment Sta�dards Adwinistr�tiop, Li.S. Departmeut af Laba�, W�s}siagtoa, D.C. �?�') Z421U. The Administratar, or an a�ti�orized representative, wiil apprave, modify, or disapprove ever�• additionaI c�assfficatian attion wifhia 30 days of receipt and so advise the contracting officer or �+�ill notify tb�e cont�actiag officer within the 30-day period that additivnai time is necessary. (Approved by the �fiice of 11�Iauagement and �udget under aMB Control Nuznher 1115-0X44}. (3) In the eveut t�e contractor, #!Ze laborers or mechanics to be employed 'un #he c�assificatioR oe t�ei� �eptrse�tafives and the coatractiug afficer da not agree on the proposed classifcation and R�age rrate (including t�e amouat designated far friage benefits w�bePe appropriate), rthe contracting offieer ahau rrefer t�e questions, including the v�ews of all interested parties aad #be recommendation o� tbe �ontracting afficer, to the Admiaistratoe for determitsatioo. The Adnninis#ratar, or am autharized represeatative, will issc�e a determ�ation witl�in 30 days of receipt and so advise the cnntracting of�icer or will notify the coetracting nf�ices rizthi� the 30-day period that addit'taas� time is necessary. (Approve$ 6y the O�ce of Management anid �udget undcr OMB CoatroI Number 1215�-0140). (4) 'i'he wage rate (includio,g fringe bene�ts w}�ere apprupri�te} determi.Aed p�trsuant ta snbparagraphs (B-I){b}{Z} or (3) of this para�raph, shail he paid to aIl workers perfotmiug work in the class�catio� under thia contract fro�.nt the first day on which work is.performed in tk�e ¢lassiiication. (c) Whenever the minimum wage rate prescribed in the contract for a ciass of laboters or mec�anics inclndes a fringe benefit whicl� is aot expressed as atx haurly rate, the contractor shall either pay the beneft as state� in the wage determinafioa or shall pay another bana fide fringe benefit or am hourly cash equivale�t ihereof. (d) �f the cantraetor does qot make paymeuts to a trustee or aiher third person, the contractoP may consider as part of the wages of any la�iocer ar mechanic the amount of aay.costs reasonably anticipated in ptn�•icfing bona fide fringe bene�ts undet� a plan or program, Provided, Tt�at the 5eeretary af Labor k�as foaad, upon the writteu requeat of the contractor, that the appfica6le standards of the Davis-Bacon Act hava besn me� The Secretary ot Labor may require the ct�ntractor to set aside in a separate account asset� far the oaeeting of abGgation� under t�e plat� or program. (Appro�ved 6r t6e Office af Managemeai and Budget uader OMB Contrnl Number 1Z15-0144}. . B-� Withhalding. � The Federal A�'iation Ac�ministration or the Spa�usoe shalI upon its orwn action or upon written request of an authorited representafit�•e of the Departm,eut of Labor witb�t�nid or� cause to be withheld from #he contractor under this contract or aay vther Federal contract with the same prime contracto�-, or any othep �'esierat�y-assisted contract subje,�t fo David-$acon prevailing wage requirements, which is held by the same przme contractop, sa much of the accrued payments or adv$nces xs u:ay be ca�sidered neces�ary fA pay kaborer9 and mechanics, includimg apprentices, trajnees, and helpers, em�loyed by t�s contractoe op any subcantractor the full amount of wages reguit�ed by the contt�aci. In the event oifailure tv pay ar�y labarec or mechanie, including any a�prentice, trainee, or helper, emplo��ed or worlcin� on the site of work, aIl or paa-t nt' the wages requi�ed by the contract, the Federal Aviation Adminis#ration may, after�+�rittea natiee to the cnnt�acior, sponsar, applicant, or ownerr, take such actian as azay be necessary to cause the suspeusiom of any further payment, advanca, orr guarantee of iunds unti[ sucf� �io�ationa have ceased. B-3 Payrol}s and basic records. (a) Payrnlfs aud basic records re�ating thereio shall be maintai,ned by the con#�actor during ibe cuus^se of t�e work and p�served for a periad af th�ee year� thereafker far sll iaborety and mec�anica warking at the site oi the �•ark Such teeords s�all contaia the �same, address, and social securiiy number ot eaci� sach worket, his or he:r (�?) 3 carrect ctass�icai�on, houriy rates af��ages paid (includin�g rates nf cvatri�utions or casts an#icipated far bona #ide friage benefits or cash eq�ivaieafs thereof af the types described � 1{6)(2)(B} oF the Davis-Bacon Act), ciaily and weekly number of hours warked, aeductioas made and actual wages paia. Wheaever tbe Secsetary of Labor �as found nnder 29 CFR 5.5(a)(1)(iv) il�af the wagss of any jaborer or mec�anic itulude the amaunt of any eosts Yeasonably anticipated in providing benefits under a plan or program descrihed in section 1(6)(�)(B) of the Davis-Bacan Aci, the tamt�actnr shall maintain �ecords which s�ow that the commitmeat to pro�ide such benefita is enforceable, tt�at t�e plan or prngPam is financsalfy responsible, and ihat the �lan �r program has been comm�tnicated in �vriting to the laborers o� mechaaica afl`ected, and records wf�ich s�ow the cosis antici�ated oe the actual aosts incurred ia pror*idi�g saci� benefits. Contractors empio�ittg rappreIItices or trainees under approved programs shall maintain wr'rtten ehdence oCthe registratioa oTapprenticeship programs a.nd certitication af traines prvgrams, the registPation of the apprentices and trai�aees, and the ratios aad wagc rate� prescribed in tha applicable programs. (�9 C�R S.5(a)(3)(i} (A,pproved 6y the OfFice of Management and Budget undeP OMB Controi Numbers 1215-t! 1�0 a�ud 12I5-0417). {b) (1) The contractor shall sub�it weekIy, for each week ia wf�icit any cantract wark is per%rmed, a cnpy nt atI payrolJs to the applicant, aponsor, or owuer, as the case may be, for lransuYission to the Federx! Aviation AdmiQistr�n. T1ae,qayroiL� submitted shall set out acruxately and completely all of #he information required to he mai�ntained under paragraph SS(a}(3)(i) ahove. This information �ay be submitted in a�y form desired. Optional Form WH-3=�7 i� a�•aila�le for this p�rpase aud may 6E purcbased from tE►e Supc�rinteudent of Dacumeuts (Federal St�kNum6�r QZ9-0QS-00014-1), U.S. Gaverament Printing Office, Washiaagton, D.C.20402. The prime contractor is respoQsihie for the submission of capies of payralls by all subcantractors. (Ap�roved by the Office of MaBagement and Budget under aMB Contro[ Number 1215-01�9}. (2) �ach pa}•ral! suhmitted shaU be accompanier� by a"Statenaent of Cotnpiiaace," signed by the eontractnr' os subcontractor ar his or ber agent who pays or supervisea fhe payment of the persons emplo3�ed under the contraci aad shaA certify the foliowing: � (i} That tbe payroll for the payro�l period contains the iniormation required ta be mafntained under paragraph S-3 (a} abo�e and that sucf� in%rmatian is correct and co�nplete; (ii) That each laborer amd mechanic (including each helpee, appreutice and trainee) employed on the coutract dut3ng the pa? roll period has beea gaid t5e - fuil weekly wages earned, ryithout rehate, either directly or ioditect�}�; and #hat no deductiona have been made either directly or indirectly from tl�e fu[L wages earned, ather than permissibie deductions as set Torth ia AeguiatioQs �9 CFR Part 3; � ('ui) Tt�af eac� laborer or mechansc has been paid uat less than the applicahie wag� rates and fringe benefits op eash equi�•ateuts for the classifica�tion of work - performed, a9 spec�ied in the appGcabje wage determinatioa incorpQrated intp i the caatracL (3) The weekiy sabmission of a properly esecuted cerk�caiion set fort5 on t6e reverse side af Optional �'orm WH-34i shaIl satisfy the requirement for suirmission of the "5tatemcat of Compliance" requi�ed by �arag�-aph $-3 (b)(2) of tlsis see#fton. (4} The fa�sif'icafioa of aay af the above certifications may subjeci tF�e coatracior ar subcoQtractor #o civil or criminal prasecut'son unde� Seetiou 1Dal. af Titie I8 aad Section �3], of Title 31 of ihe United States Code. - (Z/91) � (c) The conttactor or subcontractor si�ali make t�e necvrds required qnder paragraph B-3 (a) of this section avaiiable for iuspection, tc>pyi�ng or transcription hy authorized represeatatives of the Sponsor, tfie FecieraI Aviation Admfnistrdfion or #he Department of Labor, and shall permit suc� represeatatives ta interview etuployees during warTdng hours om the ja6. If the contractor or subcoatractnr fails to subnait the required recnrds or ta make them available, t1�e 1�`�deral agency may, after writtea ztatfce to 1��e cnn#tactor,.sponsoe, applicant or ownef, take sneh aetion as may be necessary #o cause t�e suspension a{ any further payment, advance, or guatautee of funds. Furthermore, failure to submut the rec�uired records upon request or to maite suei� recards avaiiable may be grounds for deharment actioa pursuant to Z9 C�'R 5.12. B-4 Apprenticas aad Trainees. (a) Apprentices. Appren#ices will be permit#ed ta wnrk at less than the predetermined rate 3'ar the work they pet�'ormad wlaen they Rre emplayed pursuant to aud individually tegestered in a bona tide apprenticeship program registered with t�e U.S. Department af La6ar, Empioyment and Traitting Administration, Bureau af Appreuticeship and Tpaining, o� with a State Appreuticeship Agency recognized by the Buresu, or if` a peraon is emplaysd in his or hee �rst 90 days of probafianary employment as an apprcntice in auch an appeenticesttip program, w�o is not individttally registeted in tk�e pro�ram, but who has beea cert�ed by the Bureav of Apprentic�ship and Traiu�ng or a 5iate Apprenticeship Ageacy {where appropriate) to be eii�ible foP probationary emgloyment as an sppreatice. The allowable ratio of apprentices to journeymen ou the jab sYte iaa any craft classifiration shall uot be greater than the ratio petm'ttted to the contractor as to the entire woric #arce uader the registered program. Any'worlter listed an a payroII at an apprentice rvage rate, who is not tegis#ered or otherwise em�ioyed as stated ahove, shall be paid not leas tfian the applicable wage rate nn the wage deieruzination for tbe classzfication of work actuaIly performed. In add�tion, any apprentice perfarming work on the job site in exeess of tbe ratio permitted uz�der the re�isterad program s�all be paid not less thau ihe appGeable wage rate on the wage detetmirzatiou foe tl�e work actuatly per%cmed. Where a contraetar is performing ennskrsjction on a project in a lacality other tlzan that iu whici� its program is registered, the ratios and wage ra#es (erpressed iu percantages of i6e jaurneyman's houriy rate) spec�"ied in the enntractor's or subeontracior's registered program shall be observed. E��ery apprentice must be paid at not less than ihe rate specidied in t�e registered progratm for the apprentice's level aiprogress, eapressed as a percentage of the joarne}'men houriy rate specrtied in the applica6le wage determinatioa. Appreutices sha� be paid fringe beue�ts in accordance with tl�e provisians otthe apprehticeship program. If the appreflticesfup program does not specify fringe benefjts, apprentices must be paid the full amnunt af fringe bene�ts listed on the wage dete,rmination for the apglicable classification. Tf the Adm'r,nistra#oc determines tha# a different practicc prevails for the applicable appreniice classification, fringes shaU be paid in aceordance wit� that defermination, IE► the event the $ureau of Apprerzticeship and Traimi.ag, ar a Staie Apprentireship Agency recognized by the Bureau, withdraws apprnval oT an apprenticeship program, the contractor will no longer be permitted ta utiIae apprenticas af iess than the app�icable predetermined rate for the work �erformed until an acceptable program is apprn�ed. . (�) Traiaees. ��cegt as provided im 29 CFR 5.16, trainees wiIl not be permitted ta work ai less than the predetermined raie farr the vvark performed.uniess il�ey_are employ�d.pursuant #a and i�ndYvidually registered in a ptogram wtzich has received prior approval, evidenced b� formal cexti,t"icatioa by theil.S. Department af Labar, Ernpioyment and Traiming Administrafion. T'he �atio af trainees to jou�rneynuea on the job si#e shall not be greater than permitted �nder� the plan appcoved by the Ett�ployment at�d Training Adnaimistra#ion. Every traiuee must be paid at z�ot less than the rate specified in #he approved prograin for the trainee"s levei af p�ogres�, eapressed as a percentage of the journeyman haurly rate specified i� the applicable �vage determinatia�n. Traine�s shail be paid frin�e bemef�fs in accordamce �rzth the pravisi�ons ot the trainee program. If the trainee grogram dnes not meation fringe benefrts, traiaees shalI be paid the fuII amouni of fringe benefit9 listed nn the wage detertuix►ation unjess the Administratne nf the Wage aiad Hour Divisian determ,ines that therre is an apprentices�ip peogram aasociated vvith the correspondiug jouraeymau wage rate on the wage determination which provides foe less than f��l friage benefits for appren'ticea. Any e�ployee listed on the payro�l at a trainea rate who is aot regisiered and participating iu a tz•sining plan ap�ro��ed by the Emplayme�t and Training Adminis#ration shall be paid not less than the appIica6le <?�?J K�age rate o� the wage determination for t�e classificaiion of woric actual�y perfor�ns�d. � In add�tioxt, auy trainee psrforr��ing wurk on tl�e jo6 site iu eacess af tfie ratio permitted under the regisiered progPam. shaII be paid not less thaz� the applicabie wage rate on the �+age deter�oainAtion for the work actually perfarmed. In ffie eve�t the Em�[oyment and Traiaing Administration withdraws approval uf a traiaiag Qro�eam, the contrartor ws� no Ioagerr he permitted fo ntilize trainees at kss tfsan the apglieable predetermined xate for the wor�c performed unti3 an acceptable p�-ogram is app�nved ' (c) Equal Emp�aymenf Oppoirkunity. The ntilization o#' apprentices, trainees asYd journeymem uader this pa�-t shail be ini canfot�mity wit1� the equal. employment opportunity reg�sirements oi Execuiive Orcier 11246, as ameaded, and 29 CFR Part 30. B-S Compliance With Copeland Act Requirerneats. - _ . , The contractor shall compiy wit5 the requireme�ts af 29 CFR Part 3, which are incorporated by tefereuce in t)xis conEract� B-b Subcontracts. Tk�e cantracfor ar a�bcentraetor shal� insert in a�y subcontract9 the clause9 contaiued ira 29 CFR Part 5.5(a)(I) through (10) and such other clauses a� ihe �erieral Aviation Adminis#ration may by appropriate instructions req�ire, and also a clause rec�uiring the subcontraetors to uac3ude these clauses in aby lawer tier suhcontract5, T�e prime caatractor s�all be respansible for the compliance by a�y subeontractor or lvwer tier subeoatractor with a�l the coa#ract clauses in �9 Ck'R Part 5,5. B-i Compliance Wrth Da:vis-Bacon and Relatetl Aet Requirements. Al] ruliugs a�d s�tetpretation� of the Davis-Bacnn and Related Acts contained iia 29 CFR Parts I, 3, aur� 5 are herein incorporated by referenca in this contracL B-S Disputes Concer�ning Laboe Standards. Disputes arising out of t�a labor standards provisions of tl�is coutract shaIi aot be suhjecf co the general disputes clause of this coatrac� Suc� disputes sha�l be resotved in acaordance rr�itk the procedures af the Department of Labor set %rth us 29 CFR Parts 5, 6 and 7. Disputes tvithin�the meanirsg o{ this ciause include disputes between tl�e contractar (or any of ita subcnntractors) and the contracting agency, the U.S. Departmemt nf Lahor, or the emploY�es or their represe�tatives. S-9 Certifieation af Eiigibility. . (a) By enterin�g into this rnniract, the coatractar certi:fies that nei#her it (nar he or she) nor a�y person or firm who has ati iratet,est in the cantractar's frm is a person or frm i�aeligible to be awarded Government cnntracts by virtue o� seetion 3(a) of the Davis-Baco�a Act or 29 CFR 5.12(a)(1). (b) No part of this contract shall be subcan#racted to at:y person or �rm ineligible for award of a Go�ernmeut contract by virtue of sectiou 3(a} af the DaYis-Bacoa Act or 24 CFR 5.12(a)(1}. (c) The genalty for makiug false statements �s prescribcd i�n the Q.5. Crimin�al Code; I8 U.S.C.'IOUI. B-1D Contract Terminafivn: Deba�meai. (y192j ' . 6 A breach of t�e cantract tlaases in paragraph B-1 t�rough B-9 of this section anci paragraQhs C-1 through C-5 of 5ection C may be grounds for terminatian o� the canfrart, and for t�e de�arment as a co�tractor amd a subcontracio� as provided in Z� C� 5.1Z. � i (�/9?} � SECTION C CONTRACT WORKHOT?RS ANb 5AFETY STANDARDS ACT REQiiiRENiENTS {29 CFR P�RT 5) - C-1 Overtime Requiremeats. No cuntracior or subcontractor contraciiu,g Yor any part oi the coutract work wF�ich may require or involve the employoaeat of laborera or m�echanks sha�l reqnire ar perm�it any suc� laborer ar mec�anic, inci�ding watchmea aad guards, in any workw+eQlc in which he ae she is empioyed on suct� work to rvork irx e=cess of forty hours in suci� w�or4nveels unless such laborer or mechanic t+ac�'tves compeusatioa at a ra#e nat less than one and one-�aalf times the basic rate of pay for all hours w�rked in�escess of farty Ixaurs in such warkweek. , C-2 V'solatiom; Lia6ifity Yor Unpaid Wages; Liq�sidaied Damages. � �.. In tbe event of any viajation of the clause set forth in paragraph C-1 a6a�e, the eantracior or any suhcontractor respnnsible therei'or gisaIl be Gable for the un�aid wages. Ia addition, suc}s contract�rr and subcontractor shall be lia.ble to the United States ('va the case af work done unde� coniract for tbe DisEriet of Columbia ar a terrstory, to such D�strict or ta such tcrritory), far liquidated daruage�. Such liquidated damages s�aIl be cotuPuted ►vit� respsct to eacls individ�tal labarer or mechaaic, including watchmen and guards, empinyed in viojafion oi the clause set fortb in paragraph C-1 abave, in the �urn nf $10 for eaeh ealeudar day on which such indi�idual was required ar permitted to work iin esces� of the standard wbrltweek of forty hours without payment of the o�ertime wages req�ired by the clause set forCh in paragraph C-1 abave. C-3 Withho[ding for Umpaid Wages and Liquidated Damages. The Fecieral A�•iafion Administraiion or the Sponsor shall upon its own actioa or upon written request of an authnrized repre4entain�e of the Departmettt of Labor withhold ar cause to be v►nthheid, from atty monies paynble on accouut of work periarmed by the coniractor or su6contractor uncler any such coatract ox any other Fetieral contr$ct with ihe same prime contractur, or aay o#her Federally-assisted contract subject to the Contract VVork Hours and Safety 5tandards Act, vrhich is held by the same prime coatractor, such sums as may be cietermined to be aece9sary to satis�'y any �iahilities af such contractar or su�contrsctor for uapuid wages and liquiriated damages a� pro�ided in fhe ciause sef forfh in paragraph C-2 ahove. C-� 5etbcnairactors. 'The �contractor or subcontraetor shall insert im any subcontracfs th�e clattses set farth in paragraphs Gl throug� Ca and also a clause requiring tife subcontractar to include these ciauses in atty lower tier sut�confracts. The p rime cantrac#or s6ali be respaasible Tor eonapliance 6y any suhcontractor ae lower tier subcantractor wifh tlae cl:tuses set forth ia paragra�rbs C-1 t,�rough C-4. � C-S Working Cond[tiaus. No cnntractor or su6contractor� may reqtiirie any laborer or rnechanic empio3 ed in the per�'orasance oi any cuntract ta r�ork in 9urYoundinga or vndep woricing condifians that aPe �nsanitar�, hazardoas oe dan�eroua to his heal#h or safety a.e determined uuder co�astruction safety anc! heaith stauclards (Z9 CFR Part 1926} issued by tt�e Dep�rtment of Laboe. {3/9?) _� u � SECTI4N D EQUAL ENiPLDYMENT OPPORTUNZTy (a1 CFR PART 64-1.4(b)) During ihe perfnrmance of this contract, the cflniractor agrees as foIlaws: D-1 The wntractor will not discriminate agai�nst any emp�oyee or applicant for e�ploymeuf because of race, coior, religian, aex, or natianal origin. The eoa#ractor w;ll take a#i'Yrmati�e actian tn ensure that apQlicants are employed, and ffsat employees are tteated during employment without ragard to thair race, color, reiigion, sez, ar natioaai origin, Suc� action shaIl intlude, but not be iitnited to tfie fo�lowing: . • Employment, upgr�d'uig, demofion, or tranafer; tect-uitmeat or recruitmea# advertssing; layoff or termivation; rate� oi' pay or other lorius of compensatioa; and �eiertioa for training, isxcluding apprenticeship. The contractor agrees to past in conspicuous places, ava�tabie to e�playees and applicants far employment, naticas to be pro�ided setting fortb the prnvisia�as nf this naQdiscrim,inatian clattse. D-2 The contractorwill, in aiI so�icifatians or advertisements for ea�playees ptaced �ay or on behalf of tl�e contractoe, state tha# all. qualified apgGcatfts will receive� cous�derations fot` e�nplaytneut withaut regard io race, eolor, religion, sez, or national arigin. � D-3 The coutracfar wiil send to eacl� �abor unioa or representatfve o#'�►workers wifh'whic� he has a callective ba,rgai�ing agreeroent or ather cantract oc uadetstanding, a natice to be proYiderl advising the said labar uniot� or workers' representatives of ihe cantractor's comrx�iYments under tlzis section, and shaII pos# copies o£t}ze notice in conspicuous places available to employess and applica.ats for employmen� D� The contractor a�ill comply with al! grovisians o�' ��ecutir�e Order 11246 of Sepiem6er �4,1965, as amended, and of the rules, regs�lafivns, aad reievanf orders of the Secretary oC Labor. D-S The cnntractor v��ill furuish all infarmation and reports required by Eaecntive Urder I1245 0# September �A,19b5, �nd by ruies, regula#ions, and aYdes�s ot the 5ecretary oi Labor, or pursusut t�ereta, and will permit access to his boaks, records, and accounts by the administering agenc}' and the 5�cretary of Labor for puPposes of investigation to ascertain conupl�ance with such rul�s, reg�iations, and orders. D-6 Ta the event of the coniractor's noncua�plisuce with the nondiscrimiriatian clauae� of tbis cantract ur n'1"tfi aay of the said t�t]es, regalations, or orders, this cout�act may be canceled, tarmi,aated or suspended in R•hale ar in part an� the coniractor asay be declared ineligible for further Gm�ernment co�tracts or federally assisted ennstrructiou contracts in aceordance wit4� procedure authorized in Eaecutive,Or3er 112$6 of September 24, 1965, and suc� othe�' sanctions may be imposed and remedies isivoked as pro�ided in Eaecu;ive Order ],1246 oi 5eptem6er 24, i965, o� by ru1e, rregulation, or order of the Secretary of Labor, oe a� ntber�vise peovided by iaw. (?/9�J Z D-7 The conttackorwill iaciude tt�e portion af the seutence imrnediately precedimg pat�agraph U-1 and tke provisions af paragraphs b-I througl� D-i in every subcontract or purchase order unless exempted by r�es, regulatious, or orders ef#he 5ecretar�� of Labor issued pursuaut to sectiaa 2d4 of Executive �rde� 11�46 of September 2�, 1965, so that snch pravisians wiIl be binding �pon each subcontpactor or ves�d�r. The cuatractoP will talce sucb action with respect to any subcnnt�act or purcfiase order a� the administering agency may direct as a means uf enforcing such provision,�iniclnding sanctions �or noncompliaace: Pravided, however, that ia the event a cflntractor becomes invol�ed in, or is threatened wi�th, iitigatian with a subcaatractor ar vendor �s a r�su2t of sue� direcYion by the administeriag agency the eontractnr may reguest the United States t.o enter into such iitigation to prntect the iaterests of the Uxtited 5tates. " (�9�) 1� SECTION E CLEAl�i AIR AND WATEK POLLUTION C4NTROL REQIIIIZEMENTS E-1 Any other provision herein ta the con#rary natwitlastanding, the coutFactor int carrying aut work under fldis contracf, shall at aji times co�pply with a![ a�plitable s#ate and %deral air and water quatity standards; with all po�ution co�trol laws; and with such rules, Xegulatioas, and directives as may be lawfully issued by a lo�al, state, or federal ag�ncy having wifhin i#s 3urisdic#ion ihe pratection of the enviranment in the area surrounding where work under this eontract will be perfnrmed. Ia addition, tlne cantractor shall comply witb directives given by the ProjecE Engineer in im�lemeatation of the letter and intent of �'AA Advisory Circular ISQ/53%0-10, Ytem P-IS6, Teinpflrary Air and Water Poliution, Sail Erosion and Si�tatioa CantroL Copies of this Advisory Circular can 6e obtained from Department of Transportation, Distributyan Unit, TAD�8�.3, Washington, D.C. 20590, �-2 �ontcactors and subcontractors agree: a. That aey facility to be used in the periarmance of th� caatract or subcoutract or to beneTit frvm the con#ract is not listed oa ihe Environmentai Prn#Qctiau �gency (EPA) List oi Violati,n� FaciIities; 6. To rnmpiy with aIl the requirements nf Section 114 of the Clean Air Act, as amended, 42 i7.9.C. 1857 et seq. and Section 308 of the Federal Water Poilution Controi Act, as ameAded, 33 U.5.C. 1?51 et seq. reiating to inspection, manitoring, entry, re�orts, aad iufarmation, as well as au o#her requirements spec�ed 'sa Section I14 and Sectio� 308 of ihs Acts,rrespectively, aad all other regulatiax�s and guidelines issued thereunder; c That, a9 a conditian for the award ot'this cnntrac#, tk�e contractot or su6contracfor wi11 notil'3• tF�e awarding affiicial af the receipt of any �ommunication fram the �,PA �ndicsting ihat a facility tv be used far the performance ot or benefit from the cuntract is under consideration to be lis#ed oa t�e EPA Li9t of Violating FaciJ.iiies; d. To inciude or cause to be imclrsded iu any cons#ructia�z contrsct or subcontract r►�hici� ereeeds $100,400 the aforementioned cri#eria and raquirements. (3/9?J SECT`I�N F STAND�iRD �'+EDERAL EQUAL EMPLOYMENT ppgpRTUN�J,-y CDNSTRUCTION CONTRACT SPECI�'ICATIONS (4Y CFR 60�.3) 1. As used ia t$ese specifcations: a. "Covered seea" means the geographicaZ area described irt #he soliritation fro�oa w�ich tfiis contract resutted; b. "Dit�ector" meaas Director, Office of �edaral Coutract Cotnpliance Programs (OFCCP), IT.S. Department af Labt�r, or any person to wham tfie Director delegatea a�sthority; c. "Employer idenEificatio�n number" meana the Federai soc'sal security aamber used on the E�player'a Quarteriy �"ederal Taz Return, II.S. Treasury Department Farba 9�1; d. "Minorit� T' inc[udes: � {1) Blaci� {al[} persons having origins in any of t�a Black African �acia! groups mot atHispanic orig�); (�} klispanic {all peisans of Mezicau, Puerto Aican, Cuban, Ceutral or Sonth American, oP other Sga.�sish cutture or origin regardless of race); (3) Asian and Pac�c �s�ander (atl persans �aviag origins in any oCthe original peoples af t�e Far Easf, Southeast Asia, the Iadian 5ubcontiae�t, or the Pac�c Islands); and (�) American Inclian or Alaskau native (aIl persons having ori�i.ns in any of the originai peogles ot' Narth A�neriea and maintaining idefltiiiable ttihal afF'iliations thtough membersf�ip and participatina or cammunitJ ideufification). 1. Wbene�er the contractor, or any subconttactar at any tier, su6cantracts a pottion of the work in�olving aby cU�atruCtiOn tYade, it shall physicalfy i�eiude itz each subcontract in e,cess of S1D,Q40 the provisians oF these spec'�ications and the Notice a�}�ic� contaias fbe applitable goals far minority and female pariicipatian and tirhich is set forth ia ihe sviicitatio�ts fpam wiuch th�s contract resu�ted. � 3. If the contractor is pa�rticipatiu� (pursuant to al CFR 60-�.5) in a Homeiown �']au appro�ed by the '[.i.S. nepartment of Labor in ihe covered area eiti►er individually or tfirough an association, its affira�ative actian o�ifgations ot� ail wor�k im the Plan area (includiag gosis and timeta6lea} shalS be us accardanee witi� t�at Plan for ihase irades wt�ieh hxve unions participatiug in ihe Plan. _ Contiraetors shali be able t0 .dema�8ti'�te theiP pa�ticipaiio� in and complianc�e with the pravisinns of any snel� Hometnwn Pian. Each eontracto� or subcoutractar pa�ticipaf.ing in an approved p�an is individually required ta comply with its obl�gatioas und�r the E�O clause and to ma4ce a gv�od faith effart to aclueve each �oa� tsnder the P1an in ea�b trade in w�ich it has employees. The overail gond faith performance by other rnakractors or subcnutraetors toward a gaal in an appraved Plan doe� not ezcusa any ca�ered contractor's oe subcontracio�'s faII�re to take good faith eSorts to achieve t}�e Flan gaals and timetab[es. �. The r.�niractor 9haIl imp�emest thc s�cc�c �rmative ac#ion s#andarr�s proF�ided in pa�agraphs ia through 7p of t6ege specif'icatinns, Tbe goals se# farth in the solicitation from w�icb tliss cvmtract resulte.d a�e ezpressed as (3/92j per�entages of the total haurs of employa�,ant and trainiag of minority anc� female utilizatian the contractor should Peasonably be able ta achieve ia each construction trade in vr•hich it has emplayees iu the covered area Cnvered construction contractors performing construction work in a gengraphicai area where they do not have a�'ederal ar federalIy assiaied construciiou cogtract ahall apply the minarity aEnd femaje goals esta�lis�ec� for tbe geograpIuca� area wf�ere tBe work is being perf'oru�,ed. Go�ls are publisi�ed periodicaIIy i�n t�e FederaI Register iiu natiee form, and sueh aatices may be abtained from any Office of Federal Contract CompIiatue Programs of�ice or from �ederal procurement contracfing officers. The eontractor ls e�pecfed tn make substantially uniform progresa in meeting its goaLg in each cra#'t during the periad specifieri. 5. Neither the p�eav#sions of a.ny coliac#ive 6argaining agreesnent noe the failure by a union ►vith wkom tfie contractor has a caI�ective bargaining agreemeni to reYer either tninorities or women shaIl excuse the coatracior's obligations under #hese apec'rfica�ions, Eaecutive Order 11�46 ar t�e reg�Iations prvmuigated p�srsuant theretu. 6. In ardeX fox the nonwvrlcing training hours nf apprentices and trainees to 6e counted in meeti�dg the goaJs, such apprentiae9 and trai�eea shall be empIayed by the contractar dnr�g ti�e training periad and the coutractor shalA 6ave made a eammitmeut ta etuploy the apprentices and trainees at #he cooapls#ian of their traiuning, sub,�act to the availability of emplo�•ment apgortunities. Trainees sha1� be trait�ec� pursuan�t to tra"sning prograu�s agQroved by the U.S. Department af La�vr. y. The contrartor shal! iskE specific �rmative actions to ensure equal employment opportunity. The evaluativn of the c�ntractor's �omplia.nce w�th these specifications shall be based upan its efforf to ac�iewe maainzu� results from it9 actions. The coptracfor shaII docume�t these efforts fully and s�al� impjement affirmati�e action steps at least as e=tensive as tbe follow�xg: a. Ensure and maintain a working e��iroamemt free of harassment, intim�idation, and coercivn at al� sife9, and ia alI facilities at tr�hich the cantractor's amployees are assigaed to wark. Th� cantsactor, r��here possihle, wi11 assign two ar more wornep to eac� construction prvject, The contractor shall spe�iticaily ensure that all foremen, superinteadents, and other onsiie sapervisory personnei are aware of a�d carry out the confractor's obligatiaa ta maintaiu sucb� a woricing environment,�ith sgec�ic attention to �ninority ar female iundividuals warking at such siies or irx such faciliiie�. . b. Establish and mai�tain a curreat �st of minority anci fearale recruftment sourcea, provide written not'rfica#ion to m�ority aad #'emaie recruitment soarces and ta commnnity organiza#ians when the contractor nr,�ts unions ha�e emplo�rneni opportnnities available, and maintain a reco�rd of the or�a�izat�ons' respoasea. � a Maintain a c�erent fi�e of the names, addresses, �nd telepha�ue n�mbers of each �minnrity and female o#'� #he-street app�icant and minority ar female r�Ferral from a uniou, a recr�t�tment source, or cammunit}� organ'rzataoa and af what action was taken R�th respect to eacts such individ�al. Tf su�h i�dFvidual was sent to the union hiring haI� for referra] sud was not referred back to the comEractor by the �ettion ar, if referred, not emplo�•ed by #he cantractoe, this sh�ll..be documented in the file witb the Feason therefare along with ��hatevee additional actians the cantractor may have taken. d. PPovfde immediate writtea notification tn the Director w}�en #5e union or umions with w�ich the eontractor �as a caIIective bar�ainiag a�reement has not referred to the contractor a im%iaority pe�son or temale sent bp the contPaetor, ar whe,a the ca�ntracio� has other infor�uaiion that the uniaa refeP�a� proc�s� ha9 inapeded t�e cuntractor's efforts to meet its obligations. � Deveiop on-th��ob tr�iniug opgortumities andloe part'scipate in traiaing programs for the area which espmssly incIude miuor�ties and women, inciuding up��rading programs �and appreaticeship and t�aiaee progr�tns rejevaat ta the contractor's employment needs, especia�y tl�ase prog�ams {?/9?I i i .r I 3 funded or approveti by t�e Department af Labor. The contractor shall provide notice of these programs ta the sources compiled under 7b above. f. Disseminate the conts�actar's EEO poliry h.y �ro��iding notice of the po[icy to uainces and �' trainiag progr.ims a�nEd requesting their caoperatioa ia assisting the cvntractor in meeting its �EO oblegatioas; by iucluding it in any po3ic,� manua] and eall�c#ive bargainin� agrreemeut; by publicizing zt in the cono,pany ne�vvsgaper, annuaj report, etc.; by specif c review of the policy wit� aiZ uzanagement persannel and with ali miaority and female emplo}�ees at least once a year; and by posting the campany EEO policy oa bulletin boards accessible to aIl emgla.ye�s at each 3ocation vvi�ere cans#ruction wa�k is perforaned. - - _ ' � - • � g. Reriew, at least annuaIty, the company's LE� paiicy and affiru�ative action ohligatio�as under these specif'yca#ioas with al,l empZoyees havi.a� any responsibility for hirin�, assigament, layq$, fermina#ian, or othes emplayuxent decisions iacluding s�etific reWiew of tlacse ifems with ansite supervisory petsoune# such a supeti.ntendeats; geaer�.l foremen, e#a, grior to the in'rtiat�on ot' canstivction work at any job sit� A written record shall be made aad maintained ident�ying the rime and place nfthese meetings, peraona atteaditig, subject matter discussed, aad dispasitioa of i�e subjec� matYer. h. Disse�minaie t�ie tontraetor's �EID poIicy e�c#er�aIly by including ii in aay ad�ertising in the newa media, specifically including naiu�ority and i'emala uewg .media, and providing written notification to and discussing t�ae coatractor's EEO policy vrith other con#ractor�. and subcontractors with whom the contractar does or anticipaies doing business. i. Direct its recruitment effort9, both araI and wr'stteu, to munarity, female, aud eommunity orgat�izatioas, ta sehaois �rit& minoirity and fera�e students; and io minoriiy and femaie recruitmeut aud trainiug organi2atio�s serving the cantractor's recruitmetst area and employmet�t needs. Not latcr than one moaih prior ta t3�e date for tb,e acceptance of app�icatioas for apgcenticesbip or other trainimg by any recruitment sourca, the contractoP shall send writtea noti#'icatioQ to orgaaizatioas, sueh as tlae above, descrihing the openings, screening procedure9, ,a�ad tests to be used in tl�e selectian proceas. 3. Enco�rage pxeseut m�inority and femaie employees ta recruit ather minority persons and women and, where reasnnable provide afte� schofli, summer, and vacatiaa emp3oyment ta minority and female you#h both on the site and in ati�er areas ot' a cnntractor's warldorce. k Validate all tesks and other seiection requirements where there�fs an obligation to do sa under a� c�xpa�c ba-�. t. Conduct, at least annualiy, an inveutos�y an[!_evaluation at jeasf of atl minority and female peisanne�, for ptnmotionaI ogportuni�aes and encaurage thesa empToyees to seek or #o pre�are for, thrnag� appropriaie t�aining, etc., sueh oQportuni#ies. m. Enaure that seaiarity practices, job ciassifcatinns, work a�ssigaments, aad ather petsonaei gractices do not have a discriminatory effect by contutualIy mnnstnring a�l personnel and employmeat related activities to ensure th�t the EEO policy and the contractor's obligaixons under t6ese specifications� a:re being carried auL n. Easure that a11 facili#�es and comQany activitiea are nonsegregated eTaept that separate or singie user toiiet and necessary chaaging facilities sha�l be provided to assure privacy between the sezes. (?/g'� o. Document and maintain a recnrd of all solicita�ions of affers far su6cQntracfs from minoritp and fetasle construction contractors autt supp�iers, 3nc�uding circr�latiao of salicitatiaus to uiimority aud femaie cantractor associations and other busiaess associatinns. p. Couduct a rreview, at least annually, of a(I supervisor's adherence to aad performance under #he contractor's EE4 pnucies aad affiratiative actiaa ahligations. & Gontr$ctars ar,e encauraged ta participate irx voltsntary associations which assist in fulf�lliag one ar more of their affirmative actioa obligativns (7a #hrough p). T&e efforfs ai a contxactor associatian, jaint cnntractor uniou, contractor community, or other similaz groups of which tbe coatractnr is a wember and participa�atf may 1ae asserted as fuZf"iiiing any one or more of its obligaiiou9 unde� 7a throug4� p aY tlnese spec�catioas prnvided-tha# t6e cvntracfor activeiy participates in the group, makes every eftort to assure that the gmup has a pasitive impact on the employment of aiimoritics and �omen in the indusiry, ensures that the coacrete benefit9 bf the program ate reflected iw the contractor's m�nority and fems�le workforce participation, makes a good faith effort to meef its indi�vidual goals and timetables, and can provide access fo documeafatiou which demanstrates the effectiveuess of actians taken on behalf of the contractor. The obligafinm to comply, hawever, is the ¢o�trxctor's an� failure of such a�roup to futiill aa ahligatian shall not be a defense for the contractor's nancompliance. � � 9. A single goal for minorities and a separate singie goal foe women have been established, The con#ractor, bon�e�ver, is requised to provide equai amploymeut apportunity an8 to take �rmative action for all minority groups, both usale and female, and all womea, bath minority ar�d nomminority. Consequently, if the partieuIar group is emgloyed in a substantiaily disparate manner (fo�r ezampie, e�ea thaugi� the contractor has achie�ed its gnaL9 forwomen generally,) the contracfor may he in violatian of the Eaecutive �rder if a spec�c minority group af �vomen is underutiIIzed. 10. The ¢nntractor shafl not use tl�e goals and timetables nr �rmative action standards to discritninate against any gerson bscause of race, calor, reiigian, sez, or national origin. lI. '�'he eontractor shal! not enter into any subcontract �r�th any person or firm debarred from Gavernutent eontracts pursuant to Executive Order 1124b, 12 The contraetor shaII ca�rry out snch sanctiona snd penalties for vioIation of these specificatians and of the Equal Opportut�ity C3ause, �cludiag suspensioa, ter�aaination, aad canceilation of existing suiaco�tracts as may he imposed or ordered pursuant fo �xecutive �rder I1246, as ameaded, and its i.arplementing regulation�, by #he Office of �'ederai Coatract Comp,�ance Pragrams. Any contractor who faiis tn carry ouf such sanetions and peualties shal! be i�t �ialation flf these apeciiicatioaa asd Eaecutivc arder 11�4b, as amended. � 13. The comtractor, in fu#iliing its ob�igations ander #hese spec�cations, shaU iuiplement speciiic affirmative action steps, at le�st as ez#e�siva as those standards prescribed fw paragrapk 7 of these spec�cations, so as to achieve uta.xiasum rresults from its eii'orts to ensure equai empioyment oppartunity. If'tbe contracforr faits to comply with the requirements of th,e Ezecutive Order, ti�e inaplementing rega�ations, or these sPecificationa, the birecfor shall prn�eed iu accordance �rith 41 CFR 60-4.8. . 1�. The cnatracior shsll designate a respansib[e ofCcia! #o manitot all employmeat reiated activity ta ensure that the company EEO pol�c� is bsing carried aut, to submi# reports relati.�rg ia tba provisians hereoi as may �e requxred b}' the Governmieat, and to iceep r�ecords, Recorcls shaI1 at least include for each empiayee, the name, ac�dress, telephone nucnber, consirucfzon trade, naion af�iliation 9f any, employee isieatiiicafion nuznber when assigned, sociai security t�umber, race, sez, sta#us (e.g., mechanic, apprentice, trainee, helger, or labarer), date� af ehaagea in statns, houts worked pe� week i� tE�e indicated #rade, ra#e of pay, and 1acations at r►•hich the work was pertnrmesL R.ecards shall be maiatafned in xa essily understa�dable and retrievable form; bo�ve�•er, to the degree that es9sting records satisfy this requiremsnt, contractors shall not be required to maintaixi separate records. ��:�9?} .. i� � 15. NoYtaing hereiQ provided shall be construed as a limitation npon the applicatioa of otheP laws witich estab�ish differen# standards vt eompliaace or upon tt�e application of requirenaents tot the hiring of iocal or ati�er area residents (e.g,, thnse under t�ie �ublic Works Emplo�'ment Act oi I977 and the Community De�velopment Block Grant ProgPam). �� (2/9�j .� 5ECTION G CONTAACTUAL �EQUIREMENT5 PURSXTANT TO CNII. RIGHTS ACT �F 1964, TTTLE VI (49 CFA PAAT 21) Duri.ag the perJ'ormance of ti�is contratt, tlae cnhtractor, foY itself, iis assignees and successors in interest {he�inafte� referred to as tt�e "cantractax"} agrees as foliows: 1. Compiiance wiih Regulations. The coutractor shall comply witb t#�e Regula#ions relative io nondiscrimination in federally assisted programs oC t�e Departmeut of Transportatio�a (liereinafter, "D{]T"} Title 49, Code of Federal Regulafions, Part Z1, as they may he amended from time io time (heteinafter referred to as the Regulations),, which are here�n iucoKporated by reference aad made a part of this coutracL �� Nnndiscrimination. The contractor, wiRh regard to t�ie work perforrned by it dqriug the contract, shall no# discrimiaate on thc grounds o#' race, color, ar national origin in the selection and retentio,n of suhcontractors, including procuremenfs of �materials and leases of equipment The caatractar shali not participate eithe� directly ur iudirectly in the discriminatioo Prahibited by secfion 2I.5 af t�e Regulations, includ'uag em�loymeat practices when the c�ntract cover� a prvgram set forti► i.m Appendix B oY the Reguiations. 3. Solicitations %r 5ubcontracts, IncIuding Proce�remeuts af Materials and EquipmenL Iu au soi5ei#ations either by campetitive bidding or aegotiation made by tiae coatractar for work to be performed under a su�cnntract, iutcluding ptvcurements of materia[s or leases of equipment, each poteutixi subcontracEar or supplier shall be not�ed b,y the coutractor o€ the contractor's obligations under tt� contract and the Regulatioas relative to nondiscrimination on t5e grounds af race, color, or nationaj origin. 4. informaiion and Reports. The conttactor shall provide all informatian and reports required by the Regulatioas or d'trec�tives issued pursuant thereto and s}sall permif access to 'rts books, recards, � accouats, otlaer sourees a� infornaatiou, and its faczlities as may be determiiued by the Sponsor ox the �ederai Avia#io� Administratinn (FAAj to be pertinent to ascertain eompJ,iance nzih sech �� ReguIations, orders, and instructions. Where any infarmation req,uire�l of a canfraetor is in the � ezciusiv� possession of anatherwho faiL9 or refusea to furnish this.information, tt►e contrac#ar shalI svi certuty to the sponsoe ar t#�e FAA, as appropriate, and shail set fortft what efforts i# has made � . #O O�t31A t�C !1]fOCA1Rt10a. 5. Sanefions for Nanconapliance. Jn the eveat af the cantrarfor's nancomplianee rrith the moudisctimsnatiaa prnvi�ions of this cantract, the sponsor shaII ixnpose such contract sanctinns as it or the FAA may determine ta be appropria#e, iIIciuding, but not limited to: � a. Withholding of payments to the coatractor under the contract ua#il �t�e coutractor complies, and/nr b. Cancel:ation, feraxinatian, or suspe�sian of tt►e contract, in whole or ia part b. Inrnrporaiion af Provisinrss, Z'he canttactnr shall inelude the prov%siaa� of paragraghs 1 throug� 5 in every subcontract, i�c3uding procuzements of materiaLs and leases of equipmeat, uniess (?/93) � exempt �y the Regulatians ar directivea issaed pursnaai there#o. 'The cnntraetor shall iake such action witb respect to any subcontract or procurement as the spousor or�the FAA may direc# as a means otenforciuo�g such provisions includiiug san,ctions FaP noncompliance. Provided, however, #hat in the tvent a contracfor becomes in�alved iu, or is threatened w�i#h, l�tigatian with a s�s6cnntractor ar supplier as a result of such direction, the coatractnr may reqnest the Sponsar to ente� iuto sueh litigation�to protect t�e interests oi t5� sponsor and, in additian, tbe cantractoe may' reques# the United States to enter into such Iitigation to protect ti�e interests of tk�e Unitei! Staies. l''9?J � sEc�roN_g T�RMINATXON OF CUNTRACT (49 C�'R PART IS) i. 7'he Spoasor may, by writ#ea notice, #erminate this contract sn who]e or in par# at any time, either for ihe �poasor"s convenieuce or because of failnre to fulf'til the coatract obliga#ians. Upan receipt of sac� nntice setwices aba,lt be imtnesiiately discontimued (umless the notice directs otbetv►'ise) and all maferials a9 may have been accumulated in, perfnrmiag this contract, whe#her completed or in progress, delivered to tlas Sponsor. Z. Iftbe termination i9 ior tbe coavenience otthe Spoasor, an equlta�[e adjnstment in fhe contract price shal� be made, but uo amount si�all he alld�eved for anticipated profit an unperfarmed setYiceg. 3. Yi'the terminatinn is due to tailure to iulf"ill the coutractar's abGgations, ihe Sponsor may take over tbe work and prosecate the same to completion by coniract pr otherwise. In such case, the contractor shalZ be lisble to the Sponsor for any addiiionai cost occasioned to the Sponsor ihereby. 4. If, after notice of termiaation for failure to ful�"�!I contract o6ligatioras, it is deEermined tbat the cantrpctar had not av fauled, #he termination sha�l be deemed to have been effected for the ennvenieace of the 5po�zsor. Iri such event, ad�ustment in the coutract price shali be made as provided in paragraph 2 of this claase. S. The rights a�d temedies of the sponsor provided in this clause are in addition to any other rights aad remedies provided by !aw or under Ehis contract I� I 1 � I � ��/q�i I� l sECTzoN z BUY AMERICAN - STEEL AND MANiTFACTURED PRODUCTS F�R CONSTRUCTION CONTRACTS {Aviatior� Sa#'ety and Capacity EYpansi�n Act of I990) (a) Tlae Contractor agrees tha# outy domestic steel and manufactured products wi31 be used �y the Contractor, subcontractars, maierialmen, and supp[ieYs in the perfor�oaaace of this contraci, as defined in (b) below. (b) The %Ilowing terms apply ta #his clauses ,, 1. S�i and maaufactured nroducts. Aa used in this cla�tse, steel and manufactured praducts inctude (].) tfio�e produced in ti�e United States or (2) a tnanufactured product prodt�ced in the United States, if the cost of its couapa�ent� mined, praduced or man�factured in t4e United States exceeds 60 percent of t�e cost I� I of ail i#s componenta and fmal assemhly has taken place in the United States. 2. Components. As used in this clause, compaaents means thase artieies, materials, aiad supplies incorparated directly inta steel and mannfaciured products. � 3. Cost af Coxn�noaents. This meams the costfor production of the compoaeats, exclusivc of fival assembly , labor costs. ,l { �� � (J9?) DISADVANTAGED BUSINESS ENTERPRISE CONTRACT PROVISIONS (44 GFR PART 23) PART A Polic�. It is the policy of the Department of TransporEation (DOT) that diasdQantaged bnsiness enter�rises as defiued in �9 C�'R ParE 23 shal� have the maaimum opportunity to partici�ate in the performance of contracts i'rnanced i�s �hale or in �art with Federal f�nds under this agreement. Consequently, the DBE requirements of 49 CFR Part 23 apply to this agreetnent DBE ObGQaiion. The contractor agrees t+� ensnre that disadvantaged basiness enterprises as de£uiur�ed in 49 CFR Part 23 have the marimum opportunity to participate in the perforunan�ce of co�ntracts and subcontra�ts financed in whole or in part with Federal funds providec� under this agreement. In Chis regard aIl contractoxs shall take ail necessary and reasonable steps in accordance �svith 49 CFR Part 23 to ensure that disadvantaged business enter�tises have the ma�ti�tum nPportunity to compe#e for and perform conirac�s. Contractors shal� nat discriminafe on tC�e basis af raee, color, naEional o�rigip� or sex in Elxe awaed and performance of DOT-assisted contrac�.s. Comp1'sance. All bidders, potential contractors ar suhcflntracEors for this DOT-assisted contract are hereby no#'�'ied that failure to carry out the DOT policy and the DBE obligation, as set forEh a6ove, shall constitute a breaeh oi contract whieh u�ay resnit in teraninaiion of the coniract or such other rennedy as deemed appropriate by the ovvner. Subcontract Clauses. All bidders and potenteal contractors hereby assure tl�at tk�ey will ineinde the above cla�ses in aII subcontracts witich offers further subcontracting opportunities. PART B It is fnrther undersiood a�nd agreed: The award pracednre far fhis solicitation will inciude the selection criteri�a of 49 CI+R Part 23.45(i) to ensure that prime contracts are awarded to competitors that meet Disadvantaged Business Entrprese (DBE) goals. Notification is hereby given that DBE goals are estableshed for this prime contract. The goal far �rms owned and controlled by socially and economically disadvan�ged individuals is 22 percen� oi tt�e dollar value of the printe coniract fnr the Base Bid, or 21 percent of the dollar valUe of the prime contract for the com6ined Base Bid and Bid ALEernate No. 1. After openuig bicis, the apparent successful bidder will be required to submit the names and �ddresses of the DBE �rms that will participate in the canEract along with a description of the worlc to he performed by each named iirm and the dollar valae for each contract (snbcontract). If the responses do not clearly show DBE participataon will meeE the goals abo�e, the �pparent successful bidder must provide documentatian clearly demQestrating, to the satisfactio� of the airpart sponsor, that it made good faiith efforts in attempting to do so and that meeting said goals is not reasonably possible. A bid that fails to meet these requirements will be considered t�onresponsit�e. Agreements between bidder/propaser and a DSE in which the DBE promices not to provide sub-contracting quotations to other bidderslproposers are prohibited. All �idders and proposers sha[I make a good isit� effori to replace a DBE snbcontractor that is unable ta perform su�ccessfu�ll� with anather DBE suincontraetar. The bicider shall esta�lish and tnainEsin records and submit regular reports, as reqnired, vvhich wi![ identify and assess progress in achieving DBE subcontract goals and other DBE affrmaEive actinn efforts. T1�e bidder shall establish and ma'sQtain records and submit regular reports, as required, wbich wili identify and assess progress in achieving DBE s�i�contract goafs and ather DBE affirmative action efforts. ��/92� �f REQUIRED C�NTRACT PROVISTQ�i REGA�bING BUY AMERICAN `The fnllowing contraci prnvrsiou sha�l be iacluded in stll �onstructioa contracts, unless aa eTceptioa, as prowided itt t�te Act, has been granted. B�3Y AMERICAN - STEEL AND MANU�'ACTURED PRODUCT5 FD�i. C�NSTRUCTIUN CQZtiZ'RACTS (a) The Cantrac#or agrees tlaat only dnptestic steel and manufactured producta will be used by the Contractor, subcvntractors, materialmea, and supp�fers i.n the performsace of this coatract, as defineti in (b} below. {b) Tbe fo�lowing terms appIy to this elause: 1. Stee] and manufactured nroducts. As used iin� t�iis clanse, steel and manufactured praducts include (1) those protiucEd in the Uni#ed S#ates or (2) a manufactu�ed product p�oduced in #he United States, if the cost afit9 componeat9 mined, produced or manufa�ured in the United States eYceeds 6Q_percent o{ the cost of ail it� componeuts aud fmal xsseuxbiy has #aken place in tt►e Ueited 5tates. � 2. Comnoaents, As rlsed i� this eiause, componeuts means those artie4es, B3aterials, and supplies incorporated directly into s#eeI and mannfactured prnducfs. 3. Cas# of Comoone�ts. This means #he cost for production ot tf►e components, eaclusive of final assembly Iabar cost9. <.i l'�?1 I �1 List of Supp]ies/M�terials that the L1.S. Government has Dekerrnined are not Produce� in the Unite� StaCes in Suffic�ent and Reasonably AvaiIable Quantities and of SufFcient Quality (3anuary 1991) Acetylene, black, Agas, black Anise. Antimony, as metal or axide. Asbestos, amosite, chrysolite, and crocidoiite. Bananas. Bauxite. B�e�, COiI1PJj, CSllll�. Beef extract. Bephenium �iydr�xynapthoate. Bismuth. Books, trade, text, technical or scientific newspaper5; parnphlets; ma�azines; periodicals; printed briefs and films; not printed in the United States and for which domestics e�itjons are not availabie. Brazil nuts, unroa�ted. Cadmium, ores and �lue d�st; Calciuzza cyanamide. Capers. Cashew nu�s. � C�tor beans asid castar oil. Chalk, EngIish. Chestnnts. Chicle. Chzoma ore or chromite. Cinchana bark. Cobait, in cattaodes, rondelles, or other primary ore and metaI forms. Cacoa beans. Coconut and GocOnut meat, ua5weetened, in shredded, desictated or similarly prepared form. Cvf%e, raw ar green bean. Cvlchicine aIkaloid, raw. Copra. Carlc, woad or baric and waste. Cover glass, microscope slide. Cryoiite, natural. Da�mmar gurn. Diamonris, industria�, stones and abrasives. Emetine, bt�lk. Ergat, crude. ErthyriryI tetranitrate. Fair iinen, altar. Fibers of tfle foIlowina types: abaca, a�ace, a;ave, coiz�, flax, jute, jute buriaps, palmyra and sisal. Gaat and ki�skins. GraQhite, naturaI, crystalline, crucible grade. �Iai1Sj5�WlIIa A�P,dl25, Hemp yarn. � Hag bristIes far brus�es. Hyoscine, 6uIk. Zpecac, root. Iodine, crude. Kaurigum. Lac. � Leather, sheepskin, hair type. Lavender ail. .. �vianganese. Menthol, naturaI bulk. Mica. . Microprocessor chips (bror�ght onta a constructian sit� as separate units for incorporation inco buildin� systems during canstruction or repazr and a�teration of reai property). Nickel, primary, in in;ots, pias, shots, c�ti�odes, or similar forms; .nickel oxide and nickel sal�s. Nitro�aniciine (also known as picrite). N'ux �qmica, crude. ' Qiticica oil. Oli�e Qii_ Olives (Qreen), pitte� or unpitted, or stuff�d, in buIk.� . �pium, crude. Orar�ges, mandaxin, canned. Petro�euzn, crude ai�, unfinished oils, and finished producrs (se� definitions below}. Pine needle oil. Piatinurn and related ai011�1 I11Bt2.�5� refined, as s�on�z, powder, in,ats, or cast bars. Pyrethrum flowers. Quartz crystals. Quebra�ho. Quinidine. Quinine. Rabbit fur f�lt. Radium salts, source and spe�ial nuclear ma[erial5. Rasettes. Rub6er, crude and Iatex. Rutil e, Santonin, cr�de. List of SupplieslMaterials t�,at che LI.S. Gor�ernment has DeterminerI are not Produced in the LFnited States in Suf�icient and Reasonably Available Quantities and of Su�cien[ Q�sality (1an�sary 1991j (CONTINUED) Petroleum terms are used a� follaws: "Crude ail" rnea.ns crude petroleum, as it is produced at the wellhead, and liquids (under atrnaspheric conditions) that have been recovered from mixtures af hydracarbons that existed in a vapvra�s phase i� a r�servvir and that are� noc natural gas praducts. "Finished products" rneans any one or more of the foljowins petraleum ails, or a mixrure or combinatian oi` these oils, t� be us� without further processing axcept blending by mechariical means: (A) As�haIt - a soIid or semi-salid �ementitious material t�iat (I) graduaIly liquefies when heated, (2) has bitumins �s its predominating c�nstituents, and (3} is obcained in refinin� crude oil. � (B) Fu�� DiI - a liqusd or liquefiable petroCeum produci burne� for lightin� or for the generatian of heat or gower and derived dirzctly or indirectly from crude oi3, such a5 kerosene, range oil, distillate fuel oi3s, g� oil, diesel fuel, topped crude oil, or residues. (C} GasoIine - a refined petroleum disti]Iake that, by ics consum�tion, is suitable f�r use as a carburant in interna] cambustion en�ines. (D} 7et Fuei - a refined petroieum distillate used to fuel jet proguision engines. (E} Liauefe� Gases - hydrocarbon gases recovered from natz.�ra3 gas or produced from petroleum refining and kept under pressure to maintain a� Iiqusd state at a�nbient temperatures. (F) LubricatinP Oil - a re.fined petrole�m distillate or specsaily treate� petroteum residcre used ta lessen friction bet�reen surfaces. {G} Naohtha - a refined petrolenm disiillate fallin� within a distillation range overlappin� thz hi�her gasoline and the iower keras�nes. (H) Natural Gas Prodvct� - liquids (under atmosph�ric conditions) includlr�g nasura3 gasolisie, that - (I} are recover�d by a Qrocess of absarption adsorption, compression, refrigeration, cyciing, or a cornbinatian af these processes, from mixtures of hydrocarbons that exi�t�ci in a vaporous pha5e in a reservoir, and {2) when recovered and wit4�out procassing in a refine�ry, de�nitions of praducu contained in subdivision (B}, (C) and {G) above. (I) Residual Fuel Oi3 - a topped crude ail or �iscous resid�um that, as obtained in refinin� or after blending with other fuei ail, meets ar is the equivalent of 14iILSP�C MiI-F-$�4 for Navy Spe�ial Fuei OiI and any more visc��s fueI ail, such as �io, 5 ar Bunker C. "Unfinished Oils" means one or more of the petzaleum ails ]isted under "�inished Praducts" abave, ar. a rz�ixture or c�mbinatian af these ails, that aze to be further grocessed other than by blendin� by mechanical means. List af 5upp'li�slMaterials that the U.S. Government has Determined are noi Produced in the United States in SufFcient and Reasonably A�aiIab[e Quantities and of Sufficient Quality (Jant�ary 1991) (CONTZNUED) S�cretin. Shellac. . , S ilk, raw and unmanufactured. 5pare and repiacemenx parts for eqc�ipment of foreign manufacture, and for which .damestic parts are not available. Sgices and herbs, in bulk. Su�ars, zaw. ' 5word$ and�scab�ards. Talc, block, �teatiu. Tantalum. TaQioca flour ar5d cassava. Tartar, crude; tartaric acid and cream of tartar in buik. Tea in b�lk. Tlnread, metaliic �old). 'l�yme ail. � Tin in bars, bioc%s, and pi;s. TriproIidine lzydrochloricie. Tungsten. Vanilla beans. Venorri, cabra. Wax, canauba. Waods; lobs, veneer, and lumber of the following species: Alaskan yeilow cedar, an;eliqu�, balsa, eieki, greenhart, ti�num vitae, anat�o�any, and tealc. Yarn, SO Deaier rayon. �4r �€��I�.�g �€�A�'�`€��'� F�O�'L��€}�T� T.�� foil���in� �la���� is pla��d in �ver;� I��T- �sisted contra�ct �d �ubc�n��. A. l��n I?i�����:��:��i�� Ass�r��eee Durin� t�� p�rfca�a��� of �his c�ntr��t, tY�� �c�ntractQr ¢r ���ic�ntra�tc�r agr��s th�t it ���1 ��� �isYsi�air_a_�te Qr� t�Y ��is �f r�, ���r, �at�o��l_ .ori��� �� a� in th� ��r��rrn�ce oi �his cQn�r��. 'Th� c.���ra���r sh�l �r aut th� agpli�ble r�c��ire�:nt� �f �4� PC�� Part ?6 ix� th� ��=.�-d �nd �ministr�i�n of �QT a��i�t�d cc�n�ra��. F�lare by �e contr�,ctor t� c� o�t ��e��. r,�quir�m�n�s is a mat�rial hr�ach c�f this ��ntra�t, whi�h �ay rY�a.lt at� �h� t�rmir►�#f�� Qf this �Qntr�t or such other remedy a� �l�e ��ty of Fc��t Wc��h c��ems ��p:�t��t�. The �c�ntra�c�r �,�nd�r�t�d� th��. it. is r�c�uir�� t.o :n�Yrt. th� �t�b�t�c: in t.�is cla���e in a.11 s�bcc�ntra�t.� aasd p�r�hase car�er�. B. PrQm�t �����n� '1'h� �ari�z� ��ntract�ar agrees t.� pa.y ��� s�l��a��T�.�r �n��r ��'ss prim� ��ntr�� f�r s�.ti�factary p�rfo�nanc� of its co�itra.ct no lat�r than 10 (t�n) [cal�ndar� dayu fir�m r�c�ipt of e�ch p�yrmert t;�� prim� cQntra�tQr re��iv�� fram �he Cit.y Qf Fort Worth. Th� prime ccanix�.ct�r a�re�s iurt�i�r tc� r��e�e retainage payrnenxs (if �pplicable) #� e�h �ula���tr��4r wi�hin �Q (���) [�lencl�r] rlaa.ys after the s�bcc�ntr�.ctar'� work is satisfactory c,�rnpl�t�d and final payment has �+een mad� to th� �ubco��ractor, .Any d�lay or pos�panement t�f pay�nent from the abo�e referenced time fiarne may occur only far good cause foilowin� vti�tten approva� of the City of F4rt Worth. � �� L� � A�� It�T�.� ��TERM�NAT��I�1 � � I i I : ��� WAIS Document Retrieval GEN�R.,AL DECISIOI�T TX4200�5 03/Ol/20a2. TX45 Date: Mareh 1, 20a2 Gen�ral Decision lVumber TX020045 Superaefled General Decision I�o. TXOlOQ45 State : TEXA.S Construction 'i'yge: HEAVY HI GHW1�Y Coun�.y ( ies ) : COLLTl�T GRAYSON ROCKWALL DALLA� JOHNSON 'TARRANT DENTON KAUFMAI3 WICHITA ��,�, Z � PARKER HEAVY ANb HZGHWAY CONSTRUCTrON PROJECTS IN WICHTTA COUNTY ONLY. HIGHWAY' COIQSTF2UCTIbN �i20,TECTS ONLY FOR REMI�TNING COUl�TTIES Modification Number Publication Date 0 d3/Olf 2002 CDUNTY(ies): COLI,iN GRAY50N flALLAS JOHNSON D�'yD7TON KAU �1�AN ELLIS PARKER 5UTX2D43A 03/26/1998 AiR TaQL OPERATOR ASPHALT RAKER ASPHALT SHQVELER , BATCHIi�G PLANT WEIGHER CARPENTER CQNCRE'�E FINISHER-PAV'ING CONCitETE FINISHER-STRUCTLTRES CONCRETE RUBBER ELECTRICIAF�T FLACGER FORM BUILDEI2-STRUCTURES FORM LINER-PAVING & CURB FORM SET'I'ER-PAVING & CURB FpRM SETTER-ST]2UCTUR�S T�ARORER-COMMON LABOIZER-UTILITY MECHANIG �TLER SERVICER PAINTER- STR[3CTURES PIPE LAYER SLASTEFt ASPHAT�'F I7ISTRIBUTOR OPERA'I'pR FhOCI{WALL TARRANT WICHZTA Rates $ '9.00 9.55 8.$0 11.51 10.30 1D.50 9.83 8.84 15.37 7.55 9.82 9.00 9.29 9.09 7.32 8.94 12.68 10.17 9.4�. ii.ao B.98 17..5D 1Q.29 Fringes Pa�e 1 of 4 http://firwebgate. access. gpa. govlegi-binlgetdoc.cgi? dbname=Davis-Bacon&docid=TX020�... 0712 ll2f�02 WAIS Document Retrie��l ASPHALT PAVING MACHLNE SROOM OR SWEEPER OPERATOR $ULLDOZER CQNCRETE CURING NfACHINE CdNCRETE FINTSHING MACHINE CdNCRETE F�iViNG JbINT NiACHINE CONCRETE PA'L1ING �'OINT SEALER CbNCRET� PAVII�iG SAW CONCR�'�E PAVING SPI��AT3ER SLIPFORM MA.CHTNE OPERATC}12 CRA1�E, CLAMSHEI�L, B�ICKHOE, A�RRICK, DRAGL�NE, SFiOVEL FOUNDATIQN DRILL pPERATOR CRAWLER N10LTNTED � FOUNDI�TION DRILL OPERATQR TRUCK NiOUNTED FR(7NT END LOAbER MTLLTNG M3�CHIIVE OpERATOR MIX�12 MOTDR GRADER OPERATpR FINE GRADE N10T012 GRADE OPERATOR PAVEMENT MARKING NlACHINE ROLLER, STEE�, WH�E� PI�ANT-MIX PAV�MENTS ROLLSi2, STEEL WHEEL O'FHER FLATWHEEL OR TAMPIi�G R4LLER, PNEUM7�TIC, SELF-PROPELLED SCRIaPER TRACTOR-CRAWLER mYP� TRAC'I'OR- P�TET7NA,T z C TRAVELIIVG �7IXER WAGON-DRILL, S�RING MACHINE REINFORCING STEEL SETTER PAVING RETNFORCING STE�L SETTEit STRIICTURES S'J'EEL WORKER-STRUCTiJRAL SPREADER BOX OPERATQR WORK ZQi3E BARRICADE TRUCK DRIVER-SINGLE AXLE LIGHT � TRCTCI� I]kZT VER - S ING�.E AXLE HEAVY. TRUCiC DRIVER-TANDEM AXLE 5EF4I TRATL�R TRUCK DRT�1'ER-I,OWBOY/FLOAT TRL3CK DRIVER-TRANSIT MIX TRUCK DRIVEFt-WIATCH iIIBRATOR OAERATOR-HAND TXP� WELDER 10.30 $.72 10.'7�4 9.25 11.13 �a.�z 9.00 14.39 10.50 9.92 11.04 �.a.oa 11,83 9.96 8.62 10.30 11.97 1Q.96 7.32 9.06 8.59 8.48 9.63 ia.58 9.15 a.as 12.04 13.21 13.37. 14.$0 a.o. ao 7.32 8.965 9.02 6.77 10.44 9.47 9.04 7.32 11.57 ---------------------------------------------------------------- Unlisted classa.ficataons neecled far work not included wi�.hin the scope of the class'ifications listed may be added after award only as provided in the labar Standards contract c}.auses (29 CFR 5.5 {a) (1) (v) ) . ---------------------------------------------------------------- In the listing above, �.he ��SU�� designation means that rates listed under that identifier do not reflect collectively Page 2 af 4 http:llfrwebgate.access.gpo.gflv/cgi-bin/getdoc,cgi?dbnam.e=Uavis-B�con&docid=TX024�... 07/21/2002 WAIS Document Retrie�al bargained wage and fringe benefit rate;s. Other designatians indacate unians whose rates ha�re }aeen determined to be prevailing. WAG� DETERMINATTON APP�AI.,S PROCESS 1.? Has Cher� been an ina.�zal ciecision in the matter? This can b�: - * an existing published wage determinatian * a survey underlying a wage determination * a Wage and Hour Division letter settir�g �orth a position dn a wage determination matter * a conformance (addi.tional classification and rate) ruling _ On 5urvey related matters, a.nitial contact, inc].uding reguests � far summari�s of surveys, shouTd be with the Wag� and Hour ; Regional Office for the ar�a in which the survey was conclucted because those Regianal Of�ices have responsibility for the T�avis-Bacon survey program. If the res�anse from this ini.tial contac� is not satis�actory, then the proc�ss described in 2.) � and 3.� shauld be follow�d. With regard ta any ather matter not yet rige for the formal process described here, inirial contact should 3�e with-the Branck� o� Canstruction Wage Determinations. Write to: ; Sranch o� Construction. Wage Determinations � Wage and Hour Division � U. S. Department of Labor �; 20� Constitutiion Avenue, N. W. � Washington, D. C. 2D210 2.j Tf the answer to the ques�ion in 1.) is �es, then an interested party (those affected by the ac�ion) can request review and reconsideration f�am the Wage and Hour Administx�ator (See 29 CFR part 1.8 and 29 CFR Part 7j. Write td: Wag� and Hour Administrator � 'U,S_ Depar�ment of Labar , 200 Constittzta.on Avenue, N, W. Washington, D. C. 20210 i The request should be accom�anied by a iu11 statemen� oi the interested parry'� position and by any information (wage paymen� data, projecC description, area practice materia7, ete.} that �he ' requestor consaders relevant to the issue. � i� 3.) If the decision of the Administrator is not £avarabl.e, an ; interested party may a,ppeal directly to the Administrative Review Board (tozmerly the Wage Appeals Baard). Write ta: Admini5Crative Review Saard U. S. Departmenti of Labor Z�0 Constitution Av[�nue, N, W'. Washirtgton, D. C. 2�210 g.} All decisions by thc Administratzve Revi.ew Board are �inal. Page 3 of 4 r http://frwebgate. access.gpo. gav/cgi-bii�lgetdoc, cgi?dbnanne=Davis-B acon&docid=TX02Q�... 07/2112QQ2 WAIS Dacument Re�rieval END OF CEIVERAL I?ECISION Page 4 of 4 http:fl�rwebgate.access.gpo.govlcgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=T�020i... 07/21120Q2 �It����AL 1 PROP�SAL fl '� � To: Mr. Gary W. Jackson, City Manager �City of Fort Worth For: West Cargo/Taxiway, Alliance Airport AIP Project No. 3-48-029b-1601 and 3-48-0�96-2002 By: Name of Sidder: L'��Mp���- U�.�43� �.�e . y-�'� � Address: i�l-3� 3 CN�uS�►.�a�-� � • _��es-i-� � v K �7 �'o �`'l Telephone: �? �� �`7� �7. �3� Hereinafter called Bidder, a corporation or business organized and existing under the laws of tkae state of Texas, doing business as �+ti.LaW.P�ar�,w� u�3f3�t�1�c •*`T��S' � Gentiemen: P�rsuant to the Instructians to Bidders, the undersigned bidder, �.aving examin.ed the plans anc� ,, speCiiications witki. reiated documents and the site of the prapased work, and being familiar with aI1 th� conditions suzxounding t�e construction af ihe project, hereby proposes Co furnish all necessary ' � superintendenc�, labor, machinery, equipment, taols, matexials, and supplies to complete all the work as '. , provided in the p�ans and specifications, and subject to the inspection azkd approval of the Owner and Engin�er, and binds himself on acceptance of�this pz'oposal by ihe Owner to execute a contract and fumis� � performance and payment bonds approved by the City of Fart Worth, Texas for perfarming and ' completzng said vsrork within the time set farth and at the prices siat�d in the Proposal Scl�edule below. PROP�SAL SCHEDULE BASE BID e � Item Spee Estimated No. No. Ouantitv 1. SS-1 1 �. P-151 1 Proposal (revised Ia/17/02) L)nit Bid Axnount Units Ite;n Price Bid LS Mobilization �j�v e H u w H�C. �. �, �,wst� 'TW`J�'�.�7Y 'T'd-i cz u �� dollars and 1�! t� cents perLS $_2Za��]C�o�o $ ZZo�C�sc�a, c'�� LS Clearing and Grubbing y3! �TY T�l o cs ��.�+r� dolIars � and N r� cents per LS $�v O� c�c�.ao $(a0� C] t5 r� . o c� Pabe 1 Item SPec EstimAted Un'si Bid Amount No, No. Ouaatitv Units Item Price Bid 3. T»90I b.75 AC Seeding � 'Y(�' 00 �.a v.) r� h'j �' �. �1 �s �J r� rT�n dollars 1nd ol� b GBntS perAC $ �JO�.C�U $ !O,!'�,�'J.pp 4. SS-4 984 5Y Concrete Pavement Removal �� �� dollars and J�� cents per SY $�. a o $��Z�. � o �. SS-4 1,517 5Y Asphalt Shoulder Removal �c�� dollars �d N o ��nr� perSY � �. oa � �5�5.0 � 6. 55-4 2 EA Storm Drain Inlet Demolition .E t Grt T:,� _� �J r7Y2,.r�p dolIars and � � cents perEA $'�aa. o� $ 1�0 00 • at3 '%: 55-4 390 LF Re�nave Underc3rain �1 X dollars and 1� � cents per LF $ tv .+� o $ Z3 �' �. c� cy 8. SS-4 1 LS Electrica� Demaistion �� �f � N_ _ ��-k �i r ��� F+�+� �l��� dollars and N n cents perLS $ �500• c7c3 $ 'T'� �d . o� Proposa� (revised 14/17/02) P�"e � 1 Item Spec Estimated Unit Bid Amount No. No. Ouantitv Llnits Item Price Bid 9. P-IS2 57,8DQ CY Unciassified Exca�ation ,�o�� dollars and �f� b cents perCi' $ �°.l�+D _ $ ��jr20(�.Cp 10. ----- 1,550 LF Remove Fence T'H f� i � . doZlars a�d N � cents per LF ��. Ca C5 $�Co� � C� . o ta 1J.. F-162 1,�60 LF Temporary Fencing �'� �.s dollars and .1� o cents perLF $ �D.en $ 1Z�(eOC�.Go 12. F-162 350 Lr+' 4' PVC Coated Chain Link �'ence i'w@�-r�+ F�v� dollars and ��i � x�`� cents perLF $ Z�a.f�O $ $�(�Q• O� 13. F-I62 2,535 L� $' PVC Coated Chain Link I+'ence —r�►r � N�r�t �s x dorl�s and � t �= "�`� __ cents per GF $ Z.Ca•'�7 � $(�7 � I 7 7. 5 0 14. --- 1,555 LF 5 Strand Barbed Wire Fence � l �G dpllars and � � cents perLF $ �. oo $ 9�'�O. OO i . . '� Proposal (revised I Q/171�2} Pa�,e 3 Item Sgec �s�irnated Unit Bid Amount No. No. Ouantitv ilnits Item Price Bid 15. F-162 � EA 5' Gates in 4' Fence 'i� �� ,���+ � �-� �-�. � ��r ra F ��-,r Y dollars aad fJ ca cents per EA $��a 4. O O $`T 6 O.� C3 16. F-162 1 EA 10' Gate in 4' Fence 'S r.i � Irl U ns c7 �� !7 dollars and .� Q cents perEA $ �Oq• 00 $ 'P70� � o0 ., �� .� � 1'%. P-155 66,225 1$, P-304 57,362 19. TxDOT 1,258 � Item �47 �0. P-�Ol 1,317 Prapasal (revised 10/17/02) SY 9" Lime Treatec3 Subgrade ���� dol�ars and .N O ce�ts per s�c' �� � c� ��. Co � � 9 n�° .� o SY 8" Cement Treated Base - -Tw l �? T�. _ _rJ dallars and �i'^oC�Tv �z�uR.cencs QerSY $ i'.� . �i� $ -7�O���t7 �Z8 CY Type �i, Grade 1 Base 'i v�1�nt�'Y �'tv� dolla�rs and �'� - cents perCY $ 25. O� $ `�' �� �-JO. �o SY 7" PC Concrete Roadway Pa�ement . 'rw� N�r"Y �o v � dollars and N � _cents perSY $ Z�+.ob $�I �[�O�.oO Page 4 � � ��a �1 I II. Item Spec Estimated Unit Bid Arnount No. Na. uantit ilnits �tem Price Bid �1. P-501 7,489 SY 1D" PC Concrete Apron Paveme�,t Tw �.ra-r Y �sr, v �� r� dollars and N d Cents perSY $ .�7.0a $ 2.��,2.4�.dD 22. P-�O1 2,433 SY 10" — I4" PC Cancreie Pavement -r,�r � N-r� � � � H r �iollars and t�i a cents � � perSY $ �.�.a_v_ � ia�, �2 .c'�o �3. P-�0�. 3,430 5Y 14" —18" PC Concrete Pavement T3�1 t �-t y c`7 � �. dollars and � � cents perSY $ �i.Oc� $ i9(o�330.00 24. P-501 41,663 SY 14" PC Concrete Apron Pavement ivrll� r�7 � 1� 1 L. �� aoi��s and N � cents perSY $ Z.B.�a $ I: t �aCa f�fa�'•o� 25. P-501 676 SY l.8" PC Concrete Apron Pavement i'e-a i�.? �! 4=� � v� ' doliars and N � cents parSY $ �J�•oo $ Z�. L�(s�.00 26. P-501 �Ol LF 6" PC Concrete Curb �c��� dollars and 1�„18 .-cents per L.F � _ '�-. a o Proposal {revised 1Q/17/02) � $o�.oa Pabe 5 1 Item Spec Estiraated IInit Bid No. No, Ouantitv Units Item Price �'i. �-501 2Z7 L�' 6" —12" PC Cancrete Cnrb ��x dollars and !Jo cents per LF $ fo • � � ti8. 1?-SOl 24 L�+' MountttbCe FC Cancrete Curb. �� u� �9. TxDOT 5,469 Item 340 30. P-502 1,641 31. D-7U� 16U 32. D- J 02 1,40U Proposal (revised 1�/17/02) SY doilars and �"l.r��'Y cants per LF $ '� � 5 � P1ant Mix Bituminous Pavement �i� dollars and �i o cents per SY $ � . � '] GAL Prime Coat ON� Amount Bid $ �� (n2.. �U � i��.. oa $ ��.j t�l�, c�a dollars and �1 FT'Y cents per GAL � 1� 5 0 ��9-CQ i. 5� L�' IS" CGiI�I Slotted Drain System, In Pl�ce, �ncluding Concrete c� r�1 � i� u� r7 � r� ��1 s� �o �,T�� � dollars and N a cents per LF $ 1��j . o o $'Za�✓�_Z � C� . o a LF Z�" CGNI Slotfed Drain System, In P1ace, Tncluding Concrete chns l� �# u nrt� .�,� � ,�r* t7 F[� �2T1� t_ �f h1'"�` dollars and N � cents perLF $ d •ao' $ �-bi�Zoa. b0 Pa�e 5 Ite�n Spec Es#ixn�ted Unit Bid Amaunt Na. No. Ouantitv Units Item Price Bid 33. D-i01 470 LF 24" Class III RC�', In Place N+ 1� �.Y"`� 5 � �c dollars and .l�f O cents per LF $ . o a $ •� "5 � ! � p . � C] 34. D-701 1.60 LT a$" Class IIi RCP, S� Place O � +� �-f � �V f7 �-� p Ars'CJ �`l ��'Y �o vCL dvllars and J�D cencs p�r LF $ 15 �• ca o$ 2.� _(a 4 0, a� 3S. D-70I 360 LT�' S4" Ciass III RCP, In Place U N r ad t7 �t i��.�&.. r� A�i p ,�xTY 7� �� ` dollars and �1 c7 __cenks per LF $� G� 3. b o $ 5P� .��U . cs � 36. D-id1 �60 LF 60" Class ZII RCP, Ia P#ace "'f"v.! o I-�1 � u �p��� dalIazs and ?�] � cents perLF $��n. 4� $+r�Z��O ot7. c'� o 37. D-'�01 53� LF 66" Class �II RCP, In Flace .J"w,c� �v r•►� -�r� . �.� Tirt+� r.1-�.,`� � � �r' � rJ dollars and N a cez�ts per LF $ 2.2.7 . caa $ j'�. O, 7Co �.+� 4 3$. 15064 T35 Ll+' 6" PVC D�ain Pipe l�o �1+ �' o � iZ. doila�s and 1'*� b cents p�r LF $ �-�"i' . � cs $ '� 9 �r't� . o c� Proposal (revised 1�f17/02) Page 7 Item Spec EsiirnAted CTnit Bid Amount No. Na Ouantitv IInats Item Price B�d 39. 150G4 �05 L�' S" PVC Drain Pipe �T'v►r � �-t-� N � r�t ►�, dollars and .!� o cents perLF $ �4 , ad $ � `��-rj.On 40. 1�064 S20 41. 02404 355 42. --- 43. --- � � 44. P-61a i Proposal (revised 10/17/�2) LF 1�" PYC Drain Pipe �o t�7Y �ti v � _ �iollars and N � cents per LF $�� . o a $ 2� �;� t'7 0. c� c� LF 4" PVC French Drain �w� doilars and d�1 a cents perLF $ 1'�0 $ �55.00 EA Z2" Post Indicatoc Valves _Tv.r o `T'� u u �, r�] � � u.,� , s�s x!-i�� a p��a'a dollass and ��1 b cents per �A $ '�,'� � . o �a $ �$ , {� o �+ . t� o EA 6" Knife Gate Valves ht t r� �. � V�[ rJ tL�, �'J dollars and J�1 Ca cents perEA � QIOo.r�t� $ fSao.00 EA Concrete Valve Vault, In P�ace ��r �rr.+ � �rQa �v �G_ r�,n� NuNsJ��p dpllars and N c� cents - per EA $ Cs�� d a. b�$ C�% � O, o a Page S � Item Spec Estimated Unit B'rd Amaunt No. No. Ouantitv IInits itenra Price Bid 45. 15550 1 EA �,5,000 Gal I+RP Single Wall Und+erground Storage Tank, In Place �i�v�w�Y z= I..r� _ � •i I-4� u�6.n.s�7 dollars and N r� cents perEA $ �7�Joao.�v $ "r�.00�, oa ' 46. D-751 2 EA Itilet, Type A � � L 1G '�I�F l7 t.] � F� Iry !� I �.C,. !-1 ts �.S 4]�d.tE. � � dnIlars . ' and �! � cents ' perEA $ C��oo.oa $ Z2, �t�0, o0 . 47. D-'�51 1 EA 6' Drop I�nrlet � , �i I hr�. 7'N � u SA +�► C? , O rr I�. 1-�i �.7— 1�1� ��.� � dollars and ��! +c� cents perEA $ ��aa,Qa $ �.�t�+�,e�c7 48. D-75i �.3 �A I�ulet, Type B ���� T�a ou a� � , F'i v� +� u�1 n c�.� o I dallars and M � cents perEA $ �.�iao.4t] $ ��1� �7 � o .00 ` 49. P-601 8S0 CY Siructural Concrete at �tvru� Water Pond � —r!� ie. �a_ � x� r.�r»¢.,�� � — dollars and � b cents perCY $ �Dc�. cn $ 2�5�aaa.o� 50. P-S01 5 CY 5tructur�i Concrete at Glycol Containment Area • 'T� � N U r.� 2� r) ANC"? �I F�'Y : dollars and !� o cents perCY $ ��sh.c�� $�75a.o� .� I Proposal (revised 10/17/02) P��� g Item 5pec Estinnated ilnit Bid Amount No. No. nuantitv Units Item �rice Bic� 51. �'-601 485 5F 6" PC Concrete Wulk ��.s TY r; � v � dollars and !�f � cents perSF $ �'S.a� $ �2, l�z.�j,r,� 52. 112Q� 1 �A IS" Slnice Gate and Gear Operated Hoist � l �G 'TH �a cs s �a � T3 dollars and !1 b cents parEA � $ Co�at`]�.cfl � (p�c�oa. oe] 53. US�2D 70 LF Stee[ Pipe Handr�til �a _�t..-r Y ���, doilars and N Q cents perCY $ �5.c�o $ 3,rgo.or� 54. Q5�00 1 LS Steel Security Sars at Outlet Weir � �[�'ti,✓� 7„�ous�� dollars and h� a cents per LS $'�. �� o• a O$ � O o ca . o G 55. --- a6 56. 03��71 1,300 Prflposal (revised 10117/02) EA S5 Cleats C�1Gl—�T`� �aYf�i.. dpllars and !�i` O cents perEA $ ��.c�v � 2'�.I c� .a o CY Gabions � hr �. �-�u i.ir��r� doIlars and N ti cents perCY $ �.pD. �fl $ i�o��c�a, o 0 Page 10 Iicm Spec Est�mated Unit Bid Amount No. No. Ouantitv Units Item Price Bid 57. 01568 1 LS Erosion Protection �IAfD �N�tx�AN�'J C10113TS and 1� � cents perLS $ Z. �c�o. �Gi $ Z. �cao. o� 5$. 0�568 4,540 LF Si�t Fence C�N� doliars and .Fo t2 T `f cents pez LP $ i.•� � $ C� 7'7 C� . b o S9. 0156$ 200 LF Hay Ba[e 5ilt Barrier 1 �' �a �s �L dollars and !� o cents - per LF $ �' .� o $�3 o O. a o 6�. O1S68 20 LR Rock Berm Silt Barrier �o �.YY dollars and h! o cen�,s per LF $ ``�' tr . c c� $ �g n o. o� 6�. 0��71 64 TON Plungc Pool Rip-Rap rt�r-� , �.-T �' dollazs and � e cents ger TON $ 3 0. o a ��� o c� , o 0 6�. L»10$ 2'iS LF 1" Conduit iz► Cancrete Trench In Existin� Runway, In Place �i-k � G��"� �j3.i�.�,� dolIars and �N � cents per LF $� 3. o� $ 9 Q'�''.ri . a r'� Proposal (revised I011`�1a2) P�g� � � Item Spec Estimaied Unit �id Amounf No. No. Onantitv Units Item Pric� Bid 63. L-I.08 �,50Q LT 2" Condui� DB 'rn Trench for TaaciwaylRunway Edge Ligt�ting �t v� 64. L-1Q8 2,000 65. L-10$ 4,404 66. L-108 6,10fl 67. L-108 2,800 68, L•i08 2,400 Proposal (revzsed 10/1`7102) _ �ioliars and �N Q cents per LF $'��J" . c� a $! 3, o o t] , o� LF �" Conduit DB in Trench for Taxiway Centerline Lighting �p ui�, dollars and .fV a cents perLF $ �`•�� � $_odc�.00 LF Underground Cable, Isrstailed in Conduit ar Duct Sank for TaxiwaylRunway Edge Lighting N c� doliars and � r c, �� -r Y c�nts per LF g 0� t� a $�s ."R-� Za. n t� L� Underground Cable, Instaued in ConduiE or Duct Sanit for Taxiway Genterline Lighting hf n _ dollars and � l C� �aTY cents perLF $ a.� c�a $ �; ��n.o� LF BAre Connterpoise Wire, Insialled in Trencl�, Inelnding Grnund Rods and Gronnd Conductors For TaxiwaylRunway Ec3ge Lig�ting N a � doLlars and � 1�' T Y cents pei LF $ d•�j a � �`� o d. o r� LF Bure Counterpaise Wire, Installed in TreneE►, Including Ground Rods and Ground Canductnrs for Ta�cir�vay Centerline Lighting - �� C> cEQllars artd rr'1 � T lr cents perL.F � �.5a $ I_Z,00.cso Pa�e 12 I � � � I � ;� Item Spec Estimated No. No. Ouantitv Units Itern 69. L-�10 �10 70. L-110 200 �x. �,-1�a � 7Z. L-125 l. '�3. L-121 �� 74. L-1�I G Proposal (revised 10/17/02) ilnit Bid Amount Price Bid LF � Way, 4" Duct Bank 1 w`�.�s-�Y dollars and hf � cents � per LF $'Z c� . a a �.� � o c. o 0 L�' 4 Way, 4" Duct Banl� TW �t�] 7 Y F I J I� �OIiBtS and N p cents per LF $ 2'�j • a�a $ r o o�. o ta EA Pull Box For 4 Wuy, 4" Duct Bank Tt-� l� �6_. �t-i n u 5� 1-a �D dollars and t� Q cents perEA $ 3.o�o.a� $ C�, oot�.oc� LS Taxiway Guidance Signs, In Place T,� ��"i Y �-'o �] �, -Tc�� u3�r.y� dollars and N p cents perL,S $ ���do.Do � Z�,oeaa.oc7 EA Type L867 Li�ht Bases for Taxiway �dge Lighting �o v r�.. 1-1 u ��iE..9 �-1 N sa t� i�T Y dolIars and � a cents perEA $ �50, o� � 9,9 �a.�a EA Type L�6$ Light Bases for xaxiway/Rumway Edge Lighting �u U�- '�� u N Q f� �e..n �p,,.r � i� t �7Y doilars and I� ta cents � perEA $ `y'�ja•'�� � 2,? �o. ao Paoe 13 � I `; i��.� Xte�n Spec Estimated No. No. OuantitY ry5. L-1�1 24 76. L-1Z� 58 7'�. L-1�1 xz i8. L-121 3 79. L-121 S2 80. L-1�1 3 Proposal (revised 10117/02) Units Item Unit Bid Amoant Price Bid EA Type LSG8 Light Bases in E�sting Pavement far Taxiway Centeriinc Lighting 1� � t� a2.. 1-! �� �.r rz��. it ta � � r� �= 1 � T 1� dollars and N � cents per EA $�'S �. o� $[ o�$ c� o, a � EA Type L868 Lighi Bases in New �a�ement #ar Ta�ciwnp Centerline Lighting �n u i�. !-I u a•r � �L � t� A►v � �1 �Ttr �iollars and � p cents perEA $ �r7a. @,� $ ��� � Do. o0 EA Medium Intensity Taxiway Ligf�t �'istures, Including Transformer, Lamp, Connections O�r�, Nc.,�r��t�n r4 N D ���r �iv7Y r'! � �- dollars and N O __ cent� perEA $ ��1`�j.�� $ �S'Sp•�� , EA Semitlush RanwAy Lights Fixtures, Including Transformer, Lamp, Connections `T'1-� �.�. !-� u v.� r72 � r) �K r� _�g.v ���Y �t�r �, dollars and 1�.i c'� cents perEA $�,�75.ou $ l, i"'Z��.ao EA Taa�iway Centerline Lip,ht FixEures Including Transfarmer, Lamp, Connections T� 12..e�.� f.-a u r�1���•�.� q�.t � � t �T� dollars and N � cents per EA $ 3�7 0. fl� $ Z�, -l'� e. o� EA Taavway Inset L'rghts � u s D � � � �TY doilars and i'�l c� cents perEA $ ��a.�t� $ I� ��. �a Pabe 14 ncT-��-��� �s:�z FR��� � NICHOLS �ie� ��sc �,1e�►te� �4.s �. �C � � ��. L-12� � sa. �r�� �rs F�`3. �-�RA 3,52� � 1?�l�p ��,333 �g. ��o �t 817 735 `74��1 F'.05i10 Uni6 Tr3�d l�tt �un,k � � id i.$ '%m���r 1�a�vv��r Lg��e�, i�1r��fte� �l�io5ee�t �ir d€temov�i � � v rc. .1-1 � � 1��e�,0 � dulierm � �. (`7. � _.___�t� pei° �S g'� oo. o-o $�'J o c��o a �C� �e� �keflecdfve Ar'is���e� (��eglle �), La �ce �l�Y�r�1 � -- -- dol��,r� and �= t +G �'�f cen� p�r �P, — g 7.'�7 � $ J to Z;,�� a S�' R��waytT�xir�u� lYiarl�i� ►a#t� '� I�[ R�f��E,iv� l�f a�s �- - � j, v dalYars a�d �,��oe�tts ��r SI' �, �. Cs,�. $� �� 9 7. n a S�` Rn�vway�l'�i� �l�� (Blscl�) RT��,-Ite�a�tive - �o d�ll�s ��d ,�+x'�v � i c� �-' c�st� per 5� $ p•. �� 5 7��.,0 �.� 4� K..� �6�d["61r�f �LLBW�j�/�i�]E�{Y�$]r j�j�l'�i�i �iC�i�� ��C•:nfiE^.iiE t�A� ��'A� �. �d U 1J _f� i`�B � �� ,dnila.Ts �� �r_� Gent� p�� � djc,o �cn � �o�. ov Prc�pb�aJ. (r+��+is�d �.Q��lO�} F"a�e YS �� i � �l OC�—�2—��2 15�51 FR�ESE � N1CH�L5 Yts� �[t� F�#�t6t� � � � 86. .,..,. i e�� ��� �4��1 �.�s�1e U�ri4 Bid A�a aunt �� � � � � L� Cn�tt�r.� tem�r�ry eo��ctE� ��a �i�, co�l„ie, 4n p�, i�ue�it�� eaccaor�ttm����g, �6gr� pRo�tla�r, f ler�ilbl� b�� �#ic�n�:l�or�'y �°� sit��s�ra, �r��io� �� uact�om�, �nm1 �e�to�°e�r� � pre�co�r�ilo� so�di� ��nu oom��ee�ax� o[ rra�f�m sac�riii�a (F�,TfJ7C3�: '1'�s �o�r�ry �cesa roed � a� �� F3u�-���fla%a�v� Yi�, ��!1 vuly � cot�tr�Gte�d ii ��11�y �1iu�ce r�n� r��eme�ut �nd d�ste i�S the �ity ai Fori W���). �i�rY -r�«e��a� dni[�rs �dd �,N o ooats �arLS � (�p,orsa.o� � q�o�odo.oc� `�.'�T�Y. ��� ��[i �- � � "1 � �a f 8 i o • � � '�Q)�`�,L ��E �4ild, �'��P� �1 i�J'��5 ..�+��.. i�+lr�c.�o� .. 5�..�_� H��.r2�.�_,�.a��rY �iv �au�t� F_1GMT t� t�r.if7�.�,1� � ht,� � S�v�En(TY -_._ I]l�ll� �d� n��'C8i3LS pro���� ��-�����. io/a�o2� � ��,e 1s�► �. PR4POSALSCHEDULE BID ALTERl�ATE 1�10.1 �tem Spec Estimated Unit Bid Annount No. No. Ouantitv Units Item Pri�e $id 1. SS-Z 1 LS Mobi�izatian � i r-7 Y �'i � �. �i-��us��.a� doIlars and I� [� cents perLS $��5 �o�.��$ 5�i` 000.oa 2. P-151 1 LS Cleairing and Grubb'rng �olt-��4' TI� o v � �a.+�s� doElars and N Q cants perLS $Gio�oao.o=� �}'O.000.tia 3. T-9Q1 , 3.� 4. SS-4 1,0�4 �. SS-4 1,49i AC Seeding ad.ri� TH����4r,�r� 1^�1 Y tv !-1 L] nl L� lZ.�£C� dallars and h� � c�nts per AC $ �� a c. a o $.�� °� 5 0, c� "�Y Concrete Pavement Removal ��vr dollars and N � — cents per S Y � 5, a a SY Asphali Shoulder Removal . �=sv� dollars and N o cents per 5Y $ �. � Q g �',�I�,.o. oc� ���f��•oa Proposal {re�ised 14/17/02) P�ge �� i� Amouut Bid and 1�1 a cents per LF $ LA . r� +a $�, 3 Z O. u� Item Spec Estimuuted U�A� �i� No. No. Onantitv Llaits Item Price b. S5-4 385 LF Remove ilnderdrain �� x � do�lars i. SS-4 1 8. P-15� aa,�oo 9. ----- 84d 10. F-162 I,26� ].1. F-162 775 Progosal (revised 10/17/0Z) LS Electrical Demalit�on Tv.f o T�r � ��,'S�� 1� ,1� l�/' r 6� l:a± �] l�l � 1�..�LE� CIOIIc1C5 and J� d cents perLS $ Z.,Q7oo.o� $ Z�Sno.ao CY Ylnclassified Excavation �� �� dollars and N o cents �f per CY $�f' - o o $ i fc� '� � o o€� . a o LF Remove Femce �N �2.. �_�. dollars and _ _ f� � cenCs per LF $ �d . ts� � $ '�. , �i a z� . o c� LR Tempnrary Fenc�g . -�'� r� __dotlars and � Q cents perLF $ (C7.00 $ jZ�[aoo.a� L�' $' PVC CoAted Chain Link Fence ��1' ��aT� Y � l ?L dollars and �! �T`� cents per LF $�. (� . 5 O $�- � ��3 v 7. �7 a Page i7 1 r i � Item Spec Est�mated L7nit Bid Nn. No. Ouantitv Units Item P��� 12. P-155 1$,62,3 SY 9" Lime Trea#ed Subgrade . �a �r �- 13. P-304 10,183 14. TxDOT 1,�32 Item �47 15. P-501 1,0�4 16. P-5QI 9,886 1'�. TxDOT 6,659 Item 340 Amount Bid dollars and � Q cents perSY $ �•�� � �4'� ��� . b o 5Y 8" Cement Treated Base `�-� r itT � r� r.� dollars and � f ��Y cents perSY $ l3.�0_ � 137� �7a � 5� CY Typc A, Grade 1 Base 'T�n1 �.�7` ��[' �. dollars and N � cents parCY $ ��.00 $ '3���aO.oc`� 5Y �" PC Concrete Roadvvay Favement 'T}x! �ns T Y �= ► v f� dollars and N o cents per SY $��J. c o $ Z-5 . C� oo . a� SY 14" PC Concrete Apron Pavement ~r�+ ti ,�.—r� �.� � d��i�s and � � cents perSY $ �Z<ao $�IC�. ��3�.�� . SY Plant Mix Bit�minous Pavement ^ ��� dollars and 1� O cents per 5Y $(g . O� $ 3�i��-� . a o ProQosal (revised 1O117/02) Page 18 f ;� f� ,i I �� �� � I Item S�ec Estimatecf Unit Bid Amount No. No. Ouantitv Units Xtem Price Bid 1S. P-60� 1,995 GAL Primc Coat C� N � doilars and �l �='7`� ce�ts pezGAL $ l.�o $ �.`�`�7, �o 19. 15064 247 L�+ 8" PVC Drain Pipe 7-'�.v � raT � S � x dollars and !� o cents per LF $ Z, Ca . c� o $ Lo ,�'�. Z, � e 2Q. Oi568 1 21. 41568 600 �2. 0�.�68 60 �3. L-1Q8 2i5 Propo�al(re�ised I0/17/02) LS Erosion Protection Tr�l I�. � F� N c�►�t s� at� aa dollars and N � ____cents pezL5 $ ��cs,00 $'Soo.00 LF Silt i+'ence C7 tir,� dollars and != o e�..�Y cents per LF $ � . �° o � $ �' c� , a n LI` Hay Bale Silt S�rrier t=bu�ti . dollars and � � cents gerLk' $ � .0 � $ ��fl .r�� LF 1" Canduit Xa Concrete Treneh In Existing Runway, In Place `�t� i �7Y_ -�� ���. �iollars a��i � � cents per LF $ � 3 . � � $ 9 � 'i �'7 . � � Page 19 i I' [u II, Item Spec F.stim�ted Unit Bid Amount No. No. Onantitv Units Item Price Bid 24. L-108 3�,000 LF �" Conduit DB in Treuch €or Taxiway/Runway Edge Lighting � i'�� �5. L-1D8 1,225 �6. L-lOS 2,,900 Z'�. L-10$ 3,400 28. L-108 2,204 �9. L-108 1,500 Prvposal (revised 1QII7/Q2} dollars and J�.t � cents per LF $'� • o o $� ra , 6 o v. o� L�' �" Condnit DB in Treacl� for Taxiway� Cen#erline Lighting Fo,>>�, dollars and 1� n cents perLF $ �".r�r� $ ��9ao.a � LF Undergronnd Cable, Instal�ed in Conduit or Duct Bank for TaxiwaylRunway Edgc Lightin� r.r o ' dollars and P_ f Ce {d 'r l� cents perLF � $ 4.�0 � �,3Za, oa �,�' Undergroand Cable, Tnstalled 'rn Conduit oc Duct Bank for Taxiway Centerline LighCing �n dollars and Y� G N'i"Y censs per I.F $ O.'� � �'�., 7�. �, a ca LF Bare Counterpoise Wire, Insialled in Trench, Inclnding Ground Rods and Ground Cond�,ctors for Taxiway/Runway Edge Lighting i�l t7 dollars anc! M+ r-r Y cents par LF $ O. 5 c� � i, 1 0�, o c] LF B�re Counterpaise Wire, Tnstalied 'en Trenc�, �cinding Ground Rods and Grounci Con�nctors for Taxiiway Centerline Lighting N � dollars and I� � �TY cents per LF $ C) ��7 O $ 7 J c� . D[� Page 2a I Item Spec Estimated No. No. Ouantitv ilnits Item 30. L-110 210 LF � Way, 4" Duct Bank 7 w � t�-i �''f � ; r l0 I I �1 ��. L-zxo zoo 32. L-110 � 33. L-125� 1 34. L-1�1 1� 35. , L-121 2 Proposal {revised 10/17/02) Unit Bid Amoaat Price Bid dollars and JV c� cents perL�' $ Z.O.va $ ���.Ot�.[�o I.�' 4 Way, 4" Duct Bank `l�w�_ea 7 Y r 1 �r � dollars and N � cents per L�' $ Z�'"j . o O $�J , o� c� . o 0 EA Puil Box for 4 Way, 4" Duct Bank 'rt'c-� �2�. rfa T o u�� o dolIars and t� � cents perEA �, �000.oa $ (�.�ob.eo �� � L5 Ta�way Guidance 5igns, in P�ace 7�.0 ��-tY �►.1 l v. � i�C� I�i�l c�.l S a n1 D dollars and �V o _cents per�S $ Z9,�ao.no� Z�, ea��.�rn EA Type I.86i Light Bases far Ta�iway Edge Lighting �a �r tt- I�l u�9 b r� l�e Q � � 4+? � �� i �Tl' - ' dollars and N d cents per EA $�-�j c�, o u $(n , 7� c'�_. o p EA Type L$6$ Light Bases for Taxiway/Runway Edge Lighting �y�lt_ ��d. 7 � � �► �+� F � � -�l dollars and I� �cents per EA g .4��.c�� � � � � .a � Page 21 ,� Item Spec Estimated Unit Bid Amount No. Na. Ouantitv Units Item �rice Bid 36. L-121 �5 EA Type L868 L'rght Bases in E:cis#ing �avecnent for Taxiway Centerline Lighting .�,o- v�z.. I-i � n+ r� r�� p Ie � � xc 1 � �Y ' I dollars and �V o cents perEA $ L�°'t7o.at� $ it.ZSb.s�a II 37. L•1�1 �3 EA Type L$68 Light Bases in New PavemenE for Ta�ciway Cemterline Lighting � Fo c.s �. �-�i 4r wP V��,f� ` I � doilars and N a cents 1 p�T�A � GFoO. A� °� �i+�,40.06 � � 38. L-121 10 EA Load Bearing Blank Cnvers for Light Bases �i�v�ruTY Fs�/�. dollars and � � cents perEA $ � 7. d � � '750• oe, 39. �.-121 1� EA Mesi�ium Intensity Taxiway Light Fixiures, Including Transformer, . Lamp, Connections � T w c3 N�� n• c:� �� i'� ' doLlars and N a cents per EA $ Z. o ca . o a $� c7 O�'3 . c� � 40. L-Y21 2 EA Semit'lush Runway Lights Fiu�tures, T�cluding Tra�sforsner, Lamp, Connections it� ca tL }-iu s.s xSR�,►7 ! dollars . � � and I�S +a cents perEA $ ��0� �sa $ �04. oa 41. L»l�l 78 EA Taxiway Centerline Lighi Fixtures Including Transformer, Lamp, i Connectians � —�� �e..,�. �_ �-� �s r.3Q��..� A K�7 �� � s—r Y dollars � and t�l � cents perEA $ 3�50.6� $�„7��nc�.oa Proposal (r��ised 10/I7102) pabe 22 � Item Spec Estimnted Unit $id Amount Na. No. puantitv Ur�its Item Price Sid 42. L-1�1 1 LS Temporary Runway Lighting, Including Psacement az�d Removal �/ v' iC r-�1 Vn9 f7 rZ� p dollars and /J � cents perLS $ �oo, c7a $ �c�o• c�0 43. L-11$ 25 EA B[ue Reflective Nlarkcrs (5ingle Lens), In Pl.ace ���r��N 44. �'-620 2,`�30 45. P-6�0 7,307 46. P-6�0 1 SF S�' LS doIlars and � a� T Y cents per EA � 7�� o_ $ 1 z3 7. 5 c� Rw�way/Taaciway Niar�ing witi� Type III Rei[ect�ve Beacls � N � dol�ars and �r x�TY �l� H�ents per SF g t� . fa $ � r� 5 e� .�d ra itunway/Taxiwsy Marking (B�ack) Non-Ret�ective N ra __dollars and 5E �cTY �tCn w7 cents per S� $ d . {a $ $ �. �1 � � � 7 Ce Temporary 1ZunwaylTaxiway Marking, Includ'eug �'Iacement And Removal Fi v+� 1-i �� s� r�+� dollars and 1� a cents perLS $ "�'�C»• Q[] $ �00. 00 ; TOTAL BID ALTERNATE No. 1 $!, 1 I 3,'�° 9 7�(� Cn � TOTAL BID ALTERNATE 1, WRITTEN IN WORDS � r'� ,.R � Nt i L c. � o�►s _ o r� � t-e v �v rr �-� +� Y�-! ��.-r �,.) r�l a � e xaw v, F o �r r.� �-a L► i•r +� t� �7 . � w o N� n� �T Y �� �l +� N DolIars and ��� ��w Cents ��■ Propas�l (revised 10/17/02) Page 23 OCT—�2w2�2 15 � 51 ��t�E�E 8 N I Ci-iE3LS ' 817 ?35 '74L �1 F' .�7�1 � � � �� ����� � � � � ���� ����� �: � �.��� �ii�: '�"�3�`.�L ��i �.. "� . � 3 5� �3 � fi • z Z_ ' �������r� ��n� ; � ��� �r� su��o�� � _ __� . � � �. �-� r� . � � ' �ID �I.'I`��lf�'T� Na. X S'[IB�['t3�'��. � , � � 1 � � �_q, � : � C� � ti ���� ]�� + BIL�i �7'��i�.'� �a. �. '�'�''�. �i� ���,q � � Ca -T , � � � _ � ■ u ir�r.u����i� nii�� rni� � r i � �� � �■ � i u�� �� � I I�Anm � �+i�!��'�I� •��a.l L�_� � �.� Ii1lTA�T�aRI�iL IAT�'ORPI�RAT.F3D �N`�`�i 7'� F�����: $ �, D D b� O C? O•��_� �,, [�T� C��ES: � � . � 3 5 , 8 'i o . 2 �,. _ 'I'OTAi. B�►�� �ID�` �.r-- � � � 3 � . �_� � . � '�. _ ���.��I� � �II] ��,� o. l M.A,'T�RiAi, �IC@RPE3RA'I`E� �PT`T'�I '� PCi�yL�'I': $ 3 i �3 � � _ � � �l • �i S -- A61,L (]'][��� t:H.�tC��S: � � , c� v � , � � � , o 0 T�`�`�4,�, �ASE �IT� � �� AL7E��hT�T� �Vo, � � � _ _ . 5 , � � �i f '� (� "7 � � .�..,... �'ih�s� ta�ais �ust �� wi� Ch� tot� �i��s show� in th� bid sck�dule ��ar��, For th� ��urposes �f corr�p�ying �►ith th� T�x�s ia� ��, th€ Cn�t�ctar ��es tki�# �� ch� for a�y m�t�i�s %r cac�ora�d ir�to the prs�,��,ct ia excess o�tt�+� e,stit�'i�t�d qu�tity provxde,� ��ir� rw�Tl b� na 1€a�� th� t�e in vo i�:e price ft�r sucla x�t�ri�l to th�, C+a�t�ct��. r�acor���aylt�g this ��ogtasa�I is ��id �ond vr C�rti�'ied. ��r +C�shi.��'� CI��:1� o� a�tate or I�T�� xan�l ��c gay�6ie to t.�� ord�r o� Ybr� �ify trf Fqrk �i7ortb �ar - S� e� P�+��r ���----.__ �. T]�o�taar� �� ..e.) wi�xch a�nount ��sents .fiv� per��nt �5�) a�'the tat� bid ��ic�. �ai� �nflu�t r�ta�rr�es� tc3 �k� �1t��Cf,11�11��58 lIl C� 0�'k�ll� �CG`���dC.� A� E�'l� [�i0�i}B�I, bx�d�r sY�� f� � t� �x�ui� �d �.13 a a�antr�t on or b�f�� t�n d�y� ��t.ex� �c�p�ice o� s�id �rap��s�, �a whi�� c�s� t� ch�� sla�ll be�or�� t ae ��ro��3' af �� �ity of P�r� War�h, a�� sIa�ll h� ctmsi�l�r�d as p�,�n�r�# fo� d���s due tn dc�ar• an,� e��h,�r �nGonve�i�ac�s suf'f�r�d b�+ th� Ci�cy o�' Fort Wo�fih, du� to th� failu�r� t�� the bi�il� �o ��c�ute tJ ie c ant�acr. Tkie City vf For� V4To�th r�serv�s t�e �i�ht ta rej�ct �txy and ali ���s. T[�e pwn�cr vvill �,et ar► this �ac�p�sal withir� 9�1 days �allowin� t�� bid op��ira�. Upa� �cce�t�u�ce a�.d �w�td �f t�� co�tr�t ta k�� c�nd�si��d by t� t]rwner, the u�adar5��nt�d s�.1i �ecut� tk�e �uir�.d C'ont�a�t T3o�um�nis �nd ��te Co�st��ctia� �d P$y�ent Boncls �ar the ful� �n,ount of �Y�e cd�tr�t will �ln �;ea days Prop�s�1(r�v;scd 1�/�2f02) Pa,��S t�� l� C1C�'--��-��� 1�� 52 FR��SE 8 N i CFfL7�5 C�1'7 '735 74� �1 !�. mF�i 10 £alfowir�g t.he awa+�d, ta s�cu� pra�er co�plianc;e wi� 4I�� t�� �nd p�ov�si�rr�s of �e �a�ttr� e�c, to insure �d �a�r�t� eh�e �o�k unt�l �[��1 com�p�eti�� and �c�ept��� �d, � to ��t� p�y;n��nt af'�1� i�w�'ui cl�ns f�r l��ox p�rfs�r�d �d ��#eri�.� fur�ish�� in �� �rX�'ilLm�r�t of €�ie ��uau�. '�'h� und�esign�d ce��s �tat �ie �id gr��� c�n�ai�s��( xn this p�par�� k��w� b�n �atefully t heck�d and az� suF�x��tted � oos�c� anat final. TF�e un�ier�i���d a�r��s tc� su�s���i�y �nmplete aXl wark �c������,d by ti�es� CQ�tr��ct Da�um�ts witHi� ih� num�a�r q£c�,erld� �y� st�L�� ��l�r�r Fro�ta �t� d��► �st.��lash�d f�r t�c st� of t1�s warl� as s�t �'r�r� in � wr�tt�� I��tice t� �� ta b� is��i by ilne t3wnc �r ��r �ny t!� ��in�� �'nr tk�� C?wn�r� H�e �id �7C� ��leYfd.� d�� � �a�se Bid +�ic! Altean�te 1 �6� C;�alend�r d,�y � � th� e�+��t �ri,e Caair��tar �a�l� � a4t�,rt s�bs�n�iaY r,��g�l�tion ��'ti�� enti� proj�t (�1i �id xt, yt��a) wirhsn ti� t��a� s�t f+�t� i� t.�� Prapz���f, �r� �wn�ar m�y rwxtt�la�ld �c���� p�n�.��tly �ri� th� �ar�t� �ctx�r's tot�i comgea�s��iora tlte su� vf �}�r d�y �� iiqu�da�d d�g�s arnd far adde�i axp�ns�s f�x c ng,i�eorirag s�r�ic�s, far e�ch consc�u��v� c��l�md�r da� ta �as��rl�c� t1a� work �yon� ��ll�tt�d tt�e. '[iie !�wn�� w�ll � itye �r�18 jud�e �s tp �+�i��� i�e v�rae�t has'��, co�cupt�ted ;witF�ir� th� �Ilatted tir�a�. Petap��al (�t�ev�s�d IQI��lSI�) Fa�;e �-� ti� ij i The bidder (proposer} shall completa the fallowing statement by checking the appropr�ate space. Th� bidd�r (proposer) has � has not _ participated in a previous contract subject to the equal opportunit� clause prescribed by Executive Orde:r 10925, or Executive Qrder 1 I 114, or Executive Order 11246. The bidder (proposer) has�C has not _ submitted a11 compliance reparts in connec�ion with any such contract due under the apglicable filing requirements; and that representations indicating submisszon of required compliance reports signed by praposed subcontractors will be obtained prior ta award of subcontracts. If the bidder (pro�aser} has participated in a previaus contrac� subject to the equai a�portun.ity clause and has nat submitted corrtpliance reports due under applicable filing requa.rements, the Bidder (Proposer) shall submit a coFnpliance report an Standard Form 14Q, "Emplayee Information Report EEO-1" priar to the award of cantract. Standard Farm 100 is normalIy �uznished contractors anz�.ually, based on a mailing list cunrently maintained by the Joint Reporting Committee. In the event a contracior has not received the farm, he may obtain it by writing to the �o�lowing address: Joint Reporting Camrr�ittee 1800 G Street Washing�on, DC 20506 Certification Regarding Debarment, Saspenszon, In�ligibility and Vol�ntaFy Exclusion (49 CFR PART 29) The bidder (afferar) certifies, by submission o�th,is proposal or acceptance o�this contract, that neither it nor its principals is presently deba�red, suspended, proposed for debarn;ent, declared ineli�ble, or voluntary excluded from participataon in this transa.ction by any Federal department ar agency. It further agrees that by submitting this pra�nsal th�t it wi11 include this clause without modif catiazz in all lower tier tran�sackions, soli�citations, proposals, contracts, and subcan.tracts. Where the bidder/���rar/contractor or any lower tier participant is unable to certify Co this statem�nt, it shall attach an Pxplanation to this solicitationlprapasa]. Certification Regarding Foreign Trade Restrictians (49 CFR PART 30) Th� eontraetar ar subcontraetor, by submission of aci offer and/or exeeution of a eontract, certifies that it: Proposal (revised I0/17/02) Page 2? a. is not owned or controllad by one or mare citizens or nationals of a iareign country included in the Iist of countries that discriminate against U.S. firms p�blished by the Offzc� af the United Stat�s Trade representative (USTR); b. has noz knowi,ngly euteared into any contzact or subcontraet for this project wiih a contractor that is a citizan ar national of a foreigz� country on said list, or is owned or controlled c�irectly or indirectly by one or more citizens or nationals of a fareign cauntry on said list. c. has not pracured any product nor subcontracted far the supply of any product for use on t�e project that is praduced in a foreign country on said list. LTnless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.1?, no contract shall be awarded tQ a cot�tractor or s�bcontractor who is unable to certify to the above. If the contractor knowzngly procures or subcontracis for the supply of any product or service of a fareign country on said list for use on the project, ihe Federal A�+iation Administratiou may direct, through tke sponsor, cancellation of the contract at no cost to the Government. Further, the cantractor agrees that, if awarded a contract resulting fron� �his solicitation, it wzll ineorparate thzs pzovision for certificativn wiChout modificatian in each contract and In all lower tier subcon�racts. The contractor may rely upon th.e certification of a prospective subcantractor unless it has knawledge that ti�e certification is errvneous. Th� contractor shall provide immediate written notice tv th� sponsor if the contractor learns that its certification ar that of a subcontractor was erroneous when submi.kted or has become exroneaus by xeason of chan ;ed circumstances. The snbcontractor agrees to provide immediate written notice ta the contractor, if at any tirne it learns that its certification was erroneous by reason of changed circumstair�ces. This certification is a material representatian of fact upon which reliance was placed when making t�e awa�rd. If it is later deternzined that the contractor or subcontractor knowingly rendered an erroneous certi�catipn, the Federal Aviatian Administration may direct, througl� the spansor, cancellation oi the contract or subcontract for default at no cast to the Go�ernment. Nothing contained in the faregoing shall be construed to require esiablishment of a system of records i� order to render, in �ood fait�,, the certificatzan required by tkus pravision. The knowiedge and information of a contractor is not requir�d to exceed that which is normally possessed by a prudent person in the ordinary. course of bus�n�ss deaiings. This certificatiorz concerns a matter within the jurisd'zction of an agency of the United States of America and the making of a false, �iC�1.t1.pi1S, or fraudulent certification may render the malcer subject to prosecution under Title IS, United States Code, Section 1001. Praposal (revised 10I17102) Page 28 i� �� Buy American Certi�ication (Avi�tio�n Safety and Capacity Expansion �.ct of 1.990) � � By submitti�.; a bid/proposal under this solicitation, cxcept for those items listed by the offeror below or on a separate and clearly identifred attachment to this bzdlproposal, the offeror certif es that steel and each � manufactured pxoduct, is produced in the �[Tnited SCates (as d�fined in the clause Buy American - S Ceel and �� Manufactured Froducts for Construction Contracts) and that components of unknown origin are considered to have been produced ar manufactured outside the Unzted States. Offerors may obtain from the Citv o� Fort Worth lists of articles, materials, and supplies excepted from this provision. r ', PRODUCT ' ACgNOWLEDGMENT OF ADDENDA: Addendum No. 1: (�► � /� ' � �' ° � � - Addendum No. 2: �� l� ��7' � �- i` � /],, Addendum No. 3: C�'� B /o �� 2 r� 2 COUNTRY OF DRIGIN R:�i ' ��"Ti��� . � . Addendum No. 5: (Please initial and date) /�'2`� �Z i��Z`��o2 /b-z� 02.. ACKNOWLEDGMENT OF OTHER DOCUMENTS: , .- - --- -- _ Wage D�termination: ( '�Q iD -� Z�—o2 ' Lahor Provisions: ��� �Q � 2`� �� 2 Affirmative Ac�ion Progz'am: C�6 l� - Z`'� '°� Proposal(revised 10/17/fl2) {Please initial and date) Page 29 �1 �� MQ���� �� �2.. ��C . ���5 BIDDER �/� � f �" �S ro��3 i - II Si nature Title � � ��.��~ � C� /�2rs r��] � , Address f� r.� 5 Tb r� ,~%�G %�a �� CitylState � Zip Code Telephon� Number: 28� r � � ���7� % Fax Number: '�f3! � $ Z t - �9/ � Date: l� � Z`�� a 2- Note: The fallowing certificatians shall be submi�ted with the proposal: Proposal (revised 10/17/02) P��� �4 CERTIFICA'i'�ON OF BIDDER REGARDli�YG. EQUAL EMPLOYNiENT OPP4RTUNITY GENERAL SIDDER'S NAME: ��'�"'�Pd��� ��g�- ���' ( ��S ADDRESS: � `1'� � 3 �`��"� � � � �• -�r.c.S`T�ta ��(iC '� �D �� INTERNAL REVENUE SERVICE EM�'LD�ER IDENTIF'XCATiON NO. I" ?�' Z� �"`�`� l� �-i NONSEGREGATED FACII,ITIES I ' ` NOTICE TO PROSPECTIVE FEDERALLY AS�ISTED CONSTRUC'1'IDN CONTRACTORS {41 CFR 60-1.$) (1) A Certificat�nn oi Nonsegregated Fac�lities must be submitted prior to ihe award af a federally assisted construction contract exceeding $].O,OOQ which is not exernpt from the pro�isions o� the equal opportunity clause. (2) ContracEors receiving federally assisted construction contr�et awards exceeding $10,000 wi�ich are not exempt fram , the provisians of t�,e equa� opportunity c3anse will be required to prow'rde for t�e £orwarding of the £o1lowing notice to prospective subcontractors far suppliss and construction contracts where ihe sabcontracis exceed $10,000 snd are � not exempt from the provisions of the eqaal oppoxtcxnity clause. NOTE: The penalty for �acxa�ing fa�se statements in offers is.prescribed in 1$ U.S.C. I001. NOTICE TO PROSPECTiVE SUBCONTRACTORS �F REQUIREMENTS �'OR CERTIFICATION OF NONSEGREGATED FACILI'1'iES , (1) A Certif'rcation of Nonsegzegated Facilities mnst be submitted �rrior to t�►e award of a su6contract exceeding $14,000 whic� is not exempt fram tl�e pro�isions of the equal apporturiity elause. {�) Contractors receiving sabcontract awards exceeding $10,OD0 w6ich are not exempt from the provisions af the equal opportunity clause wr'll be required to provide far the forvs+arding of t�is notice ta prospective snbcontractors for supp�ies and constr�ction contracts where the subcontracts exeeed $10,000 and are not exempt £rom the provisions of the ec�ua[ oppartumity clause. N4T�+ : T�e penatty for malung false statements in offers is prescribed in 18 U.S.C. 1001. .� CERTIFICATION OF N4NSEGREGATED FACILITIES The federally assisEed construction co�tractor certifies that he does not maintain or provide for his employees any segre;�at�d facilities at any of his est�blishments, and ihat he does not perrnit his employees to per£or�an tixeir services at any locatian, under his control, where segregated facslities are maintained. xhe fedexallp ass�sted constrnction certi�'ies further ti�at he wi11 not ma�ntain or provide for his emplo�ees any segreguted facilities at any of his establishments, and that �e will not permuit k�is emplayees to perform their services at any location, uz�der hss conErol, where segregated facilit'res are mnintained. The federaIly ass�sted cvnstruction cvntractor agrees that a breach af this cert�cation is a �iolation of t�e equal oppartunity clause in this contract. As used in this certif'xcation, the term "segregated FaciEities" neeans any waiting rooms, work areas, restroom,s and washrooms, �estaurants and other eating are�s, t�mec[ocks, locker roonos and other starage or dressing areas, parlcing lats, drinking fountains, recreation or entertainment areas, transportation, and housing facilities prnvided k'or emplopees which are segregated by exp�Rcit directive or sre in fact segregated on the basis af race, color, religion, sex, or national origiu, because flf habit, local custom, or any other reasan. 'I'!xe federally assisted construcEian ngrees tiiat (excep# where he has obtained identical certi�catioas from praposed subcontractors for speci�c time periods) he wiil obtain identical certifications fram proPosed snbcantractors prior to the award of subcontracts exceeding $10,000 vvf�ich are �ot exempt #rom t�e provisions nf the equal opportunity clause, and that he w�ll retain such certificatians in I�is files. NOTICE TO PROSPECTIV� C4NTRACTORS OF REQUIREMENT F4R CERTIFICATION OF NONSEGREGATED FACILITIES A Certii'xcation af Nansegregated Facilities m«st be subnn�itted prior to the award oF a contract or snbcontract exceeding $10,�U0 whicla is noE exempt from the provisions of the Equa1 Opportunity Clause. CerEificat':on - The in%rmation above is true and camplete to the hest of my knawledge amd belief. �� t�L� '� � n..� ��'i V L c� P2 c� t p� Title of Signer {Please Type) � ./� V � � " Z � �Z Signature y Date NOTC: The penalty far making fa[se statemenks in of£ers is prescx�bed in 18 U.S.C. 10ii1, ,� i �I�va� � VENDOR CO�VIPLIANCE TO STATE LAW �I I �� � ri li� The 19$5 5ession of the Texas Legislature passed House Bill 620 relative to the award of contracts ta nonresident bidders. Tlvs Iaw provides that, in order to he awarded a contract as low bidder, npnresident bidders {out-of-State eontractors whose corporate afFices or principal place of business are nutside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an arnount lower than t[�e Iowest Texas resident bidder by the same amount that a Texas resident bidder would 6e required tao u�derbid a nonresitient bidder in ozder to obtain a comparable contract in the 5tate in wtuch the nonresident's principal place of business is located. The appropriate blanks in Section A rnust be iiIlad out by all out-of-State or nonresident bidders in order for your bid to meet specificatians. The faiJtire of out-of-State Qr nonzesident contractors to da sa will automatically disquaIify that bidder. Resident bidders must check the box in Sectian B. A. Nonresident vendars in {give State), oar principal place of bnsiness, are required to . be percent lower than resident hidders by State law. A capy of the Statute is attach�d. Nonresident vendozs in (give State}, our principal pIace of business, are not required to underbid resident bidders. B_ Our principal place of business or carporate offi�es are zn the State of Texas. I:i DL7:�:� 1�[ �1-�-�.vi Pf►C�*� �,.Q�7�C. �G, y"��AS $y; l� N� �-�� 4 c�ft-�7 �' (Please print) � � 333 �� s �ta� � . t'�Ouy�a,.J )`�C "7�� 3� City State Zip `�, S�;natuxe: � Title: !/ � e..� I/L �,j 1�c� (Please print) THTS FORM MUST BE R�TURNED WiTH YOUR OUQTATION � � L�(SiRtiCTION FOR Cpi4iP1�ES'IO�i OF SF-i..Z.L, D�SCLOSURE OF LOBBYZNG ACITYI'7'zE,S Thu diu3asure fnrm sha31 be �ompleied bp the reporting entitp, whether su6awardee ar prime Federa[ recipient, at the initiation or re�eipt of a cooered k'ecieral action, or a�aterial c�ange W a previaus t'�ling, pursuant to ti[le 31 U.$.C. sectioa 13��. 'I'�e t'ding of a iorm is reyuired for earh papmeni or agreemer�t tn make paymeut tn anp b�bping entity for inquiring or att�mpt'sng to infiuence an otTicer or emp{ayeeof au9 ageacp, a i�tember of Caagress, an ofiscer ar employee of Cangress, ar an em��Oyeenf a�[ember af Coagress ia connectian with 8 Covered Federal aetion, use the SF�LLi.-A 'Continuatian 5heet far addicioaai ini'ormatiou if the space on the Earm is inadequate. Compleie all item5 ti►at aQplp for both the initiai filing and material change report. ReFer to the impiemesaeing guidance pabli5hed bp tbe Off'�ce of hlanagemeaC and Budget Cor addiiSonal infart�ation: I. Ideatify the type of covered Federal actio¢ far whic� lobbying activiEq u andlar has heen secured to int�uessea the outcome Qf a cavered k`ederal actian. � Z, identifp tfie status of the covered Federa! actian. 3. Idet►tify the appropriate classification af thu report. If this is a FQIIo�p report cansed hy a material change to the in[armatian preriouslp reported, enter th�e Sear and quarter in which the chaage occurred. Enter the date of the last previously su6mitied repart �y this repartiag entitp far this covered Federal action. w b. Euter the full name, addrets, citp, state and xig eode of the reporting entit�. Inciude Congressionai District, if know�. Chee4s the appropriate elassiiic�kion oC the reparting entitp thai designates if it is, ar ecpeccs to be, a prime or su6award recipient. Identifq the tier af tlie subawardee, e.g., the !'�rst suhawardee of the p�ime is the Ist tier. Subawards incl�sde but are not lisnited ta subcantratis, subgrants and cantract awards under grants. 5. Tf t3se arganizatian fliag the repart in ite� 4 ehecks "Subawarde�", then eater the fuLl name, address, citp, state and z'sp code of the prime Federal recipienG Include Congressio�a! T7istriei, it icnarm. fi. Euter t3�e name of the Federai agencp makiog the award or loan commitmeut. Iuclude at least one arganizationa[ Level helaw agency name, if known. For �cample, I}epartmeat af Trazupartatian, ilnited StatPs Coast Guard. 7. Enter the Federal program name ar descripciou Cor the covered Federal actian (item 1}, If fcnawu, enter tise Fu[I CataIog oC �ederal I3�mestic rlssistauee (CFDA) Qumber for granLs, cuoperative agreements, ioaas, and Iaan.commitruents. � 8. Enter the mast apprapriate Fedez'al identii'}'ing uumber avaiIable for the Federal actian ideati�ed ia itecn 1{e.g,, Request far Propassal(RFP) number; Iuvitation Far Bid (IFB) numher, grant annottncement aumher, the coatract, grant, or ioan ` award nnmber; the apglication/groQosal coatrol number a5signed hy tfte Federal adency). Include preFiYeS, e.g., °.YtFP- DE-$0�-001." 9. For a co�ered Federal actian wi�ere there has been an award or ioan cammitment bF ctie Federa! agency, eater the Federal amount of the award laau com�itmeat Por the prime eatity identired in item 4 or 5. 14. (aj Enter the PuII name, address, citp, state and zip code oi the Iob6ying entity �ngaged i�r t�e reporting entiiy identilied in item 4 t,a iniluessce the covered Federal actian. @) Euter tb,e CuII naates o! tne individual(s) performing ser�ices, and include t'ui1 address i� diFferent froul 10(a). Enter I.ast Name, Fsrst Name, and btiddie Initial (�II), " 11. Enter tk�e amount oF campexuation paid or reasonably eYpeciEd to he pai� by the seportiva e�tity �Eem d) t,o the lobhpin; enti#p (iteat 1Q). Indicate whethe.r t}ae papment h�s Y�een made (actual) or wili he made (pEanned)• Check alI baxes tlsat applp, Tf this u a mater�aI change report, entet the cunxutative amaunk o! payment aiade or pianned to he made_ L. Cheek the apprnpriate bax{es), Check a!1 bases that apply. If paymeni'ts made thraugh an in-kind contribut�on, specify tiie nature and vaiue of the in-kusd payment. I3. Check the appropriate bax{es). Check aII 6oxes that apply. If'ather, specify nature. 1.4. Provide a specif'�c and deta'sled d�scription af the services that the tobbpist has performed, oc wilI be ��cpected Ga perfarm, and the date(sj of anp se�cvice-s rendered. Iaclude ak preparaLury aad reIated activit�, not just t�me spent in actual enntatt with Federal ofFiciai�. Identifp the �'ederal oCfcial(s} ar eraployee{s) contacted nr the ofEicer(sj, empioyee(s), ar Member(s) af Congress that were contacxed. 15, Che�k whether or not a SF-LLL-A Cantiauation Sheet(s) is aktacht�. 16, The cEs�tifping oft'icial sttal2 sign and date ihe foruy, priat hislher name, tide, and teiephoae numbe�-. Public reparting burdess fnr this coIIectiaa of isaformation is estirnated to average 30 minut� per respaose, inciuding time for reviesvi.cg instructzons, 5E31'CbiII� e'ti5tiria data saurce3, gathering and mairsta;ning the data nees�ed, and cfl�pleting 1IId �C1�1CW1II� C�3C COIiE�CiQII of inCormatian. Send camiaents r,artiiag the bnrdea estimate ar any other aspect af ti�is caiie�iiou oi inlarsz�aEion, iucludiag su;�est3ans for reducing this burdra, to tl�e QfFice of �1aa�gement �nd Budget, Paperwark Rz�duction Praject (034$-0O�t6�, Washingtnn, D.C. �0503. I DLSC�:OSURE OF IAE$Y�L'�iG AC'YTS+TITES Complete this form tn discsose lah6ying attivities pursuant ta 31 i1.5. C. 13 �? (5ee reverse For p�hEic hurden distlos�re) �. Tppe af �'ederal Actscsn: �. $[atus af Federal Aciion: a. contract b. material change � c. tooperative agresmeut d. }aan e. laan g�arantee L loau insurance 4. Name and AddrEss oi Reporting Entitp � Prime �] Suhawardee Tier . if lcnawn Congr�ssionaj District, if knovrn: b. Federal DepartmeatlAgeacp: 8. Federal Acti�u �`ia., iF knnwn; 10,a. Name and Address af Lobbping Entitp: if individu�l, last name, first name, hII): 11. Amaunt of £'apment (check all that apQly�. a. hidlaFferlappiication 6. ini�l award c, post-award 3. R�port Type: ❑ a, iaitial filing 6. material change For Nlaterial Chaage On1y: year quarter date ai last repart 5. TF Fteparting Entitp in Na. 4 is Subawardee, Enter Name and address af Prime: Congr�sioaal D'utric#, if known: 7. Federal Program Name/]Jescriptian: CFDA Nv., iF appzicab[e 9. Award Amount, if known: S 6. Individual5 Perforraing Service5 (iaeluding address if differeut from l�a. Frst n�me, hII): 13. Type ai Payment (checic all that applp): S actual planned a, retainer �. ane-time Fee 12. Form oC Paymesst (c�ieck ali that apply}; c, commxssian a, cash d. contingent fee b. in-kiud:specifp: naEure e, de[erred value f. ather:specitp 1�3. Brief Descriptian af Serv'sCes Performed or ta he Perfarmed aud ❑ate(s) of 5ervi�e, includiug afticer{sj, euiplapee(s), or I4fember(s) contacted, �Car Payxaent Iudicated in Itesa IL• I5. Cantiuuatiau Sheet(s) SF-LLL-A attaehed: Q Yes � Na � 16. Information requesteci through ttiis farm �s au[harized hy titEe 31 U.S.C. �� � 5e�ctiou 13�L. This disc3dsure aF ]obbping act�vities is a mater�I Signatvre: ,,! • repr�entatian of !'act upoa whicl� retiance was placed bp tbe tier abave when ` this trausactian was made or entered inta, This disclosure is required Print Kame. �%��t-c.�S ��I�C.,�1�7'T pursuant tn 31 [lS.C. 13�?. '�'hi5 informatioa wil! 6e reported tn [he �/� � Congress semi-anuu�IIy an� will be a9ai3ahie far public inspectian. An� Tit1e: !/ t� �� .�( ����' pelsaa w[�o fai3s to f�Ie khe rec�aired disclasure s�aII be subje�t to a civii penalty o[ not less k�an S10,OQ0 and not more kha� 5100,000 for eacil sucii failure. Date: �� �2� a'Z- F'e�eral Use Oaiy: 0 Telephone No.: Z'�r'~ q�'�"` S�i� `% Standard Farm-LLL � C�RT�FICAT'ION REG�RDL,�G LOBBYT�iG Certification for Contracts, Gran�S, I.oans, and Coaperative r`�breernents T'ae ursdersigned cenifies, to the best of his or her knowletf�e and beliei, tizat: 1. No Federai appcoQriated �unds have been paid �r wil� be paid, by or on behalf o�f the undersi;ned, tc� any person far influericin; or arternptin� to infiuence an ofrscer or enployee af any a�ency, a Member nf Con;ress, an afficer or employee of Congress, ar an ernpioyee a� a�fembzr of Can�ress ia cannection wirh the awardaa; of a�y Federal cantract, the makin; af any Fedeca� grant, the makin; of Federa,l loan, the enterin; into af any coaperative agr�ernent, and the ex[ension, concinuation, renewai, amendment, or madi�cation of arty Federai cantract, grant, iaan or cdoperative agreement. 2 If any funds orher than Federai appragriated funds have bz�n �aid or will Ue paid co any person foc influencin� ar attempt'tng tfl influence an o�cer or emplQyee of any a;ency, a Member af Congress, an ofr�cer or emp[oyee of Con,ress, or an employee of a Member of Can�ress in connectian with this FecieraI contract, grant, loan, or congerative agreement, the undersign� sha1I compiete and su�mit Standard Form- LLL, "DiscIosure Form ta Repart Lobbying," in accordancY W1LEI i[.5 1I15CiltCllOitS. 3 The undersigned shail require that rhe lanauage of this certiFication be incfude� in the award dacurnent� for �lI sub-awards at a�I tier5 (including subcontracrs, sub,;rants, and cnntracts under granr�, Ioans, and co�perative a�reements} and rhat all sub-recipient� ShaIl cercify and discivsa accordin;ly. 'Tl1is cenification is a materia� representation of fact upon which rzliance was pfaced when �his transactior� wa� made or entered into. Sttbrr�ission of this certification is a prerequisite fpr makin� or entertng inCo ti1i5 transacti0n imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall b� subject ta a civil penalty af nQt l�ss than $1Q,000 a�d not more than �1Qfl,000 ior each such faiIure. l��Z�—O2 D ate �S i�nature (/� � ��'t�Q �T Tit1e �f�l�a n�/'i�G,cJ� �1�',1�f.K �C . , %�'X.4 S � . Or;ans2atiorz ,6 f E�PERIEN�E RECOl�D � List af projects your oz'ganization has successfully cpmpleted: Amaunt Of Contract Type o#' Wark Date Accepted Name and Address af Owner A�rvard . _ . ,.---- .. . � QPr� Q �. . l$ r�t,i�,t..►�i� b3�bgY Ac�?���+r' � ; � � Z ��rp � �u.s-� ��'�,.� �0.tci �aY � Wl�l t.(.. � �i `�� �j " � �- o � ,,• � � �-����Y ` 1 0 �M��.�„ t�-�.7 y ca t�I ��� M� 1 � �sv�.P ���h� � M��Lca� S � � —�c� �� ��� List of projects your organizatzon is now engaged in comgleiing: Ax�tount Of Contract Type of Anticipated Award Work Date of Completion --- ��� , . , �5�. �►,.�., �,.� ��.a�a�r � -� i � o � � �a �� L�'s �nIC+�,i� �AGL6..�,�y ��-ti"`�Z � rv�.«.�..c a� �c.e Nwr� Y C� � ���� \ n� � / '4. � � L L.C�i �+�--� "�`A�(4 c.�.7,�1 � S l9 t '— � �7 I..ist Surety Bonds in force an above incomplete work: Date of Contract Avvard Type of Wor[� Amount of Bond Bond Name and Address a� Owner � {� � �u� � �.-� a� �.c�� �r�� � � � ���Y s� ��.s� Name and Address of S�xrety E�ULP1VIEl�T SCHEDULE L�st of Equipment owned by Biddez that is in se:rviceabl� candiiion and available �or use: �.- L S i C�&*� � T�1..� c) � p� �� ��� S,� �.�/ � �,��d+�c P�4 �� ��. +o�+�s ��L '�-� �D�� , � �� C. �S � r� L...,�,�� s �a.�..����c �;�-� � .�1 �d.,Le Q• R � � Portions of vvork Bidder proposes to sublet in case of Award of � Contracts including amount and type: �.C.�Gr2c�.�c. � S�21P� � l'�-ass � �� ��c� ��--*� �� �rt � _ + ', � I � �I l I AiTAGHM�Ni 1 A Page 1 of 2 ! �l'i]j �� I�oC� �1�l�Cfh � i �isad�+antage �usine�� �n��rprise Sp�ci�i�t��c�r��� e,r-�,r� �r G il �.j`.s�� � i _ ,� '- : .e �� , D�� UT��I�ATI�� .� , ., ' ���P��� cci���ft. �c.�, r�C�� . t� -� �� ����'� �� ,6 PRIME COMPANY NAM� BID QAT� : ) ��Li�.n)C� � c���� t.��" ��n-�a�'7xixr�a`f �� ��.�t�i' � 3 83q � �Pa0J�C1' NAME PROJECT �iUMeER �r � CTI'Y'S DBE FROJECT GOAL: ��,�,� � I DBE P�RCENTAGE ACHIEVED: ���o � I�ailure:#o camplete this farm, in its entir'ety with supporting dncumentatian, and received by the Managing De�artrneni , on ar before 5:00 p.m. ii�e (5) C�ty husiness days after bid opening, exclusive of bid oaening date. will resu[t in tf�e hid being considered non-responsive to bid specifioations. _;__ _ _ ,� ihe undersigned t�idder agrees to enter into a farmal agreement with the DB� firms. fior wor�rt listed in this schedule, • �canditioned upan execution of a contract with the City of Fort Worth. �!�!P intentianal andlor k�owing misrepresentation of facfs is grounds for consideration nf disqualification a�d will result in ?he b1d being c�nsicfered �non-responsive ta specifications. - _� _ •--- , - - ,,- — - — - � , Company Name, Contact Name, Address, and '�eiephvRe Na. 'MC.��E-�t.� �.t.+�?L�L' � o., ��K . L�6 4. _. . _ .. _ .�.�. i ...��e�._0,.�.�_��?l��-. , �� ����.� � . � ����t� �� � � �z� C.� �iT�LfT'l�5 .i N C . � , ��?�•. B�,s�„4v-�-- � 5,��� , �cx ��9 7 � '7`i+Nt �� aa� �-� � � �2�ti� �k��- �'o , �----- — - - � — -- : , _ _ �. � -. --� _ _ _.__--_. � _ �.� I Cenified �Specify All Caniracting Specify All Items to he --� Scape Ot Vllork. f*) . Suppiiec#(*} � �' ' � tio � i .�x �. i �X► }�,ULtA�Ia �" �ec�lL.� ��.2 D � �► �i1.- � �a J�� —�L�, s �3ar 2 ���s� c�a�7�r��ND �c s-�a�•� s�� � � L`�Ccs l. �-anl �'S .� : �� y� d �--- �n F- � 1 �allar Amount i J�l���[ao,� �9�i�,8�•�° .. .-- ...�___ _._ _ .... _ �...�... _ _. ... __. ...__ __.. ,,_ _. . . - - - . . u .__. _ .. ��� � �B�s must be located in the 9{nine) county rnarketplace orcurrenily dainq business in the marketplace atthe time of bid. � � 1 . . .. - '(*) Speoify all areas.in which bBE's are to be uiilixed andlor.items ta be su{�plied: �� � � ��(") A complete Eisting a4 iierns ia he supplied is required in ordec to reaeive aredit tQward :!:a DBE qoal. �{�*) Identifyeach TYer level. -��BAr: Means the:level of subcontracting he[ow the primecanfractarlconsultant, i.e., a direct payment � y� ��nm the �rim� contractor !o a su6cnntracfor is cansidered 1�` tier, a payment by a subaontractor to I � :ts s�pplier is �.onsidered 2"d tier. ' , � THIS FORM MUSi B� RECEIV��3 BY TH� MA�VAGIiVG I]�PARTMENT SY 5:00 p.m., FlV� (5) GITY SUSINESS �AYS AFiER BID OP�NING, �XC�U5iVE O� 7M� BiD �PENiHG QATE � Ray. 612l98 � � Pages 1 and � of Attachment 1 A must be received by the Managing Deparfinent ��1 *�i�i114� F �l \� L��� A ��1,A� i � CER7'r�f' QT�,�SURANCE TO: CTTY DF FORT WORTH Date; NAME OF PR07ECT: WEST CARGO TAXIWAY IMPROVEMENTB AT ALLIANCE AIRPORT PROJECT NUMBER: GR76-OS5218565010 1 i I d5 TO CERTIFY THAT : CHAMPAGNE V4'EBBER INC. �. , � is, at the date of this certifieate, Insured by this Com�Sany with respect to the husiness operations hereinafter described, for ; 4 i the tyoe of insurance and accorciance with pravisions of the standard policies used by ti�is Campany, and furtker ��ereinafler �escribed. Exceptions to standard policy noted an reverse side hereof. � � i TYP� OF INSURANCE � . Policy Ef�'ec[ive � Expires Li�its of Liability � Worker's Compensation Compzehensive General I,iahilxty Insurance {Public � Liability) f B lasiin� i� CoIlapse of Building or structures adjacent ta excavations r � Damage to Und�rground Utilities Builder's Risk Comprehensive Automobile Liability ,1 � u� �� Cbntractual Liability Other Loeatior�s coyered: � Description of operatiofls cavered: The abo�e policies either in the body thereof ot- by apprbpriete endorsement provided that they may not be changed or canceled by the insurer in less than fii�� (5} days after the insureci has recei�ed written no[ice of such change/or canc�llatio�. Where applicatrle local laws or reguIations require rn�re than five (5) days actuaI, natice of change or cancellation to be assured, the above palicies eontain such special reqairenients, either in the bady thereof or by appropriate endorsement thereto attached. Aeencv ' ' Fort Worth A�ent I Addr�s� .� Insaranee Company: S�r Title Badily Injury: Ea. Qccurrence: $ Property Damage: Ea.Occurrence: $ Ea. nccurrence: $ Ea. Oecurrence: $ Ea.Occurrence: $ Bodiiy Tnjury: Ea. Person: $ Ea. �ccurrence: $ Property Damage: Ea. Occurrence: $ Bodily Injury: Ea.Occurrence: $ Property Damage: Ea.Occurrence: $ �, CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406.96 (2400), as amended, Contractar certifies that it provides workers' compensatian insurance coverage for all of its employees employed on � City of Fort Worth Department of Engineering No. �a3� and City of Fort Worth Prflject No. ��'�LP r 539 � 2� .. aSSz� gS'(,� �� I � � �� �7i :4��Ir�M�-�' COUNTY OF TARRANT . CONTRACTOR C�c�M�a��� �gg�. �c., i�ca� B : �J4.�/ � Name: �f-�f,A � +�ES ��.��- Title: V, C€ �2.� S r��� Date: f � -' Z�—a 2 Before me, ihe undersigned autho�ity, on this day personally appeared �Nwrz►.�.s ��c�N�T , known to me to be the person whose name is subscribed to the � forega�b iustn�ment, and� a"�cknowledged to me that he executed the same as tha act and �, deed of (� �rv+Q�ab�u� (,v�(�St� �N� .`"T�C� � for the purposes and consideraiion therein expressed and iz� the capacity therein stated. ', ' Given Under My Hanc� and Seal of Office this 2-� day of �-Y 20 ��- , .. c::x''3�:'�+°�YP�i==c s � 6 ����� ����� �����R� + 'q���N���,�Y P1J�Lf� t3t�t� of �'�x�� � '�o�� Carrirn. �xp. (}4-25-2aU4 � y��- _ p-� � Notary Publi¢ i� a�for the Stat�llof Texas � � � �c7i�TT) NCl . 3'��C5BYi5 72 PERFQRMANCE BUND THE ST'ATE �F TEXAS � KNC}W ALL BY 'THESE PRESENTS: COUNTY OF TARR1a,NT � r. f� . . ��� That we (1) CHAM�'AGNE WEBBER INC. as Principal herein, .and (2) Hart�oxd F�re Insu�ance i'�??!!Aan; cnrparation organized under the laws of tEie State af (�) Connect�.cut, and who is authorized to issne surety bnnds in the State of Texas, Surety herein, are held and firmly bnund �nta the City of Fort Worth, a municipal carporation located in Tarrant and Denton Coua�ies, Texas, Obligee herein, in the sum of: � FIVE MILLION EIGHT HX]NDRED FORTY-NINE THOUSAND THREE HUNDRED SIXTY-S�VEN, AI��D 881100 ..............................................:.......................................�..............:................... ($5,$49,367.$S) Dollars foz th�; payment of which sum we bind ourselues, our heirs, executors, adzninistrators, 3�c�essors and assigns, jointly and se�erally, firmly by these presents. �:' �4�.r�T.tFA�, Principal has entered irito a c�rtain contract with the Obligee dated the -�,'a� 200� a co�y of w�hich is attached hereto and made a part hereof, for the eonstruction of: WEST CARG� TAXIWA� IMPROVEMENTS AT ALLIANCE AIRPORT. � NOW THEREFORE, the condition of this �bligation is sach, if the said Principle shall faithfully pei�form �! tk�e work in accordance with the pIans, speci�cations, and cantract doc�inents and shall fnl�y indemnify an� hold harmless the QbIigee from all costs and damages which Obligee may suff�r by reason of Principal's defau2t, and reim.burse .and repay Dtiligee for aIl autlay and expense that Oblzgee znay incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. • . , !. �ROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2'l53 of the Texas Government Code, as amendad, and aIl liabilities an this boad si�all be determined in aceardance with the provisions of such statuEe, to the same extent as if it were copied at length herein. � IN WTTNE3S WHEREOF, the. duly authonized representatives of the Principal and the Surety have executed this instrument. ---, � , � . SIGNED aad SEAL.ED this ' u�' � . 2a0Z. � ATTEST: .. ,�►ttiiti�n��rrr�� ���`�```,��� ��q''i,,,��, y� �.��• �• .�pq�ir , `. � ` yt : I�� ;l��,, : � : �' � ����"''��,,,,,,,;t�������«,���°`��` CHAMPAGNE WEBBER INC. � 7���-s PRI1�T1/�a�� BY: T�ti�: � � A � 14333 CHRI.SMAN ROAD HdUSTUN, TX '�7039 ,��% � �Address) � L'7"' ��� , Flartford �'ire Insur�nce Comnanv . !�' .�,3ess� Pri�nci�pa�l � rJ�, ����t /� Surety I ,� �- - --- Address �Y: ��'�'L� ' �' {�� �/L.�[,c.d..L�+�.._� `� � • AITEST: � Denise A. Madden (Attorney-in-fact) (5) . � � (SEAL) � � a (Surety} Secretary COUI�T�RSIGNATURE: � r , � �� � �, ��� � �J �' /r ', . Tracey Tu�ker, Texas REsident Agent Z06 E�as C $tl� S�ree� � . Fort Wo�th, TX 76IQ2 T�cker Agency, Tnc. . �s ,�I 1C%��v^. �:`_ �� i-•v` =J � Wittiess as tp Surety 'y 6054 Livernois Txoy, MI �►8098 (Addcess) � 5445 G�orparate Drive Troq;. MI 4$098 (Address) Z4$-8Z2-b4S6 N01'E: Date of Bond must not be . prior to date of Cont�ract (1) Correct Name of Contractor (2) Correct name of Surety � � (3) State pf incorporation of Surety Telephone number af surety must be.stated. In addition, an original copy of Power of Atxorney shaq be attached to Bond by Attorney-in-�act. � � . The date of bond shall.not be prior�to date of Contract. � -1 0 VIIHEREAS, satd Contractor binds itself, �apan receiving notice o# �the n��d therefore tn repair or reconstruct said Work as herein provided. NOW THEREFORE, if sajd Contractor shall keep �nd perform its said agreement #o maintain, r��air or rec�nstruct said Work in accordance with ap the terms a�d condiiions of said Cantract, these presents shal! b� null and vaid, and have no force or effect. Otherwise, this Bor�d shal[ be ar�d remain in fufl force and effect, and the �ity shall ha�e and reco�er from Cantractar and 5urety damages in the premises as prescribed by said Contract. This obligation s�afl b� a co�►tinuing ane and successive recoveries may be had hereon for successive breaches unti� the full amount hereof is exhausted. IN WITNESS WHF���F, this instrument is executed in � counterparts,�each of wh�ch `�����1 fr�iyp��` . - - � shall be deemed an��g�����,iday,.�f . A.D. �002. ATT�ST: . �S��l� � Seeretary � ATTEST: (SEAL) ���� � � � :�=: �t r. }�`� f }f�fFF��JIIII��.,.�1�1��� � ' � C� � � :` r�r�� CHAf�I�'AC1V� WE��ER INC.� ��� ; a ��� Contractor �s . ,� \'r _ I,�y' Name: �"� �� -�� Title: "�'�' T-lartford �'�re I�nsuranca Company Su rety ' + ` ' -� tipti,�'4 [� ��� '` Secr�tary COUNTERSIGNATURE: ' � I �y. � � 1 . vw` �"� V'-�. �, ,� � A -� Name: ��ni�e A. Madden, . TItIE: Attdrney-in-�act n- „ , , �-- ;: Tracey Tuc�er, Te�as l�esident Agent 206 �ast 8th-5treet �'art Wox-th�, TX 76 ].02 � �ucker Agency, Inc. � 54�+5 Corporate Drive � � Troy, M� 48098 q��r��g Phone: 248-822-6456 � P30�'L �0. 35'R�;RY?517 PAYMENT BOND ���E STATE OFTEXAS � � 1�NQW A1.L BY THESE PRESENTS: . j , COL3�I'I'Y f?F TARRANT � ir� � ��p.-s �•[l TTIP B.R��7 That we, {1) �HAMPAGNE WEBBER INC.,,as Principal herein, and (2) ��rtfar_d Fi�e -i.nstzance '� , a corparatian organized anc� existing �nder the laws of the State of (3) Connec�icut � sur.ety, are held and firmly bound unto the City,of Fo�t Worth, � municipal corporation located in T'arrant and Denton Counties, . � Texas; ObGgee herein,' in the amouut of FIVE MILLION EIGHT HUNDRED FORTY-NINE THOUSAND '� THREE I�U1�iDRED SIXTY �EVEN AND 88/100.......... Dollars ($5,$49,36�.88� far �e payment whereo% the � � said Principal and. Surety birid khemsel�es and their heirs, executors, administrators, successors �and assigns, jointly .i" , . ,'_ and severaily, %rmly by thase presents: � � WHEREAS, the Princigal has eatered i:!to a certain written contraet with the Obiigee.dated trie oday of ' , 200�, which contract is hereby referred to and made a part�hereo� as it' futly and ta the same extent as i� copied at Iength, for the following project: �- � . � WEST CARGO TAXIWAY IMPRQVEMENTS AT ALLIANCE AIRPORT . NOW, 'I'HERE�'ORE, THE .CONDITION OF THIS �BLIGAT'ION IS SUCH, [hat if the said Principal I shail faikhfutly make payment to each and every claimant (as 8e�ined in Chapter 2253, Texas Governnr�ent Code, as a�ended} supplying labar or materials in the prosecuEion of the work under the contrxct, tl�en this obligation shall be void; ofherwise, to reraain in full farce and effect. PROVIDED, HOWEVER, that thi's bond is executed pr�rsuant to Chapter 2253 of the Texas Gavernment i Code, .as amended, and all Iiabilities on ti�is 6ond shall be deEermined in accordance wich the provisions of said statute, to the same extent as if it were copisd at length herein, IN WITNESS WHEREOF, the duly autl�orized repres�en[atives nf the� Principal and the Surety have executed t$is instrument. SIGNED and SEALED this � day of, 2002_ � l � �i A : � (� ������t��� ���� ��i������� ,.�'�`���.'� ' � ' �.�ifs''+. ��' � ' � �°' �. �+'' � � : `:�� � ��. � � c��r ,��'• • _., �•°•, ,..� ��s Y f,',''��/qfffllll�l�ti�`"��`+ (S A L) Witr�ess as ta Principal � . ATTEST: Secretary (SEAL) ��� Ci�r411APAC�E� W���ER_IR1C. ��-� PRINC� ' � �v: � ��� Name: _��9.�o�r1,��5 %��''-�--' 'iCltle: �' ! �' Adciress: 14333 CHRISMAN ROAD I�OL�STON, TX 7i039 Hartfo�d Fire Insurance Comnany SURETY � - - � �^ ,� , . ,� � , , Ly: �,��-r-�-- � � ! � - . iVame: Denise A. Madden Attorney in Fact • � Address: 5�+�+5 Cornorate Drive . . � � r�ov. Mz 4sa�s , � .y-,,;� ' � �,_- � � � `` �, ',� _ : �, t,�_,. ?,'�$-822-6456 �JVitness as to Surety �elephon� IVumber: NOTE: COiTNTERSIGNATURE , � i . =�.: :!f !s ' -o, � � i w/j u Y 5r,. � racey '�ker, Texas Resid�nt Agant (1} ..Qrrect name �f Prir�cipal (Car�tractor). ,,�� E�S� �3t�i stx��.t (2) Correct name of'Surety. �axE ;aprt�h ; Tx 76102 {3) 5tate o# incorporaii.on of Surety . T�cke� p;�anc y, �nc. Te�ephone number of surety must be stated. In addition, an otiginal copy of Power flf Attarney shall be attached to Band by the Attorney-in-Fact. ' The date of bor�d shap not be prior to date ofi Contract. � . �� ���� �� �.����i,��� � Hartfot� Fire Insurance Campany 0 Hartford Casualty Insurance Com�any 0 Hartford Accide�t and Indem�ity Company � Hartford Underwriters lnsurance Gompany ..� KiVOW ALL P�RSONS BY 7HESE �iiESE�JTS THAT the Harfford Fire Insurance Company, Hartford Accident and Indemnity Campany and Hartford Underwrifers Insurance Corrrpany, corpotations duiy organized under the laws of the State af Connectieut; Hartford lnsurancs Corrrpany of llllnois, a corporatian duly organized under th� laws of the Sfate of Iliinois; Nartford Casualiy lnsurance Company, Twin Cify Frre Insurance Company and Hartford Insurance Company of fha Midwest, corperations duly organizad under th� laws of the State of Indiana; and Hartford lnsurance Company af the Southeast, a corparatian duly organized u�der tha laws of the 8iate of �lorida; having their l�ome o�ce in HarkF�rd, Connecticut, (hereina�ter cvllectively re#erred io as the °Cpmpanies") do her�by make, canstitute and appoint, up io the amourrt af un�imlted: D.A. Valenti, Denise �i. Medden, Rabert Trobec, Kathteen M. Irela�, !an J. Donald of Troy, M! ' their #rue and lawful Attorney{s}-in-Fact, eact� in their separate cap�city if more than one is named abave, tv sign its name as surety(iesj onEy as deli�eated above 6y �, and to execute, seaf and acknowledge any and a11 bonds, undertakings, contracfs and ather written instrurr3ents in the nature thereof, an behalf of the Companies in their business of guaranteeing the �delity of persons, guaranteeing t�e , perfarmance of contracts and exeeuting or guaranteeing 6onds and undertakings required or permiftea in any actions nr proceeefings allc�wed by law. [n Witness WF�ereaf, and as afttharr�ed by a Fiesolutian of the Board o# DFreetors of the Companies on 5eptember 12ih, 2�00, the Companies have oaused these presents to be signed by its Assistant Vice Presidant and its oorporaf� seais ta i�e f�ereto affixe�i, d�riy � attested by its Assistant Secretary. Further, pursuant #o Resal�tfiion nf #he Baard o� Directors of the Companies, #he Companies hereby unambiguousiy a�rrn fhat they are and will be bottnd by any mechanica!!y applied signatures applied to this Power af Atiorney. ��� H��.�'�'�RD HnRr�o�o at_nzn NARTFaRQ, CONNECTlCUi 061'15 Twin City Fire Mr�Surance Company � Harkford insurance Cnmpany of illinois [] Hartfarcl Insurance Company af the Midwest [� Hartforrci lnsurance CamRany af the Sauth�ast [�] � � . - � .� ��», � Y *a��'�krr � ���h, 4�.� , f �Ase fe y ���e���r..M; b�lQ]' � �q �.��'��raarm:�� .,� { � � .j� ts�M�� � ��aaAc► =��ti2���� ` ��k7�y'± ��4t�SA � . '� .� \. �:•r yfje. , .r �F' ��9;`......• y� �;w.,+�� ` +► µ,�� Ia'. ►� o n +4,y�t�� ��„N' �;+--�r. � t �� � . ��� Pau! A. Bergenholtz, Asslstant Secretary _� John P. Nyland, Assistaret Vic:e President ST�TE �F CBI��[ECTICIIT � � ��, Hartford cou��r �� r�a�trFaRo • on this 19"' day of Septembar, Z000, before me personally carrte John p. HyGand, to me known, wha being by me duly sworn, did depose and say: thst he resic#es in the County af Harfford, S�ate of Ca�necticut; thaf he is the Assistant Vice President of the Companies, the corparatians descrihsd in snd which executed the above instrument; #hat he knows the seals af t#�e said corparaiians; that the seaEs affixed to the saic! instrurnent are such corparate seals; that fhey were so a�xed by aufhority ofthe Boarc4s of Directors of said corparations �and that he signed his name thereto by like authority. � �c� }�"-�� � ' %an H- Wauuak CERTI�IGITE NoEary Pu61ic lvfy C,omntissian L+a�icrs Itwe 30. �Q04 j, the undersigned, As�istant Vioe President of the Companies, DO HEREBY CERTIFY that #he abo�e and faragaing is a trus and �orre�t copy of the Power af Attorney executed by said Companies, which is still in full force effective as of ������. r� +'�� �, Signed and sealed at the City af Hartford. . � ' � µ� IV�eb` � }��i�C � "^� ��r �y' ""�. F �? �i �tl�,f"". K- ��:.4t��ryriF[n�c F ����' $ �If� = '�'�ytfNCve.� �E �. � I» a z � x 4 e� di� � ��� }�t+x�e��xn�„ �vs�aN� ;��i97g �'. �{ d97��' � r y w. ��. �� ';�; A'�'i� .5. �^^. yrA .. ��at � "�,r�.. e,,,ao.it�t4�i '�+uavl.e �fs.+t' � ' l�"«-�-�t-� , • . Colleen MasEroianni, Assistant Vice President ,l � �� a .��P s �i, � ��' di � i i ` f Hartfard Fiu-a Lisurance Cornpa�ny 'i'win City Insurance Company � Hat�ford Casualty Insurance Company Hartford Insurance Compax�,y of T�linois � Iiartford Accident and iudemniity Cotnpany Iiaci%rd ias�uance Cozz�pany of fhc Midwest � i Hattford Uaderwriters Insurance Cosn�iy I�Iartford Insurance Compa�y of the Southeast �,_ Please address inr�uiries regarding claims for all sureEy and fidelity groducts issued by The Hartford's uriderwriting companies ta the folIowing: Phone Niunber : $$8-256-3488 � • � F� - Underwriting : 860-547-6�72 • Fa�c - C�aims . $b0-547-$265 or 2092 E-u�ai� : cla�ns@�st�psurety.cotn � ' Mailing Address : The Hartford The Hartfotd Fidelity & Bonding (BQND} - Hartfflrd Pla�a b90 Asylum A�r�nue � Hartford. CT 061 I S ,�,� ,�;I 0 CITY OF �ORT WORTH, TEXAS, CONTRACT �H� ��/��� �F ��A� KNOW ALL BY THE5E PRESENTS COt.JN'I'Y OF T�IRRANT This agreement nzade and entered into this the lOtk day �f December A.D., 2002, by and i�etween the CTTY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, axganized and existing under and Uy virtue of a special charter adopted by the qualified voters within said Ciiy on the ll'�' day of Deceinber, A.D. 1924, under the authority (vested in said voi�rs by the "Home Ruie" provisio��} of ti�e Constitution ni Texas, and in accordar�ee with a reso�ution dnly passed at a regular meeting of the City Cour�cil of said city , and the City of Fort Worth being hereinafter termed Owner, CHAMl'AGNE WEBSER. INC., TEXAS, HEREINAF"TER CALLED Contractor. V+�I'INESSETH: That said parties have agreed as follows: 1. Thai foi- and in consideration of the payments and agreements hereinafter rnentioned to be made aa�d performed l�y �11e Oumer, and under the conditions expressed in the bond bearing even cia.te herewith, ihe said Contracl;or hereby agrecs with the said 4wner to corr�mence and complete the consir�ction of certain impror�emenl:s described as follows: WEST CARGO TAXIWAY IMPROVEIVIENTS AT ALLIANCE AIRPORT 2. � That the worlc herein contemplated s�aall consist of furnishing as an independent coniractar all ' labar, tools, appIiances and materials necessary for the construction and cornpletian af said project in accordance wifh the Plans atad Specifications and Contract Documents prepared by the Deparhnent of ; Eiigineex•ing for the Aviation Department af the City of Fari Worth adopted by the City Council of the �- Ciiy of Fort tiVorth, which Plans and Speczfications artd Contract Documents are hereto attached a�d made a part of this contract the same as if writ�en herein. 3. The Coni� actor hereby agree� and binds himself to comimence the construction of said worlc within ten (1 �) days after being notified in writing to do so by the Deparlrnent of Engineering af the City of Fort Wnrth. , � 4. The Coistractor hereby agrees to prosecute said work with reasonahXe .�q�}�e,��}�e� :,cy��, 1���. �� cnmmencemei�t thereaf and to �ully compleie and finish the sazne ready for the ir�spec�is�x�rar�,.�appr�aJ:t�z approval of the Department of Engineering of the City ai Fort Worth and the City Council of the City of Fort Worth within a period of 36� Calendar days. If the Contractor should fail io cornplete ihe work as set forth in the Plans and Speci�cations and Cant�-act Documents within tY�e time sa s�ipujated, plus any additional time aIlowed as provided in the General Canditions, there shall be deducted frnm any ta:�onies due ar vvhich may thereafter become due him, the suzn of $840 P�r �vorking da3+, nat as a penalty but as liquidated damages, the Cantractor and his Surety shall be liable to the Owz�er far such deficie�cy. 5. Should tk�e Contractor fail to begin the work herein provided for within the time herein %ed or �o ca�y on and camplete the same according �a the frue meaning of the intenf and terms of said Plans, Speci�cations and Contract Docux�nents, then the Owner sha11 have the right to either deinand the surety to �ake aver tl�e work and complete sazne in accordance vvi#h the Contract Dncuments �or to take charge of and complete the wark in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the coniract price or prices set forth in the said plans and specificatiQns made a part hereof, the Conlractior and/or its Surety shall pay said City an dernand in writing, settin.g farth and specifying an itemized statement af the total cost thereof, said excess cost. 0 Contractor cavenants anc� agrees to indemnify City's engineer and architect, and their personnel at the project site for Cantractor's sole negligence. In addition, Conixactor covenants and agrees to indemnify, hold harmless and defend, at its own exgense, the Owner, its ofiicers, ser�vants arzd eznployees, from and against any and all claims or suits for property loss, property daniage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its of�cers, agents, employees, subconlractors, licensees or invitees, tivhstlzer or nat any such in�u�v, dama�e o� deat7� is caused, in whole or irx part, bv tlie �ze�li�er�ce ar allege� ne,�li�er�ce of Owner, it� af�cers, servants, a� emplovees. Contractor lilcewise covenants and agrees to indemnify and �old hannless the Owner from and against any axid alI injuries tp Owner's officers, ser�vants and employees and ar�y damage, loss or des#ruction to property of the Ovvner arising from the performanee of any of the terms and con�litions of this Contract, whether op rzot anv �uch iniury or damage is caused in wlaale or irx vart 6v t1i� �ae�tigence ar alle�ed ne�li�ence of �wr�er, its of�ce�s, servc�rtfs o� emplov�es.. - - -- Tn the event Owner receives a wrztten claim far damages against the Contractor or its subcontr�.ctai�s prior to final payment, final payment shall �not be made until Contractar either (a) subn�its to Owner satisfactory evidcnc� that the claim has been settled andlar a reiease from the claimant involved, or (b) pravides Qwner with a letter frotxa Contractor's liability insttrar�ce canier that the claim has been referred to the insurance ca�zer. Tl�e Dixector may, if he deems it appropriate, refuse ta accept bids on oth�r City of Fort Worth pLiblic worlc from a Contracior against whom a claim for damages is outstanding as a result of r�arlc perforzned under a City Contract. � .1 The Contractor agrees, on the execution of this Coniract, and before beginning vrrork, to make, exect�te and deliver to said City of Fort Worth good a�ad sufficient surety bonds for the faithful performance of the terms and siigulations of the Contract and far the payment to all elaimant� for labar anci/or materials iurnished in the prosecution of the work, sueb bonc�s being as provided and reQL�ired in Article 5160 of the Revised Civil Statutes of Taxas, as a�nended, in the form included in the Coniract Documents, and such bonds shall be for 100 percent of the total contract price, and said surety shall be a surety company duly and legally authorized to do Uusiness in the State of Texas, and acceptable to th� City Councii of the City of Fort Worth. S. Said City agre�s and binds itselt'to pay, and the said Contractor agrees to receive, for a�l of the afaresaid work, and for all additions tS�ereto or deductions therefrom, the price shown on the Proposal suhmitted by the successful bidder hereto attached and made a part hereof. Payrnent will be m.ade in monihly installments upon actual work campleted by contractor and accepted by the �wner and receipt af invoice from the Contractor. The agreed upon total contrac't amount (includinglexcluding) alternates nla, shaIl be FIV� MII�LION EIGHT HUNDRED FORTY- N7NE THOUSAND THREE HUNDRED SIXTY-SEVEN AND 88l100.......Dollars, {$5,849.36�.88�. �� It is fiutl�er agreed t�at th� performance o:f this Contract, either in whole or in part, shall not be s�.tbjei ar assigned to anyane else by said Contractor without the written cansent of the Director of the Department of Engineering. 10. The Cont�actor agrees to pay at least the minimum wage per haur £or a11 labor as th� same is classified, prornulgated and set out by the City of Fort Worth, Texas, a copy of �vvhich is attached heretn and made a part hereof the saran.e as if it were copied verbatin� k�erein. 11. It is nnutually agreed and understood that this agreemeni is made and entered into by the parties �ereto �vith references ta the e�sting Charter and �rdinances of the City of F4rt Worth and the laws of the State of Texas with references ta and gaverning al1 matters affecting this Contract, and the Contractor agrees t+o fully camply with all the provisions of the same. IlV WITNE55 THEREOF, the City of Fort Worth has caused t�is instivment to be signed in 8 countergarts in its name an� on its behalf by tk�e City Manager and attested by its Secretaxy, with ihe corporate seal of the City of Fort Worth attached. The Contractor has executed tkiis instrutnent through its duly authorized ofiicers in 8 couriterparts with its carporate seal attached. Done in ForY Worih, Texas, this the 1.ath day ofDecember , A.D., 2002. � �. RECOMMENDED: ,� �� ' , DIRECTOR, DEPARTMENT OF ENGIN�ERIlVG i APPROVED: ;i � �� � ' � C , A Tr I � �� CHAMPAGNE WEBBER ING.. TEXAS 14333 CHItISMAN ROAD HOUSTON TX 77039 CONTRACTOR 1 i��`t'"� BY: . � � ��° TITLE �5 /�,�o v�' ADDRESS r November 1960 Re�ised May 1986 ' " Revised SepteinUer 1992 ti � t �r - CITY � O T ORTH BY: ASSIST T R ATTEST: � � / � '�-�t .C�� �-- . �ITY SECRET Y (SEAL} �.����� C;on�rac� �uthogi���iora � `����D� �,�..�...� �,__»._, .�L"�._ _ �___._LL ���� � AIPPROVED AS TO FORM AND LEGALTT : � ._.-- AS IST CITY ATTORNEY � " � _--_� I 1 • � _ �i "' _ , - --' �- ���rrz�� �vr�+Y�i�?v ��!���������1 ���� ��:�v�cr��� ��c���s���� PART I � G�NER�L PBOVISIOI�S GENERAL PRQ'VI,SZONS SECTIpN lo DEFIlVITYON OF TERMS Wkenever the following tem�s are used in these specifica�ions, in the coatrac�, in any documents or o#her ir�vments perta.ining to construction where these specifica�ions gavern, the intent an� �neazung s�ZaII be interpreted as fa�iows; . 10-01 AASHTO. The Ar�erican Associatzon of State �ghway arid Transportation Officials, the succ�ssar asso.ciation to AASHO. 10-OZ ACCESS ROAD. The right-af-way, �he roadway and all impr��+ements constructed thereon cannecting the airport to a public kughway. 10d03 AD VERTISEMENT. A public announcemeut, as required by IocaI law, inviting �ids for work to �e performed and materials to be furnished. � 10-U4 AIP. The Auport Improverrienf Prograrr� a grant-in-aid prograzr�, administered by t�e Federa� Aviation Administratian, ' 10-45 AIR (}PERATIONS ARFA. For the purpose af these specifications, the term air aperations area sl�l mean any area of the airport used or intsnded to b� used for the landing, takeaff, or surface maneuvez7ng of aircraft. An air operation �rea sha11 include such pav�d pr unpaved areas thai are used or intended to be used for the unobstructed movement of aircraft in additzon to its associated runway, taxiway, or apron. � - io--Q6 A�PO�T. Airport means an area of land ar water which is used or intended to be used for the landing and takeo$'o#'aircraft, and includes its buildings and facilities, if any. 10-0'� AST1Y�. T�e Aznerican Society for Testing and Materia�s. 10-08 AWARD. The acceptance, by the owraer, of the successfui bidder's proposal. lif-09 BIDDER Any individual, partnesship, firm,, or cargaration, acting directly or through a duly authazized re�resentativ�, who submits a proposal far the work contemplated. SEC 10 - I 10-10 BUTLDING AREA. An area on the azrport ta be used, cortsidered, or intended to be used for airport b�.ildings or other airpart facilities ar rights-of-way tagether witkt all a.irpart buildings and facilities Ia�ated thereon. 10-I1 CAL�NDAR DAY. Eveiy da� shown on tlie calendar. �.0�12 CHA.NGE �RDER A written order to the Coantractor covering changes in the plans, specifcations, or prQposal q�antities and estabIishing the basis af payment and contract time adjustment, i#' any, f�r t�e work affected by such changes. The wori� covered by a change order, shall be within fhe scope of the contract. 10-13 CONTRACT. The vvrittezz agreement covering the work to be performed. The awarded contract shall include, but is not Iirnited ta: Tha Advertisement; The Contract Form; Tk�e P�opasal; The �'erformance Bond; The Payment Bcand; any required insurance certificates; The 5pecifications; Ti�e Plans, and any addenda issued to bidders. 10-14 CONTRACT ITEM (PAY YTEM). A specific unit of work %r which a price is provided in the contract. - IO-15 CONTR.ACT TIME, The nwmber o�calendar days or working days, stated in.t.he propasal, allflwed for completion of the contract, ir�cluding authori.ued tirne extensions. If a calendar date o£ coinpletian is stated in the proposal, in lieu of a number o� cal,endaz or working days, the contract shall be completed by that date. � � .. 10�i6 CONTRACTOR. The individua.I, partnership, firm, or corporation primarily liable for the acceptable performance af the work contracted and far the payment of aIl legal d�bts pertaining to the worl� who acts directly or thxaug� lawful agents or ernployees to complete the contract work. 10-17 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurt'ace waters are collected and conducted from the a.irport area. � 10�18 ENGINEER The� individual, partnership, firm, or corpQration duly authorized by. #he-o�vner {sponsor) to be respansitale far engznesiing supervision of the contract work and aciing directly ar �through an autharized representative. I��1.9 EQUIPMENT. Ai� machinery, tagether.witl� the necessary supplies .for upkeep and maintenance, and al.so aIl tools and ap�aratus necessary for the proper construction and acce�table compiet'ron of the woric I(k��,0 EXT'RA Wt7RK. An item of work not provided for in the awarded cantract as previously mndified by change order ar supplemental agreement, but which is faund by fihe Engineer ta be necessary ta complete the work wifihin the intended scope of the eontract as previously rr�odified. SEC 10-Z 10.21. FA.A_ T`he Federal Aviatian Administratian of the U'.S. Degartmerzt of Transgartaiion. When used to designate a person, FA.A shall rnean the Administrator or hisllaer duly authorized representa�ive. IOd�� FEDERAL SPECIFIGA"I'IONS. The� Federal � Specificatio�s � and � Standards, a.nd supplernents, amendments, and indices thereto are prepared and issued by the General Services Administratian o:f the �'ederal. Gavemment. 1��3 INSPECTQR An auiharized representative of�the Engineer assigned to make all necessary inspectiflns and/ar tests of the wark perforrned ar being pexformed, or of the materials furnished ar being furnished by tt�e Contractor. � 10-�4 INTENT`�4N �F TERMS. Whenever, in these specificatidns or an the plans, the words "directed", "required", "permitted,', "ordered", "designated", `"prescr�bed", ar wards of the like import are used, it shall be understood that the directian, req�irement, pernussion, arder, designation, or prescription of the Engineer I5 intendsd; and similar3y, the words "approved", "acceptable", "satisfactory", or words of like irrxport, shall rnean approwed by, or acceptable to, Qr satisfactory ta the Engir�eer, subject_in each case to t�e final determina�ion ofthe owner. '. Any reference to a specific requiremen# of a n�rn�ered paragraph ofthe contract specifications ar a cited standard shall be interpreted to inc�ude all general requireinents of the entire section, specification item, or cited standazd, that may be pert�,nent to such specific reference. 14-25 LABORATDRY. The official testing laborataries of the owner or such ot�er labaratories as may be designated by the Engineer. . 14��6 L.iGHT7NG. A sy�tem aff3.xxtures prc�viciing or controlling the light sources used on or near tha aiipc�rt or within the auport buildings. The fie�d lighting includes a�l luminous signals, markers, floadlights, and illumaziating devices used on ar near the airport ar to aid in the operatian of-aarcraft land'zng at, taking a$'from, c�r taxiing on �he airpart s�trFace. 1i}�27 MA�'OR AND iVi1NOR CONTRACT' TiEMS. A rnajor e�ontract item shall be any item that � is listed in the proposal, the total cast �f which is equal to or greatar than 20 percent af the total aznount of.tha awazd contract. All otlzer items shall be cansidered minar cantract ite�s. - ID�ZS MATERIA�LS. Any substance specified for use in the canstruction of the contract work. 10e�9 NQTICE T� PROCEED. A written notice to the Contractor to begin the actuaI contract work an a previous�y agreed to date. Tf applicable, the Notice to Prnceed sha11 s�tate the date on which the contract time begins. 10-30 QWNER (SPONSOR}. The term owner sha.�l mean the party af the first part or the contractir�g agency signatary to the contract, For AIP-contracts, the tenn spc�nsor s�Zall have the same meaning as the term owner. . � �� . sEc ia-� 14-31 PAVEMENT. The �nmbined sur�ace cauxse, �ase course, and suhbase course, if' any, consider�d as a single ur�it_ � � � I!?�3ti PA�'MENT BOND. The a�proved form of security fixrnished by the Contractor and'ius/her surety as a guaranty tha.t he will pay in fu�I a11 bills and accounts for materials and labor used in the con�tructio�a of the w�rk. _ 10-33 PERFOR�1'�4NCE ]3�OlYD. -The apprvved farm of security funraished, by the Contractor and his/her surety as a guaranty #ha# the �Contractor wi11 coznplete ��#i�e rvork in accordance v�ith t�ie �terms of the contract. � , � � ��� 14-34 PLANS. The o:F�cial drawin:gs or exact reproductions which show the Iocation, character, dimensions and de�ails of the airport and the wark to be done and which are ta be cansidered as a part flf the contraci, supplementary to the specificatians. � i0-35 PROJECT. The �gr�ed scoge of wark for aceamplisning specific airport development with respect to a particular aiiport. 10�36 PROP�SAL. The written offer of the bidder (when submitted on the appro�ed proposal fQzm) to perforrn the contemplated wark and furnish ti7e necessary mat�ria]s in accordance with the provisions of the plans and specifications. Ifl-37 PROPOSAL GUARANTY. The security furnished with a proposal to guarantee that the bidder will enter inta a contract if hzsl�er proposaI is accepted by the owner. i4d38 RUNWAY. The azea on the airport pr�pared for the landing and takeoffof a.ir�raft. 14�39 SP�CIFICATIONS. A part �f the, contract containing the writt�n dir�ctions az�d requirements for campleting the contract wo�k. Standards far specifying materials or testing which are cited in the r.ontract specifications by reference shall have the sa3ne force and effect as if included in the Gontract ptzysical�y. 10�40 STi2UCTU�ES. Aiz�port facilities such as bridges; culverts; catch basirxs, inlets, retaining walls, cribbing; storm and sanxtary sewer iines; wafer Iines; underdrains; electrica], ducts, manholes, handholEs, lighting fixtures �nd bases; transfc�rmers; flexible and rigid pavements; navigatio.nal aids; builclings; �aults; and, oti�er ma�unade features af the airport that may be encountered in the v✓ork and not otherwise classified herein. � 10-41, SUBGRADE. The soil whic� forms the pavement foundation. 5EC 10-4 lfk4� SUPERIlV�T'END�NT. The Contracta�s executive representative wha is present on the work during progress, authorized ta receive a,nd fu1fill� instructions from the Engineer, and vvho shall supervise and direct the construction. � 10-43 S17PPLEMENTAL AGREEMENT. A written agreement between the Contractar and the owner covering: .(I) w�rk that wou�d increase or decrease the tatal amount of the awarded cantract, or any major contract item, b�+ more tha.n 25 percent, such i.ncreased or- decreased work being within the scape of the arigina�ly a�'wa�ded cnntract; or.�2) work that is not within the scape of the o�iginally awarded cQntract. � � 10�44 SURETY. The carparatioq partnership, or �ndividual, other than the Contractor, �ecuting paymer�t or per�'o�-mance bonds wiuck� are fixrnished to the owner by �h-e Contraetor. � 10-45 TAXIWAY. For the purp4se of this doctiment, the tersn ta�way means the portion af the air operat�ons area of an. airpork � that has been �designat�ed by. competent � airport autharity for movement af a.ircraft to and fram the auport's runways ar a'ircraft parlcing areas. 1q-46 WORK. The furnisliin.g of all Iabor, ma�erials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of ali dut�es and obligations imposed by the contract, pIans, and specifications. 14-47 WORKIIVG DAY. A working day shall be any day ot�.er than a 1egal haliday, Saturday, or Sunday on which the normal worlcing forces of the Contiactor may proceed with regular wark far at least 6 hours toward completion of t1�e contract, UnIess work is suspended for causes beyond the Contractor's controi, 5aturdays, Sundays and holidays on whicFa the Contractor's forces engage in regular work,� requiring #he presence af ar� iaispectnr, wiIi be considered as working days. END OF SECT�ON 1U ��i �� I $�� 1�-� �� SECTIO�F 20 PROPE3S.AL REQUIREMENTS AND CONDTI'rONS �0-01 ADV +R'�SEMENT (Natice to Bidders). �0-02 PI:EQUA.,LIFZCATiC?N �F BIDDERS. Eaeh bidder shall furnish the ow�ner satisfactory evidence ofl�is/I�er �ampetency to perform the proposed worlc. Such ev►deace o£competency, uz�3eas otherwise s�ecifi�d, sha]I consist o:F statements cavering the bidder's past experience on similar work, a list of equipment tnat would b� available for the. worl� and a list of key persQnnei that would be availab(e. Xn addi�ion, each bidder shall furnish ti�e owner satisfactory e�idence of his�/I�er financial..�esponsibiliiy. Such evidence af financiai responsibility, unless oiherwise sgeci�ed, shall consist af a confidential statement or report of the bidder's financiai resources and iiabili°es as of the last calendar year or the Contractor's last fiscat year. Such staterrkents or reparts shal� be certified by a public accoun,tant. At the time of submitting such f�nancial statements or regorts, the b'idder shall further certify w�iether hislher financia� responsibiliiy is approximately the same as stated or reported by the public accauntant. �Tf the bidder's finaneial responsibility has changed, the $idder shaIl qualify the public accountant's statament �or repart to reflect hislkier (bidder's) true fiunancial Gonditzon at t�e time such quali�ed statement ar report is submitted to the owner. . • . - . . . , • ' - LTnless otherwise specified, a bidder nnay submit evidence that he is grequalified with the State' Highway Division and is on the current "bidder's- list" of the state in which the pr�posed work is located. Such evidence of State T3'ighway Divisian prequalification nlay be subanitted as euidence of �nancial responsibility in lieu of the certifiad statements or reports hereinbefore specified. Each bidder shaIl svbmit "evidence af competency" and "evidence of financial responsibility" to the awn.er na later than �0 days prior to tl�e specified date for apening bids. �U��3 C4NTENT5 OF PROPCI�AL F�RMS. The owner shall �furnish bi�dsrs with proposal fomas. All papers baund with �r attached to the proposal �farms are necessary parts and�must not be detachec�. The plans speci�ca�ans, and other docurr�ents designated in the prvposal form sha�I be considered a part af the proposal whether attached ar not. - 2UnD4 iSSU,ANCE OF PRaPOSAL FORMS. The owner reserves the right to refuse to issue a proposal form to a prospecti�e bidder shauId such badder be in default far an� of t,�e following reasons: a. Failure to comply with any prequalification regu�ations of the owner, if such regulatians aze cited, or otherwise inc�uded, in the proposal as a requirement for biddang, 4 �' ' s�c xo - � b. Failure to pay, or satisfactari�y settle, all bi�is d�ue FQr labor and materials an %rmer cont€acts iuz farce {with the owner) at the time the ov✓ner issues the proposal to a prospective 5idder. c. Contractor default under previvus contracts with the owner. d. Unsatis�'actory work on previous contracts with the owner. 2Q�05 IN2'ERPRETATION OF ESTIMATED PROPOSAL QUANTi�I"LES. An estimate of quantities oiwork to be done and materials to be fiirnished uader these specifications is given izi the praposal. It is the resu�t of carefu� calculatians and is be�ieved to be correet, �t is given only as a basis for comparison af progosals an� the award of the contract. The owner does not expressly or by implicatian agree that the actual quantitaes involved will cprrespond exactIy there�vith; nor shall the bidder plead rnisuz�derstanding ar deception because af such estimates af�quantities, or of th� character, iocation, ar ather canditions pertaining ta the work. Payrnent to the Contractar �vill be made only for the actual quantities of work pezformed or Aaaterials furnish�d in accordance rvith the plans and specifications. It is understaQd that the quantities may be increased or decreased as hereinafter provided iza the subsection titled A�..TERATI4N OF WORIC AND QUANTrTIES of Section 40 without in any way invalidating the�unif bid prices. ��-U6 F�XAM�NA`1�ON OF PLANS, SPECFF'ICATI�NS, AND STTE. The bidder is expected to carefully exarnine tl�e site of the proposed wor1� the proposal, plar�s specifications, and contract forms. kie shall� satisfy l�imself as �a the character, quality, and quantities of work to be perform�d, materials to be furnished, and as to the requirements af the proposed coniract. The submission af a propc�sal shall be p�ima facie evidence that the bidder has made such examinatior� and is satis�ied as to the conditions to be encountered in performing the work and as to the requirements of the praposed contract, plans, and specificati�ns. . - . � . , . � � . . . - • _ - - : Boring logs a.nd other record.s of subsur£ace investigations and tests are available for inspection af bidders. �t is understoad and agreed that sucll subsurface znformation, wY�ether included in the p[ans, specifications, or otherwise made available to the bidder, was obtained and is intended for the owner's design, and estirnating gurposes only. Such infarmation has been rriade awailabje for the convenience af_aIl bidders. It is further understood and agreed that each bidder is solely responsible far all� assumptions, deduct�ons, or conclusions which he may make or obtain from hislher exarnination of the boring logs and other recards of subsurface investigatiozas and tests that are furnished by the owner. �0-�0'� PREPARATZON OF PROPOS.AI,. The biddex shalI submit hislher proposal on the forms furnished by �he owner. A1I blank spaces in the proposal forms must be correct�y filled in where indicated for each and every item far which a quantity is given. The bidder shall state the price {written in ink ar typed) both in words and riumeraIs far which he praposes to do eac�i pay item furnish�d in the prapasal. Tn case of conflict between words and numerals, the wards, �niess obviousty inco�ect, shati ga�ern. s�c aa - z � � The bidder sktall sign his/tier proposal correctiy and in ink. If the propasal as made by an individual, hislher name and post office address must be shown. If made .by a partnership, the nanae and post office address of each member af the partnership must be sho�vn. If made b�r a corporation, the per�on si�ngnu�g the proposai sY�all give the name of the state under the laws of which the�corporaxion was .cl�artered and the narne, titles, and business address of the president, secretary, and the treasureX. A,nyone signing a progasal as an agent shall file evidence of f�,s/i�er authority to do so ankd that the signature is binding upon the firm ar corparation. . � �i��08 IlZREGUL.A� PROPOSALS. Proposals shall be considered irregulaz for the follawing reasons: � a. �f the propo� is on a form other than that fumis�ed by the owner, or if the owner's form is altered, or if any part af the propasal form is detached, b. Ifthere are unauthorized addi#ions, conditional or alternate pay items, or irregularities of any lcind which make the proposal incomplete, in.definite, ar otherwzse ambiguous. c. if the �roposai does not contain a unit price fc�r eaci� pay i#em listed in the proposal, except in the case of authorized alternate pay items, f�r which the bidder is nat required to fum.zsh a unit price. � d. If the propasal contains unit prices that are o�viously unbalanced. e. If the proposal is nat accom.paniec� by the proposal guarari#y specified by the owner. The owner reserves the right to re}act an,y irregular proposal and the r�ghX to waive technicalities if such waiver is in the best interest ofthe owner and canf'orms to local laws and ardinances perta'rning to the letting of constructian contracts. �0-�9 SID GUARANTEE. Ea�h separate proposal shall be accompanied by a certified check, ar otfier specified ac�eptable callateral, in.the amount specified in the proposal form. Such check, or collat�ral, shall'be made payable to ttie owner.� - - � : _ � - � � � _ � , � 20-10 DELNERY OF PROPOSAL. Each proposal submitted shall be glaced in a sealed enveiope plainiy marked with the project number, Iocation of airgort, and name and business address of the bidder s�n the outside. When s�:nt by rnail, pre£erably registered, the sealed prflposal, marked as indicate� above, s,tiould be enclosed in an additional envelope. Na praposal will be considered unless r�ceived at the place speci#ied in the advertisement befor� the time specified far opening aII bids. Proposals recezved af�er #he biii apening time shall be returned #o the bidder unopened. 2Qa11 W1T�RAWAL OR REVIS�ON OF PRDPOSALS. A bidder may withdraw or revise (by witk►drawaf of on� proposal and submission of anather) a pr�posal pravided that the bidder's request far withdrawal is received by the �wner in writ�n� or by telegram before the time specified SEC 20 - 3 � far opeziing bids. Revised proposals must be received at the place spe�ified in the advertisement before the tixne s�eci.fied for openiaag all bids. �0912 PITBLIC OP�NING OF.PROPOSALS. ProposaFs sha11 be opened, and read, publicly at the time and place specified i.n the advert'isement. Bidd�rs, their autharized agents, and otFaer interested persons are invited ta attend. PraposaFs that have been rvzthdrawn (by written or teiegraghic reqaest) or received after the time speci�ed far vpening bids shall be retumed to the bidder unopened. � . � � � �Oa13 DISQUALI�'iCA'I�ON �F SIDDERS. A bidder si�all be considered disqualified far an� of tlne fo�lawing reasans: a. Submit�ng mare than one proposal from the same partnersl-i�ip, firmy or corporation under tYie same or different name. � b. Ev�dence of coilusion among bidders. Bidders participating in such couusion shail be disqualified as bidders for any £uture work of the owner until a.ny such participating bidder has been reinstated by the owner as a quaii5ed bidder. c. If the bidder is considered to be in "default" far any reason speeified in the subsection titled ISSUANCE QF PROPOSAL FORMS of this section. � � �ND OF SECTION 20 S��C 20 - 4 � SECT'ION 30 AWA.RD AND EXECUTiON OF C�NTRACT 30-01 CONSIDERA'IZON OF PROPO�ALS. A.�er the�proposais are p�biicly opened and read, they will be compared on the basis af the summatioa of the products ol�tained by multiplying the estimated quantities shown in the proposal by t�te unit bid prices. Tf a bidder`s prbgosal ,contains a discrepancy between unit bid priees w�itten in words and unit bid prices writt�n in nurnbers, the unit price wxitten in words si�all govern. Until the award of a con�ract is made, the ownEr reserves the right to reject a bidder's proposal for any of the followi.ng reasons: � . a. if th,e proposal is irregular as specified in the subsectio�-titled� IRREGULAR PROPOSALS af Section 20. b. � the bidder is disq�alified for any of the reasons specified in the subsection titled DISQUA�L,IFICATTON QF BII?DERS of Section. 20. � In addition, until the award 6f a contract is made, the owner reserv�s the right to reject any or all proposals, waive technicalities, if such waiver is in the best interest of th� owner and is in canformance with applicable state and locai laws or regulations pertaining to t�xe letting of construction contracts; advertise for new proposals; or proceed with the work ot�erwise. AIl such actions shali promote tiie awnEr's best interesfs. 30�02 AWA�.II OF CONT'12ACT. The award of a contract, if it is to be awarded, shall be made within 30 calendar days of ti�e date speci.fied far publicly ogening proposals, unless otherwise sger.ified herein. Award of the contract shall be mad� by the awner to the lowest, qualified bidder w�inse proposal conforms to the cited requirements of ths owner. 30�D3 CANCELI,AT�ON OF AWARD. The awner reserves the right to cancel the award without �iability to the bidder, accept retum of progosal guaranty, at any time before a contract has been fiilly executed by aii parties and is approved by the owner in accardance with the subsectian �itled APPROV.AL OF CONTRACT of this section. 30-U4 RETURN OF PRO�'aSAL G�]ARAN"TY. All propasal a�a�nties, except those of the two iowesi bidders, will be returned immediately a$er ihe awner has rnade a eomparison of bids as hereinbefore specified in the subsection titled CONSIDER.ATIOIV OF PR�FOSALS of this section. Propasal guaranties of the two lowest bidders will be retained by the owner unt�l such tiix�e as an award is made, at which time, the unsuccessful bidder's proposa� guara.nty will be returned. The successful bidder's proposai guaranty will be retumed as soon as the owner receives the cantracts SEC 30 - 1 bonds as specified az� the subsection titled RE�UIREMENTS OF CONTRACT BONUS of tius �ectian. .. 30-OS REQi�IREMENTS CiF CONTRACT BONDS. At the tirrie of the execution of the contract, �he successfizl bidder s�iall furnish the ovwner a surety bond or bonds which have been fully executed by the bidder an,d the surety guaranteeing ths performance of the work and the paymezzt of ail Iegal debts that may be incurred by reason oi ihe Contracior's perFarmance of the work. The surety and the faf-m of #he bond or bonds shaIl be acceptable to the owner. Unlsss otherwise specifiec� in thi5 subsecCio� the surety bond or bonds shall be in a surn equal to the full amo�xnt af the contract. 30-06 F.�ECUTI4N �DF CONTRA.CT. The succ�ssful bidder shall sign (execute) the necessary a�reeznents far entering into the contract and returri sucfi signed contract to the owner, along with the fuIIy executed surety bond or bonds specified in ��e subsect�an titled REQUIRENIENTS 4F CONTRAGT BONDS of this�section, within 1S cal�ndar days from �e date mailed �r otherwise delivered to the successful bidder. Jf the contract is mailed, special handling is recornrr�ended. 30-07 APPROVAL OF CQNTRACT. Upon rec�ipt ofthe contract and contract bond ar bonds that have been executed �by the successfizl bidder, the owner shall complete the execution o;f the contract in accordance with local laws or ordinances, and return the_fully executed contract to the Contractor. Delivery of the fuliy executed contract to the Cor�ractor shall constitute the awner's approval to be baund by the successful bidder's proposal and the terms ofthe contract. 30-OS FAII.URE TO E�ECUTE CONTRACT. Failure af the successful bidder to execute the contract and f�.unish an accepta�le surety band or bonds within the 15 caiendar day periad specified in the subs�ction titi�d REQUIRENIENTS OF CONTR.ACT BONDS of this sectian sh.all be just cause for cancellation of the award and forFeiture af the proposal guara.nty, not as a penalty, but as liquidation af darnage� to the awner. � . END OF SECTI4N 30 SEC 3� - Z SECTI�JN 40 SCOPE OF WORK 40-�01 �TNTENT OF C4NTRACT. The intent af the cantract is to provide for constructiam and coinpletion, in every detail, of the work described. It is further i.ntended that the Comtractor sha�! furnish aIl labor, materials, equipment, tvols, transportation, and s�gplies requued ta complete the work in accordance �vitfi the plans, sp�cifications, and terms of the cantract. a(��� ALTERATION OF WO�K AND QUANT1fiLES. The owner-reserves and shall have the right to make such alterations in the work as may be necessary Qr desiurable to complete the work originally intended in an acceptabje manner.. Un.l,ess atherwise specified herein, th� Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided t�at the aggregate af such alteratians does not change�the total contract cost or the total cast qf any majar contract item by more than 25 percent {total cost being based on the urut prices and estim,ated. quantiities in ,the awarded contract). A�teratians w�ich do not exceed the 25 percent limitation shal� not invalidate the contract nor release the surety, and the Contractor agrees to accept payment far such afterations as if�e altered wark had heen a part of the original contract. These alteratians which are for work within the general scope af tha contract shall be covered by "Change �rders" issued by the Engineer. Change �rders for aftered work shall include extensions-of contract time where, in the Engineer's opinion, such �xtenszons are commensurate with t�e amount and dii�"iculty of addEd work: Shauld the aggregate amount of aitered work eacceed the 25 percent limitation hereinbefore specified, �uch excess altsred w�rk shall be covered by supplementaI agreement_ If' tha owner arid the Contractt�r are unable to a�.,}'ee on a unit adjust�nent for any cantract item that requires a supplemental agreemen�, the ovv�er reserves the right to tanninate the conta-act with respect to the item and make other arrangements �or its completion. 40-03 OMu11��:� TT'E�1',�5. The Engineer may, in the owne�'s hest interest, amit from the work any contract item, except major contraet items. Major contract items may be omitted hy a supplemental agreement. Such omission of contract iterrts shall noi invalidate ariy ather contract provisian or requirernent. Should a contract item be omitted or otherwise ardered to be nanpetformed, the Cantractar sha�I be paid for a11 wark perFarmed taward comptetion of such item prior to the date Qf the arder ta amit such atem. Payment for work perfc�rmed shall be in accordance with the subsection titled PAYN�NT FOR aMITTED ITEMS of Section 90. 40�04 EXTRA W�RK. ShQuld acce�table completion of the cantract raquire tl�e Con�ractor ta perf�rm an item of wark far which na basis of payanent has been provided in the original contract or previausIy issued change order.s or supplemental agreements, the same shall be called Extra Work. Extra waric ttiat is witlziz� the generaI scope of the contract shall be covered by written change arder. Change ord�rs for such e�ra work shall conta�n agreed unit prices for performing the change order SfiC 4Q - 1 �1 work in accordance with the requirements specified in the order, and •sha.lt contain any adjustment to the contract time that, in the Engineer's opinion, is necessazy for completion of such extra work. When detezmined by th.e Enginesr to be in the owner's best interest, he may order t�e Contractor to groceed' wzth extra work by f�rce accaunt as provided iri the s�bsectian titled PAYMENT FOR EXTRA AND �'ORCE ACCOUNT WORK of 5ection 90. Extra work that is necessary £or acceptable completian of the project, but is not within the general scope of the work covered by the ariginal contract shall be covered �y a Supplemernal Agreement as hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of Sectiozi 10, Any clairn for payinent of e�ctra work that is n.at-covered by written agreement (chan�e order or supplementaI agreement) shall be rejected by the owner, 4a-OS MAINTENANCE OF TRAFFZC. Tt is the exp�icit intention oFthe contract �at the safety ofaircraft, as well as the Contracto�'s equigment and personnel, is the znost important consideratian. It is understood. and agreed that the Cantractor shall provide for the free and unobstructed mavement of aircraft in the sir operations areas of the airport wi�h respect to his/her own operations and the aperations of a.EI his/her subcantractors as specified in the subsection tltled LIlVIITATION DF OPERATIONS of Section 8Q. It is further understoad and agreed that the Cantractor shall provide for the unintezrupted aperation of visual and electronic signals (including power suppIies thereta) used in the guidat�ce of aircraft. while operating to,-from;.and upon the airport as specified in the subsection titied' CONTRACTOR'S RESPONS�BILITY FOR UTII,ITY-��SERVICE AND FACILTTIES 4�' OTHERS in Sectian 74. With respect to his/txer own operations arid the operations o£ aIl his�er subcontractors, the Contractor s�xall provide rnarkir�g, lighting, and other acceptable means of identifying: personnel; equipment; vehacles; storage area�; and any work azea or condition that may be hazardous to the apera�ion of aircraft, fire-rescu� equipment, or maintenance vehicl�s at the aarport. When the contract requires the maintenance of vehicular traffic an an existing road, street, or highway .2 3 during the Con�racto�s perfarnzance af work that is othenvise pravided for in the contract, plans, and specificati�ns, the Contractor shall keep such raad, street, or highvvay apen to a.� traffic and shall grovide such ruaizitenance as may be required to accommodate traffic. The Contractor shall fumish erect, and maintain barricades, waming signs, flagmen, and other traffic control devices in reasanable conformity with the manual of Uniform Traffic Control Devices far �treats and Highways (published by the United States Goveraunent Printing Office), unless otherwise specified herein, The Contractor shall also c�nstruct and maintain in a safe condition �.ny temporary connections necessary for ingress ta and egress from abutting praperty or intersecting roads, streets ar highways. Ur�less otherwise specified here� the Contractor will not be required to furnish snaw removal For suc� existing road, s�reet, ar highway. Tlie Cantractar shaJ.l make his/her own estimate of alI labor, materials, equipment, and incidentals necessary for providing the mainteriance of aircraft and vehicular traffic as specified ir� tius subsection_ SEC 40 - 2 The cost ai maintaining the aircraft and vehicular tra�'ic specified in this subsection shail not be measured ar paid for directly, but shall be inciuded in the various conr,z-act items. 4U-Ob REMOVAL �F EX�STING S'I'RUCTCTRES. AIl �xisting structures encauntered within the established lines, grades, or gradxng seetions shaIl be removed by the Contrac�vr, unless s�cli existing structures are athen�vise specified to be reiocated, adjusted up or.down, salvaged, abandoned in place, reused in the work or to rema,i,n in place. Th� cost af remaving such existing str��tures shall not be measured or paid for directly, hut shaIl. be included in the variaus contract items. Should the Contractor encaunter an existing stz-ucture (abov� or belnw ground) in the wark for which the disposition is not indicated on ihe plans, �he Engineer shall be notified prior ta disturbing such structure, �T�ie dispasition of existin� structures so encountered shall be imrned'zateIy deterinined by� the Engineer in accardance with the provisions of t�e contract. Exc�pt as provid�d in the subsection titled RIGHTS Il� AND LTSE aF MA'I�RSALS FOUND TI�i THE WORK of fkus sectiori, it is.intended that -a�! existing materials or stnictures that may be encauntered (within the Iines, $rades, or grading sections established far completian of the work) shal! be utilized in the work as atherwise pravideri for in the contract and sha11 rernain the property af the �wner when so utilized in the work_ -� � 40�07 RIGHTS IN AND USE �F MATER�A.LS FOUND TN THE WORK_ ShouId tk�e Contractor encounter any materia] such as (but nat restricted to) sand, stone, graVel, s�ag, ar concrete slabs within th,e estabfzsf�ed Iines, grades, or grac�ing sections, the use af whicki is intended by the terms of the coniract to be either ernbankment or waste, he may at his/her ogtion either: a. Use such material in another contract item, providing such use is approved by the Enginesr . and is in conformance with �he contract specifications applicable to such use;_ or, _• -_ b. �temove such materiai from the site, ugon written approva! of the Engineer, or e. Use such material for his/her own t�mporary co'nstruction on site; ar, d. Us� such material as intended by the terms of the cantract. Should the Cantractor wish to exercise aption a.s b., or c_, he shall request the Enginee�s approval in advance of such use. 5hauld the Engineer approve the Contractor's request to exercise option a., b., ar c., the Cantractor shall be paid for t�e excavation or removal of such materiaI at the apglical�Ie contract price. Tl�e Contractor shal! replace, at his/i�er own expen�se, suc� removed or excavated material with an agreed equal volume o#' material that is acceptable for use in canstructing embankment, bacl�`ills, ar atherwise to the extent that such replacement rnatetia� is needed to ct�mplete the cantract work. The SEC 40 - 3 Cantracror shaU, nc�t be charg�� for hisJl�er use af such material sa used in the work ox removed from the site. � ,, Shauld �he Engineer apprave�the Contractor's exercise of optior� a., the Comractor shall be paid, at the applicable contract pric�, for furrusiiing and installing such material in accordance with requzrements of the contract item in which tiie material is us�d. It is understcaad and agreed that the Contractor shall make no claim for delays by reason of hisCher exercise of aptian a., b., or c. � . _. �'he Contractor shaIl nat excavate, remove, or otherwise disturb arry material, structure, ar part of a stnzctu�re which is located autside the lines, grades, or grac�ing sections established for the work, except wh�re such excavation or removal is provided for in the contract, plans, ar sgecifications. �0�09 FINAL CLEAN�TG UP. Upon campletion of tlze work ar3d before acceptance and final payment wzll be made, the Contractor shall rerraove from th� site ali machinery, equipment, surplus and discarded materials, nibbisl� temporary structures, and stumps or portions of'trees. �ie shall cut alI brusf� and w�oods within the limzts int�icated and shalI leave the sita in a neat and presentable condition. Material cleared from the site and depasited on adj.acen#� pragerty will not be cansidered as having been disposed of satisfactorily, unless the Cvntractor has ohtained the written perrriission af such property owner. ' END OF SECTYON 40 SEC 40 - 4 SEC'I.ZQN 50 C4NT'ROL �F W ORK 50-U1 AUTHORTTY OF THE ENGiNEER. The Engiineer shall decide any and aII questions wlaich may arise as to the quality and acceptability of materials furnish�d, wvrk performed, and as to the maFuier of performance and rate of progress of the wark He shall decide all questior�s whic�i may arise as ta the interpretation of the specifications or plans reia�ing to the wor� the fulfillment of the contract on the part afthe Cantractor,� and t�e rights of di$'ere�zt Cantractors �n the project_ The Engneer shall determine the amourn and quality of the severa! lcinds of wflrk performed a.rad materials furnished which are to be paid for the under contract. 50-02 CONFORMITY W�T'S PLANS AND SPECIFICATZONS. All work and all materials fum,ished shall be in reasonably close con,farnuty �vv�th the Iines, grades, grading sectiozzs, cross sectians, dimensioas, material reguirements, and testing requirements that aze specified (including specified tolerances} in the cantract, plans ar specificatians. - If the Engineer finds the materials furnished, wark performeci, ar the finished product not within reasonably ciose can#'orFniit}► with the plans and sp�cifcatioczs but that the portion of the work affeeted wi� in his�'her apinior� result in a finished product haviz�g a level of sa£ety, econa�y, durability, and workmanship acceptable to the awner, he will advise the owner af lus/her detemiination that the affected work be accepted and remain in place. in this event, the Enginaer will document h�s/tier deterniination and recommend ta the owner a hasis of acceptance which will pravide for an adjustment irk the contract price for th:e agected portion af the work. The Engineer'� deternzination and recommended contract price adjustments wil! be based on good engineering judgment and suct� tests or retests of the affecte�i work as are, in ltis/her opir�ion, ne�ded. Cha.t�ges in the Gontract price shai� be cavered by cantract modifications (cha.nge order ar supplemental agreement} as applicable. '� If the Engineer finds the materials furnished, wark perfflrmed, or the finished praduct are nat in ;+ reasonably close confarmity with the pians arxd specif cations and �have resulted izi an unacceptable : fizushed groduct, the a$'ected work or�materia�s._shall be removed and replaced or otherwise corrected by and at �the expense of the Contractor in accordance with the Engineer's written orders. For the pwpose of this subsectian, the term "reasonably close confomuty" shail not be construed as waiving fhe Cantractots responsibility to corriglete ti�e work in accQrdance with the contrac�, plans, and specifications. The term shatl not be construed as waiving the Engineer's right to insist on strict compliance with the requirements of the contract, plans, and specifications during the Contractor's prosecution of the woric, when, in the Engineer's opinion, s�ch coinpliance is essential ta provide an acceptable firushed portion af the work. For the purpase afthis subsection, the terrn "reasonably close confarmity" is also intende� to prov�de the Engineer with the authority tn use good engineering judgment in hislhar determinations as to accept�nce af work that is nat in strict confornuty but wiIl pravide a finished product equal ta or bett�r than ti�at inteaded by the requirements ofthe contract, plans ar�d specificatians. SEC 50 - I 50�03 COORDI.NATION OF CONTRACT, PLANS, AND SPECIFICAT�CINS. The contract, plans, specif cations, and all re�erenced standards cited are essentia! pa.rts of the contract requirements. A requirernent occurring in one is as bindiz�g as though occurring in all. They are intende�i to be camplern'er�tary and .to descri$e and provide for. a complete work. In _case of discrepancy, catculated dimensions will govem ovex �scaled dimensions; cori�ract iechza�ical specifications shall gavern over contract general provisions, plans, cited sta�dards for rnaterials or testing, and cited FAA advisory circulars; cantract general provisions shall govern aver pf ans, ciied standards for materiais or testing, and cited FAA advisory circulars; plans sha11 govern over cited standards for materials ar testing and cited F.AA advisory circulars. The Contractar shall not take advantage of any apparent error or omission ar� the plans ar speci�ications. ira the evez�t the Contractor discovers any ap�a.r�nt erraz' or discrepancy, he shall iinmediately call upon the Engineer for his�er intezpretation and decision, and such d�cision shall be fina.i. • - - _ 54-U4 C��PERATrON O�` CONTR.ACTQR. The Contractor will be supplied with twa copies each of the plans a.cad specifications. He shall have avaiiable an the work at all times one copy each of the plans and specificatior�. Addition�l copies of plans arid specificatians anay be a�tained by the Contractor for the cost af reproduction. � The Contractor shall give constant attent�on ta the warfc to facilitate the pro�ress thereof, and he shall cooperate with the�Engineer and iuslher inspectors and witl�� other contractors in every way possible. The Engineer shall aIlocate he work and designate the sequence of construct'ron in case af eontro�ersy between contractors. The Contractor shal.l have a compet�nt superintendent on �he work at all times who is �ulIy aut�ori�ed as his/her agern on the work. The superintendent shaIl be capable of reading and thoroug4�Iy understanding the plans and specifications and shall receive and fulfill instructions from the Engineer or hisliier authorized representati�e. 50-0� COOPERATION BET^WEEN C4NTR.ACTORS. The awner res�ves the right to contract for and pezfarm other or additinnal work an or near the wark covered by this contract. When separate �ontracts are let within the Iimits of any one project, each Contrac�or shall cond�ct his/her work sa as not to interfere with or hinder the progress of completion of the work being perFozmed by ather Cantractors. Gontractorsworking on the same project shaIl cooperate with each ather as directed. Each Contractor involved shall assume a� liabi�ity, financia.� or otherwisE, in connection with hisll�er contract and sha21 pratect and save harmless the owner from any and all darnages or claims t�at may arise because of incanverzience, delays, or loss experiencad by him because of the presence and aperations of oth�r Cantractors r�orking within the limits of the sarne project. The Contractar shali azrange 1�islher �vark and shalI place and dispose of the matenals being us�d sa as not ta interfere with the aperatiQns af the ather Contractor.s vv�ithin the Iim'sts af the same project. SEC 50 - 2 He shaJ1 join lnis/lier wcark with that of the others in an acceptable ma.nner and shall perform it in prflper sequence to th�t of tY�e others. 50-Qb C�N5TRUCTION I.�'YOUT AND STAKE�. The Engineer. shall establish harizontal and vertical control' �nly. The Contractor rnust esiab�isl� all layout required for the constr�ction af the work Such stakes and markings as the Engineer may set for either his/l�er ov,m or the Contractor's guidance s1�aJI be preserved by the Contractor, In case of negLigence on the part of #he Cantractor, or hisfher employees, resuiting in the destruction af such stakes or markings, arz amour�t equal to the cost oi replacing the sarne may be deducted fram subsequent estimates due the Contractor ai the discretion of ttie Engineer. 50-i��' AUTOMATYCAI�Y C07VTROLLED EQU�PMENT. Whenever batctiing or mixing plant equiprnent is required to be aperated automatically under the contract and a breakdovvn or malfunction of the automatic controls occurs, the equipment may. be aperated manually or by other rnethods for a period 48 haurs following the brealcdawn ar malfunct��n, pravided this anethod af aperations wiil product results which con�orm to ail ather reguirements of the contract. SO-OS AUT'HORI1'Y AND DCJTIES OF YNSPEGTORS. Inspectors employed by the awner shall be authorized to uispect all work dons and all material fi�rnished. Such inspection may e�rtend ta all or any part of tbe work and to the preparation, fabricatian, or manufacture of tl�e materia.Is to be used. Inspectars are not authorized t4 revoke, aiter, or wa�ve any provision of the eontract. Insgectors are not autharized to issue instructions contrary to fhe_pians and specificatians or to aCt as foreman for the Contractor. Tnspectors empioye� by the owner are authorized to notify the Contractor or lnislher representatives of any failure af the work or materials to conform to the rec�ui.arements of the contract, plans, or specifications and to reject such nonconforming,materiaIs in questian until such issues can be reterred to the Engineer far hislher decision. 50�9 INSPECTION QF TSE WOR7� All materials and each part ar detail af the wor�C shall .be subject to �inspectionby the �nginesr. Tl�e Engineer� shall �be allow�d access t4 all parts of the woz'k and shrall be furnishe� with such information and assistance by the Contractor as�is requir�d to make a complete and detailec� inspection. ' Tfihe Engineer requ�sts it, tt�e Cantractor, at any time before accepta�ee of t.he woric, sha11 remove or uncover suc� partions of th,e finishe� wark as ma.y be directed. After examination, the Contractor sfia11 restore said portions afthe work to the standard required by the specifications. Shauld the work thus exposed ar exatnined pra�e acceptabje, the uz�cavering, ar remaving, and the replacing of the . cavering or making good af the parts removed wiil be paid for as extra work; but shauld the work so exposed or examined prove unacceptabl�, the t�ncavaring, or removing, and the replacing of the cover�g or making goad of the parts remor�ed� will be at �e Contra�tor's expense. Any work done or materials used withaut supervi�ion or inspection by an authorized representative of the owner may be ordered removed and repiaced a.t the ContTactar's expense unless the owner's SEC50-3 representative failetE to ins�ect after having been given reasonable notice in writing that the work was to be perforaned. Should the contract work include reloeation, adjustment, or any other modification to existing facilities, not the praperty ofthe (contract} awner, autfnorized representatives o�the awners o�such facilities shall have the right to inspect sucb work Such inspectian shail in no sense make any facility owner a party to the contract, and sha�i in no way interfere wi�li the rights of tfie parties to tk�is contract. 5�-10 REMOVAL OF UNACCEPTABLE AND UNAUTHOR�ZED WORK. �Il wark v++hich does not form to the requirements of the contract, plans, and specifications will be cansidered unaccegtabie, unless otherwise deterrni�ned acceptable by the Engineer as provided in the subsectian titled CONF4RMITY �TH PLANS AND SPECIFICATTON� of this section. Unacceptable work, whether the result of poor warkmanship, use of defective materials, damage tEarough carelessness, or any other cause £ound to �xist prior to the final acceptance of the worlc, shall be removed immed.iately and replaced in aii acceptable manner in accordance with the pravisions of the subsection titled CONTRACTOR'S RES�'ONSIBTLTTY FOR WI�RIC of Section 70. Work done cantrary to the instructians of the Engineer, work done beyond�thE lines shown on the plans or as gi�e� except as herein specified, or any extra work cfane without authority, 'will be considered as unauthorized� and will not be paid for under the prowisians nf�he cantract. Work so done may be ordered removed or replaced at the Contractor's expens�. Upan failure a� the part of thE Contractor to comply fortfiwith with any order oi the Engineer made under the gravisions of this subsection, the Engineer will have authority ta caus� unacceptable wark to be remedied or removed and replaced and unauthorized work to be removed and to deduct the c�sts (incurred by the owner) from any monies due or to becorr�e due the Contractor. 50-�I1 L�A.D RESTRICT'�4N5. Tt�e Contractor shalt comply with all legalload restrictions in the iiauling of materials nn gublic r�ads beyond ti�e Iimits af the work. -A special permit will not relieve the Contractor of�lzability for damage which may result from the moving of materiai or equipment. The opera�i�n of equipment of s�ch weight or so loaded as to cause damage to structures or ta any other type of construetion will nat be permitted. Hau�ing ofmaterials over tne base cours� or surface course under canstructian si�a�l be Iimiteti as direcied. No l�ads will be permitted an a concrets pavement, base, or structure before the �xpiration of the curing per�od. The Contractor si�all be responsible for ail dan�e done by hisliier haui�u�g equipment and shall correct such damage at his/iier owzi expense. 50-12 MAINTENANCE DiTRING CONSTRUCT'TON. The Contractar shall ma.intain the work during construct�on and until the wark is accepted_ This maintenance shall constitute con�inuous and effective waric prasecut�d day by day, with adequate equipment and forces so that the work is maintai�aed in satisfactory conditian at a�l times. SEC 54 - 4 In the case of a contraet for the placing of a course upan a course ar subgrade previously constructed, the Contractor shall maintaia the previous course t�r subgrade during all canstruction ogerations. .All casts of maintenance woric during construction and be:Fore the project is accepted shall be included in the urrit prices bid on the va�ious contract items,� and ti�e Contractor will nat be paid an additiana! amount for such work. 50-�3 FAILt]RE TO MATNTAIlV' THE WORK. Should the Contractor at any.tirne iail to maintain the work as provided in the • subsection t�tlec� MAINTENANCE DL7�.IIVG CONST�U�CTiON of this sectior� the Engineer sha�l irnmedzataly notify the Contractor of such _ noncompliance. Suci� notificatic�n shail speeify a reasonab�e time within which ti�e Contractor shall be required to remedy such unsatis�actory maintenance cozidition. The time specified will give due considezatian ta the exigency that exists. - � Sl�ouid the Contractor fail, to respond to the Engineer's notzfication, the Engineer may suspend any work necessary for the owner to correct such unsatisfactary maintenance candition, depending an the exigency that exists. Any maintenance cost incurr�d by the owner, shall be deducted from �inonies due or to become due tk�e �ontractor. 50-14 PAR'TIAL ACCEPTANCE. If at any time during_ the prosecution of the project �he ContractQr substantially completes a.t�able, unit ar portion of the w4rk, the, accupa�c3� of �vh.ich wi11. beneft the owner, he may request the Engi�eer to make fina� tnspectian��f that.unit. If the Engineer finds upon inspection that the �ait has been satisfactori�y completed in compliance with the contract, he may accept it as being completed, and the Con#ractor may be r�lieved o� further responsibility for that unit. Such partial acceptance and bene�ciai occupancy by the owner shall not void or alter any provision of ti�e contract. � - 50�I5 FINAL ACCEPTANCE. Upan due notice from the Contraetor of presumptive completion _ a�the entire prajeet, the Engineer and own�r will make an inspectian. �If al! construction pravided far and caniemplated by ihe contract is found to be completed in accardanca with the contract, plans, and specifications, �uch inspectian shall constitute the fin.al inspecxion. � The Engineer shall notif}r the Contractor in writing of final acceptance as of the date of the fina� inspection. If, however, the inspection disclo��5 any wor14 in w.hole or in part, as being unsatisfactory, the Engineer wiil give the Contractor the necessary instructions for correction af same and the Contractar shall immediately comply with and execute s�ch instructians. Upon correction of the work, another in.spection will �e made which sha11 canstitute the fTnal ins�e�tior�, pravided the work has been satisfactarily completed. In such event, the Engzneer wiil make the finai accegtanc� and notify the. Contractor in writing of ttiis acceptance as of the date of final inspection. SO-1G CLAIlYIS FQRADNSTMENT AND DISPUTES. 7ffor any reason the Contractor deems tha.t adciitional cc�mp�nsation is due him for work or matarials no# cleariy provided far in the contract, pians, or specifications or previausIy auttiorized as extra wark, he sha1l notify ti�e Engineer in writing SECSq-� af hislher intention to claim sucb. additional compens�tion before he begins �t�he work or� w�iich he bases the claim. If such notification is not given or the Engineer is not afforded proper ogpartunity by t�e Contractor for kee�ing strict account of acttial co�t as required., then �e Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and ti�,e fact tk�at the Engi�eer has kept account of the cost of the work sha11 not in any way be construed as praving or suhstantiatiz�g the val�di�Gy af the ciaim. When the work on which the ciaim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit hisJher wriiten claim t� the Engizieer who wil� present it ta the owner for consideration in accordance with local laws or ardinances. - No�hzng in tius subsection shail be constzued as a waiver of the _CQntractor's �right to, dispute fina� gayment based an differences in measurements or computations. 50-17 COST REDUCTItJN INCENTIVE. Ths provisions of this subsectian wi11 apply only to contracts awarded to the lowest bidder pursuant to competitive hidding. � Dn projects with original contract amounts in excess of $100,�00, the Contractor may submit ta the Engin�er, in writing, proposal,s far madifying the plans, specificatians or other requzrernents of the cantract for the sole purpose of reducing the cost of construction_ T�e cost reduction prapasal shall nat impair, in any mannez', th� essential functiqns or cf�aracteristics of the projeci, including but nat limited to service lafe, econaaiy of aperation,-ease ofmaintenance, des�red ap�earaz�ce, design and safety standards. This pro�isian shall not apply ur�less the praposal subrnitted is specificaily identified by the Contractar as being p'resented far consideration as a value engineering proposal. ._ Not eligibie �or cost reduction proposals are chan,ges in the basic design of a pavement type, ninway and taxiway lighting, visual aids, hydraulic capacity of drainage faciIities, ar changes in grade or alignment that reduce the geometric standa.rds af the project. , . A� a minimuzxi, the follQwing infarniation shall be submztted by the Cornractor with each praposal: � a. A description of �oth existing contract requirements for performing the work- and the groposed changes, with a discussion of the comparative advantages and disadvantag�s o£ each; b. An i�emization tif the contraci requirernents that must be changed if the proposa! is adopted; c. t�. deta.iled estimate of the ctast of performing the wQrk under the existing contract and under the proposed changes, d. A statement of the tirrae by wiiich a change order adopting the praposal must be issued; � A statement af the effect adaptian of the prap4sal witl have an the time %r completion o#` the coniract; and SEC 50 - 6 f. The cantract items of wor�C affected b}� t�ie praposetl changes, including any quantity variation attributable to them. The Cantractar ma.y withdraw, in whole or in part, �ny cost reduction propasal not accepted by the Engineer, within the period specified in the praposal. The provisians�of this subsection si�all not be construed to require the Engineer to consider any cost rectuction proposal which rnay be submitted. The Contractor shall continue to perF'onn the work in accordance vvitl� the requirements of the contracC uni� a change arder incorporating fihe cost reduction proposal has been issued. If a change arder has nat been issued by the date upon which the Contractar's cost reduction praposal specifies that a decision sh�uld be made, or such other date as the Contractor may s�bsequently have requested in writing, such cost reduction proposal shali be d�emed rejected. � The'Engineer shall be the sale judge caf the accepta�ility of a cost reductian proposal and of the estimated net savings from the a�option of aII or any pa.rt of such groposal. In determin.ing the estzmated net savings, the Engineer may disregard the cantract bid prices if, in the �nganeer's �udgement such prices �dca nat represent a fair measure of the value of the woxk to be performsd or deleted. The awrier rriay require the Contractar to share in the awner's casts crf investigating a cost reduction proposal submit�ted by the Contractor as a cand'ztion of cansidering such praposa�. .Where such a condi�ion is imposed, the Contractor shalI acknowledge acceptance of it in writing. �uch acceptance shall constitute full authori#y for the owner to deduct the cost of investigating a c�st reduct�on proposal from amaunts payable ta the Con�-a.ctor und�r the cantract. If tiae Contractor's cosf reduction propo�al is accepted in whole or in pazt, sueh acceptance wiIl be by a contract chaz3.ge order which shall specifically 5tat� that it is �executed pursuant to t�.'ts subsecti�n. Such change order shall incorparate the changes izi the plans and specificativns which are necessary to pernut the cost reductian proposal ar such part of it as has been accepted an.d shall include any conditians upan which the Engineer's appro�at is based. The change arder sha�l also set farth the estimated net savings attributable to the cost reduction proposal. The net savings shall be de�tennined as the c�.i�fference in costs between the original cantract cos�s for the involved work items and the costs occurriung as a result of �he proposed change. The change,arder.shall also establish the. net savings agreed upon and shaIl provide for ad�ustment in the contract�pric� that will divide the net �. savings equal�y betwee� the Contractor and the Qwner. �" The Contractor's 50 percent shaze af the net savings s�hall c�nstitute full compensation to the Contractar for the cast reduction proposal and the per�'ormance of the work_ • Acceptance of the cost-reduction proposal and performance of the cost-reduction work shall nat extend the time of coinpl�tion of the cantract �xnless specificalty provided for in the contract ci�ange ordsr. . ��1D QF SECTIDN 50 SEC SD - 7 s�cTTort 6a CONTROL OF MATERTALS 60-01 SOURCE OF SUPPLY AND•QUALTTY REQUiREMENTS. T1ae.materials used on the wor�t shall canform to the �equirementS of the contract, plans, and speci�fications. [3nless ottierwise specified, such materiais that are manufactured or processed shall be new (as compar�d ta us�d� Q� re�rocessed). In order to expedite the inspec�ion and testing of materials, the Contractor shall furnish complete sta.temenis to the Engineer as to the origir� composition., and manufaciure of all materials to be used in the work. Suc� staternents sl�all be furnished prompily after executi�n of the contract but, in all cases, prior to delivery of such materials. - � At the Engiriee�s ogtio� inaterials may be appraved at the source-a£ supply bEfore delivery is stated. If zt is found a.fter trial that sources of supply for previousiy approved materials do not praduce specif ed products, the Contractar shall furnish materials from other sources. The Contractar sha�l furnish airport lighting equipment that conforms tn th,e requirements of cifed materials specifications. In addition, rvhere an FAA specificatio� for airport Iigfiting equiprr�ent is cited in the plans or specificat�ons, the Contractor shall furnish such equipment that is: a. Listed in FA.A Advisory Circular (AC) 150/5345-I, Approved Airport Equigmenf, that is in effect on the date o�' advertise�ent; and, � - b. Produced by t�e rnanu£acturer qualified (by FA.A) to produce sucl� specified and �Zsted equipment. � � TI�e fallawing airport iighting equipment is r�quired for this contract and is to be furnished by the Contractor in accordance with tiie requirernents of this subsection: .. EQUTPMENT NAME • CITED FAA SPECIFICATIONS EFFECTIVE FAA AC OR APPROVAL LETTER F�R EQLAPMENT .ANI] MANUFACTURER _ - 60-I� SAMPLES, TESTS, AND CTTED SPECTFTCAI'iONS. All materials used in the work shall be inspected, tested, arad approved by the Engineer before incarporation in the work. Any� work iri which untested rnat�rials are used without approval or written pemussion of the Engi�teer sha11 be performed at th� Contracto�s risk MateriaJ,s faund to be unacceptable and unautharized will not be paid for and, if directed by the �ngineer, s�ia2I be removed at the Cantractor's expense. Unless otherwise designated, tests in accordaz�ce with t�ae cited standard methods of AASHTO or ASTM which are current an the date of advertisement for �ids wiIl be made by and, at the expense of the awner. Samples will be ta�en by a quaIified repr�sentative af the owner. , All materials bein� used SEC 60 - 1 are subject to inspectian, test, or rejection at any time priQr to or during incorporatian into the wor�C. Copies af all tests will be furnished to the Contractor's representative at his/her request. b4-03 CERTiFICATION OF COMPLL�NCE. The Engineer may permit the use, prior to sampiing -and testing, of certain materials or a�semhlies vahen accompazued by ananuf�acturer's certi,ficates of compfiance statirig that such ma.terials or assernbiies fully comp�y with the requiraments of the contract. Th.e certificate shall be sign.ed by the manufactuser. Eaeh lot of suci� materials or assemb�ies de�ivered to the work anust be accompanied by a certificate of compliance in which the lot is cIearly identified. � Materials or assemblies used on the.basis of certificates of cornpiianc� may be sampled and test�d at anytime and iffaund not to �e in conf'ormity with contract requirements wiU. b.e subject to rejection whether in place or no�. _ The �orm and distribution o#` certificates of compliance, shall be as approved by the Engineer. Wiien a material or assembly is specified by "brand nazne or equal" and the Contractar elects to furnish the specified "brand name", the Cozztractor sha�l be required to furnish the manufacturer's certificate of cornp9iance for each lot of such �naterial or assembly delivered to the work. Such eartificate af compIiance shall clearly identify each lo# deli�ered and sha.�l certify as to: a. Conf'ormanc� to the specified perforrnance; testing, quality or dimensional requiremen�s; and, b. Suitabiiity of the material or assembly for the use intended in, the contract vvork. Shauld the Contractar propose ta fumish an "or equal" material or assembly, he si�all furnish the rnanufacturer's certificates of coinpliance as hereinbefore described for the specified brand name materiaI or assern�ly. Howe�+er, the Engineer shall be the sole judge as to whether the proposed "ar equal" is suitable for use in the work. The Engi.neer reserves the right to refizse p�rmission far use of materials or assemblies an the baszs af certificates of cornpliance. � � ' 60�04 PLANT INSPECTTON. The Engineer or his/t�er authonzed representative may inspect, at . It5 5011I'Ce, any specified material or assemblp to be used in the work. Manufacturing plants may be inspecte�d from time to time far the purpase af �etermining compliance with specified manufacturing methods or materia.9s to be used in the w�ric and to obtain samples required for hislher accegtance . of tf�e matezial ar a.ssembly. Should the Engine�r conduct glant inspe�tions; the following cQnditidns �hall exist: a, The Engineer st�aii have the cooperatian and assist.�r3ee of the Contractor and the producer with w�om �ie has contracted far materiaIs. SEC 60 = 2 � b. The Engineer shall have ful� entry at all reasonable times to such parts af the p�ant �hat concern the manufacture or, production af the materials being furnished. c. If re�uired by the Engineer, the Contractor shall arrange for adequate o�'ice ar working space that may be reasanably ne�ded fvr canducting plant inspectians. Off ce or working space should be conveniently Iocated with respect to the plant. It is unders�ood and a.�-e�d that the owner sha.�l_have the right to retest any material which has been tested and appro�ed at the saurce of suppiy a#�er it has heen deiivered to the site. The Engineer shall have the right ta reject Qnly znaterial wl�ieY� when retested, does not meet the requ�rements of the contract; plarzs, or spe�ifications. 60-45 ENGIl�EI2'S FiELD OFF.�CE AND LABORATOR'Y. When specified arxd prQvi�ed for as a contr.act item, the Gontractor shall furnish a b�ilding for- the exclusive use of the �ngineer as a field affice and field testing labaratory. The buil�ing slaall be furnished and ma.intained by �the Contractor as specified herein ar:td shal.l becorz�e pragerty of the .Contractor when the con#ract work 15 G0111�1�t�d. • • • ' • . . - . ' , . ' ' .: • . - ` . _ � - .. 60�06 STORAGE OF MAT�RIALS. Materials shall be so stored as to assure the preservation of their quality and fitness for #he wark Stored materials, even though appraved hefore storage, may again be inspected prior �o their use in the woric. Stored materi.als sizall be located so as ta facilitate their pramp# inspection. The Cantractor shall coordinate the starage of aII materials wzth the Engineer. Materials to be stored on airport groperty shall not crea�e an obstiuction tv air navigatian 'nar shall t�ey inter�'ere with the fxee and unobs#ructed mo�+ement af aircra.ft, Unless otherwise shown on the plans, the stora.�e of materials and the locaiion ofthe Contractar's plant and p�rked equipment ar vehicles shall be as directed by tk�e Engineer. Private progerty .shall not be used for storage p�uposes without written. permzssian af the owner or lessee of such property. The Contractor shall make all arrangements an,d beax all expenses �or tl�e storage of materials on private property. Upon requesi, the Contractor shall furnish �he Engineer a copy of'the property owner's Qerriussion. All storage sites on private ar airport propert3+ sha]I be restored� to their original condition by the Contractor a� hisJher entire expense, except as otherwise agreed to (in writing) by the awner or lessee af the property. 60-Oi UNACCEPTABLE ii7ATERIALS. Any materia.l or assembly that does not conform to the req�irements ofthe contract, plans, or specafications shalI be considered unacceptable and shall be re}ected. The Contraetor shall remave any rejacted material or assembly from the site of the work, unless �therwise instructed by the Engineer. Na rejected material or assembly, ttie defects of which have been corrected by the Conir.actor, shall nat be returned to the site of the work until such time as the Engineer has approved iis used in the wark. 5EC60-3 64�08 OWNER FiTRN�SHEI� MATERIALS, The Contractor shall �urnish all materials required ta complete the wori� except those specifi�d h.erein (if any) to be furnished by the owner. Owner- fitrnished materials shalI be made available to the Contractor at the �ocation specified herein. AlI costs of handlin.g, transportation frorn the specified �acation ta the sii� of woric, st�r�ge, and instailing owner-furnished inaterials shail be included in the unit grice bid for t�e contract ztem in wiiich such owner-fiu nashed matazial is used. � A.fte�' any owner-fumisherl material has been delivered to #�ie location s�ecified,��the Contractar shal� be respor�sible for any demurrage, darnage, ]oss, or other deficiencies which may occur during tlae Contractor's handling, storage, or use oisuch owner-furnis�aed material. The owner will deduct from . a.�ay znonies c�ue ar to become due the Contractor any cost inc�rred by the owner in making goad suc� lass due to t.�ie Contractor's handling, storage, or use of owner-furx�ishe� materia�s. �ND 0� SECTT�� 6fl SEC50-4 SECTTQN 70 LEGAL REGULATIONS AND RESPONSTB,II.ITY TD PUBLTC 70--], LAWS TO BE OBSERVED. The Contractor shall keep �ully informed of alI Federal and state laws, alI local Iaws, ordinances, and regulations arid alI orders and�decre�s of bodies or tribunals having any 3urisdiction or autl�,arity, whic�i in any manner a�ect those engaged or employed on the worl� or wkuc� in, any way affect the conduct of the work. He s�all. at a11 times observe and comply wi�Yi all such laws, ordinances, regulations, orderS, and decrees; and shall prot�ct and indemrufy the owner and aIl his/her afficers, agents, ar s�rvants against any claim or liability arising frorn or based on the violation of any such law, ardinance, regulation, ordear, or decree, whether by himself or his/her employees. 70w02 PERMIT�, LICENSES, AND TAKES, The Cnntractor sha.Il pracure all permits and Iicenses, pay alt charges, fees, and taxes, a.nd give all notices necessary and incidental to the due and Iawful prosecution af the work. � 7D-03 PATENTED DEVICES, MATERIA�LS, �4ND PROCESSES. If the Contractor is requirsd or desires to use any design, device, material, or proeess covered by �etters of patent or copyright, he shall grovide for such use by-suitable Iega] agreement r7vith the patent�e or ov,+ner. The Contractor and the sureiy s�Zall indemr�i.fy and save harmless the owner, any thzrd party, or polifica! subdivision from any and all claims for inf�ingeinent by reason of the use of any such patented design, device, material or process, or any .tradernark or cagysight, and shall indemnify the awner for any costs, expens�s, and dazna�es which it may be obliged tn pay by reason o� an infringement, at any time during the prasecution or afier the completion ofthe work. 70-04 RESTORATIQN OF SURFACES DIS'T�[�RBED BY OTHERS. The n�vner res�rves the right to authorize.the canstructifln,-reconstruction, or matntenance af any�public or private utilaty service, FAA or National Oceariic and Atmospheric Adzniziistration (NOAA) facility, or a utility service of another gov�mment agency at any time during the progress of the work. To the �xtent that such co�structior� reconstruction, or rnai,n�enance has been coordinated with the owner, 5UC}1 autharized work (by athersj is indicated as �oIlows: - Qwner (C7ti�ity or Other Facifity} Location (5ee Plan Sheet No.) Person to Contact (Name, Title, Address a.nd Phone) Except as listed abo�e, the Con.tractor shall not pemut any individual, firm, or corporation to excavate ar atherwise dis�rb such utility services ar facilitaes located within the iimits of the work wzthout the written pernussian af the Engineer. Should ti�e owner of public ar private utility service, FA.f� or NOA.A faczlity, or a utility service of anQther gov�rnment agency be authorized ta construct, recanstruct, or maintain such utility service or facility during the progress of the wor� the Contractor shall c�operate vaith such nwners by 5EC 70 - 1 ariranging and perforniing the wark in thzs contract so as to facilitate such construction, recon�ctsan or maintenance by othez's whether Qr not such wnrk by ot�ers is Iisted above, When ordered as e�stra work by t�e Engineer, th� Contractor shall make ati necessary repairs to the work which are due to such authorized work by others, u�less otheiwise-gravided for in the contract, plans, or specificatrons. It is understood and agree� that the Contractar shall noi be en.titled to make any claim for damages due ta suc� autharized work by others or %r any delay ta the work resulting fronn such aut�anzed work_ i0-QS FEDERAi. AID PARTIC�PAT�ON. For AIP contracts, the United States Government has agreed to reimburse the owner for some portion af the contract costs. Such reimbursement is made from time to tzme upon the awner's (sponsor's} r.equest ta the FAA in consideration of the United Sates Go�ernment's (F'AA's) agreement with the owner, the owner has includ�d provisions in this contract pursuaz�t to the req�irerrjents of the Airport Improvement Act af 1982, as amended by the Azzport and-Airway Safety and Capacity Expansion Act of 1987, and the Rules and Regulaxions of the FAA that pertai,n to the work. As required �y the Act, the contract work is subject to the inspection and approval of duly autharized regresentatives ofthe Administrator, FAA, and is further subject to those provisions of the rules and regulat�ons that are cited in the contract, glans, ar specifications. .. - � No requirement ofthe Act, the rules and regulations implementing the Act, or this contract shall be constxued as making the Federal Government a party to the cantract nor will any such requirement • interFere, in any way, with th.e rigfits of either party to the contract. 70-45 SANTTARY, HEAL'.�H, AND SAFETY PROVTSiONS. The Contractor shall provide and maintain in a neat, sanitary condition such accommo�ations for the use of hisll�er ernployees as may be necessary to comply with the requirements of the state azzd local Board of Health, or af other bodies or tribunais having jurisdiction. ._ Atter�tion is directed to Federal, state, and local laws, rules and regulatioz�s concerning constructian safety and health standards. The Cantractar shalI nat require a.tjy worker to work in suzroundings or under conditions are unsanitary, hazardaus, or dangerous to his/trer health or safety, 70�07 PUBL�C GONVENIENC� AND� SA�kETY. The Contractor shall �ontro�. his/her operations and thase of his/her subcontractors and all suppliers, to assure the Ieast inconvenience ta the traveling public. Under a� circumstances, safety shall be the most important consideratian. The Contractar shaEl mainta.izz t.�e free and unobstructed movement of aircraft and vehicular traffic with resp�ct to hislher own opera�ians and those of his/her subcontractors and all suppIiers ir� accardance with the subsection titied M.AINTENANCE �F TRAFFIC af Section 40 hereinbefare specified and s�all �irrut such operations for the convenience and safety of the fra�veli�g public as specified in the subsection titled LIlVIITATION {�F QPER.ATI�NS of �ect�on 80 hereinafter. s�.c 70 - z 70-08 BARRTCADES, WA.RNIlVG SrGNS, AND AA7,A�Rn ����, The COntr�ctor shall turnisl�, erect, and maintain all barricades, waming signs, and markirzgs for hazards necessary to protect the public and the wQrk. When used during periods of darkneSs, �uc� bazricades, warning signs, a.ad hazard marl�ings sha11 be suitably illuminated. Far vehicular and pedestrian traffic, the Contractor shall �urnish, erect, and maintain barri�ades, wa.rnzng signs, Iights and other traf�ic contral devices in reasonable confornuty with the Manual a� Uniiarm Tra#�c Contral Devices for Streets and Highways (published by the United States Go�vernment Printing Office}. , When the wark requires closing ar� air aperatians area t�F the aiiport or portian of such area, the Contractor shall fiirnis� erect, aa.d maintain temporary markings and associated lighting confomning to the requirements of AC 15Qf5344-1, Marking afPaved Areas on Airports. The Cvntractor si�i furnish, erect, and maantain markings aand associated Iighting a�f open trenches, excavations, temporary stock piles, and hislher parked consCruction equipment that rnay be hazardous tp the operation of emergancy fire-rescue.ar maintenance vei�icles on the a.npart in reasonable canformance to AC 1501537a-2, Operationa! Safety on Airports During Construction Ac�avity. The Contractor shall identify each mo'tarized vehicle or piece of construction equipFnent in reasonable � conformance tQ AC 15015370-2. The Contractor shall furnish and erect all barricades, warning signs, and markings for hazazds prior to commencing work which requires such erection and shail maintain the barricades, warning signs, and markings for hazards until their dismantling is directed by the Engineer. . Open-flarne type lights shall not be perrnitted within the air operations areas of the airport. 70-09 USE OF EXPLQSNES. Wiien the use of explosi�es is nec�ssary for the prosecution of the � _ work, �.he Contractor st�all ex�rcise the utmast care not to endanger life or prvperty, including new work. The Contractor shall be responsible far all danaage resulting frt�m the us� a£explosives. All explosives shal� be stored in a seeure ma.nner in compliance with a11 Iaws and ordinances, and �11 such starage places shall be clearly marked. Where na local la�s or ordinances apply, storage shall be prc�vided satisfactory ta the Engineer and, in general, r�ot closer than 1,0�0 feet {3DD m) from the woric Qr frorn any buiiding, road, or other place of human occugancy. The Contractox shail natify each pr�perty awner and public utility comgany havix�g structures or facilities in pra�imity to the site of tlie v�orlc of kuslher intentic�n ta �use explasives. � Such notice sha11 be given sufficiently in advanr,e ta enabje thern tQ take such s�eps as they may-�deem nec�ssary to prat��t their property from in�ury. The use af eleetrical blasting ca�s shall not be permitted an or within 1,400 feet (300 m) af the airpart Pro�ertY• 5EC 70 - 3 �U�Id PROTECTION AND RESTORAT14N OF PROPE�TY AND LANb�CAP�. The Contractor shall be responsible for tYze preservation of all public anci private properiy, and sha11 prat�ct carefi.��ly fram disturbance or damage a!1 land monuments and property marlcers until the Engineer has witnessed ar othen�ise referenced the'vr location and shall not move them until directed. The Contractor shall be responsible_�nx� all� damage or-in�ury to.praperty. of any chara�ter, dui-ir�g the .. .. prosecution of the wnrk, resulting from any act, omission, negdect� or miscond�ct in hislhher rnanner " or methad af executing the work, or at any tiane due to defe�tive work or materiaIs, and said responsibility will nQt be released until the pr�ject shail have besn comgleted a.nd accep#ed. When or where any direct or indirect damage or zn�ury is done to public or private property by or on account a�any act, orrrission, �neglect, or misconduct in the execution of the wark, ar in consequenee of the nonexecution thereaf by fihe Con�'actor, he shaIl restare, at his/tier -own expense, such property ta a condition s�imi�ar ar equal ta that existing beiare such damage or injury was done, by re}�airing, . or a�herwise res�oring as may be directed, or he shall ma.ke good such damage or in1ury in an acceptable manner. ' '�0-11 �tESPONS�B�TY FOR DAMAGE CLAIMS. The Cantractor shail indemnify and sa�e harmless the Engineer and the awn�r and their afficers, and employees from all suits actians, or claims of any character brnught beeause of any injuri�s or damage received or sustained by any person, persons, or properry an accaunt o�the operations ofthe Contractor; ar on account of or in consequence of any neglect in safeguarding the work; or thr�ugh use of unacceptable materiaEs in constructizzg tha r�vork; or because ofany act or omission, neglect, or misconduct of said Contractor; or because of any clairris or amounts recovered from any infringements of patent, trademarlc, or copyright; or from any claizns or amounts arising or recovered under ti�e "Workrr�en's Compensation Act," or any ather law, ordinance, order, or decree, M�ney due the Contractor under and by virtue ' af hi�/b.er contract as may be cansidered necessary by the owner for such puzpose may be reta�ned for the us� of ��.e owner or, in case no money zs�due, his/Y�er surety may be hetd untiI such suit or suits, actic�n ar actions, claim or clairns for injur�es or �annages as aforesaid shall have been settled and suitable e�vidence to that ��ect furnished to thE owr�er, accept that maney due the .Contractor will , not be withheld when the Contractor praduces satisfactory evidence that he is adequately protected by public liabilzty and property daznage insurance. . � 7U�12 1�.tiutU pARTY BENEFIC�ARY CLAUSE, it is specifical�y agreed between #he partzes executing the contract t�iat it is not intended by any af the provisions o� any gart of the contract to crea.ie the public or any member thereof a t�iird��party beneficiary or to authorize anyone not a pariy to the contract t� ma.in#ain a suii for pexsonal inJuriea or praperty damage pursuant to the terms or provisions of the contract. � 70�13 OPEIYiNG SECTTONS OF THE W ORK T4 TRAFFiC. Shauld it be nece�sary for the Contractar to c.omplete partions af the cAntract wcrric far the beneficial occupancy af the owner prior t� completion of the entire contract, such "phasing" of the work shall be specified herein and indicated an the plans. When so specified, the Con�ractar shall compiete such portions af the wark on ar before the date specified or as .othenvise specified. ,�The Contractor. shaii make his/�er own SEc �o - .� estima.te of the di�iculties involved in arranging his/her work to permit such b.eneficial occupancy by the awner as described below: �hase ar Descri�tian Requ�red Da'te or 5equence of Qwner's $eneficial4ccupancy Work Shown on Plan Sheet � Upon completion of any portion of the work listed above, such portion shall be accepted by the owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50. No portion of the waric rnay be opened by the Contractor for public use urnil order.ed b� the �ngineer in writing. Should it become necessary to �apen a portion of th� work� to pubIic traffic on a temporary �• �_�- or intern�ittent basis, such openings shail I�e made whe� in the opinson of the Engineer, such gortion of the wark is in an accepta.ble condition to support the intended trai�ic. Ternporary or intermittent openings are cansidered to be inherent in the work and shall not constitute either acceptance of the portian of th� work so vpen�d or a wa.i�er of any �rovisian af the contract. Any damage to tJ:ie portion of the work so apened that is not attributable tfl traffic which is pemutted by the o�er shalI be repaired by the Contractor at�hislher expense. The Contractor s1zaU, nnake his/her own estimate of the inherent difficulties involved in completing the wark under the conditions herein described and shal� not claim any added compensatian by reason of delay ar increased cost due to opening a portion of the cvntract work. 70-�.4 CONTRACTOR'S RESP�NSIBII�TTY FOR WQRK. Untii the Engineer's final written acceptance of the entire comgleted work, excepting only ti�ose portians ai the vvork accepted in aecordance with the subsection titIed PARTIAL ACCEPTANCE af Sectian 50, the Contractor shall have the charge and care thereof an,d s�all take every precautian against injury ar damage to any part due to the action of the eiements ar frorn any other cause, whether arising fram the ex�cution ar .from the nanexecution of the work. The Cantractor shall rebuild, repair, restore, and make good aII injuries ar damages to any partion of the wQrk occasioned by any oithe above causes before final acceptatace and shall bear the expense theraof except damage to the work du� ta �r�oreseeable causes beyond the control of and withaut the fauit or negiigen�e of the Contractor, including but not restricted to acts of God such as earthquake, tida�� wave, .tornado, hurricane-or other cataclysmic phenamenon of nature, ar acts of the public enemy or of government authori�ies. �t�ie w�zk i5 5uspended �or any ca�Se whatever, the Cantractor sha.lI-��e responsible for the work and � shaIl take such precautions necessary to prevent damage to the work. The Contractor shaiI provide far norrna] drainage and si�all er�ct necessary temparary structures, signs, or other faciiities at his/her expense. D�ring such period of syspension of work, the Contractor shaII praper�y and continuously maintain in an acceptable growing conditian all living material in newly established plantaang, seedings, and sodc�i�ngs fitmished under his/her contract, and sl�al� take adequate precautions to protect new tree growth and other im�ortant vegetative growth against injury. S�C 70 - 5 i0-15 CONTRACTOR'S RESPONSTSILITY FOR UTII�IT�' S�RV�CE AND FACILiT'TES QF OTHERS. As provided in t�e subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS af this sectior� the Contractor shall c�operate with tl�e owner of any public or private utility service, FAA or NOA.A, or a utility service of another govemment agency that may b� authoriaed by the awner ta cons�truct, racanstruct�or maintau� such utility services or facilities du�ing the progress of the work. In addition, t�e Contractar shall cantrol his/her operations to prevent the - unscheduled interruption of such utiliry services and facilities. To the e�ctent that such public ar grivate utzlity services, FA� or NOA.A faci�ities, or utility servi�ces af another governmental agency are known. to e�st witiun tfie limits, of the contract work, the approximate locations ha�e been indicated an tlie plans and the owners are indicated as follaws: Utility Service Qr Facili,ty Persan to Cantract (Name, Title, Address, & Phone) 4wner's Emergency Contact (Phane) It is understood and agreed that th�e� o�n�r does.ino# guarantee �he accuracy ar the-comp}eteness of .._ the location informatian relating to existang utility services, facilities, or struefures that may be shown - on the plans �r encountered i.n the work. Any inaccuracy or omission in such informatian sha.11 not relieve the •Contractor of his/Y�er respansibility to protect such existing features from damage or unsch�duled interruption of service. � , � . �t is further �nderstood and agreed that the Contractor shail, upon execution of the contract, notify the awners of all utility services or othsr facilities af hislh�r pian o� operations. Such notificatiQn shall be in writing addressed to T�E PERSDN TO CONTACT as provided hareinbefore in this subsectian and the subsection ti�led RESTORATION OF SURFACES DiSTURBED BY OTHERS of this section. A copy af each notification shall be given ta the Engineer. - ' In addition to the general wzitten notification hereinbefore provided, it shall be the responsibzlzty of the Contractor to keep such individual awners advised of changes in his/h�r plaza of aperations that would affect such ov�mers. Prior to comrnencing the work in the general vicinity of an existing utility service ar facility, the Contractor shall again notify eack� such awner of his/t�er plan of operation. If, in the Contractar's oginion, the owner's assistance is needed to jocata tha utility service or facility or the presence of a representative of the owner is desirable to observe the work, suci� advice should be included in the notificatian.. Suci� notificatian shall 6e given by th� mast expeditious means'to reach ti�e utility owne�s PERSON TO CONTACT no later than two nnrmal busin�ss days pr�or t� �he Contractor's commencement af operatioms in such general �icizuty. The Contaractar sha�l furnish a wr�tten summary of the notification to #he Engineer. The Contractor's failure to give the two day's natice hereinabove pravided shall �e cause for the Engineer to suspend the Contractor's operations in ihe general vicuuty of a uti�ity service or facility. SEC 70 - 6 Where the outside Iimits of an underground utility service have been located and staked on fihe graund, the Contractor shall be�requu-ed to use excavation methods acceptable to the Engineer witlzin 3 feet (90 cm) o� sucl� outside liauts at such points as may �e required to en.sure prot�ction fram damage due to the Contractor's operations. Shou�d tlie Contractar damage or urterrupt t�e operation of a utility service or facility b.y accident or otherwise, he shaIl immediateiy notify the proper authority and the Engineer and shall take all r�onable measures to prevent further damage or interruption of serv�ce. The Contractor, in s�ch evez�ts, shall cooperate with the �tility service or facility owner amd� the Engineer continuous�y until ' such damag� has been repaired and service restored to the satisfaction of the utility or facility owner. The Contractor �hall beaz all costs of darnage and restoration af service to azFy utiIity service or facilify due to hislher operations whether or not due to negIigence or accident. The contract owner reserves the right to deduct 5i1Ch COSLS frorn any monies due or which may� become due the Contractor, or �islher surety. i0-16 FiTRI�SHING i�GHTS-QFaWAY. The owner wili be respon.sible �or fumzshing all rights-. of-way upon which the work is to be constructed in advance of the Contractor's operations:- 7Q-1i PERSQNAL LIABILITY' OF PUBLIC OFk'ZCTALS. In. carrying out any of the cantract provisions or in exercising any power or authority granted to him by ttus contract, there shall be no Iiability upon the Engineer, his/her. authorized representatives,.or any officials o£the owner either personally or as an of�cial of the-awner: • Zt,is und�rstood�.that iri suCh matters they act.solely as agents and representati�es of the owner. ' �--� 70-1$ N4 WANER OF LEGAL RIGHTS. Upon completion of the wor� the owner will expeditiousiy make final inspectifln and notify the Contractor of final acceptance. Such final acceptance, hovvever, shall na� preclude or es�op the owner from correcting any measurement, estimate, or certificate made before or after completion af the woric, nor sha.�i the owrter be prec�uded or es�opped fiom recovering frorn tlze Contractor or his/her surety, or botli, such overpayment as may be sustained, or by �ail�re on the part of �k�e Contractar to fulfill hislher �obligations under the contract. Awaiver on the part afthe owner o�'an� breach af any gart oithe contract shall not be heid to be a waiver o£ any other or subsequent breach. � The Contractor, withaut prejudice ta the terms of the contract, sha� be liable to the owner for latent defects, fraud, or such gross mistakes as may amaunt to fraud, or as regards the owner's right� under any warranty or guaranty. i0�19 ENVIRaNMENT.AL PRO'I�CTTON. The Contractor silal! comp�y with a�l �'ederai, state, and Iocal laws and reguiatians cantz'alling poliutinn of the environment. He shall take necessary precautions ta grevent pollution of streams, Iakes, ponds, and reservoirs with iuels, oils, bitumens, c�emicats, or other harmfi� materials and to prevent pollution of the atmasphere from partiuiate and �aseous ma�Eter. 5EC 70 - 7 i0-ZU ARCHAEULOGI�AL AN3.7 $ISTURYCAL FINDINGS. Unless otherwise specified in tius subsecti4� �ie Cantractar is advised that the sit� of the work is nat within any praperty, district, or site, and does not contain any building, structure, or object lisfed in, the current National Regzster of His�aric Places pub�ished by� the U'nited States Departmem of lnteriar. Should �he Contractor encaunter, during his/her operations, azay bualding, part of a building, s�tructure, or ob�ect wh.ick� is incongzuous with its surround'zzags, he shall immediately ceas� operations in that location a.nd notify t�-ie En�ineer. The Engineer will immediately investigate ihe Contractor's findizag ._ and will direct the Cantractor to either resume hisl�ier operations or to suspend ogerations as directed. � � Sho�ld the Engineer order 'suspensian of the Contractor's ogeratians in order to protect an archaeological or historica! finding, ar arder the Contractar to perform extra wark, such sha�l be covered by an appropriate contract modification (change order or supplemental agreement) as provid�d in the subsection titied EXTRA W�RK of Seci:ion 40 and the subsection titled FAYMElrIT FOR E�I'R4 WDRK AND �'ORCE ACCdUNT' W�RK of Section 90. If appropnate, the contract modEfication shall include an e�ension of cantract time in accordar�ce with the su�section titled . DETERM,INATION AND E�I'ENSIUN OF CONTRA.CT TIIvIE af Sectian 80. END OF SECTION 70 � SEC 7Q - s SECTION 80 PROSECUTION AND PRQGRESS 80-01 SLTBLETTIl�G OF CD�VT'RAC'�. Th� owner will not recognize a.rzy subcantractar on the w�rk The Cantractflr shail at aIl times when work is in progress be represented either in persan, by a c�uaiified su�erintendent, ar by other designated, qualified representa�ive wha is duly �.uthoriaed ta receive and execute orders af t�ie Engin�er. Should the Coniractor el�ci to assign his/her contract, said assignment s�iall be concurred in by th� s�rety, si�ail be presented for the cansideration and approval of the owner, and shaIl be cansummated only on the writteu approval afthe owner. In case of approval, the Contractar shall file capies of aIl subcontracts with the Engineer. � � 80-Q2 NOTZCE T� PRQCEED. Tkxe natice to proceed shall state the date on which it is expected the Can.tractor will begin the construction and frQin which date contract tirne wiIl be charged. The Contractor shall begin the work to be performed under the contract withi.n 10 da}is of the date set by the Engineer in the written notice to proceed, Lut in any event, the Gontractar shail natify the Engineer at least 24 hours in advance of the time actual construction qperat�ons wilI begin. 80aU3 PROSECU'ITON AND PROGRESS.� iJnless othezwise specified, the Cantractor shall submit hislher progress schedule for the Engineer's approval within I O days after the effective date ofthe notice to proceed. The Contractor's progress schedule, wh�n apgroved by the Engineer, may be used to establish major construction agerations and ta checic an the progress of the wark. The Cantractor shall prav��e sufficient materials, equipment, and labor to g�a.rarnee the completion of the project in accordance wiih the plans and specificatians vv�thin the �.ime set farih in the propos�I. If ti�e Cantractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineets request, subrnit a revised schedule for campletion of the work within the r,ontract time and modify hisfher aperations to provide sucb additional materials, equipment, and labQr necessary to meet the revised schedule. Should Lhe grosecution of the work be �discontirtued for ar�y reason, the Contractar shail notify the Engzneer at �east 24 hours in ati�ance of resuming operations. Far AIP contracts, ti�e Contractor shall not cammence any actuat constructian prior to the date on which the notice to proce�d is issued by the owner. 80�44 L�IlVIITATZ�N OF C)�'EI�ATI4NS. Tiie Contractar shal! control hislher operations and the operatians af his/her subcontractars and all su��Iiers so as to pravide far the free and unobstructed movement of �ircraft in the AIEL OPERATIONS AREAS of the airpart. , � Whezz the work requites the Contractor to conduct hislher operations within an AIR 4PERATIONS ; AREA af the airpart, the worlc shall be coardinated with airport management (tl�r.ough the Engineer} at Ieast 48 haurs griar to cammencement Q� such work. The �Contractor- shaIi not clase an AII� QPERATIQNS AREA until so authorized by the Engineer and until the necessary temporary markin� 5EC 80 - t and associated Iighting is in p�aca a� provid.ed in #.�e subsect�on titled BAR�trCADES, WARI�NG SIGNS, AND HAZARD MAItKINC'sS of Sectio.n 70. When the contract work requires the Contractor to work within an AIl� OPEKA.TIONS AREA af the airport an an intermittent basis (intermittent operiing and closing oi the AIlt OPERA�T�ONS AREA}, the Contractor shall maintain constant communi�ations as hereinaft�r speczfied; irnmediately obey all insxructians t� vacate the A�R OPERATIONS AREA; irnmediat�Iy obey all instructions to res�me work in such AIlZ. 4PERATIQNS AREA_ Failure to mainiain the specified .communications or to obey instructior�s shall be cause for suspension af the Contractor's operations in the AIR DPERATIDNS AREA until the satisfactory� conditions are prnvided. The fallvwing AIIt OPERATIOIw1S AREA (AOA) c,�nnot be closed ta operating aircraft to pernut the Contractor's operatians on a continuaus basis ar3d will #herefore be closed to aircraft operatiQns intemuttently as fol]ows: AOA TIlvIE PERIODS AOA CAN BE CLC?SED TYPE OF COMMiINlCATIQI�IS REQL7]RED WHEN WORKiNG IN AN AOA CONTRflL AUTHORITY 84-OS CHARACTER QF WORKERS, M�TH�DS, �,ND �QCT�N�ENT. The Contractor shaZl, at al.l times, emplo}� sufficierzt labor and equipment for prosecuting tf�e work to full completian in the manzier and time required by the contract, plans, and specifications. A41 workers si�alI have sufficient skill and experience to gerform properly t�ae work assigned to them. Workers engaged in special waric or skiIled work shall have sufficient experience in such work and in the op�ration af the equi�ment required to perForm the work satisfactorily. ' All equipment wh.ich is proposed to be used on the worl� shall be of suffacient size and in. such mechanical conditian as to rzxet requirements of the.work and to produce a satisfactory quality of work. Equipment used an any portion of the work shall be such that no injury ta previously completed worl� adjacent property, or existing airport faci�ities will result from zts use. When the methods and eq�ipment to be used by the Contractor in accampi�shing the workare not prescribed in the cantract, the Cantractor is free to use any methads or eq�ipment that will accomplish the wark in conformity with t�e requirements of the con,tract, plans, and specifications. Wkaen the contcact speci�es the use.of certain methods and equipment, such metl�ods and eguip�nent shall be used uzziess others are autharized bythe Engineer. �f'�-ie Cozatractat-desires to use a method or type of equipment other than specified in the contract, he may z'equest a�thor�ty frozzi the Engineer ta da so_ The request shall be in wri#ing and shall incIude a fi.ill descrigtian of the methods and equiprr�ent proposed and afthe reasons for �esiring ta make the change. If apgrnval is given, it will be an the condition that. the Contractor will b� fully responsible for producing woric in conformity with cAntract requirements. I� after trial use af the s�bstituted methods or equipment, the Engineer SEC 80 - 2 determines that the work produced does not meet contract requirements, the Contractar shall discontinue the use of the suk�stitute method or eq�ipment and shall coinplete the rema�ning work with the specified methods and eqe�ipment. The Contractor shall remove any deficient work and replace it with wark of specified quality, ar take such otlner corrective action as the Engineer may direct. No change wiIl be made in basis of payment for the contract items invo�ved nor in cnntract tim� as a result of authorixing a c�iange'ir� methods or equiprr�ent.t�nc�er this subse�tion; - � .. SO�U6 TEMP4RARY SUSPENSION OF THE WQRK.� The Engineer shall have the autharity to susgend the work wk�olly, or in part, for such period or periods as he may deem necessary, due to unsuitable weather, or such other conditions as are cansidered unt'avarable far the prosecutian of the war� or for such time as is necessary due to the failure an the part af the Contractor to eazry nut orders given or perform any or all prc�visions a�the contract. " In the event that the Contractvr is ordered by #he Engineer, in, writing, ta suspend work for some unforeseen cause not othenvise provided for in the contract and over w�ich thE Contractor has na cantrol, the Contractor may be reimbursed for actual money experided an the worl� during t�ie periQd of shutdown. No allowance wiII be made fc�r anticipated profits. The perxod of shutdown shalI be camputed from the effective date of the En,�ineer's order to suspend wvrk to the effective date � of the Enginee�s order to resume the work. CIaims for such com�ensation shall be f led with the Engineer witk�an the time period stated in the En�eer's order to resume work. �he Contractor shall submit with his/t�er clai,m infoz�nation substantiating t�e amount shawn on the claim. The Engineer witi forward the Contractor's claim to the owner far consideration in accordance with jacal laws or ordinan,ces, No pravision of thi� article shall be constived as entitling the Contractor to cornpensation for delays due to incl�ment weafher, for suspensions rnade at the request afthe Contractor, Qr for any other delay provided for in the contract, plans, or specifications. ' Tfit shou�d become necessary to suspend work for an indefinite perio�, the Contractor shall store aIl materials in such manner that they will noi become an obstruction�nor become damaged in any way. � He shall take every precaution to prevent d�m�;e or d�terioratian of the work performed and provide ; � for nom�al drainage of the work. The Contractor shalI erect �ernporary structures where n�cessary -! tc� provide for traffic on, to, or from the aiiport. � .. . SD�Oi D�TER�1'�IlVATION AND EXTENSZON �F C4NTRACT T]�E. The n�mber of . ca.lendar or workin� days allowed for completion af the work shaII be stated in the proposal and contract and shall be known as the CONTR.AC�' TllV�. . Should the contract time require extension for reasons beyond the Contractor's contral, it sh�ll be adjusteri as fallows: � . Ct'3NTRACT TIlVIE based on WORKIlVG DAYS sha�l be calcuiated weskly by the Engineei. 3'he Engineer wilI furnish the Contractor a copy of his/lier weekly statement of the number of working days charged against the cantract time cfuring the weeic and the number of working days currently specified for completian o�'the contract (the original cantract time plus ti�e number of working days, SEC SO - 3 �! if azay, that ha�e been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). The Engineer shall base hislher weekly statement of contract time charged on the fo�lowing considerations: - � � � � (1) No time shall be cha.rged �or days on which tf�e Contractor is unable to p�oceed with t�ae principal item of work under constructian at tf�e time for at least,b hours with the normal work force emplayed on such priz�cipal item. Should the normal work force be an a double-shift, 12 hours shall be used. Shouid ihe normal wark force be on a triple-shift, 18 haurs shadI apply. Conditi�ns b.eyond the Contracto�'s cantrol such as stnkes, IOCIC�LItS, UIIUSU� d�13}'S II1 t�aiiSpOrt3ti0i1, temporary suspension of ihe princtpal� itezzi of work under c�nstructiori or�tem,porary suspension �f ��. �- the en�e work which have been ordere�d by the Engineer for reasons nat the fault� of the Contractar, shaIl nat be charged ag2�inst the contract time. � (�) The Engineer wiIl not make charges against the contract time prior to the effectiwe date of fhe no�ice to proceed. {3) Tile En�ineer will begin c�ar'ges against the contract tune fln the first worlcing day after the effective d�,te flf the notice to groceed. (4) The Engineer will not zzxake charges against the contract time after the.date of final accegtance as defined in the subsection titjed FINAL ACCEPTANCE of Section 50. (�) The Contractor wilI be allowed 1 week in wh�ich to file a written protest setting forth hislher vbjections to the Engineer's weelt�y statement. Zf no objection is filed within such specified tirne, the weekIy statement shall be considered as acceptable to the Contractor. The contract time (sta.ted in the proposal) is based on the originaily estimated quantities as described in the subsection titled INTERFRETATTQN O� ESTIMATED PROPOSAL QUANTIT�ES of 5ection 20. Should the satisfactory campletian af the con.tz-act require perFormance of work in greater quanti�ies than those estimated in the proposal, the contract tame shall be increased in the sa�e propoi-tion as the cost af the actually cornpl�t�d quantities_bears to the cast af the origznally estimated quantities in the proposal. Such increas� in contract time sha.I1 nat consider either the cost of work or the extensian of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. � � � b. CONTRACT T]ME based an CALENDAR DAYS shall consist of the number of calendar days stated in the contract c,aunting from the effecti�ve date of the notice to proceed and including all � Saturdays, Sundays, holidays, and nonwork days. All caiendar cfays eiapsing between the effecti�e dat�s of th� Engineer's orders to suspend ant� resume all wor�, due �o causes not the fault of th� C�ntractor, si�all be excluded. � s�c so - a At the time of finai payment, the can�ract time shall be increased in the same proportion as the cost Qf the actually comp�eted quantities bears to the cost of'the ariginally estimated quantities in the propasal. Suc}a increase in the contract time shall not consider either cost of work flr the extension of contract time that has been covered by a change arder or supplemental a�eement. Charges aga.inst the contract tune will c�ase as of the date of final acceptance. . . c, When the contract time is a specified complet�on date, it shall be the date an which all contra�t work shalI be sut�stantially completed. � . If the Cantractor finds it impossible for reasons beyond hisllier contral to complste the wark within the contract time as specified, or as extended in accorc�ance with the provisions of �this subsection, he ma.y, at any time prior to the expiration of the contraci time as extended, make a wsztten request to. ti�e Engineer for an extension o� time setting farth th� reasans which fi.e believas will jusfify the granting af ius/her request. The Contractor's plea that insufficient time was speeified is not a valid reason fos extension of time. If the Engin�er finds that the wark was delayed because of canditians beyond the controI and without the fault afthe Contractar, he may e�ctend the time for cornpletion in suci� amau�t as the conditians justify.. The �xtend�d �zme for.completion.shall thenbe in full force and eff'ect, the same as though it �w�re the original ti�ne far• cornpjetion. �:- � �. � SO-08 FAII,URE T4 COMPLETE ON TIME. For each calendar day or working day, as specified in the contract, that any wor�r remains uncampleted after the cantract time (includin� aIl extensions and adjustments as provided in the subsection titled DETER�IINATION AND EXTENSIQN QF C�NTRACT TIlViE of this Section) the sum s�ecified in t�ie contract and proposal as liquidated damages will be deducted from any money due vr t� become due the Contractor. or hislher surety. 5uch deducted sums shall nat be deducted as a penalty but shall be considered as Iiquidation of a reasonable portion of damages that will be. inc�rred by the owner should the Contrac�or faiI ta compl�te the wark in the time prflvided in his�er cantract, - Permitking the Contractor to cantinue and finish the wor�C or any part of it after the time fixed for its completion, ar a.fter the date tc� whici� the time for completian may have been extended, will in na way operate as a wavier an the part of the awner af any �f its nghts under the contract. SO-�9 DE�AULT AND 'T�RMINAIZON OF CUNTRACT. The Contractar shall be considered in d�fault of his/her contract and such defa�lt will be considered as cause for the awner to terminat� the contract for any of the following reasons if the Cantractor: a. Fails to begin the wark under the cantract within the time specif ed in the "Notice to Proceed", or � b. Fails to perform t�ie work or Fails to provide sufFicient warkers, equipment ar materials to assure cornpletion of w4ric in accordance wit�i the terms of the contract, or SEC 8� - 5 c. Performs the wor� unsczitably or neglects or refuses to remove materials or to perform ane�va suc� wark as may be rejected as unacceptable and unsuiiable, ar d. Discantinues the prosecution of the work, or e. Fai1s to resume work which has been discontinued wittun a reasanab�e time after notice ta do so, or � f. Becames insalvent or is declarec� bankrupt, or cornmits any 'act of bankruptcy or � insoivency�, or � � " g. Allaws any final judgment to stand against him unsatisfied far a periQd of 10 days, or h. 1V�akes an assignment for the benefit of creditors, or i. For any other cause�wi�atsoe�er, fails tt� carry an the work in azi acceptab[e manner, Shauid the Engineer cansider the Cantractor in default of the contract for any r�ason hereinbefore, he shali imrrAediately give written notice to the Contractor and tf�e Contractar's surety as to the reasons for considering the Contractor in default and the owner's intention.s to terznina.te the contract. If the Cantractor ar surety, wit�in a period af 10 days af�er sucfi notice, . does not proceed in accardance therewith,, then the owri�r•wi�t; upon wri�ten nati�cation-from�t�fi�Engin�er oft�ie�facts �., .. af such�delay, neglect, or-default and�the Confractor's failure to comply with such notice, ha�e full pnwer and autharity without violating the contraci, to take t�ie prosecution ofthe work ot�t ofthe hands nf the Contractor. The owner may apprapriate or use any ar all m�terials and equigment that tsave bee� mobilized for use in the woric and are acceptable and may enter into an agreemerit far the corz�pietion of said contract accorc3uFg ta the terms and provisions thereo�, or use such other methods as in the opix�ian af the Engineer will be r�quired for the completion of said cantract in an acceptabie ma.nner. All casts and charges incurred by the awner, to$ether with the cost of comgl�ting the work under contract, wi�l� be deducted �rom any monies d�e ar which may become due the Cnntractor_ If such expense exceeds ihe sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the owner the amount of such excess. 84n10 TERM]NATION FOR NATI�NAL EME�GENCIES. The owner shall terminate the contract or portion thereofby written notice when the Cantractor is prevented fxom proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the prosecutian af war ar in the interest af national defense. VVhen the contract, or any portion thereo� is terminated b�fare completion of all iterns of work in the contract, paym�nt will be amade for the actual number pf units or items af wark com�ieted at the SEC 80 - 6 �; cantract price or as mutuaIly agreed for items af work partially comple�ed or not started. No claims or loss of anticipated prafits shall �e considered. Reimbursement for organizatian c�f the work, and other overhead expenses, (whe,� n�t Qt�ienvise inc�uded in �ie cantract) and moving equ'rpment and materials to and from the }ob will be considered, the intent being that an equitable settlement will be made with t�e Contractor. Acceptable materials, a�tained or ardered by the Contractor for the .v�rork and �hat are nat incarporated in the work shall, at the aption of the Contra�tor, be purchased from the Cantractor at actuai cost as shawn by receipted bills arnd actuat cost recards at such points of delivery as may be designaf ed by the Engin�esr. Termination of the contract or a portion ti�ereaf shatl neither relieve th.e Contractor of hislher responsibilities for the completed work nor shall it relieve fuslher surety of its o�ligatian for and concerning any just claim arising out of the work perfomned. �� _ �� � END OF SECTION 80 0 SEC 80 - 7 SEC�flN 9U MEA�UREMENT AND PAYME�IT 90�01 MEASiTREME1�iT OF QUANT'�TIES. A11 wosk completed under the cantract wiIl be rneasured by the Engineer, or hrslher au�horized representatives, using United States Customary Units of Measurement or the International System c�f Linits. - The method of ineasurement and computations to be used in determir�,atian of quan�ties af material furnished and a#'worlc perf'ormed undsr the cantract will �e those methods generally recognized as ca�£orming to good engineering practice. Unless otherwise specifiEd, langitudina! mEasurements for area eaanputations will be made hor�antally, and no deductians wiIi be made for individ�al f�ures (or leave-outs} having an area of g square feet (a.8 square meter) or less. UnIess otherwise specified, transverse measurements for area computations wii.f be the neat dimensipns shawn on �fie plans or ordered in vwriting by the Engineer. - � � Structures will be measured according to neat lines shown on the plans or as altered ta fit field conditians. • Unless ot�erwise specified, all co�tract items which are measured by the �Znear foot such as e�e�trical ducts, GOI1t�UltS, gipe culverts; underdrains, and simitar items shalI be measured parallel to the base or foundation upon whicb such items are placed. ' Tr� computing vo�r�mes of exca�ratinn the a�erage end area method or other acceptable methods will be used. - - The thickness t�f plates and galvanized sheet �ed in ti�e ma.nufacture �f corrugated metaJ, pipe; metal p�ate pipe cudverts and arches, a.nd metal r.rjbbing wilS be specified and measured in decimal fraction of incl�es_ The term "tari" will rnean the short ton consisting of.2:,00� p9unds (907 kilograms) avairdupois. A.I] materials which are measured ar proportianed �y weights �s�iall be weighed on accurate, appraved scales by campetent, quali.fie�ti personnel at locations designed by the Engineer. If inaterial is shigped by raiI, the car weight may be accept�d pr�vided that ariiy the actual weight of mater�al be paid for. Hawever, car weights will na� be accepta�le far materi�I ta be passed through miacing glants. Trucks used to haul materiai being pa�d for by �veight shalt ba weighed empty daiiy at such times as the Engirieer dire�ts, arid each trucic snaIl bear a plai,nly legible identifcatian mark. Materia�s �o be measured by volume in the hauiing vehicle shall be ha�led in approved vehicles and measured therein at the paint of delivery. Ve�iicles for this purpose may be of any si,ze ar type acceptable to the Engineer, provided that the body is af such shape tliat th� actual contents inay be SEC 9Q - I readily and accurately determined: �Al1�velxicl�es�shall be�loaded to �at least tlieir water level capacity, and all loads shall�be leveled when the vehicles arxive at the paint afdelivery. ��� When requested by the Cantractar and approved by the Engineer in writing, rriaterial specified to be measured by the cubic yard (c�bic rnet�r) may be weigk�.ed, and such weights wi31 be con.verted to cubic yards (cubic me�ers} for payment purpases. Factors for conversian from weight measuremez�t to volume measurement wili be determined by the Engineer and si�alI be agreed ta by the Contractar befare such method of ineasurement of pay quantities is used. Bituminous rnaterials will be measured by the gallon (liter) or ton (k�logram). . i7ahen measured by volume, such volumes wzl[ be measured at 60 F(1 S C} Qr wiil be carrected ta the volume at 60 F(1 � C) using AS'�'M D 1250 far aspha�ts or ASTM D 633 for ta.rs. Net certified scale weigi�ts or weights based on certified vol�mes in the case of rail shipments will be used as a baszs af ineasurement, subject to correction wl�en bituminous material has been los� from the car or the distributor, wasted, 4r otherwise not incorp�rated in the work. When bitumi.nous m�aterials are shipped by t�vck or transport, nei certified weights by volume, subject to correction for loss ar foaming, may be used %r computing quantities. Cement will be measured by th�e ton {kilograzn} or hundredvveight {ki.togram). Timber will be measured by the thousand f�et board measuse�{M.F.B.M.} actual�y incozporated in the str�cture. Ivleaszzrement will be based on noaninal widths and thicknesses and the extreme length of each piece. � ,. - The term "lump sum" when usad as an item of payment will mean complete payment foz the work described in the contract. When a camplete structure or structural unit (in effect, "lump sum" work} is specified as the uni� of measurement, the unzt will be construed to include all necessary fittings and accessories. Rental ofequipment wiJl he measured by time zn hours afactua� warking tiane and necessary traveling time af the equipment withzn the limits of the work. Special equapment ordered by the Engineer in connection wi� forc� account work will be Fneasured as agreed in the change �arder or supplementa! ag�eemant authorizing such force acr.ount wark as provzded in the subsection titled PAYMENT FOR EXTRA AND FQRCE ACCOUNT W�RK af this secti�n. VVhen standard ananufactured items. aze .specified �such as �fenceT Evire, . plates, ro�le� shapes, pipe . conduit, etc., and these items are idenfiified by gage, unit weigi�t, section dimensions, etc., such identificatian will be considered to be nominai weights or dimensions. Unless more sfringently controlled by tolerances in cited specificatians, manufacturing tolerances established by t�he industries involved wiIl be ac�epted. . SEC 90 - 2 SC3�C5 ��i" W�i��'llIi� materia�s which are required to be proportianed or rneasured and paid for by weig�it sha.11 be furnished, erected, and maintain�d by tkle Contractar, or �e cez�tified perxnanently installed commercial scales. Scales shall be accurate wi.thin one-haI#' percent of t�e correct weight tliroughout the range o�use. The Cani�actor s�hall ha,v� the�scales checked under the obseryatian of t%e inspector before_�eginning wark and at such oth�r times as requ�sted: �The uitervais sfia1� be uni.fQrui ii�� spacing throughout the - graduated ar marked length of the beam or dzal and shaIl not exceed one-tenth"c�f 1 percen� af the nominal rated ca�acity af the scale, bur not Iess than 1 pound' (454 grarns}. 'T�ie use a� spring ba.tances will nat be per�rui#ed. Beams, dia�s, pfatfonns, and other scale equipment sha11 be sa arranged that the operator and the inspector can sa:,Fefy and canveniently view them. . Scale i�stauations shall have available ten standazd 50-pound {2.3 kilagram) weights for testing the weighing equ.ipment or suitable weights and devicas iar other apprQved equipment. Scales must be tested for accuracy and servic�d before use at a new site. Platform scales shall be znstalled and maintaineti with the platform level and rigid bulkheads at each end, Sca�es "averweighing" (indicating more than correct we��ht) will not be permitted to operate, and al.l ma.terials received subsequent ta the Sast �revious car�-ect weighting-accuracy test will be reduced by the gereentage of error in excess of one-half of 1 percent. � � In the event i�pection reveals the scales have besn "underweighing" (indicating Iess than correct weight); t�,ey shall be adjusted, and no additianaI payment ta the Contractor will be allowed for materials previously weighed and recorded. All C05t5 m connection witl� furnzsiiin�, installing, certifying, testing, and maintaining scales; for furnishing check vveights and scale house; and for all other items specified in this subsection, for the w�ighing of materials foz' proportioning or payment, sha.Ii be included in the unit contract prices for the variaus items of the project. ' � When the estimated quantities for a spscific partian of the wQrk are designated as �he pay quantities in the eontract, they shall be the final quantiiies for which paymen# for svch specific partian of the work wiIl be ma.de, unless the dimensions af said portions of the work shown on the plans are revised by th� Engine�er, If revised dimensions result in an increase or decrease in the quanfit�es of such work, the finaf quantities for payinent wil! be revised in the amount represented by the authorized changes in the cii.mensions. 9(kU� SCOPE QF FAYMENT. The Contractar shail receive and accept compensation provided far in the contract as full payment fr�r #'urnishing at� matenals, fnr perfamung ail work under the contract in a compiete and accepta�Ie manner, and for all ris� loss, damage, ar expense of whatever � SEC 90 - 3 ' ' character ar�sing out ofthe nature aithe work ar the prasecution thereo� subject to the provisions � af the subsectinn titled N4 WAIVER OF LEGAL R�GHTS af Section 70. When the "basis of payment" subsectioza of a technical specification requires t�at the contract price (price bid) include compensatzon %r certain woric or material essentsal .to the item, this same work or material will z�ot alsa be measured for payment under any otfier contract item which may. appear else�vhere in the contract, plans, or specifications. 90-03 COMPENSATION FOR AL"I`ER�D QUANT�T�ES. When the accepted q�amities of work vary from the quantities in the proposal, the Contractor shall accept as payrz�ent in fuil, so far as contract iterrrs are conceri�ed, payment at tbe ariginal cc�ntract price for the accepted quantities of work actual�y campieted�and acce�t�d.-.�Taallowance, except.as provided for in ti�e-subsection titled .._ ALTERATIOT+� OF W�RK AND -Q¢U�I�TTITIES of Section 40 will be�'inade for any increased expense, loss of expected reimbursement, or Ioss of anticipated prafits suffered or ciaimed by the Contractor which resu�ts directly from �uch alterations or iniiiiect�y from hismer unbalanced allocatian af overhead and prafit among th� cantract items, ar from any ather cause. 90-04 PAYMENT �'OR ONIITTED TTEMS. A.s specified in the subsection titled OMITTED ITEMS of Section 40, th� Eng�neer shall have the rigi�t to omit from the work (order nonperformance} any contract item, except majar contr�ct iterns, in the best interest ofthe awner. Should the Engineer omit or order nonperformanca of a contract item or partion af such item from the work, the Contractar shal� accept payment in full at the contract prices �'or any work actually campleied and acceptable p�ior to the En,gineer's order to amit or nonperfarm such contract item. Acceptable materials ordered by �he Contractor or delivered on the work prior to the date of the Eng'rneer's order will be paid for at the actua� cast to the Contractar and shall thereupon taecorrie the property of the owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for a�1 actuaF costs incutred for the purpose of performing the omitted contract ztem priar to the date of ti�e Engineer's arder, Such additiona] costs incurred by the Contractor must be directly related to the deleted contract item and shal� be suppa�ted by certified statements by the Cantractor as to the nature the amount of such costs. � • � 9D�05 PAYM�NT FQR �XTRA AND FORCE ACCOUNT WORK. Exfixa work, pe�formed, in accordance with the subsection titled EXTRA_ W�RK af Section 40, wiIl be paid for at the cantract prices ur agreed prices specified in the change arder or supp�Emen�al agreement �utharizing the extra work. When the change ordex Qr supplemental agreement authori�ing, the extra work . requires that it be done by force account, such force acco�n� shall be measured and paid for based on expended labor, equiprnent, and materia�s plus a negotiated and agreed upan aIlowance tor averhead and prafit. �• 5EC 90 - 4 a. Miscelianeaus. No add.itional �.Iowance wi�l be made far general-superintendence, the use af small tool5, or other costs for which no specific allowance is herein provided. b. Comparison af Record. The Contract�r and the Engirieer sha11 comgare records af the cost of force account work at the end of each day. Agreement sha115e indicated by signature of the Contractor and the Engin�er or their duly autharized r�presentatives. c. 5tatement. No payment will be made for work pe�farmed on a force accaunt basis until the Contractor has fumished the Engineer with dupficate itemized statements of the cast of such force account work detailed as follovvs: (1) Nazne, classif�catian, date, daily hours, total hours, rate and extension �ar each laborer and foreman. �- (�) Designatior� dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. (3) �Quantities of materials; pr.ices, aand �extensions. � � � • • _ � � (4) Transportation oi materials. (5) Cost of property damage, liability and warkman's compensation insurance premiums, ur�emgioy3ment insurance contributions, and sociai security tax, Staterr�ents shafl be accompanied and supported by a receipted invoice for all materials used and transportation charges. However, if rna�erials used on the force account wark are not specificalIy purchased for such work but are taken from the Carnractor's st�ck; then in lieu of the invo�ces th� Cantraetor shall furnish an affidavit certifying that such materials were taken from his/�er stock, tlzat the q�antity claimed was acfually used, and that �he price and transportatifln claimed represent the actual cost to the Contractor. . 90-OG PARTIAL PAYMENTS. Partia� payments wi11 be made at least once each month as t�ie �vork progresses. Said payments wi�l. be based upon estimates prepazed by the Engineer oithe value ofthe work perFormed and materials complete in place in accordance with the contract, pians, and specificatians. Such partial payments may alsa �incl�de the delivered actual cost of �hose ma�erials �tockpiled and stored in accordance with #he s�bsectian titled PAYMENT FDR MATERIALS ON HAND of this section, Na partial payment will be made wi�en the amount du� the Contractor since �h.e last estimate amounts to less than five hundred dollars. Fram the tota� of the amount deternuned ta be payable an a partzal payment, 1 � percent af such tata.� aznount will be deducte�cl as�d retained by the owner until the final paymeni is made, except as.may be SEC 90 - 5 grovided {at the Cantractor's option) in the subsection titled PAYiV�NT OF WIT��EELD FUNDS ofthis section. The 'balance (90 percent} af the amount payable, less all previaus payments, sha11 be certi�ed far payment. 5hould the Cantractor exerczse his/�ier optio� as provided in the subsection titled PAYMENT. OF VV�THI-iELD FUNI7S of this secti�ri, no such 10 percent ret�inage sha�I be deducted. V4'�aen not less thazi 95 gercerat af the �ork has been compl�ted the Engine�er may, at hislher discretion and with the cansent of the surety, prepare an estimate from which will be retained an amount not less tt� twice the contract value or estirnated cost, w�icheuer is greater, of.the work remaining to be done. The remainder, less all previous paymen#s and deductions, wi11 then be certified for payment Lo the Cantractor. . It is understoad and agreed that the Cantractar shali nvt be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the progosal or cav�red by approved change arders or suppiemen#al agreements, except when such excess quantities have been determined by the Engineer to. be a part of the fina! quantity for the z�ern ofwork in questian. No partial payment shall bind the owner ta the acceptar�ce af any materi�ls or work in place as to quality or quantiiy. All partiai payrnents are subject to correction at the time of final payinent as provided in th.e subsection titled ACCEPTANCE AND FINAL PAYiv�NT ofthis sectian. 90-Oi PAYMENT FOR MATERTALS ON HAND, Partial payments may be made to the esctent of ihe de�ivered cost of matenais to_�be incorporated in the wori�, provided that suchm�terials meet the requirements of the cantract, ptans, and specifications and �are delivered #:o acceptable sites on the �'-�� air•port property or at other sites in the vicinity that are acceptable to the owner. 5�uch delivered casts of stored or stockpiled material� may be included in the next partial payment after the follawi,ng conda#ions ar� met: a. Tbe material has been stared or stockpiled in� a manner acceptable to the Engineer at or on an approved site. b. The Contrac�or has furnished ti�e Engzneer with acceptable.evidence af i�ae qusntity and qualzty o� such stared or stockpiled matenals.' • ' ' • c. �7'Y�e Contractar has #'urnished the Engin�e�r with satisfactory evidence that the material and transportatian costs have been pa.id. . d. The Contracfor has furnished tfie awner legal title (free of liens or encumbrances af any kind} to the material so stored or stockpiied. e. The Contractar has fiirnished the awner evid'ence that the material so stored or stockpiied is insured agair�st loss by darnage to or disappearance oi such materials at anytime prior ta use in th,e work. � � S�C 4Q - 6 Zt is understaod and agreed that the transfer af title and t�e awner's payment far such stared or stackpiled materials sha�l in no way relieve the Contractor af hislher res�flnsibility fbr fumishing and placing suc� rnaterials in accordance with tl�e requirements af t�e carnract, �plans, and �pecifications. In no case will the amaunt of partzal payments for materials on hand exceed ths cantract price for such matErials or the contract price far �e cantract item in which the material is intended to be used. I'do partial payment w�ill be made for stared ar stockpiled living ar perishable plant mat�rials. The Cantractor shall bear alI casts assQciated with the partial payment of stored ar s#ockpiled materials in accordauce with the provisians of t1�is subsection. 90-OS PAYMENT �F W�trix��LD FUNDS, At the Contractots option, he/she inay requ�st that the owner accept ('in lieu o�the 10 percent retainage on partial payments descnbed in the subsection titled PARTIAL PAYMENTS of this sectian) the Contractor's depasits in escrow under the foilowing � conditions. ' - �� a The Contractor skzall bear all ex�en�es of establishing and maintaining an escrow accourn ' and escrow agreement acceptable ta the awner. b. The Contractor shall deposit �o and ma'rntain in such escrow a�nly �hose securities or bank certificates of deposit as are acceptable to the cawner and having a value no� less than the I4 gercent retainage th.at would otherwise be withheld irom partial payment. c. The Contractor shali enter ir�to an escrow agreement satisfactory ta the awner. d. The Contractor shall obtain the written consent of the surety to such agreement. 94-04 ACCEPTANC:� A;IVI) FIl�AT� PA.�IV�NT. - Wheri.the coritract�vsiork has been ace��ted in.'-. �. - accordance ru�th the requir�ments afthe subsection titled FINAL ACCEPTANCE of Section 50, the Engineer will grepare the �nal estimate afthe items of wark actualiy parfvrmed. The Contractar shall approve the Engianee�'s fi�al esti�mate or ad�vise the Engine�r of hislt�er objections ta the final estimate which are based on disputes in measurements or computations of the final quantities ta be paid under the cantract as amsnded by change order ar supplemental agreement. The Contractar and the Engineer shall resolve all disputes (if any) in the measurement and computatian af final quantities ta be paid wiChin 30 calendar days of the Cantracto�'s receipt of fhe Engineer's final estimate. If, after such 3ti-day p�riod, a dispute sti�l e�c�ists, the Contrac�or may approve the Engineer's estimate under protest of the quantities in dispute, and such dis�uted quantities �hall be considered by tha awner as a claim in accordance with the subse�tion titled CLAxMS FOR ADNSTMENT AND .DISPUTES �f Sectiarn 54. After �he Contractor has approved, or appr�ved under protest, the Engineer's final estimate, final paymeni wi31 be pracessed ba5ed on the entire sutr� or the undisputed sum in ca�e of approval under SEC 94 - 7 prot�st, detezmined to be due the Contractor Iess all pre�ious payments.and all amounts to be deducted under the pravisions of the contract. Al� prior partia� estimates and payments sha.11 be subject to correctian in the final es�imate and payment. Jf the Cantractgr has filed a claim for additional compensation under the provisions of the.subsection titled CLAIlvI� FOR �DNSTMENTS AND DZSpUTES �o� Section 50 or unc�er the provisions of this subse�tion, such cla.iins will be considered by the owner in accordance with local Iaws or ordi�ances. Upon final adjudication of such ciaims, any additional payment determined to be due the Contractor will be paid pursuant tQ a supplerziental final estimate, END O�' SEC'ITO�T 9D SEc9o-8 5/2fl/94 S��TI�N � Oa AC 15015370-10A CHG 7 CC}NTi�ACTOR QUALI7Y C�NTR4L PROGRAM 104-UI GENEAAL. When the speci�ications require a Cantractor Qualiry Con�ral Program, r,he Contractor shall * estab�ish, pro�ide, and maintain an effec[�ve Quality Control P:ogram [hat details die methods and procedures [ha[ witi be talcen w assure that all ma[erials and comp�etexi cons�ruction conforin to contract plans, technical speci�ca- tions and other requirements, whecher manufacLured by [hc Contractor, or pracured Erom subcnntractors or vendors. Altiiough guidelines are establi5hed and certain minimum requirements a,fe spccified herein and eisewhere in the canrsact tec�nical speci�eations, the Conrractor shall assume full respons�bijity far aceomplishing the stated purpose. The inteni of ihis se��ipn is to enable the ConQactor to estabEi�h�a neceSsary� ievel of con�rol that wiil: a. Adequa[ety provide For the production of acceptable qua[ity materials. h. P�rovide suf�cient inf�rmation to ass�re bo[h the Con[ta�tor and the Engineer [hat the specification require- menrs cart be me� c. Allow �he Contractor as inuch latitude as possible to develop his vr her awn star�dard of con[rol. The Contractor shall t�e prepar�d to discuss and present, at �e pretans�euction ca��erence, hislt�cr unders[ar�ding af the �uality contrvl requirement�. The Contractor sh�li not begin any cnnsrruction or production af maieriais to be incorporated in�o lhe eomple�ed work until the Quaiity Con�rol Program has been reviewed hy the Engineer. No partial payment wi[R.be made for ma�erials subjee[ to ,pcci�c quaii[y control requirements untl [he Qualicy Contrpl Program has becn rcviewcd. The qaality con�oi requiremen�s contained ir� this section and eisewhere in the tonirac[ teci�nical spe.r:ifieauons are in addition to and separate from the acceptance tcsting rcquircments, Aecepu2nce Eesting rcquiremen� are the respaasibi�ity of,�he Engineer. 100-0? DESCRIPTrOI� OF PR4GRAM. a. General Description. The Contrac�or shaEl estabkish a Qualiiy Con�rol Pro�am tc� perform inspe��ion artd testing oF alt items of worfc requireei by �he lechnical spec�rcations, including tho5� perfarmed by subcontrac- tors. This Quaiity Control Program sha11 ensurc conformance to applicable speci.f'ica�ioris and plans with res�ect to materials, wcrkmanship, con5tru�tian, finish, �nd functional per�orrnance. Th4 Quality Conaol P�agram 5ha11 be effective for conuoi of al[ �onstruc[ion work perConned under this Contract ar►d shalL speciFicaliy include surveil- lance and te5ts required by Lhe techr�ical specifications, in addition [a olher i�equiremen� of �his sectian anti any other ac[ivities deemed necessary by the Conttacior to establish 3n effoctive le�e! of quaii�y controf. b. QuaE'rty Control Program. T�e Con[ractor shai! deseribe �he Quality CflncrQ[ Program in a wriu.ea docu- rr�ant which sh�ll be rev�ewed by the �Eo�irieer prinr w.the sart of �n�• Qroduc�ion, consrruc[ion, Gr off-sice fabrita- tion. The wriuen Quaii:y Con�roE PrQgram ShalE be submi�ted to it�e �ngincer I'or review at �east [ ] caler�dar days before [he [ ]. � * � * z� � r� a k * r� �a a z� * z� z� �� �a � � �a � * � : � * � z� * * r * « �u a +n � z� � * �+ �, �n o �a s� � . The Engineer should choase an adequate period for revie�v. A minimum of 5 days before the gre�o�:str�:�tion conferGnte or ti�e start of �ti•ork is re4om�nended. Submittal af khe written QuaEity Cantrol Proeram priar fo ti�e precanstruttion conferenee will alfp3v the Engineer to revieti� the cnntents and rnake s�g�estions at the preconstructian meetirsg. 46-1 AC 1501537i7-'i0A CNG 6 .� 12�j94 Submitta! ai the lvritten Quaiity Cantrol Pragrarr prior ta the 5tart of wark wilt a[law for detailed discussion of the requirements at the preco:�struction meetiag. Titis r��iIl give � the Car�tractor a better understanding of the requirements before �eveCoping ti�e QualYty - Control Pro�ram. �a �x � �� * � * * r� * r * r * * * * � * � � �r * * * � � � * � � a a * a �a * * v * * z� �c � r �a � . s The_ Quality COn[cQl PrOsr3rn 5hai1 �e OCg3ni2ed [O 3dd,��SS, as a minimum, the following izems: a. Quality control org�nization; b, Prcaject progress schedule; _ c. S�bmi[tads schedule; d. I�sspection rec�uirements; e. Quality can�c�l iesung plan; f. DoCumentation of qwality can[rol acuvi[ies; and g. Requirements for correc�ve acUon when c�uality conua! and/or acceptance cri[eria are not me[, The Cantractor is encoura�ed to add an.y additional e[ements to �he C�uality Can[r�I Program tiiat heJshe de�ms necessary to adequately control alt produttion andlor eanstruction processes required by �his contrac�. 100--03 QUAT.TTY CONTRQL ORGANIZATION. The Contr�c�or's QuaIiry Contrai Program shail be imple- rrtented by the estabfishmen[ of a sepnra[e quality control arganizacion. rin organizacianal chart shall be develo�d ta show a[( quality contra! personnel and how these �ersannel intcgratc with other management/producuon arid c�n- struction functions arid, p�rsonnel. Tha organizalionai chart shall identiFy all quaiity eor�cral staff by name arid funciian, and shnll indicate the total staFf required [o implement all elements of i.he Qualsty C�nQol �rpgram, inciudirs� inspection 'and ces[ing For each i�em of wprk. If r�ecessary, difFeren[ tethnicians can be� u[ilize� far 5peci�ic inspec[ion and lesting functions for � differesit items of wflrk. [f ast au[5idc or�;uiir.�uon� ar indcpenden� �estin� laborawry is used for imp[em��ntation �y of all or parT of [he Quali�y Can�ol Proaram, �he personnel assigned shal� be subjecc ta the qualificauon require- mwnts of paragraph ]04-03a a�d 10Q-03b. T`he org�rsiza�innal cha:c sha,il indicate whieh personnel are Can�ractar employees and which are provided by an o�tsidc arganization. T'he quality cos�trol organ'saation shall consis� af [he follow�ing minimum pt;rsonnel: a Program Adrninistrator. Th� Program AdminisUa��� shail be a Cull-time employec af ihe Contractor, nr a consultant er��aged ty �h� �on�raEtUr. Ttie Pro�ram Administratar shall have a minimum of 5 years of exp�si- ence in airport and/or highwa� cons�rue�ion and shall have had prior qu�iiry control experie�ce on a projec[ oF comp�rable size and scope,as the Gantract. Additional quaii�cations For the Program Admir.istr.►�or shal! include �i� least 1 af [h� foilowing requisemen[s: (1) Professianal erigineer with 1 year of airport pauing experience acceptable to the Engineer, (?) En�ineer—in—�raining with 3 years oF airpott pa�ing experiencc acceptab6e to thc En�'sneer. (3} An individual with �� years of highway and/or airport pavin� cxperiencc aecegtabke to the Engir.eer, with a Bachelor of 5ciencc Degree in Civil Enginaering, Civil Engi.^.cerin� Technology er Constructior►. '(4) Constnicunn ma�erial5 technician certi�icd at �.eve! fII by tf�e Na�'sonal Institute for Ccrtifccation in En- gir�eesin� Technoingies (NICET). (5} Highway materiafs technicia� eertiiied a[ Leve4 IIi by NTGET. (6) Hig�way constru�ti�n techn�cian ccstilied at Level III by I�ICET. ('�) A I�[iCET certi�ed eng►neer'sng techrsician in Civi! Eng;neer'rng Techno3ogy v�itn 5 yesrs of highway andlor airport paving experience �ccegtable to the �nginccr. The Pro�ram Administrator sha31 have Cu11 authority �ta insu�ute any and aII actions necessary for [he successful implementatien of �e �uality Conuol Program �o cnsure cam�liance wiih t�e cnnuaci plan5 and [echnical spec9- ' fi�atiDns. 'I"he Program Adm,inistra[or shall rept�rt d'srcctly to � respansible officer aF the cnnstrv�tian fsrm, The 46-2 1125/94 _ AG 75pl53�p--ZOA Cf1G 6 Pro�rarn Ad�runisuar.ar rr�y supts�vise rhe Qua.fity Con�o� Program an mar� ti�n ona prvject provided rhaz person can �e az t�e jab sit� �vithin 2 haars aFur berng nocifie,d of a prablem. � r ■ n a a o�� o i a �u n a o� t� � a r� o n a a o n n���� a�i �� a�� �a r� e o o Q v� n■� � If, in t�e opinion ot the 1�ngiBe�g, tbe p�o}et�t u of sut��cieat scvpe and size to warrattt a fuIl time, on�ite Pt ogram Administrator, paragra�� I00�3a shouf,� he �odi�i�d accord- ingiy, n� a Q• a a� o� �o s s� o�r ����� n d s a a• o a� o� n o�� ti a a o� a �r a� a s n■ h- Qualitp Cank�oI Tec�nicians. A su,ffcient number of qualiry conaot technieians r�x�s�y r,� adequat�iy isrtplement [he Qualairy Con�ol Program shall be prpvide�. iiiese pa�cu�el st�Il be �it3ya engineers, engineering ��hniciaiu. or ezperienced craftsman with qualificatians in the approp�z.ate field eqtzivalent to MCEY Le��! II or higher cor�u�ucuon materials t�chnician flr highway cor�suucrion rectuiician a,nd shall have a minimum of 2 ye�,rs of ezperience in their area of expertise. - The quaIjLy cOr1�o1 tecflniCianS 5ha]I Cepd[t direci�y [i] the PrOgrdln Adm�*+;�«+- and shail perfa�n tiye failowing �UIICLions; (I} Ins�Ctign of aIl mat�als. car�.s�ucuon� Plan� and equipm�rst for confarmance to r�e tezhnic�! speei. Fcations, and as reqvired by 5e=rion IG�Q6. (a) Perfcxmance of all qualiry con�a! resrs as requir�d by rhe ceciuvca! s�ecif�or� arxi Sccrion 1D� a�. Cati�cadnn at an cqtuvalen[ Ievef, by a state ar r�a,aoaally re�ogniz�d organizadon �rill be acrrc�abie in' Lieu pf MCET cer�ificadon. � c. 5taiiiag Levefs. The Contractar shal! pmvide s�ffi�ient qualifxed quality control perso�snel ta a�oni�r eacf� wor� ac�viry at a!1 dmcs. Where •mar.eria! is being prods�ced in a plant fcx u�c.cnpo�-�rion �to r}1e work, s�rate pEant and� 6e�d te�hnicians shail be gravidcd az cach plaat and fieSd p�acemen[ locatioa. Thc scheduiing and coardi- nar.i,ng of al! enspection and sesung must macch ti�e rype and pace of worf� a�aviry. The Qv�liry Conrroi Pm�raEn shail state where differen� technici,ar�s will be r�quir�� for di$er�nt work elements. �1 iD4-04 PROJECT PROGRESS SCHEDULE. The Conma�ror s,t�I yu6init a coord.'uiated eansav�uon schc�u{e , for a!1 wor� activicies. T� schEdulc shaJ1 bc prepared � a rserworic dia,gi-dra in Cri�ral Parh Mett�od (CPM7. PERT, �; or other forma� or as cxh�xwi9e specified in the co�n�act. As a minimuzn, it s�al! provide infaz�madon on the se- quence of wark acuvirics, milesrnne d�es, aryd a��viry d�asuon. � Ti1e Cn�saacrnrr shail maintsin tf�e �vark sc�edule arM psvrride � tz�t�e a�d 2m�lyss o€ t� prp�s schedule on a twice monthiy basis, or as o�ise s�ecified in zhc r.,on�� Sub�iss7ian of L�e � sc�edule st�aIl avt rctieve rhe Cona-acwr of avr�a,ll �espans'biiity far schedulir,g. s�ques�ng, and eva�in�ang a11 wrork ta comply .wi�i the requiremeats af the con�t 104-05 SUBMI'Ii°A.i.S SCiiF�iJr.E. ZiSe Contra�aar st�I su6mit a d�etai�d 1is�ing oP all snbmiaa�s (a.g., miz d�si&ru, m�t�,1 c�tia�,$) a�d sJ�a�p draR+istga required by t�e t�an.ica.[ specifica�oas. 'Ihe listing can be dcveI- aped in a.,�..ra,;.,`.� fQaas�t ��I! incIude: s.. 5par� � a�ba� 6. Tttr� (�,;�.a�;�.o; ¢- Dt�ip�c�a af s�zbcaitt�l; d. 5pecificadan paragraph r�quzring su�min� and e. 5che�uIed dazte af su6mittal. 100� INSP�CFI�N R�QUIREM�NTS, Qu�liry conttni uLs{�ction fisneri�ris siiatI be orgar�iz�d to piwide � inspecriac� f�r all definable feaczzr�s of wori� as demiled belaer. A!I �.s s4sall be docvmentcd hy rhe Con- uaeLor as spxifie.d by 5cc�ion iO4--07. Ins�ecuons 5hall be performcd daiiy to erisiue wntinus.ng cacrspiiazi�e wit� ca�tract r�quur.�nents unal compEcrion of [hc pazticular fcat�re of.wpric. Ti��sc siiall include th� %Ilowing minimum requirements: 4+�--� �C � s���370-1 aa Ch�G 6 112��gQ a. During p1an� aperauan fa rrsar�riaE producrion, Quaiiry con�ol r�st resuirs and period.ic ins{�ecuons shall ,--: be urilized t� ens�ze t�e qualiry of aggrega�es and orher mix cnmponen�s, and to ad3vst and con�rol mix proparrion- 4`- ing to mcet the a�gtvved mix design and other requiremenu of t�e. technicai specifications. AlI equipmen[ utiI.izcd in propardo�ing az�d mizing sitall be inspected to erisure iu proper apera[ing r,ondiuosi. The Qua],iry Conct�l PrQ- gr�n �hal1 decail how thcse and other quafiry coatral functior� wili be accomgii,s�ed and udlSzed. b. Dtiuing field aprsatians. qua]iry conn�ol tEst resulL� and periodic usspcctions sh�l be �atilized ta ensvre the quality af aIl macaials and wor�nanship. All equipment u�Iized in placing, finishing, and campacung shall be inspecteri to ensure its praper aperating candition and to ensure 3hat a!i svch operatia�s a� in confcxmance ta the txhnital SpeciEcations and are wirh� the plasi dirncnsionS, Eines, grades, as�d taleranr�s spe.Cified. The Progracn shail document how these and orher q�ali,ty con�rol funetions wiIl be actomplisi►�d and utiiixed. I00--07 QUALITY CDNT$OL TESTING PLAN. As a part oi the overall Qv�fity Cacs�o[ Pm�azn, tiie Can- tractor shafI implement a quafity coRffoi tesung plan. � required by t�e t�chnicaI spe�ificauons. The testing plan shall include the minimusn tes�s �and te5t &equencies required by each t�hnic�! specificarion Item, as weII as'any addiuonai quafiry conanl [esu thaz tite Can�actor deems necessary [n adcquar.eIy contrvl praducuoa andlor cnnsu�uc- tion processes. . Tne �sang plau� can bc developed i,n a spreadshecs fashian and shall, az a misiimtun, inG[ude �he followin� a. 5pecification i[em number {e.g., P�6I); h. Item description (e.g„ Plan[ Miz Bituminous Pavcment�); c. Tcs� type (e.g., �adaaon, gi-ade. aspha.it co�nt.cn[); d. Test standard (e.g., ASTM or AASHTO test number, as applicabl�}; t. 7est fi�quency (e.g., as required by [echiucal 5g�ciFicariorts or minimum fr�qvency whcr� r�quirunenc� a� not statLd); . f. fiespaz�s�,biliry (e.g., plant te�hnician); and g. Contzal rr.quirements (e.g., targex. perrrzissible dcviarians}. . The tesdng plan siiali contain a staristically--based procedure of ranc�m s�mpIing Eo� aequu-ing' test samgf�s in ac- , cordance with ASiM D 3665. ihe Engincer sE�all be provided tfie flppozvmity to �imess quaiiry canaol sampling �� and tEsting. All qciaiiry conu�ol t.cst rt�lu Si� be documentcd hy nc� Con�a�ctar � requirr� by Se�tion 10��8. lOb--0B D�UMENTATION. "Ii�e Contracwr shsll mainrain curr�t qualiry canagE reror� of aEl inspecuons and trsu perfarmeci: �hese r�cords shalI inclnde faeu�al evider� 1l�.at Che z'equire�d i�t�a�uo� or te�su have bcen perFormed, ir�cioding ry�pe and aumber of inspcc�ons or tesrs iuvolved; resuics of irLspccri�rts or tesu; nsatr� oi defecrs. deviadons, causes for iejex-rion, �t�.; Prol�osed r�a�edial a�gon; as�d c,n��ve me�ans calsrn. These recerds rntut enver ba[h . conft�rmin$ and defc�uvc or deFicient fcaau�s, and inust include a srat�rnent ri�a� a.i.l sugg�ies and ma�Lg incorpo��d in she war�s are in F�a11 crxnpliar�e wic� tise ¢sm4 of �.hc co�ua�t Legibfe copies-of �e �,� s�ll be frt�s�he� to tk�e Eaiginca �aiiy. 7'hee rr�xds �ll cuvcs �II woric.p3�ced su�sequent io [he pr�y�ky f� I�s ar�d 5ha,i1 be vea7.lfied arjd ssgsied by � C.on�9 Pmgiasn Ar�min;�-atQr- 5peci5c ��uliry coaGal recor�s r�qui�d ityr rhe co�t�act s�l i�clud�, but are ssnt +.,Pr��*'s�y Iimited ta, the Pal�o� �; a. Drsity i�et� R�fi�- �c�t Con�-acuar q�aliry con�oi txiuv�a�t sk�II rc�sinrain � daily log of ai� inspacdons pe��d fo� ba� �an� and subcan�acuar vperadons on a faa�n a�i� to tt�e Engin�cx. '1`ncse teckutician's �y re�or�s s�al1 praysde faccnal evidence thac conri�uoct� qualiry wn�i ias��ons have b� p�- fnrrne� and sEiali, as a minimum, incl�sde t�ie follo�ing: - (I) Technical s�ecificatian item nuinbea and descripdon; (2) Compli�nce with a�grave� submiaa�s; (3} Peoprr starage of ta�at�siaLs and equipmen� {4) Prop� opera�an of all �uiprnenL- C5? Adh�rence tn plans and technical sp��cauons; � �6--4 I� 1I25l94 �� � 54/537a--10A Ck�G 5 (6j Review af quaiiry connrol �esu; and ('i� Sa.fcty ins�ec�an. � The dai3y ic��ccrion repor� sitiall idendfy i,r�spectians car�ducud, results of inspecrions, location and na�ae of de- fecu found, causes for rejecrion, and �€media.! or correcave acaons talcetz oc proposed. The daily irupecuon reparrs shall be signed by the res�nnsihIe quaiiry corza�I r�chnician arid th� Program Adm�inis- tratpr. The Engineer sl�ail be provided a� IeaSt ane �opy of, each dai]y irLs�ecuoq re�art oq tho wori; day fotlowing the day af record � , � b. Daily Test Reparts. 'Ii�e Con�ac�ar shail be responsibie far estabiishing a system which witl re�ord all q�afi[y cona�ol tr.st results. Daiiy test repores 5hall document th� following informarsort: (1) Txhnira! s�ecificarion irEm n�unber and descrigtion; (�) Test designaiiaa; (3) Loca�ion; (4) Dace of test; (Sj Consol re�ui.rements; {6) Trst resu],ts; ('�} Causes far rejecuon; (8) Recom,mendcd remedia! acuo�.s; and (9), Rccesu. Test resulrs fiom cach day'� wor� pariod slzall be submitted ua ti� Engir�e�s priar to the start af �he nczt d,ay's work period. When tequircd by the rrthnica! specificarians, the Corit�ctor sizail mainiain starisuca! qu.aIary cnnwl charrs. 'T�c daily tesz reparrLs shall be signcd by the responsible q�aliry cnz�tznl tectuucian and the Program Adminu- trator. � IOQ--09 CORRECTIYE AC1iQi�1 REQiFIREMENT5. 1�se Qua�liry Ctmt�vi Program shalI indiratc ttse apgro- �'� priate acuon [o be salceri 'when a process is dxmed, or beiie�ed. so be out of control (out af taleranc.c} and denil ' what actian wi],1 be taken to bring the p�crss into connoL 1i3e reqvirern�nts for cprrxriv� acuon shail irrclude ' both geaera! requuemcs5rs For operarion af the Quaiity Cannoi �rogi-dm as a wE�qle, and for individv,al ir�rns of ti wori� canraineci in thc cechnica! s�ecificarions. , ' 'Ih� QuaJiry Can�ol Pmgiam shall de�aiI �ow the res�ts of quality r,osiuni inspec�oris and t� evili b� usai far datermining ch� need.f�s carrective acuon and st�all COiiCBli1 CIe3T SeLS d� CU��T �U $3llg� when a prqccss is oeu af con¢�l and thc [ype of cosr�crion u� be talce� w regain proccss coanvL when a�licabk ar rec�uu�d by �he tcchn�cal spacificacior�, r�e Cona�ctor siiall �7ahiish and uNize x:arisucal qua,E- . �ry conunl c� fp�t i�vids�! q�aEiry controI tests. The �quirements for corr��ve a��an siiall 6e liniced sn di� conu�o! ci�as� � 104�10 5U��,LAIP.�CE SY 'Y�i� FNGWF'�R. AlI it�ms nf ma�si�l and eqvipmcnc shall be sub�ea tn sttr- ' veilIanca �y �s P..� ffis �e poirit of production. manufa�n� or shipmanc w d�ua�Yir� if ti�e Casua�uar, Frn- duc�r, msau� ar sl�ip� mars�tairt� an ade�sat� quaIity c.an�al system u� wnfarmance with �e r�qv.�emenrs j detailed h�aZ a�d � appii�abl� technical sperifcauar�s and pias�. Ia addiaoa, alI itcros af mareri�, eqtagmenc � and woric in pla� shalI be subj�c w survciiIa�sc� by the �nginecx a+t �c sit� foc �e �arne p�rpase. Surveillanc� by the Enginea does nat rciiev� the Contracrr�r of perfc�rming qt�ality controi inspecsians af eish� on�ite ar nff—sit� Can�un's os subcon�acwr's aoris. 10�11 NONCOMPLIAiy!lCE. a, `1'l�e F�girs�cr wili notify the Contracuat of as�y noncompliance wit}i arty of thc foregoing rt,�u�emen�s. S� _. The Con�actflr st�all, aft� r�cei�t of such natice, inunediateiy �ke corrr�gve a�uon. Any noti�e, whea delivered by th� �agineer or has/her authori.zed rzprescnradve tc� tiie Con�atwr or his/her authorized represencaare at the � sice oF titie work, shail be consider�d sufficicn[ nooce. � 4&-5 AC i 50/5370-10A �HG 6 _ ,� 1125194 h. In cases w}�ere quai.iry con�ol activicies do nat camply with ei[her the Con�actor's Quaiity Con�ol Pro- ;� gram ar s,he cona�aca grovisians, ar where the Con�acwr fails �o praper3y opera�e and maanrain an eff�tive Quality �. Canu�oi Pmgram, as d,ctermincd by nc� Enginaer, che Engineer may: (L} Order ihe Caniracuar ta rcplac� ir�effective or unqualiFed quaiity con�ol personnel or sulxon�accors. (2) Qrder ti�e Conua�ctnr w scop opera�.ons nn�iI apprppriat� corrective actions is taken. � .1 1•� 4&�& �f�i19$ AC 15Q1537d-�pA CHG 'S{3 Si�C���� `� � ❑ RI'�ETHO� OF ESTiIVIATING �ER�CE�TAG� �F �1i1�TERIAL W1TH1� SP�CIF1CATl0�1 L1MZT5 (PWL) II0�01 GENERAL. �hen the specifi�ations p,ro�ide for acceptance Qf material based on the metl�od af e.st�mating percentage of.m,ateria.i wittuu specification lt�its (PWL), the PW1. will be determined in, accordance with this sectio� All test results for a lot will be analyzed statrsticaliy to determine the toial es�mated percent of tl�e lot that is within sgerification limits. 'ihe 1�WL is camputed using tiie saznplc average (X� and sample srandard deviation (So} of the specified nwaxber (n) of su6lots far the Iot and the specification talez�ance Iimits, L for Iower and LF for upper, for the particular acceptance parameter. Fram these vaIues, the respec�ve Quaiity index(s), Q� far Lower Quality Index and/or Qr.r far Upper Quaiity Inde� is computed aud rhe PWL for the lot for tI�e specified n is determined from Tai�Ie �, Theze is some degsee af uncertainty (risk) in the measurement for acceptance because omly a small fiaction af groducrion material (the popufation) is sampled and testecL Thjs uncertainip exisis because aIl �portions of the pmductian material have the same probability to be randomly sam,pled. The Contractofs ris�k is the prabability t�at material produc�d at the accegsable quality�ievel is re�ected nr subjected w a pay adjiistmeuL The Owner's risk is the pmbabiIity.that materiai produced at the rejectable qualzty level is accepGed. � ZI' IS THE INTENT OF THIS SBCITON TO IIdFORM T� CQNTRACTOR TH.AT, IN ORDER T� COIVSIS'iENTLY O�F'SET : Tf� GflNTRACTOR'S RISK FOR MATERIAL EVALUATED, PRODUCTION QUALITY (U5ING POPULATIQN AVEItAGE AND POPULATIC�N STANDARD DEVIATIOI� hILTST BE MAIN"r�AINED AT THE ACCEP'iABLE QUALTTY SP�CIFID7 OR HIGHER. IN ALL CASES, TT IS T� RESP��SISII.TIY 0� TI� CONTRACT�R T� PRODLiCE AT QLIALIIY L.EVELS THAT WILL MEE'I' T� SPECgTED ACCEPTANCE CR3.TERIA Wf3EN SAMPLED AND TESTED AT ii� FRHQ[7ENCIES SP�CIFIED. - � • * �It # # �p �h �k ! �i �k 4 • * * F * * �h * �F * %� # 4 �R s ac # �It 4 rZ • � # # # # 4 # # �S �k # # # O * # * # i �M �k �h �h # �k �k * iY �p * ,k * 4 Paragrap� 110-OI sha� be incSuded verbatim in aII proj��.s. � :..*.�*��*.*«*.*sr*«**:.««r**.��***#**x.�*.:.*:.***�**�v�**rs**a*� 110-02 METHOD FOR COMFUTING PWL. The camputational sequen.ce for camputing PW�.. is as folIows: a. Di�ide the lot into n �ublats in accordaz�ce with tiie aeceptance reqviremeats af the s�ecifieation h. Loca�e ihe random sampling position withia the sublot in accardance with the requirements of the spec'�f'ica[ion. c. Make a meas�uemcnt ai each Iocatio� or take a test partion and make the measurement on the test portian in accordan�e w°ith the testi.ng r�quirements af the spec�cauo� d. Fiad the sample average {� far a11 sublat values withiu the lot i�y usiug ttte following formula: X = {x�}xz+x3-�...x„}}!n . Where: X = 5�.mple ave�rage of alI sublot values within a!ot x�, xZ = Individual sublot values n = �umber af sublats e- Find the sample staudard deviariou (S� by use of the fallaw'ing formuta: 5n = j(dt� + d�Z + d�� + . . .��)f(n-1}] �rz Where: Sa = Sasuple s#�ndard deviation of t�e �ztzmber of subloi values in she set ; � d1i dz, .,.= Deviatrons of the individ�ai sublotvalues xi, x�, ... fx'am the average value X tbat is; dti = (xi - X}, d3 = (xz - Xj .., dQ = (� � X} n = N�mber af sublats f. Fax singie sided spec�caiion limirs (i,e., L anIy), sompute the Lower Quality Index C�, by usc af the foilowing f�x7mula: tiCi. _ �.r1 ' 1+7 1 Jn Where: L= spec�cation lower tolerance limit AC � 50/537�-10A CE�q B i 125194 Estimate the per�entage af matenal within limits (PWL) by eniering Table 1 with �„ u�ing the column ap�ropriate to the total nuznber {n} of ineasurements. If the value of (�„ falls �between values siw�cvn. on ttae table, �se t�e ne�i bagher �aiu� of PWL. g. For doable sided speci.ficarioa limits (i.e. L and �T}, campute the Quality inde.ces Q�, and Qv by use af tt� failovs�in; formulas: �, _(X - L)/ Sn anci Qv =(LT - X)/ Sa � Wh�re: � � . . � L and U= specificarion lawer and up�er tQlerance IimitS . '- FstiraaEe the pe�entage of material between the lawer (L) and upper ([7) tnlerance limits (PWL) by entering i'able 1 sepaiately with Q�, and Qu� "� the calumn appropriat� to the total mnmber {n) of ineasurements, and detErmining the percent of material af�oye pL and pe�ent o#' marErial belaw Pu for each talera� limit If tbe values of Q�, fall bekween �alues slwwn on tbe' tablc; use i�e next hi�er yaiue of P�, or PU. Determine ti�e PWL by use of the following farmula: �Vl�re: FWL = (F'v -� P� -100 Py = pe�ent within Iower specificaLion. limit Ps� = pe�ent within apper spec�ca�an lirnit �XAN{RLE OF PVilL CALCUL4TiO�l Prnject: Example Project T�t Item: Item P�O1, Lot A A. PWT. Detezznulation for Mat Density. 1. Uensity of four rand.d� coies taken from I.ot A A-1 96.fia A-2 97.55 A-3 99.3Q A� 98.35 n=4 �. CalcuJate average dea�ity far the ia� � � X = (xl �+- xZ �- x3 + . . �) ! n Y=(9fi.50 + 47.55 + 4�.30 } 98.35} 14 X = 97_95 pez�e� den�ity . 3, CalcuIatE t6e standai�d deviatian for the lot Sn = [{(96.60 - 97.9�7" � (97.55 - 97.95)� +(99.30 -97_95)z + (9$.35 -9'1.95)�})/(4 -1}]'� sn � �(r.�2 + 0.16 + Z,$2 + 0. �� / 3]i2 � Sn = I.15 4. Calculate the Lower Quality index �, for the lot (L=96.3) �,=(X-L}/5n QI, = (47.95 - 96.3�) ! 1.15 �, = 1.�3&� !� � 1/25194 A C 150/537�--10 � C H G fi 'P 5. D�t�rmine PWL by entering Tab[e L wi�h ¢�, = 1.�4 and n= 4. ' PWL = 48 B. PWL Determi�.aiion for ,�ir Voids. � 3.. Air Voids of Four randorn samples taken fram I�ot A, A—I S.OQ ` � A-2 3.74 A-3 2.30 ` ` A—� 3.25 ' 2. Calculate [h� average air voids for the loc. ` X=(xl�x�-x�..n)Jn I ' X = (S.OQ �- 3,74 � 2.30 +� 3.25) / 4 � X = 3.57 per�ent - + 3. �aiculaie th� srandard deviadon Sn fQr �hc loc. , Sa = [ (3.57--5.00}z f {3.57-3.74}2 + (3.57-230}Z + (3.57-3.2� }s / 4-1} ]in .� Sn=[(2.Q4�0.43-� 1.fi2+0.10)}/3�zn � _ �n = L.iZ ,i 4. Calculate [he i.owcr Qualiry �dcz �, for nc� !o[. {L - 2.0 j �.J.. - `� � �! �6 _ ' Qi. = C3.57-2_QO) / 1.12 � QL. = 1.3992 � , �. Determirie PL by enr.e�-ing Tab[e 1 wzri= Q� � 1.40 and a= 4. I P� — 97 '�� t �� S. Calculate the ilpper Quaiiry Indez QV for che la�. (U=S.D} � . � Qv={�-T—J�/S„ � • . '. Qv = (S.OQ — 3.5� / 1.12 � Qv '= I.270'L �, �. I}et�rmine Fu by enrerisig Table i wisi� Qv � 1.27 and n= 4. ; I, . pu = 93 ' 8. Ca�Cz1e� 1.iz Voids PWL F • - , � P�, � (PY, ¢ Pv} � 100 P'%Y, � � (97 ¢ 93) � 100 = 94 i �� 45-9 .� , : � AC 150/5374-10A C�iG fi , 112�l94 TABLE 1. TAALE �'OR �5TIl1�1AT�NG P�RC�M' OF 'LOT WITHTN LIMITS (PWL) Perr�t R+'�hia F�irs �'WL). PL. uid P„ I n=3 99 98 97 96 95 94 93 92 9I 9� 89 88 $7 �s $S 84 83 82 81 80 79 7$ 77 75 75 '74 73 72 71 70 �9 � 57 65 fi.5 �3 � ��I 60 59 58 Si 55 ss � 53 52 S1 � m i.1541 1.i5�4 1.1496 1.145� t.1d05 1.1342 1.I2fi9� 1.I184 �.10$9 I.Q982 1.D864 1.0736 La597 x.aa�as �.o�zss 1.0119 0.9939 4.9749 Q.955Q 0.4342 a.g�2a 0.$897 0.$66� a.$a i� fl.8I55 0.7904 a.���� a.7360 0.7077 4.6787 4:fr490 Q.6I87 fl.5878 0.5�63 4.5��� Q.49I6 a.458� 0.��51 �.3911 0.3568 0.3�22 a.�s�a a.as�� 0.21 fx4 a.iaa� a. i�� a.i087 o.a��s �5 0.03�3 a.o Posi�iy� v�ucs oi � r�4 a=5 n�5 2.47CQ 1.4400 1.4100 1.38q0 I.3500 1.3200 1.29f1Q 1.2600 z.x�oa r.zooa 1.170Q l.14Q0 I.1100 i.osar 1A500 1.Qx00 0' 0.990Q 0.9600 Q.9300 0.40QQ o.g�oa Q.B� fl.8I0Q 4.7800 a.�sao 0.720Q o.b�oo O.b600 0.�3GQ �.600Q 0.570Q 0.54L�Q Q.31Q0 0.4$()0 0.4SD0 0.4200 �.34a1 4.3�QQ �.3300 0.30Qa 4.2700 a.�aoo a.z�ao �.i8(7Q O.IS00 a. i�oo o.o4ao a.o�oa a.a�oa o.o 1.6714 1.6Q1b 15427 1.4$97 i.a.aa7 1.3946 1.3508 1.3�88 1.�683 I.2291� 1.19�A9 1.I53i i.I173 i.o$i� 1.U4b7 1.0124 (}.�7$S 0.9452 Q.9I23 �.$799 0.&478 0.8I60 0.7&46 U.7535 �.ry226 Q.592i o.��� 0.6315 Q.64I6 4.5� I9 Q.Sd�3 �5129 0.4836 �.456t5 Q.4�55 �.396� 0.3579 �3392 03107 0.287.�. a.as�� a.� O.I97I D,I688 a.i�s a,��2s O.D843 Q.Q562 a.o�s i a.o 1.8Q08 I.5482 1.6181 1.5497 1.�$87 1.4329 1.38I0 1.3323 I.28b4 1.Z419 1.1995 i.I587 i.l I9I �.osos 1.0435 1.OQ7 i b.9715 0.936� Q.4075 Q.869Q a.s�6o 0.8036 0.77I6 0.7441 0.7089 0.��8 i a.�arr 0.6I7b Q.5878 � 0.5583 Q.5�,9Q a.a�s 0.��1Q o.aa2� 0.���9 Q.3855 Q.3575 �.3295 0.301b 0.2738 o.�si O.ZF&6 o.isi i Q.I535 0.1363 0.�090 o.osi� aos� o.�rz 4.0 n�7 1.$888 1.7fi12 F.5+561 L.5$71 I.SI$1 1.456 � 1.399�. 1.34bI i_2954 t.2492 1.2f343 1.1613 1.1.199 i.asoa 1.D413 1.0037 0.9f 72 Q.g325 D.896fi p.8625 0.8291 0.7462 0.7640 0.7322 o.�ooq O.fi701 0.6396 0.6Q95 Q.5798 O.S504 a.s2 r� 0.4924 0.463$ a.a3sa a.� Q.3793 0.35I5 (}.3239 a.2�a 0.�691 0_2� I S 0.� I47 a.isr� 0.16i3 0.1338 a. ro�o o.a8� �.gS3�i a�� o.o , ... I , �=8 1.95?q 1.8a53 i.b993 l.b [27 1.5381 1.4716 t.ai iz 1.3554 1.3432 1.2S4I i.2Q75 I.1630 1.120�t i.o��a 1.0399 I.bQIS Q.96d3 0.9�.81 0.8Q'LS Q.85$3 a.szas Q.791 S 0.7590 Q.7271 o.s�ss � 0.6549 a.�3a�a O.b04�4 � 5747 0.545d 0.5164 � 0.4877 ! 0.�592 D.43I� 0.4-031 I 0.3753 � 0.34'T7 0.32fl3 0�93I 0.2.6fif} 0.2391 Q,� 12� Q.1855 O.I592 0,13?.2 Q.1Q57 o.anrz Q.���.8 a.o2�a o.a �� �s-i� v2�isa �c 1�a��7�--rtaa cHc s TABLE 1. TABLE FDR ESTIMA7iNG PERCENT �F I.OT WITHIN LIhIITS (PWL) Pereast VYithin Liroir� (PWi-). P�. uid P,. n=3 49 �8 47 46 45 aa. 43 42 41 4� 39 38 37 36 35 34 33 32 31• 30 29 28 �% 26 25 24 23 22 21 20 19 18 17 16 I5 I4 13 12 11 14 9 8 � b S � 3 2 1 -0.0353 -0.4725 -Q.10$7 •0.14�7 -Q.1806 -D.2i64 -0.25 I9 -0.2872 -03222 -0.356& -03911 -0.4251 -Q.4586 -a.as�6 -R.Sz42 -0.SSb3 -�.5878 -0.b 187 -O.b490 -0.6787 -�.7077 -Q.735Q -�,7636 -0.7904 -0.8 I55 -0.$A i7 -O.Sb62 -0.$897 -0.9124 -0.93�42 -0.9550 -0.9749 -O.I�939 -1A119 -1.Q288 -1.0�4$ - I.a597 -x.a�3s -1.08b4 -I:0982 -I.I4$9 -i.118a -1.1264 -1.134Z -1.14Q5 -i.1Q56 -1.1�4b -1.15�� -I.ZSdI Vegiuve V�lues aF Q{(,h, usd QLj n=4 n=5 n� nW7 n�8 � � �� � �.�� � ���� � �� r �� � :�� f �� � . •� � �� � ��� � �i � .�� i ��� / • �f � • �� + • :�� t �� � •�� � �► r .��r � , �� � ..�� i .•�1 i r� � �� � :�� t • r� � ;•i� � : �� a •��� � • �� � �.�� � ••�� � �� � �� �:�� �� .�� �� ��� �1 ..� •ro �� �� :�� . �� -_�� � �� -aazs � -O.D5�2 -0.4843 -0.11?5 -�.1d08 ' -a.1fi88 -o.�s�x -0.2254 -03537 -Q.2822 -03 t07 -0.3392 -0.3679 -0.3967 -0.4255 -0.4545 -4.483b -0.5129 -a.saz� -0.5719 -0.6016 -0.63 i 6 -0:66 i7 -0.692I -o.�zz� -0.7535 -0.7$4d -0.81 b0 -0.&i78 -0.8799 -0.9123 -0.9�452 -0.9785 -1.0124 -1.04�7 -1.081� -1.I 173 -I.3.537 -I.19Q9 -1.2290 -1.�6$3 -1.3U88 -135D8 -13945 -1.4�U7 -Z.489� -1.5427 - I.SQ 15 -1.6�14 -a.az�z -Q.Q54-� -0.0817 -O.iD9D -0.1363 -o,153a -O.I91 t -Q,2I86 -0.2461 -0.2738 -a.�o�b -4.3295 -0.35�5 -0.3856 -Q.4139 -0.�424 -0.4710 -0.4999 -0.5290 -05583 -0.5878 . -0.6i76 -0.5477 -0.6781 -0.7a89 -0.7401 -0.77i6 -0.8a35 -0.836Q -0.869� -0.�425 -0.9357 -0.9715 -1.0�71 -I.Q435 -1.D8D8 -i.l I9I -I.I587 -1. I995 -1.3.419 - I.Z86Q -1.33�3 -1.381Q -1.4329 -1.48$7 - I.549'i -1.6Z81 -1.6982 -�.soos -�.o��� -0.0534 -O.D$a2 -0.1074 -0.I338 -0.160'7 -0.1877 -0:2I47 -0.2418 -0 2691 -0.29C4 -0.3239 -0.35I5 -�,3793 -0,4073 -0.4354 -�1.463$ -Q.4924 -Q.5213 -0.SSOd -Q.5798 -0.6Q95 -0.6396 -0.fi701 -0.70�9 -0.7322 -0.764Q -0.7962 -0.829I -0.8625 -0.89b6 -0.93?S -0.9672 -1.4Q37 -I.Q4 !3 -1.OSa0 -1.II99 -l.lSl3 -12043 -1.2492 -I.2964 -I346t -1.3991 -1.4561 -1..5181 -1.58i1 -I.GbGI -I.76 i2 -r.gasa -o.az�a 4 -o.oszs -0.079� =a.ios� -0.1322 -o.is�� -0.1855 -a.Zi22 -0.2391 �0.26G0 -0.2931 -0.32�3 -03477 -0.3753 -0.4031 -0.43IO -0.45�2 -0.4877 -0.5164 -0.5454 -0.5747 -0.6Q44 -Q.6�44 -0.6649 -0.6958 -0.7271 -0.7594 -0.7915 -0.824$ -0.8583 -0-8928 -0.9281 -09643 -l.QQ15 -i.Q399 -i.0794 -I.1244 -1.1630 -1.2475 -1.2541 -1303� -1.355�t -1.4112 - k.47I6 -1_5381 -l.bt27 -L5993 -1.8053 -1.95�0 �71 (and 46-12) ��,����C. (�F ��AV4�II1��� Li�t of Drawin�s I :l Sheet No. GENERAL Descrxption GN-dl COVER SHEET, VICINITY MAP &�HE�T INDEX GNm02 GENERAL NOTES AND ABBREVIATIONS GN�03 SUMMARY OF QUANTITIES GN�O� CONTRACTOR STAGII�IG A1�TD CONSTRUCTION ACCESS GN�05 SV-�1 PH�41 PH-42 CSDO1 CS�02 SC-Ul EC-dl EC�02, DM�U1 DM�O� FC-Ol FC-Ol PAVING PV�OI PV-0� PV-03. PV�04 PV�D5 PV �06 PV-0'� PV�DTx PVdDT2 PV�DT3 PV-DT4 PR-01 PRd02 PR�43 PR-Q4 PR�OS SURVEY CONTROL/SOIL BORING LOCATIONS/PROPERTY AREA PLAN CONSTRUCTI�N PHASING PLAN — BASE BID C4NSTRUCTION PH�SI1�iG PLAN —�ID ALTERNATE I CONSTRUCTION SEQUENCING & SAFETY PLAN, BASE BID C�NSTRUCTTON SEQUENCING & SAFETY PLAN, BID ALTERNATE No.1 CONSTRUCT�ON SAFETY DETAYLS RECONIlVIENDED �ROSION CONTROL PLAN EROSiON CONTROL DETAILS D�MOLIT�ON PLAN — BASE BLD DEMOLITION PLAN — BID ALTERNATE No 1 FENCTNG PLAN — BASE BID FENCTNG PLAN — BYD ALTERNATE Na. l APRON JOINTING PLAN APRON JOINTING PLAN PAVEMENT MARHING PLAN SITE PAVING PLAN — SASE BID SHEET 1 SITE PAVING PLAI�1-- BASE BID SHEET 2 SITE PAVING PLAN — BID ALTERNATE No. 1 ENLARGED PAVING PLAN — BAS� B1D JOINTIIi�G DETAILS CONCRETE PAVING DETAILS TYPICAL PAVEMENT SECTIOliTS PAVEMENT MARKING SECTYONS EAST APRQli� EDGE, PR4FiLE "B" CL TAXILANE, PROFILE "C" CL SLQTTED DRAIN, PROFILE "D" GRADE BREAK, PROFILE "E" WEST APRON EDGE, PROFILE "F" Lfs� of Drawin�s (conhnued} Sh�et No. PR-06 PRe07 GRAD�NG DeScription SOUTH AND N4RTH TAXIWAY PROFILE� ACCESS ROAD PROFILES GR-Ol GRADXNG PLAN — BASE BID, SHEET 1 GReU� GRADING PLAN — BASE BID, SHEET 2 GR-Q3 GItADING PLAIv — BID ALTERNATE liTo.1 STORM DRAINAGE S�� S9� S�3 Sb4 Se� S�6 S�'i S�S S-9 5d10 Se11 5�1� S�13 Sv14 OVERALL STORM DRAINAGE SZTE PLAN AIRPORT DRAINAGE AREA MAP BASTN AREA GRADING PLAN RETENTI4N POND PLAN STORM DRAIN PLAN AND PROFILE, STA 1-�UQ T� STA b+S9.3 STORM DRAIN PLAN AND PRUFILE, STA b+�9.3 TO STA 11+7� SLOTTED DRAIN PLAN STA 0�+49.8 TO STA 6��9.3 SLOTTED DRAiN PLAN STA .G+59.3 TO S�A 12+22 R�T�NT�ON BASTN DETAYLS SHE�T 1 O�+' 3 RETENTION BA�IN D�TAIL� SHEET � OF 3 RETENTION BASIN DETAILS SHEET 3 OF 3 NIISCELL.AN�OUS DETAILS TYPE "A" YNLET MISC�LLANE�US DETAILS TYPE "B" TNLET MISCELLANEOUS DETAILS 1 GLYCOL FLOW CONTROL VALVE SOX NIISCELLANEOTIIS DETArLS DT-Ol. CHAIN LINK F�NCE AND GATE DETAILS DT�U2 BARBED WIRE FENCE DETAII.S DT�03 GLYCOL HOLDING TAli�K DETA,�LS DT�04 PAVEMENT SECTIONS AT GLYC�L HOLDING TANK DT-U� ELECTRICAL E�d1 UNDERDRAI�iT LINES AT RW 16R134L ELECTRICAL ABSREVIATIONS, SYMBOLS AND GENERAL NOTE� � E�U2 QVER.A,LL ELECTRICAL SITE PLA�1 Eo03 EIVLARG�D �LECTRICAL STTE PLAIi� E-Q4 ENLARGED ELECTRTCAL SIT� PLAN � � L� List of Drrawin�s {continued) Sheet No. Describtion E-0� ENLARGED ELECTRICAL SITE PLAI�T E�06 ENLARGED TEMPORARY LIGH'T�ivG SITE PLANS AND DETAILS E-0'� � EL�CTRICAL DETAILS Eo48 ELECTRICAL DETAILS E-09 ELECTRICAL ONE LTNE DIAGRAM AND DETAILS E�1Q ELECTRICAL ONE LINE DIAGRAM l i ;.� � �tem SS-1 P-151 P-152 P-155 SS-4 Section 0�568 Section 02217 Section 02220 Section 02256 Section 02263 Secti�n 02271 Section �2404 Section OSSOQ Sectian 05520 Section 099D5 TxDOT Item 247 P-304 LIST OF TECH�iICAL SPECIFICATIONS Title Mobilization Clearing and Grubbing Excavation and Embankment Lime - Treated Subgrade Pavemen.t Removal Erasion and Sediment Control During Canstruction Tz'enching, Backf'illing and Pipe Embedme�t Trench Safety Aggregate Fill Classifications Geotextile - Erosion. Contral RipRap and Bedding Material Subdrains Miscellaneous Metals Handrail and Guarc�rails Protec�ive Coati.ngs Flexible Base Cement-Treated Base Course TS-1 �� TxDOT Item 340 P-501 P-b42 P-bOS P-610 P-620 F-1G2 Is 100 L-108 L-1 I0 L-121 L-125 L-11$ D-701 D-702 Hot Mix Asphal�ic Concrete Pavement Portland Cement Concrete Pavement Bituminous Prime Coat 7oint sealing Filler Structural Portland Cement Concrete Runr�vay and Taxiway Painting Chain-Link Fences General Pravisians - Electrical Ins�llatian af Underground Cable for Airports Tanstallation of Airport Undergraund Electrical Duct Installation of Mediuzrz Tntensity Taxiv�ay Lights - Base zz�aunted InstalFation of Airf'i�ld Guidance Signs Installation. of Runway and Ta�ciway Retroreflective Markers Pipe for Starm Drains and Cnlverts Slotted Draizzs 'rs-2 �� � D-751 D-754 T-9Q1 Sectifln 11202 Section 15062 Section 15064 Section i SSSD END OF SECTION T5-3 Manhales, Catch Basins, Inlets and Inspection Hales Concrete Gutters, Ditches and Flumes S�eding Slide Gates Ductile Iron Pipe and Fittizzgs Palyvinyi Chloride {PVC) Pipe Undergraund Storage Tank � �1 ITEM SS-Z IVIOB�LIZAT�ON DESCRTFTION SS-i�1.1 This item si�ali cansist of a�l pr�pazatory wark and operations, inciuding but not lirr�ited ta those necessary for ttie movement of pexsonnel, eq�ipment, supplies and incidentais to tlle pra�ect sit�; the establishrnent of all offces, b�iidir�gs, and ather faci�ities n.ecessary for work an the project; and all other work and operations which must be per%raned; and a11 other costs uacurred prior ta beginning wark an the praject site. � The Contractor shall demobilize �within 3 Q days after substantial completiort af the wprk in the project. METHOD OF M�ASUREMENT SS-1-��.1 T�i.s item will be rrieasured by the lump sum. BAS�S OF PAYMENT SS-1-3.1 Payment for this item shatl be rnade at the contract lump sum price bid as provid�d below. ' Partial payments far this item will be made with the first and second partial pay estimates paid on the contract and wiil be made at the rate of 50 percent of the lump sum pr�ce bid �'or this item on each of these partial gay estimates, less retainage as provided for in Ssction 94-Q6 af the General Provisians of these Specificati�ns, provided the arnount bid for "Mobi�.zation" does not exceed 5. gercent of the iota] amaunt bid for the contract. Where the amount bid far "Mobilization" exceeds ; S percent of the total amouni bid for the contract, 2'/z percent of the total amoun� bid wilI be paid an each of the first trvo partial pay estimates, and••that portion exceeding 5 percent will be paid an the ,� �ast partial pay estimate. Ali sueh payments will b�e made less retainage as provided for in Section 90- 06 of the Generai Provisions. Payment will �e made under: Itern SS-1 Mobilization �-- per lump sum t 55-1-I f ! 1 [�Y�Cl�F1�A"�'1(?l�`� TO �TE14'� �-1�J ���E.4i�1!�� AI�f� �RL1T#F��;+1� Ta115 5�J�C�il.j 5�1�S:1�Ct4t10�7 Y'C30�l�kCS, �i171�7�1�1#.`Sti or �m�nds t�e techni��3 specif��a�ions afld p��t�� �rid tak� pre�;e�le�! ��vcr t}iem i�� ttYc evenl �if any �tscrepanc�, Pav�r�et�i v��ill f�e m�de u�1d�r; itetn P- C 51-�,� C1e�rir�� ar�d grubUin�--��� acr� !'-�51 �1C��-C iTEM P-X51 CLEARING AND GRQBBING DESCRIPT70N �51-1.1 This ite� shall consist of clearing or clearing and grubb�ng, including the disposa� of matsria�s, �or all areas within the limits des�gnated on the plans or as required by the Engineer. Clearing shall consist ot the cutting and remova� of stumps, brush, logs, hedges, the removal of fences and or projecting material fram the designated areas. The s�umps and roots wi11 not be required. al� trees, other loose grubbing of �'leaxing, wh�n �o designated, sha11 consi5t of the cutting and -rerr�oval of iso].ated single trees ox isolated groups o� trees. The cu��ing of a.11 the tr�es of this�classi�i.cation shall be in accordance with the requirements for the particular area being cleared, or as shown on the plans, or as di.rec�ed by �he �ngi.neer. The trees shall b� consi.dered isolated when they a�'e 40 feet (12 m) or mo.re apart, with the exceptian of a smal� clurnp o�' approximately five tree5 or l.ess. Clearing and grubbing shall con�ist of cleaxing the surface af the ground af the designated area5 0� al� �rees, stumps, down timber� logs, snags, brush, undergrowth, h�dg�s, heavy grawth of grass or weeds, fenc�s, structures� debris, and rubbish of any nature, natural obs�ructions or sueh material which in the opinion of the Engineer is unsui�able for the foundation of s�ri.ps, pavemen�s, or other required s��uctures, including the grubbing of stumps, roats, matted roats, founc�a�ions, and the di.5posal from the project of all spoi� materials r�sulting from clearing and grubbing by burning ar otherwa.se. CONSTRj7C��ON METHODS 151-2.1 GENERA.L. The areas denoted on the pians to be cleared or cleared and grubbed shall be staked an the ground by the Engineer. The clearing and grubbing shall be done at a satisfactory dis�ance in advance of the grad�ng operations. All spoil materials removed by cZearing or by cZearing and gruhbing sha11 b� dispo�ed o� by burning, when permitted by local laws, ar by removal to approvEd disposal areas. When b�rning of material is permitted., i� shal.l be burned under �.he constan� care of competent watchmen, so that the surrounding vegetation and other adj�cent property will not be jeopardized. Burning shall be done in accordance with all applicable laws, ordinance�, and regulations. P-�51-1 Before starting any burning operations, �he Contractor shalZ natify the agency having jurisdiction. A5 far as practicable, waste concrete and masonry shall be p�aced on slopes af embankments or channe�s. When embankments are constructed of such material, this material shall be placed in accordance with requirements for formation of embankments, Any broken cancre�e or masonry which cannat be used in construction, and all other materials not considered sui�able for use elsewhere, shall be di�posed of by the Contractor. �n no case shall any discard�d materials be left in windrows or pi].es adjacent to or within.the airport limits. Th� manner and location o�f disposal of materials shall be sub�ec't to th� approval of the Engineer and shall. �ot cxeate a� unsight].y or abj�ctionable view. When �he Cantractor is required to l.ocate a disposal area outsida the airpo�t property limitis at.his/hez own expense, h� shall obta�n and file wi�h the Engineer, permission in �vriting from �he property own�r far the use of private property far this purpose. if thE p1an5 or the specifieata.ons require �.he sa�ing of merchantable timber, the Contractor shall trim the limbs arzd tops from designatied trees, saw th�m in�o suitable lengths, and make the material available for removal by athe� agencies. Any blasting necessary sha�l be done a�. the Contractor's responsibility, and the utmost care shall be tiak�n no� to endange�, life or property. The removal of existing structure and ut�.la.ties required to permit orderly progress of work sha].1 be accamplished by local agencies, unless otherwise shown on the pl.ans. Whenever a te�ephone or telegraph pole, pipeline, candu�it, sewe�, roadway, ar a�her utility is encount�r�d and must be r�moved or �elocated �h� Contractar shall advise th� Engineer wha wi�Z notify the proper local autharity or owner and attempt to secure prompt acti.an.. - 1.51.-2.2 CLEARING. The Contractor shall c].ear the staked or indicated axea of all ob�ectionable mater�als. Trees unavoidably fa�.ling outside the speci�ied lim�ts must be cut up, removed, and disposed of in a�atisfactory manner. In order �o mina.mize damage tn trees that a�e to be left standing, trees shall be fell.ed toward the center oi area bea.ng cleared. The Contractor shal� preserve and protect from injur�r all trees no� to be remov�d. The trees, stumps, and brush shall be cut to a height o� no� more than 12 a.nches t300 mm7 above the graund. The grubb�.ng of sturnps and ro�ts will not be required. P-�51-2 When isola�ed trees are designated for clearing, the t�ee5 shal� b� classed �n accordance with the butt diameter s�ze as measured at a point 18 inches (45 cm) above the gxound �evel or at a designated heighti specified in the pxoposal. Fences shall be remov�d and disposed o� whe� directed by the Enqineer. Fence wire shall be neatly roll�d and the wire and posts stored on the airport if they are �o be used again, or stored at a designated �ocation if the fenc� is �o remain the property of a local owner or of a civic au�hority. �5Z-2.3 CLEARING AND GRUBBING. In areas designated to be cleared �l and grubbed, aii �tumps, roots, buxied logs, b�ush, grass, and othex unsatisfactory materials shall be removed, e�cept where :� embankments exceeding 3-1/2 feet (105 cm) zn depth are to be made : autside of paved areas. In cases where 5ueh depth of embankments is.to be made, all unsatisfactory mat�rials shall be removed, but saund trees, stumps, and brush can be cut otf within 6 inches (150 mmy abov� the ground and a�lowed to remain. Tap roots and other projections over 1-1/2 inches (37 mm� in diameter sha�� be grubbed � out to a dep�h of at least 18 inches (45 cm) below the finished subgrade or slope �levatioz�. � Any buiZdings and miscelianeous struc�ures tha� are shown on the � plans �o be removed shall be demolished or rerrioved, and all ' materials the�efrom shall be disposed of eithe� by burning or otherwise removed from the si�e. The remaining or existing foundatiflns, WE��.S� cesspools, and all like structu�es shall be � destrayed by breaking oux' or breaking down the ma�eriais of which the foundatinns, wells, cesspools, etc., are built to a depth at I� 1ea�t 2 feet (60 cm) below the �xisting surrounding ground. Any = broken concrete, blocks, or other abjectionable material which cannot be us�ed in backfill shall be removed and disposed of. The il hol�s.ar�openings shall be backfilled with acceptable material and � pzoperly compacted. All holes remaining after the grubbing operati.on in ernbankment areas shall have the sides broken down to f�attexa. out the �lopes, and shall be filled with acceptable material, maistened and properly compacted in layers to the density required in Item P-152. The same construction procedur� sha11 be applied to a11 ho�.es remaining after grubbing in excavatian areas where the depth of ho�es exceeds the depth of �he proposed excavation. METHOT] DF M�ASUREMENT k ` I51-3.1 The 'quantities of clearing or clearing and grubbing as shown by the limits on the plans or as ordered by the Engineer P-151-3 sha�� be the number of acres (squa�e meters) or fractions thereof, of land specifically c�eared or cleared and grubbed. When isola�ed trees ar� designated for clearing, the quantities of tree�, as determined in accordance with rangEs of butt diame�e� size, measured at a poin� 18 inches (�5 cmy above the grpund level at the tree, shall be paid for according to the sChedule of sizes as follows: The number of trees: From D to 2-1/2 feet (75 cm}, butt diameter �rom 2-1/2 ta 5 teet (75 to 15D cm?, but� diameter Far 5 f�et (lsd cm) or more, butt d�ameter BA�IS OF pAYMENT 151-4.� Payment eha11 be made at the contract unit price per acre (square me�er) �or clearing. This price shal� be fu.11 compensation for furnishing a11 materials and for all labor, equipmen�, tools, and incidenta�s necessary to eomplete the item. 151-4.2 Payment sha11 be made at th� contract unit pri.ce for clearing isa�ated trees. This price shall be full compensation for furnishing all materia�s and for all labor, equipment, taols, and� incidentals necessazy ta co�nplete the i�em. 15�-4.3 Payment shall be made at the contract unit price per acre �squa�e meter} for cleax'ing and grubbing. This p�ice shall be ful� compensatian far furni.shing a11 materials and �or all ldb�r'� �quipment, tools, ancl incidentals n�cessary to comple�e the i.tem. Payment will be made under: Item P-�51-4.1 Clearing--per acre (squ�ze m�ter) It�:m P-151-4.2 Clearing for isolated trees: Fram Q to 2-1/2 teet (75 cm) butt diameter, pEr tree From 2-1/2 to 5 feet (75 to 150 cm) butt diameter, per tree � Foz 5 feet (150 cmj or more butt diameter, per tree Ttem P-151-4.3 Clearing and grubbing--per acre (squar� meter) END OF ITEM P-151 P-151-4 ���2� �`��A'T1�1�� '�'� T�'�i�I ��1�� ���AVATI�1� AND ��BA1�7{M��!`�' Tk�� prc>�+isior�s oFIt��n P-i 5� �hali be sg�li�abi� exce�t as nYod�Fie� a�s f�llo�+s; ]�2-1.Z: .A�1 materia! exr:a�ated sl�all be c{�r�side��� tt� kie ur�cla�silled_ 1�2-'l.?: ,T����i� s��paragtapt�s 1�, �hr��glx �, �5?-�.�: �. ��l exc�v�Xson shall h� �nc�2�ssifie+�. b. �fo ��as#�Y3g sfn�,ll �� p�:rmit#�d. 15�-�.�.e; �, �arzt��ct�ofl Rec�uirerrtients. 'r'he s�bgrade under �r�a� �o be p�v�d shall �� c:orn�ac�ed Eo a�iep�iY o#'nat less th�iy i� inchcs (1 ��znj t�t� to � den�il� o� nc�� l�s� tiYa,� �5 percen� �s ��iezmin�d b� �S'�`�vi T�� ��7. b. �a���plin�. ��cl� lo! s�alE �� div'tde� into S equal s�il�lats. �n� �a�v�i#y te�� sfiall I�e rr�ade froin caci7 s�b�o[_ ��r��glir��; lacati��Ys will be ��terr�ir�e�� by tl�c E�igineer, c. Testi��. At e�ch �arnp�i��� l�ca�ior� t3tie Ge�d clen�ity s1YaC1 be det�r�nii�Gd in ��c�rda��c� ��i�h A�T�� b��?� �sir�g lhe Direc! Tr�r�smissiofl me�ho�. Th� n�c:lear gua�e sha�k b� calib�a#ed in �ccorc��nce wich fl5'1"'ti+1 D�9��, f�nz��x l�1, a�id l�e o�e�`��eci �i;� a cer�if��d tecl�nician ti� a�cordat�ce with tl�e re�uir�m�r�ts of !�e rn�r��Fa�tt�r. lt ��al] be �tanciard�r�e� �ai�y in accorcl�a�ce �vi�h �15TM D��?�, p�ra�;ra�xh S. Use �f A�TM D��J�2 r�su�#s i� a w�� unit v�c��lit, and w�e�x usin� ��i� method, A�1�'f�l �}3(�� i s�all �e �s�d to de��rrr�ir�e iiY�: nioisture cnr�le��t of't1,c rnateri�l. T3ze n�{��stur� gu��e shall b� �tar�d�erdi�� d�ii� �n ���ordan�e vwlth A�T`!� D3C�� 7, paragr�pl� 7. �. �,c����ancc. A���i will be �c�n�i�er�d a�ccp#able wlien �he av�rag� density of �he � suhlc�ts is er�ua� tc� or �r���er ti,a� th� d��sity spe�:i�'ied. ��2w�.6: D�:lece reYe�ren�� to I��T1+fi Df�98. 1��-�.1U: D�lete F-�5? t�iad-I MFTi��D ��' ��ASL1�E11+lEP]T i��-3.1 The q+�antity af�x�avattor� to b� p�i� f�r s�ia11 be �h� number of cuk�ic y$rds rne�sur�c� in its ari��naX }��srtion. �VTeasr�rerrr�:nl sf��1] n�C inc:lud� ti�e qu�r�tity of rna#�r�a1� �xc�vat�d wit�out attiiloriz�tit,n beyand r�ar�na� slc��� l3n�s, or tiYe qWantit� crf ma��rial used �or p�rpos�s �tii�r ihan tEtose �ireci��i. 1"��-3.� I�elcte. � 5�-3.3 I�ele�e �52-�.�# C:or-�tractc�r s�7at1 �erEi�rm r�El �ec�uire�i s�rv�y �nd �'tiirr�i�Y� ar�y in���rma#i�zi aecessar� for ve�if cati�n to lhc �iygineer. ��s�� c�r �a�fn��r��r 1aZ-4.1 Pa�m�nt w�ll �e rn��de a[ tize cr��itrac� �nit �ric� p�r cubic yar�l. Tl�is pric� s�talk bc f�tl! carnp�r��al�on for a�l m�teri:�ls. la�vr, ec�uipmer�t, ��ols an�1 inuic��ntals ne�e���'}� to �vrnpict�; th�s ite€,n. � 5�-�#.2 1 ��-�.3 15�-�.4 1 S�'-�.� f ��-�.� � 5�-�.7 �e�ete Delcz� Del�te ile�ete I�el�te �ele�� Paym�:nt wi11 b� ma�e un�eT: l lem P- l�?-�. I L�nclassif�d E:�cavai�on -- per c�b�c ya�d P-15� 1+�ad-? fl � . ZTEM P-�5Z EXCAVAT�ON AND EMSANKMENT AESCRI�TxON �52-1.� This iCem covers excavation, d�sposal, p�acement, and compaction of al� materials within the �imiC� af th� work required to canstruct �unway safety areas, runways, taxiways, aprons, and int�rmediate as we11 as other areas far drainage, building constructzon, parking, or other purposes in accordance with thEse specifications and in confarmity to the dimensions and �yp�cal sect�an shown on the plans. Z5�-x.2 CLASS�FICATSON. A11 mat�rial e�Cavated shall _be c�assified as detined bel�w: a. Unclassz€ied Excavation. Unclassified excavation sha11 consist of the e�cavation a�d disposal of a11 material, r�gard3ess of its nature, which is not otherwise c�assified and paid for under the following items. b. Rock Excavatioa. Rock excavation sha�1 include all salid rock in ledges, in bedded deposits, in unstratified masses, and conglomerate deposits which ar� sa firmly cemented they cannot be remaved�without b�asting o� using rippers. All b,oulders containing a volume of more than 1/2 cubic yard (0.4 cubic meter) will be classifi�� as " rock excavation.'� c. Muck Excavation. Muck excavation shall consist af the remova� and disposa� of d�posits of mixtures of soils and organic matter not suitable far foundation material. Muck shall include materia��. which wil� decay or produc� subsidence in the embankment. It may be made up ot de�aying stumps, roots, 1ogs, humus, or other mat��ial not satisfactory for i�corparatio� in the embankment. � � d. Drainage Excavation. Drainage excavation shall consist of a1� excavation made for the pra.mary purpose flf drainage and includes drainag� ditches, such as i.ntercep�ing, inlet or outlet; �emporary �evee eonstruction; or any oth�r type as showri an the plans. e. Barrov,r Excavatian�. Borrow excava�ian shall cnnsist af appro�ed material. required for the construction of embankment or for other portians af the wark in excess af the quanti�y of�usable material available from required excavations. Borrow material sha11 be obtained from areas within th� ].imits of the airpor� P-152-1 property but outside �he narmal limits af necessary grading, or �rom area� outside the aixport. � 152-1,3 Unsuitable Excavation. Any material containing vegetable or organic matter, such as muck, peat, organic silt, or sod shall be con�idered unsuitable for use �n embankment constructian. Material, when app�oved by the Engineer as suitable to �upport vegetation, may bE used on the embankment slope. CONSTRUCTION M�THODS 152-2.1 General. Before beginning excava�ion, grading, and embankment operations in any area, the area sha�l be completeLy cleazed and grubbed in accordance with Item P-�51. The suitability of material to be p�aced in embankments shall be subject to approval by th� Enginee�. A11 unsui�able. material shall be disposed of in waste areas shown on the plans. All waste areas shall be graded to allow pasitive drainage of the area and a� adjacen� areas. The surface el�vation o� waste areas shal� nat ex�end above �he surface elevation of adjacent usable areas of the airpor�, unless speci�ied on the pla�s or approved by the Engineex. When the Cantractor�s excavating operations enc�unter arti�acts of histar�cal or archaealogical s�gnificance, the ope�ations shall be temporarily discontinued. At the direction of the Engineer, the Contrac�or shall excava�e the site in such a manner as �o preserve the art�tac�s encounte�ed and a11ow for their removal. 5uch excavation will be pa�d �ar as extra work. ThosE areas outside ot the pavernen� a�eas in which �he top layer of sail material has become campacted, by hauli�g ar other activi�i�s of the Contractor sha11 be scarified and "disked to a depth of 4 inches (�00 mm), in order to loasen and.pulv�rize �he �oil. zf it is n�cessary to interrupt existing surface drainage, sew�rs or under-draa.nage, condui��, util.i�.i.es, or similar undexground structures the Contractor sha�l be responsible for and shall take all necessary precautions to p�eserve them ox� pravide temporary se�vices. When such facilities are encountered, the Contractar shall noti.�y the Engineer, who shall arrange for their removal if necessary. The Contzac�.or sha�.1, a� his/her awn expense, satisfactorily repair or pay the cost of all damage �o such facilities or structures which may result from any of the Cantractor's operatians during the period of the cantract. �52-2.2 EXCAVATION. No excavatio�n. sha11 be s�ar�.ed until the work has been staked out by �h� Can�ractor and the Engineer has obtained P-152-2 �� elevations and measurements of the ground surface. A11 suitable excavated matexial shall be used in the formation of embankment, � subgrade, or for other purposes shawn on the plans. All unsuitable mat�rial shall be disposed of as showr� on the plans. When the volume of the excavation exceeds �hat required ta canstruct the emban�ments to the grades indicat�d, the excess shall be used to gradE �he area� o� ultimate d�velopmen� or d�sposed of as directed. Wh�n the volume of excava�ion �s nQt sufficient �ox construct�ng the fill to the grades indicated, the defici�ncy shall b� obtained from barrow areas. � The grade shall be maintained so tha� ��e surface is wel� drained at�al� �imes_ When neces�ary, tempQrary drain� and drainag� ditches shall be ins�alled to intezCept ar div�rt surface wat�r which may affect the work. a. Selective Grading. When selective grading is indicated on the plans, the more suitable material as designa�ed by the Engineer shall be used in constructing the embankm�nt Qr in capping the pavement subgrade. If, at the time of e�cavation, it is not possib�e to place this ma�erial in i�s final location, it shall be stockpiled in appraved arEas so �hat it can be measur�d for payment for rehandling as spec�fied in paragraph 3.3. b. Undercutting. Rack, shale, hardpan, loose rock, boulders, or other ma�erial unsatis�actory for runway safety arEas, subgrades, raads, shoulders, or any areas intended for turfing 5ha11 be excavated ta a minimum depth af 12 inches (300 mm), or to the depth speczfied by the Engineer, below the subgrade. Muck, peak, mat�ed roots, ar ather yielding material, unsatisfac�ory for subgrade foundation, shall be removed to the depth specified. Unsuitable materials shall be disposed o� at �ocations shown on the plans. This �xcava�ed material shall be paid for at the contract unit -price per cubic yard Sper cubic mater) for unc�assified excavation. The �xcavated area shall b� refilled with suitable materia�, obtained frorn the grad�ng aperations ar borrow areas and thoroughly compacted by rolling. The necessary rEfilling will co�s�itute a part of �he�embankmen�. where rock cuts are made and refilled with 5elected mat�rial, any pockets created in the rock surface sha11 be drained in accordance with the details shown on �he pZans. c. Dverbreak. Overbreak, including slides, is that portion of any ma�erial di�placed or Xoasened beyond �he finished work as planned or au�horized by the �ngine�r. The Engineer shall determine �f the displacement of such material was unavoidable and his/her decision shal� be final. All overbreak sha�l be graded or P-152-3 remov�d by the Contractor and disposed of as d�rected; however, paymen� will not be madE for the removal and disposal o£ overbreak whzch the Engineer determines as avoidable. Unavoidab�e ovErbreak will be clas5ified as " Unclassi�ied Excava�ion. " d. Removal of v�ilitie5. Th� removal of �xisting structures and utilities required �o permit the orderly progress of work will be accomplished by someone othe� than the Con�ractor, e.g., the utility unless otherwise shown on �he pZans. AI1 existing foundation� shall be excavated far at least 2 feet (6 cm} be�ow the top of subgrad� or as indicated on the plans, and the material d�sposed of as directed. Al1 faundations �hus excavated shall be backfil�ed with suxtable material and campacted as specified herein. e. Cvmpaetion Requirements. �The subgrade u�der areas to be paved shall be compacted to the depth specified and to a density of not less than �he speci�ied percentage of �he maximum density as determined by ASTM D 698 or ASTM D 1557, as specified. Unless ath�rwise specified, compaction shall be to a d�pth of not less than 6 inches (15 �m) and to a density of no� less than 95 percent �or cohesive soils and 100 pezcent fa� noncohes�ve soil�. The in-place f�eld density shall be d�t�rmined in accordance with AS�M D 1556 ox ASTM D 2167. StQnes or rock fragments larger �han 4 inches (1�4 mm) in their greates� dimension will no� be permi�ted in top 6 inches (150 mm) of the subgrade. The �inzshed g�ading opera�ions, canforming to the typical CX055 section, shal� be comp�et�d and maintained a� least 1,000 feet (300 m} ahead of th� paving aperations or as directed by the Engineer. In cuts, all �oose or protzuding rocks on the back slope� shall be bared loose or otherwise removed to l�ne of finished grade of slope. A11 cut-and-fill slopes shall be uniformly dressed to the slape, cross section, and alignment shown on the p�ans or as d��ected by the Engineer. Blasting will be permitt�d anly when prop�r precaution� are taken for the safety of all persans, the work, and the propert�. All damage done to the work or praper�y shall be repaired at the Contractor's expense. All operations of the Con��actor in cannec'tion with the tran�partation, storage, and use oi explosives sha1.1 conform to all state and Iocal �regulations and e�plosive manufacturers' instructions, with applicable appra�cred permits reviewed by the �nginEer. Ariy approval given, how�ver, will not rel�eve the Contractor of his/her responsibility in blasting aperations. P-152-4 i.. � Where b�asting is appraved, the Contractor sha11 employ a vibratian _ consultant, approv�d by the Engineer, ta advise on explosive charge weights per de�ay and C.o analyze records from seismograph recordings. The sea.smograph shal.l be capable of producing a permanent record of the three components of the motion in te�'ms of particle vel.ocity, and in addition shall be capable of internal dynamic calibration. � In eaeh dastinct bla5ting area, where pertinent factors a�fecting blast vibratians and thei� effects in the area remain �he same, the Contractor shall submit a blasting plan of the initial ]alas�s to �he Engineer fa� approval. This plan must consist of hole size, dep�h, spacing, burden, �ype of exp�osi�es, type of delay sequenc�, maximum amount o� exp}.osive on any one delay p�riod, depth of rack, and depth of ov'erburden i:f any. The maximum explosive chazge weights per del.ay included in the plan sha�l no� be increased without the approval of the enginee�ing. The Contra��or shall keep a recozd af each b�.a�t fired--its date, time and location; the amount of explosives used, maximum explosive charge weight per delay periodr and, where necessary, s�ismograph records identified by instrument number and location. These records shall be made ava�,lable to the Engin�Er on a monthly basis or��.n tabula�ed form a� other �imes as requir�d. 152-2.3 BORROW EXCAVATION. �orr�w area(sj wi�hin the airport praperty are indicated on the plans. Borrow excavation shall be mad� on�y at these designated locations and within the horizontal and vertical limits as staked or as directed. When borrow saurces are outside �he boundaries of the airport property, it shall be t�.e Contractor's responsibility to locate and obtain the supply, subject to the appraval of the Engineer. The Contractor shal.l notify the Engineer, a� lEast 15 days prior ta beginning �he excavation, so n�cessary measurements and tests can be made. All unsuitable material �ha7.1 be�dispQsed of by the Con�ractor. All borrow pits sha11 be Qpened up to expose the vertical face of various stxata of acceptable material to enable obtaining a uniform product. Borrow pits shail be excav'ated to x�egu�.ar lines to permi.t accurate measurements, .and they sha11 be drained and left in a neat, presentable condition with all slopes dressed uniformly. 152-2,4 DR.AZNAGE EXCAVATION. Drainage �xcava�ion shall consist of excavating �or drainage ditches such a5 interc�p�ing, inlet or � ou�l�t, for temporary levee construction; or for any other type as design�d or as shown on the plans. The work �hall b� performed in P-152-5 the proper sequence with the oth�r.construction. Al1 sati5fiactory mate�ial shall be placed in fi�ls; unsuitable material shall be plac�d in waste areas or a� directed. Intercepting ditches sha11 be constructed prior to starting ad�acent excavation operations. Al1 necessary work shall be per�arm�d to secure a�inish true t.o Iina, elevation, and cross sectian. The Cantractor sha�l maintain ditches canstructed on the project to the required cross section and sha11 keep them free o� debr�s or obstructions untii the project is accepted. R-152-6 � � 15�-2.5 PREPARATiON OF EMBANl�NT AREA. Where an embankment is to be constructed to a height of 4 feet (120 m? ar less,-axl sod and vegetab�� matter sha1� be remaved from the surface upon which the embankment is �o be placed, and �he c�eared surfac� sha�� be completely broken up by plowing ar searifying to a minimum depth nf 6 inch�s (150 mm). This ar�a shall Chen be compacted as indicated in paragraph 2.&. When the height a� fill is greater than � teet (12D m?, sod not required to be removed shall be thoroughly disked and recompacted to the density of the surrvunding graund before cons�ructio� o� Em]oankment. Where embankrnents ar� to be placed on natural slopes steeper than 3 to 1, hqrizontal benches sha11 be constructed as shown on the plans. � No direct payment �ha�l be made for the work per�ormed unde� this seetion. The neces�ary clearing and grubbing and the quantity af excavation removed will be pa�d �ar under the respective i�ems of work. 152-2.6 FORMATION OF EMBANKMENTS. Embankments sha11 be formed in successive horizontal layers of not more than S�nches (2fld mrn} in �oose depth �or the full width of the cross section, un�ess otherwise appraved to the Engineer. The gxading operat�ons shall be conduc�ed, and the various soil strata shall be placed, �o produce a so�l strueture a shown on �he typical crass sectian o� as direc�ed. Ma�erials such as brush, hedge, roots, stumps, grass and other organic ma�ter, sha�l nat be incorporated or buried in �he embankment. Operations on earthwork shall be suspended at any time when sa�isfactory results cannat bE o�tained because of rain, fr�ezing, or other unsa�isfactory conditions af the fie�d. Th� Contractor shall drag, blade, ar slope tihe embankment to provide praper surface drainage. The material in the lay�r shall be within +/-2 percent af optimum mois�ure content befqre rolling to obtain the prescribed compaction. In order to achieve a uniform moistuxe content throughout the Ia�er, wetting or drying of the materYal and manipulation shall be requ�red when necessary. Should the mat�xial be too wet to permit proper compaction or ralling, all wark on al� af the affected portians af the embankment shall be delayed until the materiaL has dried ta the required moisture cantent. Sprinkling of dry material to obtain the praper moisture content sha1� be done with ap�roved equipment that wi11 sufficiently P-152-7 distribu�e the water. Sufficient equipment to furnish the requ�red wate� sha�l be available at all times. Samples of all embankment materials for �esting, both before and after place�en� and compaction, wi11 be taken for each 10fl0 cubic yards unl�ss atherwise specified. Based on these tests, �he Contrac�ar shall make the necessary corrections and adjustments in methads, materials or moi�ture content in order to achieve the correct emba�kmen� density. Rolling operations shall be continued until the �mbankm�nt is compacted ta not less than 95 percent of maximum d�nsity for noncohesive �oils, and 90 percent of maximum density fox cohesive soils a5 determined by ASTM D 698 or ASTM D 1557, whichever is specified. Under a11 areas to be paved, the efnbankments shall be campac��d Co a minimum deptih o� 9 inches o� to the depth specified, whichever is �reater, and �o a density af not less than 100 percent of max�mum density for noncohesive soils, and 95 percent of maximum density for cohesive soils or to the percentage of the maximum de�sity specified, as determined by ASTM D 698 or ASTM D 1557, as �pecified. Qn a�� areas ou�side of the pavement areas, no compaction wi�l be required on th� tap 4 inches (100 mm). The in-place field density shall be determined in accordance with ASTM b I556 or ASTM D 2167. Compact�on areas shall be kept s�parate, and no layer shall be cavered by another until th� proper densi�y is obtain�d. During constructio� of the embankment, the Contractor shall route h�s/her equipment at all times, both when loaded and when empty, over the �aye�s as they are placed and sha11 distribute the travel evenly over the entire width o� the embankment. The equipment shall be operated in such a manner tha� hardpan, certented gravel, clay, or other chu�ky soil mate�ial wi11 b� brok�n up into small par�icles and b�com� incorpora�ed wi�h the o�h�r material in the layer. Tn the construc�ion of embankments, 1ay�r plac�m�n� shall begin in the deepest portion of th� fil�; as plac�ment progres�es, laye�s sha11 b� constructed approximat�ly parallel to the �inished pavem�nt grade l��e. When rock and other embankment material are excava�ed at approximately the same, time, the rock sha11 be inco�porated into the auter portion of the embankment and the oth�r material shall be inco�porated under the future paved ar�as. S�an�s or frag�tentary P-152-8 � rock larger than 4 inch�s (10D mm) in their greatest dimensions will nat be allowed in the top 6 inches �15� mm) ot the �ubgrade. Rockfili shall be brought up in 1.ayers as specified or as directed and every effort sha11 be exerted to f�11 the voids with the finer material foxming a dense, compact mass. Rock or bouldex's shall not be disposed af outside �he excavation or embankment areas, except at places and in the manner designa�ed by tkae Engineer. When �he excavated material consists predaminant�y of rock �ragments of such 5ize that the material cannot be plac�d in layers of the prescribed thickness with�ut crushing, pulverizing or further br�aking down the pieces, such material may be placed in �he em]aar�kment as directed in layers not exceeding 2 feet (60 cmj in thickness. Each layer sha11. be leveled and smoothed with suitable leveling equipment and by�distribu�ion of spalls and finer fragments of rock. These �ype lifts shall no� be constructed above an elevation 4 feet (120 cmy below the fa.nished subgrade. Densi�y requiremen`�s wi11 not apply to portions of embankm�nts constructed of materials which cannot be tested in ac�ordance wi�h speci.fied. methods. Frozen material shall not be placed in the embankment nor shall embankment be placed upon �rozen material. There will be no separate measuremen� o� paymen� for compacted embankment, and all costs incidental to pl.acing in layers, campacting, diski.ng, watering, mixing, sloping, and o�he� necessaxy operatian.s for con.structian of embankments wi13� be included in the contract price fox excavation, bo��ow, or o�her items. 152-2.7 F�NISHING AND PROTECTi�N OF SUBGRA�E. A�ter the suhgrade has be�n subs�.anta.ally campleted the fu11 wid�h shall be Conditioned by removing any sof� or other unstable material which wi11 nc�t compact propezly. The resulting areas and all other low areas, holes a� depressions shall be brought �o grade with suitable select material. Scari.fying, bladirzg, rol.ling and other me�hods shall be pe�rformed to provide a thoroughly compacted subgrade shaped to the �ines and grades shown an the plans. Grading of the subgrade shall be performed so tha� it wi11 drain readily. The Contractor sha11 tak� all precautions nec�ssary to protect the subgrade from damage. He/she shall limit haul�ing over the finished subgrade to that which is e5sential for construction purposes. A11 ruts or rough p�aces that a��Eia� �n a completed subgrade shall be smoothed and.recompacted. P-152-9 Na subbase, or surface course sha11 bE placed on the �ubgrade until the subgrade has been approved by the Engzneer. 1�2-2.8 H�UL. A�� hauling will be considered a necessary and incidental part of the work. T�s cost shall be conszdered by the Contractar and included in the contrac� unit price for �he pay of items o� work involved. No paynnent 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 sha�� be of such smaothness�tha�, when tested with a i6-�oot (4.B m} straightedge applied parallel and at right angles to the centerline, it shall not 5how any devia�ion in excess of 1/2-inch (12 m�}', or shall not be more than D.45-�oot (.015 m) from true grade as estab�ished by grade hubs or pins. Any deviation in excess of thes� amaunts shal� bE carrect�d by loosening, addi�g, or removing materials; reshaping; and recompac�ing by sprinkling and rolling. On runway sa�ety areas, intermediate and other designated areas, the surface sha11 be of such smoothza.ess that it will not vary more than ❑.10 foo� (O.a3 m} from true grade as es�ablished by grade hubs. Any deviation in exeess of this amount 5ha11 be corrected by loosening, adding or removing materials, and reshapi�g. �52-2.�D TOPSOIL. When topsazl is specified or required as shawn on the plans or �nd�r �tem T-905, it shall be salvaged from stripping or other grading operations. Th� �opsail shall meet the requirements of Item T-905. Tf, at the �im� of excavation or stripping, the tapso�l cannot be placed in its proper and final �ection of finished canstruction, the matexial �ha�l be stackpiled at approved �ocat�ons. Un�ess othe�wzse specified, stockpiles shall not be p�aced within 2�q feet of runway pavement or 100 feet of taxiway pavement and shall not be placed on areas which �ubsequen�ly wi11 require any excavation or embankmen�. If, in the judgment of �he Engineer, it is practical �o place the salvaged topsoil at the tim� of excavation or stripping, the ma�erial shall be pZaced in its final position wi�hout stockpiling o� furthe� rehandling. Upon completion of grading operations, stockpiled tapso�l sha11 be handled and placed as directEd, or as required in Item T-945. No direct pay�nent will be made for topsoil as such u�der It�m P-152. The quantity removed and placed directly or �tockpiled shall be paid fior a� the contract unit price pe� cub�c ya�d (cub�c meter) for " Unclassified �xcavation.�' P-152-10 When stockpiling o� topsoil and later rehandling of such material - is directed by the Engineer, the materzal so rehandled shall be paid for at the con�ract unit price per cubic yard {cubic m�ter) for "Tnpsoi�ing, " as provided in Item T-905. METHOD OF MPASUREMENT 7.52-3.1 The quanti�y of excav'ation to be paid fox' shall be the �� number of cubic yards (cubic meters} m�asured in its original � posi.tion. � Measurement sha11 not �.nclude the quantity af material.s excavated � wa.thout authoriza�ian beyond normal slope lines, or the quanCity of material used for purposes o�her than those di�ected. � 152-3.2 Sorxow ma�eria� shall be paid for oxz thE basi.s of the num}�er of cubic yards �cubic me�ers) measured.. in its original .� position aC �he borrow pit. � '152-3.3 Stockpiled material sha11 be paid for on the basis of the ` number of cubic yards (cubic meters) measu�ed i.n the stockpiled . posit.ion as soon as the material has be�n stockpiled. I f � 152-3.�4 �'or payment speci�ied by the cubic yard {cubic meter)� measuremen� for all Excavation shall be computed by the average end area m�thod. The end area is that bound by the original ground line es�ablished by field cross sections and the final theoretical pay line established by excavation cross sections shown on �he plans, subject to verificatian by the Engineer. A�ter completion of a11 excavation operations and p�ior to the placing of base ar subbase material, the fina]. excavation sha�.l be verified by the Engineer by means of �ie1d cross 5ections taken randomly at intervals nat exceeding 500 �inear fEEt�(150 meters7. Final field cross sections shall be employed if �he �ollowing changes have beEn made: a. P�an width of embankments or excavations are changed by more than plus or minus 1.0 foot (0.3 meter}; or .. b. Flan el�va�ions of embankments or excavations are changed by more than plus or minus 0.5 foot (0.1.5 mete�') . P-152-11 BASIS OF �AYMENT 152-4.I For " Unclassified excavation " payment shall be made at the contrac� unit price per cubic yard (cubi� meter). This price shall be full compensation for furnishing a11 mat�rials, labor, equipmE��, tools, and incidenta�s necessary to complete the item. 152-4.2 For " Rock Excavation " payment shall be made at the con�ract unit price per cubic yard (cubic meter). This price sha11 be full compensation �or �urnishing a1� materials, �abor, equipment, tools, and incid�ntals necessary to complete the item, 152-4.3 For '�Muck Excavation " payment shall be made at �he contract uni� p�ice per cubzc yard {cubic meter). This price sha�l be fu11 compensation for furnish.ing al� mate�ials, Zabor, equipment, tools, and inciden�als necessazy to cample�e the i�em. 152-4.4 For " Dzainage E�cavation " paym�nt shall be made at the contract unit price per cubic yard (cubic meter). This price shall be �ull compensation for furnish�ng a�1 mat�rials, labor, equipmen�, tools, and incidentals �ecessary to complete �he item. 152-�,5 Far "Borrow Excavation " paymen� sha11 be made a� �he contract unit price per cubic yard (cubic meter). Thi� price shall be full compensation �or _£urnishing al� ma�erials, �abor, �quipment, �ools, and incid�ntals necessary to comple�e �he i�em. I52-4.6 For "Stockpiled Material " paymen� shall be made at the con�rac� uni� price_per cubic yard (cubic meter). This price shall be full campensat�on fo� furnishing a11 materials, labor, equipmen�, tools, and incidentals necessary to cnmp�ete the item. 152-4.7 For "Embankment in Place" payment sha1l be made at the cantract unit price per cubic ya�d �cubic meter}. This price shall be �ull compensation for furnishing all materials, �abar, equipment, tools, and incidentals necessary to complete the item. Payment wi�l be made und�r: Item P-152-4.1 Item �-�52-4.2 Item P-252-�.3 unclassified Excavat�an--per eubic yard (cubic meter? Rock E�cavation--per cubic yard (cubic meter) Muck E�cavatian--per cubic yard {cubic meter) P�152-12 � � i ztem F-�52-4.� Item P-152-4.5 Item P--152-4.6 S�etn P-152-4.7 ASTM D 698 ASTM D 1556 ASTM D� 1557 ��STM D 2167 Drainage Excavation--per cubic yard (cubic meter} Borrow Excavation--per cubic yard (cubic meter) . S�.ockpiled materia7.--per cubic yard (cubic meter) Embankment in Place--per cubic yard (cubic meter} TESTING REQUIREMENTS Te�ts for Moi�ture-Density Relations of 5oils and �oil-Aggregate Mixtures, LT�ing 5.5-pound (2.5 kg) Rammer arad 12-inch (300 mm) Drop Test �or Densi�y of Soil In-Place by �he Sand Cone Methad ' Tests for Moisture-Den.sity Relat�ons of Soi1s and SoiJ.-Aggregate Mixtures, Using 10-pound ( 4. 5 kg ) Rammer ,and 18 -- in�h ( 4 5 cm} Drop Test for Densi�y o� Soil Tn-Place by the Rubber Balloan Method. END OF TTEM P-1.52 P-152-13 f� M{)lliFI��TI[�lY� T� I7'1+:1VI I'-15� LIl4�.-TI�LA'i'�D �U]3�I�AD� TI7e �xi�o�+i�c�ns of� l�eru F-1 �5 shall be �p�li��l�5� e�ce�l �s r�,c��lif��cl �relow: y����.�: CcxmnYer�jal lime slur�•}� sh�il cs�r�,�nt�m xv khe rt�cjuir��il�nts �or �r�d� 2�. 1��-�5.�: i�ry �����rr�ent �r��i] �r�� f�e ��e�nvtted, Lin�e s3ia�l he �l��:ed L�Y slure}+ rr�e���c�d, �]clet� ��h�aaragraph �. ���-fi.4: r�. '1"1ze fielc� c��n�ity �rf Ch� c�rnY�����c� �tux��trc� Slitill 13� �L �t'.�5� �S �?�1-C211i csf [hc� maximum cien�i�y cxf l�l���r$tory sp�cin7e��s }�eepared frc�m �attii���s tak��n f��>r�� th� rr��ieri�3 ftt plt�ee b. '�f'lze r�toz�l�i r� c:c�nteT�� o�' ���e� s7uxlufc �� �.l��. sE fart �x�� cnrr���clii�r� �h�� I rrt�� I�� l��inw 1�,e�-c�nta�;� �oiiYt a�ove tt�c o}�timam ��.nis[ur� cc�ntent nor niore lk�a� ��trcenta�e pc�iG��s al�uv� thc c�pEia�k�rr� mc�jslure cc,nren�. �5�-fi.C�: �han�e the Fir�t s�y.nl�r�c� ��f il�i� �a�agra}��� �a re�d as �'c�llc�v+r�; Tl�� tliick«e�� of lhe li�r�e-lr��lc�i sul�gra�c s��l] be sie��er�iisi�:d b}� d���h ��s�s o� core�� �{tk�� al in��rv�i� xc� �iY�t ca�k� ��s� �l�Kw�l r��fe�cn� ��o rt�oi�e [���r� 500 �q��rc ya�•rls (�2� squar� r�ieters). ���-7.� L,i�r�� �uil] t�o� �e ��a�d �e�a���e�y_ The cc�st of lE�nc s�s:�11 be in�lu����d in ti�e pay �t�m �o�• �ime ��e<��eci ���h�r�cie�, �a�id �.� iridica�ed �t� �e.�Ri�sn ] �5-�. l.1. 1S'S-!i.! Yayme�l fn� lirr�e ���e����� s�bgradc sFr:ilE �3� f11�i�� hi Lh� �`t.��Li'�C.� �lf11[ �Tli�w p��r wc���a�-c yaR'cl f�r tllc lir�e-tre:�ted �u�rg;-��i� e��' [he t1�i�:kriess spcci�'icd, 7'his price sl�nl l be fu�! ct�r���n�a�ion �`or Furni�l�i�� �!] r��,�eria�; i�iriudityg l�me a��aiied at []re s�ecif�ed r�t��e per s�u�re ��ard. �i��-I�l+Jin� �EI �rc��t•�iion, dclive3•�. �l;�cin�, niixii7� and ir�c:t�r�aor�xlia[r o� Rhi� rr�ai�ri�l; �nd I�r aJt �abnr, eqLtipme�rt. ic�cx�s, and i�cid�n�a�� n�ccs�ai-►� tn c�s�r�lcic l�tis itcm. ���-$.� I��LFTI+. x x/ 2/ 9 o AC 15015370- � QA I��� �-1�� L1iV���TRl�AiFD SU����� ����RI�iIOi� ���o'i.1 This item shall cansist ofi constructing one or mare coursEs of a mixture of soil, 1ime, an� water in accordance witt� this specifcation, and in conformity with the� lines, grades, thick�esses, and �ypicaf cross sections showr� on the plar�s. r �����CQ�� 155n�.1 HY��TED LIIVYFc. Hydrated lime shall conform to the requiremen�s of ASTM C 977. � 155n�.� COfV1M��CIAL LIM� S�U��Y. Commercial lime siurry shall be a pumpable _ suspension ofi solids in waier. The water or liquid portion of the skurry shall not contai� ' dissolved material in sufficier�t qu�ntity naturalEy injurious or objectionable for tY�e purpose � I inter�ded. The soiids }aor#ion of the mixture, when considered on the basis ofi "'solids content," shall consist principally of h�drated lime of a quality and fineness sufficient to �� meet the follawing requiremen#s as ta chemical composition and r�sid�e. a. Ch�mical �omposition. Tf�e "sofids content" of t�e lime slurry shall cansist af a rninimum of 70%, by weight, of cakcium and magnesium oxides. b. Residue. The �ercent by weight of residue retained in the "solids cont�nt" of lime slurry sY�a1i conform to the following requirements: Residue retain�d on a No. 6�33fi0 micran) sieve -�-�-- Max. 0.0% Residue retair�ed on a No. 10 (2DD0 micronj si�ve ----- Max. 1.0% Residue retained on a No. �0 (590 micran) sieve ---�-- Max. 2.5% c. �rade. Commercial lime sl�rry shall conform to one of the following tvuo�grad�s: Grade 1. The "dry salids eontent" shall be at least 31 % kry weight, ofi the slurry. Grade 2. The "dry soiids content" shall bE at lea�t 35%, :_ by weight, of the slurry. � I 'I�5��,3 WA���, Water used fvr mixEng or curing shaq be reasonably clean and free of � oil, salt, acid, afkali, sUgar, vegetab{e, ar ather substances injurious tv the firiished product. Water sY�all be tested in accardance with and shaEl meet the suggested requirements of � � AASHT4 T 26. Water known to be of potable quality may �e used without test. ����2,4 Sbl�. The soil for this warlc shall consist of materials on the site or sel�cte� , materials from ather sources and shall be unifarm in �uali#y and gradation, and shall be approved by the Engin�er. The soil shafl �e firee of roo�s, sod, weEds, and stones larger ihan 2-�I2 inches (60 mm). COiI��OSl�I8R3 �5�-3.1 LEIlII�, Lime shall be applied at the rate specified on the �lans for the depth of subgrad� treafinent shown. 155a3.2 TOLEf��lCES. At fnal campactian, th� lim� and water content for each course of subgrade treatment s�all canform to t�e following tolerances: Material Tolerance Lime + 0.5% Wat�r + 2%, -0% 4,V�AiW�� �If�l�'AiI�N� 155�4.1 4�11��4iHER LIi�ITAiIORl. Tha lime-treaied subgra�e shall not be mixed while the atmosph�ric fem�erature is �elow 40 F(4 C) ar when conditions indicate that temperatures may fall below 4� F(4 C} .within 24 haurs, when it is foggy ar rainy, or when soif or subgra�e is frozen, � �{�Ll[�iW�N� 155�5.1 I�QUIPi�EfdT. The equipment required shall in�fude al� equi�ment necessary to camplete this item such as: grading and scaritying equipmenf, a spreader for the lirne or lime slurry, mixing or pulverizing equipment, sh�epsfoot and pneumatic or vibrating rolfers, sprinkling �quipment, and trucks. �ON�Y�U���OR� ��ib��� � 55�6.1 G�P��RAoL, It is the primary requirement of this specifcation to secure a campieted su�grad� cantaining a unifiorm lime mixture, free from loose ar segregated areas, af uni#orm density and moisture content, well baund for its full depth, and with a smoath surface suitable for pfacing subsequent courses. It shal! be the respansibility of the _ Contractor to regulate the sequence flf hislher work, to use tF�e proper amount of lime, maintain the work, and rework the courses as necessary to me�t th� abor�e requireme�ts. Prior to beginning any lime treatment the st�bgrade shal! be constructed and brought to grade as sp�cified in Item P-� 52 "Excavation and Embankment" and shall be shaped to canform ta fihe typical sections, lines, and grad�s as shawn an the plans. The material to b� tr�ated shall then be excavated to the secondary grade (proposed bottom of lime treatment) and removed or windrowed to expose the secondary grade. Any wet or unstable materials below �the secondary grade shall be corrected, as direcfed by the Engineer, by scarifying, addir�g lime, and compacting until it is of uniform stab�iity. The excaysted materiak shall then be spread to the desired cross sec�ion. kf the Contractor elects to us� a cutting and pulverizing machine that will remove the subgrade materia! accuratefy to the secondary grade and pulverize the material at the same time, he will not be �equired to expose #he secondary grade nor windrow the materiaf. However, fhe Contractor shal! be required to rofl the subgrade, as directed �y the Engineer, and correct any soft areas that this roEling may reveal befiore using #he pulverizing machine. T�is method will be permit�ed only where a machine is pravided which will ensure #hat the mafErial is cut uniformly to fihe proper depth and wh9ch has cutters that wilf pfane the secondary grade to a smoath surface over the entire width of the cut. The machine must give visible indicatian at all times that it is cutting to the proper depth. 7��-6.2 �PPLiGATIOfV. Lime shal! be spread only on that area where the frst mixing operations can be completed during the same working day. The application and mixing of lime wit1� fhe sail shall be accomplished �y the, methods I�ereinafter described as "Dry Plaeir�g° or "'Slurry Placing." When hydrated lime is spec�fied, the Contractor may use eiiher method. a. Dry �lacing. The fime shall be spread uniformly over the top af the subgrade by an ap�rov�d screw-type spreader box or ot�er approved spreading equipment. Th� amount of lime spread shall be the amount �'equired for mixing to the specifed de�th which will result in the percentage determined in the �ob mix f�rmula. The lime shall be distributed in such man�ter that scattering �y wind wi�l be minimal. L�me shall not be appiied when wind conditions, in the opinion of tl�e Engineer, are detrimen#al ta a proper appiicaiion. A motor� grader shall not be use� to spread the lime. The materia! shall be sprinkled, as directed by the Engineer, until the proper moistur� content has been reached. b. Slurry �lacing. The lime shal! be mixed with water �n trucks with approved �istributors and applied as a thin water suspension or siurry. Cammercia! lime slurry shall be applied with a lime percentage not less than that applieable for the gra�e used. The distribution of fime shall be a�tained by successive pass�s over a measured section af subgrade until #he proper amount of fime has been sprea�. ihe amount of lime s�read shall be the amount required for mixir�g to the specified d�pfh which wil! result in th� percen#age determined in the job mix formula. The distributor truck shal� continuaHy agitate the sEurry fo keep the mix#ure uniform. - 155dfi.3 �IXING. The mixing procedure shall be the same for "Dry Placin�" or "Slurry Placing" as hereinafter described: � a. �irsf iUYixing. The full d�pth of the treated subgrade shall be mixed with. an approved mixing macfi�ine. Lime �i�ail not be {eft exposed for mare than 6 hours. The mixing mach�ne shal! make twa coverages. Water shafl be added to the subgrade during mixing to provide a moisfure cantent above the optimum moisiure of the mat�rial and to ensure chemical action of �he lime and subgrade. After mixing, the subgrade shall be lightly rolled to seal the surfac� and help prevent evaparation of maisture. The water content af the subgrade mixture shalf be maintained a# a maisture content abave the aptimum moisture con#ent for a minimum of 48 hours or until the ma�erial becames friable. During the curing period, the materiai shall be sprinkled as directed. During the interval of time between applicafian and mixing, lime fhat has been exposed to the apen air for 6 haurs or more, ar to ex�essive loss �ue to washing or blowing will not be aecepted for payment. b. Final iVYixir�g. After the requir�d curing time, the material shall be uniformly mixed by approved mefhods. If the mixture contains cfods, ihey shall be reduced in size by blading, discing, harrowir�g, scarifyfng, or ih� use of other appraved pulverization metf�ods so that the remai�der of the clods shall meet the follow�ng requirements wh�n tested dry by taboratory sieves: Percent Minimum o� clods passing 1-1121 inch sieve 100 Minimum of ckods passing No, 4 sieve 60 'i���fi.4 COMPAGiION. Compaction of the mixture sha{1 begin immediately after final mixing. The material �hall be aerated or sprinkled as necessary to provide optim�am maisture. The field densi�y of ti�e campacted mixture shail be at least 93 perc�nt of tha maxim�m density of laboratory specimens prepared from samples taken fram the materia! in place. The specimens shalt be compact�d and tested in accardance with ASTM D 698, The in-place field d�nsity shall be determined in accordance with ASTM D 1556 or ASTM D 2167. Any mixture that has not been campacted shall nat be keft undis�urbed for more than 30 minutes. The moisture content of ihe mixture at the start of compaction shall no# be below nor more than 2 percentage points above the optimum moisture content. The optimum moisture conte�t sha11 be determined in accordance with ASTM D 698 and shall be less than tha# amount which will cause the mix#ure to become unstable during compac#ion and finishing. Tl�E material shall be sprinkled and rnlied as directed �y t�e Engineer. AI! ir�egularities, depressions, or weak spots which develop shall be corrected imme�iately by scarifying the ar�as affected, adding or rernoving material as required, and reshaping and recampacting by sprir�kling and rolling. The surface of the cou�se st�alf be mainta9nad in a smaoth condition, free frflm und�lations and ruts, until other work is placed thereon or �he work is accepted. In addition to the requirements specified for densi#y, the full depth of t�e material shown on the plans shall be cnmpac�ed to #he exfenf necessary to remain �rm and stable under cor�struction e�uipment. After each section is completed, tests will be made by the Engineer. If the materia! fa91s to meet the density requirements, it sha11 be reworked ta me�t these requirements. Throughaut this entire operation, the sha�e of the cours� shall be maintained by blading, and the surface upan completion shall be smooth and shall canform with the i�ypicai section shown on the plans and to the esfablished lines and grades. 5hould the maferiaf, due to any reason or cause, lose t�e reguired stability, �ensity, and finish before the next course is placed or the work is accepted, it shall be recompacted and refinished at the sole expense of #he Contractor. 1�5�6.� Fif�lS�ilP1G ARlD CURIIV�. Aftee the fina! layer or course of lirne-treat�d subgrade has been campacted, it sh�all be brought to the required lines and grades in accordance with the typical sections. ThE completed section shalE then be fnished by rolVing, as directed, with a pne�matic or other suitable raller sufficientfy light to prevent hair c�acking. The finished surface shall not vary more than 318 inch (9 mm) when tested with a 16-foot {4.8 me�er) s#raighfed�e applied parallel with and at right angies to the pavement cen#erline. Any variations in excess of this tolerance shall be corrected by ihe Contractor, at hislher own expense, in a manner satisfactory to the Engineer. The completed sec#ion shaR be moist-cure� for a minimum o# 7 days before further courses are added or any traffic is permitted, - unless atherwise directed by the Engineer. Subsequent courses shall be applied within 14 days after the lime-treated subgrade is cured. 1��-fi.6 ib1CKP��SS. The thickness o� fhe lime-treafed sub�rade shall be �determ�nEd by dep#h t�sts or cores faken at intervaVs so that each test shall re�resent no more than 304 square yards (250 square meters). When the base deficiency is more t1�an 112 inch (12 mm), the Contractor shall correct such areas ir� a manner satisfactory to the Engineer. The Contractor shall replace, at hislher expense, the base material where barings are taken.for test purposes. 15��6.� IV�AINY�AIAhlC�. The Contractor shall maintain, at hislher own expense, the entire fime-treated subg�ade in good condition from the start of work untii all #he work has been complete�, cured, ar�d accepted by the Engineer. �f1�THp� 8� i�ER�UR�M�fdi 15�0�.1 The yardage ofi I�me-ireafed subgrade to be paid fior shal! be tfi�e number of square yards (s�uare meters} compleied and accepted. 15���.2 The amoun# of lime to be paid far shall be the number of pounds (kg) o'f hydrated lime {or the calculat�d dry-lime content o# the lime slurry) used as authorized. �ASIS OF �AYfl�I�Rli 1��-�.1 Payment sha{I be made at the canfract unit price per square yard (square meter) for the lime-treated s�bgrade of the thickness specifi�d. The price shall be full compensation for furnishing all material, except #he lime, and for all preparation, delivering, placir�g and mixing these materials, and al1 labor, equipment, toois and inciden�als necessary to complete this item. 1�5�8.� Payment shall be made at the contract unit price per pound (kg) of iime, This price shall be fufl compensation for furnishing this ma�erial; for all delivery, placing and incor�oration of this material; and for all labor, equipment, tools, and incidentals necessary to complete tF�is item. Payment will be made under; Item P-155-8.9 Lime-treated subgrade--per square yard (square meter} ltem P-155-8.2 Lime--per }�ound (kg) i �� � �r�sr��� R��ui������r� �� ASTM D�98 Moisture-Density Relatians of Sails and Soil-Aggregate Mi�cfures Using 5.5 Ib (2.49 kg} Rammer and 12-in. {305 mm} Drop ASTM D 1556 Density of Soil in Pface �y the Sand-Cone Method ASTM D 2167 Density and Unit Weight of Sail in Pface by the AA5HT0 T 26 Quafity of Water to be Used in Concrete M�TERIAL R�QU[RE�flE[�iS ; ASTM C 977 Quicklime and Hydrated �.ime for Soil Stabilizafion ' �N� 8� [��� �01 �� -------------------------------�------___W_W-___---------------------------- I� I� �� �S�4 PAVEMENT REMOVAL DESCRIPTION SS-4-1.1 This item shall consist of the removal af pavement in the area and ta the �ines shown on the plans. CONSTRUCTION METHODS �S-4-x.� The Contractor may use any method available for the removal of the pavement; � pravided, however, that the mefihods and equipment does not cause damage ko the paveinent not �� designated for removal. The Contractor shall be resporisible for the satisfactory repair or replacement of any pavemeni outside the designated removal area which may be damaged during � the rernoval operatior�s. Cost of repair or rep�acement of damaged pavernen# sha11 he the sole � responsitaiiity of tbe Cantractor. Concrete �ar repair and replacement of damaged concrete , pavement shall have a compressive strength of not less than 6,OOQ psi at 28 days. SS-�4-�.�� The Cantractar shall be responsible for the nff site disposal of aI! concrete and other pa�ing materials removed, unless ot�.ezwise di�ected. All costs of transparting and dispasal shall be the sole responsibility of the Contractor. SS-�0�.3 The Cantractor shall at all times keep debris resulting from the pavement removal removed from pa�ed surfaces adjacent to the work area. METHOD OF MEASUREMENT SS-4-3.1 TI�e area of pa�ement removal shall be measured by the square yard. BASYS OF PAYMENT SS-4�4.1 �ayment will be made at the con�ract unit price per square yard for pavemen� removal. This price shall be full campensation for all labar, materials, equipment and incidentals necessary ta complete the item. Payment wiIl be made under: SS-4-4.1 Pavement Rsmoval -- per square yard i� I'�l N��D1T'1�ATI�?�� "X`D ���TIDI� Q1��i� �FtOSiCl�2 �'�D �EC�i14���1T �(11V�1'Y��L T1UI�IVC� �C��,�T3��C:T1{)N '3'he p�avisio�s s�i` So��ior� Q�SG$ sha1C be��p�Ei�ti�3e �xGcpt 2�s n�o�r�e� a� followx; Add the �o1lo�vir�g: 1.Q1 �dd thc foll�rwing to �1�is �ctian; jt is llYe �on�rss�lor's rc'wpons�bilit�+ [o secu�e �ny ����r4i, 5iate crr L.oc�] p�ernu�s th�E n�;�y b�� rc�lvi�'ed and �o f�le sny �equi�cJ n{,li�:cs �rr h]r,�G�e t�f le�ter�l �w�E1� lhc ���ropra,r[� F�rlerai, St�[e or L.ac.3k �a���E3tc�r� :M��nc:i�:s. �t �hs�11 be the (;olnt�-��tr,r°s rfisponsi�ili�y to �arK�.�a�-e :�r� a�ce�tal�le �t�rnz V4'�ater Poltu#ion �'reventran i'I�}n (Si�i�3�') a��d sui�n�it suci3 pl�y�r tu lhc K�gprupxir�te reg��l;xtory au#�or�l�es. �I.� 3�I�'I'ELCIi] �J�' 2�11+sA�CTKF.l4tEi�l'C ��orm W:�t�f P�il���o� I'r�venti�r� �'t:�n s#�Erll b� ri�e�sure:d �s i�tn� surr�. h. 5i�t fe�tiee shal] be m�te����d i�y �17� lii��ar i`oal, �I�� �ra3c siit b7rrier s�tall be me�s�recl by tite 1i ne�� �`aot_ d. Rocic befr� s�j� b��r�er �h:�ll be �easnr�d by �l�e l�n�ar fu�a�, S.Q �iA�YS [��' �'A'Y,�1ElY7' 1�a��rrr�n� for SW3P shall b4 m�itS�e �it CUnlfu�i ul�tt �rlc� �f �ump s��n. P�y�t�eck� fs�t sil[ tenc� ��al! be m�de :�t �he can�r�t� t�niC pn�� per Ci��c;tr fon�_ I'avm�ri� for huy b�lc si�� b�rrEer sh��C� 1>e i��ad� at th� contract un�t prit�c: per �ir��ar f`o�4, Payrnen� For r€�ck berm s�l� bflrr�c:r shal! be m�xde ��� the �:or�lruc:[ u���! ��rice pe� ]in�:�r F�ok_ '1'!�c p�c� s��,ll be Full co��rpe�nsa�ion for fue�isl�3ng a�� nx�re�rals, �nd f�r �tll prc�r;�ra�i4�i�, er�c[idn nnd i��s[allation ot t���e r�a��ri�1s, �nd far ail labar, equi�m����, t�ot� and rnc�oun�a�s nacessa�y [o Ci]IS3����� tfY� llC,l1�. 015C�� 1v�OD-1 09�fi� �ROSIC7N AAlb SFD119��Ni COAli�DL DURIRlG CQNS�F�UCi1l�N �.DD GEN�RA� 1.01 WORK INCLLlDED Fur�ish labor, materials, equipment and incidentals necessary t4 provide erosion and sediment co�trof for the durafion of the canstruction period incfuding fumist�ing, instalfing and maintair�ing erosian and sediment contrfll structures and procedures a�d the proper removal when no longe� required. ihe intent of this specification is tn provide guidelines for the Contractar to adhere to all S#ate, Fedefa(, and Local environme�tal regulations. It is afso the intent to provide preventive measures to keep sediment from entering any siorm water system, inci�ding npen c�annels. It is fhe Contractor's respflnsibility to adhere ta a19 State, Federal and Local requirements. While the Resident Representa#ive may reqt�ire khe C�ntractor to install erosion cantroi de�ices during cortstruction, this wilf in na way relieve the Contractor of his responsibilaty. 1.02 QUAI�ETY ASSURANCE A. Comply with applicable requirements of afl governing authorities having jurisdic#ion. The Specificatians and the Plans are not represented as being compreh�nsive, but r�ther ta convey the int�nt to provide eom�lete slvpe protection and erasion canirol for both the Owner's and adjacent property. B. Erosior� controE measur�s shafl be established at the beginning af construction and maintained d�ring th�. e�tire length of construc#ion. On-site areas which are subject to severe erosion and off-site areas which are especialfy vulnerable #o damage from erosion andlor sedimenkation are to be identifed and receive additianal erasian corltral measures as directed by the Owner, the Engineer, ar the Resicfent Representative. C. All land-disiurbing acfivities sha11 be planned and conducted to minimize the size of ihe area to b� exposed at any one time and_to minimize the time of ex�osure. D. Surface water runaff originating upgrad� of exposed area shall be controlled to reduce erosion and sediment loss d�ring t�e periad af exposure. E. When the increase in the peak rates and velocity of storm ►ivafer runoff r�sulting from a iand- disturbing activity is sufficient to cause accelerated erosion of the receiving ditch ar stream, the Contractor shall instatl measur�s to contral fapth the velocit�r and rate of release so as to minim�ze accelerated erosion and increased sedimentatian of the stream as direcied by the Owner, the Engineer, ar the Resident Representative. F. All land-disturbing activities shall be planr�ed and canducted so as to minimize off-site sedimentation damage. G. The Cantractnr shall be respansibfe for peri�dically cleaning o�t and disposing af all sediment once the storage capacity of the drainage feature or structure receiving ihe sediment is reduced by one-half. The Contractor shall also be responsible for cleaning out and disposing of ai1 sediment at t1�e time of completion pf the Work. 1.03 SLiBMITTALS Erosiort and 5ediment Can#rol During Constructior� 07568-7 L�5 6-'� 6-94 Submittals shall be in accordance with 5ect�on 0�300, SLJ�M�l7f�LS. Record Data for variaus erasion a�d sediment co�trol devices. 1.D4 STAI�QARDS jN�T U5ED] 1.Q5 DELIVERY ANO STORAGE [�1DT USEDj 1.06 .fOB CONDIi10NS; C��ES AND ORDINANCES Gomply with the local codes and ordinances. If local codes and ordinances require rnore stringent or additional erosion and sedim�nt control measures during canstruction, Cont�actor shall provide such measures. '1.07 �PTIONS [NOT IJSED� 1.08 Gl1ARANTEES [�[OT LJ5ED] 2.40 PRODUCiS 2.fl1 MATERIALS A. SiRAW BAL�S: 5traw baies shal! weigh a minimum af fi�ty (50) pounds and shall be at least 3Q" in Isngth. Bales sh�ll be campased entirely of vegetable mat#er and be free of seeds. Binding shall be either wire or nylon string, jute ar cotton binding is unacceptable. Bales shall be �sed for not morE than three months before being r�placed. However, if weather conditions cause biv4agical degradation of the straw baies, they shal� �Ss replaced sooner than the three month time period to prevent a lass of structura! 9ntegrity of the dik�. . B. SaL7 �ENC�: Silt fence fabric shall b� a nylon reinforced polypropylene fabric which has a built-in card running #t�e entire length of the top edge of #he fabfic. The fabric must meet the follawing minimum criieria: Tensile Stre�gth, ASTM D4832 90 Ibs., Puncture Rating, ASTM D4833 60 Ibs., Mullen Bursi Rating, ASTM D3786 20Q psi, Ap�arent Open�ng 59ze, U.S. Sieva Na. - 4Q Silt fence sha{l be "�nv9ro Fence" preasser►-�bled silt fence, AMXCO 5ilt Stop prefabricate� siEt fence, AM�CO Style 2155 preassembled silt fence or approved equal, C. 51�7 �ENCE P�STS; A minimum 2" x 2" (naminal} x 54" pressure treated w�od posts af lVumber 2 Grade sauthern yelfow pine ar approved equal. D. SAND BAG: Sand bag material shall be polypropylsne, paiyethyaene, palyamide or cottor�, burlap woven fabric, minimum unit weig�t four {4) ounces per square yard, mullen burst strength exceeding 300 psi and ultraviolet stability exceeding 70%. Length shall he 24 to 30 inci�es, width shall be 1 fi to 1 a inches and thickr�ess shall be six (6) to eight (8) inches and having an appraximate weig�t of 4Q pounds. Sand bags shall be fiiled with coarse grad� sand, free from deleterious material. All sand shall pass t�rrough a No. �0 sieve. E. P.V.C. PIPE: Pipe shall be SDR-35 poly�iny! c�loride having a minimum nominal internal diameter of 4". Pipes shaE� b� sized for anticipated flows. �rasinn and Sediment Control pueir�g Const�uction 01668-� LDS 6-16-94 F. SOIL RET�i�TION BLANK�i: Svi! retention blankets sfi�all consist of a geocomposite of excehsior or fiber blanket with an extrud�d plastic net attached to the tope side. ihe plas�ic net shal! be photodegradable and the excelsior 4�- fiber hiankst si�alf be made smoider resistant without the use of chemicals. Soil �etention �lanke�s shall be high velocity type to resist severe ru�off. 7he soil retention blanlcet sha{l be or�e (1) afi the fallowing classes and types: 1. Ciass 1. "Slope Protection" a. Type A, Slopes of 3:1 or flatter - Clay so�is b. iype B. Slopes of 3:1 or flatter - Sancty soils c. Type C. Slopes steeper than 3:7 - Clay soils d. Type D. Slopes stEeper than 3:1 - Sandy soils 2. Class 2. "Fiexible Channel Liner" a. Type E. Short-term duration (!Jp to 2 Years) Shear 5tress (tn)� 1.0 Ib.lsq. ft. b. Type �. 5ha�t-term duration (Up to 2 Years) Shear Stress (t�} 1.d to 2.0 IbJsg. ft. c. Type G. Long=terrn duration (Longer than 2 Years) Shear Stress (t�} > 2.0 to �� 5.0 IbJsq, ft. d. Type.H. Long-term duration (Langer than 2 Years) Shear Stress (t�) gr�ater tY�an 0 Equal to 5.Q Ih.lsq, ft. The Contractor has tt�e option of selecting an approved sail retention blanket provided that seiection can#orrns to the following list of appraved soil retention blankets for slope protection applications: 3. CLASS I, SLOP� PR�TECTION � a. TYPE A: Slopes of 3: � or Flatter-Caay 5oils 1) Airtral�ANT�-WASH�IGEO.]UTE� (Regular) 2) Contech Standards� i 3) Conteci� Standards PIusQ 4) G�en Triangle Regular� � 5) Green Triangle Superior� �L 6) GREENSTREAK� PEC MAT 7) Curlex� . f 8) EVar�h Amer9can Green� 5150 9) North American Green� S7� 10) lVorth American Green� SC150 11) P�LYJUTET"' 40fi1G7 12) SOIL SAVER� 13) TerraJuteC�? 14} Verdyol�] ERO-MAT� 15) Xcel Regula� 16) Xcel Superior� " b. TYFE B: Siopes af 3:'i or F�atter Sandy Soils 1) Contech 5tandards� 2) Contech Standards P1us� 3) GEOC�IR�IDEKOWE� 700 4} Green T�iangke Superiorff�? 5) Green Triangle Regulart� 6) .North Amer)can Green� S75 i) �Vorth American Green� SC1�Q � 8) Nart� American Green� 515b Eeosian and 5ediment Cont�n� �uring Construc#ion 07568-3 �DS 6-16-94 9) I�OLYJUTET"' 40TIG7 10) TerraJute� � � ) Verdyol� ERD-MAT� 12) Xce] Superior� • 93} Xcel Regula� c. TYPE C: Saopes Steeper thar� 3:1-Clay Soiis 1) Airtral� 2) ANTI-WASH�IGEQJU'T�� {Regular} 3) Contech Standards Plus� 4) Curlex� 5) Gre�n TriangEe Su�erior0 6) GREENSTREAK� PEC-MAT 7) North Americar� Green� SC150 8) � Narth Ameri�an Green� 515� 9) POLYJUTE7M' 4�71GT 10) SOIL SAV�R� 11) TerraJute� 12) Xcel 5uperiorc� d. TYPE �: Slopes Steeper than 3:1-5andy Soils 1) Contech Standards Plus� 2} GEDCOiR�IDEKOWE� 700 3} Gresn Triar�gfe Superiar� 4) North American Green� S950 5) North American Green� SC�50 6) POL.YJU7�T"' 407GT 7) ierraJute� 8) XcelSuperior� 4. CLASS ll; FLEXIBLE CHA�IN�L LINER �ROTECTION jNo7E 70 SP��IFIER,� T�pe Dg�janatinn is based unan Shear Steess at Flfflaximum D�p�f� ft�� �t�] = YdS where Y= Unit INeictF�.t of llldater [62.4 L.bslFt31_ d= Estimaied g�Oth of �'low at IVlaximum Depth __ � 5��4vera ,�ye 5iooe of Channel {battom or ene�Dy_qradien#)� e. TYPE E: Shear Stress (t�) 1} c 1,0 LbslSq Ft 2) GEDC��R�IDEKOWE� 904 3) Hi-Velocity Curlex� 4) Xcel� Super Duty� f. NPE F: Shear Stress (t�j 1) 1, 0- 2.0 LbslSq Ft 2) GEOCOIR�IQEI�OWE� 900 3} Hi-Veloci#y Curfex� �} Xcel� Super Duty� g. TYPE G: 5hear 5trsss (t�) 1} > 2. � Lbs1Sq Ft � 6.D LbslSq Ft 2) BonTerra� SFB12 3) Enkamat� 7020 4) GR�ENSTREAK� PEC-MAT 5) LAN�LOK ERCM 45� Er�osian and Sedimenf Contrroi �u�ing Cot�struction �'���8� L�S B-'{ 6-94 6) MIRAMA71D00 7) Narih American Green� P300 S} Z�I�SAR� �rosion Blanket 7B-10Q0 h. TYP� H: Shear Stress (t�) 1) > 5.0 LbslSq �t 2) BanTerra� S�B12 3) EnicamatQ�3 702Q 4) GREENSiREAK� PEC-MAT 5) LANDLOK ERCM 450 6) MIRAMAT 1000 7) �korth American Green� P300 8) TENSAR� Erosion Blantcet TB-1 a00 G. FILTER AGGR�GAT�: Class 1 Aggregate �ill in accordance with Sectian 02256, AGGR�GATE F1LL CLASSIFICATIONS. _ H. C�NCR�TE MA50f�RY UNITS {CMU): Naminal 8" x S" x 16" hallow concrete rr�asonry units unless indicated otherwise. CMU shall meet the requiremen#s of AS7M C-90, Grade N. _ I. FASTENERS: Fasteners shall conform to the requiremenks of the various soil retentio� blanket man�facturers. J. STONE S7ABILIZATIOt�: Class 4 Aggregate Fill in accordance with Section 02256, AGGREGATE FILL CLASSI�ICATIONS. ' K. GEdTEXTILE -�ROSfOt� COt�'iROt: Geatextile shall be in accQrdance with Section p2263, GEOTEXTILE - EROS101V CO�VTROL. 2.02 MIXES [NOT USED] 2.Q3 FABf21CATiONS (�VOT USED] 2.04 MANUFACTURED PRDDUCTS [NOT lJSE�] 3.00 EXECUlION 3.0'i PREPARATION [NOT USED] 3.02 l N STALLATIO N A. TEMPORARY STRAW BAL� DIKE � 1. Straw bales shail be embedded a minimum af 4" and securely anchored using 2" x 2" wood stakes drive� through the bales into the ground a minimum of 6". Straw bales are � ta be plac�d dieectly -adjacent ta one anather leaving no gap between them. . 2. Bales shall be placed in a single raw, I�ngthwise on proposed line, with ends of adjaceni � bafe5 tightiy abutting o�e another. In swakes and ditches, the barri�r shall extand to such � a length that the battoms of the end bales are higher in eievation than the tap of the lowest middle-bale. Additional baies s�ail be placed behind the first row where the bales i abut each_ather. ihe additionai bale is used to prevent unfiltered runoff from escaping � between the bales. �Posion and Sed�ment CantPal 9uring Construction Q"��68�� l.DS 8-16-94 3. The excavated soi{ shall be backfilled against the barrier. Backfill shall confarm to ground level on the dawnhill side and sha�l be built up to 4" above ground level on khe uphill side. Loose straw shall be scattered over the area immediately uphiil from a straw barrier. B. S�LT FENCE The purpose of a silt fence is to inter�e�t and detain water-borne sediment from unprotected areas #o a limited extent. The Contractor shall excavate a 6" by 6" trench for site fence bedding along the lower perimeters of the site whEre necessary ta prevent sediment from entering any drainaga system. The Contractor shai] install tF�e silt fence ir� accnrdan�e w�th the manufacturer's recornmendations and instructions. Silt fence is usad during the periad of construcfiion near the perimeter of a disturbed area ta intercept sediment while allowing water to percoiate through. Ti�is fence shafl remain in �Eace until the disturbed area is permanently stabilized. Silt fence shauld noi be used where there is a ca�centration of water in a channef or drainage way or where soil conditions pr�vent a minimum toe-in de��h of 6" or installation of support p�st to depth of 12". Fabric sha11 overlap at abutting ends a minimum af 3' and sha!! be jointed such that no �eakage or bypass occurs. If concentrat�d flow occurs afker installation, corrective action must be taken such as placing rack berm in the areas of concentrated flow. C. SAND BAG BERM 1. 7he purpose of a sandbag berm is to intercept sedirnent-aader� water from disturbed areas such as consfruction ir� steam bads, create a retention pond, detain sediment and release water in she�t flow. 2. A temparary sand bag bern shall be ins#alled across a channel or right af way in a developing or disturbed area and should be used when the contributi�g drainag� area is greater #1�an 5 acres. The 6erm shail be a minimum height of 18", measured from the top of the existing ground at the upslope toe ta the top of the berm. The berm s�all be sized to have a minimum w�dth of 48" measured at the batto�n of the berm and � 8" measured at the top af the berm. 3. The sand bag berm shai! be inspected a�ter each rain. Ti�e sand bags shai� be reshaped or replaced as needed during inspection. A�dit�onal inspections shall !ae made daily by the respo�sibls party and when the silt reaches 6", the accumulated silt shall be rema�ed and disposed of at an appraved sitE in a manner that will not contribute to additional siltation. 7he sand �ag berm shall �e left in placa un�il all upstrearn areas are stabilized and accumulated silt r�maved; removal must be done by hand. D. SOIL R�i�NTION B�NKE7S 1. A soil retention blanket (SRB) is a geotextile or biodegrada�le fabric plaeed over disturbed areas to limit �he effects of erosion due to rainfall impact and runo#F across barren soil. Soil re#ention blankets are manufactured by a wide �ariety of vendors addressing a wide variety o# conditia�s such as �egetation establishm�nt ar�d high � v�iacity flow, BEankets are used in areas which are di#ficult to stabilize such as steep slopes, drainage swales or i�igh pedestriar� trafFc areas. 2. 7he saii retention blanket, whether installed as slope protection or as flexible channei liner, shall be pfaced witi�in �4 hours after seeding or sadding ape�ations ha�e been completed, or as approved by the �ngineer. Prior ta placing the blanket, the area to be co►�er�d shall be relativefy free of aI� rocks or clods o�er �-112" in maximum dimension and all sticks or ather foreign material which will prevent the close contact o#the hlenket wit� the sail. The area shall be smooth and free of ruts and ather depressions. If as a result of rain, the prepared bed becomes crusted ar eraded or if any eroded places, ruts or depressions exist for any reason, the Contractor shall be required to rework the soil until it is smooth and to reseed ar resod 4he area at the Contractor's exgense. �eosian and Sediment Controi Durring Cor�stpuction 01568-6 �DS fi-'16=94 3. Installatian and anchorage of the soil retention blanket shall be in accor�ance with the manufacturer's recommendations. E. PROTECTION OF BAR� AR�AS 1. F. 1NTERCEpTOR SWALE � 2 3. 4. 5. 6. 7. B. 1. Apply seeding and soEl rete�tion blanket ta 6are areas i�ciuding new embankment areas, fills, stripped areas, graded areas or otherwise disturbed areas, which have a grade greater tha� 5% or which will be exposed for more #han 30 days. 2. Bare warking areas on which it is not practical or desirable to inst�ll seeding and sail retention blankets, �s determined by the Engineer, such as areas under proposed ' buiiding slabs, shall be temporarily slo�ed to drain at a minimum of 0.2% and a maximum of 5% grade. These areas shail thsn be "trackvualked" with a crawler dozer traveling up and dawn the slope to farm the effect of �mall "terr�ces" with the tracks af the dozer. Apply a minimum of thre� (3) coverages to each area with the dozer tracks. 3. Route runaif from the areas through the appropriate silt fence system. 4. Rratect earth spoil areas by "t��ckwalking" and silt fer�ces. � Interceptor swalss may have a v-shape ar;�e ���p�zaidal with a flat bottom and side slopes of 3:1 or flatter. These are used to shorten the length of exposed slope �y intercepting runoff and can also serve as perimeter swales preventing aff-site runoff from entering the disturbed area or prevent sediment-laden runof€ from lea�ing the construction site or disturbed area. The outflow from a swale must be directed to a stabil9zed outlet or sediment trapping device. The swales should remain 9n place until the disturbed area is �ermanently stebilized. 5tone 5tabilization shall be used when grades exceed 2% or velocities exceed 6` per second and shall consisi of a fayer of crushed �tor�e 3" thick, or flexible channei finer soil retention blankets. Stabilization shall exter�d across the bottom of the swale and uP both sides of the channel to minimum height af 3" above the design water surface elevation based on a two ye�r storm. Interceptor swale shell be instafled across exposed slopes during construction and should intercept no more tnan five (5) acres of runoff. Swafes shall have a minimum bottom width of 2'-0" and a maximum depth of 1'-6" with side slapes of 3:1 or #latter. Swale must have positive drainage far its entir� length to an outlet. When the slope exeeeds 3%, or velocities exceed 4' per second (regardless of slope), stone stabilization is required. Check dams are also recommended to reduce velocities in the swales possibly reducing the amount af stabiiization necessary. 5wales should be inspected on a weekiy basis � during we# weather and repairs should be made promptly to maintain a cor�sistent cross 5ECtIDf1_ All trees, brush, stumps, obstructians and other material shall be remaved and dispased of so as not #o interFere wi#h the proper functioning oi the swals. The swale shall be excavated or shaped to line, grade, and cross-sectian as required t4 meet criteria specified herein and be free of bank projections or other irreguiarities wf�ich will impede normal fkaw. All earth �emoved and not needed in construction shall b� dis�osed of in an approved spails site so that it will be conveysd to a sediment trapping device. Diverted runoff from a disturbed nr exposed upland area shaii be canveyed ta a sediment trapping deviee. The on-site location rnay need to be adjusted to meet field conditions in order to utilized the most suitable outlet. Minimum compaction for the swale shall be 90% standard proctor. G. ❑IVERSION DIKE 1. A diversion dike intercepts runofF from srnall upiand areas and diverts it away frorrf expased sloPes to a stabilized outlet, such as a rock berm, sa�dbag berm, or stone outlet �rosion and Sediment Control Queing Gons#puction LDS 6-18-94 09 �68-7 struciure. Dikes are ggneraEiy used for the duratian of canstruciion to intercept and reraute runoff from disturbed areas to prevent excessive erosion unti] permanent drair�age f�atures are installed andlor slppes ar.e stabilized. 2. 5tane Stabilization (required for velocities in excess of 6 fps) shall consist of Cfass 4 aggr�gate fiii in accordance with Sectio� 02256, AGGREGATE F1LL CLASSIFiCATIOiVS, and shaii be placed in a{ayer of at least 3" thickness and shall extend a rr�inimum height of 3" above the design water surface up tt�e existing slope and the upsiream face of ti�e dike. 3. Geotextile sha�1 be placed under t�e stone sta�ilization and shali be in accordance with Sectian 02263, GEOTEXTILE-�ROSI�N CONTROL. 4. Diversion dikes shall be installed prior ta and mair�tained for the du�ation �f canstruction and shauld intercep# no more t�an #en �10) acres o�F runoff. Dikes s�all i�ave a minimur� top width of 2'-Q" and a minimurn height of cornpacted fiil Qf 18" measured from the tap of the existing ground at the upslope to� to top of the.dike and having side slapes of 3:1 ar flatter, The soil for the dike shall �e placed in lifts of 8" or less and be compacted to 95% standard pracior d�nsity. The channel which is formed by dike must ina�� positive drainage for its entire length to an outlet. When the slope exceeds 2%, or velocities exceed 6' per second (regardless af slope), stabilization is re�uired. Situatians in which velocities do nat exceed 6 fps, vegetatio� may be used to contral erosion.- 6. Diverted runoff from_ a protected or stabilized area shall have its o�t�et ffow directed to an undist�rbed stabiEized area or into a level spreader or grade stabilization structure. 6. Diverted runoff form a disturbed or exposed area shall pe canveyed to sediment trap such as a rack berm, ternporary sediment trap or sediment. basi� or ta an area protected by any of these measures. H. T�MPORARY STABILIZED CONSTRUCTIU�I ENTRANC� 2. 3. C! The work shall consist of co�structi�g temporary s#abilized consiructian entrances at all entry points to the project site and shal{ remain in place for the duration of the construction period ta prevent sediment from leaving the project site a�d becoming a nuisance in a p�blic right-of-way. This includes all labor and materials associated with installation and maintenance of the enfrance and a sediment trap. Stane Stabilization used for the entrance shall be CEass 4 aggregate fll in accordance with Section 02256, AGGR�GA7E F�LL CLASSIFICATIONS. Geotextile shall be placed under the stone stabiiiza#ion and shall be in accordance with SectFan 02261, SOIL. STABILiZATION. A temporary construction entrance shall�be installed at any point where tra�c will be entering ar leaving a canstruction site to ar fram a pubiic right-of-way, sfreet, alley, sid�walk or parking area. Ti�e purpose of a stabilized constructio� �nkrance is to reduce or eliminate the tracking or #lowing of sediment into grad�d or i�corpora#e a drainage swale to Frevent runoff form Isaving the construction site. The�temporary construction entrance shall be maintained in a condition which will preve�t tracking or flowing of sediment into public right-of-way. This may require periodic tflp dressing with additional stone as conditions demand. Alf sedimer�t spilled, dropped, washed or tracked into public rights-of-way must be removed immediakely by the contractor. When necessary, vehickes must be cfeaned to rema�e sediment prior to entrance onta public righ#-of-way. When washing is required, it shall be done on an area sta�ilized with crush�d stone which drains into an approved sediment trap or sediment basin or otl�er sedimenta#ianlfiitration device. All sediment shall be prevented from entering a�y storm drain, ditct� or wakercaurse using approved methods. LOCA710�[ O� EROSION AND SEDIMENT CO�ETR�I. STRUCTIJRES 1. Locate erosion and sediment cantrol structures as required to pre�ent erosion ar�d rerrroval of sedime�t from the project si�e. Silt fences shall be required for disturbed �eosian and 5ediment Cor�trol �u�ing Canstructinn 0156�-� �DS 6-16-94 areas and soil stackpileslspoil areas. Each silt fence installation shaH have a m�nimum net length (exclusive of embedments into d'+versian dikes or other inefFective areas} of 25'. The runoff from a maximum of one (1) acre �of disturbecl area or s�il stockpiie/ spa�l area shalf be routed thr�ugh any individual si�t fence installation. 2. Install diversion dikes to divert runoff to the siit fenc� installation. 3. 4nstali silt traps at the inlet {upstream) end of the drainage structures, including open channels, through which runaff from disturi�ed areas or soil stockpifes/spoil areas may drain. � 4. Provide an a�erall erosian and sediment contr�l system w�ich protects disturbed areas and soil stockpiieslspoil areas. The system shai! be modified by the Contractor from time ta time to effectively control erasion and sediment during construction. 3.Q3 MA��VTENANCE A. Maintain erosion and sediment contral structures and proce�ures ir� full working order at all times during construction. Tt�is shall include any necessary repair or replacement of items which have become damaged or ineffective. C�emo�e sediment an a regular basis which accumulates in sediment con#ral devices and place the material in approved earth spail areas or rekum the materia! to th� area from which it eroded. B. Upon campleti�n ai construciion, properly r�move the temporary erosion and sedimant control structures a�d compEete the area as indicated. C. Soii retention biankets will no# requ�re removaf� if installed on a finished grad�d area s�ecified to receive seeding. 3.04 FIEL� QUALITY CONTROI. !n the event of conflict between the requirements and starm water pallutian control laws, rules or reguiatians or other Federal, State or L,ocal agencies, the more restricti�e laws, rules vr regulations shall apply, 3.05 CL�Ai� AND ADJUST [NOT USEDj 3.D6 SCHEDULES Prior to start of construction, submit schedules to the Ovuner and Enginesr fior accom�rfishment of terrEporary and permanent erosion con#ral work as area applicable far dearir�g and grubbing, grading, construction and paving. Also submit a propnsed methad af erosion and dust co�trol on haul roads and borrow pits and a plan for disposal of waste materials. �ND OF SECTkDN � €rosion and Seclim�nt Contr�nl During Cans#ructian LDS B-'1G-94 09:6�-9 D2217 iR�NCi�lhlC, ��G�C�lLL11dG, AND PIP� ����Q�i�IdT [SiQR�dY �RAIWS, L�VAiE�, �4C�D S�1��R �IN�S] 1.00 G�NERA� 1.01 WORK INCLUDED �urnish lab�r, materials, ec��ipments and incidenials ne�assary to perform operations in . trenching, pipe bedciing, back�illing, clearing, grubbing and site preparation; handling, starage, transpnrtatian ar�d disposal of excavated material; pumping and dewatering; preparation of � subgrades; p�otection of �djaceni property; fiUs, grading; and other sppurt��an# work. Trenc�ing, �ackfilling, and pipe embedment procedures shall be in full compiiance with Section 0222Q, � TREIVCH SAFEiY. Earth removed frQm excavations and which is not required for backfill shall be removed from the site by the Contractor at his c�wn expense, unless arrangements are made with th� awner through his �epresentative to �Ilow disposal on site. If permitted, the Contractar �- shall dump:and spr�ad excess earth in a mann�r agreed upan by the Contractor and the Owner. Excavatian, ather than tr�nch excavation are not part of this specification section... 1.02 QUALITY ASSURAI�CE A. Classification 1. �xcavafions shall include material of whatever nature enco�ntefed, including but not 19mited to cfays, sands, gra�els, conglomeritie boulders, weathered cfay shales, rock, debris and abandoned existing structures. Excavation and trenching shall include the removal and subsequent handling af materials excavated tir oti�erwise handled in the perFormanee of the work. 2. Bidders must satisfy themselves as to the ac#ual existing subsurfa�e candi#ions p�ivr ta the submitta[ of a proposa! ta compEete the proposed work. 3. irench excavation shall cvnsist of excavat{an ta the lines and grades indicated, required for installatian of the pipe, pipe bedding, backfll, and ta accommadate trench safety systems. 1.03 SUBMITTALS A. Submittals shall be in accordance with 5ection 07300, SUBMITTALS and shall include: 1. Sieve analysis on embedment materials. 2. Test res�alts indicating soil resistivity for embedment material used on metal pipe. 3. [List as necessary.] 'i.04 STaN�ARDS The following publications, ref�rred ta hereaf#er by basic designa#ion anky, farm a part ofi this specification to the extent indicated by the references thereto: ASTM D-448 "Standard Ckassification far 5izes af Aggregate for Road and Bridge Construction" ASTM D-698 "Maisture-Density Rekationship af Satis and Soil Aggregate Mixtures, Using 5.5 -Ib Ramrr�er and 12 Inch Drop" ASTM D-1556 "Density of Soil in �lace by the 5and Cone Method" AS'TM D-24$7 "Classification of Soifs for Engineering Purposes" T�enching, Backflling, S� Pipe �mbedmet�t [Storm arrains, Viiater, & Sewer Lines] �2247-1 .1� D3-�1�0'9 A57M Q-2922 "Density af Soi] and Soil - Aggregate ]n-Place by Nuclear Methods" ASTM D-3417 "Maisture Conteni of Sail and Soi� - Aggregate In-Place by Nuclear Methods" ASTM D-4253 "Test Methods for Maximum Endex Density of Soiks Using a Vibratory Table" ASTM D-4254 "Test Methods for Minimum index pensity af Snils and Calculations of ' Relative Density" Any other tesfing required by fhese s�ecificatians and nat specifically referenced ta a standard shall be perFormed under AS7M ar oti�er appropriate standards as desigr�ated by the Engine�r, Reference herein or on the drawings to soil classificatians shall be understood to b� according to ASTM p-2487, "Classifcation oi Soils tor �ngineering Purposes" un�ess in�icated otheiwise. 1.Q5 DELIVERY AND STORAGE �xca�ated materials to be used far backfill may be deposited in stock�iles at points convenient for rehandling the ma#erial during the backfilling pracess. The locatian of stockpil�s shall be within tf�e limits of construction easements or pubtic right-of-way. The locafion af stockpfles is subject to the a}�proval of the Owner or the Owner's representative. Keep drainage channels clear of stocfepiied materials. 1.4fi JOB CONDI710N5 P1ace no embedment ar backfifi materiai during freezing weather or upon frozen subgrades or pre�iously placed frozen embedment or backfil� materials. 1.07 OPTIONS [NOT US�D] 1.{]8 GUARA�T�ES [NOT USED] 2.00 PRODUCTS 2.D1 MATERIALS A. C�NCRET� FOR BACKF]LL, BLOCKING, CRADLING AND ENCASEiVI�NT: Uniess other strer�gth requirements are designated, concrete used shall be 1500 psi as speciiied in Sectian 03300, CAST 1N PLACE CONCRETE [or Section D3305, CONCR�7�, �ngineer t� verify]. B. Cl..A55 ��ARTH FILL: Limited to clays and sandy clays classifed as CH material w�tl� a liquid limit greater tl�an or equal to 50, a p[asticity index greater than or equal to 25, and a minimum af 60% pa5sing the No. 200 sieve, which are free of organic materials. C. CLASS 3 EAi�TH FlLL: Consist of any materials c4assified as CH, CL, SN(, SP, SP-SM, SC, and GC, +n�hic� have a minimum pfasticity index of 4, which are free of organic materials. D. CLASS 12 EARTH FILL: Cansist of soils suitabie for topsoil whic� are reiatively free of ston�s or other objectianable de6ris, which have sufficient humus co.nte�t to readi�y support vegetati�e growth. The suitability ot soils for topsoil shal] be subject to khe approval of the Engineer. �renching, Bac�tfiliing, 8� �ipe �mbedment �Storm Drains, lilfater, & Sewer �ines] 02�'[7-2 J� 03-01-i#"I E. CLASS 2 AGGR�GATE FILL: [�or Reinforced Concrete or Concrete Cylinder Pipe] ConsiSt of d�rable particles af crushed stone free of silt, clay, ar �ther unsuitable materials and have a parcentage of wear of not more than 40% when tested in accordance with ASTM Method C- 131 ar C-535. When material is s�bjecied to five (5.) cycfes af the sodium sulfafe soundness test in accardance with ASTM C-88, Sodium Sulfate 5olution, the we�ghted p�rceniage of ioss shal! �tot exceed 72°�. The source af the maierial shall be approved by the Engineer and meet the following gradation in �accprdance with ASTM D-448, siz� number 67: Sieve SFz� �c�uare Op���ng — Par�ent I��ss;ng �" 1fl0 314" 90 -10Q 318" 20 - 5� No.4 0 - 10 Nfl. 8 0 - 5 F. CLASS 3 AGGR�GATE F�LL: [FQr Iron, Cast Iron, Ductile Iron, or Carrugated Metal Pipe] Consist of durable particles af crushed stane free of silt, clay, qr other unsuifable materials and have a percentage of wear of nat more than 40% when fested in accordance with �4STM C-131 or C-535. When material is subjected to five (S) cycles of the sadium sulfate soundness test in accor�ar�ce with A5'iM C-88, Sodium Sulfate Soiution, the weighted percentage af loss shall not exceed 12%. The source of t1�e material shall be approved by the Engineer and meet the fo�lowing gradation in accordance with ASTM �-448, size number 7: ` Si�ve Si�,����y;;�r? O��nirsg 3/4" 3/2„ 3!8" �Io. 4 No. 8 F��rC�r�� Fas51t1Q: 100 90 - 10D 40 - 7D �- 15 0- 5 G. CLASS 10 AGGREGATE F1LL• [For Non-reir�farced Concrete, Vitrified Clay, PVC, Fiberglass Consist of washed and scr�ened na#ural sands or sands manufactured by cr�shing stones complyi�g with the requjrem�nts and tests of "Standard Specifications for Concrete A�gregates", ASTM C-33. �'he gradation as incl�ded in ASTM G33 is as follows: 5;�:�� �Gz� �qw�rA C��►.eni�:g 318" Na 4 No. 8 No. 16 Na. 30 No. 50 No, 100 P��YPnt�Passinq_ � . � ao g5 - � on sa - � ua 50 - 8a 25 - B� 10 - 30 2- 14 Glass 1 � A�}gregate Fi115ha11 have not more than 45% passing any sieve and retained on the next cansecutive sieve of those shawn above, and its �ineness inodulus, as defined in ASTM C-125, shall be nat less than 2.3 nar mare than 3,1. H. CEMENT: Type I Portland Cement. Yrettching, �acicfill�ng, & Ptpe �mbedment [Storm Drains, V9later, 8 Sewer �.ines] 02�'4i-3 J � 03-01-d'� FL.OWABLE F1LL: Flowable backfll shail consist of a mixture of native soils o� manufact�red materials, cement andlor flyash, air entraining rnaterial and water which produces a rr�ateriaf with unconfined co�npressive strength of between 25a and 450 psi after 28 days. Any materials used shai! be grar�ular, with a plas�icity ir�dex less than 1Z and with 100% passing a '/ inch sieve. Ti�e f{awabls- mixture sha11 be mixed in a pub mill, concrete mixer, or transit mixer a�d shall have a minimum slump of 5 ir�ches. The flowable mixture must be allowed to set prior to the place�-r►ent of any overlying materials. MODI�IED FLOWABLE �ILL: Madified flowable �ackfill in areas of possible future excavatian shall consist of a mixture of, native soils or manufactured materials, cement andlor flyash, air antraining mat�rial and 'water which praduces a materiaE with unconfined compressive strength of between 50 and 150 psi after 28 days, Any rriaterials used shall be primarily granular, with a pfasticity index less than 12 and with 100% passing a'/4 inch sieve. TF�e flowable mixture s�all be mixe� in a pub mill, concrete mixer, or transit rr�ixer ar�d shal! have a minimum slum� of 5 inches. 7he flowable mixture must be allowed to set prior to #he placement of any averlying materials. Madifisd flowable backfill in permanent areas such as abandoned pipe c�asures shall contair� the same materials a�d have an unconfined compressi�e strengtn greater than 150 psi after 28 days. � MIXES; SAND-C�MENT BAC�CFILL [OR EM�EDMENT] A. A minimum sand' and cement mixture of 27 parts sand and 2 parts cernenk will be raquired. Fine Sand 1 CUbic Yard C�rrt�nt 1 aag (Minimum) Water Optimum Maisture B. Sand shall be free af any cohesive materiaR and sha]] m��t the following gradation and plasticity �ndex requirements: Sieve Siz� ��� 112" I�o. 40 Plasticity I�dex Liquid Limit 1 U Max'smum 25 or less 2.03 FABRICATIONS [NOT LlS�D� 2.04 MANUFACTURED PRODUCTS [�kOT USED] 3.D� �XECUTION 3.01 PREPARA710N A. SITE �b: cent P :�s�r:7.9 100 95 - 1 QO 80 - 1 a0 �. CI'ear siies of logs, trees, roots, brush, tree trimmings and other o�jectionable materials and debris which are to be accupied by pipe trenches, and gru� stumps. Designate material not salvag�d for reuse as surface ma#erial as spoiled and dispose af material in accordance with Paragraph E- D�SPOSAL OF SPOIL MA7�RIAL, of this section. 2. Do not remove trees outside of the req�ired working area u�less the'rr removal is authorized in wriiing by the Engineer and with tF�e approval of the local governing Trrenching, Backfiiling, &�ipe �mbedment [Storm DPains,ldVate�, & 5ewer �ines] U2217-4 .i � 03-a'I -0'i authoriiry. Adequately protect the trees left standing from permanent damage by constructian aperations. 5tanding trees may be trirr�med where necessary to facilitate construcfion, but a�ly with writken authorization from the E�ginaer. [Chec� ws`th clier�t and verify tree remaval and peplacem�nt requieements. Some Cities have extensive permit and r�placement requirements.] S. DEWA7ERl NG 1. Provide and maintain adequate dewatering equipment ta remove and dispose of sur�ace and ground wat�r entering the excavatians, trenches, or other parts of the work. Keep `� each excavation dry during su�grade preparation and continuaily th�reafter until the ; prapos�d pipe is instalied. Maintain the praper procedures necessary ta protect against �amage to the proposed wark from hydrostatic pressure, f{Qtation, or other water related causes. � 2. Dewater excavations which extend down to or below ground water ele�ation by lowering and lceeping the gro�nd water fevel a minirr�um nf 2-feet below the bottom nf the excavatian. 3. Divert sur#ace water or otherwis� prevent water from entering exca�ated areas to khe fullest extent possible without.causing �aCnage to adjacent,proper#y. , 4. Pro�ide and maintain any piping or conduit necessary to faciiitate drainage. �fl not elter area drainage patterns to the extent that adjacent property and landawners become threafened with locaiized flaoding and/ar water damage. 5hould such a situation occur, the Contractar shall be rs5�onsi6le for repairing the damage at no additional cost to #he Own�r. C. PR�TECTION �� EXISTING STRUCTURES AND UTI�1TfES 1. Prior to the start of constr�ction, communicate with the local representatives af utiiities companies, including but limited to oii, gas, #elephone, and comrr�unications campanies, as we11 as, local water and sewer �tilities operating in the loeation of the proposed eonstruction area. Seek the uiifity companies-assistance in locating existing facilities ka avoEd conflicts during construction. The location, number, depth, and ov�ner of utiaities ihdicated are fnr information purposes only, and ali utilities and structures may not be shown or may not �e in the location shown. 2. Where construction endangers adjaceflt struc#ures, utilities, ernbankments andlor roadwrays, the Contractor shall, at this own expense, carefully support and pratect suc� structures so that no damage occurs thraugfi�out the construction process. In case � tlamage should occur, the Co�tractor shall be respansik�le far restaring the damaged structure to a candition acceptabl� ta ihe �,vner of that structure and snall bear al! cost of such reparations. 3. Repair ar replace damaged street surfaces, driveways, sidewakks, curbs, g�tters, �ences, drainage structures, or other such #acilities to #he satis#action of th� Owne�. Struct�res shafi be returned ta a condition equal to or betfer than tne original condition and of same or better material and qualiiy. � D. BLASTING Blasting shal! not be allowed in any instance. E. DISPOSAL OF SPOIL MATERIAL 1. Suitable maieria! from excavations which meets tne requir�ments for pip� backfll material as indicated, exce�t strippi�g ex�avation, may be reused, Designate the rerrzaining excavated materials as spoile� rnaterial and dispose of material off the site in accordance with all applicable laws, ordinances, and codes, Contractor shall be responsible far the storage, transportation, and deposiiion af spoiled ma#erial and shall be respansible for acquiring the neeessary permits, and the payment of fees and duties at no additianal cast to the Owner. TYenching, �a�kfilling, & Pipe �mb�siment jStorm pYains, Water, & Sewer I�ines] 022�[i-5 .l� 03-01 �41 2. No �urning of materiais shall b� permitted an the site. 3.02 TR�NCH EXCAVATI�N A. GENERAk. The irenches shail be exca�ated ta the alignment and �epth indicated or as necessary for tl�e proper installation af the pipe and appurtenar�ces. 8race and dewater ti�e trer�ct� if necessary sa that the wnrkrnen may work tfi�erein safely and eificiently. Any s�ecific requirern�nt listed in Part 3.OD EXECUTION may be madifed as necessary to meet OS�fA requirements. However, if trench widtns are wider than indicated, the Contra�tor shall be responsible for determining and furnishing the praper class of embedme�t and piping far tfi�e installa#ion with no additional compensation to the contractor. B. Tf�ENCH WlD7H The trench widths st�all be as shown on the drawings. C. PIPE �OUN�ATIDN SUBGRAD� 1. Excavate the trench ta an ever� grade to permit the installation o# the pip� so that the �u{E 1e�gth of the pipe barrel is supported on the proper depth af bedding materiel. The entire foundatian subgrade area in the bottom af the excavations shall be firm, stable material, and the material shall not be �isturbed below required grade except as described in this specificatian. Where the character af th� subgrade materia{ is such t�at praper subgrads ca�not be abtained at the elevation ir�dicated, deepen th� exca�atian to a satisfactory subgrade material. _ 2. Remowe the material until a ftrm, stable, and unifo�m bearing is reached and the subgrade brought 6ack to the required grade witi� the spec�fied bedding materiaf comPacted in place or with lean concrete material. The expense of repiacing any unsatisfactory subgrade si�all be borns by the Contractor. D. CORRECTING �AULTY GRADE Shauld any part af ths trench be excavated below required grade, correct the trench with bedding material, thoroughly compacted, or with lean concrete, at no additional compensation to the Contractflr. E. CAR� OF SL7R�ACE MATER1Ai FOR REUSE 1f locai eond+tions permit reuse, keep su�face material suitable for reuse s�parate from the general exca�atian material. F. TR�NCHiNG M�THOQS The use of any suitable trench digging machinery is permitted except in places where such operations may cause damage, above or below ground, in which case, ernpioy hand methods. G. PIPE CLEARANC� IN ROCK Remove ledg� rock, rock fragmen#s, shal�, or other rock to �rovide proper clearance for bedding materials. Provide adequate clearance far properly jointing pipe laid in rocfc trenches at bell hoies. 3.D3 BACKFILL A. B�QDIiVG WITHIEV p1PE ZONE 1. CONCR�TE CRADL.E, ENCASEMENT OR CO�ICRETE ARCH - Where indicated, install the pipe in concre#e cradle, e�casement, ar concrete arch. iake �recautions to prevent Y�enching, �acpcfiiling, & Pipe Embeclment jStoprn �rains, �ater, 8� Sewer L9nes] 02217-6 J� 03-01-D1 i � pipe movement or daflection during construction. INhere pipes are placed below structures, completely encase pipes in 1500 psi concrete, and extend up to battnm of structure. [Be sure that concrete is couered e{sewhere.] 2. CONCRETE BLOCKfNG - Pl�ce blacking tfl rest against �irm undisturbed trench wa{ls. The sup�orting area for eacn �b�ack shall be at leas# as great as thaf indicated and shail be sufficient to wifhs#and the thrust, including water hamrner, which may develop. Each black shall res# on a firm undis#urbed foundation of trench sides and bottom. B. AGGREGAT� FILL �ED�ING 1. A#ter the trench has been �ut to the depkhs 9ndicated, bring up the bedding layer to a point slightly above grade in maximum 4" lifts and uniformly compact to t�e density indicated. Form bell holes and scoop aut a traugh to grada sa that fhe �pipe is uniformly supported by ihe embedment material. Lay and joint the pipe. Bring up the embedment material in maximum 4" lifts on either side of the pipe to the elevation abave the pipe shown on th� glans. Uniformly compact the Pipe as indicated. 2. Ai#er moisture is gone from the e�nbedment material, place and compact the remaining backfill by tamping or oti�er appropria#e methods. Waterjetiing shall nat be permitted. C. COMPACTION REQUIREMENTS 1. Compact earfh filI an8 cohesive aggregate fill in maximum 4" lifts with pneumatic rollers or power hand tampers and make a minimum af eight {8} passes. 2. Campact cahesianless aggregate fill in maximum �4" lifits with vibratory rollers.or vibratory -- p[at� power hand compactars and make a minimum of eight (8) passes. 3. 7he acceptability af #he compaction eq�ipme�t shall Ge based upon the results of a test sactian.Compact earth �i11 and cohesi�e aggregate fill to a minimum of 95% of maximum dry density as determined by ASTM D-698, Standard Proctor. 4. Compact earth fill Glass 1 and 2 at a moisture content within minus 0 to plus 5 percentage points of the optimum moisture cantent. Com�act the remai�ing classes of eart� fill and cohesive aggregate filf at a maEsture cantent within minus 2 to plus 5. percentage paints of optimum moisture content. The moisture ranges IistecE a�ove are minimum ar�d maximum limits. A tighter moisture range within th�se limits may be required to consistentfy achieve the sp�cified density. 5. Compaci cohesionless aggregate fill on whicY� i# is not practical to control the density by "Proctor" methods to a minimum of 7�% a# relative densiky as determined by AS�M �- 4253 and D-4254, or at the discretian of the Engineer, by a fisld compackion mold method correlated to ASTM Q-4253 and D-4254. 6. Compacf cohesionless aggregate fill at a maisture conte�f within a range that accommadates consistent placement and compaction to the minimum relative density s�recified abave. 7. The �wner wifl arrange and pay far densiky and moisture testing, The festing frequency and methods shall be as requesked �by #he Engineer. The Engineer may wai�e #esting requirements on cohesio�less bedding where testing is not practicak because of limited s�ace between the pipe and #rench walls, however, the minimum number of passes of the compact9on equipment specified above shall be achieved. 3.04 FINISHlNG A. Grade and rake areas smooth and even w�ieh do nat recei�e any type of �aved surface, to allow drainage ta drain away from the structures a�d toward the raads and streets or the natural drainage course.. Break up large elods of earth and remove roeks, irash or debris near the surface. B. Finish the top portian of backfill beneath established sodded (lawn) areas with not less than 8" of topsoil corresponding to, or betier than, that underlying adjoining sodded areas. Ypenc3�ing, �ackfilling, & F'ipe Embedment [Storm Drair�s, Wate�, & Sewer �inesj 02217-7 J� Q3-0'i-09 3.D5 FIELD QUALITY CONTROL A. Compact backfill and appropriate embedment ma#eriaf t� a minimum of 95% of maxirr�um density at a moisture content af 0 to + 5% of optimum for bacicfill and at op#imum for sand- cement err�bedment as deterrr�ined by ASTM Q-698-78 (Standard Proctor), B. Make periodic tests o� compactior� for conformance with this section by ar� approved testing laboratory selected and paid for by the Owner. Cantractor shall pay for re-testing until acceptable test results are obtained. 3.D6 CLEAI� AND ADJUST' Rernove surplus pipeline materials, tools, rubb9sh and iemporary structures and, leave the co�struction site clean, to the satisfaction of the Engineer. 3.07 SCHEDULES [NO7 [lSED] �NR OF SECTI�N jNOT�S i0 SPECIFIER: 1. Be sure trenci� widths and em�edmen# details arre indeed shown on the drawir�as! 2. There is a Trenchinq and Beddina Detail Sheet Standard for use w9th this. specification. �4. Delete or modifv these no#es afte�e the aciions ha�e been Qerformed.] irenching, �ac�Cfiiling, � P9pe �rnbedment [Starm Drains, lf!late�, & 5ewer �ines] 0��1i-S J� 03-01-Q1 oz�ao ����+c� s����X 1.00 G�N�RAL 1,01 WORK INCLUDED A. Triis specification co�sists of fhe basic requirements which the Contractor m�st comply with �' in arder to pro�ide for the sa�ety and health of worke�s in a trench. This specificatian is for the purpose of pro�iding minimum par€ormance specifications, and the Contracior shall ;' develop, design, and implemant the #rench safety system. The Contractor shaik bear the sole .; reSpons9bility for the adequacy of the trench safety system and providing "a safe place to ` work" for the workman. r B. Should ihe #rench safety protection syskem �equire wider trenches than specified eksewhere, �� the Contractor shali be-responsible for the costs associated with determining adequacy of pipe bedding and class, as weH as, purchase and installat9an of altemate materials. � 1,02 Ql1ALITY ASSURANCE [Nof Used] 1.03 SUBMi7TALS INat Used] 1.p4 STANDARDS A. 'Fhe following standard sha11 be the minimum governing requirement of this specification and ' is hereby made-a pa�t af tF�is specifica#ian as if written in its entirety. B. Occupational Safety and Health Standards - Exca�ations (29CFR Part 1926), U.S. . Department of Labor, latest edition. � C. Com�ly with the applicable Federal, Stafe, and loca� ru�es, regulations, and ordina�ces. �.05 DEL�VERY AND 5iORAGE [Not Used] 1.Ofi JOB CONDITIONS [Not Used] 1.07 OPTIDNS [Not Used] 1.08 GUARANTEES [Not Used] 2.00 PRODIJCTS [NOi US�U] �F ' 3.40 �X�C(lTION jNOT US�9] � �NO OF S�CiION I� �..� f �"rench Safety �2�2Q'� J B-03-D�-Ol 022�� ,4CGR��Ai� �1L� C�ASS11�1CAi1QiVS 1.OQ G�N�RAL 1.�1 WORK INCLUDED This section of the specifications describes the various classes crf Aggregake Fill. AI{ of the efasses of Aggregate Fill canta�ned in this specifcatian may not t�e Used on this pro}ect, The classes of AggregatE Flll used on ti�is project are shown on the drawings ar speci�ed in other sections of ihe specifications. Tnis specification section does not include instailatio�. Installation �f Aggregate Fil1 is included in other sections af the s�ecifcatians andlor on the drawings. 1.p2 QUALITY ASSURANCE A. CLASSI�ICATION TESTING 1. CONTRACTOR T�5TiNG a. Arrange and pay for tY�e services of an independent testing faboratory to sample and test praposed Aggregate Fill materials, b. Submit the test resul�s to the Engineer, and obtain approval prior to providing Aggregate Fi!!. _ 2. OWN�R TES7ING Ths Owner shall arrange and pay for additio�al testing on the Aggr�gate Fifl after delivery . to the project site as determined necessary by the Engineer. ' B. CONTAMINATION CER7IFICATl01� 1. �btain a writ#en, notarized certification from the Supplier of each proposed Aggregat� �ili source statir�g khat #� the besi of the Supplier's knowledge and belief there nas nev�r been contamination of the source with hazardaus or toxic materials. 2.� Submit these certifications to #he Engineer prior to proceeding ta furnish Aggregate Fill to the site. The lack of sucf� cer#ification an a potential Aggregate FiH saurce shall be cause for rejec#ian of that source. 1.t)3 5U8MiTTALS [NOT USE�] 1.04 STANIaARDS Aggregate Fill shall be classif�ed inta the appropriate class {isted below according to ASTIUI testing pracedures as specifed for the various classes. A. American 5ociety for Testing Materials star�dards: ASTM C33 Standard 5pecifications far Co�crete Aggregates ASTM C88 Test Method for Saundness of Aggregates by Use of Sodium 5ulfate or Magnesium Sulfate ASTM C125 Terminoingy relating to concrete and concrete Aggregates ASTM C131 Test Mett�od for Resistance to Degradation af 5mall-Size Coarse Aggregate by Abrasion and impact in the Los Angeles Machine ASTM C535 Test Methnd for Resistance to Degradation of Large-Size Coarse Aggregate by Abrasian and lmpac# in the Los Angeles Mac�ine ASTM D448 Classification for Sizes af Aggregate for Road and Bridge Construction" 1.05 DELIVERY AND STORAGE ENOT US�D] Aggregate ��tl Classifications 0226fi-'f LDS 14-9 �-93 1.06 J�B CD�1DITiORlS [NOT L�SEDj 1.07 OPTIONS [NOT USE�] 9.D8 Gl1ARANTEES [NOT US�C?] 2.00 PRODl1CTS 2.09 MATE�tIALS; CLASSiFlCATIONS A. CLASS 1 AGGREGAT� FILL: Consist of durable particles of crushed stone free of siit, clay, or otl�er unsuitable materials and have a percentage of wear of not more than A�0% when tested in accorda�ce with ASTM C131 or C535. Wh�n material is subjected ta fi�e (5} cycles of the sadiurn sulfate saundness tEst in accordance with ASTM CS&, Sodiurr3 5ulfate So�ution, fhe weighted percentage af loss shall nat sxceed 12%. The source of the material shall be approved by the Engineer and meet the fallowing gradation in accordance with ASTM D448, size number 57: �i�':'p Si�� �^'�.auf� ���n�F1�i �-��2„ 1" 1/2" �ko. 4 No. 8 P��Ce�]f ??�5i�7g 10Q 95 - 10� 25 - 60 Q- 1Q 0- 5 B. CLASS 2 AGGREGATE F1L�: Consist o# durable particles of crushed stone free of silt, clay, or oth'er unsuitable materials and have a percentage af wear af not mnre than 40% w�en tested in accardance with ASTM Method C�31 ar C53�. When material i5 subjected to five (5) cycles of the sodium sulfate soundness test in accordance witY� ASTM C88, Sodium Sulfate Solution, the weight�d percentage of loss shall r�at exceed 92%. ihe source af the materia� shall be approved by the Engineer and meet the following gradation in accordance wit1� ASTM D448, size �um6er 67; �i.eve Sfz� 5q��re �r�ni�rg erc��t �ssln€�— 'I' 1 D� 314" 90 - 'i 00 318" 2Q - 55 No. �4 0 - 10 No. 8 0 - 5 C. CLASS 3 AGGREGATE �ILL: Consist of �urable particles of crushed stone free of silt, cEay, or other unsuiiable materiais and have a percentage of wear of not more than 4D% when tested in accordance with ASTM C131 or C535. When materiaf is subjected to f�e (5) cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodiurrt Sulfate Solution, the weighted percentage of loss shall not exceed 12°10. The source of the materiai shall be approved by the �ngin�er and meet the fallowing gradatian in accordanc� with ASTM D448, size number 7: _�'���i� '�:�e �qua�� O�enie�g ���ent assing 314" � 10a 112" 90 - 100 3/8" 4� - 7{} No. 4 0 - 15 No. 8 0 - 5 Aggregate Fil! Classifications ati���-� LDS 10-18-93 Q. CLASS 4 AGGREGAT� F1LL: Cor�sist afi durable particles af cr�shed stQne free of silt, clay, or other unsuitable materiaf� and have a percentage of wear of not more khan 40% when tested in accordance with ASTM C131 or C535. Whe� material is subjected to �ive (�) cyclas of th� sadium sulfate soundness test in accordance wi�h ASTM Me#hod C88, Sodium Sulfate Solution, the weighted percentage of lass shall not exceed 12°k. The source of the material shall be appr�ved by the �ngineer and meet th� following gradation in accordance with AS7M D448, size number 467: �'leVe ��L� �C�U3�F4 Op�llll�'s� F'�r.r.4*if P�55iflg �' � oa �-�rz�� s� - �ao 314" 35 - 7Q 318" 1 Q - 3Q No. 4 p - � E. CLASS 5 AGGREGAT� FILL: Cansist af durab�e particles of crushed stone free nf silt, clay, or other unsuitable maierials and hav� a percenfage of w�ar of not more than 40% when tested in accordance with ASTM C131 or C535. Wh�n material fs sub�ected to five (5) cycles of the sodium sulfate saundness test in ac�wdance with ASTM C88, Sodium 5ulfate Solution, tne weighted percentage of loss shall not exc�ed 12%. The source vf the materie] shall �e apprvved by the �ngineer and meet the following gradation in accordance with ASTM D448, size numb�r 35i: 5ipve Si?? S, iiare•=0pening 2 � IZ" 2�� �,� 912'� �Io. �4 Pu��?n# �3g�in{� ` 100 95 -1 OD 35 - 70 10 - 30 Q- 5 F. Cf..ASS 6 AGGREGATE F1LL: Cansist of durable particles of crushed stane free af silt, clay, or other unsuitable materials and have a percentage af wear o� not more than 4D% when tested in accordance with ASTM C�31 or C535. When materiaf is subjected to f�e (5) cycles of the sadium suifate soundness test in accordance witt� ASTAfl C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 'k2%. ihe source of the material shai! be approved by the Engineer and meet the following gradation in accordan�e with ASTM D448, size number 1: .� i�'��y ��IZE'. '��iw�ara' Cj}�' E�nin g : �� 3-1l2" 2-1�2,� 1-112" 314" �'�rr.nn� ��55!l1I�; 1 {�d so - � o0 2s - �o a- �s 0- 5 G. CLASS 7 AGGR�GAT� �fL�: Cnnsist of dura�le particles af crushed stone free of silt, clay, ar other unsuiiable rnaterials a�d shall have a percentage of wear of not more t�an 4Q% when tested in accorda�ce with ASTN! C131 or C535. When m�terial is subjected to five (5} cycles of the sodiur� sulfate soundness t�st in accordance with ASTM CB�, Sadium Sulfate So{ution, tne weighted percentage of lass shall not exceed 12%. Ths source af the material shal[ be approved by the Engineer and meet the falfowing grad�tion in accordance with ASTM D448, size number 6: �'i�v�-�j���:Snrla'r� Op�f�1f�� FErw�?1#��P�SS1►1�:.:; � �" � 100 314" � 90 - 9 00 l Agg�egate Fill Classifieations 0�2�6-3 ��S 1 Q-�I 8-93 1J2" �0 - 5� 318" � D - T 5 Na. 4 D - 5 h!. CLASS 8 AGGREGATE �lLL: Consist of durable particlEs af cr�tst�ed stone free of silt, clay, or other uns�itabie materials and shall have a percentage of wear of nat mare khan 40% when iested in accordance with ASTM C13� or C53S. When material is subjected to five (5) cycles of the sadi�m sul#ate soundness test in accordance wit� ASi'M C88, Sodium 8ulfate Solution, the weighted percentage of loss shali not exceed Z2°/a. �he source of the materiai shall be appro�ed by the Engineer and meet t�e �oilowing gradation in accordance w�th AS7M D448, size number 56: �i�ve ��� �c� usf�e �oeriin� Pe�cent P�ssir�r� 1-1l2" '100 1 " 9Q -100 314" 40 - 85 � /�" 10 - 40 318" 0 - 15 Na. 4 0 - 5 CLASS 9 AGGREGATE FILL: Consist of washed and screened �gravel and natural sarsds or sands manufaciured by crusning stones complying with the requireme�ts af ASTM C33, "Standard 5pecificatians �or Concrete Aggregates", except that the gradation shall �e as follows: �Jk.'V� �1ZC•' S �=.�Yra �Jpe�ing P'arCE:flt'PBS�iii� ��2" 1 QO 31g" 95 - 100 No. 4 80 - 95 No. 8 65 - 85 No. 46 5� - 75 No. 30 25 - 6D No. 50 10 - 30 Na. 10Q 0 - 10 Class 9 Aggregate Fill shall have not more than 45% passing any sisve and retained an the next consecuti�e sieve of those shawn abave, and its �inen�ss modulus, as defined in ASTM C125, shal� be not less than 2.3 nor more ti�an 3.1. CIASS 10 AGGREGAT� FILL: CoRsist of wash�d and scresned natural sands or sands manufactured by crushi�g siones complying with the requirements and tests of "Standard 5pec�fications far Concrete Aggregates", ASTM C33, The gradation as included in ASTM C33 is as fallows: �,Ir+vg �I�d ��LI�f� DP��lii.l� P„n. rr�fl# P�355.fz� 3is�� � o0 No. �4 � 95 -14Q Na. 8 84 - 100 No. 96 50 - 8� No. 30 25 - 6a No. �D 1 � - 3D Na. 1 QO 2-� � Ctass 1 a Aggregate Fill shail have nat more than 45% passing any s'reve and retained an the next consecutive sie�e af those shawn abave, and its fi�eness modulus, as defi�ed in ASTM C125, shall be not lEss than 2.3 nar more than 3.1. K. CLASS 11 AGGREGATE FILL: Consist of durable par#icles of crus�ed stone free of silt, ckay, or otY�er unsuitabie rnateria! a�d have a percentage of wear of not mare than A�0% when tested in accordance with ASTM C131 or C535. When materiai is subjected to five {5} cycles Aggregate Fill Cjassifications p2256� LD5 '1 a-18-93 of ti�e sodium sulfate 5oundness test �n accordance with ASTM C88, Sodiurn Sulfate Soi�tion, the weightsd percentage of loss shall nnt exceed 12%. The saurce of the material shall be appraved by the Engineer and meet the following gradation: S�eve ��z� ��ua�� ���,��iri� 1-314" 718" 318" Na. 4 No. 40 No. 1 DO Per�e��t P�uYincj 1a0 65 - 90 50 - 7a 35 - 55 15 - 30 0 - 12 (Wet Sisve Method) �. CLASS 12 AGGR�GATE FfLL_ Consist o# durable particles of crushed stone free of silt, clay, ar other unsuitable materia] and have a percentage of wear of not more than 40°/n when tested in accordance with AS�'M C139 or C535. When materiai is subjected ta five (5} cyci�s of the sadiurri sulfate soundness test in accordanc� with ASTM C&8, 5odium Sulfate Solution, the weighted percentage of loss shall not exc�ed 12%. T�e source of the materia! shall be appro�ed by the Engineer a�d meet the following grada#io�: �ipUp G�?�? -g �aare Opening, 1-�12" 1" 314" 318�� No. 4 No. 16 No. �00 P�rc�nt�P4ssing:: �� 100 85 -1 �0 6D - 95 50 - 80 40 - 65 20 - 40 0 - 12 (Wet 5ieve Metnod) M. C�ASS 13 AGGREGAT� FILL: Consist ofi durable particles of crushed stone free of si1t, clay, or other unsuitable materiai and have a percentage of wear of not mare than 40% when tested in accordance with AS7M C� 31 or C535. When material is subjected ta five (5} cycles of khe sodium sulfate saundness test in accardance wi#h ASTM C88, Sadium 5ulfate Solution, the weighted percentage af lass shal! not exceed 12°/a. Th� source of the material shal� be approvad by _the Engineer and shall meet the following gradation: �I�Vt' �'.�.o Yy�ar.p ��v;llflg 1-314" 718" 318" Na. 4 No. 40 No. 1fl0 �terant'P�G�in(� „ -' 140 � 65 - 90 50 - 70 35 - 55 15 - 30 0 - 3 (Wet Sisve Methad) N. CLASS 14 AGGREGATE FIL�: Co�sist of durable particles of crushed stone #ree of silt, clay, or other unsuitable rrEaterial and have a percentage of wear of�nat more tnan 40% when tested in accordance with ASTM C131 �r C535. WY�e� material is su�jected to five (5) cycies of the sodium sul�a#e soundness test in accordance with ASTM C88, Sodium Sulfate Solution; tfie weighted percentage of lass shal[ not exceed 12%. The source of the materiai shall be appro�ed by the �ngineer and meet the fol�owing gradation: ��BV� .�iiZE'�� Ll�f� �J�E'!"!Y�' 1 �/2'� 1" 314„ 318" No. 4 !Va 9B Na. 100 �EYGGfYt P�Y.�'.�^f°,�;� 10Q B5 - 10Q 60 - 95 50 - 80 40 - B5 20 - 40 D - 3 (Wet 5aeve Method) AggPegate �ill Classifications ��S 10-18-83 �2266-5 0. CLASS 15 AGGREGATE F1LL: Consist af dura�Ee particles of silica sand, washed cl�an, chemically inert, and packaged by the Supplier. The material shall rneet applicable regulatory requirements for rnonitar well filter pack. The source of the material shall be appraved by the Engineer and shaEl mee# the follpwing gradation requir�ments: S��ve 5ize 5qu�r� op�r��rig No. 20 No. 40 2,02 MIiC�S [NOT US�D] 2.D3 FABR{CA710NS jNOT US�D] 2.a4 MANUFACTURE� PRODUC�'S [NOi USED] 3.a0 �X�CUitQN jiVOT IISED] Ef�D OF S�CTiON -pe��er�t Passing 98 - 100 0- 2 AggPegate �ill Classifications ����6-� �DS '1 U-15-93 0��63 C��iEX�IL� � �R�510N COI�TROL 1.00 G�N�e�A� 1.01 WO[�K {NCLUDED Furnish iabar, mat�rials, equipment and incidentals necessary to install geotextile fabric. Use the geotextile in erosion control applications under bedding stane or ri�rap alang channels, shores, and waterways, and under slope protection along highway cut ar fill slopes as specified. The geotextile st�all be design�d to aliow passage Qf water while retaining insiiu sail wiihout clogging. 1.02 QUALITY ASSURANC� A. DESIGN GRITERIA 1. The geotextile fabric shall be inert to commonly encouniered chemicals, hydrocarbans, mildew and rot resistant, resistant to ultraviolet light exposure, insect and rodent resistant, and conform to the properCies in the following table. 2. The average roll rninimum �afue (weakest principal directian) for strength properties of any individual ro�l tested from the rnanufacturing loi or lots of a particular shipment shall be in excess of the average roll minimum value (weakest principa� direction) sf�pulated herein. iest Requirements: P�ysi�a! ���^e,r.+��s Grab Tensile 5trength"' ASTM �4532 (Lbs) Elongation at f-ailure" ASTM D4632 (%) Mullen Burst 5�rength ASTM D3786 ( si] Water �low Ra�e (y�al/minlft2) ASTM D4491 /�US(D95� mm, �ASTM D4751 Trapezoi Tear Strength"' ASTM D4533 (Lbs.) Perrneability k �cm/sec) ASTM �4491 uncture Resis#ance ASTM D�F833 imodified) (Lbs.) �4�vraqe Roll i�"iF�i^�:.;^� !�a!!�P �VV�akesl Pr�^c�oL� f�ir�ction}' 200 i5 32d 60 0.25 54 0.1 90 B. PACKING AND IDEEVTlFICATION R�QUIREMENTS Provide the geotextile in ralls wrapped with protective covering to protect the geotextile from mud, dirt, dust, and debris. The geotextile shall be free o# defects or flaws ►ivhich significantly affect its physical properties. Label each roll of geotextile in the shipment with a number or symbol to identify that production ri.rn. C. SAMPLING AND COMPLIANC� REQUIREMENTS A competent laboratory must be maintained by the produc�r of the geotextile at th� p�Ent of manufacture to insure quality contra� in accordance with ASTM testing procedures. The labaratory shall mairttain recards of its quality control resuits and provide a manufacturer`s certificate upon request to the Engineer prior to shipment. TF�e certificate shall include: 1. Name of manufacturer 2. Chemical comp�sition 3. Product descrip#ion Geotext�ie � �rosion Control 0��63�1 FiW00244 4, S#atement of compliance to specification requirements 5. Signature of legally authorized o#ficiai attesting to #he information req�ired 1 A3 SUHMITTALS Submittals shall include: A. Manufacturer's product data B. Manufacturer's installation instruations C. Record Data q. Sampies 1.a� STANDARDS �NOT EJSEQj 1.05 DEL�VERY ANp STORAG� [NOT USEDj 1.Q6 JOB CONDITIONS jNOT US�D] 1.d7 OPiIONS [NOT IiSED] 1.08 GUARANTE�S [NOT USED] Z.00 PRo�uc�s 2.01 MATERIALS GEOT�XTILE: Nan-woven fabric consisting af U.V. stabilized pofypropyl�n�, formed into a stab[e network by needle punching. 2.02 MIX�S [NO�f US�D] 2.03 �ABRICATIONS [NOT LfSED] 2.04 MA�fUFACTURED PR�DUCTS [NOT �SED] 3.U0 EXECUTION 3.01 PR�PARATION [NOT US�Dj 3.02 INSTALLATION A. Exposure of geotextiles ta the elements betweer� laydown and co�er sY�all be a max�mum nf 14 days to minimize damage �otentiaL [nstal[ the geotextile fabric in accordance with the p�ans. Canstruction �ehicles wil� noi be ai[owed ta trafific directly on tne fabric. Place and anchor geotextile on a smooth graded surface appro�ed by the Engine�r. The geote�ctife shall be placed sa that placement of the overlying materials wil! not excessively stretch ar t�:ar the fabric. Anchoring of the terminal ends of the geotextile s�all be accomplisF�ed through th� u5e of key trenches or aprons at the crest and the toe of the skope, Successi�e geatextile sh�ets shall be overlapp�d so that the upstream sheet is placed a�er the downstrearrE sheet and/or upslope a�er downslope. ln underwater applications, the geotextile and required thickness of backfial material shall be placed the same day. The geotextile shall be placed so that Geatextils - �rasion Coniral O��fi3-� Ff W00�44 ai placement of the overkying materials wifl not excessively strefch or tear the fabric. Overlaps .when necessary shall be 12" minimum except whe� placed �nder wa#er where the overlap shall be a minimum of 36". Use securing pins when necessary to ir�sure proper anehoring of the fabric, witF� securing pins spaced at 5' to 10' centers. Securing pins shal{ be 3116" steel bars, pointed at one end and fabricated with a head to retain a steel washer ha�ing an outside diarneter afi nvt less ihan 1-1l2". The pin length shall not be less than 19". U-shaped pins ar speciai staples shall be an acceptable option, if approved by the �ngineer. B. The backfill place�r►ent shall begin at the tae and proceed up the sla}�e. Baek-d�mp #he aggregate onto the fabric and spread in a uniform iift maintaining design aggregate thickness. A�aid over-stressing the soil by utilizing equipmerit in spreading and dumping that exe�ts oniy rnoderate pressures an the soil. Sev�re rutting at the fime of placement is an indication of nver-stressing the so�l. Such soil aver-stressing must be avoided. Increasing aggregate depths and reducing loads are two methods of redueing }�ressures on the soil. Fill any ruts that develop during spreading or compacting with additionak aggregate ra#her than blading from surrounding areas. - C. Either sewing or o�erla�ping shaEl join the geoiextile. Seams shall be subj�ct to the approval o# the Engineer. (7amaged geotextile shall be repaired with geotextile patch, placed over the damaged area and extended 3' beyond the perimeter of the tear or damage. 3.D3 FI�LD QU,4LI7Y CONTROL [N�T USED] 3.Q4 CL�AN AND AD,}UST [NOT USED] 3.D5 SCHEDUL�S [NOT US�Dj �1VD 0� S�CiION � Ceot�xtile - Erasion Gnntrol FiWD0244 02�fi3-3 o�aY� Ri���►� �N� ����i�� nna���s�� 1.00 1.00 GEN�RA�. 1.01 WORK INCLUD�D Furnish labor, materiafs, equipment, tools and inci�entals necessary to pro�uce and place the riprap and bedding material. 1.02 QUALITY AS5URANC� [lVOT USED] 1.03 SlJBMITTALS Submittals shall inckude soundness, gradatian, and unit weight. 1.0�1 STANDAR�S Sampfing and testing of material shall be En compliance wif� khe latest revision of th� fflAowing excepi where specifically madified: AS7M C-88 "S#andard Specification for 5oun�ness of Aggregates �y Use af Sodium Sulfate or Magnesium Sulfate" ASTM C-127 "Stan�ard Specificatfon far 5�ecific Gravity and Absorption of Coarse Aggragates" ASTf� C-136 "Star�dard 5pecification for Sieve Analysis of Fine and Coarse Aggrega#es" 1.Q5 DEL.IVERY AND STORAGE; RIPRAP S70CKPlL� Riprap temporariEy s#ockpiled for canstruction purposes shaEi be located in an area approved by the Owner. Riprap mater9als shall not be lacated so as to block ar restrict equipment and vehicl� access to existing structures. 9.Q6 JOB C�NDITIONS [Nc1T IJSED] 1,07 OPiIONS [NUT USEa] 1.08 GI�ARANTEES [NOT USED] 2.00 PRODUCTS 2.01 MATERIALS A. BEDD{NG MATERIAL 9. Bedding material shall be crushed stone, gravel or a blend of crushed stone and gravel. 8edding material shakl be composed of tough durable particfes; shail be reasonabky free from thin, f1at, and elongated pieees; shajl be u�ell graded between the prescribed limits, and shall contain no arganic ma##er ar so�t, friab{e particles in quan#ities cor�sidered objectionable by the Owner. 2. BeddEng mater9al shell have a loss of less tnan eigh#een (98°/n} percent weighted average at five (5) cycles when tested for saundness in magnesi�m sulfate in accordance with ASTM C-88 using particles passing a 2-112" sieve and retained on a 1-1l2" sieve. After final drying; the material shall be screened over the 1-114" sieUe. A minimum of one (1) soundr�ess iest si�all be performed on materials delivered to the site. 3. Sedding rt�aterial shall have a gradation of Class 6 aggregate fiil when tested in accordance with ASTM C-136. The mat�rial shall not be skip graded, scalped af c�rtai� Riprap and Beddirtg 11�aterial 022�1-1 LAR01509 � sizes, ar have other irregukarities which woul� be detrimental to the proper functioning o� the bedding. Acceptance af bedding material shail be based on in-place gradations. B. RIPRAP 1. 5to�e for riprap sha�f be durable and of a suitable quality to insure permanence in the structure and in the climate which it is to be used. The stone sttall b� free from cracks, seams, and other de�ects which would tend to increase unduly its deterioration from natural causes and sha�� be reasonably well gradad between the prescribed limits as specifi�d herein. � 2. Riprap shall have a minirr�um unit weight of 145 pounds per solid cubic foot based upon t#�e bulk spEcifc gravity (saturated surface dry) when tesied in accordance with ASTM C- 127. A minimum af one (1) bulk specific gravity (saturated surface dry} shall be performed on riprap material deli�ered ta ihe site. 3. Riprap shall have a loss of less than ejghteen (S8%) �erc�nt atter five �5) cycles when tested for soundness in magnesium suifate in accordanc� with ASTM C-88. The test shall be run using particle� passing a 2-112" sieve and retained on a 1-1/2" sieve. After final drying, the rnaterial shall be screened a�er the 1-1l4" sie�e. A minimum� of ane (1) soundness in rr�agnesiur� sulfate test shall be performed on nprap material de3i�ered to the site. 4. Riprap gradatian shall be �as shown on the drawingsj [as given below]. Acceptance of riprap rnater9al shal] be based upon in-place gradations. 5. [Additional Reyuirements:] 2.02 FABRICATIONS [NOT US��] 2.03 MANUFACT�R�D PRODUCTS FILTER CtQTH: Filter cloth shall be Typar manufactured by DuPont, Supra manufactured by Phill9ps Fibers Corporations, Bidirn manufactured by Monsanto, or other appraved equai. The weight of khe materia� shall be at least 6 ounces per square yard. The material shall be manufactured by a spinning process and shall have 85 percent of its pore siz�s smaller than 0.15 mm. 3.U0 EXECLlTlON 3.0� FaUiVDATIQN PREPARATION Trim and dress areas on which bedding and riprap are to b� placed to conform to crass sections shown on the drawings within an aifowabie tolerance of pl�ts or minus 2" fram the theoretical slop� iines and grades. Where such areas are below the allowable minus tolerance timit, bring areas to grads with campacted fill simikar to the adjacent material compacted to 95% standard Procter density 9n lifits no greater than 10" or with well compacted bedding material. 3.02 FILTER CLOTM Store and place filter cloth as 5pecified by the Manufacturer. Place the filter clath after the foundation is prepared and cover imrr�ediately with bedding material. Make a mi�imum 24" lap on all joints. R�pair or repi�ee any damaged filter clath as spscified by the Manufacturer. 3A3 BEDDING �LACEME�Ji' Uniformly spread bedding material on the preparad surFace, in a satisfactory manner, ta the slope lines and grades indicated on the drawings. Placing af material by dumping from top of slope ar by any method which tends ta segregate particle sizes wiihin the bianket shall noi be permitted. Repair any damage fo tY�e prepared surface or #ilter cloth during placing of the b�anket before proceeding witf� the work. Com�act9on of the blanket will nat be required, but it shali be finished to �resent a reasonably even sur#ace free fram mounds or w9ndraws. 3.D4 RIPRAP PLACEMENT Riprap and Bedding Material D2273-2 l�AR41509 ' A. Place stone for ripraP an the blanket in such manner as to produce a reasonably we�l-graded rnass of rock with the minimum practicable percentage of voids, and construct within the spscified tolerance to the lines and grades shown on the drawings or staked in ihe field. A tolerance of plus 6" or minus 0" fram the sfope lines and grades shown on the draw9ngs shall be allowed in fh� flnished surfaee of the riprap. Place riprap ta its full course thickness at one operation and in such a manner as #o avoid displacing the blanket materiaL Distribute the larger stanes evenly and conform the entire mass of storres in their final position to the specified gradation. B. The finished riprap shall be free from objeetionable pockets of sma11 stones and ciusters of larger stones. Pface �iprap loads afong horizontal rows and pragress up the slope. Place each load against previously placed riprap. Placing riprap in layers shall not be permitted. Placing riprep by dumping firorn iop of slope, dumping into ehuies, or by similar metho�s likely to cause segregation of the various sizes shaEl not be permitted. The desired distri- bution af the various sizes of stanes tY�roughout the mass shall be abtained by methads-of .placement which produces the specified results. Rearrange indiv9dual stones by mechenica! equipment or by hand to the extent necessary to obtain a reasonably well graded distribution o# stone sizes. Maintain the riprap protection until accepted and replace any material d9splaced by any cause ta the li�es and �grades shown on the.drawings. 3.Q5 FIELD QUALITY C�NTROL; TES7iNG The Contractor shall be responsibie for prvviding all testing ka demonstrate compliance with the requirements of the Contract Documents. Gradation testing of the r9�arap and bedding materia3s sha�l be performed an all the materials within a 1 Q' x 10' square area designated by the Engineer. Gradation tests shal� �e representative of no greater than one-third of the material placed. The C�ntractar shall bear all costs, including additional testing, of the correction of materials which fail to meet the requiremen#s of the Contract Docum�nts. 3.06 � CLEAN AND ADJUST [NOi US�Q] 3.47 SCH�DULES [N�T LlS�D] END OF S�CTION A�PENDIX A M�ASUREMENT AND PAYM�NT A. MEASUR�MENT Riprap and bedding that is pfaced shall'be computed i� place ta the lines, slapes, dimensions and grades iridicated on the drawings or modified by the Ow�er, and on the basis of tY�e pr�scribed thicknass meas�re� perpendicuiar to the slope or surface on whicl� it is placed. Filter cloth shall not be measured. B. PAYMEN7 EROSION PROTECTIDN Payment for the rip rap and bedding material �kaced shali 6e made at the contract price per cub�cyard bid far "R�p Rap". Payment si�af! be full comper�sation for labor, equipment, and materials, and for perForming all aperatians necsssary to furnish, place, and test the rEp rap and bedding as specified and as indicated on the drawings. There shall be no separate payment for flter cloth and its cost should be included in " Rip Rap". Riprap and �edding Material �22�1'� �Af�01509 0�404 SU���RINS 1.00 G�N��A� 1.a1 WORK iNCLUDED Furnish fabor, materials, equiprnent and inciden#als necessary ta instail pipe sub�rains to collect trapped seepage under storm water detention pond pa�ing as indicated. , ' 1.02 QUALIiY ASSURANC� [NOT USED] 1,Q3 Sl1BM1TTAL5 Submittais shall incEude manufacturer's data and certifications, recommended jointing procedures, ` and record data. � i.b4 S7ANDARDS � The applicahle pravisions of the following standxrds shall apply as if written here in their entirety: ASTM D-1784 "Specification for Rigid Poiy(Vinyl Ghforide) (PVC) Compounds and ` Chlorinated Poly(Vinyl Chloride) (GPVC} Compounds" ASTM D-2241 °Specification fo� Poly(Vinyl Chlaride) (PVC) Pressure- Rated Pipe �' (5DR-Series)" i.q5 DELIIIERYANDSTORAGE ' Da not store PVC underdrain pip� materials in open sunlight for excessively long periods of time. 1.06 JOB CONDITIQNS [fV07 US�D] i 1.07 OPTIONS [NOT US�17] � �.08 GUARANTEES [NOT USED] 2.U0 PRODUC�S � ' 2A1 MATERIALS , A. DRAIlVAGE PIPE �OFS SUBDRAINB . 1. The pipe, fiitings and connec#ions sha11 be PVC conforming to AS7M D-�784 and ASTM D-2241, 160 psi rating. Joints and fittings shal{ be rubber gasket type. - 2. The perfarated drainage pipe shall ha�e 1/2" diameter holes at 4" on center in two (2) � rows, one {�) on either side of ihe vertical centerline and separated on the bottom of the �' pipe �iy an arc af 120 degrees. 3. The collector pipes shall be solid wall withaut perforations. B. FILTER AGGREGATE: Class 'E aggregate fill as specifiied in Sectian 02256, AGGREGATE ` FIL� G�ASSIFICATIDNS. 2.02 MIXES [NOT US�D] 2.03 FABRICAi'1DNS [NOT USED] 5ubdrains 02404�1 i F7° W8D244 2.04 MANUFACTUF�ED PRODUCiS [NQT USED] 3.00 �X��l1YlON 3.�1 PREPARATION Inform the Engineer af the time sequence for installing the drainage system. 3A2 1N5TALLATION A. PERFORATED PiPE DRAINS lnstall the �VC pipe drains as indicated. B. GEO7EXTILE Install the geotextife in tl�e structural subdrain system as indicated on the plans. C. DRAlNAGE AGGREGAT� AND RRAfNAGE PIP� �, Install the c�rainage aggregate over the geotexti{e in tY�e prepared subgrade trench as indicated. Take care ta pre�ent contamination of the drainage aggregate with sail. Gompact the dtainage aggregate in 4" layers with a vibratary plate power �and compactor. 2. The drainage pipe and collector pipe shall be of the sizes and locations as indica#ed. Install the pi�e in conjunction with the drainage installed in conjunction vvith the drainage aggregate so that damage to the pipe 9s prevented and no inter�erence with compaction af the aggregate occurs. Prior to installation, mar�C t�e vertical centerline on the top of each section of perforated pipe, with a waterproaf felt-tipped marker or other suitabie de�ice, to faciNtate verificatian that the per€orations are properly orien#�d. Provide fittings af the proper type at bends and junctions in th� drainage pipe and collectar pipe. The geotexti{e shall be secured to the collector pipe at the terminat�on of the drainage aggregate with waterproof adhesive and hea�y duty vinyl tape. 3. Prpvide the copector pipe outlets with concrete encasement, drain screens and stone riprap erosion protection as indicated. Place the stone riprap by hand as required to canfarm to the lines and grades as indicated on the pla�s. 3.03 FI�LD QUALITY CON7ROL [NOT USED] 3.04 CL�AN AND ADJUST (NOT USEDj 3.05 SCHEDIlLES [NOT USED� �ND O� S�C�ION Subdrains 02444-2 �iWQ0244 r ��00 IV�IS��LLAIV�OUS IUI�iAL� �.oa ��N���� '[.�i WORK INCLUDED Furnish labvr, materials, equipment and inci�entafs necessary to fabricate and ir�stali misceflaneous metals and other arnamental or specialty work. Furnish hang�rs, suppor�, and brackets necessary to fasten other work. 1.02 QUALITY ASSURANCE Field welding shall be performe� by experienced operators, aualif�ed in conformance with "Standard Qualifications f'rocedure" of the�AWS "Structural Welding Cods". 1.Q3 SUBMITTALS � 5ubmittals shall include: , A. Shop drawings showing fabricated items ! S. Product data sheets for man�faciured components �' C. List as necessary � 1.04 REFER�NCES AND STANDARDS A. The applicable pro�isians of the fo[lawing standards si�all apply as if writtan here in their _ entirety: � B. Federal Specifications {Fed 5pec): ! FF-B-561 D Bolt, (Screw) Lag FF-P-575C Bolt, Hexagon and Square - FF-B-588C Bolt, Toggle, and Expansion Sleeve, Screw �: FF-S-85 Screws, Gap, Slatted and Hexagon-Head FF-S-92 Screws, Machine: 5lotted, Cross-Recessed or Hexagon Head • �F-N-1056 Nails, Brads, Staples and Spikes, Wire, cut and Wrougt�t ' l FF-N-836D Nuts, Square, Hexagon, Cap, 51ott�d, Castle Knur{ed, Welding and � Single Bafl Seat F�-P-395 Power Actuated Dri�e Pins ' F�-S-'I 1 � Screw, Wood , FF-S-325 Shield, Expansion: Nail, Expansion; and Nail, Drive Screw (Devices, Anchoring, Masonry) . FF-W-84 Washers, Lock {Spring) RR-G-661 Gratings, Me#al ° Tf-P-6�S Prirrzer, Paint, Zinc Chromat�, Alkyd Type TT-V-51 Varnish; Asp�alt � . C. The Aluminum Association (AA) publicatians: � 5AA-46 5tandards for Architectural Aluminum DAF-45 Desigr�atian 5ystem far Aluminum Finishes ABH-21 Aluminum Brazing Handbook � ADS-1 Aluminum Standards and Data D. American Society #or Testing and Materials (ASTM) pub[ications: Miscellaneous Metals 0580Q�1 �iWpd244 ASTM A36 ASTM A53 ASTM A120 ASTM AS23 ASTM A153 ASTM A325 AS7M A354 ASiM A490 ASTM A525 ASTM 83p8 Specification for Structural 5teel S�ecification for Welded and Seamless Steel Pipe Specification far B1ack and Hat-Dipped �inc Coat�d Welded and Seamless Steel Pipe for Ordinary Llses Specification for Zinc (Hat-Galvanized) Coatings on Products Fabricated from Roped, Pressed, and Farged 5teel 5ha}�es, Plates, Bars, and S#rip � Spacification for Zinc Coating (Hot Dip) on Iron and Steel Hardware Specification for High Strength Bolts for Structural Steel Jaints Specification for Qu�nched and Tempered Alloy 5teel Bolfs and Studs with Suitable Nuts Sp�eiiications for Quanched anci Tempered Alloy Steel Bolts and Studs with 5uita�fe Nuts Specif9cation for Genera! Requirements for Steel Sheet, Zinc-Coated (Galvanized) by the Hot-Dip Process Specification far Alurnin�m Alloy 5tandard S#ructural Shapes, Rolled or Extruded �. Am�rican National Standards lnstitute (ANSI) publication: ANSI A� A-.3 Safety Code for Fixed Ladders F. American Welding Society {AWS) standard: AWS D1.1 Structural We[ding Code - Steel AW5 D1.2 Structural We{ding Cade - Aluminum AWS D1.3 Structural WeEding Cade - Sheei 5tee1 G. Steel Str�ctures Painting Cauncil (SSPC) publications: Steel Structures Painting Manual, Volume 2 H. fVationaf Associatian of Architectural Metal Manufacturers Association {NAAMA) publications: AMP 540 Metal Finishes Manual AMP 544 Finishes for Carbon Stee[ and Iron "Stair Manual" 1.05 DELIVERY AND STORAGE Ship expansion joints to site in protective coverings. A[I aluminum which wi!! be expased to view shall have strippable protective co�erings applied at the factory and remaved after er�ction, 1.06 JOB COND[TIONS A. Contractar shall �eri�y dimensions and take field measurements nec�ssary to e�tab[ish size and cannections priar to fabrication. Provide any anchors, brack�ts, supports, braces, connections and fasteners necessary to assemble the various components and anchor inio position into, or anto, the structure. B, �ach component sF�all be af adequate size and strength necessary to fu1fi11 its function. Fai�ure of any part af the assembly Es cause to reject the entire component, Componeni shall be assembled �n a neat an� substantial manner. Joints exposed to the weather shail be fvrmed in a manner to exclude water. � C. Provide misc�llaneous plates, braefCets, frarnes, anchors and otF�er stee! fabrications as indicated on the drawings or required to make connections to eomponents furnished under other sections of the specificatians, � .C17 OPTIONS jNDT USED} Miscellanenus Metals O��OOd� ��WOQ244 � i� 1.08 GUARANTEES [NOT US�D] 2.ao PRopUCis 2.01 MATERIALS A. STRUCTURAL STEEL: ASTM A36 hav�ng a minimum yisld strength of not less than 38,000 psi. B. MISCELLANEQUS STE�L; Ralled sF�apes complying with ASTM A36; plates and bars compfying with ASTM A28�4. C. STFiUCTURAL CAST STEEL: Conforming to ASTM A148, Grade 80-50. D. GENERAL PURPOSE CAST STE�L: Conforming to ASTM A27, Grade 65-35. 7 � E. ST��L FORGlNG: General purpose, confiorming to ASTM ABBS, Class C or F. I F. CAST IRON: Soft, gray iron, conforming to ASTM A48, Class 30, has 30,OD0 psi tensile strength. � G. GALVANIZING: Hot dipped, canfarming #o ASTM A�23 and A386. H. WELDENG E��CTRODES: Appropriate for the intended usage. Electrodes for arc welding - shali be series E70. : I. ALUMfNUM: Appropriate for ihe i�tended usage. Alloys shal� comply with the following: = ALL4YE L1SAG� 6061 Extruded or rolled structural shapes � 6�6� �xtrusions, general {Pipe rails) � 3003 Sheet, tube or pipe 5005 General purpase sheet 5056 Nails ar�d F�ivets a 2024 Scr�ws, balts and n�ats � J. STAINLE55 STEEL: Apprapriaie #or the intended usage, complies with AI51 iype [30011 �01 ., (17%f7%)1/302 (18%/8%}.] Finish shall be [ No. 2, Dull f 1/ No. 3, Bright, ll No. 4, Poiished]. � K. FASTENERS: Appropriate for the intencied usage. Fasteners used with gaivanized steel sfiall i�e zinc coated, fasteners used on non-ferro�s metal shall be bronze or brass. � ; Fasteners shall include: �� 1. Steel Bol#s - Low carbon steel complying with ASTM A307 or A325. 2. Na91s and Spikes - Fasteners com�lying with Fed. Spec. IV. FF-P-fi36. ; � 3. Self Drilfing Fasteners (SDF) - Corrosive resistant, hex-headed drill pointed, size as appropriate. ` 4. Paw�r Activated Fasten�rs (PAFj - Tempered A-i 5� steel with a minimum tensife strength of 270,OOD psi, complying with Fed. Spec. - P3958, Ramset, Hilti, or ap{�ro�ed equal. < 5. Sleeve Bolts - Molly "Parasleeve" or Ramse# "DynabolY`. B. Goncrete �xpansian Balts - Hilti °KwikBolt". � � 7. CMI� Fastener - Hilti °KwikTog". • 8. Metai Deck Fasteners - Corrosi�e resistant, hexheaded, drill.pointed fasteners, Teks or ` equal. 9. Self-Drilling Anahors Bolts - Zinc-plated, �ase hardened body with expanding �lug, Ramset "RamDriEf" or Hilti "HH5", Miscelianeous Metals 0��00-3 FTW00�44 L. STEEL PI��: Welded or seamaess types, s#andard weight, Schedule 44 steel tubing conforming ta ASTM A53. Steef tube shall conform to ASTM A500, Grade B. M. ANCHORS AND BOLTS: Anchars and holts shafl be stainless stee{ cadmium plated ar appro�ed eq�tal. N. STLlD ANCHORS: Stainless steei, type i8-8 anchars as manufactured by Nelson Stud Anchors, or equal. O. ST�EL PLATE: Furnish steel plate for fabrication as indicated or� the drawings, Furnish �/4" or �18" thick checkered steel plate where indicated. P. ZINC-RICH COATING: Specia[fy formufated compound confiorming to Na�y 5pecification MEL-P-21035 that wil[ produce a coating of appraximately 3,0 mils thickness containing not Iess than 95°/a zinc when applied in one (i ) coat according to the manufacturer's instruction. Q. BITUMINOUS PAINi: Hea�y bodied asphalt based paint conforming to military specification MIL-P-6883 or �ed Spec T�-V-5�i. R. SHOP PAINT: Shop paint sha11 bE suitable as a primer for the finish coats as specified in Section 09�01, ARCHIT�CTURAL PAINTING. Gontractor shall aoordinate. Generally, shap paint shall be a rust inhibiter metal primer for misceflaneous steel, TN�MEC #99 for struciural components. 2.02 MIXES [NOT USEQ] 2.03 FABRICAT10N5 A. Fabricated componen#s shall ba assembled in the shop whene�ar possible. Steel shapes shall be cui to accurate size with sharp lines and smooth sur�aces. Thickness of inetal and general canstruction sha11 be adequa#e to witE�stand the stresses i�npased on the component. Provide lugs and brackets necessary for connecting to other components. B. Connections shail be secure, either welded orfastened with bolts ar rivets. Where the component is fo be exposed to �iew, connections shall �e by vvelding with the wefds ground smooth. Make u� threaded connections tightly so that threads will he sntireky concealed by fittir�gs. Rivets, bolts, or machine screws may ba �ased for field cvnrrectians. Visi�le rivets, bolts, screws, etc., may have flush or oval heads and shaEl be countersun�C. Seal-weld �isi6ie joints and exposed joints th�ir entira length. Other joints may be spot or skip welded unless shown atherwise, or unles� they must be continuaus, C. Holes far bolts and screws shall be drill�d or punched. Mismatehed holes shall not be allowed. Fasteners shall be concealed where�er possibls. Exposed fasteners shall be of compatible materials and sha[[ matc� color and finish or surrounding materials. Drill, punch, cut and tap ste�l as raquired for anchoring or accommodating the work of other trades as shown or where si�awn on the shap drawings. . D. Struct�ral fabricatians shall be made of standard rolied sha�es, plates, bars, or strips. 2.�4 GRATING STEEL GRATING: Steel grating shall be as noted on the drawings. 3.00 �X�CUiION Miscellaneaus Metals 05500�4 �`TWD0244 3.D1 PRE!'ARAT1DiV Inspect surfaces to receive metal camponents. Asc�rtain that surfaoes are suitable for the attachmen� of the componer�t. 3.02 FASTENERS A. �urnish the appropriate type of fastener for the application. Fasteners shall be of the type and material proper far intended use and in sufficient quantity for the spacing, Concrete anchors shafl be stainkess steel. 3.�3 FI�LD QUAI.[TY CONTROL [NOT USED] 3.04 CLEANING AND PAINTING A. clean all surfaces, remove rust and prepare �or painting. Surfaces which wiN be inaccessible aft�r fabrication or erection shall be painted prior #o insiallatio�. 8. Except for galvan�zed s#eel and items speeifically noted not to be painted, all rriiscellaneous metal component shall receive a shop coat of paint. Paint shap be a}�plied by brush or spray, applied uniforrnly without runs or drips. C. Any fasi�n�rs ar miscellaneous camponents appiied on galvanized fa�rications shall be galvaniz�d, chrome-piated, or a#herwise shall be painted with zinc-rich coatings. D. Dissimilar materials: Where dissimilar metals are in contact, ar w�er� aluminum is in contact with concrete, mortar, masanry, pressure-#reated wood or absorptive materials su�ject to wetting, the surFaces shall be protec#ed with a coat o# bituminaus paint, unless otherwise Sj�ECIfiIB{�, to pre�ent gal�anic or corrasi�e action. �Na o� S�CT�oN El hlliscellaneo�as Metals �WOD24� �����-� 55�0 H�N��AI�,S i4ND CUA����I�S 1.Q0 G�,N�R,4L 1.01 WORK 1NCLUDED Furnish labor, materials, equiprrien# and incicientafs necessary to install guardrails, handrails, stair ,- railing and ancillary fasteners and camponents. ' 1.02 QUAI�ITY ASSURANCE A. DESIGN CRITERIA: Guardrails and handrails shal] conform to OSHA req�irements and shall be design�d to resist a concentrated load af 200 pounds applied to the top rai! at any point and 9n any direction. Deflections resulting from such stressEs shall nat be permanent. Reinforcing doweis may be required to meet these requirements. -- S. STYI.�: Handrails and guardrails shall be multi-rail type. The number of rails sha11 be as required by local codes or OSHA requirements. Railings accessible to the public shall be � designed so that the clear spacing between horizontal rails shall be such that a 12" diameter ,` sphere cannot pass through the raiEings. I, C. T4l.E[�ANCES: The railing system shal! be installed to the fallowing ia{erances: i. Maximum variation from pl�mb - i{4" 2. Maximum affset from alignment - 1/4" �.03 SUBMITfALS 5�bm�ttals shall include: �� A. Manufacturer's.product data sheets and speciiieations. B. Ce�tificaiion of compliance with focal, s#ate, or �ederal codes, and OSHA raquirements. � �' C. Shvp drawings indicating railing layout, methods of assernbly, at#achrnents., anchorage types, , and expans�on joints. � 1.�4 STANpARD5 � The applica�le pro�isions of the following standards shall apply as if written here in their entirety: A. American 5ociety of Testing and Materials {ASTM) s�ecifications: II ASTM A36 Speaification for Structural Steef ' ASTM A53 Specificaiion for Pipe, Stee1, Black and Hot-Dipped, Zino-Coated Welded and 5eamless i ASTM B26 5pecification for Aluminum Allay Sand Castings �_ ASTM BA�3 Specification for Standard Sizes af Seamless Red Brass Pipe ASTM B21 D 5pecification for Aluminum Alloy Drawn Seamless Pipe i ASTM B221 Specificafiion for Afuminum-Alloy Extruded Bars, Rods, Wire, 5hap�s, and Tui�es ' ASTM 6241 Specification for Aluminum A11oy 5eamfess Pipe and Seamless Extruded Tuhe � ASTM �894 Standard Test Methods for Anchorage of Perrnanent Metal Railings � and Rails for Buil�ings ASTM E985 Specifications for Permanent Meta� Rails for Buildings B. American National Standards Institute (ANSI) publication: F6andrails and Cuardrails �5520�� - i r�W Q0244 I AN51 A21.� Safety Requirements far ��aor anei Wall Openings, Railings, and Toe Sflards ANSI A58.1 Minimum Design Loads in Buildings and Other 5tructures ANSI A117.i Speci#Ecations for Making Building and Structures Accessi�fe to and llsable by �hysically Handicapped C. American WeEding Society (AWS} code: AWS Code for Welding in Building Construction D. Aluminurn Associatian (AA) ABH-21 •Aluminum Brazing Handbook ADS-1 Aluminum Standards and Data . DAF-�}5 Designation System for Architectural Finishes 5AA-46 Standarcis for Anodized Architectura[ Aluminum �. Occupational Safety and Health Administration (OSHA) standards: OSHA 29 CFR Occupational Safety and Health Standards 1910 F. lnternational Confierence of Building �fficials (ICB�) code: UBC, 1988 Uniform Suilding Code G. Nationai Assaciation of Architectural MetaE Manufac#urers (NAAMM) Metal �inishes Manual Pipe Railing Manual 5tair Manual '1.05 DELIVERY AND ST�RAG� Store any raw steeE corriponents so tl�at they are protected from r�amage by inclement weather or by construction processes. 1.OB JOB GONDITkONS A. The Cantractor shall be responsible for taking complete field measurements of alI areas schecEuled for guardrails or handrails to assure a proper fit to field conditians. B. Provide any cancrete inserts r�quired for railing anchorag�. C. Pravide handrails as shown on the drawings D. Top handrail shali �xtend continuaus�y over posts, rather than attaching to sides of pasts. Pra�id� splices in horizontal railings complete with spliae reinforcing inserts. Provid� expar�sion joints at �0 ft. maximum intervals or as recommended by the manufacturer, whict� ever is less. Pra�jcie expansion fitting which is anchored to one railing and is free to move at the opposite railing. 1.07 OPTIONS The Contractor may �se a mechanically fastened [or welded aluminum] pipe system. j5teel pipe handrails s�at[ be afl welded construction.] 1.08 GtJAFiANI"EES [NOT USED] 2AD ��dD�UC�'S kandrails at�d Cuardrails 0552D�2 �T'WOD�44 i � � 2.01 MAT�R{AL5 A. ST�EL PIPE: 1-114", I.P.S. Schedule 44 steel pipe conforming to ASTM A53. B. M�CHANICAL FASTENERS: Furnish mechanical fasteners as recommended by the manufacturer �for the following conditions: � i. Stainfess steel RHMS 1I4", 2�" x i" S�MS with lock washers. 2. Stainless steel 114", 20 RHMS with nut. , 3. Cadmium-plated sleeve anchor holts, 318" x 3". 4. Cadium plated slee�e anchor �oits, 3/8" x 6". C. FACTORY BENDS ANf] SPECIAL RAi�lNGS: �urnish factory bend at railings, including stair turns an� other special shapes required by the conditions. Per#orm no bending in the field. Shapes requiring more than one �iece shalf be shop welded with welds ground smooth I R�. and not �isible when erected. D. STRUCTl1RAL ADHESIVE: An approved epoxy adhesiv�, as recommended by #he railing manufactur�r, such as 3M "SCOTChI-WEI.b", ar approved �qual. E. POST SETTING EPDXY: Silicone Specialiies "E-Bond #165", Sika Corp. "Sikador Hi-mod", or appra�ed equal. F. STEEL ANCHORS: Anchor and other appurtenances shall conform to ASTM A36. � = 2.02 MIXES �NOT �SED] �- 2A3 FABRICATIONS [NOT US�D� 2.04 MANUFACTURED PRO[7UCTS [NaT US�D] I � I 2.05 WELDED STEEL RAILIfVGS , A. 5teel handrails and guardrails shall be fabricated of 1-114", I.P.S. Schedule �0 steel pipe with � all welded construciion. Cut pipe intersectio�s to the diamet�r of the cannect9ng pipe and � weld all around the connections. f�osts shall be trulv vertical and shalf be fwelded to, steel stair strinaers all around the nine diameterl fshaa welded to a stee[ base platel., B. Furnish fai�ricated welding type fittings, including end termi�als which curva ar�d ancl�or to tf�e wall, pipe end terminafs, bases, wall brackeis, and wal! flanges. Railings shall har�e rounded corners and returns using flush welded fittings. 3.Q0 �X�C�JiION 3.D1 PR�PARATION Install sleeves and ancho� plates in concrete as it is piaced. 3.02 1NSTALLATION � A. Post spacing shall not exceed maximum spacing required by local or s#ate codes, or �SHA . requiremen#s, or 8'-fl" cent�rs; whichever is least. Handrail posts at sta9rs shall be spaced as , required to Produce uniform spacing between posts. L. B, Apply ane (�) caat of bituminous paint with a minimum thickness of i0 mils dry #ilm thickness at railing companents in contact with concrete o� dissimilar materiaks. bancfrails and Guardrails 055�D-3 I �l'W00244 C. Welded systems shall ha�e all joints welded continuously around each junctwre with small, uniform welds. 5teel welded pipe shall fi�a�e welds ground smooth. D. Pravide 3/16" diamat�r weep holes located �/4" ta 314" above the grout line at exterior posts set in concrete. 3.03 PAINTif�G Stee! �andrails shall be painted as specified in Section 09901, PAINTING. 3.04 FIELD C�UALITY CONTROL jN07 USEI]] 3.05 CLEAN AND AD,lUST Remove any protective covering from handraiEs and remove all adhesive. END OF S�C�IOh Handrails and Guardrails 05520�4 �'TWD0�44 - •r 09905 ����'�C�IVE C�ATIlVf�S 1.D0 G�N�RA� 1.01 WORK 1NCLUD�D A. Furnish la�ar, materials, equipment and incidentals necessary to apply protective coatings ta materiaE and equipment as specified herein, including the preparation of surfaces prbr ta application of caatings. B. Protective coatings•are special coatings to be used at specific iocations or on specific s�rfaces as indicated herein and are complern�ntary to the coating surfaces specified in Section 099Q1, ARCHITECTURAL PAINTING, in ihat every surface of every description, exce}�t thase which are specifically noted not to receive a caating finish, shall be covered �y a paint system as specifi�d in this section or in Section 099Q1, ARCHITEGTURAL PAi�V7iNG. C, Protective coatings shall be applied to the following surfaces: 1. Metal surfaces locat�d outside of buildings and ather structures anywhere on the project site. 2. Above grade Ductile lron piping. D. Special applications for pain#ing include the following: 1. Buried pipe and �alves shalE receive a shop applied Arotective coating as descriaed in the appropriate section of the specifications. E. Contain, treat, and dispose o# any dust, spray, drainage, vr spillage resulting from coating o�erations. It shall be the Contractor's responsibility to determine if the materials to be ' disposed of are classified as hazardous waste. Disposed of waste, hazardaus or otherwise, , shall be in accordance with applicable regulatians. The Cantractor shall bE aware of and understar�d tE�e regulat�ons concerning disposa[ of waste generated by coating operations. 1.02 QUALITY ASSL]RANCE A. ACCEPTABL� MANUFACTURERS Products which m��t the specifications ma�ufactured by the foAawing companies will be acceptab�e: � . Tnemec 2. Valspar 3. Carboline 4. Kop-Coat 5. Ameron B. APPLICATOR'S QUALIFICATIONS Applieators must be qualified in this line of work and have a minirnum ofi five (5) years experience in the application o# the protectir�e coatings of the type� specified herein. Submit a list of recent projects and names of references for those projects. C. PRODUCT QUALI7Y 1. Use only ihe coating specified in this section. Use onEy thos� thirtners and solvents recommended by t�e manufacturer, or�ly in the amounts necessary to produce the manufacturer's recommended spreading rate, and in amounts not exceeding the �naximum quantities stated in the manufact�rer's literature. I � I 2. Ti�e coating material shal! not show excessive sEttling in a freshky opened full can and shall be easily redispersed with a paddle ta a smooth, homogeneaus stat�. It shal� show no curdling, livering, caking, or color separation and shall be free of lumps or skim surfaces. D. TESI'ING Protecti�e coatings shaEi be applied under quality control procedures, which includes inspection of surface preparation and for each coat. Do not proceed with the next step unti� the Engineer �as appro�ed the previous step. The Contractor shall be solely responsible for testing for this section, at no further cost to the Owner. The Engir�eer shalf also rriake such tests if it is cohsidered necessary, Coaperate with the Engineer, praviding equipment, sca#folds, and ather equipmen# as requested by the Engineer. �. �ESTING EQUEPMEN7 �'urnish ihe testing apparatus necessary for tesiing coatings, including th� follawing: 1. One (1) set of U.S. Departrr�ent of Comrrterce thickness calibratian plates, certified by the National,Bureau af Standards, to test dry film thickness. 2. �i�e (5} wet-fiEm thickness gauges. Give one (1) ta Owner's re{�resentative. Each painter shall keep one (1) to test paint as it is a}�plied. 3. One (1 j dry film thickness gauge, Mikrotest I11, 0- 40 mils with calibratian standard ap�raved by the Bureau of Standards. 4. One (1} Bacharach 51ing Psychrometer, Model 12-7011. 5. Tinker and Rasor Model M-1 Moliday De#ector and recommended wetting agent. 6. One (1} se# of SSPC-VIS 1-89 Visual Standards for Abrasi�e Blast C�eaned Steel. F. 7�STING REPORTS Submit an ins�e�tion report for each coating applied on the project. The testing report shall be complet�d on a form furnish�d by the Engineer and shall bear #he signature of the Contractor and the Owner's Field Representati�e. 1.D3 SI�BMfTTALS Submittals shall be in accordance with Section 0�30�, SUBMITTALS and shall indude: A. Manufacturer's produc# data sheet for each paint type, incluc�Eng surface preparation requirernents, recommended spreading rates, application procedures, recommended primers, and other instructions. B. Ca1or char�s of each paint.type. 1.04 STANDARDS The applicable pro�isians of the following standards shall apply as if written here in their entirety: ANSI American National Standards Institute, 1�F3d Broadway, New York, NY 10018 NACE National Associat�on of Carrosian �ngineers, P.O, Box 1499, Houston, TX 77a01 OSHA �ccupational Safety and Health Administration, Department of Labor, Washington D.C. SSPC 5tee[ Structures Painting Council, 4400 Fifth Avenue, Pittsburgh, PA 15213 In t�e event af a conflict between the published standards, codes, and this s�ecificatio�, the more stringent requirement shal� govern. �1.05 DELIV�RY AfVD STOFiAGE Protecii�c Caatings �990�-2 FTWOU244 A. Deliver coating products to the site in original unopened containers, wifih manufacturer's labei and batch number attached. Do not apply products until the Owner's field representative has approved the product for use. B. Use one (1) location at �ach site for the storage of coating products. Protect the iloor #rom spills and o#her damage. Protect the products from extreme �reat or cold. Keep containers covered. Keep the storage rooms clean of trash and dehris. Dispose of oily or used rags daily. Under no circumstances shall they iae allowed to accumukate. Take precautions ta prevent fires. The storage of flammabke fiquids shall compiy with the City, State, or other fire codes. 7.06 JOB CD�iDITIONS A. It is desired tfi�at the paint products be furnished by as few manufacturers as possible to meet the requirements of the specifications. Coating products af ihe same type shall be supplie� by the sarr�e manufacturer. Qo not mix products fram d{fferer�t sources. Apply finish coats in the field, The Owner shall select colors. B. Primers factory-applied to equipmeni shall be those specified. Where possible, notify man�faeturers which shop prime coats will be required in order to be compatible with field- appiied finish coats. Where equipment is purchased which has the rr�anufac#urer's siandard primer or a factory finish wi�ich is other tha� as speci#ied in this s�ection, remove the factory- appli�d paint system or apply passivators or other special coatings_as rec�uired to make the surface compatible wi#h the �inish co�t specified. C. Do not apply any caating to machin�ry, piping, or o#her surfaces before testing has been campleted and systems approved. Any damage to coatings resulting from subsequent corrective procedures shall be stripped back to bare metal and repainted with the appropriate paint system as directed by the �ngineer. � D. Surfaces which will be inaccessible a#ter installation si�all be coated prior to installation, or � shal! be coated and approved in stages as the work is installed. E. The Engineer shall appfave surfaces for application of coatings at each stage. Any material that is coated prior to the Engineer's approval shall be stripped back to bear m�tai and repainted. F. At least ane {1) week shall be allowed for drying of.finished surfaces befiore any machinery can be placed into service. G. Do n�t apply coating over nameplates or othar identification plaques. Mask such plates and ke�ep protected. Remo�e tape and palish nameplates after painting is complete. H. ENVIRONMENTAI. CONDITIDI�S 1. Do not apply coatings under conditions triat are �nsuitable for the production of good r�sults. Remove trash and ciebris from enclosed buildings and thoroughly clean prior to application af coatings. Do not begin application of coatings in areas where other trades are working, or where construction activities result in airbome dust or other debris. Do no# app�y coatings in conditions which do nat conform to ths recommendations of the coatings manufacturer. 2. Coatings shall onEy be applied when conditians fall within the parameters listed in the manufacturer's printed data. 3. Do not appky any caatings when weather conditions are unfavorable. In the event that climatic conditions are not conducive far besi results, postpone app[ieation of caatings until canditions conform ta the rnanufacturer's recommendatians and the pro�isions af Fretective Cvatings Q9905-3 FT'W003�44 this speci�ication. Do nat appfy coatings to a wet ar damp surface in wet or damp weather conditions, or when #here is dust in the air. 5urfac�s exposed to direct sunlight shal� k�e s�a�ed by awnings or other protective d�vices while coatings are being applied. When necessary, pra�ide temporary heating devic�s of a type that produces no fumes which will discolor the paint system. 4. Apply coatings to surfaces which.will be under water cnnstantly or which periodicalEy wili be under water during operation af the project in accardance with requirements for submerged structur�s to a point 1'-0" above the maximurn water le�e{. Mask the line of demarcation betwe�n tl�e coating systems to a straight le�el line. I. WQRKING CONDI710NS 1. Provide adequat� lighting at any location that coatings are being applied or testi�g is performed. illurnination shall be of sufficient intens9ty to achieve good results. Provide explosion-praof lighting when required. 2. iemporary ladders and scaffa[ds shall conform to applicable sa'Fety requiremer�ts. Erect temporary scaffoids where needed to cover large areas. Provide ladders or scaffolding during t�sting procedures. � 1.07 OPTIONS [NOT �15��] i�i�1�11:7,1`��� A. Protectiva coaiing shall be guaranteed for a period of one (1) year from th� dat� of the Owner's acceptance of the project. B. A warranty inspection shall be conducted in the eleventh month foI{owin� completion of painting and coatings. Any defecti�e work di�ca�ered a# this date shall be corrected by the Contractar in accordance with the specifiications at no additiona� cost to the Owner, Qther corrective measures may be required during the one (1) year warranty period. 2.00 PRODUC�S 2.01 MAT�RIALS Materials shall be the manufacturer's top of line quality products, as iisted herei�. E'raducts used on this project shall be as indicated below. Primers and finisE� caats shall be manufactured by the same manufacturer. Coatings shall be from the same batch. Products shafl be as follows: TYPE A ALKYD-PHENOLIC UNIVERSAL PRIMER Tnemec Series �7M-77 "H.S. Chem-Prime" Valspar "Chromox Primer" Vi3-R-28 Carbaline "�iust�ond" SH8 Kop-Coat #622LCF Ameron "Amercoat" 5105 TYPE S EPDXY-POLYAMfDE PRIMER Tnemec Series 66 Valspar Series 89 Carboiine 893 Kop-Coat "Hi-Gard Epoxy" Ameron "Amercoat" i 82 TYPE C ALKYD ENAM�L Tn�m�c Series 23 "Enduratone" Vafspar V20 5eries Carbofine DTM58 Kop-Coat "Hi-Gard Epaxy" Frotective Coatings 09905-4 FTW00�44 Ameron TYPE D Tnemec Valspar Carboline Kop-Coat Amer�n TYPE � Tnemec Valspar Garboiine Kop-Coat Ameron TY�� F Tnemec Valspar Carboline Kop-Coat Ameron TYPE G Tnernec Valspar Carboline Ar�eron TYPE H Tnemec Valspar Carboline Kop-Coat Ameron TYPEI Tnemec Valspar Ameran Carboiir�e Knp-Coat TYPE ,� Tnernec Valspar Ameron Carboline TYPE K Kop-Coat Tnemec "Amercoat" 54d1-HS EPDXY-POLYAMID� C�ATINGS 5eries 6� 89 Series 890 "Hi-Gard Epoxy" _ "Amercnat" 395 � EPDXY-POLYAMIDE GOATINGS FOR POTABLE WATER Series 140 "Pota-Pox Plus" "Hi Build E�oxy" Series V78PR 891 "Hi-Gard" Epoxy "Amercoat" 395 E�OXY-POLYAMIDE COATINGS FOR WALKlNG SURFACES Seriss 66 "H.S. �poxline" 89 Series "Hi Build Epaxy" 890 "Hi Gard Non-Skid" "Amerkock" 400 "Non-skid" HIGH BL31Lb ACRYLIC POI.YURETHRNE ENAMEL Series 73, "�ndura-Shield II1" V40 Series, °V-7hane Hi-Sofid" 133HS "Amershield" ALIPHATIC POLYUR�THAN� ENAMEL 5eries 71 "�ndura-Shield" 4Q Series 134 M5 134 HS "AmercoaY' 450H MODIFIED ACRYLIC COATENGS Series 29 "Tneme-Tuferyl" 19 Series "Zip-Dry" ��Amercoat" 234 3359 s2o SILICONE ALUMINUM COATINGS FOH H1GH T�MP�RATURE 5eries 39 � 37 Series "Amercoat" 878 4674 EPDXY CONCRETE COATING Bitumastic 300M Series 46H-4� 3 °Hi-Build Tneme-Tar" 2A2 MlX�S [NOT US�D] 2.03 FABRICATIONS [NDT USED] ProtectiQe Caatings 09905-5 RTW00�44 2.04 MANUFACTURED PRODUC75 �NOT US�D] 2.D5 COLOR SEL�CTION A. The calor chart shatl include the complete availabl� range of colors, including tints and shad�s. 1"he Owner shall select the calors. B. Use a rnulti-calor system caatings for any surface receivRng more than one (1) cdat, Each coai shall be tinted differentfy from the preceding coat in a manner that will allow the various coats to be �asily distinguished. Colors shall generaliy be from light to dark shades, but the Contractor rnay ha�e the option to select tint shades to insure eoats wiI[ receive adequate co�erage without bleeding ar otherwise showing through the preceding coat. 3.U0 €X�CU f ION 3.0� PREPARATION A. Thoroughly clean surfaces befare applying coating. Where field cfeaning is requirecE, apply one (1).coat af shop �arimer to the surface to protect the surface until field cleaning is performed. B. Each surface shall ha�e a primer, except in tf�e instance where field cleaning is required and #he manufacturer's printed literature states ti�at the coating may �e appfied without a primer and approval of the �ngineer is obtained. Shop-applied primer shall be thoroughiy cleaned of oil, grease, and othe� cantaminants, a�d nicks or other detects shall be spot-primed befare subs�quent caais are applied. C. Thoraughly clean surfaces that are blas#ed o# abrasive material, and appiy caating �o surfaces before any corros9on occurs on the surface. Apply coatings nn later than the same day they are blasted. ln the e�ent that surfaces are nat coated immediately afier cleaning, and r�st. reforms on the blasted surfaces, re-blast sur�aces. Remove abrasives used in the blastirrg operafions, rust, scale, and other foreign materials accumulating from the cleaning operations from the site. Sweep abrasive blasted su�fac�s clean after blasting is complete. D. The adequacy of th� pr�paration of surfaces shal[ be determined by cornparing ihe surface with SSPGVis-i "�ictorial Surface Preparat�on Standards for Painting Steel Surfaces". Pre�are surfaces in accordance with the following requirements: 1. 7YPE 5P� NEAR WHITE BLASTWG: S�rfaces shall rece�ve one (1) coat of si�ap primer to protect the surfaces until time for tinal pr�paration and coating at the site. Metal surfaces shal! be cleaned ta a"Near-white" conditian by abrasive b]asting in accordance with SSPC SP�O "Near-White B1ast Cleaning", using 16 to 3� mesh grit. Take precautions to prevent gouging and channelling af inetal. 7he result�ng surface profile shall be in accardance wiih the caating martufacturer's Tecomrnendations. 2. 7YP� SP1 A: 5ubmerged equipment that contair�s mechanical parts that would be damaged #�y field cleaning shaEl be factory-blasted ta a"Near W hite" condiiion by abrasirre blasting and primed as described for Type SP� . 3. TYP� SF'2 COMMERCIAL BLAST CL�Af�ING: Thoroughly clean metal surfaces of miil scale, rust, and other foreign matter by abrasiv� i�lasting to gray metal in accardanoe with SS�C-SP6 "Commerciaf Blast Cleaning". PerForm abrasi�e blasiing after erection, unless viherwise approv�d by the �ngineer. • 4. TYPE SP3 CONCRET� SURFAC�S: Thoroughly cure concre#e surfaces prior to applicatio� ofi coatings. Alkaw a minimum of 30 days curing time to elapse before coatings are ap�lied. Goncrete surfaces which are scheduled to receive coatings shalf be dry and shall b� prepared by light abrasive bkasting in accardance with SSPC-SP7 "Brush Blast Clsar�fng". Blasting shall be sufficient ta remove dirt, dust, efflorescence, oil, Frotective Coatings p9905-6 FTW04244 grease, stains, anc{ other foreign matter and shall prov3�e adequate surface raughening fnr good adhesian. 5. TYPE SP4 SHO� PREPARATION OF M�TAL SURFACES: Exterior metal,surfaces, except thnse specified for field preparatian, rnay be shop cleaned t�y blasiing to a gray metal finish in accordance with SSI'C-SP-6 "Commercial Blas# Cieaning", as described above. The blasted surface s�all be primed immediateiy�as scheduled. B. TYPF SP5 FIELD PREPARATION O� SHOP PFiIM�D SIiRFACES: Slag and weld metal accumulations and splatters nat removed by the fabricator shall be removed in #he fi�ld by chipping or grinding. Sharp edges shall be peened, ground or otherwise blunted. Areas adjacent to welds.or any area where shop primer has baen damaged shall be thoroughfy cleaned in accordance with SSPC SP2 "Hand iool Cfeaning" preparation and reprimed. In order to prevent injury ta surrounding painted surfaces, blast cleaning may require the use ofi a lower a9r pressure, a shorter blast distance to the surface, and shielcEing and maski�g. If damage is too extensi�e or uneconomical to touch-up, the entire item shall be recleaned and coated in acoordance with the pr'ovisions of these specifications. Welds and irreg�llar s.urfaces shall receive a field coat of the specified primer prior #o the application of the firs# fielc� coat. 3.02 APPLICATION A. Surface preparation and application ai coatings shall be in accordance with applicable standards of the Steel 5tructure Painting Council (SSPC) and ihe manu#actUrer's recommendations. Do not appEy the prime coat until the Owner's field r�presen#ative is t�oti#ied and approval is obtained for the surface preparaiion. Coating shall be applied fay skiiled workmen and shall be brushed out ar sprayed evenly, without runs, crazing, sags, or other blemish�s. Apply caating hy k�rush or spray as noted in the specifications. �. Appfy the first coat to the surface, including cutting in around edges, before the second coat is applied. The second coat and any successive coats shakE nat to i�e applied before notifiying the Owner's field representative and ok�taining approval. Each caat shall be tes#ed before the successive coat is applied. � � C. Each coat shai[ be tharoughly dry before application of the successive coat. The fuli drying time recommended by ihe manufacturer shall be allowed. Sand enamel between coats. D. Protect adjacent materials from damage, including o�er spray or spillage. Provide drap cloths or other protective tarps to cover floors, equipment or other adjacent materials. 3.03 PIPE PAINTING A. Paint piping exposed or occasianally exposed to the atmosphere in any location in ihe iacElity. Paint shall be of the appropriate type for the pipe material as specified. 3.04 �I��D �UALiTY CONTROL A. FIELD T�STS Ma�Ce wet-filrn tests during pair�ting operaiians to assure proper thickr�esses of coating are being ap�lied. After each caat has b�en applied, test #he paint film thickness with a non-destructi�e, magnetic type thickness gauge. The total dry-film tf�ickness for eacfi� coat shall r�ot be less than 75% of the amaunt specified. If the thickness is less than 75%, apply additional coats until the tataf specified thickness is obtained. The total thieknass after the final coat has been appli�d shall be 100% of the thickness specified, minimum. Apply additional coats untiE the specified thic}cness is reached or exceeded. B. HOLIDAY TESTING Protecti�e Coativags U9905-7 FTW00�44 - Test the entire s�rface of coated submerged metal structur�s with a holiday �etector. For thickness between �0 and 20 Mils {250 to 500 microns) a nor�-sudsing type wetting agent, as recammended by the haliday de#ector rnanufacturer shall b� added to the water prinr to wetting the detector sponge. Mark and repair pinholes in accordance with tt�e manufacturer's printed instructions, then retest pin�►oles. No pinholes or other �rregukariti�s shall be perrnitted in the fina[ coats. Areas containing halidays shall receive additiona{ coats until t�sts indicate no holidays. � 3.05 CLEAN AND ADJUST A. Promptly remove frasi� and debris result�ng fram painting ap�ration frorr� the site. Remove drop cloths, maskir�g tapes an� ather protective coverings. Remo�e paint spills, splatters, o�er3ap of paint from adjacen# material and o#her defects. Spot paint nicks and ather defects. B. Remove paint containers and waste products. Thoroughly clean paint storage raorr�s, removing spiiled paint fram walls and floors. 3.06 SChiEDULES ProtEctive caating5 s�all be applied in accordar�ce with the following paint schedule: END OF SECTION Protective CoaEings 09905-5 �TW00244 ���� PFi�I� �URFA��E DE�CR�PTIO�f NO- - , ��_ SS-i `3P2 Str�cte�►al5teel or EXTER[OR AhD INT�R1aR SP4 SS-2 SP2 Eq�i�ment, ��mps, Motors, or Vaives and Piping SP4 1NTER10R AND EXTERfOR S5-6 SP1A Val�es and Ga#es PFiO�'�CT�VIE C�AT�B�B�ZS PA►19Vi S��IEDUL� A��LI�ATID V�H1�LL� �W���I i�C7. �F ��ODI���` N �1�'�� .�OAT� �YP� i3rasr� o� Alkyd Glass� 1 TYF�-� A S��dy �Pheonalic � TYPE C � TYP E C Total Dry Film Thickness Brush or Arcylic Glass � TYFE B 5pray Po�yi.crethan 2 1"YPE D � 3 TYP� G Total ary Film Thickness ' Brus� or Epaxy Gloss 1 TYPE S Spray Polyamide 2 N�'� � 3 TYP� D D�T ��+11 L �} 2.q 3.0 3.Q $.0 mii5 2.0 4.0 3.0 12.0 mils 2.fl 5.0 5.0 � l� �r ITEM 2�7 FLEXISLE BASE ��R SHOULDERS I�em247, Flexible Base, of the 1993 edition of tT�e Texas �epartment of Transportation STANDARD �PECIF�CATI4NS FOR CON�TRUCTION OF 1�IGHWAYS, �TREETS AND BRIDG�S is incorparated herein by reference and shall have the same effect as if printed herein in its entirety. Provisions of this item shal� ga�ern except as specifically modified as follows: 24'�.� Materials. Material shall be Type A and meet the requirements for Grade 1 as shown in Tal�lel. 247,4 Measuremen�. Measurement shall be by Measurement Class 4. �4i.5 Payment. Payment wiil be made at the unii price bid �'or "Flexible Base (Co�nplete in Place) ��I �i - 14l()I�[�lC.�1'�[�?V5 '�"i� E'1'1i141 P-�A� CEI���;l��'-'�'�EAT�'a�l B:'1��; C�C:��� Th�s s�er.ial spec:�3c��i�n rn�dEfies; �rr�pli�ie�, c�r �tri7�r�ds �he ���1yt3ic�1 spec�ftc2t[ion� ��d ��ans ��nd talc�s p�ece��:nt aver them i�� lhe ev�.nt of arY� discrepattic�. 3i��-?.] � C:e�neni st�a]C ��k�lf'irrm �n ASTM.� 1�0,'I`YPe I o� T�+p� Il, �i1�3-?.3: !� k�1e evel�� 1�c�11Y ���ii�bje a�,re����e�� ��nn��E be bt�r�di�c� to rneet the �,►rad���an s��ec's�ie�i, t�» C017�TSCiU]' fTiB}� L15� il ffti�C�lll�=i� �rdC�"cl�iOr�; �rovided, h�wwe����-, t�ie mcx�lili�.� gradalEoi� �hal] �rcrduce a mixturc tliat n�ects t�x� cam��css�ve stre��th rc��uir���ients of �+t�r:l�p��}�1 �U�-�.�, iFl� 113{}C��T3�C� �Tc4C�����a�] SE�S�I �)� SUI7��Ct ts} �he �,p�r�v�l ��i` �1��: L���i�iee�. 3U4-�.4: Di�un�rno�s material sha�1 k�� ernttlsifed asph�lt. Gra�� S�-1 ��r�5�-1 ir� ac:cord�iirc witli I���z7 3{7�] of�h� Tcx�s Dc�aa�rn��s �f Tr�ns�orl�ti�e� �tanc�ard ��]CCIfG�.t1Ur35 iS)r �.�DriSti�.iCt10T1 n} I�I�llVrdjr�. �#re�t; ar�d I3r�d�e�, f��]3 £ditio��. jP t}:� �'��ttracto� desire� t4� use a��ade ar t}��e ot�er �han t�Y;�E specifi��i, ��r:li reqti�est sfta]] h�; nYa�i: in +��rit�n�, to li7e Fl�gin��r iioE lcs� than s�vcri {�} da}�s �tior �� iC�e d�t� �rc���s�d f:or ttse c�f°ik�s; tr��tte�ir��. ����5,1; T�7� t�u�nt�tj� ��C�:Rzc=lll�tl'�:1CCC� ��5� t{r �7� �7�k�1 S��7F 1tlIC1 �3t t�{:tCi"f]tl�l�i� �� t7�e�suremen� c�i'tk�e rrtiti�iber af syuar�: yar�i�; c�t'�}�15� 3CTLkp�I}+ CQI1.w,�rliCiCl� e�tl� ac���l�d hy �t�� �;�1g1l1��� �5 �Qrri�l}�iri� 4�rItE7 t�1C �I8T15 ��1� ti�7�.Cif�CBlCf117S. 3�14-�.2: P�r��ar�� cc�t��ent wi�l not b� il�eas�red se�aa�at�eiy For p��+t�1er�� b��k will be cons�dered suhsi�iiary to t}�e �a��i� price btid t'or cemcnt-Erea��d ha��:. .�(}�-�}.1: �3�t3]�t3[ SI3c1II E7� !T]ki�C �i� l�re c{�niract u��it r�t�icc }�;.]' SC{�k.�l-� }��r[� �"iar ccnlen�-tr�a��d bas� cnur�c. ihis pri�e s��ll be �r�11 c{�m��:nwasi�n �`or 1i�rn�st�in� aMl �73a��ri�ls. ]Jl{:�uC�111� �]l]C#�Sill� G�CTk�TII; #'��r �l1 p���rara�ian, r���nipulatior�. a�d pEacit�g af tl3es� m�t�ritr�s; ��r�d Ei�rt a�E la�of, �:r��t�ntier�t, ����xl�, and incic#er�i.��s r�ec��s�ry lu co�r�plele li�e 3ten�. L8C�3 �Q� {1f c�.ril�:ilE-t�C'2;���d �:�5� �Qilt'8� WI�� �C &CG��t�� f[lr ��ri51tV �t �he f�11 CO�1lTi1C! �ri]t �7�'lC� w�7r!T7 iI]C 1'CSLl�tS O�i ft3Ur r�er��ai� Ee;S�S lR�3C�t� ka1�t tE1C ����'a�e densit� is �c�ual tc� �r �r�at�r �1�4n �� �c:fcur�t as determined bv par�gra�rh 3��4-4,�i. E,�cl1 iok nc�l rn�c:tii�g tk�is i'�c��irCrnerit wr11 bt ac�ep��d �k an �rd��,stecf �oi�tract r�nit �]f4C� lFk �CC+JCl��T3�� w3i�7 �3�7�� �, �'a��r�e�it wili t�e ma�e �rr�d��.. P-�Cra ��CrL�-1 _ � Iter�� P-30�-b_ 1 �em�r�t�treated base caurse--��r square ys.rd �'-��}4yb.'�: D�lete, T�-344 ��D-2 �/ f �l�9 AC 15Q1�370A10A �Y��i ����� �a�i���������1��� ���� ������ �E���f�i1pN 3Q4-�1.1 This item shalt consist of a}�ase caurse compased of mineral aggregate and oemen� uniformly blended and miaced with water. T'he mixed mate�rial shall ise spread, shaped, and compaeted in accordance with these speci�catians and in canformity to the lines, grades, dimensions, and tygical orass sections shawn on the plans. Runway, taxirvay, or apron pa�ements shall be buil# in a series af parallel lanes usian,g a p}an af processing that reduces ivngiCudinal a.�zti transv�rse jaints to a minimum. �������,�� 304-�2.� PORTLAND CEMENT. Portland cement sha11 conf�zr� to the requirements of ASTM [ ]. * � s * � � * n s * * • ,e * � � « � s z� � � � s � *.a � � � * * �a * �r a * � �u s � * � � . * . s � * * * w * 'The Engic�eee shall specify ASTM C 1�Q Type I, II, I�I, IV, nr V op ASTM.0 595 Type IS, i5-A, IP, IP-A, P, ar PA. Lesn poraus eoncretes auc� as casnent .treated base cot►�ses are more suaCeptible to su�.fate attack thas] aYe structur�l aud pavement conc�etes, Consideratian should be given to passible detrimes�tal sulfate s£�ects from the peesence af pyrites, gypsum, or� nkhe� sulfa#es in sub�ade sails, �ound watep, or ag�°e�tes. S�liate�eesistant cements should be specified when dangerous qnaatitfes of sulfates are likely to be present. , # • �Y � # �k # M * � * +k le # * # R � * 4 4 ri Ko 4 � 4 4 # 4 b # y� • �p � * p � 4 # P # * • i * # # 4 * # s # * 304-�.2 WATEIt. V�ater shall be ciean, clear, �and free from injurious amouxtts of 5ewage, ail, acid, strong sikalies, or vegetable matter, and it shall be free from clay or silt. if the water is of quesii�nable quality, it shaIl be tested in accordance with the reqnixements of AASHO T 26. 304-2.3 AGGREGATE. The aggregate shail be select granulaz materials meeting the gradation require-� ments given im Table 1. The materia! shall be free af raots, sod, and weeds. The crushed ar uncrs�shed aggregate shall consist af hard, durable particles of accepte� quality, free from an excess of flat, eiongated, so#'t, or disintegrated pieces, or phjectionahle matter. Ttie me[hod used in producing the aggregate shall he such that the finished product sha3] be as cansistent as practicable. All stones and rocl�s of inferior quality shall be wasted. Aggragates suspect�d oi containing injurious quantities of sulfates shaIl be examined pe.trographically uz ac- cordance with ASTM C 295. +k �* f%� M t>*� s b� �M �k #* ru 4 d** 4�;i �, # s i� ic �u a g ri R 9�#�#�� s o �r �#� ir i� i#* s�k While not whoily conclusiqe, petra�eesgl�ic eacaaRinstion will proyide a valnahle ipdicatar of any substances that may be deletefiousfy reuctiva with the alkalies in tbe cement in an amount suffieient to csuse expaasinu �ia #�e cemant-treated base cout�se. � * * t * s � * * * * * � o * s � * y o e � a o a � �a s o � � n s � � z� +� �u +� �a � o �c * * � r� �r o rs * � �u � a The aggregate shall canfarm to the gradation shawn in Table 1 when tested in accordance with ASTM G 136. ,� Zi7 .AaC 1�0/5370��0� 2/ii188 TABLE 1. AGGREGATE CEMENT— TREATED BASE COUR9E 5ieve 5ize Perccntage by Weight PasSieg . Sieves 2 in. (Sa mm) No. 4 (4.75 mm) No. �o �i.sa �� No. aa ��so ��ro-�� No. $a (2I� micro-m) � � v � * � * * * * � ► � � * r * � �► � � * « � * � w * � s * * s * a �u � s * �v � * * * * * � * a * * * r � t � * * r The aggregate �adation hand applicabIa ta a project sitaIl be spec'if'ied by tT�e Engineer from the �adatians s�own in this nate, The gradation shaI1 be inserted in Table 1. Insert poin#s are denoted by asterisks. Percenta.ge by Weight Passing Sieves 3ieve Size 2 in. (�0 mm) Nn. � (4.75 mm) No, lfl (1.8Q mrn) No. 4Q (4�Q micr��m) No. 80 (Z10 micra-m) A � B 100 1 1QQ 1 4�-100 55-100 3'�-80 4�-100 I5-5D Z��•8Q 0—�5 10-35 � Maximum size of aggr'egate is 1 inch (�5'mm} when used as a hese eourse under Item P-501, Pnrtland Cement Concrete 1'avement. Where locally avaiiable aggregates cannot be econoinicsZly blended to meet the grrading re- quirements oi the �adations s�own, t�se gradatiaas may be modified ta fit ttze characteFistics of such lacal aggre�ates. Ttie modifiad gradation must produce a mixture that meets the com- prsssive strength requiraments of pa:ragxsph 304-3,1, 5tate highway department grada�nns can frequently be used to meet the Pequipements of this standard.' 4* 0�p #* ri K�h �p 9� �i� +k *** i�� 4�i 5� 4 A R O p# i� n 1� 4 t� �d �* � 0�u P���� f� i� M� w M�D *�u 4 4 Th.e gradations in the table represent the limits which shall determine suitahility of aggregate foz use from the sources oi supply, The fmal gradations decided on, within th,e limits designated in the table, shalI be well graded from coarse to fine aad sisall not vary from the low limit an one sieve to tiie high Iimit on adjacent sieves, or vice versa. The portion of the base aggregate, including any blended materia.J„ passing the No. 40 sieve shail have a liquid limit of not more than �5 and a p�asticity index of not more thar� 6 when tested in accordance with ASTM D 4318. All aggregate samples required for testing shall be furnished by the Contractor at the expense ai the Con- tractor. Sampling shall he in accordance with ASTM D'�5 amd will be observed by the Enginaer. No aggre- gate shall be used in production of mixtures wi#hout prior appr�val. 3Q4-Z.4 BITUMIN�LTS MATERIAL. The types, grades, and comtra�ling specificatians and applicatian temgeratures for the bituminaus materia� are given in Table 2. Tlse Engineer shall specify the type and grade of bituminous material ta be used. 118 21�7/�9 120-1GQ SQ-70 160--2Q0 70-95 75-130 25-55 75-130 25-5� TABLE Z. HITUMINDUS MAT�RIAL Applic�tion Temperature Type and Grade SpeciFication I7eg. F Deg. C Cutback .�sphalt RC-70 RC-250 Emulsified Asphalt RS-1, SS-1 CRS-1 ASTM D 2028 ASTM D 977 ASTM iD 2397 C����T CONT�i�7 304-3.1 Priar ka start of wark, labaratary t�sts of materials subFnitted by the Cantractor shall be made to determine the quantity vf cement required in the �nix. The cement content fi�r canstructian sb�all be that at which the mix develops a'7-day compressive strengti� of at least 750 psi (5 170 kPa). the testing procedure sha.l,l be as follows: mald and cure specianens in accordance with ASTi�I D 560; soak specimens in water for � 4 hours; cap and break specimens in compression in accordance with ASTM D 1b33. *�*s*s•*.***�*��s*s+«***�**�•���**�«*s*********���***� ,ac 15a����a��o� In area� subjec# to considerable freQze-tl�aw cycles, the Engsneer may alsn specify that the freeze-thaw weight lass�shali z�ot exeeed I4 perce�t when tested in accordax�ce with ASTIVI D 564. An estimated cement co�tent may be determined from Table 1., Chapter 2, of #he Soil- Cement Laboratory Handbaok, pul�lished hy the Portland Cemenf Assaciatian. Gement con- tents abooe and below that estimated should �e used i�n determining the Quantity of cesnent needed #a achieve the reqnired strength. s * * * �: * * s * * * * * � * :t * * r * * * � * * * * s � * � � f �h � * w �k t * * * * * * a * * * * a� * * � ���a.s��iu����r� ���r���s 304-4.1 WEATHER LIMITATI�NS. The cemant-treated base shall nat be mixed or placed while the atmaspheric terr�perature is belo�r 40° F(4" C) or �vhen conditions indicate that the temperature may fall below 35" F(2° C) within 24 hours or when the weather is rainy. Cement-treated hase shall not be placad on froz�n subgrade or mixed when aggregate is frozen. � 304--�4.2 OPERATION AT PITS. AIl work involved in clearing and stripping pits, incl�ding handling un- suitable materiai, sha3i be performed by the Contractor. Th� Contractor shall nfltify the Engir�eer sufficient- ly in advance af openiang of any designated pit to permit staking of boundaries at the site, to talce elevations and rneasurements oi the ground surface beFore materiai is produced, to permit the Engineer to take samples af the material far tests tp determine its quality and gradation, and to prepare a preliminary design of base mixture. `� The pits, as utilized, shall be opened immediately to expose verticai faces of the various strata af acceptable nzaterial and, unless otl�erwise directed, the material shall be seeuzed in successive verticai cuts extendino through a�l the exposed strata in order to secure a uniform material. 11� I!4 AC 15a/53i0-10� 211i/B� 3U4-4.3 PREPARING iJNDERLYiNG CUURSE. The underlying caurse shall be checked ancf ancepted by th�e End neer before placing and spreading operations are s#arted. Any ruts or saft yielding places caused by improper drainage canditions, hauling, ar any other cause shall be carrect�d before the base course is pZaced thereon. 304-4.4 MIXING. The aggregate shall be proportioned amd mixed with cement and water in a central mixing plant. The plant shall b� equipped with feeding and metering devices which will introduce the cement, aggregate, and water into the mix�r in the quantities speci�ed. Mixing shall continue until a thor- ough and uniform mixture has been obtained. 30�4.5 PLACING. Tl�e mixture shall be transported ta the job site in suitable vehicles and shall b� de- posited on the maistened subbase in tiniform layers by means of ap�roved mechanical spreaders. Not mare than 60 rninutes shall elapse between the . start of moist mixing and the start of campactian of the cement- treated mixture on the prepared subgrade. 304--4.b COMPAL'TION. Irr�mediately upon cpmpletion o£ the spreading operations, the mixture shall be thorough.�y compacted. The numi�er, type, and weight of rallers shall be suffacient to compact the rrzixture to the rec�uired density. . Tha field density of the campacted mixture shall be at least 98 percent of the maximurrz d�nsity of laborato- ry specimens prepared fram samples of the cement-treated base material taken from the material in place. The speciznens shall ba compacted and tested in accordance with AST`M D 558. The in--place freld density shall be determined in accordance with ASTM D 1556 ar A5TM D 2167. Any mixture that has not been compacted shall not he left undisturbed for miore than 30 minutes. The maisture cantent of the znixture at the. start of campaction shall not be below nor nr�ore than 2 perceatage poiats abflve the optimum paaisture content. The optimum moisture content shall be d�iermined in accordance �vith ASTM D 558 and shall be less than that amount which wiil cause the mixture to become unstable during compaction and finishing. • * * * * * � * * * � w s * * * � r s * • * * * * * * s * � s x� * * * w s s � * * * * * w� * * * * * s * * * The followi�g optionai paragraph applies when cement-kreated .base course is to be accepted for aensity on a statistica( basis. Delete the paragraph below if not applicable. If applica�le, substitute for paragraph 304--4.6. * * � s * r s * * * � � * * � s « � s �r � * z� * w �x * �u � * * � s * * * r� * » * � * * « * * * * * * * * * * ACCEPTANCE SAMPLING AND TESTI�TG OF CE14iENT-TREATE➢ BASE COURSE {C011�IPAC- TION}. Immediately upon compleiion of the spreading aperations, the snixture sha11 be thoroughly com- pacted. The number, type, and weight of rollers shall be sufficient ta compact the mixture to the required density. The cement-treated b�.se caurse shall be accepted for density on a iot basis. A lot will cansist oi [ ] and will be divided into four equal sublots. One test shal] be nnade for each sublot. Sampling Iocations will be determined by the Engineer on a random basis in accordance tvith statistical procedures contained in ASTM D 3565. Each lot of compacted materiat wiIl be accepted, with respect to density, when the �.verage field density is equal to ar greater than 98 percent of the maximum density of laboratory specimens pzepared from sam.ples af cerz�ent-treated base course taken from the material in place. The laboratory spacimens sh�l be campacted and tested in accordance with ASTM D 558. The in-place field density shail be determined in accordance with ASTM D 155b.or ASTM D 2167. The lot will be accepted without adjustzr�ent zn payrr�ent if the average density, bas�d on four acceptance tests of the lot, is greater than ar equal to 9S percent. Ff ihe average density does nat meet ihis requirement, the Contractor may elect to leave the lot 'sn, place at a re�uced anit price deterznined in accordance with Table 3. ��4 2/�7/89 aG 150/53Y0-��OA TABLE 3, S�IDING SCALE PAY FAG'i'ORS Averags Percent Density Recommended Eercent Payment 98.0 and greater lOQ 17.0-97.9 95 96.0-96.9 �0 95.0--95.9 75 Less than 95.0 rejec# A.n�y rnixture Ehat has not been compacted s3�a11 not be jeft undistributed far more than 30 minutes. The maisiure content of the mixture at the starE oF cc�mpaction sha91 not be belaw nos more tisan 2}sercentage ,pnints abave the optunum moisture content. Th� optimum maisture cantent shall be determined in accord- ance with ASTM D 558 and shall be Iess than that amount whic� will cause the mixture to become unstable during compaction and finishing. . * * * * * � • * • � �-* * � * « * �a � * s * : s * r s.* w s * * s * * * * • r * � � r � * * s * * [� * * r s A Iot is the quantity of material to be cantroIIed. The lat size, tn be specif"ied 6y the Engi- neer, shouid not excaed 1Z00 square yards {1 �03 sgusre meters} or ZOQ cub�c yards (1�3 cubic meters}. �ne day's productian may be specified as the lot size where it is not expected to exceed 120Q sqnare yards (1 003 square mete�s} or 20U cuhic yards (��3 cubic meters). � * * � * s � * � * t * * * * � * * * * * � s * ru r * s « �a � a * * � * * � * a * � �h � a s � z� � * : : . * 304-4.i LAYER THICKi�iESS. 'T�e maximura depth of a compacted Iayer shall be 5 inches (150 mm), except where that total depth of the compacted base course is requir�d to be greater than 6 inches (150 mm}, no layer shall be in excess oi S inches {200 mm) or less ti�as� 4 inc4�es (100 mm) when compaeted. In multilayer construction, the surface of the compacted material shall be ke�t moist untii covered with the next layer. Successive layers shail be �placed and compacted so that t�e required Lotal depth af the base course is compieted the same day. ' � � 3D4-4.8 FINISHING., F'snishing aperations shall be completed during daylight hours, and the cornpleced base course shall conform to the reqt�ired li�cs, grades, and cross sectian. If n�cessary, the surface shall be Iightly scazified to eliminate any iinprints zrxade .by the compacting or shaping eguipment. The surface shalI ihen be zecom�aacted ta t�e required density. The compaction and finishix�g operations shall be comp�eted vvithin 2 haurs of the time water is added to the rni?cture a�rd shall prodnce a smooth, dense surface that is free of surface checking, ridges, 4r loose material. 304-�49 SURFACE TOLERANCE. The finished surface shall not wary more than 3/a inch (9 mm} when tested with a lb-foot (4.8 m) straightedge applied parallel with, ar at right angles to, the centerline of the stabilized area. Any deviatian in excess of this amount shall be corrected i�y the Contractar at the Coz�trac- tor's expense. 304-4.1Q CONSTRi1CY'I�N 3�INT5. At the end of each day's � c�nstruction, a transverse canstruction joint shall .be farmed by a header or by cuttizzg back into the compacLed material to forxn a true vertical face free of Ioase rnaterial. Lon�itudina! joints shall be formed by cutting back into the cvmpacted material to form a true vertical edge. 304-4.11 PROTECTTfJN AND CURTNG. The compleied cement-treated base sifall be cured with a bitu- minous curing seal applied as saon as possible, and in no case later than 24 �ours after completion of the finishing operations. The surface of the base course sha13 be kapk moist until the bituminous naateria3 is ap- plied. Bituminous material shall be uniformly applied at a rate of between ��.1Q and 0.25 gallans per square yard (�.47 and I.20 liters per square meter) af surface. The rate of applicatios� shall be approved by the Engineer. l�1 AG 150/53�0-�Od The curing seal sha11 be maintained and protected far 7 days. 2/171�9 Finished partions of the base cousse that are used by eguipment in the canstructiion of an adjoining section shall be protected to prevent marring or damaging the completed wo�k. The stabiIized area shall be protect- ed from freezing during th� curing period. l4A�T{��� �� M�AS�i��FIdI�Nfi 304-5.1 The q�anl:ity of cement-treated base ta be paid foz will be determined by measurement of the number of [square yards (square meters}j [cubic yards (cubic meters}] of base actually construcied and accept- ed by the Engineer as complying with the plans and specifications. 3Q�i-5.2 Portland cement will be measured by the hundredweighi. ��SiS �� ���'wA�.f�i 3�4-6.1 Payment shall be rnade at the cantract unit price per jsquare yard {sq�are meter)] [cubic yard (cubic meter)] far cement-treated base course. This price shall be full comp�nsation for furnishing aIl a�aterials, except portland cement; for aIl preparation, manipulation, and placing of these znaterials; and for all labar, ec�uipment, tools, and incid�nta3s necessary ta compiete the item. * * * * t * * * * * * r * s * * * r� �x * � * s * + * � * r * • * * * � * * * * * a� * * * * s * * w * * * � * The fo�towing optianal paragraph applies wfien eement-treated base caurse is accepted far density as described under notes in paragraph 304-�.6. Delete tbs pa�ragraph below if nnt �pplicahle. �**�*a�*******************��**�**«*****,�:***s****�s*�** Each lat of cement-treated bas� course will be accepted for density at the fuIl contract unit p�zce when the results af four density tests indicate that the avezage density is equal to or greater than 98 percent as deter- mined 6y paragzaph 30�-4.6. Each lot not meeting this requir�:ment will be accepted at an adjusted cantract unit price in accordanee with Table 3. 304-b.2 Payment shall be made at the contract unit price per hundredweight for �artland cement. This priae shall be fulI compensatian for Furnishing this material; for all delivery, placing, and incorporation of this material; and fbr all labor, equipment, toois, and incidenta3s necessary ta complete the item. Payment w•itl be made under: " Item P-304-6.1 Item P--304-b.2 ASTM C 136 ASTM C 295 ASTM D 75 ASTM D 558 ASTIVI D 560 ASTM D 1556 ASTM D 1633 Cement-treated base caurse--�per [square yard (square meter)] [cubi� yard (cui�ic meter)] Portlarcd Cement—per hundredweight r�s�i�� ��Qui�����-r� Sieve or Screen Ar�alysis of Fine and Caarse Aggregate Fetrographic Examina#ion of Aggregates for Conczete � Sampling Aggrsgates Mo'tsture-Density Relations of Soil-Cement Mix#ures Freezing-and-Thawing Tests af Compacted Soi1-Cement Mixtures Density of Soi1 in Place by the Sand-Cane Method Compressive Strength a€ Molded Sail-Cement Cylinders 12� ZJ17/89 ASTM D 2167 A5TM D 3565 ASTM D 4318 AASHTO T 26 ASTM C 150 ASTM C 595 ASTM D 977 ASTM T7 20Z8 ASTM D 2397 �c i��i53�a��o,� Density of Soil in Place by the Rubber-�alloon Method Random Sampling of Paving Materials Liquid Limit, Plast�c Limit, and Plasticity Index of Soils Quality of Water to be Used in Concrete f4��oY��lAI., R���11���4AI�iV�� Pprtland Cement Slended Hydraulic Cements Emulsified Asphalt Liquici Asphalt (Rapid Curing Type) � Cation.i�c Emulsified Asphalt 123 {�d '12�-) ���llJ�i{}L,�ix��lllw� �ixlJ i� }i�L! 1 I 1 L' cYa ��V H�T Nl�� ��PH�1i."�'i�: ��;�(;i�k.eF���'+ r Y Y�lYJ1!�l� J. �T}�1� S�)�CI� R�]�Ii�ICe3liC1C3 2ri0�1�1CS, �npl��'��:s. �r �nYerods lFte Gec�nic�,� ��eil�c�lio��s and }�l�tns �r�d take� prec:-ed��it o�rer �h�m i� lhe eve3�� c�l' �ny cii�c:rega�cq- 3�i1.1 ��� tYte fo�iovvir�g to tl�is p�r�b agh: 'l'��is itej�ti s���ll c�ns3�� ni' fi�rnishir��r �7�'rSi,:lfl� �iil� l:OI11�i1GL{Il� 17i3� I'lll?C :�����,�]«c c{�h�.rcte ��t�•f{rc�: course on ,����or� sl�o�l�l�r arc�s. 34{�,� (� }: ��eclai»��d a��h�l� p�rve���cnt (�1�P� sfYa�� no� be uscd. 3�0,� �.�)[��; .l. Co�r�e a����-�atc ���t<<] b� cr�.rst�cd s[one. '�, T3��e�e �11 r�fe�-c.fice �n pr�lish vt�lti�e require�nentx, ���1.� (�}(h}: Dr��tc: lhi� �,ar��r�t��Y. �c� R�P st�t�111�e used. T�BLF �.: 1v}agn�r���am S�lf��e ��t�rrdn�ss Lo�s s��al� Ltie � 3 perc:��t n���.xi�itiui�, :��{l-� (2�}�a): A�-pl�a]� c:�����;n[ sl�all ti� �C-�(� i�Y ��cor�ai�c� wilf� T�BOT Iteni 3{)0_ �4CI.3 ��): ,���l�xl�i}� �h:�l] h�. a� lcas� �5. 3�U,� {�): '!'��31.F ?. .��;�;��gatc �racl��io�t sY�:�ll �oiti`a�-m �o lFre �ec�ui�:meri�s f.or'�'y�se �. 340.6 (G}{a}: .��pF��l�ic c����:.rete s��a31 Y�c �laced �tiYd �ontp��te� �o �on�aan r�ot m�rc than f� �xc.�cei�i aii• vr�ic�s_ ��U.�i ��fi}{F�): �?�le�e� �kiis ��u�a�r�tph. ;��#{I.7 ��}: L?��c�e �7is pa��a�rapli. �Af1,+T ��}: T��j�:lE lIiFS �]iiP�i�'1'�i�7�1. 'T`xf�1f]7"idfl RVlfll� . I 3�#�1.8: �a}��nen� vdill he m:�d� k�y [he �'om��siie �r'eigh� r�zethod. D����e rc��rer��� �o �o��cr�ite ���u�e. P�ymer�l will ��e n�ade �nde��: '1"x�1�7'I' lt�rrt 3�C1 H�r� Mix A��li�ltic �ttncrete Pa��emenl -- pe� !on Tx f��3'C' �d(1 ��ltl . '� ITEM 34Q HOT NIIX ASPHALTIC CONCRETE PAVEN�li1T Item 340 of tlie 1993 edition of the Texas Department of Transportation STANDARD SPECIFICATIONS FOR CONSTRUC'TIUN OF HIGHWAYS, STREETS A1�1D BRXDGES is incorporated herein by reference and shall have the same eTfect as if printed herein in its entirety. Provisions of this item shall govern except as specifically modified oz� the modif ca�ian page immediately preceding this page. �nn�e �a�►_i l.. � N1��1Fi�A'I'1C)?�i� T� i'K'F� P-501 �C)�'1"���?�D C:�I�iEI�`�' C'D!`�JC'RE�'i; P�VT��'i�l�T Th« spec�.ial sp�ct��aiioer r�z{�d���s, t�rr�pl�fies, �r �n�en�s i�e ��chnical sp���f�cati�ns and plans and t�iccs prece��:n[ aver Eh�tt� i� �he c:v�nt of ar�y �fscte���c�+. �ill-1.1: 'This wt�rk sl�all c:s�nsist o�' �a�r��nen� cnm��sed of gart���� c�rnen� cor�cr�[e withn��t r��Tiforcerr��nt. c.xcep� ���hc�r� �c�t�d c�rti klle pla�7s_ �1��-�.� :�.: a, T��t� sl�akl i��: rr���� in acc:s�rda��ce w�th �"1�"I'�vI �?9� and ��IST�� ����. b. 1�� tlie e���rw� n�a�c�ials �r��C�oswi� i'or ��se und�r this �tem ;�r� �}�grove� �� El�e Tex�s �e�a�r�tmez�� oFTran�pc�rt:�tick� {'1'xilC]T) ��r 4�se it3 cor�crcte pav�rnc��t, l�iese �cs�s re+��ir�d �Y� �hi� pa�-a�;�a�ls may t�e e�GrniTt��cd; �-t>��ided��rc,rvever, ��7e �"on�racia� �l�a�] E`ur�7is�i �.�rittcn evic{c�3ce nf Txi�C�'i' :.'�pr�va� oi't�7c �trtterials f�}r u�e in c�nc�€e �����ems�rti[, �O�l-2�.1 c.: �. �r�d a���r�gr�pll. ']`h€: a��regate �h�11 �c compase� �fcl�an, �i�r�, unc����d �artic�es and sl�a�l �3�:�i th� r�quiru�ncr��s fc�r cticl�i�ri��xs �x�b��at�ce� cc�;�tainect in �4�'T1�1 C �3, �lass i �l. i�. �"11� �erc���ta�e n�'wear sh311 h� no more kl�an �0 wl�er� tc:stcd irr �c�oi�da�tice V4kiE] F�S����1'� � � � � Ql r���i� �� ���, c. 'Z'�e li�]Eo��ia}� T�b1e ?, s�al] lr�: applicable� � P-SO1 MQD-1 �. �' 1 'I`�SLE :. C�R.�17A►�i'�[}f�' f'D�t ��4R�E A��F�C.�T� �►�T1v1 � 33 � �i�V� ��S]�,ri�1iOf1S Fran12" [�o Na, 4 (SC�L�fI�� {7�C[il€1�5� i'�r�enta�,;: b� V�Ici���t Pas�x�� �ieve� � �,' L� � 1{ I -Y 71 � �{�. � I� ��1�" lUf} ' ��_.____ �,� � � ���+� _ j i,� 1 a��„ ,� „ � �!e„ � �ro. � � �o. � ��Il-�.2: �iF 1-r.�: 5��.� � � .6: �0 � -�.9: � � ��-10Q ��-70 o-�; {�-5 �� T--------- _ � 0�} ��-�ua �5-6Q �-lU �-� � �e��r�l �h��l conforr�� �� ��7e re�u�r�:�r�en�s af A�'I'�vi �' i5�,'I'YP� �- ���c�t�oEd�c� jc�inE �i11e� far ex��7sisian s��nt� ��Y�11 confoem tc3 ti�� rcyuifem�n�s �f AST� D ] 7� l . i�eisY��rcGn� sl���l cnrt�i�� c���iar n3ats cc}r�ft�rrr�it3g Eo t�tie requ�rcnic�Es of �1��M A► ] �� or 1��TM �l 704_ �k�ting mater3als sha3E b� ]fc�uid er�en3bra�,e-#'ormi�g �s�m}��r�r��s �o� ct��ing �t�n�r��c an� s�;�ll c��i�Forn� kv �ht r�quireme:�ts �f ASTM C���, T}�pe �, �i�s� B_ D�l��e �raragfaphs �_. c. and d, �•50� t�ioD-z --- --.�, _ , ��l1-3.1; �. �nn�rete s��all !�� desi�n�d to a�hievc a�8-d�y f�c�c�K��1 s�r�r��th t�at incets ar exce��s i�te acc.ep�ance crikerti� contain�d sr� para�'��it ��1-5,� f�sx � t`�exu��1 �trena�ll r�f 70Q �si_ �,. The �rtir�ri��urn s:�menxicious �nate�rial (�erner�t p5us �}� �sh} s��11 b� ��� poun�� p�r' cub�c yar�#. c, '1"h� mix design �1�a1� b� s�binitt�d �c� ��tie Lngaa��e�- at lea�t � 1�ays pnor to ��� st�ri of ���ra;���r��. 51�1��,�3: Tl�;. p�rcenla�e �+�'air i�X �l�c rnix shall be �.� � 1,0_ 50�-�4.8: ��ia��li�� ec�t�ipn�e3�L or o[l�c� mec��ax7icak �q�i�rmenl ca�1 b�: perrt���tcd or� adjo�n3�1g previously c��nst�icted ���emer�� wk��:� t97e co�c�et� stre�t�ih resc3ies a f�ex�ar�l �trc;t��Gl� ��E"5�{} psi, ��}1-�.1U: 1�c1�.��: �ars�r;�pl� d. I�e�red jc�iri�s w€l1 r�+�� be ti�se�4, 5�11-�.IZ: a. '�'he sti�rf�ce c�f tltc pav�n�ektt sl�a�l �e fini,9ls�d willi a br�om linisl7, b, �7�let� ��ragr�p�Ys 1�, An� c. 5�J ��.1�: i)�l��e ih�s sectior�. �rCl� l'��lti[d�t1, I�7CxUT�` 4�1{.'CI�IG'� lFi [��15 ��C1afrt1�7�3 vdi�� ]��� �]� reQ�ired. � �UL-�.7�t:: :�. Curit3� s�rafl bc by tk.�� �m�rervi.�ts� �rfembr��e'V�eEhc�d as ret�uircd �r� pa; a�ra��� �{1 l -�#, l4 �, � i�, T:�eE�tc ��ara�ra�xl�s b., c. �ald d. 5�11-�.1: A 10� ���al! cc�n�i�i of 3,�OQ sq�are y�rds or #ractic�� �he�eof. �(k]-7.1: l'o�tl�nd �:��r�1e��� c�r��r��e shalf bc measure�i bv ti1� nti�rnbcr c�fsquare y�:��ds. D�kete all oth�r rt�ea�ur�rncr�� Lmai�, �, 4 1 P=50! 1v�OD-3 �0�-#�.1: P�}�r�lent for accepked con�re[� p�vement ��ia11 be 3���,�� �� tF�e uc�ntra�� ��it �e� ��ltia�c yar� ad���sx�:d in accorda�ice wiih �ara�ra�ph ��J 1-#�.i a s���ec� �c� tk�� iEmit��tor� t�,at: Th� �ota� projeci p�yrr��n� #'�r concret� p��rement s3ial] nc�t exce�d l{]C} p�rc�n� ��f �f�c pr�dr��t �� k�� ct�n[ract un�t pr�c� ari� tht [cxta� alurr�be� o[' sq�«re var�s t�f �o�ic�e�e �av��i�e�it use�i ti�i �he accepte�d wurk (Se� i��ic� � unc��r Table ��. Pa��t7e��[ sl�all bc �nati�; ��dee: Itern f'-S{) i•�, l a ��i-tl�nd C'r:ns�:��s �'oncf�.tc P�}�c�73en� -�- S��r st�t�:��•e y�xrcl SU1-8.�: I3e�ete tE�is pa���,raph, �.5a i �C�L�-� P-�vC}'9 AC 1�Of537d-10A includes changes thru CHG 1� IT�Ii� P��01 PO�iLAR�D C�ll��hli C�I��R��� P�1I���R�i 9����1�'i°I�N 501-1.I This work shall consist of pavernent composed of portiand cement concrete, L wi#h reinforcement j( without reinforcement ] constructed nn a p'repared underlying surface in accordance with kh�se specifications and .shall conforFn to the lines, grades, thzckness, and typical crass sections shown on tha pians. � **��,�x*�*��*�****�*�*,�*+*�*+**�*,�*********�x**��*.**�*��***�** The Engineer shal! specify with nr without reiaiorcement. �*****,�*,�*,�,�*�*�,�*,�*,�*,�***�**+**�*,�****,�****,����*,�***�*�,�,��� 501-2.1 t�.GGREGATES. t9dY►4 i ��IA�S a. Reactivity. Aggregate shall be free of substances tha# are deleteriously reactive with the alkalies in the cement in an amount sufficient to cause excessive expansion of the canerete. Accepkak�le aggregate shall be based on satisfactory evidence fumished by the Contractor that the aggregate is free from such materials. This evidence shal� include service records of concrete of comparable groperties under similar conditions of expos�re andlor certi�ed reeords of tests by a testing laboratary that meets ihe requirements of ASTM C 1077. Tests shali be made in accordance with � ASTM C 227, ASTM C 295 and ASTM C 289 ]. or [ ASTM D 12b0 ]. **�**�*�:�,�***��**,�*�*�**�***,�*,�,���**�*�***��***�*,��*,�*��*,��* Aggregates from operaiional pits and yuarries ean be relied upon only if there is er+idence thaf the nature af the aggregate has no4 cha�ged as the qr�arry is exhausted. The Engineer shal! specify the test method. Normalfy the tests ake performed in specific order. The petrogra�hic analysis, ASTM C 295, is conducted first. If reactive mineraIs are idefltified, a qvick chemical test, ASTM C 2$9, is conducted. Tf the results are positive, a mortar-bar expansian test, ASTM C 22'�, 3s cnnducted. Whiie not whoity conclusive, petrographic examinatinn, ASTM C 295, and chemical test, ASTM C�89, provide varuable i�dicators. Hower+er, ASTM C�89 test resuits may not be cnrreet for aggregates containing carbonates of calcium, magr�esium or ferrous iron, such as calcits, dolomite, magnesi#e ar sicierite; or silicates of magnesium such as serpentine. The mortar bar method, ASTM C 229, while preferable and �m.ore �reliabie, requires at 'least 6 months and preferably one year to yield res�lts. lt should be used for new sources of aggregate. See ASTM C 33, Appendix X1,. Methods for Evaluating Fotential Reactivity oT An Aggreg�te for additionai infol'matian. ASTM D 126fl, Pot�ntial Alkali-Reac#ivity of Aggregate {Mortar-Bar Method) may be substituted at the option af the Engineer, includin� test parameters. **�****x*�*********�**�*�*�**�**�a��**,�*�*�.��**,�*,�***,�**,��*** b. Fine Aggregate. Fine aggregate shal� canform to the requireznents of ASTM C 33. Gradation shall meet tlie reqnirements of Table � v�hen tested in accordance with ASTM C 136, except as may otherwise be qualified under Section 5 nf ASTM C 33. P-5D9-') � AC 950l�37D-10A includes chanqes thru C�iG 1� 'TABLE 1. GRADATION �'OR �'IN� A�.GGREGATE {ASTM C 33} Sieve Designatian (Square Openirtgs) Fercentage by Weight Passing Sieves 3�s ►�. �9.s �) i ao No. 4 (4.75 mm} 95-100 No. 8 {2.36 mm) SO-100 No. 15 (1 _ 18 mm) 50-SS No. 30 (60Q micra-m) 25-60 No. 50 (300 micro-m) 10-30 Nfl. 100 (150 micro-m) 2-10 P-501 c. Coarse Aggrcgate. Coarse aggre;ate shaii conform to the requirements of ASTM C 33. Gradation, within the separated size groups, ahall meet the requirements of Table 2 whe�a tested in accordance with ASTM C 136. Wlhen the naminal maximum size of the agbregate is greater than l inch, the aggregates sha11 be furnished in two size graups. _ � Aggregafes defivered to the mixer shajl consist of crushed stone, crushed or unc�rushed gravel, air-coaiEd blast furnace slag, crushed recycled concr�te pavement, or a combination thereo£ The aggregate shall be composed of clean, E�ard, uncoated particles and shall mEet the reyuirements for deleteriaus substancea cantained in ASTM C 33, Class [ ]. Dust and other coating sha{I be removed frorn the aggregates by washin�. 1fie aggregate in any size group shall nat cantain rnore than $ percent by weight of flat or elangated pieces whan tested in accardance with ASTM D 4791. A flat or elangateci particle is one having a ratia between the maximum and the minirnum dimensions of a circumscribing rectangular prism exceeding 5 to I. �F ir +k �F "* aF �t ie �r * �F �Y �r �4 4r * ie ir ah k flr +k �1r �r ie k ilr �r ik � fe �Ir ir f�e Y� �Y ir ir 'k A tk �k ia �k �k +F �k �k �k Ve ir tk ** ie �k 9r �Y 9r �Ir The Engineer shall specify the Class in accordance witl� Table 3 ai ASTM C 33 or based on histarical data, In areas aFfected by Disintegratian Cracking {D-cracicing), the �ngineer shauld add ASTM C 666, Resistance of Cancrete to Rapid Fre�zing and Thawing, to the list of festing req�irements and insert in the fallawing paragraph: "Privr to approval of mixture design, the Contractor shall submit written certification that the aggregate does not have a history of D-Cracicing and that the aggregate is �approved by a state Department af Transportatian specifcaily addressing susceptibility to D-Cracking. If the aggregate is nat �pprnved by a state agency, the aggregates may be apPraved provided the aggregate 'rs tested in accardance with ASTPVI C 666 and receives a durahility factor of 95 percent or greater.'" *****w �,r**�**,r,� �r*�r* ** *a� ** *# **� ** ** *,� *,� * ** *� *�t*�*v� ** ***�.:e�** The percentage of wear shafl be na mare than ( j when tested in accordance with ASTM C 131 or ASTM C 535. � ,�***,�*�**,�*�*,�***�*,�*,�**�*,��*�+�*,�***+****,�*******,�**�****** The �ngineer si�all specify the percentage of we�r. It shoulci nat exceed 40 perce�t. In certain cases where aggregate af this quality cannot be abtained econo�nicaliy, aggregate with a higher percentage of wear may be nsed if a satisfaciory service record of ai least 5 years'. durafion under similgr conditions of service and exposure has been demnnstrated. ****,�**�***�****�*�***�**�*,�****�*,�*,�*�*��*�*,�***�*�*****,�** �-501-2 �-5Q1 AC 15fl15370-10A includes c�anqes thru CWG 12 * *�r+�,v*�ir�4 fir*akJr*,tie*i'ik,kir*�k*�ei�,kirilrirtFwre,r**ir�k irt,t+k�rVe�4*ie,kirie�k�k Jrir*,t**,t** The E�gineer shall specify the aggregate to be furnished from the table s�own im tk�is note. The appropriate gradafion shall be inserted into Table Z. Inaert points are denoted by asterisks. Wher�e locally available ag�regates cannat be ecoaomically blended to� meet the grading requirements, the gradations may be modiTied by the Engineer to fit the characteristics oi suc3� locaIly available aggregates. GRA.DATION �'OR COARS� AGGREGAT� Percentage by W eigk�t Passin� Sieves Sieve Designatians Frasrs 2" tr► No. 4 Frvm 1-1/2" to No. 4 F'rom 1" to No. 4 {square openings} {50.8 mm - 4.i5 mm) (38.1 mm - 4.75 mm) (25.0 mm-4.7S mm) #3 #57 #4 #6'� #57 in. mm 2"-1" 1"-No.4 1-1/�"-314" 3/a"-No.4 1"-No.4 Z-112 63 100 --- ___ ___ ..r 2 50:8 90-100 --- �06 --- --- 1-1l2 38.1 35-70 1[?U 9U-100 --- 100 1 ZSA 6-15 95-lOD 2D-55 100 95-14� 3/4 19.0 --- --- D-15 90-1D0 -- 1/2 1Z.5 0-5 25-GO --- -_- �g_�0 3J$ 9.S --- --- 0-5 �0-55 --- No.4 A.75 --- b-IO --- a-14 0-14 No. S Z.36 --- 4-5 --- 0-5 0-5 rF*,h�ir** **irte*dr**,k** *ir*�rat,4*,tra4*ir�}r* **ir*�r,r* *{�yt*t*�r,r�*!r* �k*� **ir�Fwdr*ir TABLE 2. GRA.DATION FOR COARSE AGGR�GATE - ASTM C 33 I, Percentage �y Weight P�ssing Sieves Sieve Designatiosts j (square apenings} j in, m3n � * * 2-1/2 63 * � � 50.8 * * 1-1/2 38.1 * * 1 �5.0 * * 3/4 19.0 * � l!Z%s 1�.5 � * 3/8 9.5 * * �Vo.4 q:75 *' * No. $ 2.36 * * 501-2,Z CEMENT. Cement shall eonform to the requuements of ASTM [ ] Type i ] **�*,��*�*,�****+*�***,�**�********,�*****�**�****�**��,�**��*,��� � The Engineer shall specify ane of the foilowing: ASTM C I50 - Type I, II, III, ar iV. � A5TM C 595 - Type IP, IS, S, I(P1VI). y ASTM C 150 covers portlat�d cements. A�T1V� C�95 covers blenc3ed hydraulie cements as foilaws: IP - Porfland-�'ozzolan Cement, IS - Portland Bias#-�'uraace Slag Cements, S- Slag Cemes�t, � I(P1Vn - Pozznlan Modified-Portland Cement. The c#�emical requiremes►ts Tor aU cement �ypes specified sho�ld meet saitable criter'sa for deleferious activity in accordance with ASTM C 33 vr based on historical data. Low alkali cements (less than �.G% total equivalent sikalinity) should be s�ecifed when any doubt exists. ,�**�t***�****,�**�,a,r****�**,�*,�*,r,r*,��+��,r*,r,r,r�,r*a�*,r**,t,r***�r**�t* �-501-3 AC 15DI5370-9 OA includes chan4es thru CHG 12 p-��'�. If for any reason, cement becomes gartially set or contains lumps of cak�d cement, it shall be rejected. Cement salvaged from discarded or used bags shall n.ot be used. S0�-I.3 CEMENTITIOUS MAT�RIALS. a. Fly Ash. Fly ash shall meet the r�quirements of ASTM C 61$, Class C, F, or N with the exception of loss of ignition, where the maximum shajl be iess than 6 percent for Class F or N. [ The s�pplementary optionaI chemical and physical prnperti�s of Tahles 1A ar�d 2A contained in ASTM C 618 shali appiy. � b. �last �'urnace 51ag. Ground biast fiu�nace slag shall meet the requirements of ASTM C 989, Grade 100 or 120. *******�*******,�**********�,►,�**��k*�**�+***�*,�*******,��,�*,�** �'ly ash may be accepted from sources that are pre-qualiiied by ather agenries sueh as state Departments of Transportation, pro�ided it meets the loss of ignitian requirement of this specifscation and is accompanied by a certiiicatiau and test data. The �ngineer should specify Tabl� lA when tly ash is �sed in conerete containing reactive aggregates and cement to meet a limitation on alkali contents. Table aA should be speeiiied when fly ash is used with aggregates that ar� regarded as de1eterious�y reactive with alkalies in cement. * **** x ****,r****,�* *�* ** ** **,�** ***�r*** *�,�* �r* *,� *,� ***,r � *�* ** **,�* 5a1-2.4 PREMOLDED J�INT FILLER Premoided joint �ller for expansian joints shall canform to the requizen:aents of [ ASTM D 175] ][ ASTM D 1'152, Tyge II or LII ) and shall be punched to admit the dowels where called for an the p9ans. The filler for each joint shalE be furnished in a single piece far the ful] depth and width reguized for the joint, unless otherwise specified l�y the Engiaeer. When the use o#'mare than one piece is required for a jaint, the a�ui#ing ends shall be fastened securely and hald accurately to shape by stapling or other positiWe fastenin� means satisfactory to the Engineer. a*�e** **w,r*,rv�,tv.***+**,r,t,r,a **�r+t�,�** �*�r* **� * �r* �e* *+**,�** **� ** ** �* The �+ngineer shall designate either ASTM D 1�51 ar ASTM D 1.752. Joint Clier must be compatible with jaint seaiants. *,�***tr,�****,�*******,�*,�*�*,�*w***,�*�*��******�.+,�+�**,�**�*�*�+* 5a1-Z.5 J�INT SEAL�R. The joint sealer for the joints in the concrete pavemant sha[1 meet the requirements of Item P-bQ5 and sha116e of the type(s) specified in the plans. 501-2.5 STEEL REINFORCEMENT. Reinfarcing shall consist of { ] canforming ta the requirements of A�TM [ ]. ******,�****�*,��**�*********:�,�*w,�*,�*;�******�,�*��******��*,�**** �_ The Engineer shall designate ane at the following: �Velded steel wire fabric ASTM A 185 Welded def4rmed steel fabric ASTM A 497 Bar mats ASTM A 184 ar A 744 Welded wire fabric shall be fnrMished in flat sheets nniy. Delete this paragraph when not appEicable fo ti�e project. * ** �*�r*�,a* **� **�r*** **** �r** ** *****,r*,�� * �r*,r�* *�,� *,�*� **a�*** ** �* 501-2.� DOWEL AND TTE BARS. Tie bars shal] be deformed steel bars and conform to the requirements o#' ASTM A 615, ASTM A 61G, ar ASTM A 617, except that rail steel bars, Grade_ 50 or 60, shall not 6e used for tie hars tiiat are to be bent or restraightened during construction, Tie �ars designated as Grade 40 in ASTM A 615 can be used for construction requiring bent bars. P-:0'# -4 P-��� �,C 150I53i0-10A includes chanqes thru CHG '!2 bowel bars shall be plain steel bars conforming to ASTM A 615, ASTM A 616 or ASTM A 617 and shall be free from burring ar other deformatian restrictirig slippage in the concrete. High strength dowel bars sk►all conform to ASTM A 71�4, C1ass 2, Type 5, Grade I, IT or III, Bare Finish. Before deli�ery to the construction site each dowel bar shall be painted on all surf'aces wikh one coat of paint t�eetin� Federal Specification TT-P-664. If plastic or epoxy-coated steel dawels �re used no,paint coating is required, except when specified for a particular situation on the plans. Coated dowels shall conform to the requirements of AASHTO 1V� 254. The sleeves fnr dowel bars usad in expansiqn joints shali be znetai ar other type of an approvsd design to cover 2 to 3 in,ches (50 mm ta 75 mm} of the dowel, with a closed end and with a suitable stop to hoid the enci of the bar at least 1 inch (25 mrn) from tiae ciosed end of the slee�e. Sleeves shall be of such design that they wzll not collapse during construcrion. 501-2.8 WAT�R. Water used in mixing or curing shall be clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product. Water will be tested in accardancE with ths requirements of AASHTO T 26. Water lrnown to be of potable qualiry may be used without testing. SOI-2.9 COVER MATER.IAL FOR CUR�NG. Curing materials shal! conform to one of the following speci�ca#ions: - a. Liquid memhrane-forming campounds for curing conerete s�alJ conform to the requirements af ASTM C 309, Type 2, Class B. . b. VJhite polyethylene flm for curing concrete shall confvrm to the requirements of ASTM C 171. c, White bur�ap-golyethylene shseting far curing concrete shal! cor�form to the requirements of ASTM C ] 73. d. Waterproof paper for curing concrete s�aZI confarm to the requiremants of ASTM C 171. 5d1-�.IO ADMIXTUR�S. The use of any znateria( added to the concrete mix shall be approved tiy the Engineer. The Cantractor shall subrnit certificates indicating that the mater�al fo be furnished rneets all of the requirements indicated below. In addition, the Engineer may require the Contractar to submit complete test data from an approved laY�oratary showing that the material tn be furnished meets all of the reguirements of #he cited specifications. Subsequent tests may be made of sannpiss taken by tha Enaineer from the supply of the material being furnished ar proposed ftir use on the work to determine whether tne admixture is uniform in quaiity witi� that approved. � a. Air-Entraining Admixtures. Air-entrainirig admixtures shall meet the requiremen#s of ASTM C 260 and shajl cansistenkly entrain the air content in the specified ranges under field conditions. The air-entrainment agent and any water reducer admixture shall be compatible. b. Chemical Admixtures. Water-reducing, se4 retarding, and set-accelerating admi�ctures shall meet the requirements of A�TM C 494, inciuding the flexural streng#h test. SDl-2.11 EPDXY-RESIN. Epoxy-resin used t4 anchor dowels and tie bars z�r� pavements shal] conform to the reguirements of ASTM C 881, Type I, Grade 3, Class C. Class A or B sixali be used w�en the suriace temperature of the hardened concrete is bel�w 60 debrees F(16 degrees C). 50I-Z.12 MATERIAL ACCEPTANCE. Prior to use of materials, the Cantractar shall submit certified test reports to the Engineer far those materials prpposed for use duri�ng consiructian. The certification shail show the apprapriate ASTM test{s) for each material, the tast results, and a statemen# that the tnaterial passed or fai1ed. ! The Engineer may request samples for testing, prior to and during prpduction, to verify tiie quality of the materials . and to ens�re conformance with the applicable specifications. p-�a1-� AC 950l537D-10A includes changes thru CHG 12 _ �-���. NIIX ����Gi� SD1-3.1 PROPQRTIONS. Conerete shall be designed to achie�e a 28»day flexural strength that meets or exceeds the acceptance criteria contained in paragraph 50]-5,2 for a flexuraE strength of [ ] psi. The mix shall be designed using tk�e procedures contained in Chapter 7 of th� Portland Cement Association's raanual, "Design and Contro3 of Concrete Mi:ctures". � * * *� ** *,� �� �*�*** �r,r ** *,�** *+* ****�****,t*�** *�* ** *,�*�r*�** k*,�� ** The Engineer shall designate the design strength. The ntinimum 3lexaral strength allowable for airport pa�ements is 600 psi {4 136 kPa). Higher flexural stren�th can he specified when local materials make this eennomically feasible. However, it must be recagnized that dz�e to �ariations in materiais, operaiians, and testing, the average streneth af eancrete Turnished t�y a supplier must be higher than the speci�ed strength to insure a good st�tistical chance of m�eting the acceptance criteria throu�hout the duration of the job. �or pa�errtents designed to accommodate aireraft gross weights of 30,044 pounda (13 500 kg} or less, this section may be modified tn indicate that �onerete sitall be designed to aehieve a 28-day campressive strer�gth such thai meets or exceeds the acc�eptance criteria i'or a compressive strend h of 4,400 psi (3Q 70U kI'a). If the specifed strengtt► is reyuired earlier than ZS days, the Enginecr shall designate the time period. *�*********�*,��**,�*******,��*.�*****�*******,�:�***�*�****,�,�**** The Contractor shal] nate thaE to ensure that the cancrete actually produced will meet or exceed the acceptance criteria for the specified strength, the mix design avera3e strength must be higher than the specified strength. The amount of overdesign necessary ta.meet speciFcation requirements depencEs on the producer's standard de�iation of flexura] test resuIts and the accuracy which that vaiue can be estimated from historic data for the same ar similar materials. The minimum cementitious material (cement plus fly ash} sha]! be [ � paunds per cubic yard ([ J kg per cubic meter}. 'Tfie ratio of water to cementirious material, including frae surface moisture on the aggregates but not including moisture absorbed by the aggregates shall not he more tb.an [ ] by weight. ,�****,�*,�*�**�*���**�**�*�****a��************+**,�******�***�*� A minimum cement content of 500 pounds (22'� kg) should be specified. A higher minimurn may be necessary to me�et the specified strength when ather cemenkitious materials are substituted or to meet durability requirements for severe freezelthaw, deicar, or sulfate exposure. A maximum waterlcementitinus ratio of 0.50 should be speeified. A lower water/cemenYitious ratio may be necessary for severe freezelthaw, deicer, or sulfate exposure. *****�.*�*�****,�,���***�,�*,�***�**�**,�*,�*,�*,�****,��*,�,�*,�**,��***« Prior to the start of paving operatians and after approval of all material to be used in the cancrete, tlie Contractor shal� submit a mix design showing the proportions and flexural strength obtained from tk►e concrete at 7 and 28 days. The �i�c design shail include copies of test reports, including t�st dates, and a complete list oi materials including type, braz�d, saurce, and amount of cement, fly ash, �round slag, coarse agbregate, fn.e aggregate, water, and admixturas. The fineness modulus of the fine aggregate and the air content shall also be shown. The mix design shall be suhmitted ta ti�e Engineer at f�ast [ ] days prior to the start of operations. Production shall nat bagin until the mix design is approved in writing by the En.gincer. Should a cizange in sources be made, or admixtures added or deleted froin the mix, a new mix desiu,,n must be submitted to the Enaineer for appro�al. �-�0'f -6 P-501 AC__150153�0-�OA includes chanqes thru CF�G 12, ***�*�***�****��**,�*,�****,�**�*�**,�********�***,�*,�**,�**,��**** A minimum af 10 days is recomrnended. The Engineer may wisk� to specify that previo�ssly appraved mix designs alder than 90 days shall not be used. ,�***�**�*,��,�,�x*�*�*,�*���****,�**��*�a�,�*�**�.***,�*�*�**,��**�,�** Flexural strenb #� test specimens shaIl be prepared in accordance with ASTM C 31 and tested in accordance witi� ASTM C 78. The �nix determined shall be warkable concrete having a slump for side-form concrete 6etween 1 and 2 inches (25 mm and 50 mm) as determined by ASTM C 143. For vibrated slip-form concrete, the slump shali be between 1/2 inch (13 mm) and 1 1/2 inches (38 nam). *�****�***�*,�**�***��*,��,*�*****��*�*�*,�**,�*,�***���*+�***�*�* When the dssign strength sn paragragh 5�1-3.1 is based on com�rresssve strength, the specimens should be tested in accordance witi� ASTM C 39. Substitute compressi�e strength for flexural strength. ,�***�**,�*��,�****�****�**,�**�**,�****�*��*,�*****��,r*�,�**�,�**** 50I-3.Z CEMENTITIOUS MATERIALS. a. Fly Ash. FIy ash may 6e used in the mix design.- When fly ash is used as a partial replaccnient for cement, the minimum cement content may be met by considering portland cement pli�s fly ash as t�a total cementitious material. 'Tlie raplacement rate shall be determinad from laboratory trial m�es, but shall not exceed [ ] percent by weight of the total cementitiaus material. b. Ground 5iag. Ground blast-furnace slag may be used in a msx design containing 'iype I or Typa TI cement_ The slag, or slag plus fly ash if both are used, may constitute between 2S to 55 percent of the total cementitious material by weight. lf the concrete is to be used for slipForrning oparations and the air temperature is expected Co be lower than 55 degrees �' (13 degrees G) the percent slag shaIl not exceed 30 percent by weight. *�** **t�����**++�*�r***,��****��***�,�,�,���**,�*�* ** �*�,r,�*,+*�r,�***,� Due to �ariations in fly ash, ce�nent, streng#h requlreme�ts, etc. the repIacement rate specified should be based on local materials, buf should be between 10-2Q percent. Cancrete containing fly ash wili ultimately develop a flexural strength greater than concrete without fiy ash. However, the rate af development and the ultimate strength nf the concrete depend on the chargcteristics of the i1y gsh, the cement used, the propartinns of fly ash and esment, and ti�e curic�g environment. � EPA guideiines published .in 4Q C�'R Part 249, which implement prvvisions of the Resource Cnnservation aad Reco�ery Act of 197b, require that contract specifications allar�v"for the use of fiy ash, unless its use can be determined.io be inappropriate for technical reasons documented by the owner or the desiga engineer. ��**�*�***,�*****�***�*�***�*��*�*,�**�*���*,�***,�****,�*,�****** 501-3.3 ADMIXTURES. a. Air-Entraining. Air-entraining admixture shall he addad in snch a manner that will insure uniform distribution pf the agent throughout the batch. The air cantent of fresi�ly nnix 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 perceptage of air in the mix shall be [ ]. Air content shall be determined by testivag in accorc�ance with A51'M C 231 for b avel and stone caarse aggregate and ASTM C i73 for slag and other higtzly porous coarse ag� egate. b. Chemical. Water-reducing, sat-controlling, and other approved admixtures shall be adciec� to the mix in the manner recammended by the manufacturer and in the amaunt necessary to comply wit31 the specification requ'vements. Tests s[�ali be conducted on tria3 mixes, with the materials to be used in the work, in accordance wi#!i" ASTM C 49�. �-501-� AC 13D153iU-10A includes chanaes thru CHG �� �-5D1 ***,�*****,�*�*,�**,�+*�*,�****�,��****,�*�,�*,��****,�*�**�*k*,�*�****� The Engineer shall specify the appropriate air content as determined fro�n the table in this note. For warm climate areas where freezing and thawing is nof a factor, non-air-entrained concrete may be used. RECOMM�NDED AIIt CONTENT (PERCENT) Maxisr�um Size Aggregate inches {mm) Exposure Le�eI 2(51) 1.5(38) z.o a.s 4.0 4.5 5.Q 5.5 1(�5) 3/4(14) 112(13) 3.S 4.0 �.o s.s s.a 7.0 M�ia Moderate Se�ere 3.0 a.s 6.0 Mild expos►ere - When desired for other than d►�rability, suct� as ta iinprove workabiiity. Used where pavement will not be exposed to freezing or to deicing agents. Moderate expnsare - Service in a. climate where freezing is expected but where tha conerete will not be continually exposed to maisture or free water for long periods prior to freezing and will not be exposed to deicing agents or other aggressive chernicals. 5evere exposure - Concrete which is expnsed to deicing ci�emicals ar other aggressi�e agents or where th� concrete may become highly saturated by continual contact with moisture or free water prior to freezing. �k * +Y a� Yr * * * �r �!r ik * dr * �r dF �4 �k e'r k ak * ir * ir * ilr �k h * �k ir * k 1e ir a� ak * k �1M * �r �F * +F +�r eF �4 * 1e ir 9r 1r ilr sY dr �e Jr * SUI-3.4 T�STiNG LABORAT�RY. •The laboratary used to develop the mix design shall meet the zequirernents of ASTM C 1077. A certificatian that it meets these requirements shali be submitted to khe Engineer pxiar to th� starc of mix desi�n and shall contain as a minimum: a. Qualifications of personnel; laboratory manager, supervising techn�cian, and testing technicians. b. A statement that the equipment used in deWeloping tl�e mix design is in calibration. e. A statement that each test specified in developing �he mix desi;n is offered in t�e scope nf the laboratpry's services. d. A copy of the labaratory's quality control system. ��������7 ��� ���b��� 501-4.1 EQUIPMENT. The Cantractor shail furnish ali equipment and tools necessary for handiing materials and perfo�rrn.ia�g all paz-ts of the waric. a. Satch Plant and Equipmant. The batch plant and equipment shal! canform to the requirements of ASTM C 94. h. Mixers and Transportation Equipment. (3.j General. Conerete may be mixed at a central plant, or wi�olly ar in part in truck mixers. Eaci� mixer shall have attached in a prominent place a manuiacturer's nameplate showing the capacity of the dnun in terms of �olume of mixed concrete and the speed of ratation of tha mixing dnim or blades. �-�01-8 P-�D1 AC 1�0153i0-74,4 inciudes changes thpu CHG 12, *«�,�******�**,�**,�*******,���**,�**�**,�*�,�*,�*�*�***�*�,�**,��*�** The Engineer may speci�'y the use of a centrat piant mixer if deemed necessary for a parficular project. ,�* ** ** *.f*,�** **,�** *,t*�ir�,r* *,�*,t,t,t*,k,�**w�r,r�r*,k***,k�**x**�k��x**,r* (2) Centrai plant mixer. Central pfant mixers shall conform to the requirements of ASTM C 94. The mixer shall be examined daily for changes in condition due to accumulation of hard concrete or mortar ar wear af bla�es. The pickup and throwov�r blades shall be replaced when they have worn down 31�4 inch (19 mm) or inare. The Contractnr shall have a copy of tE�e ma�nufactnrer's design on hand showing dimensians and arrangement of blades in reference to or aQirnal height and depth. (3) Truek mixers and truck agitators. Truck mixers used far mixing and hauling cancrete and truck agitators used for hauiing central-mixed cancrete shall conform to the requirements of ASTM C 94. (4} Nonagitator trucks. Nonagitating hauling equipment shall conform to the requirements of ASTM C 94. c. Finishing Equipment. The finishing equipment shall be af su�cient weight and power for Proper fu�ishing of the conerete. The imishing machine shalI be designed and operated to strike off, screed and consoiidate the conerete such ihat laitance on the surface is less than 1/8-inch (3 mm} thick. d. Vibrators. Vibrator shall be either interz�al type with immersed tube or multiple spuds, or surface type r+ibrating pan or screed. �'or pa�ements 8 inches (20 cm) or more thick� intemal vibrators shall be used. They ririay be attached to the spreadar or the finishing machine, or they may be mounted on a sepazate carriage. Operating frequency for interna! vibrators shall be between B4OOQ and 12,000 vibrations per minute. A�erage ampli�ude for internal vibrators s1�a11 be OAZS-Q.OS inches (O.Q6-0.13 em). For pa�ements less than 8 inches {20 cm} thick, �ibrating surface pans or screeds shall be allowed. Operating freguencies for surface vibrators shall be hetween 3,000 and 6,OD0 vibrations per minute. The number, spacing, and frequency shall �6e as necessary to provide a dense snd homogeneaus pavement. Adequate power to operate al� vibrators shall be available on the pa�er. The vibratnrs shall be automaiically con�rnlled so that they shall be stopped as forrvard motion ceases. Hand held vibrators may be used in irregular areas. � e. Concrete Saws. The �Contractor shall provide sawing equipment adequate in number of units and power to campl�ete tl�e sawing to the required dimensions. The Contractor shall provide at jeast one standby sa�r+ in gaod - working order an� a supply.of saw blades at fhe site of the work at ai] times during sawing �perations. ' f. Sicie Forms. Straight side farms shall be made af sTeel and shal] be furnishe� in sections not [ess than 14 feet (3 m) in length. Forms shall have a depth equal to the pavement thickness at the edge. Flexible or curved ' f�r.ms of proper radius shall be used for curves of 100-foot (31 m) radius or less. Fnrms 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 �i6ration of the consolidating and finishing equzpment. Forms with battered toQ surfaces and bent, twisted or braken forms shall not be used. Built-up forrns shall npt be used, except as approved 6� the Engineer. � The top face af the farm shall not vary fronn a f�'ue plane more than 118 inch (3 mm) in 10 feet (3 m), and the � upstanding leg shall not vary more than 1/4 inch (6 mm). The forms shall contain provisions for locicing the en�s of abutting sectioas together tightly For secure setting. Wood forms may be used under special conditians, when � approved by tf�e Engineer. g. Pavcrs. 'The paver shall be fully enerbized, self-propellec3, and designed for the specific purpase of placing, cansolidating, and finishing the conerate pavement, true to grade, tolerances, and cross section. It sha11 he of sufficient weight and power to construct the maximum specif ed conere#e pauing lane w�dth as shown in th� plans, at adequate farward speed, without transverse, langitudinal or vertical instab ility or without displacement. The paver shall be equipped with electronic or hydraulic horizoaral and �ertical contrnl devices. P-301-9 AC 1�015370-10A includes chanqes th�u CFiG 12 �.�p� 501-4.2, F�RM S��'TING. Forms shall be set sufficiently in advance of the concr�te placement ta insure continuous pa�ing operation. After the forms have been set to correct grade, the underlying surface shall be thoroughiy tamped, eittter mechanically ar by hand, at both the inside and oucside edges of the base of the forms. Forms shall be staked into place suffciently to main#ain the form in positian �or the method of placement. Form sectians shal] be tightly lociced and shall be free fram play or rraovement in any direction. The farms shall not deviate from true line by more than 118 inc� (3 mm) at any joint. �orms shall be sa set that tF�ey wi11 withskand, without visible spring or settlement, the im.pact and v�bration of the consolidating and finishing equi�ment. �orrns shall be cteaned and piled prior to the placing of cancrete. The alignment and grade elevations af the farrns shall be cftecked azzd corrections made by the Contractar irnznediately befora placing the concrete. 501-4.3 CONDITIONING OF UNDERLYING SURFAGE, SLIP-FORM CONS�RUCTION. The compacted underlying surface nn which the pavement will be placEd shall be widened approximately 3%et (1 m) to extend beyond the paving machine track to support ti►e paver without any noticeable displacement. After the underlying surface has been pIaced and compacted to the required density, the areas which will support the paving machine and the area to be paved shall be trimmed ar graded to the plan grada elevation and profile by means of a properly designed machine. The grade of the underlying surface shall be controlled by a positive grade controi system using lasers, stringlines, or guide wires. If the density af the underlying surface is disturbed by the trimming operations, it shal] be corrected 6y additional compaction and retested at the optian of the Engineer before the cancrete is placed except when stabilized subbases are being constructed. If damage occurs on a stabilized subbase, }t shall be corrected fuil depth by the Contractar. T� tra�c is allawed to use the prepared brade, tt►e grade sha11 be checked and correctad immediatety befare the placement. af concrete. T'he prepared grade shall be moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid ]ass of moiskure from concrete. The underlying surface shall be protected so that it will ba entirely free of frost when cancrete is placed. **********�*�**t**v�*�,��***�*,aa��,�+,�w*,�*,�*�r�**�v,�*�*:�***,�,�,a***,� Stabilized subbase is required to accommodate aireraft with grnss weighfs in excess ❑f 100,000 pounds (45 304 kg} per Advisory Circuiar 150/53�Q-b, �**�*�*,�***,�******��,�*,�*,�,�*�******�.****,�**�***�,�***,�**�,�**,�* 501-4.4 CONDITIONYNG OR UND�RLYING SURFAC�, SIDE-�'ORM AND FTiLL-IN LANE C�NSTRUCT��N. The prepared underlying surface shall be moistened with water, without saturating, immediatefy ahead of concrete placement to prevent rapid loss of maisture from the concrete. Damage caused by haulin� or usage of other equipment shall be corrected and retested at the option of the Engineers. If damage occurs to a stabi]izecS subbase, it shaII be carrected full depth by the Contractor. A template shall be provided and operated on the forrz�s immediately in advanc� of the placing of all cbnerete. The teznplate sha1S be propelled only by hand and not attached to a tractor or other power unit. Templates shall be adjustable so ihat they may be set and maintained at the eorrect contaur of the underlying surface. Tha adjustment and oPeration of the templates shall be such as will pr'o�ide an accurate retest of the grade befare placing the concrete thereon. All excess material shal] be remowed and wast�d. Low areas shall be filled and coznpaeted ta a con�iition similar to that of the surrounding grade. Tbe underlying surfac� shall be proteeted sa that it will be entirely free frona frost when the concrete is placed, The use of chemicals to eliminate frost in the underlying surface shail not be permittsd. The template shall be maintained in accurate adjustment, at atl times by the Contractor, and shall be checked daily. 5Q1-4.5 HAND'LING, M�ASURING, AND BATCHING MATERIAL. The batch plant site, layout, equipment, and provisions for transporting innaterial shal] assure a continuous supply of materiai to the work. �#ockpiles shall be constructed in such a manner that prevents segregatian and intez�zziixing of �eleteriaus materials. i�-'S'01-1 D P-501 AC 150153�0-1QA inc�udes changes #hru CHC 1� A�gr�;ates that have hecome searegated ar mixed with earth or fvreign material shall not be used. A!1 aggregates produced,or handled b� hydraulic methorls, and washed ag�reaates, s�all be stockpiled or binaed far draining at least 12 haurs before being batched. Rail shipments requiring mare than 12 hours will be accepted as adequate binning only if the car bodies permit free drainage. Batching plants shall be equipped to propvrtion a�gregates and bulk cement, by weight, automatically using interiocksd proportioning devices of an approved type. When bulk cement is used, the Contractar shall use a suita�le method af handlinp tt►e cement from weighin� hopper to transporting container ar into the batch itself for transportation to the mixer, such as a el�ute, hoot, or other agpraved device, to pre�ent ]nss of cement The de�ice shal] he arrangeci to provide positive assur�nce that the cement content specified is presez�t in each batch. 341-4.6 MIXiNG COIVCR�TE. The concrete may be mixed at the work site, in a central mix plant or in truck mixars. The mi�cer shall be of an approveil type and capacity. Mixing time shall be measured from the tizne all materiais, except watar, are emgti�d into the drum. All cancrete shall be mixed and deii�ered to the site in accordance with the r�quirernents of ASTM C 44. Mixed concrete from the central mixing p]ant shall be transported in truck mixers, truck agitators, or nonagitating trucks. The elapsed tirr�e from the addition of cementitious material to the inix un#il the concrete is deposited in place at the work site shall not exceed 30 minutes when the conerete is hauled in nonagitating truelcs, nor 40 minutes �+vhen the concrete is ha�9ed in truck mixers or truck agitators, Retempering concrete by adding water or by other rrteans will not be permitted, except when conerete is delivered in transit mixers. With transit mixers �dditional water may be added to the batch materials and additional mixing performed to increase the slump to �eet the specified requirements pro�ided the addition of water is performed vvithin 45 minutes after the initial mixing operations and prouided the water/cementitious ratio s�ecified in the mix design is not exce�ded. SU1-4.7 LIMITATIONS ON MIKING AND PLACING. No concrete shall be mixad, placed, ar finisf�ed when ki�e natural light is insufficient, unless an adequate and approved artificial lightia� system is bperated. a. Cold Weather. Unless authorized �n writing by the Engineer, mixin� and concreti�g operatians shall bs discontinued when a dascending air temperature in the shade and away from arti�cial heat reaches 40 degress �' (4 de�rees C) and shall nat be resumed until an ascending air temperature in the shade and away fram arti�cial heat reaci�es 35 degrees F{2 degrees C). The aggregate shall be free of ice, snnw, and frozen lumps before entering the mixer. The temperature of the mixed concrete shall not be less than Sd degrees F(10 degrees C) at the time af placement. Cancrete shali noi be placed on frnzen material nor shall frozen aggregates be used in the concrete. When concreting is suthorized during cold weather, wat�r andlor the aggrabates rnay be heated to not more than 15D degrees F(6b degrees C). The apparatus used shali heat the mass uniformly and shall be arranged to preclude the possjble accurrence of averheated areas which might be detrimental to the materials. ***�**� �,rv�**�*+�* **,t**�r,�*,��*�,r�r�r,r �*,�* ***,�* *�r*+****�**,�,�** k,�* Information regarding cold weather copereting practices may be found in ACT 306R, Cold Weather Concreting. �*���****��**�*�*��,��******�*�*********�**�**�*�,�**,�***,��*,�* b. Hot Weather. During periods o#' hot weaEher when the maximum daily air tsmparature exceeds $5 degrees F(30 degrees C), the £ojlowing precautions shall be taken. The forms and/ar the underlying surface st�all be sgrinkled with water imzneciiately befare placing the cvnerete. The c�ncrete shall be p}aced at the eoojest temperature �racticable, and in no case shall the temperature of the conerete when placed exceed 95 de� ees F(35 degrees C). The aggregates and/or �nixing water shall be copled as necessary to maintain the conerete temperature at or nat more than the sgecified maximum. P-�fl1-11 AC 1�0l53�0-10A includes ci�anqes thru CHG 12 �.. ,p� The finished surfaces of the newly laid pavement shail ba kept damp by applying � water-fag or rnist with approved spraying equi�rt,ent until the pa�ennent 9s covered by the curing medium, If necessary, wind screens shaii be provided to pratect the concrete from an evaporation rate in excess of 0.2 psf per hour as determined in accordance vwith Figure 2.1.5 in ACI 305R, Hot Weather Concreting, which tak�s into consideration relatiwe humidity, wind �slocity, and air temperature. Vdhen canditions are such that prohlerns �vith plastie cracking can be �xpected, and particular]y if any p]astic cracicing begins ta occur, the Contractor shall immediately take such additiona� rneasures as necessary to pratect the concrete surface, Such measures shall consist of wind screens, more effective fog sprays, and siFnilar measures commancing immediately behind the paver. If these measures are not effective in preventing plastic cracking, paving operations shall be immediately stopped. 501-4.8 PLACWG CONCRET�. The Contractor has the aption of placiz�g the concrete with either side (fixed) forms or slip-forms. At any point in ennerete conveyance, #he free vertical drop of the eoncrete fram ane point to another or to the underEying surface shall not exceed 3 faet (1 m), Hauling .equipment or nther mechanical equipment can be permitted on adjoining previQusly cnnstruc#ed pa�ement when the ccsncrete stren�th reaches [ a�lexural strength of 550 psi (3 792 tcl'a} J[ a campressive strength of 3,5Q0 �si ], basad on ti�e average of fnur field eured specimens per 2,(l00 cubic yards (1 530 cubic meters} of cQncrete .placed. Also, subgrade and subbase planers, concrete pa�ers, and concrete finishing equipment may be permitted to ride upvn the edges of pr�viously constructed pa�ament when the concrete has attained a minimum #lexural strength of 400 psi. ***�**,�*�***,�**�*�*�*,�**�*,�*�**,�*,�**,�*�*,�*,�***,�**�********** The Engineer shall choos� based on mix design requirement. The Engineer may specify either side form ar slip-farm method nf paving or allow the Cantractar ti�e option as indicated. *x***�**�**�*,�**�***,�*,��*,�*�****�,�,�*�*******�*,�*�*,�**�****�* a. Side-form Method. For the side-fnrm method, the concrete shall be deposited an the moistened grade to require as little rehandiing as passible. Unless truck mixers, trucic agitators, or nonagitating hauting equipinent are equipped with means for discharge of concrete without se�ragation af the materials, the cancrete shail be placed and spread using an appxoved meehanical spreading device that prewents segregation of the materials. Placing sha11 be continuous betweerr transverse joints witF�out the nse of intermediate bullcheads. Necessary hand spreading sha11 be done with shoveis--not rakes. Workmen shaIl not be allowed to walk in the fresh3y mixed concrete with boots or shoe� coated with earth or foreign substances. Conerete shalf be deposited as near to expansion and contraetian jaints as possible withaut disturbing them but shal] not be dumped from the discharge bucicet or hopper onto a joint assexnbly unless the hopper is centered above thejoint assembly. Concrete sha�l be tharoughly ennsolidatad against and along the faces of al] forms and previously piaced concrete and along iha full Iength and on both sides af all joint assemblies by means of �ibrators inserted in the concrete. Vibrators shal] not be per�xaitted to came in contact with a jt�int assamhly, the grade, or a side farm. In no case sk�all the vibrator be operated langer than 20 seconds in any one ]ocation, nor shall the vibratQrs be-used to move � the concrete. � b. 51ip-form Method. Par tha slip-farm methad, the concrete shall be .placed with an appraved erawler-mounted, slip-form paver designed to spread, consalidate and shape the freshly placed concre#e in vne campleta pass af th� machine so that a minimum af han.d finishing wirill be necessary to provide a dense and hamogeneaus gavement in conformance with requirements. of the plans and specifications. The eoncrete shall be placed directly on top af the joint assemblies co pre�ent them fzam moving when the paver maves over them. Side forms and finishing screeds shall be adjustable to the extent requued to produce the specified pavennent edge and surface tolerance. The side forms shall be of dimensions, shape, and strength to support the concrete lateraqy for a sufficient i�ngth of time so tha# no edge slumping exceeds the requirements of paragraph SO1-5.2e(5). Fina3 finishing shall be accompiished wf�ila the concrete is still in the plastic s#ate. P-509 -1 a �'-�Q1 � AC 1�01�37p�10A includes chanqes thru C�iG 12 In the e��nt that slumpir� or sloughing vccurs behind the pa�er or if there aze any other structural or surface defects which, in the vpinion of the Engineer, cannot be corracted within permissible tolerances, paving operations shall be immediately stopped until proper adjustment of the equipment or procedures have been made. In the event tk�at satisfactory procedur�s and pawement are not achieved after not more than 2,000 lineal feet (60Q m) af single lane pay.ing, the Contractor shall corriplet� the balance of the vNar[c with the use af standard metal forms and the farzned method af placin� and curing, Any concr�te not corrected to permissible taleranees shal] 6e removed and replaced at the Gontractor's expense_ 5(3]-4.9 STRLKE-OFF OF CONCRETE AND PLACEM�NT �7F REINJFOJEtCEN1ENT. Following tb.e plaeing of the concrete, it sk�all be struck off to conform to the cross �ection shown on the pians and to an elevation such that when the concrete is praperly consojidated and imished, the surface of the pavemeat shall be at the elevation shown on the plans. When reinforced cancrete pavement is placed �n two layers, the bottvm layer shall be struck off to such length and depth that tF�e sh�et of reinforcing steel fabric or bar mat may be jaid full length on the concrete ia its final position withouk further manipulation. The reinforcement shall then be placed directly upon the concrete, after which the top layer of the concrete shall be placed, struck off, and screeded. If any portion of the bottom ]ayer af concrete has been placed more than 30 minutes without being co�ered with ths top layer or if initial set has taken place, it shall be removed and repiaced with freshly mixed concrete at tlae Contractar's expense. When reinfarced con�rete is pfaced in one layer, the reinforcement may be positioned.in advance of concrete placement or it tnay be placed in plastic concrete by mechanical or vibratary means after spreading. Reinforcing steel, at the time concrete is placed, shall 6e free af mud, oil, or other organic matter that may adversely affect or reduce bond. Aeinforcing steel with rust, mill scale or a cambination a� both will be cotssidered satisfactory, Provided the minimum dimensions, weight, and tensiie properties of a hand wue-brushed test specirnen are not less than the appiicable ASTM specification requirements. SU�-4.10 JOINTB. Joints shal! he conshvcted as shown on the glans and in accardance with these requirements. All joints shall be cons#ructed with theu faces perpendicular to the surface af the pavement and finished or edged as shown on the plans. Joints si�all not vary mnre than 1l2 inch (13 mm) from their desi¢ ated posit�on and shal3 be true tv lir�e with not mor� than 114-incE� (6 mm} r+ariation in 10 feet {3 m). The surface across the joints shall be tested with a 10-faot (3 Fn) s#raightedge as the jQints are finished and any uregularities in excess of 114 inch (6 mm) shall b$ corrected before the coacrete has hardened. Ai1 joints shalI be so prepared, finished, or cut to provide a broove of uniform width and depth as shown on tlie plans. a. Constructipn. Longitudinal construction joints shal! be slip-farmed or farmed against side forms with or without keyways, as shown in the plans. � Trans�erse canstruction joints shall be installed at the end of each day's placing operations and at any other poinis within a paving lane when concrete pkaceraez�t is interrupted for more t�an �0 minutes or it appears that the concrete will abtain its initial set before fresh conerete anives. The installation of t1�e joint shall be located at a piannec� contraction or expansion joint. Lf placing nf the concrete is stopped, the Contractor shali remo�e the excess concrete back to the previous planned jaint. . b. Co�traetion, Cantractio� joints sha]] be instailed at tY�e locations and spacing as shown on tt►e plans. Contraction }oints shall be installed to the dimensions required by fvrming a groove or cleft in tt�e top of the sla6 whiie the concrete is still p�astic or by sawing a groove into the concrete surface after the concrete has harc�ened. When the groove is formed in glastic concrete the sides of the grooves shall be finished even and srnaoth with an edging tool. If an insert material is used, the installation and edge fu�ish shall be accaxding to the manufacturer's 'rnstruetions. The graave shall be £'inished or cut clean so that spalling will be avoided at intersections with other joints. Grooving ar sawing shall produce a slot at least 1/8 inch (3 mm) wide and to the depth shown an the plans. {� P-�fl't -13 AC 1 5 0153 7 0-1 0A includes ct�anqes thru CHG 'i2 _ �-��� c. Expansipn. Expansion joints shal] be installed as shown on the plans. Tfie premolded fiiler of #he thickness as shawn on the pians, shall extend for the iull depth and width of the slab at the joint, except for space for sealant at the top of the slab. The filler shall lae securely staked or fastene�l into.position perpendicular to the praposed fmished surface. A cap shall be pra�ided to protact the tap edge of the filler and to permit the concrete to be placed and finished. Aftar the concrete has been placed and struck off, the cap shall be carefully withdrawn leaving the space over the premolded filler. The edges of the joint shall be finished and toaled whila the concrete is still plastic. Any concrete bridging the joint space shall be removed far the fulI width and depth of the joint. ** ** ** *�r*,t*� ar* �*,� * �r*�* **�**� *�w**,r*** ** *,�* *�r*,tt* *�**�r**+�**,r*** An expansion joint is griznarily used as an isolation joint to separate structures with different fnundatians and pavements with different joint patterns. It does not provide for expansion by the material cornpressing, b�ut rather aZlowina th� joint to slip. There shqnid rarely be an accasion to dowel an expansion joint since it defeats the purpo5e of the joint and does nat permit isolation and slippage. A thickened-edge is the preferred ioad transfer method far expansian joints. ******�„�******�***,�*,�****,�*,�**,�***�*��*,�********�a�****�*�*,�** d. Keyways. Keyways shall be formed in tE�e �lastic concrete by means af sida forms or the use of [ceyway liners which are inseried during Ehe slip-form operatians. The �ayway shaIl be formed to a talerxnce of 114 i�cfn (6 zn) in any dimension and shall be of suffic�ent stiffness to support the upper keyway flange withou#.distortion ar sluznping of the top of the flange, The dimensions of tbe keyway f�rms shall not vary more than plus ar minus 11�4 inch (b mui) fram the mid-depth af the pa�ement. Liners that remain in place �ermanently and become part of the keyed jaint shal] be rnade of galvanized, copper clad, or of simifar rust-resistant material eompatible with plastic and hardened concrete and shall not interfere with joint reservoir sawing and sea�ing. *****,�***�*,�****#******��,�********,�****,�*�,�*�*****��******** Th�e En�;ineer should refer to Advisory Circular 150/532U-6 for guidance on the use af keyways. *,�****,�*,�****�**********�*,�**�**,�******�,�*,�*,�+*,�**,��*�**�*** e. Tie bars. Tie bars shall consist of deformed bars installed in jaints as shown on the plans. Tia bars shai� be placad at right anbles to the centerline of the concrete s[ab and shall be spaced at inter�als shawn on the �laras. They shall be held in position parallel to the pavement surface and in the middle of the slab degth. When fie bars extend into an unpaved ]ane, they may be bent against the forn:� at longitudinal constivctian joints, unless threaded bolt or other assemhled tie bars are specified. These bars shall not be pa�nted, �reased, or enclosed in s[ee�es. When slip-form aPerations call for tie bars, two-piece hoak balYs can be installed in the fema]e side of the keyed joint provided the installation is rnade without i�istorting the keyed dimensions or causing edge siump. If a bent tie bar instailation is used, the tie bars shal] be inserted through the �eyway ]iner only on the %male side of the joint. in na case shall a bent tie bar installation for male keyways be permitted. f Dowei bars. Dowel bars or other ]oad-transfer units of an appro�ed type shafl be placed acrass jaints in the manner as shown on the plans. They shal] be of the dirzaensions_.and spacings as shawn and held rigidly in tE�e middle of the slab depth in the proper �orizontal and vertical aligz�ent by an appro�ed assembly device tn be ]sft �: permanently in place. The dowel or laad-transfer and joint devices shail be rigid enough to permit compfete assembly as a unit ready La be lifteci and pkaced into pasition. A metal, or other type, dawel expansion cap or sleeve shaEl be furzzish�d far each ciowel bar used with expansian joints. These caps shall be suhstantial enough ta prevent collapse and shall be place� an tk�e ends of the dowels as shown an th� plans. T3ie caps or sleeves shal] iit the dovvel bar tightly and the closed end sha9� be watertight. The partian. of ea�h dowel painted with rus# ` preventative paint, as required under paragraph 501-2.'1 and shown on the plans to rece��e a debonding ]ubricant, shall be thoroughly coated with asphalt MC-74, ar an approved lubricant, to pre�ent the concrete from bonding to that portian of the dowel. If frea-sliding p�astic-coated or epoxy-eoated steel doweis are used, a Iubrication bond breaker shall be used except when approved pu�lout tests indicate it is not necessary. Wl�ere butt-#ype joints with dowels are d�signated, the expbsed end af the dowel shal] be oiled. Dowe] bars at cflntract�on joints may be placed in the full thickness af pavement by a rnechanica] device appra�ed by the Engineer. The device shall he capable of installing dowei bars within the maximum permissible alignment talerances. Dowels bars at longitudina] construction joints shall be bandad in drilled holes. �-�D1-14 �-�aq1 AC 1,�1�3l0-10,4 includes changes_thru CFiC 12 g. InstaZlation. All de�ices used for the installation of expansion jvints shall be approved by the Engineer. The tQp of an assembled joint device shalf be sei ak the proper distance befow the pavement surface and ti�e eievation shall be checked. Such devices shall be set to the rec}uired position and line and shall be securely h.eld in place by stakes ar ot�ier means to the maximum pernnissible tolerances durin.g the pouring and finishin� of t[�e cancrete. The premolded joint material shall be placed and t�eld in a vertical position; if constructed in sections, there shall be no offsets between adjacent units. Dowe1 bars and assembiias shal! be checked for position and alignment. The maximum permissible tolerances on dowel bar alignment shall be in accordance witff paragraph SQ1-S.2e(5}. During the concrete placement operation, it is adyisable to place plastic concrete directly on dowel asserz�blies immediately prior to passage of the pa�er to help rnaintain dowel position and alignment within maxirnum permissible taierances. When concrete is placed using slip-forzn pavers, dowels and tie bars shal� he placed in 1ongitudinal constructivn joints by bonding the dowels or tie bars into holes dri�led inm the hardened concrete. Holes approximately 118-inch to 1/4-inch (3 ta 6 mm) greater in diameter th.an the dowel or tie bar shall be drilled with� ratary-type care drills that must be held securely in placa to drill perpendicularly into the vertical face of ttze pavement slah. Rotary-type percussion drills may be used pravided that spalling of cancrate does nat occur. Any damabe of the concrete shall be repaired by the Contractor in a method ap�roved by the Engineer. Dowels or tie �ars shall be bonded in the drilled hol�s using an �epoxy resin material. Installation procedures shall be adequate to insure that the ares around dowels is completefy flled �with epoxy grout. �poxy shall be injected into the back of the ho3e and displaced by the inserEion of the dowel bar. Bars shali be completely inser�ed inta the hole and shall not be withdrawn and reinserted creating air pockets in the epoxy around the bar. The Contractor st�ai� fumish a template for checking the position and alignment of the dowels. Dowel bars shall not be less than 10 inches (25 cm} fram a transverse joint and shall not interfere wit� doweis uy the transverse direction. h. Sawing ai Jaints. Joints sha�l be cut as sfiown on the plans. Equipment shali be as descri�ad in paragraph 501-4.1. The circufar cutter shall be capable a#' cutting a groove in .a straight line and shall produce a slot at least 118 inch (3 mm) wide and to the depth shown on ths plans. 'The top portion af the slat shall be widened by sawin; to provide adequate space for joint seaI�rs as shown on the plans. Sawing shall commence as soon as the concrete has hardened sufficiently to permit cutting without chipping, spalling, or tearing and before uncontrolled shrinkage cracking of the pavernent occurs. Sawing shall be carried on both during the day and night as required. The joints stsall be sawed at the requised spacing, consecuti�ely in sequence oi the concrete placemen#. 501-4.11 FiNAL STRIK�-OFF, CONSOLIDATION, AND FINISffiNG. a. Sequence. The seq�ence of operat�ons shall be the strike-off, floatin; and remo�+xl of laitance, straightedging, and final surface €'inish. The addition Qf superficia� water to t�e surface of the concrete to assist in finishing operations will not be permitted. . b. Finishing at .�oints. The conerete adjacent ta joints shall be compacted or firmly placed without vaids or segregation against the }oint material; it shal� 6e firm�iy placed without �oids or segregation under and around all load-transfer devices, joint assembly units, and othex features designed to extend into tt�e pavement. Car�crete adjacent to joints shall be mechanically vibrated as requir�d in paragraph 501-4.8.a. A€ter the concrete has bean placed and vihrated adjaceat to the 3aints, the finishing machine shall be o�erated in a manner ta a�oid damage or misalignment of joints. If uninterrupted operations of the finishing machine, to, o�er, and beyond the joints, cause segregatian af concrete, damage to, or misalignment of the joints, �he finishing machine shall be staQped when the screed is approximately 8 inches {20 cm) from t1�e joint. Segregated canerete shall 6e removed from the front of and oftf the jt�in.t; aad the forward motion of the iznishing machine sh:a13 be resumed. Thereafter, the fmishing machine may be run over the joint withaut lifting #he screed, provided there is no segregated concrete imrnediately between the joint and the screed or on top aithe joint. � �-�507-1 � AC 1�0l53i0-10A includes chan4�s t}�ru CHG 1a p-5a� c. M�chine Finishing. The concrete shall be spreaci as soon as it is placed, and it shall b� struck off and screeded by a finishi�g machine. T'k►e machine shall ga aver each area as znany tirnes and at such izat�rvals as necessary ta give to proper cansofidation and to leave a surface of uniform texture. Excessive operat�on over a gi�en area shall be avoided. When side forms are�used, the tops of the forms shail be lcept ciean by an effective device attached to t�xe �machine, and the Era�el of the machine on the €orms shait be maintaiz�ed true withaut lift, wobbling, or other variation tending to affect the precision �nish. During the first pass af the finishing machine, a uniform ridge of concrete shall be maintained ahead of the front screed for its entire length. Wiien in operation, the screed shall he mo�ed forward with a combined longitudinal and transverse si�earing motion, always moving in the dizectian � which the vaoric is progressiqg, and so manipulated that neither end is raised fzam ttie side forms during the strilcing-off process. If necessary, this shall he repeated until the surface is of unifann text�ra, true to grade and cross section, and frea from porous areas. d. Hand Finishing. Hand finishinb metho�s wil] not be permitted, except under the following conditions: in the event of breakdown of the mechanica! aquipment, hand methods may be used to finish the conerete already deposited an the grade; in areas of narrow wic�ths or of irregular dimensions where operation of the mechanic�l equipment is impractical. Concrete, as soon as placed, shall be strucic off and screeded. An approved portable screed shal� be used. A second screed shafl be provided for strilcing off tha 5ottom layer of cancrete when reinforcement is used. The screed for the surface sh�Il be a least 2 feet {0.6 m) langer than the maxunum width of the slab to be siTuck off. It shall be of approved design, sufficiently rigid to retain its shape, and shall be constructed either of inetal or af other suitable material cnvered with metal. Gonsolidation sha11 be attained by the use of suitable �ibrators. e. Floating. After tha concrete has been struck off and consolidated, it shall be furthar smoothed and trued by means of a longitudinal float using one of the faliawin� rnethods: (1) Hand Method. Long-handled floats shall not be less than 12 feet {3.6 m} in ler�gth and 6 incE�es {]5 cm) in width, s#iffened ta prevent flexibiliry and warping. The �3oat shall be aperated from foot bridges spanuing but not touching the cancrete or from the ed�e of the pa�ernent. Floating shal] pass gradually from one side of the pavement to the other. Forward movement alon� the centerline of the pavemenk shall ba in suceessi�e advances of not more than ane-half the length of th� float. Any excess water or iaitance in excess af 1/8-inch (3 mm) thick shall be remo�ed and wasEed. (2) Mechanical znethod. The Contractar may use a ma�hine camposed of a cutting and smoothing float(s), suspended from and guided b� a rigid frame and constantly in contact with, the sid� forms or underlying surface. If neeessary, fong-handled floata ha�ing blades not less than 5 feet {1.5 m) in length and 6 inches (15 cm) in widEh may be used to smooth and fil] in opan-textured areas in Yhe pavement. When the crown of the pavement will not permit the use of ti�e mechanica] float, th� surface shal] be tioated transversely by means of a long-haz�df�d'float. Care shall be taken not ta work the crown aut of the pavement during the aperation. After floating, an� excess water and laitance in excess of 1/8-inch (3 rnm) thick shal] be removed and wastecE. Successive �rags shall be ]apped nne-half the length of the blade. � f. Straight-edge Testing and Surface Correction. After the pavement has been struck of.f and whiie the concrete is �till p9astic, it shali be tested for trueness with a Contractor furnished 16-foot (5 m) straightedge swung from handles 3 feet (1 m) lan�er than one-half tha width of the slab. The straightedge shall be [�eld in contact with the surface in successive pasitions paralle] to the centerline and thE whole area gone o�er from one side of the slab to tkte other, as necessary. Advancing shall be in successi�e stages of noi more than one-halfthe length of the straightedge. Any excess watar and laitance in excess of 1l8-inch (3 mm) thick shall be removed from the surface of the pavement and wasted. Any depressions shall be immediately filled with freshly mixed cortcrate, strucic off, �onsa�idated, and refmished. Hzgh areas shall be cut down and refinished. Special attention shal� 6e gi�en to assure that the surface across joints meets the smoathness requirements of patagraph 501-5.2e(3). Sdraightadge testing an.d suriace enrrections shall continue untzl the entue surface is found to be free from observable departures from the straightedge and until the slab conforms to the required grade and cross section. The use of long-handIed wood floats shall be canfned to a minimum; they may be used anly in emergencies and in areas nat accessible to finishin� equip�nent. P-�01-� 6 F-50'f _ AC '� ,01�310-'I OA includes chansles thru CF4G 1� 501�4.12 SUR�'ACE TEXTURE. The surface of the pave�nent shall be finished with eitiier a brush or broom, burlap drag, ar artificial turf fmish for ail new]y constructed concrete par+ements. It is impnrtant that the texturing equipment not tear ar unduly roughen the pavernent surface during the operatian. Any imperfections resulting from tlie texturing operation shall be norrected. a. Brush or Broom k'inish. If the pavement surface texture is to be a type of brush or broom %nish, it shall be applied when tne water sheen has practically disappeared. 'I'he equipment shall operate transversely across the pavement surface, providing corrugations that are uniform in appearance and approximately 1116 of an inch (2 mm) in depth. b. Burlap Drag Finisi�. If a burlap drag is used to texture the pavernent surface, it shail be at least 15 aunces per square yard (555 grarr►s per square meter). 'Co obtain a textured surface, tl�e transverse threads of the burlap shall he renooved approximateiy 1 foot (0.3 m} frorn the trailing ed�e. A hea�y buildup oF grout on the burIap threads produces the desired wide svreeping longitudinal striations on the pavement surface. The corrugations shall be uniform in appearance ancf approximately 1116 of an inch (2 mm) in depth. . c. Artificial Turf Finish. If artificial turf is used to texture the surface, it shall be applied by dragging the surface vf the pavernent in k�e direction of concrete placexneat with an approved full-width drag made with artificial turf. The leading transverse edge af the artificia� turf drag will be securely fastened to a lightweight poje an a traveiing bridge. At least 2 feet of the artificial turf shall be in contact with the concrete surface during dragging operations. A variety o� different types of artificial turf are ar+ailable and approval of any oQe type will be done only aft�r it has been demonstrated by the Contractor to pro�ide a satisfaciory iexture. One type that has provided satisfactor� texture consists of 7,20Q approximately 0.85-inches-long polyethylene turf blades per square foot. '�'he corrugations shali be uniform in appearance and approximately 1116 pf an inch (2 mm) in depth. �*�*,�*�******�******,�**,��r��*�***�,��n*�**+*�*.�*,�** r**�a,*�,�**** The Engineer may specify a particular type of �nish or allow #he Cantractor the option. ** *�****+*,�*,�** *,�****v� �r*�r�+*,�ar* �*��,�****�x��r* �x*a*** x*v��r*+*�r,r* 501-4.13 5KID-RE5ISTANT 5URFACES. A skid-resistant surface shaLi be pravided by construction of I 1- **,�******�,�**,�,��*�***+*,�*��**+**�**��,�*,�**+*,�**�**�***�,�*�** When a skid�resistant surface is required in the design, t�e Engineer si�all specify either saw-c�si grooves, plastic grooves, or wire combing for runway Qavements'ser�ed by commercial turbo-jet aircraft and include one of the fQllowing garagraphs in the speciiicatioas. [n all cases, a surface texture shall be provided iin thc plastic concrete prior to construetion af the skid-resistant surface. Wirecamhing prar�ides skid-resistance bu# does not prevent hydroplaning. � ' SAW-CUT GROOVES. For new concrete pavements that have harde�ed, transverse grooves shall 6e saw-cut in the pavement fnrming a 1/4 inch (6 ms�) w'sde by 1/4 inch (6 mm) deep by 1-1/2 ' inches {37 mm) center to cen�er configUration. The grooves shall .ae cvntinuous for the entire , ranway length. They shall 6e saw-cut transversely in the runway pavement to wi�hin 10 feet (3 m) � of the runway �avement edge to allow adequate space for equipmer�t operation. The maximum ; trans�erse saw-cu# grooves shall not exceed 130 feet (4.0 m). The talerances for ti�e s�w-cut greoves shal3 meet the following: Alignment tolerance. Plus or sninus I-1/2 inches (38 mrn) in alignment for 75 Teet (23 m). I� �-5�1-1'i AC 150153i0-9QA includes chanqe� theu C}�G_'1� Groove tqlerance. P-509 Minimum depth 311fi inch (5 mm), except that not mare than 60 percent of the grooves shall be less than 114 inch (b mm). Maximum depth 5/16 inck� (8 mm). ' Minimum width 3/16 inch (5 mm). Maximu.m width 5116 inch (8 mm). Center-to-center spacing Minimum spacing 1-3/8 inches (35 mm} Maximum spacing 1-1/2 incl�es (38 mm). Saw-cut grooves shail nat be closer than 3 inches (76 mm) or mare than 9 inches (ZZ9 mm) ta transverse paving joints. Grno�es shall nvt 6e closer than 6 inches {1S2 mm) and no more than I8 inches (45i mm) from in-pavernent light fixtures. Grooves may be cantinued through langitudinal joints. Where neoprene compressian seals have been installed grooves, shall not be closer than 3 inci�es (i6 mm) ar more fhan 5 i�ches (12'� mm) from the longitudina! joints. Clean�p of waste material shall be continuous during the grooving operation. Waste materiul shall bc disposed of in an approv�d manner. Waste material shall not be allowed to enter the airpnrt starm or sanitary sewer system. PLASTIC GROOVES. The groaves formed in the plastic concrete shall be 1/4 inch (6 mm) by 1/4 inch (6 mm) by 1-I/� inches (38 mm}. The grooves shall be continuous Tor the entire runway length and width. The tolerances for the grovves formed in plastic concrete shall meet the following: Alignment tolerance. Plus or minus 3 inches (76 mm) in aligrsment for'�5 feet {23 m). Groo�vc tolarance. Minimum depth 1/8 inch (3 mm) Maximum depth 31$ inch (10 rnm}. Minimum width i18 inch ( 3 mm). Maximum width 318 inch (10 mm). Centcr-ta-center spacing. Minim�m spacing 1-l/a inct�es (32 mm). Maximum spaciRg 2 inches (51 mm). WIRE COMBING. The wire combing technique shall use steel corrabs ar tines oi various dimensions to form groo�e-like texture in the plastic concrete pavement and shall provide gronves that are approximate�y 118 incl� (3 mm) by 118 inch (3 mm) spaeed 11� inch (13 snm) center-to center. The wire com6ing shall be constructed over the fuli pave�nent width. .The equipment shali ogerate transversely across the pavement surface, perpendicular to the pavement centeriine. **�******+*,�******�*,�***��r*,w**��**�,r*�+�** r*�,�,r***�*,v******* P-5Q1-1 � �=��'� AC 1�015370-10A in�cludes changes thru CkG 1� � 5D1-4.14 CURING. Immediateiy a$er finishing aperations are completed and marring of the cancrete wili not occur, the entire surface of the newly placed cancrete shall be cured for a 7-day cure psriod in aecnrdance with ane of the methods helow. Failure to provide sufficient cv�er material of whater+er }cind the Con�ractor may elect to use, or lack of water to adequately take care of both curing and other requirements, shall be cause for immedi�te susgension of concreting Qperations. The cancrete shal! not be left exgased for more than lf2 hour during the curing period. �*�* a�*�r*�r**�*,��r***** **,n***,���**w�r*�t*��r,k t*+w* *** r**** �t** �r***a The Engineer shali delete cure types that ia►ay not be feasible aro�nd air�raft jet blast in operating areas, ,�,���,�*��*+****�***�***��**��*x*,��****�,�*�*,�*a�*******,�*,�,�**** a. Imper�iaus Membrane Method. The entire surface a.f the paveinent shall be sprayed uniformly with white pigmented curing cpmpaund immediately after the finishing of the surface and bef.�re the set of the concrete has taken place. The curing cornponnd shail not be applied during rain£all. C�ring compound shall be applied by mechanical sprayers under pressure at the rate of 1 gallon (4 liters) to not more ti�an 150 square feet (14 square meters}. The spray9ng equipment shali be of the fuliy atomizing type equipped with a tank agitator, At the time af use, the compound shall be in a thoroughly mixed conditian with the pigrnent uniforrnly dispersad throughout the vehicle. During applicatian t6e cornpound shall be stirred cantinuously by mechanical means. Ha�d spraying of add widths or shapes and concrete surfaces �xposed by ihe remaval of farms wiIl be permitted. The curing compound shal! be of such character that the film will harden within 30 minutes after application. Shauld the film become damaged from any cause, inctuding sawing operations, within the required curing pariocE, the damaged portions shall be repaired immediately w�th additional compound or other apQro�ed means. ilpon removal of side forms, the sides af the exposed siabs sha11 be protected immediately to provide a curing treatment equal to that pravided #'ar the sur�'ace. � b, Poiyethylene Films. The top surfa�e and sides of the pavement shal! be entirely covered with polyethylene sheeting. The units shal! be lapped at least 18 inches (457 mm). Tk�e sheetin�, shall be placed and weighted to cause it to remain in contact with the s�rface and side�. '£he sheeting shall ha�e drmensions that will extend at least twice the thickness of the pavement beyond the edges of the'pavemeni. Linless atherwise specified, the s�eeting shall be �aintained in place for 7 days a8er the coRcrete has be�n placed. c. Waterproof Paper. The top surface and sides of the pavement shall be entirely covered with waterproofed paper. The units shall be iapped at least 18 inches {457 rnm). The paper shall be placed and weighted to cause it to remain in contact with the surface covered. . The paper shall have dimensions that will extend at ieast twice the tf�ickness of the pavement beyond the edges of the slab. The surface af the pa�emeat s�all t�e thoroughly saturated prior to placing of the paper. Unless otherrvise specified, the paper shall be maintained in place for 7 days a�ter, the concrete has been pla�ed. d. White Bur�ap-Polyethylene S�eefs. The surface of the pavement shal3 be entarely covered with the si�eeting. The sheetusg used shall be such length (or width) that it will extend at least twice the thickness of the pavement heyond the edges of' the slab. The sheeting shaIl be placad so that the eptire surface and both edges of tl�e slab are comp9eteiy coverad. The si�eetin; shal! he placed and weighted to remain in cantact with the surface covered, and the covering shall be maintained fully satUrated and i� position for 7 days after ttke eoncrete has besn placed.. e. Curing in Cold Weather. The cQncrete shall be maintained at a temperature of at least 50 degrees �' (10 degrees C) for a period. of 72 hours after placing and at a temperat�re above freezing fpr the remainder of the curing time. The Contractor shall be responsible for the qualiry and strength of the eancrete �laced during cold weather, and any concrete injured by frost action s�all be removed and replaced at tl�a Contractor's expeinse. SOI-4.I5 REMaVING FORMS. Ualess ott�erwise sp�cified, forms shalj not he removed from freshly placed concrete until it has hardened sufficien.tly to permit removal withaut ci�ipping, spalling, ar tearing. Af�er tbe farms have been remo�ed, the sides of the slab shall he cured as outlined 'ua one of the methods �indicated in paragraph SO1-4.14. Majar honeycombed �reas shall be considered as defectiva wark and shall be removed and replacedin accordance with paragraph 561-5.2(fl. P-�U1-1 � AC 'fa0153i0-10A includes char�qes thru C�IG 92 p,,�}� 50]-4.16 SEALING .TOINTS. The joints in [he pavement sha�l be sealed in accordance witl� ltem P-b05. 501-4.I7 �ROTECTYON OF PAVEIVIENT. The Contractor shall protect the pavament and its appurtenances a;ainst both public traffic and traffic caused by tha Contrac[or's employees and agen�ts. This s�all includ� watchmen to di�ect traf�c and the erection and maintenance nF r,varning signs, iights, pavement bridges, crossovers, and protection vf unsealed joints from intrusion of fore�gn materiai, etc. Any c3amage to the pa�ement occurring prior to final acceptance shall be repau'ed or the pavement replaced at the Contractor's expense. The Contractor shall have available at all times, materials for th� protection of the edges and surface af the unhardened cancrete. Sucfn pratectiae ma#erials shal] consist of roljed polyethylene sheeting at least 4 miIs (4.1 mm) tE�ick of sufficient length and width to cover the plastic concrete slab and any edges, The sheeting rnay be moun#ed vn either the paver or a separate movahle bridg� from which it can be cmrolled without dra�ging over the plastic concrete surface, Wilen raisz appears imminent, all paving operations shal] stop and alI available personnel shall begin covering the surface of the unhardened conerete with the protective covering, 501-4.18 OP�1\iING TO TRAFFIC. The pavement shall not be opened to trafFic untii test specimens molded and cured in accordance with ASTM C 31 ha�e attained a f7exural strength of 550 paunds per square ineh (3 792 kPa) when tested in accardance with ASTM C 78. If such tesis are not conducted, the pa�ement shall not be opened to traffic until 14 days after the concrete was placed. Prior to opening to traffi�, the pavement shal] be cleaned. � ,�****�***,�****,�*,�*********�,�+*�.*�*****w+*��****,�*�**,�*��*,�** When the desi�n s#rength in paragraph 501-3.1 is based on compressi�e strength, a strengtA of 3500 psi {24 1.34 kPa) shatl be sgeci�ed. Testing shall 6e in accordance with AST14i C 39. ,r,�* *� �* ** *� *,�,k* ** **** *:r* �* ** �*,r�r*�,rt�* *�*�r* *�+t * �rw* **,� *� **�r*� � i�l�►TERI�►� AC��PT,�►NCE 501-S.1 ACC�PTANCE SAMPLIN� AND TESTWG. All acceptance sampling and testing, with the exc�ption of caring for thickness determination, necessary to determine conformance with the requirements specified in this section will be performed by the Engineer. Concrete sh.ail ba accepted far strength and thickness on a {ot basis, A lot sha11 consist of: [ ] cubic yards (j y cubic meters). ] [ j square yards ([ ] square meters). ) [ a day's production not ta exceed 2,000 cubic yards {1 530 cubic meters). ] [ a day's pra�duction not to �xeeed [ ] square yards (j ] square.metersj, j Testing organizations performing these tests shall meet the requirements of A5TM G 1Q77. The Cantractor shall bear the east of providing curing facilit�es for the stren�th specimens, per paragraph 501-S.la{3}, and coring and fiiling operatians, per paragraph 501-S.lb(1). �*,�*�*,�*�***,�*,�*v�*,�*****�*�,�*�**�****�*�*****�*�+*****���,�v.* Tt�e �ngineer shall specify the lot size for g project based on the total quantity and the expected productio� rate. The lat size shauld nat exceed �,000 cubie yards {1 S3U eubic meters}. For projects where basis of payment is square yards (square meters), the Engineer shall convert the lot size to an equivalent srea that contains 2,U00 cubic yards (1 �30 cubic maters) ar l�ss. * *,�*,�*,�*�**,r��r*******,r�****�*,r�,r�r*,�**�*,�**�* *� ****,t**,�****,�* a. Flexural5trength. (1) Sampling. Each !ot shall be di�ided into four ec�ua! sublots. One sampie shall be taken for each sublot from the plastic concrete delivered to the job site. Sampling locations shall be determined by tE�e Engineer in accordance witEi random sampling procedures contained in ASTM D 3665, The concr�te shall be sampled in accordance with ASTM C I72, �-�o�-ao �'-�Q'� AC 150la�3iD-�10,Q inc[udes c��nqes t�ru CHG 1� (2) Tes�ing. Two (2) specimens shall be made from each sample. Specimens shall be rz�ade in accordanee with ASTM C 31 and the flexural strength of each specirnen shall be determined in acenrdance with ASTM C 7$. The #�exural stren�th far each sublat shall be computed by averaging the results vf the two test specimens representinp that sublat. (3) Curing. The Gontractar shall pro�ide adequate facilities for the initial curing of beams. During the 24 hours after maldin;, #.�,e. temperature immediately adjacenk to the specimens must be maintained in the rai�ge of 60 to 80 degrees F(l6 to 27 degrees C}, and loss of maisture from the specimens must be prevented. Tiie specimens may be stored in tightfy consfiacted wooden boxes, damp sand pits, temporary buildings at construction sites, under wet burlap in fa�orable weather, at in heavyweight closed plastic bags, or using other suitabie methods, pro�ided the terriperature and maisture loss requir�;ments are rnet. (4) Acceptance. Aceeptance of pavement f�r flexural strength wi�l be d�termined by the Enginear in accprdance with para�aph Sql-5.2h, *****�**�*�,�***�**,���**��*�**a�*�*,�***,�***�*�****�**�*�*,�***� Preventing loss of moisture is extremely imgortant since relxtively small amnunts af surface drying of �iexural specimens can ir�duee Eens'tle stresses in the extreme �6ers that wiil nnarked�y red�ce fhe indicatsd tlexural str�eagth. When the desigs� strength in paragraph 501-3.i is based an compressive strength, tbis p�ragraph shvuld be revised as �allows: • a. Cc�mpressive Strength. {1) Sampling, Each lot shaZl he divided �nto %ur equal sublois. One sgmple shal! be kaken for each sublot from the plastic concrete delivered to the job site. Sampling locations shall be d�termi�ed by the Engineer in accordance with random sampling procedures contained ir� ASTM D 3b65. The concrete shail i�e sampled in accord�nce with ASTM C 17�. (Z) Testing. Two {2) specimens shatl be rnade fram each sartspte, 5pecimens shall be made in atcordance wifh ASTM C 31 and the cnmpressive strength oi each speeimen shall be determined in accordance with A51'M C 39. The corngressive strength for each sublot shall be computed k�y averaging #he results nf the two test spacirnens representing that sublot. {3) Curing, The Contractor shal! provic3e adequate t'acilities for t6e initial curing af eylir�ders. During the Z4 t�aurs after molding, the tempecature immediately adjscent ta the specimens must be maintained in tt�e range of 60 to 8D degrees F{X6 ta 29 de�rees C), and loss of maisture fram the specirrtens must be prevenied. Ti►e sPec'smens may he stored in tightly constructed woaden boxes, damp sand pits, temporary buildings at construction site5, und�r wet hurlap in favorable wea#her ar in heavyweight clased plastic bags, or use other suitabie methods, pravided the temperature and mnisture loss requireme�ts are met. *,r ** *�,t ***�* ***** **,r**,r*****,r*� �r*,r*,�* *****�,r*,r*,t��,��t*,r***��* b. Par+ement Thicicness. (1} Sampling. Each !at shall 6e diuided into four equal sublqts and one core shall be talcen by the Contractor for each sublot. Samp�ing locations shal! be determined by the Engineer in aecordance with random sampling procedures cantained in ASTM D 3655. Areas, such as thickened edges, with planned variable thiekness, shall be sxcluded from sampie locations. Cores shal! be neatky cut with a core drill. i'he Contractor shall furnish aIl tools, la�or, and materials for cutti.ng samples and fillin; the eored hole. Core holes shall he filled by the Cantractor with a non-shrink grout approved by the Engineer within ane day after sampling. �-5q1-21 AC 1�Ql�37'�-1qA includes cF�ana�s thr'u CHG 1a P-501 (�) Testing. The thickness of the cores shall be determined by th� �ngiueer by the average caEiper measurement in aocardance with A5TM C 174. {3) Acceptance. Acceptance of pavement for thickn�ss shall be determuned by the En.gineer in accordance wzth paragraph 541-5.2c. c. Partial Lots. When operational canditions cause a lot to be terminated hcfore the specified number of tests have been made far the fot, or when the Contractor and Engineer agree �in writing to allow overages or minor placements ko be c�nsidered as paRial lots, tf�e following grocedure will be used to adjnst the lot size and the number of tests for thE lot. Wheze three sublots have been produced, they shall constitute a iot. Where pne or two sublats have been produced, they shai! be incorporated into tFae next ]ot ar the previous iot and the total number of sublots shall be used in the acceptance criteria calculation, i.e., n=5 0� n=6. d. Oufliers. All individual flexural strength tests within a]ot shall be checked for an �outlier (test criterion} in accordance with ASTM E 17&, at a signi�ica�ce Ee�ei of 5 percent. Outliers shall be dis�arded, and the PWL shall be deterrnined using the remaining test-values. 501-5.2 ACCEPTANC� CRITERIA. a. General. Aceeptance wilE be based on the foilowing characteristics of the completed pa�ament: (1} Flexural strength (Z) Thickness � (3) Smoothness (4) Grade {5) Edge slump (6) Dowel bar alignment Flexural strength and thickness shall be evaluated for acceptance on a]ot basis using the method of estimating percentage of material within specification limits (FWL}. Acceptance using PWI. considers the variability (standard deviation) of the maierial and tiie testing procedures, as well as the average (mean) value of the test results to calculate the percentage of material that is above the lower specifica#ion talerance limit (L). Acceptance for f]exvral strength wil] be based on the criteria contained sn accordance with paragraph 501-5.2e(1}. Acceptanca for thickness will be based on the criteria contained in paragraph SOl-5.2e(2j. Acceptance for smaothness will 6e based an t'he criteria contained in paragraph SQ1-5.2e(3). Acceptance for grade will be based on the criteria cantained in paragraph SO]-5.2e(4). The Engineer may at any ti�ne, not withstanding previous plant acceptance, reject anci require the Contractar to dis�ase of any batch of conczete mixture whi�h is rendered un�t far use due to eontamination, seg�egation, or improp�r sluznp. Such rejectxon may be basad on vnly visual inspection. ln the event of such rejection, the Contractor may take a representative saznp[e of the rejected material in the presence of the Engineer, and if it can be demnnstrated in t3�e laboratory, in the presence of the Engineer, that such material was erroneously rejected, payment will he made for the rz�at�rial at the con�ract unit price. b, Flexur�l 8trength. Acceptance of each 1ot of in-place pavement far flexura] strength shall be based on PWL. The Contractor shall target production qualzty to achie�e�90 PWL or higher. �**�**,�*******�***�,r**�**�*,�*****�****�**�**�*�****�*«�***,�* When the design strengti� in paragraph 541-3.I is based an compressive strength, substitute eompressive strength for flexural strength. :k e1r aF dr :k �F �k �r ie �4 �k k*+k 4r *�r de et �t iF �E �k 9r ir Jr �F �h .h *:F ir dr ** dk * Ue ir �r �/e dr a4 �k aF elr �G de 9e +k ir �r iF �k vir a�e k 1e +k +Y P-�0'� -22 P-�01 AG 15bl53�0-10A includes chanqes thru CHG '�� c. Pavement Thicicness. Acceptanee af eacl� lo# of in-place pavement shall be based on PWL. The Contractor shall tar�et production qua�ity to achieve 90 PWL or higher. d. Percentage of Material Within Limits {PWI,). The percentage of material witiiin �imits (PWL) shalj be determined in accardarice with procedures specified in Section 110 of fhe General Provisions. The lower specifieation tolerance limit (L) far flexural strength and thickness shall be; Lnwer S�Secification Tolerance Limit (L} Flexural Strength 0.93 x strengtli specified in paragr�ph 501-3.1 Thickness Lot P[an Thickness ia inches — O.SQ inches ,�,�,�*�,�*,�*,�,�*��**�,�**,�***+*��,�*�,�*�,�,�*,►��*,�*�*�**�,�*���****** The [ower specificakion tolsrance lisnits above are based on applying statistical analysis ta FAA dasign assumpEians, and ti�ere is no neQd to compensaYe for the above factor in the design process. � When the design strength in paragraph 501-31 is based an campressive stre�bth, s�bstitute coropressive strength for flexural strength and insert 4,144 psi as I, for streagth. �****�**��*�*�*,�*�*+*�**,�*,���+*����***�*,�***�*�*�a�*****,�,�*** e, Actepfan�e Criteria. (1) Flexural Strengkh. If the PWL of the IQt equals or exceeds 90 percent, the lot shall be acceptable. Acce�tance and payment for the lot shall be determined in accardance witl� garagraph 501-8.1. (2) Thickness. ii the PWL of tlae 1ot equals or exceeds 90 percent, the iot shall be accepta6le. Acceptance and payment for the lot shall be determined in accordance with paragraph SOI-8.l . {3) Smoothness. As soon as the cc�ncreta has hardened sufficientiy, ihe paver�ent surface shall be tested with a 16-foot (S m) siraightedge or other specified device. Surfaee smaothness deviatians shall not exceed 114 inch (6 mm) from a 16-foot {5 m) siraightedge placed in any directian, includinp placemen# a�ong and spanning any pavement joirit edge. Areas in a slab showing high spots of more than 1/4 inch (6 mm) but not �xeeeding 1/2 inch {13 mm) in 16 feet (5 m} shall be marked and iznmediately ground down with an approved grinding machine to an e�evation that wi�l fall withim the tolerance of 1/4 inch {b mm) or less. Where the departure from correct cross section exceeds 1/2 inch (13 mm), the pa�emeot shall be removed and replaced at the expense of the Conh�actor when so directed by the Engin.eer. (4} Grade. An evalustion of the surface grade sha}1 be made by the Engineer for compl�ance to the tolerances cantain�d below. Lateral Deviativn. Lateral deviatian from established alignrnent of the pavement edge shal3 not exceed plus or minEus O.IO foot {30 mrn) in any iane. Vertical Deviation. Vertical deviation from established grade shall nat exceed plus ar minus 0.04 foat (12 mm) at any po�t. P-a4'1-23 AC '1SDIS3'�0-'t0A includes changes thru CHG 12 _____ __ P-501 (5) Edge Slump. When sZip-form paving is used, no# more than 15 percent of the total free edge of each 500 foot (x50 m} segrnent,af paveznent, ar fraction thereof, shall ha�e an edge siurnp exceeding 1/�€-inch (6 rt�m), and none of tfie free ed;e of ttze pa�enn�nt shall ha�e an edge slump exceeding 318-inch (10 mm). (The total free edge af 500 feet (150 m) of pavement will be considered the cumulative total linear measurernent of pavement edge originally constructed as nonadjacent ta any existing par+ement; i.e., 500 feet (150 rrz) of pa�ing lane originally constructed as a separate lane wil] have 1,000 feet (300 m) of free edge, S00 feet (150 m} of fil]-in lane will have na frae edge, etc.), The area affected by the downward movement of the concrete along the pa�ement edge shall be ]imited to not more than 18. inches (457 mm) from the edge. When excessive edge siump cannot be corrected bafore the concrete has hardened, th� area• with excessi�e edge slurnp shall be rerno��d and repkaced at the expense af the Cantractor when so directed by the Engineer. (fi) Dowel Bar Alignment. Dowel bars and assemblies shall be checked for position and alignrnent. The maximum permissible tolerance on dowel bar alignment in each plane, horizon#aI and vertical, shaIl not exceed 2 percent or 1/4 inch per foot {20 mm per meter) af a dowel bar. f. Remo�val and Repiacement af Concrete. Any area or section of concr�te that is removed and raplaced sha]] 6e remo�ed and replaeed back to planned joints. The Contractor shall repEace damaged doweEs and the requirements for doweled longitudinal construction jaints in paragraph SO1-4.10 shall apply to alI contra.etion joints exposed by concrete removal. � C�N`iRACi��t C�UA►�I�Y CONiROL 501-6.1 QUALITY CONTRO�. PROGRAM. The Contractor shal] de�elop a Quality Control Program in accordance with 5ec#ion 100 of the General Provisions. The program shall address all efements which eftect the quality of the pavement including but not limited to: a. Mix Design b. Aggregate Gradation c. Quality af Materiais - d. Stockpile Management e. Aroportioning � Mixing and Transpartation g. Placing and Consolidation h. loints i. Dowel Piacement and Alignment j. Flexura] or Compressive 5frangth k. Finishing and Curing I. Surface Smoathness **,��*,�*,�***,�**�*,�***,�****�*****�,�*,�*��,�*****��*��**��***,�*** When the design requires paving an area less than 600 square yards (500 sc�uare metersj, the Engineer may request modi#ication to this requirement. ****x�*****a*****�,�****�*�****�*��*r�**�*,�.r�***�,�***,�**��*� o** 50I-6.2 QUALITY CQNTROL TESTING. Tne Contractor shall peiform all quality cantrol tests necessary to contral the production anc� constructiQn processes applicable io tnis specification and as set forth in the Quality Gontrol Program. The testing pragram shall include, but noi necessarily be limited to, tests for aggregate gradation, a�gre�ate moist�re content, slump, ar�d air content. A Quality Contrai Testing Plan shal] be de�eloged as part of the Quality Control Program. a. �'ine Aggregate. {1) Gradatiun. A sieve analysis shall be made _at least twice daily in accnrdance with ASTM C 136 from randomly sampled material taken from the dzscharge gate of storage hins ar from the conveyor belt, {2) Moisture Cantent. If an e6ectric moisture meter is used, at least two d'uect measurements of moisture content shall b� made per week to check the calibratinn. If direct measurements. are made in fieu of using an eiectric meter, two tests shall he made per day. Tests shall be made in accordanee with ASTM C 70 or ASTM C 566. �-501-�� �-�o� AC 1sUl5370-10A includes chanqes thru CHG 12 b. Coarse Aggregate. (1j Gradatipn. A sieve analysis shalf be made ai leasi twice daily far each size of aggregate, Tests shall be made in accordance with ASTM C 136 from randomly sampfed materiai taken from the discharge gate of stora;e bins or from the cpnveyor 6elt. {2} Moisture Content. If an electric moisture meter is used, at least two direct measurements of moisture content shall be made Qer week to check the calibzation. If direet measurements are made in lieu of using an electric meter, two tests shail be made per day. Tes�s shall be macie in accordance with ASTM C 566. c. 5lump. F�ur slu�np tests shall be performed for eaci� Iot of materiai produced in accardance witl� the lot size defined in Section 501-5.1. One test shall be rnade for each sublat. 51ump tests shall be perfarmed in aceortianee with A3TM C 143 from material randamly sampled from material discharged from trucks a# the pa�ing site. Material samples shall be take� in accordance witiz ASTM C I 72. d. Air Cantent. Faur air cantent tests, shall be performed for each lot of material produced iun accordance with the lot size defined in 5ection 501-5.1. One test shall be made for each sublot. Air conient tests shall be perfor�ned in accordance with ASTM C 231 for gravel and stone coarse a�grega#e and ASTM C 173 for slag or ott�er porous caarse aggregate, from material randamjy sarr}pled from trucks at the plant site. Material samples shall be tafcen in accordanee wi#h AS'�M C 172_ � 501-6.3 CONTROL CHARTS. 1`he Contractbr shall maintain linear conirol charts for fine and course aggregate gradation, slump, and air content. Control charts shall be posied in a lacativn satisfactory to the Engineer and shall be kept up to date at all times. As a minunum, the contro] charts shall identify the project number, the contract item number, the test nuzraber, each test parameter, the Action and suspension Limits, or Specification limits, applicable to each test parameter, and the Cantractor's test results. The Contractar shail use the control charts as part of a process control system for identifying potential problems and assignable causes be%re they occur. If the Contractot's projected data during production indicates a potential problem and the Contractor is aot taking satisfactpry corrective action, th� �ngineer may ha(t prod�ction or aecsptance af the materiai. _ � a. Fine and Coarse Aggregate Gradation. The Contractor shall record the running average of the Iast five grac�ation tests for eaeh controi sieve on linear control charts. Specification iiinits Gontained in Tables 1 and 2 shali be superunposed on the Control Chart for job controi. b. Siump and Air Content. The Cantraetor shall rnaintain Iinear cantrol charts both for individual measurements and rang� {i,e. difference between highest and �owest measurements} for slump anc! air content in accordance with the fol�owing Action �nd Suspension Limits. CONTROL CHART LIIVIITS Bas�d on Sample Size n=4 � Control Parameter Slump Air Content Individual Measurements Action Limit Suspension Limit +/- 1 inch (25 mm) I+/� 1.5 inch (38 mm) �-I- 1,2 percent +l_ 1.$ percent � Range 5uspension Limit �-/- 2.4 inch �6i mm) +!- 2. S percent The individual measurernent control charts shail use the mix design target �alues as indicators of central tendency. �-501-2a EIC 1�0153i0-1_aA includes cttanges thru CFiG 'ia p_gp� SO1-6.4 COR.RECTTV� ACTIOI�I. The Quality Control Plan shail indicate that appropriate action shal] be taken when the process is belie�ed #o be out of control. The Qnality Control Plan shall detai] what action will be taken to bring t�ie process into control and sk�all contain sets of rules to gaugs when a grocess is aut of control. As a mu►imum, a process shall be deemed out oi control and corrective action taken if any one of the following conditions exists. a. Rine and Coarse Aggregate Gradation. When two cons�cutrve averages of fve tests are outside of the Ta�les 1 Qr 2 specification limits, immediate steps, including a halt to productiona shall be taken to carrect the grading. b. �ine and Coarse Aggregate Moisture Canten#. Whenever the moisture content of the fine or coarse aggregate changes by rriore than 4.5 percent, the scale settings for the aggreeate batcher(s) and water batcher sha11 be adjusted. c, Slump. The Contractor shal] halt production and make apprapriate adjustsnerits whenever: (1} one point falis antside the Suspension Limi# line for individual measurements or ran�e; or (2) twa paints in a row fali outside the Action Limit iine for individuaX measurements. d. Air Con#ent The Contractnr shall halt pzoduction and adjust the amount nf air-entraining admixture whenever: (1} one point faIls outside the Suspension Limit fine for individuaE measurements or range; or {2} two points in a row fall outside the Action Limit line for individual rrjeasurements. Whenever a point falls outside the Action Limits 1ine, the air-entraining admixture dispenser shall be calibrated ta ensure that it is operating correctly and with good reproducibility. i1��Cii�OD �� f�Y��SIfR��l��l�' 5U1-7.1 Portland cement eoncrete pavement shall be measured f�y the n�rnber of [ cvbic yards (cubie metsrs) ][ square yards (syuare meters) ] of either piain or rein�forced pa�ement as specified in-pface, completed and accepted. Saw-cut grooving shall be measvred by the number of square yard"s (square meters) af saw-cut groaving as specified in-place, completed and accepted. �,4515 QF �'�+YIV��Adi" SOx-8.1 PAYM�NT. Payment for accepted concrete pavernant sha11 be made at the cantract unit price � ger enbit yard (cubic meter) ]( per square yard (square meter) ] adjusted in accordanca with paragraph 501-S.la, subject ta the limitation that: The total project payment for concrate paveinent shall not exceed [ ] percenE of the product of khe conYract unit price and the total nnmber of � cuhic yards (cubic metars} j[ square yards (syuare meters)] of concrete pavement used in the accepted work {See Note 2 under Tai�le 3}. Payment shall be full compensation %r all labor, materials, tools, equipment, and incidentais required to cornplete the wark as specified herein and on tlie dravwings, except for saw-cut grooving, �,t** ***,��*t,r** ��,k*,� �,�,a** **� *�,� *,r�r,ir*�r ** w�,t,�* *,� ** �,a,�*,�*+�*,r� ** The Engineer shall specify a value ranging fram 104 percent ia 106 percent. When the total project payment for Item P-501 pavement exceeds the contract unit price, any AIP or PFC funds used to pay the excess nnay req�ire aR amendment ta the AIP grant ar PFC application ior the project. �*�*�+�a,r,�***�*,�*,�***�*,��*,�,�,��**�*�*����***********�,�******�* �-Sa1-26 �-�o� �,c �3ai�a7o�1QA inciudes chanqes thru CHC 1� a. Basis of Ad,�usted Payment. �'he pay factor for each individual iot shall be calculated in accordance v�rith Table 3. A pay factor shalf be calculated for both flexural sirer�gth and thickness. The lot pay faetor shail be the hioher of the twa values when calculations for bvth flexural strength and thickness are 1 QD peresai or higher. The lot pay factor shal1 be the product of the two �alues when only nne of the calculations for either flexural strerigth ax tiiicicness is 100 percent or higher. The lot pay iactor shall be the lower of the two �alues when caieulations for both f3exural strengt�► and thickness are less than iQ0 percent . TABLE 3. PRICE ADNSTMENT SCHEDULE a Percentage of Material Within 5peci�cation Limits {PWL) 9b — 104 90 -� 95 75 — 90 SS-74 Below 55 106 PWL + 10 O,SPWL + 55 �.4PWL— l2 Reject z � ALTHOUGH 1T I5 THEORETICAi.LY PDSSIBLE TO ACHIEVE A PAY FACTOR OF 106 PERGENT FOR EACH LOT, ACTLIAL PAYMENT 1N EXCESS OF lOp PERCENT SHALL BE �SUBJECT 'TO TH� TOTAL PROJECT PAYIUIENT LIMITATION SPECIFI�D IN PAAAGRAPH SO1-8.1. ' The lat shall b� removed and replaced. However, the Enginear may decide ta allow the rejected fot to remain. In that case, if the Engineer and ContTactor agree in wriring that the lot sha�l not be r$moved, it shall be paid far at 50 percent of the coniract unit price AND THE TOTAL PR03ECT PAYIvIENT' i.IMITATI�N SHALL BE REDUCED $Y THE AMOUN3' WiTHHELD FOR THE REJECTED LOT. For each lot acce�ted, the adjusted contract nnit price shall be the product of tlae lat pay factor for the lot and the contract unit price. Payment shatl be subject to ihe total prnject payraent limitation specifed in paragraph SO I-$,1. Payment in excess of 140 percent for accepked lots of concrete pavement shall be used ta affset payment for accepted lots of cnncrete pavement that achieve a lot pay factar less than 100 percent. b. Payment. Payment stsall he rnade under: Item P-501-8.1a Portland Cetnent Concrete Pavement--[per cubic yard (cubic meter} ][ per square yard {square meter)] 501-$.� PAYMENT FOR 8AW-CUT GROOVING. Fayment for saw-cut grooving shail be made at the contract unit price per square yard (square meter) for saw-cut graoving. - f ,�*,�**���+*,�*******�*���*�,��,*,��,�*�**,�***f***,�***,�*****,��*�*�� Delete paragraph 501-8.2 i�'saw-cut graaving is nat inciuded in the praject. * �*,k ��*�* t�,�,r*a** �,�***,�,k,�** �**,t** *�**�r,�ar�* �r*�*,�** *�,�**�r****� T'�S`�INC ��(�UIR��lIEIVTS ASTM G 31 ASTM C 39 ASTM C 70 ASTM C 78 Making and Curing Concrete Test Specimens in fhe Field Campressi�e Strength of C}�lindrical Conerete Specirnens Surface Moisture in Fine A�regate T'est for. �iexural Strengti� nf Concrete (Using Simgle Beam witlz Third-Foint Loading) Lo# Pay F'actor {Percan# of Contract Unit Price} P-��1-2Y A,C 150��3�U-1qA includes chanqes thru CI�G 1�_ � �-��'� ASTM G 131 Test for Resistsnce to Abrasion of 5ma11 Size Cosrse Aggregate by Use of the I,os Angeles Macf�ine ASTM C 136 ASTM C 138 ASTM C 143 ASTM C 172 ASTM C 1'73 ASTM C 174 AS'I'M C 227 ASTM C 231 ASTM C 289 ASTM C 295 ASTIvI C 311 ASTM C 535 ASTM C 566 Sieve Analysis of F�ne and Goarse Aggregates Test for Unit Weight, Yield, and Air Con.tent {Gra�imetric) of Concrete Test for 51ump bf Portland Gament Concrete _ Sampling Fresh[y Mixed Concre�e Test for Ai� Content of Freshjy Mixed Concrete by the Volumetr'ic M�thod Measuring Length af Drilfed Concrete Cores Potential Alkali Reactivity of Cement-Aggregate Combinations (Mortar-Bar Method) Test fpr Air Content nf Freshly Mixed Concrete by #he Pr�ssure Method Potential Reacti�ity of Aggregates (Chemical Method) Petrographic Examination of Aggrebates for Concrete Sampling and Testing Fly Ash for []se as an Admixture in Portland Cement Cancrete Test far Resistance ta Abrasion of Large Size Coarse Aggregat� by Use of the Los Angeles Machine � 'Fotal Moisture Cantent af Apgregates Ery Drying ASTM C 1477 5#andard Practice for Laboratories Tssting Concrete and Concrete Aggre;ates for Use in Construction And Criteria for Laboratory �valuation ASTM 17 1250 Potential Alicali-Reactivity of Aggregate (MoRar-Bar Method) ASTM D 3665 Random Sampling of Gonstxuction Materials ASTM D 4791 Test Method for Flat or Elongated Particles iri Coarse Aggregate AASHTO T 26 Quality of Water to be Used in Concrete �Ai��lAo� R�G3UIR�l�d[�i�75 ASTM A] 84 �pecification far Fabricated Deformed Steel Bar Mats for Concrete Reinforcement A5TM A 185 5pecification for WeIded Steel Wire Fabric for Concrete Reinforcement A5TM A 497 Sp�ci�cation for Welded Deformed 5tee1 Wire Fabric far Concrete Pavement ASTM A 615 Specificatian far Deformed and Plain Bijlet-Steel Bars far Concrete Reinforcement ASTM A b lb 5pecifcation for Rail-SteeS Defprmed and Plain Bars for Concrete Reinforcement ASTM A 617 5pecificatian far Axle-Stee3 Deformed and Pjain Bars far Concrete Reinforcement ASTM A 704 Specificatian for Welded 5tee1 T'lain Bar or Rod Mats far Concrete Reinforcement �-.�'s01-2�� , � ; i i �� ��i P-501 AC 'IS015374-10A incJudes changes ti�ru CkG 12 ASTM A 714 Specification for High-Strength Low-Alloy Welded and 5eamless SteeI Fipe ASTM C 33 5pecification far Concrete Aggregates AS7'M C 44 Specification for Ready-Mixed Cancrete ASTM C 150 Specification far Portland Cement � ASTM C l7i Specification for Sheet Materials for Curing Concrete ASTM C 2fi0 Specification far Air-Entraining Acimixtures for Cancrete ASTM C 309 Specification for Liquid Memhrane-Forming Compounds ASTM C 494 Speeification for Ghemical Admixtures for Concrete . ASTIwI C 595 5pecification fflr Blended Hydrau�ic Cements ASTM C 61$ Specificatian for Fty Ash and Raw ar Calcined Natural Pozzolan �for �]se as a M�neral Admixture in Portland Cement Concrete ASTM C 883 Specification for Epoxy-R�sin-Base Bonding System for Concrete ASTM C 989 Specification for Ground Granulated Blast-Furnaca Slag for Use in Concrete and Mortars ASTM D 17S 1 Specification for Preformed Expansian Joint Fillers for Concrete Paving and Struciura! Constniction {Nonextruding and Resilient Bituminous Types) ' ASTM D i752 Specification for Prefarmed Spange Rubber and Cork Expansion 7oint Fillers for Concrete Pa�ing And Structural Constructian AASHTO M�54 8pecif`ication for Coated Dowei Aars ACI 305R Hot Weather Concreting ACI 306R Cojd Weather Concreting TT-P-b44 (Rev. D} FederaI Specification for Primer Coating, Alkyd� COITDSI.OA-Ii1�11�]lflll�, Lead and Chromate Free, VOC-Cnr�ca�pliant ENq 1TEM I�-�01 P-5D1-�9 �� � � 1vI�D11'+"��A'TID[�S T� �TE�I P-6�� Ii[TiJN1I1�[�iJS PRI�f� C:C��i'Y' ���715 5�}�£l{!� ��]L:[;lflt'uLk{]n i13[}Ci1f3C5, �r��lifi��, �]f 1�11C21L{S Cll� L{:£�till]C3� 5��£1�1i:i1t1Q115 �11� �]���15 ancE za€ces �r�cw�ie�r� over tl�em in tk�e evciyi of �r�y dis�rep{�nc�+. �����.�: BICLiET'S�IiOl.kS ]'I�dL�flfl� 5}7��� Y�� L�iC1i1�SE�i�{� �5��l�ili, �'Gracl�: S�-1, �onforrsiing l� lhe requirctt�ci�ts of 7 tcn� 3�0 of ti�e 1�)�}3 ��ition �f t��: Tcxas � te�e L�epa��tmer�t c�f T�i�l7w�ys �tn�i 1'�ib3ic Tr�rt���}r��ti��n �l�rid�rd �pe�:iTic;�ti�i��s for C;c�ns�e�1cEio� c��Hi�;hwa}�s, �rr�e�� a�d B�ic��es, Jn tlt� �:�•er�a sk:� Cu�itrac#or d�wir�s tn �se a ty�r� a�c�lcsr �radc c�tlter ihan tl�at s��;c���`red �b�xv�;, Si1C�] ]`�C�ll�ti� ��3;�1 l�e ��asic, ir� w��tir�g, to t�ie C:f��ii�eer n�# le�� than R Q workia�� da�r� priur �o t�e +im�: prr�p��sed i'or use �� she r��te�ial. GIl?-4,l: Slk�}S�llk3tL' L�1� �l]��O�V3I7�T fC�� [Lt15 �]�fS�C�jJ�3: Bt��t�li�iou� m�ic��al far �+rim� �oac shall t�e measur�:d a� ��e p�i�tit of ��€iv�ry in galioT�s �t t�ie a�}�licd �ern��rs�tur�, 'C'tYe quantit}� �o be �ai� Eur sls�al] t�e tltie r�ur�h�r of ��11o�is use� �n tl�� acccpked worlc. 60�-�.i: Pay«1en1 sl�all be in��� i!l i�f� �flnLz'dCt Lifiil �C3�C ��l- gR��C�T! ���` �1t1tiT711110U4 }�rirriC CCid[. r.�o� �o�-� �I9�1�� li��l �-60� �1T�11�N11d��S �F��IR�� C��i D�S��I����N AC 1��/53iQa1AA b02-1.1 This item shali consist of an agplication of bituminous material on the prepared base caurse in accordance with these specifications and in reasonably close canformity Co the lines shown oa the plans. ��������� d02-2.1 BTTUMINOiJS MATERIAL. The ty�es, grades, controlling speci�catians, and application tem- peratures for the bituminpus materiais aze given in Table 1. The Engineer shall desigaate the spec'if"yc materi- al to be used. TABLE Z. BITUMIlVOUS MATERIAL Application Type and Gra3e Specilication �empera,tuzes 3 � Emulsified Asphalt � SS-1, SS-Ih-- MS-2, HFMS-1 � C55-1, C5S-lh �, CM8-2 I! � - --- Cutback Asphalt RC-30 RGTD RC-254 ASTM D 97'� ASTM D 977 ASTM D 2397 ASTM D 2397 ASTM D 2028 ASTM D ZOZ$ ASTM D 2028 Deg. F Deg. C 70-16� ZO-70 70-160 20-70 �a��o za-7a ��-1 b0 20-'�0 80�- 3d+ i2o+ sa+ 165+ 75+ � The masimum temperature for cntback asphalt ahall be that at which fogging occura. " I 1 � ���Si�U��I�F� �lV�TH��S � I 60�-3.1 WEATHER LIMITATIONS. The prime coat shall be applied only when the e�tisting surfaoe is • dry ar contains sufficient moisture to get uniform distribution of the bituiminons materiaI, when the atmos- pheric temperatuse is above �0° F(15° C}, and when the weather is not foggy or rai,ny. The tenaperature ' requirements may be waived, but only when so direatad by the Engineer. ' 60Z�3.� EQUIPMENT. The equipment used by tkae Contractor shall include a self-powered pressure bi- ,� tuminous material distributor and equipment for heating bituminaus m�terial. � i I The distributor shall be designed, equipped, maintained� and operated so that bituminous material at even heat may be applied unifornily on variable widths of surface at the specified rate. The allowable variatian �from the specified rate shall not eaceed 10 percent. Distributor eguipmen.t shail include a tachometer, pres- sure gages, volume-measuring c3evic�s or a calibrated tank, and a therrr�ometer for measuring temperatures of tank contents. The diatrihutor shall be self--powered and shall be aquipped with a pbwex unit for the pumg and fuii circulation spray bars adjustable laterally and verticalSy. A power braom and/or blawer shall be provided for any iequired cleaning of the surface to be treated. 602-3.3 APPLYCATION OF BITLTMINOLJS MATERIAL. Immediatety before applying the prime coat, the full width of the surface to be prisned shall be swept with a power broom to rem�ve all laose dirt and other objectionable material. '19� AC 1�0/5370�1a� a11�1�� The bituminous miatezzal including solvemt shall be uniformly applied with a bituminous distrii�utar at the rate of 0.25 to Q.50 gallons per square yard (1.20 to 2.40 Iiters per square m�ter} depending on the base course surface texture. The type of hituminous material and applicatian rate shall be approved by tk�e Engi- neer prior to application, Following the application, the prixned surface shall be allowed to dry nat less than 48 hours without bei,ng disturbed or for such additianat time as zixay.be necessary to permit the dryizig out of the prime until it will not be pxcked up by traffic or equipment. This periad shall be determined by khe Engineer. The surface shall then be maintained by the Contractor until the surfacing has been placed. Suitable precautions sha11 be taken by the Contractor ta pratect the primed surface against damage during this interval, inciuding supplying aad spreading any sand necessary to blot up exoess bituminous material. 6�2-3.4 BTTUMIN�US MATERIAL CONTRACTOR'� RESPONSIBILITY. Samples of the bituminaus materials that the Contraator praposes ta use, together with a statement as to their saurce and character, mnst be submitted and approved before use of such material begins. The Contractor shall require the manu- faeturer or producer of the bituminous materials to furnish material subject to this and all ather pertis�en# requirements of the contract. C}nly satisfactory materiais, so demonstrated by service tests, shali be accepta- ble. The Contractor shall furnish vendar's certified test reports for each carload, or equivalent, of bituminaus material shipped to the project. The report shall be delivered to the Engin�er before permissian is granted for use of the material. The furnishing of the vendor's certified test report for the bituminons material shall nat be interpreted as basis for final acceptance. All snch test reparts sha.I3 be sub}ect to verification by test- ing samples of materials recei�ved for use on the project. 602-3.5 � FREIGHT AND WEIGH BILLS. Before the final estimate is allowed, the Comtractor shall file with the Engineer receipted bills when railroad shiprnents are made, and certified weigh bills when materials are received in azzy otb.er znanz�.er, of the bituminous materials actually t�sed in the canstruction coverec3 �y the contract. The Con�ractor shall not remave bituminous material fro�m the tank car or storage tank until the initial putage and temperature measurements have been taicen by the Engineer, nor shall the ear or tanlc be released until the final a�tage has �een taken by the Engineer. � `�� Copies of freight bills and weigh bills shall be furnished to the Engineer during the progress of the work. �fl�iH�� �� RAE�Sl1F���!➢�N� 6Q2-4.1 Th� bituminous material for prime coat shali be measured by the [gallon (liter)][tan(k��. Volume shall be corrected to the volum� at 60° F{15° C) in accordance with ASTM D 1254 for cutl�ack asphalt, and Table IV-3 of The Asphalt Institute's Manuai MS-6 for emulsified asphalt. BASIS Ok� �AYhA�AI� 60�-5.� Payment shaZl be made at the contract unit price per [galion (liter)][tou (kg}] for bituminous prime coat. This price shall be full compensatian for furnishing all materials and far aIl preparation, delivering, and applying tk�e materials, and for all labor, equipment, tools, and incidentals necessary to compleLe tlus item. Payment will be xnade under: Item P-6�2-5.1 Bituminous Prime Coat—per [gallon (liter)][ton (kp�j l�AJ�T'�Rf/�� ���LIIR�Afl�WT� ASTM D 977 Emulsified Aspkalt ASTM D 2028 Asphalt, Cutback (Rapid Curing Grade) ASTM D 2397 Ca.tionic Emulsified Asphalt 186 2/17/�9 ASTM D 1250 Asphalt I�nstitute Manual MS-6 Table IV--3 iESYfNC R�QUIR�lR��RIiS ,� ., i� � : � � I �� �,a��3�o�io� Petroleum Measurexnent Tables Temperature-Volume Corrections for Emulsified Asphalts �97 (ana 19s)� �{�D11���1C'r�.T'���15 �'� 1TEI�'I �'�f QS .��1:VT �E�.LiI�T� FILLER This spcc:s�l s���ifi�ati��� �no�i#'i�s, am�Eif��s, nr �rnencis eh� �ec�inic;�� sp�cEf�catio�s anc� pl�r�� a�Yd ts�es pr�:.c��e�3� ove� [1}�r�� ir� 1�3e cver�l ��`any i�isc�epar�cy- �i[!�-�.l : Sealan� materiia� sE���� �� A�i]j���e joii�t s�alan! (n�sr�-a�id curGn�,} r�isteri�] ��d sliall !�c a�i��glr: cain�c�nr�tt, cold�a}�plac�i, s�l�"-leveflin� silic:ot�e rna�e�i�l. SG�icon� ���lan� sh�l� he one ��!'�he fuiiowin�, or a�apro�c� eye�al, Do�+ C:ornin� �94-Si.. �rat�o �v��i�:�vcr �il�c��� �L Se�l�nt L=ack� lo! �ri�atcl� of ���lirtg ��aa�e�ia] sl�tal] }�c dejiv�z��d �o t��c,�ol�sit� i�r tkae manufactt�rer's t�ri��na1 se�ked can�a�n�r. Eac:l� container ��¢11 b� la�ek�d to i�iclude iF�� f+�1lak�rir��: a. Na�ne af n�atcr3al b_ �la i7ta �{rctt� rc,•' � G� a�z7� c, .�l��r�f�ctk�rer's ]ot nurrtbe� d. �t7e1f li�`c C, �1\1F7� lC1S[TU{:S1�S3S f, �tc�rage instnKcti�r�s �r� a�lcli[�c���, ti�e Cc�nLrae�or w3Y�11 st�}���ly t�s� rrrarrufact�rer�� �:c:r#i�catinri sl#�ti�g �ha1 [t�� rrraterial n3��ts [1�e ee�l�tiretr-����E� c�i'tE3is s�e�ii�tica��nn, GU�-�.?: Delete, Gi15-3.3: .t�el�te zhe para�r�pf�s for [�+st �'oLGr��k ��alar�ts ar�cl F'r�:furme� �la�ior�}��i� Joir�t �s:�lan#s, Dc1e�� �he f��eren�e t� niixi�g �n 1he �ara�ra�h r�.��rdin�; �old .A�pl»d �ealan#�. fill���.�; Joi�� s�aler wili t�a1 C�e: rneasu�ed �epar�tel� but shalti be �ar�sidered �ubsidiary ko ath�� il�rr��. I'�Gil� M01�-1 C�OS��,�: �1� scp.�rate ���r��nt sllall be r�ade fs�r j��ir�� se��er �ut shall be �c�nsider�d st�E�s3�iary �� [he price bid fc��,��l�er itei�s. P-61r5 �1oD�-� � T, 211//8� AC i50/�3i0�10A 1T�N� �-�60� ��I�T ��A�.INC� �1�L�� m ��SCFiI�iI�N 505-1.1 This item shall aonsist of praysding and installing a resi�ient and adhesive joint sealir�g filler capa- ble of effectively sealing }ai,nts and cracks in pavements. �11�T��i��S The Engineer shall specity one ae more of tiie faIluwiag: Fed. Spec. SS�5��00 - Seal�ng Compoe�nds, Two-Compone�t, Elastom,eric, Polymex Type, Jet-F�el-Resistant, Cold Applled. ASTM D 1854 - det-Fuel-Resistant Concrete Jaint Sealer, Hot-Poured Elastic Type ASTM D 262$ - Prefornied Polychlaraprene Elastomeric doint Seats for Coacrete Pave- �nent5 AST'M D 3405 - J�nint 3eaiants, Hnt-Poured, for Concrete and Aspl�alt Pavements AST14I D 3406 - Jaint Sealants, Hot�Poured, Elastametric-Type, :For Partland Cement Cnn- crete Pavements ASTM D 3�69 � doiunt Sealants, Hot-Poured, ElastomeiTic, Jet-Fuel-Resis#ant typ�, for Portland Cement Coacrete Pavements A5�'M D 3581 4 Jaint Seatant, Hat-Paured, Jet-Fuel�Resistant Type, for Portland Cemeat Coz�crete and T�eCoacrete Pavemee�ts Zf prefn�med joint sesier is specified, the manufactnrer shall certify that the perfarmed seal will exept a minimenn pressmre of 3,0 paunds per square inch (�1 kY�} when compressad to �0 pe�ceat� of naminal widt3i and a maximum of �5,0 pounds pe� square inch (1?2 kPa) when compressed #0 5U percent of no�inal width. " Paragiraplt 2.Z �pplies o�►1y v�hen prefaemed sealants are specified. DeIeLE when not applica- bie. bU�a�,1 JOINT SEALERS. 7oint sealing' materials shaIl meet the requirements of [ ]. [Each lot or bstch of sealing compound shall be delir�ered to the jabsite in the msnufactnrer's nei�nal sealed cont.�ined. Each containe�e shall be marked with the manut'acfu�er's name, bstch or lot numbep, and tiie sa.fe hea#ing temperature and shall he accompanied by the rnanufacturar's certificatiun stating t5at the compound meets the reqt�irements ai this speeif'ication.} [Each lot of prefarmed joint sePller delivered tn the jobsite shall be sccompanied hy the mas�ufacturer's ceriifi- cation stating that it meets the requiremeats of tlUis speeification.] s � * � i� �a � � a �o- �� a �u ¢ � * # � • �u s �p � s * �a � s v a �u * � a �p o 4 � � o m * s # � � +o n n ru � ri s � s � � o � * �a �u o a * � � �o- � �u 3, * a * s n � � �n « * � z� r� s � s s v a a � � � o * o * +� r� * rt r� � M * � n 6�5a2.a L�TBRICANT. Lubrica.nt iar installation of preformed joint seal shall be a one-component pa- lyehiaroprene compaund containin$ anly soluble phenolic resins blended together with anti-oxidants and acid acceptors in aromatic hydrocarbon solvent mixtwre and shall meet the failowing requirements: �03 AC �50/6370-i0A Average weight per gallon, pounds Solids content, percent by weight Film strength, psi Elongation, percent Requirements 7.8 22-28 2,300 min. 750 min. 2/i!/�9 ASTM I31644, Method A D4I2 D412 Each shipment of lubricant shall be delivered to the jobsite in the manufacturer's original sealed container. Each cont,ainer shall be marked with the manufacturer's name, batch or lot number, and the date of manu- facture and shall be accompanied by the manufactnrer's certification stating ihat the lubricant meets the re- quirements �of the specification. This Iubricant shall be stored at a temperature between 50' F(10° G) and $0° F{30° C) and shall be �sed within 270 days of its manufacture. ��N�iRt��TI�N AA�TbO�S b05-3.1 TIME OF APPLICATION. Joints shall be seaZed as soon. after completion af the curing peri�d as feasible and before the pavement is qpened to traffic, including construction equipment. The pavement temperature shall be above j40° F{�° �]�(�0° F(1D° G�] at the time of installation af the [pre#ormed joint seal][paisred joint sealing material]. * � �d �u * * * * � s a * � a� � � ♦ � * * � • * �n s t r * s r �a o s m o s � a a * �a s s t * * � �c r r �d s • � Specify 40° F(4' G9 for preformed seal and a0° (10" G� F for poured seals. �f the pavement must be opened tu traf�c ,priox to placement of the sealant, #his parg�aph shonld be modified to require the Contracto� tn tempararily fill the jaint with a jute o� nylou rope immediately afteP the joint �s sawed. The rope shonid be slightly larger than the jaint and sha�d be iorced into the joint so that the top of the ro�e is 1/8 inch (3 �) luelow the pavement surface, Tk�e rope shall be r�emo�ed immediately priqr to cleaning. +n a� � * � �d * * * a o . �u � * * * F � � � * � « * o s o s u • s a o 0 0 « * r s � � o • o n * * s s * * �d * 60�-3.� PREPARATIpN DF JOINTS. Immediately before sealing, the joints shall be thoroughly cleaned af all laitancc, c�ring compound, and other foreign materiai. Cleaning shall be accomplished by [sandblast- ing] [wire brushing� [high pYessure water hlast]: [3pon completion of cleaning, the joints ahall be blown out with compressed air. The joint faces shall be surface dry when th� seal is applied. Prior to resealing jo'snts, the existing jaint material shall be removed to the depth as shown on the plaz�s. If joint sealer oth�r than t}►at originally used is spec�ed, all exisLin� joint sealer shall be removed. * r a r� * �a �n a � a �a � � ro� t �x * � x� r s �a v * � � f �u �n a o * a� ri o � s n r� • �a +� a � � s * s * * a * * s Sandblasting or wire brushing is the recammended method of cieaning since the joints can be peimed immediateiy after the cleaning. s r o * s � � s � # � r � a +� �, * t � s �c o a * u y� � o � � s� � � � � � a � � � ri � a � o a s � s s w s • s 6Qa--3.3 INSTALLATION OF SEALANTS. ]oints shail 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 accordarica with the following requirements: [Hot Poured Sealarits, 'I'F�e joint sealant shall lae applied uni#oxm�y solid f�om battom to #op and shall be fiIIed witt►out iarmation af entrapped ai� or voids. A backing mata�ial shall be pZaced as shown on the plans and shall he nonadhesive to the conceete o� the sealant material. The heating kettie shall be an indirect heating type, 204 2/4'�/69 AG q50/�3�4-i0�, constructed as a dau6�e boiler. A positive temperatuse cnnt�ol and mec�anica! agita�ion shall be pravxded. The sealant shall nat he hested to more than �0° F(-11° G� below the safe heating temperature. The safe heating temperature can be obtained from tiie manufactvrer's shipping cantainer. A direct coanecting presauze type ex- tfuding device w�ith nozzles stiaped for insertion into the joint shali be provided. Any seaiant spilled on the sueface of tlse pavesnes�t shall be removed immediately.j [Cold Applied Sealants. Cold applied joint sealing compound shall be appiied by means of pressure equipment that wil! force the sealing material to the battam o:f the joint and camp1etely �ill the jaint without sps�Iing #he material on the surface of the pavement. A backing znaterial shall he placed as shown vn the plans and sha11 be nonadhesive to the canc�efe ar the sealant material, Sealant which does not band tn the concrete surface af the joint wa31s, contains oaids, or fails to set to a tack-free condatian will be rejected and replaced by the Contrac- tur at no adaitional cost. Befare sealing tt�e joints, the Contractor s�al� dexnonstrate that �he equipmeat and pracedures for prepa�,ng, mixing, and placing the sealant ►vill produce a satisfactory join# seal. This si�ail in- ciude the preparation of trvo sivall batches and the applicatian of the resniting material.] * �F * � M � # • # �k � t b * # * i� 7k * * * �k �M fi � # %� 1� • * # # �k * t �M t * 1� * # * * * ! # �F * # # t # # # I� The use of a�ackup material or �oad hreaker in the bottonn af the 3oint to be filied is rec- nmmended to cvntrol t�e depth af the sealant, to ac�ieve t�e desired shape factor, and to suppart the sealaat against indentatian and sag. Backup materials and bond breakers should be compatible with the sealant, should not �dhere to the sealant, should be compress�bie without extruding the sealant, and sbouid recover to maintain contact with tbe jnint faces when the joint is open. s * * s * s * * « � * * * � * * s * s 5� � * « * * * * * * * * * * * e * s * �k s * * * s * • a � * r * * � • [Preformed �Sastomeric Joint Seais. Prefarmed joint sealer shall he placed usung eq,uipment capahle oP install- ing the sealer in the upriglnt pasitian, wit�out zutting, nxcking, distarting, or otherwise damaging the seal. Lu- �ricant shall be applied to the concrete or the prefarrned seal, or hath, and the seal shall be installed in a �._... __ substasrtially comigzessed -condiiion as►d at the depth beiaw the suaface of the pavement 35 5k10Wri lII t�� plans, The method of installation shall be such that the joint sealer will not be stretched mare thax� 5 percent of the minir�um theore�.cal lsngth, ar compressed rnore than 2 percent. The r�ethod vf instajlation shall be checked far stretching or compression, using transverse joint sealer. The ci�sck shall consist of instaliing sealer in �ve joints of at least 25 feet (7.5 m) in leng#h, resnoving the sealer immediately after installatian, and checking the Iength. This check may he modifisd by premarking ar precutting the sealer ta leng#h prior to installation if this is cotnpatihle w�it� the equip�ent beung used. If ti�e measured length of any of these iive sealers indicated that the sealer is stretehed flr compressed bey�snd these limits, the installation shall be madified to carre�t the situatia�. Once satisf�ctory sealing operations have stsrted, one joint length per every hundred shali be resno�ed and checked. I,f ths lirnits are exceedad, the jaint sealers on either siae shoula be -removed unt�l the candition disap- gears. The affected jaints shal] be rese�led in a satisfactory mauner at no cast to the awner, and the methad of instailation shall be c�ecked again for satisfactory prviced�re. The seal shall be installed in the longest practica- ble lengt5s in longitudinal joints and shall be cut at tt�e joint intersections far continuo�s instgliation nf the seal in the trasisverse ,jaints.] � * s s o � * s * • » * * s * * � * * * * « * � . * « * * * * * � * * * s * * w � * * � : * * * * * * � « r Q The Engineer should select either hnt poured, coid �pplied, or preformed sealasit and include the apprapniate paragraph in the specifications. * • * � * � * * * * * * * » � � � a � r * � * � * r • u * : x� r * s * s * � « * � « �a � * * * � * * * * a * ������ �� ����������� 60�-4:1 Jaint sealing material shall be measured by the [gallon (Iiter7J (pound {kg}] [li�tesr faot (meter)] af sealant in place, complete, and accepted. ZQ5 � �c ��oi�s�a��o� � ��i��a� BrpoSiS �� PAYhIV�RI�' � . 60�-�.i Payment for joisit sealing material shall be made at the contract unit price per [gallan piter)] [pound (kg)] [linear Poot {meter)]. The price shalr be full compensation for furnishing all materials, for ail prepara- tion, deiivering, and placing of these materials, and for all lahor, equipment, toals, and incidentals neaessary to complete the i#em. � � Payment will be �aaade nnder: Item P-6�5-5.1 Itern �-6U5-5.2 Itern P-605-5.3 ASTM D �L12 ASTM L7 1644 7oint Sealing Fiiler - per gallon (liter} 7oint Sea�iu�g Filler - per pound (kg) Prefarmed Sealer - per finear foot (metEr) ����Tr�� ��Q�����W��i�� Tests for Rubber Properties in� Tension Tests for Nonvolatiie Content of Varnishos �IIVA���IAL ��QUI�ERaIf�[�TS ASTM D 1854 �et--Fuel-Resistant Concrete Jaint SeaIer, Hot-Poured Elastic Type AS'7`M D 2628 Preformed Palychloroprene Elastomeric 7oint 5eals for Con- crete Pavements ASTM D 3405 ASTM D 340b Jc�int Sealants, Hot-Poured, %r. Concrete and Asphalt Pave- men#s � Joint Seala.z�ts, Hot--Poured, Elastomeric--Type, for Portland Cement Concrete Pavements ASTM D 3569 Joint Sealant, Hat-Paured, Elastometric, Jet-Fuel-R�sistant Type, for Portland Cement Concrete Pavements ASTM D 3581 Joint Sealant, Hot-Poured, Jet-Fuel-Resistani Type, for Port- land Cement Goncrete and Tar-Concrete Pavements Fed. Spec. S5-S-2d0 � Sealing Compounds, Twa Component, Elastomeric, �'alymer Type, Jet--Fuel Resistant, Cold Applied aos !1��.}�1F1C �T1f]?w1� 'r'� IT�ht P-C�1(1 S�`��i�'Ti.��t.4L P�f�'�"�a�1�lT� C�:11'[El�1T �.C}I�+C"RFTE "!'iiis sp�ciKG� s�re�i�c�li�m rr�od�f�e�, rsn�plliies, or a�Y�r�d� �hc tcclynical specifcattons ar�d ��i�n� antf t�kes pre�ed�:r�� o�cr th�m E� �hi ev�Y�� ��f any discraj�an�y, G1U-1.]: 'f`i�is i�en� sf�ail c�ans�st of �l:]Tti�CkrCC.�`� Si�1CLUie7� �O�Cir�l1CI C�Z71�j7L {;C}f1C��G't�� (iZU4�.] : Ai �Jtc �on#ractor'� o�ti�fl, concret� �'urni�l��� F�}� ��L��rpiier nc�rmali}� et��age�! in k�le pa'nduc:lio�Y oF k�'�atsil-r�7ixi;d c��Yc1'etc r�7a�+ Le �3se['E; �r{��idcd, I�awe��.r, su�:lt t;.ont�Ecic sh�f l i�e c�����r�e� �o p�o��ide a�:�r�p����+�e �trer���k� ai ��i ti��s o�' no� �es� tk�an 3�C}Q nsi, �sin� j-in��� n��xirnu�ri siz� coars� a��re��E�_ C�I�1-2.�1: �emcrEE s�t�l] cor�E�+�rr.� Lc� [he requirem�E�ls 0�� ll�'TM C' ]�U. "�`v�e !_ 610-:.7: �'Tentiol���ci juint rr��ti���ial !'i�r cx�,ansf,�n ,joiji�s ��ial1 m,eet the requirement� �#' ASTA�I D 1 "75 � . G] 0-?.�1; '��e:nforcin� sk�a!I c�ns3s1 c�+'��f�rri��;d .��e�l bars �c�nf�n-rsifg l� tl7e rec�uarenl�n�s �f �ST�f �i C�15, 61U-�.1: �'or�l�an+� c�mcnt can�:rete �or str�c#u�cs wrll not be �e:��ur��i s��r�ra�.�l� bt�� ��+rl� bc t�unsideeed �ul�s��E�ry Eo �he �race �ic! for tkt� worlc int� v��h�cl� ttYc �oncre�� �s inc�+rpnr�t�c�. 6�0-�.�: Rei�f�a��c3ng s��eei will t�ot b� m�asure�! sep�tate�� bLit will �e �:���side��d sub�icli�ry [o ��Ye �ric� bic! !'or tk�c work into u+�]1Gh t�c; r�3ufOi'Clf1g Ste�� is InGOCj�C]1'�1��, 61 �!-�. � : �)el��e. k'-6 l {7 1+d(]L�.1 �/ii/�9 i��� P�s�o ,:_ �►� ��0��3�o—�aee ���u������ ������a�� ci��n��� �oii����� D���Ri��l�id 610-1.1 This item shaI] consist of [plain�[reiniopced] structural portland cement concrete, prepared anci con- structed in accordance with these spaci�ications, at the locations and of the form and dimensions shown on the plans. �����r��� 510-2.1 GENERAL. Only approved materials, conforming to the zequirements of these specifications, shall'be used in the work. They may be subjected to inspection and tests at any time during tkze progress of their preparation ar use. The sourca af suppIy of each nf the materials shall be apprqved by the Engineer before delivezy ox use is started. Representative prefiminary samples af the materials shall be submitted by the Cantractar, when required, for examination and test. Materials shall be acored and handled to insure the preservation of their quality and fitness for use and shall be located to . facilitate pzompt iaspectiom. All equipm�nt for handling and transporting materiais amd concrete must be clean before any materiai ar con- crete is placed thereirt. In no case shall the t�se af pit-run or naturally mixed aggregates be permitted. Naturally mixed aggregate � shall be sczeeneci and washed, and all" �ine and coarse aggregates shall be stared segarately and kept ciean. The mixing of different kinds of aggregat�s from ciifferent sources in one storage pile or alternating batches � of di.£ferent aggregates will not be permitted. �b10 �.2 GOARSE AGGREGATE, The coarse aggregate for concrete shall meet the requirements of . ASTM C 33. . I. I � T �� � � � Coarse aggregate shall be weil graded from caarse to fine and shall meet one of the gradatians shown in Tabie 1, using A5TM C 136. 610-2.3 FINE AGGREGATE. The fix�e aggregate for cancrete shall m.eet the reyuirements of ASTM C 33. . The fine aggregate s&all be well graded from t�ine to caarse and shall meet i�ie requirements of Tab1e 2, when Lesied in accordance with ASTM C 136: TABLE 1. GRADATION FOR COARSE AGGREGATE Percentage by Weight Passing Sieves Sicve Desigaation (square apenings) 2�� t �.. �„ �*�, ��, s�e„ No.4 No. 4#o �/a in.(4.75-19.0 mm) i00 9�100 2D-55 0-10 No. �4 to 1 in.(4.75--25.0 mm) � 1W 90-100 25-60 . a1fl No. 4 to 11/a in.(4.75-38.1 1dd 95-100 35-70 IO--3Q 4-5 maz) 21� f A� �sDI53�0�10A TABLE 2. GRADATfQN FOR FINE AGGREGATE Sieve Designation (square openin$s) �/a inch (9. S mm) Na 4 {4.75 mm) No� lb (1.18 mm) No. 30 (O.fiO mm) No. 50 (0.30 inm) Na. lOd (0.15 mm) Percentage hy Weight Passing 5ieves �� 15-100 45-8� 25-55 10-30 2-10 �/�7l89 � Blending wzll be permitted, if necessary, in order to meet the gradation reqtiirements for fine aggregate. Fine aggregate deFicient in the percentage of mate�rial passing the No. 50 mesh sieve may be acc�pted, pro- vided ihat such deficiency daes not exceed 5% and is remedi.ed by tlte addition of pozzolanic or cementi- tions materials other than port3and cement, as specified in 610--2.b on adnnixtures, in snfficient quankity to produce the required workability as appraved by the Engineer. � 610-�.� CEMENT. Cement sha11 conform to the requirements of [ ] Type [ j. * • * w * � s +� * w * a * * * * s s s r * * s * * � * * * rt � * s * * t * # � * * * * * w * * r � M s o � �a Tbe E��nee� shall specify oae ak' the foIlowing: ASTM C 150 - Type I, IA, II, IIA, I�I, IIIA; ASTM C 595 - Type �P, IP-A, IS, IS�-A. * �k t i� �k # �M i • * �k �k i �k +F �k b �k * * t # * * +k £ # �p # * �k � * � # # �k � � # �Q # # * # �Ic k � 5� * # �k �i� * Tb,e Cpntractor shall furnish vendors' certified test reports far each carload, or equivalent, oi ce�ent shipped .ta the pcoject. The report shalI be delivered to the Engineer before permission ta use the cement is granted. All such test reports s}rall be subject to verification by testing sample materials reeei�ed for use on the project. � 61Q-�.� WATER. The water used in conczete shall be free frnm sewage, o�i, acid, strong alkalies, vegeta- ble ma#ter, and ciay and loam. If the water is of questiar�able guality, it shrsll be tested in accordance with AASHO T 26. - 610�2.6 ADMIXTURES. The use of any material added to the cancrete nuix shall be approved by the Engineer. Befoz�e approval of any material, the Contraetor shall be requzred to submit the results of com- plete physical and chemical analyses mad�: by an acceptable testing laboratory. Subsequent tests shall be made of sampies taken by the Engineer from the supply of the matezial�being furxiished or propos�d for use on the work to determine whether the admixture is nniform in quality with that approved. Pozzolani.c admistures shal� �e fly ash or raw or calcined natural pozzolans meeting the requireznents 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 aontent. Water-reducing, set-controiling admixtures sha�l meet the requirements of ASTM C 494, Type A, water- reducing or Typ� D, water-reducing and retarding. Water-reducing admixtures shall be added at the mixer sepArate3y from air-entraisiing admixtures i�, accordance with the manufacturer's printed instructions. 6�0��.7 PREMDLDED JOINT MATERiAI.. Prema1dzci joint material for expansion join.ts shall meet the r�quiremezzts of ASTM [ ] � 0 +i � tk 4 ri fi i �Y �u R � %� 4 * � # � � * � i # .�d * � 0 s %� ri * s * � �b iz � Y� v %� r� 4 b r � � p o � �k �h * � * The EngineeP shall designate eit�er ASTM D 1�51 or �ASTM D 1752. s * * � s � a � * * * * * �u * * * # * o * a r �a � �a w r � * a � a r * r� s �a o * s �n ru � n o �a s * a � � n e 298 2l11/69 AC 150/�370-90A �r10�2.� JOINT k�LLER. The filler for ,joints shall meet the requirements of Item P-bDS, unless �therwise specified in Che proposal. 61U-�.9 STEEL REINFORCEMENT. Reinforcing shall consist of [ ] coaformir�g to the re4uire- ments of [ ]. �a * +t � * 1� �M r * * * * * * � * i� * » � r� �k �� � �u 6 � a � � s s * � � �i * b � � s �a t s � i� � * r �F * * � i� The Engineer shall designate nne a#' the followimg: Welded Steel Wire Fabric ASTM A 185 Welded Defarmed Stee! �'abric ASTM A 497 Har Mar�s ASTM A 1�4� oe A 704 i � ,� i �, I ` L_ Delete this section when �ot applicable to the project. s * � * « * a � * � r * � * * « « • * * * v * � � * x� * �a • � « * :u * � s * * w * * * * * * * * * * * r � � 6].0-�.1Q COVER MATERIAIS FOR CiJRING. Curing materials shall confarm to one of the following specifications: Waterproof Paper for Curing Concrete ASTM C 171 Po}yethyjene 5heeting for Curing Gancrete A5TM C ll l Liyuid Membrane-Forming Comgaunds for Curing Concrete ASTM C 309, Type 2 C�N�iRUCiI�N Ad��T�109S 610--3.1 GENERAL. Tiie Contractor sha]1 furnish aSl Iabor, materials, and services necessary for, and inci- dental to, the campletion af all work as shown on the cirawings and specified herein. All machin�ery and equipment owned or contro3led by the Contractor, which he proposes to use on rhe work, shall be of suffi- cient size to meet the requuements of the worlc, and shall be such as to produce sa�isfactory work; aIl work shall be subject to the inspection and approval of the Engineer. • 610-3.2 CONCRETE COMPOSITION. The cancrete shall develap a compressive strength af [ I psi in 28 days as determined by test cylinders made in accordance with ASTM C 31 amd testeci in accordance �- ' with ASTM C 39. The concrete shall c6ntain nat less than 470 pounds of cement per cubic yard (28Q kg per , � cubic mefer). The concrete shall contain 5 peroent af entrained air, plas 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. +k r� a * * z� * r s s � � * * * * a s a s � �a s s �p � * � � �p * * �u �v z� �, * * * * r � �r t� � � * * r � * * * * The Engineer s1ia11 desig]uate the compressive strength. The minimum� allowahle strength is 3000 psi (Z06�0 kg). * a R � � � �r �� * * * * * v * � s s * s �a * o s r� * � � �a ri • » a � # a a n u � # r * � * � » t * s s * * � 61Q-3.3 ACCEPTANCE SAIYiPLING AND TESTING. Concrete far each structure will l�e accepted on the basis af the compressive strength specifzed in paragraph 3.2. The concrete shall be sarnpled 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 accoz�dance l with ASTM C 39. 'I'he Contractor shall oure and store the test specimens under such canditions as directed. - The Engineer will make the actual tests an the specimens at no expense to ihe Cantractor. a�s � �►C 15fl/�3i0�10A �li7l�� G1fl-3.4 PROPORT�4N�NG AND MEASL]RING DEVICES. When package cement is used, the quantity_,� for each batch shall be equal to one ar more r�vhale sacks af cement. The aggregates shall be measured separaiely by weight. If xggregates are delivered to the mixer in batch trucks, Che exact amount for each mixer charge shall be contained in each batch compartment. Weighing baxes or hoppers sha11 be approved by the Engineer and shalI pravide meaxas af regulating the flaw of aggregates into the batch box so that the required and exact weight of aggregat�s can be readily obtained. 61U-3.� CONSiSTENCY. The conszstency of the concret� shall be checked by the slump test speci�ed in ASTM C 143. 61D-3.5 MIXING. Concrete m�ay be mixed at the construction site, at a central pflint, ar wholly or in part in truck mixers, The concrete shall be mixed and delzvered in accordance with the reqt�irements of ASTM C 94. ' 510-3.'� MIXING CONDITiQNS. The concrefe shalI 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 permissian is granted far mixing under such conditions, aggregates or watex, or both, shatl be heated and the concrete shaIl be �laced at a temperature not less than 50° (10° C) nor more than 100° F(38° C}. The Gontractor shall be held responsible for any defective wor�C, resulting frort� freezing or injury in an�y manner during placing and curing, and sha11 replace such worl� at his/her eapense. Retem�ering of concrete by adding water or any other materiai shall not be permitted. 'The delivery of concrete to the job si�all be in sach a manz�er that batches of concrete will be deposited at uninterrupted intervals. 67.0-3.8 FORMS. Concrete shall not be placed until al] the forms and reinforcements have been i.nspected and approved by the Engineer. Fozms sitall be of sui#able materia.l and shall be of the type, size, shape, quafity, and strength to buz�d the structure as designed on the plans. The forms shall be tzue to line and grade and shall be mortar-tight and snfficiently rigid to preveni displacement and sagging between supports. The Contractor shall hear responsibility for #heir adequacy. The surfaces of forms shall be smooth and free ._t from irregularities, dents, sags, and �oles. The internal ties sha�i be arranged so that, when the farms are removed, na metal will show in the conerete surface ax discalor the surface when �xposed to weathering. All forms shall he wette� with water or witI� a nonstaining mineral oil wkuch shall be applied shortly before the concrete is placed. �`orms shall be eon- structed sa that they can be remaved without injuring the canerete or concrete surface. The fa�rzna shall not be remo�ed before the expiration of at least 3Q laours fxom vertical faces, w+alls, slender columns, and similar structures; forms supported l�y falsework under sFabs, beams, girders, arches, and similar construction shall not be removed until tests indicste that at least 60%'o vf the design strength of the concrete has develaped. 61��3.9 PLACING REINFORCEMENT. All rei.nforcement sha3i be accurately placed, as shawn an the plans, and shall be firmly held "zn position during concreting. $ars sball be fastened together at intersections. The reinfarcement shall be supparted by appraved metal chairs. Shop drawings, lists, and bending details shall �e supplied by the Contractor when required. 61p�3.1a EMBE73DED ITEMS. Before placing concrete, any itema that are to be embedded �shall be �rm3y and securely fastened in plac� as indieated. All sueh items shall be clean and Free from coating, �rust, scale, oi1, or any Foreign matter. The embedding af waod shall �c avaided. The cancrete shall be spaded and consolidated around and against emhedded items. b10�3.11 PLACING CONCRETE. All canerete shall be placed during dayiig�t, unless otherwise ap- proved. The conerete shaI1 not i�e placed .untii the depth and character af faundation, the adequaey of :forms and falsework, and the placing of the steel reir�forcing have heen appraved. Concrete sha11 be placed as soon as practica.l after mixing and in no case later than 1 hour after watex has been added to the mi�. The method and manner of placing shall b� such to avoid segregation and displa�ement of the reinforc�ment. Traughs, pipes, and chutes shall be used as an ai� in placing conerete when necessary. Drapping the concrete a dis- tance aP mqre than 5 feet (1.5 ira}, or depqsiting a large c}uantity at one point, will not be permitted. Con- crete shall be glaced upan clean, darnp surfacas, fzee from running water, or upon properly consolidated soil. 220 2l17/�9 �oC 1�0/5370�4U� The concrete shall be compacted with suitable mechanical vibrators operating within the concrete. W�Zen � necessary, vibrating shall be supplemerzted by hand spading with suitable tools to assure proper and ade- quate compac#ion. Vibrators shall be .manipulated so as to work the concrete thoroughly around the rein- ` foraement and embedded fi�cttues a.nd into corners and angles of the forms. The vibration at any joint shall `� be of sufficient duration to accomplish compaction but sha.I� not be proIonged ia the point where segrega- tion occurs. Concrete daposited under water shall be carefully placed in a compact mass-in its final position by means of a tremie, a closed bottom dumg buc�Cet, or other approved method and shall not be disturbed after being deposited. G10-3.L2 CONSTRUGTION 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 af old and new coRcrete, such provisions shaI1 be made f�r grooves, steps, lceys, dovetails, reinforcing bars or other devices as may he prescribed. The woric shall be arranged so that a section, begun an any day shall be finished during daylight of the same ciay. Befare depositing new concrete on or against conerete which has hardened, 4he snrface of the hardaned concrete shall be cleaned by a heavy steel 6room, roughened sIightly, wetteci, and covered with a neat coating of cement paste or grout. 610--3.13 EXPANSION .�OINTS. Expansion joints shall be constructed at such poir�ts and of such dimen- sion.s as may be indicated pn the drawings. The premolded filler shall be cut to the sariYe shape as that of th� surfaces being joined. The filler shall be fixed firmly against the surface of the cancrete already in place in such manner that it will not be @isplaced. when concrete is deposit�d against i#. 610-3.14 DEFECTIVE WOR�. Any defective work disclosed after the forms have been removed shall be immediately removed and replaceci. If any dimensions are defieient, or if the surface of the concrete is bulged, uneven, or shows honeycomb, which in the opinion of the Engineer cannot be repaired satisfaatori- ly, the entire section sha�i be removed and replaced at che expense of the Contractor. 61{l-3.1� SURFACE �'INISH. All exposed concrete surfaces shalI be true, smooth, free from open or rough spaces, d�pressions, or projections. The concrete in horizantal plane surfaces shail be brought flush ,� with tha Finished top surface at the proger elevation and shall be struck-off with a straightedge and floated. Mortar %nishing shali nai be permifted, nar sha�t dry cement or sand-cement mortar be spread over the concrete during the finishing of hozizontal plane surfaces. When directed, the surface finish of expased concrete shau be a rubbed finish. If forms can be removed while the cancrete is still green, the surface shall be pointed and wetted and then rubbed with a wooden #loat until all irregularities are removed. If the concrete has hardened before being rubbed, a carbozundum stone shall be used to finish the surface. VVhen approved, the finishing can be done with a rubbing machine. 610-3.16 CURING AND PROTECTION. All concrete shall be prop�rly cured and pratected by the Con- tractor. The work shall be protected from the elements, flowing water, and from defacernent of any nature during the building operations. T�e concrete shall be cured as soon as 'st has sufficiently hardened by cover- ing with an approved material. Water-absorptive coverings shali be thoroughly saturated when placed and kept saturated for a peniod of at least 3 days. All curing mats or blankets shall be sufficiesttly weighted or tied down to keep the concret� surface covered and to prevent the surface from being exposed to currents of air. Where wooden fo�ns are vsed, they shall be kept wat at aIl times umtil removed ta pre�ent the opening of joints and drying out of the concrete. Traffic shall not be a.11owed on concrete suriaces for 7 days af'ter 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 inrstalled by the Contractor before the eoncrete is placed. T'he pipe shall be held rigi.dly so that it will nat be displaeed or moved during the placing of the concrete. 610�3.1.8 COLD WEATHER PR�TEGTYON. Whea conczete is placed at temperatures belaw 40° F(�° C), the Cantractor shall provide satisfactory methods and means to protect the mix from injury by freezing. The aggregates, or water, or both, shall be heated in arder to place the concret� at temperatures between 50' and l0A° F(1Q° anc3 38° C}. Calcium chloride may be incorporated in the nni�ting water when directed hy the Engineer, Not mqre than 2 pounds (908 grams) of Type 1 nor moze than 1.6 pounds (725 grams) of Type 2 shalj be added per bag af cement. After the concrete has been placed, the Contract�r shall provide sufficient pr�tection such as cover, �a1 dC 7�0/53�0�1D�# . �/1�1�9 canvas, framework, heating apparatus, etc., to enclose and protect the stzucture and maintain the tem,pera� ture of the mix at not less than 50° F(1Q° C) until at least 6Q% oi the designed stxength has been attained. 610-3.19 FILLING dOZNiS. All jaints wtuch require filling shall be thoroughly aleaned, and any excess mortaz or cqnerete shall be cut a�t with proper tools. Joint �Iling shall not be started until afier Fi�a� curing and shalt be done anly when the concrete is completeiy dry. The cleaning and filling shalT be carefully done with proper equipment ar�d in a manner to obtain a neat looking joint free from excess filler. ���b�� �� ����������� 510-4.� Portland cement cancrete shalI be measur�d by the number af eubic yartis (cubic meters) .of con- crete complete in place and accepted. In aomputing th� yardage of conerete for paymant, the dimensions used shall be those shown on the plans ar ordezed by the Engiraeer. No measurements or ot�er allowances sha�. be made far forms, falsework, cofferda�as, pumping, bracing, ex}sansion joints, or finishing of the con� crete. Na deduct�ons in yardage shall be made for the volumes of reinforcing steel -or emhedded items. 6i0-4.2 Reinforcing steel shall be measured by the calculat�d theoretical n�mber of pounds {kg) placed, as shown on the plans, complete in place and accepted. The unit weight us�d for defa��d bars shall be the weight of piain square or round bars of equal nom,inal size, If so uzdicated an the plans, the poundage to be paid for shall include the weight of inetal pipes and drains, zn�tai conduits and ducts, or similar matez`ials indicated and inciuded. �AS15 OF �'�lf[��Ni 610-5.1 Payrnent shall be made at the contract unit price per aubic yard (cubic meter} for structural port- land cament concrete and per pound (kg) for reinforcing steel. These prices shall be full compensation for fuznishing all materials and far all preparation, delivezing and insta3latiqn af these materials, and for all labor, equipm�nt, taols, and incidentals necessary to complete the item. Payment will be iraade under: Itsm P-61 D-5.1 Item P-610�5.1 ASTM C 31 ASTM C 39 ASTI�i C I3b ASTM C 138 ASTM C 143 ASTM C 231 ASTM A 184 ASTM A 1 SS Structural Fortland Cement Concxet�—per cubie yard (cubic meter) Steel Reinforeement--per pound (lcg) T��ilNC R�Q�I��N4�Ri�`� � Making and Curing Test Specimens is� the Field Compressive Strength of Cylindrical Concrete 5pecimens Sieve or Screen Analysis of Fine and Coarse Aggregate Unit Weight, Yield, and Air Cantent af Concrete Slump of Fortland Cement Can�arete Air Content of Freshly Mixed Canerete by the Pressure Method N�AT�RCAL R�C��I����A�i� Speciiication far F`abricated Deformed Steel Bar Mats for Cancrete Reinforcement - Welded Steei Wi,xe Fabric for Cancrete Reinforcement 222 2/��/�9 �_ _ :i ASTM A 497 ASTM A G 15 ASTM C 3 3 ASTM C 94 ASTM C 150 ASTM C 171 ASTM C 260 ASTM C 349 ASTM C 595 ASTM C 5 k 8 ASTM D l751 ASTM D 1752 �,C 450/a3���1��� Specification for Welded Deformed Steel Wire Fabric for Cancrete Pa�ement Deformed and Plain Billet--Steel Bars for Concrete Reinforce- ment Concrete Aggregates Ready-Mued Concreie Portland Cement 5heet Materials for Curing ConczeY� Air-Entraining Admixtures far Conerete Liqaid Membrane-Forming Cornpounds for Curing Concrete Blend Hydraulic Ceznents Fly Ash and Raw, or Calcined Natural Pozzolan, for Use as a Mineral Admixture in Portland Cement Concrete Specificatioz� for Preformed Expansion Joint Fillers far Con- crete Paving and Structrual Construction Speeification for Prefvrmed Sgonge Rubber and Corlc Eapan- sion Joint Fillers for Concrete Paving and Structurual Con- struction J Y � 1 � . L I�`, � \� ��� � ..._d �(��3iFk�"!1'�'1{}1�5 Tt� �TE24'� P-fi2�l R�.Ihl1'VA� A.C��'l �'AJ��INAY F'.+��1�'I.'�1�G 'I"his sps�:ia� �p�cifica�ic�rr n7�cli�i�s, �mplitic�, or a�r��nds t��e tecl�nic��i :i�}4£1�1[;a�10S3S �t3� �}l�li5 �Il� �;�I:e� �rt�ccr.s�ent �vcr ����c�1� is� �.lte cvc;«� t�f any �iasc���3���cy�, C�2i�-�.�: �ain� s�i:�!� L�� w:it�eha�ic ct�ni'crrr�a���, Ec} �l�c �ecEu�r�ti�c�7�s o!`TT�P-�1��� .�'ain[ s�a11 �o-e fin��shec# in whit� �cc�lc�r r}o_ 37�1�"�}, �+e��aw �color n�, :�353�5 c�� 33f����} a���� bkack ( c�l�k� i���. 37t}38) iiti �ccor�a�ce with F�rl����] Slaricl�r�1 h�o, ����. �11 pa��t �l�ail be T��e 11. �cl�;�e a�l a�l�er ty�e� of ��a�nt, f,�U-�,3: 111i u�a�•king, ex�ep� biack, s�iall b�; rr:t����ive_ Refl�ctivc nic�dia �h�1i E�e high irxdex ai're#Fac��snn �la�� ���her�s ��€�Co��t-�ing �01k�� rt�q4sirem.e��ss ��t-Fc�t. Sp��, TT-13-]3��, �'Y�� lll, �radrttto�� �_ C,��lm?�.3: Inse�rt tlia !'aliawiz�� pflra�rap�r at�er tE3e fi�s� p�ragraplti o�'t1ti� s���io��; J�Z thc ev���t ��aint fl;�k�s off vr ccr��»� foc�se du��ii�� t��e �'+��titractnr's w�rrant� �,criac�, ��1� ��illllt�.(3 �r�^3 4I7�1� �}� C'���CEC;l11�CI +i�l[� f�:��11riCC{� �t �1]� �'D3�tr�Ltt]�'°S SOI� e;G�a{��Srt:. {��U-3.5; a_ A!1 s�rr•face* �n �vh�ch ��a��ri is to l�e appl�ed sl1��k cure for a p�ric,c� c�F�lc�t les� k��art 7� hours pri�r �a �pplic���aon c�i' �aint. l�_ �'ari�t sl���l be a��,licd ��� tltic r�tc o�' 10C�� I 1���uare �cet �er ����kc�n, c. B�ads shal] be� ���plied �� a raa.c o#`no� ��ss tl��n �� �our�cis per g�lloal c,�'�,aitti. G�(�-4.1: The qua�Stitv o1'r��n��y ��7d tax�u��y marlcin�� l{� be p�i€� f.or �h{ai1 be t��c ir�in�l�e�` c�i' �quare �`�ei tal-1�aii��ii�g ��er€'i�rn�cd iii acc.or�ance v�iEh k�le s�3ecifi�at�or�� a�,� �cce}�#ed 1�v �t�e �n�ir�eer, {��[F-5.1: �ayt�le��t wil� 1��: tr�ade under; ��em �'�b? (�-5,1- ] l�u��way a��c� T�xivMr�� f'ax��lirt�, __ per SC�Ll�l1"i: �04� Dciet� a31 o�l��r i��etl��ds of p�ym�:rit. P-�i2{l I�'I{1D-1 2/2219� AC 1�0153i0-14Ar CtiG 1Z li�� �-�20 �UR���Y �4iV� ��4X11dV�4Y �'AIi�TIN� _ D�SCRI�i18N 620-].l Th.is item sk�ail cansist of the painting of numbers, markings, and stripes on the surface of runways, taxiways, and aprons, in accordance with these specifications and at the ioca[ians shown on the plans, or as directed by the Engineer. fV�11A`���1�1�� 62U-21 MATERIALS ACCEPTANCE. Ths Contractor shaIl furnish tnan�facturer's certi�ed test reports fvr materials shipped to the project. The certi�ed test reparts shall include a statemen# that ti�e materials meet the specification requirements. The reports can be used for rnaterial acceptance or the Engineer may perforin verification testing. The reports shail not be interpreted as a basis for payment. 3'he Contractor shall notify the E�gineer upon arrival of a shiprnent af materials to the site. 620-2.2 PAINT. Paint shall b� jWaterbprne, �pnxy, Methacrylate, or Solvent-base] in accordance with the requirements of paragraph 620-2.2[ j. paint shaIl be furnished in [ J in accorc�ar�ce with Federal Standard No 595. **,�***�*�*�*�*�**�***,�*,�*,�,�*,�,�****,�****�***�**�*,�,��**,�*,�**,�*,� The Engineer shail specify paint type(s) and appropriate paragraph num#�er(s}. The E�gineer shali insert the colors to be used on a�troject from the following Iist: W hite - 37425 Rad � 31136 �eYlow - 33538 or 33655 - Black - 37038 I'ink - 1 part Red - 31136 to 2 parts White - 3792� Waterbarne or solvent base black paint should be usad tn outline a border at least 6 inches (15U mm) wide �rnund markings on all light coiored pavements. For TT-P-1952D and A-A-2S86A paints, the �ngineer shall specify thc type required. + Type I is intended for those locations where slawer traeking is nnt aa inconvenience. iType II is intended for striping locations wi►ere faster curing is desirable. Type III {A-A-2886A only) - Premixed Refl�ctorized, Standard Dry for temporary markings. ' *�+,� *;��r�r,�e�**x,��e **ar,k*,t� ** �**t**t**,�* *�r*t�**�x* �r� �r,� **,tw*#,k,t**�* r* <� 4 g. WATERBQANE. Pairit shall rneet the requireinen'ts of�Federal Specification TT-P-1952I],[Type 1 or Type iI]. h. �PDXY. Paint shall be a two eampanent, minirnum 99 percent solids type system aonfprming to the following: ' (1} Pigments. Component A. Percent by weight. (a) W�ite: Titanium Dioxide, ASTM D 476, type �I shall be 18 percent minimum (1b.5 percent minimum at l OQ percent purity). (b) Yellvw and Cvla�rs: ' Titaniunn Dioxide, ASTM D 476, type II shal] be 1�4 to 17 percent. .� Organic yellow, other coiars, and tinting as required to meet color standard. Bpoxy resm shall be 75 to 79 percent. (�) Epoxy Content. Component A. The weight per epoxy equivalent, when tasted in accordance with ASTM D 1 b52 shall be the manufacturer's target plus or �ninus 50. ��5 AC 15�1a3�0-1DA Ci�iG 12 2r22�99 (3) Annine Number. Camponent $. When tested in accordance with A5TM D 2074 shall be the manufacturer's target plus or rninus S0. .(4) Prohitiited Materia�s. 'Fhe manufacturer shalf certify that the produci does not contain mercury�, lead, �exavalent chromium, halogenated sol�ents, nar any carcinogen, as defined in 29 CFR 191Q.120�. (5) Daylight Directional Reilectance: (a} W hite: The daylight directional reflectance af the white paint shal! not be less than 75 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard Na. I41, h�ethod 6I21.. (b) Yellow: The daylight directional reflectance of the yeliow paint shall not be less than 38 percent (reiative to magnesium oxide), when #ested in accordance with Federa] Test Method Standard No. 141. The x and y �aluas shall be consistent with the Pederal Hegman yellow color standarci chart fnr traffc yellaw standard 33538, or sE�all be consistent with the #olerxnce listed belaw: x .�#62 x _470 x .479 x .501 y ,438 y .455 y .42$ y .452 {6) Accelerated Weatherin�. (a) Sample Preparatiqn. Apply the paint at a wet film thickness of 4.013 inch (0.33 rnm} to four 3 by 6 inch (8 by ] 5 cm) aluminum panels prepared as described in Federal Test Methad Standard No. 141, Method 2013. Air dry the sample 48 hours under standard eonditians. (h} Testing Canditions. Test in accordance wit1� ASTM G 53 using both Ultra Violet (UV-B) Light and condensate exgasure, 72 hours total, altemating 4 hour UV exposure at 60 degree C, and 4 haurs condensate exposure at 40 degrees C. (cj Evaluation. Remove the sainples and conditian for 24 hours under standard canditions. Determine the directionaf reflectance and color match using the procedures in paragraph 620-2.2b(5) abo�e. E�aluate for conforzz�ance with the coIor requirements. {q) Volatiie Organic Content. Determine the �volatile organic content in accordance with 40 CFR Part 60 Appendix A, Method 24. (8} Dry Opacity. Use Procedure �, M�thod B of Method 4121 of Federal TesE Method Standard Na. i41. The wet film thickness shall be �.015 inch (0..12 mm}. The minimum opacity far white and colnrs shall be Q.92. {9} Abrasion Resistance. Sub}ect the panels prepared in paragraph 620-2.2b(6) to the abras�an test in accordance with ASTNf D 968, Method A, exe�pt that the inside diameter af the metal guide tube shalj ba from 0.747 to a.7S0 �inch (18.97 to 19A5 mm). Fi�e liters o€ unused sanci sha�I be usad for each test panel. The test shali be run on two test paneis. [Nvte: fi�e liters of sand weighs 17.5 1b. (7.94 kg).] Bath baked and weathered paint films shal] require not less than 150 ]iters af sand for the remaval ofthe paint films. (1D) Hardness, 5hore. Hardness shall be at feast 80 when tested in accordanee with ASTM D 224p, c. M�THACRYLATE. Paint shall be a two co�n�onent, minimum 94 percent so[ids-type system cnnforrning to the following: (1) Pigrnents. Component A. Percent by weight. (a} W hi�e: Titanium Dioxid�, ASTM D 476, type II shall be 6 percent minimum. Methacrylate resin shall be 18 pereent minimum. 22B Z122,1�9 AC 1a015370-'tQ�4 CI�iG 'i2 (b) YelZow and Colors: ' Titanium Dioxide,.ASTM D 476, type II shall be 6 percent nzinirnum. Organic yellow, other colors, and tintia�g as required to meet color standard. Methacrylate resin shall be 1$ percent minimum. (2) Prohibi#ed Matersals. The manufacturer shaIl cartify that the praduct does nc�t� car�tain mercury, lead, hex�,valent chromium, haloganated solvents, nar any carcinogen, as defitted in 29 C�'R 19i0.1200. (3) Daylig6t Airectional Reflecfance: {a) White: TE�e daylight directianal reflectance of the white paint shall not be less than 80 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No. 141, Method 6121 _ (b) Yellow: The daylight directional reflectance of the yellow paint shalI not be less than 55 percent (reiati�e to magnesium oxide), when tested in accordance with Federaf Test Method Standard No. 141. The x and y va�ues shall be cansistent with the Federal Hegman yellow color standard chart for tra#'fic yeliov�+ standard 33538, or shall be cansister�t with the tolerance iisted below: x .462 x .470 x .479 x .501 y .�38 y .455 y .428 y .452 (4) Acceleratad Weathering: (a) Sampie Preparation. Apply the paint at a wet fi�m thickness of fl.�13 inch (0.33 mm) to four 3 6y 6 inch (8 by 15 cm) aluminum panets preparad as ciescribed in Method 2013 of Federal Test Method Standard No. 14l. Air dry t.�e sample 48 haurs under standard canditions. (b) Testing Conditions. Test in accvrdance with ASTM G 53 using both iJltra Violet {UV-B) Light and candensate exposure, 72 hours total, alternating 4 hour UV exposure at 60 degree C, and a haurs condensate exposure at 40 degrees C. (c) Evaluatian. IZemove the samples and condition for 24 haurs under standard conditi�ns. Determine the directional re�Tectance and color rnatch using the procedrares in para�raph 620-2.2c(3) � 4 above. Evaivate for confarmance with the calnr requffements. (5) Vnlatile Organic Con#ent Detarmine the vojatile vrg�nic content in accordanee witl� 40 CFR Part 60 Appendix A, Methoci 24. (6) Dry Opacity. Use Procedure B, Method B of Method 4121 of Federal Test Method Standard No. 141. 'Fhe wet film thicicness shall be Q.O15 inch (0.12 rnrn). The minimum opacity for white and colors shall be 0.92. (`l} Abrasian Resistance, 5ubject tkxe panels prepared in paragraph 620-2.2c(4} to the abrasian test in accordance rvith ASTM T7 968, Method A, except that the inside dismeter of the metal guide t�be sh�ll be from 0.747 to 0.750 inch (18.97 to i.9.D5 mm). Five liters pf unused sand siaall be used for each test panel. The test shall be run on two test ganels, [Note: five liters of sand weighs 17.5 lb. (794 kg).] Both t�aked and vK+eatttered pairit films shali require not iess than 1�0 liters ai send for the remaval of the paint films. (8) Hardness, Shore. Hardness shall fi�e at leasi SO when tested in accorda�ce with ASTM D Z240. d. SOL'V�NT-BAS�. Paint shall meet the requirements of Federal Specifcation [A-A-2886A Type I or Type II]. 6Z0-�.3 REFLEC'�IVE MEDIA. G3ass beads shall meet the requuements of Fed. Spec. TT-�-1325, [ ]. Glass beads shall ha treatsd with adhesion pramoting andlor flota'tian coatings as speci�ed by the manufacturer of the paint. 227 �C 1501�3i0-'f0A CFiG 1a 2122J99 ��r,�*�**��,a,�,��***�*,�***�r*��*���.*�***�+��*��,�********�*�*�**�*� G}ass beads impro�e the friction characteristics nf all markings. The Engineer shall speeify: �'ype �--gradation A, ar Type III. The �ngi.neer should consult with the �aint manufacturer on the vse nf adhesion, flow gromoting, and/or flotation additives. **�*,�k,�***,�**�,�a�*��w�***�**,�*,�*+*�*�**�,��**,�*��*��,�*�*,�*,�**** �6za-�.4 SILICA SAND. 5ilica sand shall i�e faundry grade silica sand compased of at least 99.5 �ercent silicot� d'roxic3e when tested in accordance with ASTM C 14b. The gradation of the silica saad shail meet the pain# manufacturer`s recommendations and shaIl appraximate a 50/6U graded sand when tested in accordance with ASTM C-136.J ���**�***a�*,�,�*�*��*,�*�******�*�*�*,���****,�**,�**�*******��*�x** Silica sand imprnves_ the friction characteris#ics of al! nnarkings and may reduce the rate of accumulation of rubber deposits. It is generaily no# practical to use both drop-on beads and sand in the paint. NOTES: 1. Where glass beads are rey�ired, sand is not necessary. 2. Where glass beads are not required for waterbor�e and sal�ent-bas�d paints, sand is optionaL 3. All epoxy and rexethacrylate paints rec}uire the addition oi glass beads or sand ta improve frictian characteristics. Thc �ngiz�eer shali spcci�y sand where glass beads are not required in ail epQxy and methacryla#e paints. *******��**.�,�***,�*,�*****a�***,�******�*�*****,���**,�*,�**,��**�**,� C�id�TRIJC�IQIV 1�11Y�ibOQS 620-3.1 WEATi�ER LIMITATIONS. The painting shal] be performed only when the surface is dry and when the surface temperature is at least 4S degrees F(7 degrees C) and rising and the pavement surface temperature is at least 5 degrees F(2.7 debrees C) above the dew point. [Painting operatians shall be discontinued when the surface tempe�rature exceeds [ ] degrees F([ ] degrees C.] *,��,r*,r*,��***��**�*�r*�***,�,�*,r,�*��,�*,�**�r*�**�***w��**,r,r,�*+,�w�** The Engineer may specify minimum and maximum ' surfaee #emperaEures based on paint manufacturer's recQmmendations. � *�,**�*��**�**�*+t*,�***�*,��**,�v��***�v�*�****�****,�*****�,r�**�*** ��,U-3.2 �QUYPMEN'T. Equipment shall inelude the apparatvs necessary to properly clean the existing surface, a mechanical maricing mac�ine, a bead and/or silica sand disQensing maehine, and such auxiliary hand-painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an a#omizing spray-type marking machiae suitable for application of traffic paint. It shall produce an e�en and uniform film t�ickness at the required coverage and shall apply markings of uniforrn cross sections and clear-cut edges without running or spattering and without o�er spray. 62.0-3.3 PREPARATION OF SU�'AGE. immediately before application of the paint, tt�e surface shall be dry and free from dirt, grease, ail, laitance, or other foreign raa�teria] that would reduce the bond between the paint and the pavement. The area to be painted shal] be cleaned by sweeping and blowing or by other methods as required to remo�e all dirt, laitance, ancf loose materials. (Paint shall noi be applied to Pnrtland cement concrete pavetnent until the areas to be painted are clean of curing material. Sandblasting ar hig�-pressure water shall be used to remave curing materials.] * �* *,t *�rv� * ** *,r� *:k*,��*tr*,�k,�*,�*�* **,�*,�* * �ra *** �* �* *�.* *+* ** **+*�,r* The Engineer shauld specify any additianal surface preparation required and shoald specify the type of surface preparation to be used whea existing markings interfere with or would cause adhesion problems with new maricings. *,� *,r* *� � *,�,��*# **,r,� *,� *** ** *,t ** ��** **,� *�,��* *,�,�,�* *� �,r�,�,� *+�** ***� �28 21��199 AC 150l�3i0-10A CHG 1� 6Z6-3.4 LAYOUT OF MARICINGS. The proposed markings shall be laid out in advance of the paint application. The incation.s of markings to recei�e gless beads shall be shown an the plans. [The lacations ot markings to receive silica sand shall be shvwn on the plans.] ' ***��**,�***,�*�**�*,�*.�****�x*,�*�*�*,�***,�****�**,�,�,�*,�*�r,�***,�,�*,�* Glass beads improve canspicuity and the friction characteristics of markings. When markings are part oi an AIP ar PFC funded pro,jeet, at a minimum, the Engir�eer shali indicate the following locatinns to receive glass beads: 1. At! runway and taxiway l�olding position markings. ti. Runway tt�reshhaid marlcing. . 3. Runway threshhold bar. 4. Runway aiming point rr�arking. 5. Runway designation marking. 6. Runway to�tchdown zooe markings. 7, Runway centerline marking. $. Taxiway centerline marking. ' 9. GengraphicaI pnsifion marking. 10. Surface �ainted signs. , In addition to the minimum list above, the following locations are recommended to receive glass beads: 11. Runway sicie stripes, � � 1�. Taziway edge markings, 13. Non-movement Area baundary markings, 14. Displaced threshold markings, and 15. Demarcation bar. *,k *�*�t ,t ****,t,r�*,k**,r,t�c*** �t+** ** ** ��r*��*�*��,t***te+� **�r* *w�� ar,�,�t 62U-3.5 APPLICATION. Paint shall be applied at thE locations and to the dimensions and spacing shown on the pians. Paint shall not be applied until the layo�t and condition of the surface has been approved by the Engineer. The edges of the markings shall not vary from a straight line more than 112 inch (12 mm) in 50 feet (15 m) and maricing dimensions and spacings sh.all be within the following tojerances: Dimensian and Spacing Tolerance 3b inches (910 mm) or less +I- 112 inch (12 mm) 1 � greater than 36 inches to 6 feet (910 mm to 1.$5 m} fl- l inch (25 mm} ;reater than 6 feet to 60 feet (1.85 m to 18.3 m) -�1- 2 inches (51 mm) �� greater t3�an 60 feet (18.3 m) +/- 3 inches (76 mm} The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pa�ement with a maricing machine at the rate(s) shown in Table 1. The addition of thinner will not� be permittsd. A period of { � shall elapse 6etween placement of a bituminous surface course or seal coat and application of the paint. TABLE 1. APPLICATION RATES FOR PAINT, GLASS BEADS, AND SYLICA SAND Paint Type * Paini Square feet per gallan, ft2lga] (Square meters per liier, m2/i} * Glass Seacis, Type I, Gradatian A Poands per gallon nf paint--lb.lgal. (TCilograms per iiter of paint--kg/I) * Glass Beatis, Type III Ponnds per gallan of paint--Ib./gal. (Kil�grarns per liter of paint--kgll * Silica Sand Pounds per gallnn of paint--lb./gal. {ICilograms per iiter of paint--kgll * a�8-1 ,�C 15Df53'�0-4�A C�IG 12 a122198 ******,��**********�*,�**,�**�*�*��*,�**,�**,�**,��*****�*,�*,�*,�****,� The En�ineer shall sgecify the application rates for paiat, glass beads, and silica sand from the fallowing table. APPLICATION RATES FOR PAINT, GLAS6 BEADS, AND SILICA SAND FOR TABI�� 1 Paint Type Water6orne Sol�ent Basa Epoxy Paint ^ ` Square feet per gallon, ft2/gal (Squsre meters per liter, m�/�) I15 ft�/gal. maximum (2.8 mx/l) 115 fta/gaI. maxi�num (2.8 m'/l) 90 ft�/gal. maximum {�.� nn�lI) Glass Beads, Type I, Gradation A Pounds per gailon of paint--lb.lgal. (Kilograms per liter of paint--kgll) i lb./ga1. minimum (4:85 kg/l) i ib./gaE. minimum (0.85 kg/l) 15 15.lgal. minimum (1.8 kg/l) Glass Beads, Tyge III Pounds per gallpn of paint--lb./gal. (Kilograms per liter oi paint—kg/l I2 Ib./gai. minimum (1.45 kgll) 12 lb.lga�. minimutn {1.45 kg/I} 24 Ib./ga1. minimum (2.9 lcgll) 5ilica Sand Pounds per gallon of paint--IbJgal. (Kilagrams per liter of paint--kg/l 4 lb./gal. minimum (0.5 kg/l) 4 6b./ga1. minin�um (Q.5 kgl!) $ Ib.lgal. minirnum (1.D kg/l) Methacrylate 45 ftZ/gal. maximum 15 Ib./ga�. minimum 24 lb./gal. minimum S lb./gai. minimum (1.1 mall) (1.8 kgl!} (2.9 kg/l) (1.0 kg/!) The Enginaer shalI specify the time peripd in arder ta allow �dequate curing af the pavement surface. The Engineer should cantact the paint manufact�rer to determine the wait period. Due to the increased surf�ce area to cover, the %llowing should be suhstituted when painting Y-40� 1'orous Fricttan Co�rse with watcrborne or solvent based paints: "The paint shall he mixed 3n aecnrdance with ih� man�facturer's instructions and ap�lied to the pavement with a marlting machine from two directions at 75 gercent of the rate(s} ( c.g. rate10.75 ior paint, 0.75xrate for beads and 5and)) shawn in Table 1 from esch direction." Markings may be required before paving aperations are compie#e. T�e Engrnesr may wish to specify waterbarne or solvent-based materials for temporary mprkings at 34-50 percent of the specifed appIication rates ( e.g. rate/0.5b ). No glass beads ar s�nd are reyuired for temporary markings. A-A-2886A, Type III may be used for temporary markings when reflectarized temporary maricings are desired � �r*** � *�t* *,r* �* *,� *�*** **,�* � *,r** *�,tar* *,�v� * r* **�*,�***� ***� ** �k ** ** * Glass beads shall be distributed upon the marked areas at t�e locations shown on the plans to recei�e glass 6eads immediateiy after application of the paint. A dispenser shall be furnished which is properfy designed for attachnnent to the marking mach.in.e and suitable for dispensing glass beads. Glass beads s1na11 be applied at t1�e rate(s} shown in Table l. Glass beads shal] not be applied to black paint. [Silica sand shall be distributed upon the marked areas at the lncatinns shown an the pians ta reeeive silica sand immediately after application of the paint. A dispenser shail be furnished whici� is properiy dcsi�ned %r attachment to t�e marking machine and suitable for dispensing silica sand. 9iiica sand shall he applied at the rate(s) shown in Table 1. Glass beads [and silica sand] s1�aI1 adhere ta the cured paint or all marking operations sha11 cease until corrections ars made. A!1 ernptied con#ainers shall be return.ed to the paint storage area for checking by the Engineer. The containers shaEl not be removed from the airpart or destroyed unti] autt�nrized by the Engineer. G26-3.6 PROT�CTION. Afker application of the paint, aii markings shall be prot�cted from damaga until the paint is dry. All surfaces shall be protected fro�n excess moisture andlor rain and from disfiguratian by spatter, splashes, spiilage, or dripgings of paint. 228-� �122/99 I�C 15�Ia3iU-10A CFIC 1� — - . ^., . � i�Eib�D �� 14����1��t�M��!`� fZ0-4.1 The quantity of runway and taxiway markings to be paid for shall be [the num6er of square feet (square meters) of painting �, the number of pounds (kilagranns af silica sand,] and tt�e number of paunds (kilograms) of reflec#ive medi�] jone camplete item in plsce] perforzned in accor�ance with the specifications and accepted by the Engineer. ��e�IS �F PAYII��R�i ; � � � 6�0-5.1 �ayinent shall he made at ihe respsctive contract [ptice per square foot (square meter)� [1�smp s�m price� %r runway and taxiway painting [, [price per pound {kilagram)] [lump sum price� for silica sand,] and [price per pound (kilogram)] [lump sum pricej for reflecti�e media. This price shall be full compensation for furnishing ai! materials and for al] labor, equipment, tools, and incidentais necessary ta complete the item. Payment will be made under; Item P-620-5.1-I Runway and Taxiway Painting jper square Foot (square meter)] [sump suan] �,*,�.��*,�*�***�*�*,�.�,�*,�*,�***�****�*�*,��,�*****�*�*�*****��*�*,�*� The �ngineer should include a gay item for each paint material speci�ed. *�.**•�x,�*���**,a�*�***��,�a��******,�*,�*��*�**�***,�*�*�*,�****���,�*�t Item P-62�-5.1-2 Reflecti�e Media Eper pound (kilvgram)J {lump sumJ Item P-b2Q-5.1-3Siiica Sand [per pound (kiingram)] [lump sumj TES [ {P!� �EQU�Fl�[�1l�1�i5 ASTM C-146 ASTM C 37l ASTM D 92 ASTM D 711 AS`I'�vI D 96$ A5Thi D 1b52 ASTM D 2a�4 ASTM D 2240 ASTM G 53 Chemical Analysis of Glass Sand Wire-C�oth Sie�e Analysis Qf Nonplastic Ceramic Powders Test Metfiod for Flash and Fire Paints by Cievela�d Open Cup No-Pick-Up Time of firaffic Paint Standard Test Methods for Abrasion Resistance of Organic Coatir��,s by Falling Abrasive - Test Method for Epoxy Content of Epoxy Resins Test Methad for Total Primary, Seconciary, 3�d Tertiary Amine Values of Fatty Amines by Alternative Indicator Method Test Method for Rub6er Products-Durometer Hardness OQerating Light and Water-Exposure Apparatus (Florescant UV-Condensation Type) for Exposure of IYonmetallic Materials. 228-3 AC'l�Q1�37p-10A C�;G 1� Federai Test Method Paint, Vamish, Lacquer and Related Materials; Methods of Inspection, Standard No. 141 Sampling and Testing ASTM D 476 Code of Federal Regulations Fed. Spec, TT-$-I325 Fed. 5pec. TT-P-1952D f4�Ae��F�I,�L R�QUI���fl�id�� 5pecifications for Titanium Dioxide Pigmen#s 40 CFR Part 6Q, A�pendix A 29 GFR Part i910.1200 Commercial Item Description (CID) A-A-2886A Federal Standard 595 Beads (Gfass Spheres) Retrore�lectiv� Paint, Traffic and Airfield Marking, Waterborne Paint, Traffic, So]�ent B�sed Cvlors used in Government Procurement �1��199 —� 228-4 �I+i[)�i�'iCAT��N� T� �TEII� T'•162 CH�II���II�k a #�i�;� TIYis �peci�l s�rec:if��:�ti��� Nr�odifies, a�ypliii�s, �r �me�d� �he t�c�3ti�iica] s�e�ifica�ions ��� p������ �nd �ak�s p�-ec�der�t c�ver �l�c�n i�� tl�e ev�.��� of an;v discre�ancy. �6�-�.1 I`.41�Y��;. Tit� Cahri� ������] h� ���ovci� ���i�h � ��-�uag�: jx,ly�i�y�� Cllil7]'I�� {PV�� {�<,��seci stee� anc� s�i�ll �onfo3�17� ��a �E�e �e+�uire���n�s oi' A�'!`!v� f� �6�5, �'Iass �b. �ol�r s11�11 l�e I�lacl�_ ��1��� a�i c��tker t����e�, l��-�.� L�ARBr.�} 1�4���F, 13ttrUcd ���ii� s�r�l bc ��sCi-�nd ].�-11� �;ua�e zityc coated �;�ire wilh �-�01I5C }]�ll'�?4 t1.CIC� ���1�aI GCl]lfs]Tlll �O C�12� 1�C�l,li]'�111��1�.6 l)i 1���'IVr A 1��, �.la�s 3, �IZain l,�aik Fence Gi•ad�. �fi?-2.� PCIST�, I�AI�,S A��] �il�iC:��. L�t�r ��osts, rail� and hr�c�s s�i�il he gt�lvanize� ste�l c:onfo����Yi��� lr� sh� rec�uirer�e�tis� �,f A�'f'M �y �08�. I]e3��e rsll �€h�.r kyp�s. 1fi�-�.4 [��A�i"F�. �al�s i'ranics sl�all r.or�sis� ��f ��l�a3Ytze�d s��el pi�,r; anri s€�al� coaiform !a lhe specific�tiort� �c�r [h� �a�� m�terR�� t«�r�e� pd�'�gra�h ���-�.�. 'I'Fre fa��-ic �k�xll �e uf tite sa�n� ��+pe materia! as �rscd i�Y �lyc icnce_ 1G2-?.6 NII�('�T.1�AN�t�L;S I�'I'�"'1'l1�CiS �1Iti1) H��Ii�J]V4t�1i�l+;. �Iis��tlane�us ste�el tit�in�,s ai�d �ia�•clw�r•c Ci}�- use ���iil1 r��c-c{�a�ed �i�.e� ���r�'�� �It�l] he [�1' c�c�Ri�ir�eE�ci�[� grac�e �te�l [�r k�e�l�r c{uali.�y, ��ro�lghl or casi a� �p�rc�priate to it}c tu•�i�€�, �1��'l Rl�f�1'itj�nt in �LrCi7�,�E7 lQ pCOV1dC R �?AL�iriL�[� [.�#:�I�,1� 1h'�1�.`I] LC5C.� kii L`.{]I��LI17CLlOf1 V1°IE�1 f FiR]1'iC, �7�fiiS 311i� 1�Vi1'c;ti c]I� [ill; (�lid�itV S���L��� t�e�ra.��. !+�!] s��el iilXin�� an� h�a-dw�te� �l�.all i�c pa•c�te�t�� v��ith � zinc co{xtin� �3}�,i'sed in �onforn�anc� wi��� �,STM �l 1 ��, Bu�he�E ��irc: �up��nr� a�°���� �I�a�i v�rsll��[r�n�i �� Ic���c� �I-?5f1 ��ou�3�� �p��ie� v��icalf�r �� 1he nuto�•n�osr. e�d at't1�e a�•n�, i62�-�.9 AI)i]IT�C}i�1�1,L �F.�L�IE��14�1�`7'— �i�iV�1G� C'out�•actor sfinl� tu�nish an� �n�tai! „Restr�cE��l fir�;:� — Au[h��`ir�c� F,a�try �nl}�., �ig�+� r�n �O� f�r�ce, Si�,�� sF�all he lo�a�cc� v�'�ltiin 5C} F��l ��r� eitl�e�• side� o�co�tYe� p��s�� �t al� ch�u��es in ���ec:t3c�� ��d at �U�1 fcet spac.it�g oii str$i�lit �-un�_ Sig�s 1 I��ot h3�1� �� 3 fe�f ioi��, be i�abricat�d o� �lun�iii�ii� �1a�e. nic�•i�ed as it�dic�lc� ot� dE��;i'�kn� an lh� �'c�ll��wia�� p��e. Cc�lc��' �h�all m�t�l� exjskGn� �ign� as closel}+ a� prac�icablc. Co�7trac�or ����11 �uhrr�i� � s:�n�}�le tc� ItPI� fc>r a�r�eovaC p�i�i• [c� i�r��all��ic�n_ 1G���.� II�]S`fAI.L1I�[� '1'(�1' R�►1L�;. T�� r�ai�� s�r�ll t�e �ns��lleci c»���� if rc�uired to �i���t�h e�c�sl3ng Fens:e ar i� s��c7wn o�� tl��: �lar��, E-�b� �+10�-1 1(�2-3.fi �;LL:�TI���;�L G���J�1�S. S�b�liEu�e lhe f��fowi�rg p�rt�graph. 1tcFn 1�� 1 fi�-�.1 itran F�16�-2�,9 Chain i�i� ��nce -- pc� �ine�i• fo�� �ig�� — s3�r�� shall l�. incIuileci �� �lic ��asis c�f payt�ier�� f�rr �'h�in Lin�c �'�r�ce F-�62 �o��z EItCL1'iC�l �;PO�lil�5 Sh��I l� IriS��IIeC� oi� ��C�'1 si�� Of d g�t� �]'rd VYher� �, pc��wcr �ir�e p�s�es vve� lh� f�nce. T��Ee �rotir�d sl��l] �ie instal��d d�r�cll}+b�ic�v�r tl'Me poiii� of cro�sing. �rau�d �r{��s sh��i he of tlie si�r and I��r��h �E�own on ii�e ����is. 1r�s�al���Fot� shall be as� �h�xwn on tl�� �lans. l��lalltiCion o�' �rr}u��cl rods shall nc�t co�7stjl�te ��ny �Ee� u�c� shw�Jl l�� consi�er��i ittic�dental tv �C�1C� C�RSiRki:�1�1T�C. 1�i�-�,1 l.G�-�, � j���l:iC !"���iCI1G� i[] f1t�Tr3C ]-f]�i��ilreltlCCll. T�e��t� �e�'eren�:e « r����r�c rr�ea�urcu7e�t. Payin�r�� waJ� he mad� �nder; l' " '4 �p ',�.+ , �. � '�r � �ti��. y t � � .. �r. ��# M • ' }� �1 'a- � � t'' ,� ! f ' y r '- - t,� � ' ' ' } , '�. �� ' ' , � i. .�' ��'': � L . , �r �', . .�� 3 ,{• Z„ �� 7:� ".•y�h'' 1 v ' - .'s�'` , .. . �,w ".ti'6 :�. Y-:s�lFi"' ��-� . � , . �� � ' �, ' � !"� �' �1� J. .y .� � F+ ';��; •' .:I��: . . n1.�J�-� .� . •.. ' • �+ , � r .�. �, � . `. �n �� ,T'' + T' U'-r�. ,� + � .�.: .iS'y .. y,T�.r7�' i. 4+", � x ' cU' M. } , i�� -, Y� . '7 . i�. �' � ' ��'� � ' } . 1 . � . i'.-. .}l� !� - ` l� � . �;' �1 � � '}r�" ' r' � +� . �, ��� + '} � ��f_ k r '.. , T���� 4 � . ' �•- � '� I ' . `4' .2� > ' . i�� 'i � ' i_ iA . 'M.��'�a� � �f \ :+ . . � L I ry} '�•'�`�,+�•• ,'.,) _ .. . f ,.'�, .fi , .� "� ..s' � ' r' ''�� r'_ �, � . s. x.: . �,�.:, �' .�f . ,.::-. '�;' �, , t � , f .r , ' �, 'S , � � 4T �'1 . . . . � � ,,�, ,.i ,y. f,.F,!{ .� ; .��'•__ 'y. - - : .,�... 7 r. � y , ' r - ..y.' � � _ ' }' ; �.' .t � . � .�� �M1 ,� . .. ' ��-x �' " y''i� -, .' . rY�+^� I _'_ ��;• �'��.�� ' ; h_*�� ��- F��'`.-,: 'i' �;,-�s �t �,�,� , ,�-• -�: -t r ,�.. }:' � �ia;+''�.: �� ���a�.� ��ti�y�.1.=.r..._.f..� ri?-,y`.i�Y��.. �y7F,.x `t�i���r' p�t. .�. 4� "�y��a�� '��� tir t���� ��jt� :f :��f - � �y�L� }����I.Ssr'� 4��{� .f..;�.}' �_*�f, .4�1'r���• `���± �- ��'L1y� '+ r. L'`��. - r -'+,' .'��M,i'�''�-��4�'' ���' ' �' �i.`-i' .{}r� �y • ti�_: *'I ''F .� �x r� -x. l.� ., ,41, � i * ��4��� � � ' �� ���'�, � J� 5 � ?':� � •��� 4 . i R Y. �'�L `l Fa�i�: �S= � � �' 4. �_ :.`�if�G;� �* ��r. ,� '�I�.� �L.�� , '�� I'. . --��=1�I+V; V�'. - :_��, - - TY�vv ' 'a i.F +.�+,__ �4f�_� � ` 1 �.sil.,�v, ., � _ _5�:�77,« l , � y =i � _ • �„--r� i t�.r Z�'�•l y � , . .i4- ,�S • i I ' ,� _ Y � . . '"' r � + ' y .�, �- $ , � ' � ,� '�� r I I} .,+'!' .,�� r .' 'r. * �-,•s . ..n _ m . �: , 9 i� i 'k f, -� � � +'� ��' �.�3` �':'r}; S_ +�. �. ., ,� �L' � ' � • n. { ' -'�-.�.i`- �u�� +,� I� 5 � - �� _' 7- r �C ' �,yr , -.F' �- :�,`k � � '. . . 1�. "ti' ', " �.�1�_.��•i�� '.. .�� �. f�'".i S�,Ik`�f . ' �il� ' ��4 � � ^��a�� . ss}�� � .�:��5��.p �k_�N� .I... - , , 1' :_1 �A�';' ���.L•�-1 � ,a4 :'r'..,'+r... .�1''��k*,':`. �{�;t;. ` �`:. -�� _ ,�„ `yw�, . ' ;F�%'r4. .��:,.�;,.��5:t: •_{.�V � . '`�'' � 'r'�:'+...' F� �r�k� `� i:_ r u' " a��4�ly''. "5 l'. ,.; i��'+4' �f;.'�� . �� oxj+ �3R.n 'j�,rv5��?� �*� � r J, 5:�' �y� 1i � � �. T ,.�_'.' .'�.,�'- '.A'" . :. ..I. }_4 { � ' _ 4.{ �- `+I . � '��-.�}'~}���1�.'��.�.� ' a.f "`�y�`' Y � _ . '"�� '�'' � q��� I +4 j' ' s�i.i� ''` .'�'i'� 's�tr'-' ^�''.���{':. J �;�" �A��'+: lF+�'t �r. . � ��J " cah.-�ti�.'� '� 'o [.,�',�}'.�..�,- y - .•� s . � ,rr; � ,� . [, � _ '_'. "L'.'�', l:. ,., ' . ,k'. + °,� {' .+� `'., �.�4.'j� : .t .�S.�Y.ltP.�.��a�� 'n '�.�.:.�"� '��.�..��'15J�1 �� �'-�„'.�i �'i., ii4i�t�. . r`�*I: _.i w� i ..'`?ti ' "I{ t�Y=' ::ti�. �' , �ry.� ,-� �' ..x �+,�'',:,',��. � � � •�T � ,"-} f�` '-'S;i:�.; .. '�,'��-ev''" y� ' ' - . -- �r � :.i'' t4'�,,-r 'I� µ �?.7. ` V;�:;�x�.:: ._� .,k".. -,h s }�IiL I _ _.'%' .' I � �"����,�y ti.:,s5�. �r`.:.�._.;�_.: ... �. �. ; _ }i:+,.ti ' r. _.-5 i ' •l� ` �:'rt'.'i,{ �e i�'F:'; : .�i � � lrT�.�.�,' ' "� ���. - �e� • �, ;`�:.' �k: _ i ��• G_. ',:' `.�...� • . � * •. �.�}.'': �. .^�._4� , +' '`i��j � y ' �.'. � � �.�+µ -. ��]�. . ' �'I..' ��':�'�"�.�.�. r�]r.1t.'„�.�.� � --^ ,�}. �.. . I'"'4 . .+ '.��_•r�: .�1 . ' �7 'rY��M1'�' _ r -L�' .� 4jr .i' �:�i ""+�' ^�� ' r:��{4 �` T .'.'r-:':.._ti�::=_�� 'h�'J Tf " i'' . , 'r � }• �� �"� }�1J '-�Lti ' � _1 ����`;•'" ' .�- EL'�i. � _ �'.. ;.?.� - �..�',J rk-4,;c�_.�s...'�."r:���":jj:'� rF��}�`��' � _ �� ..:s;-.` �;;" �t,f �y '� '� '�°' 4i� � � -'-y'.'4� I' . -.L�` ��i• •�.i� r '� . �_�. F�� L.��' �. y�_,�, .�. _. �h* ��4i�. � f :, . fi �+j� _�1 _�'� �. �i�� - .�I�� ��� � .}� . `�+'ryri T/���:�T■y •,�3�' �r" ���H'-. ��,.'r� .'�"J' �i: �ti,�J''� a�r .. � 5'_� 2.•.�;�.:rGZ$�`�� 1tL'i:.:.�..�' S '1��. '�y� *} ELF ' ; `'1 "�FI�_ JS ��_{~�: ��}� �1�� ' ; �. � }I s�`i�.�.:. _��h �yl�� rY�'[CI'w ' !�' y�'.:�'�• +'�'�. _ ''14'}�� , r ..�i'h+�x�.'i'} � ti� � { �.�-' *:.T''' ' -F, �'a'L''�ijf �. . i � j� '��' � }I �`�¢--:s' � + , .�� . ..{�: ���� ` � J" �;'� wnS��> ..�,7�� i:i i'��. . .�+ I w. ' � i, J:'.' .-�:�W'�'� :.�,� lt,t .,.�'.;.,i.T,'..�';;�' �: .. •�. a"�`"� .?y'Y '�� .-:y- � �� . . i --i s�n�-.� �� r [�� i{i' S �rv- , 'i,' ", `� f-' ,+�- •'^ C ,4 ' i��.^" /�y�r*.�� y� - I�.'. iT:.`;.�.ti:o, ' , - '� '.. � __'- r." _� -.; - �' �r�'+�,' -` 5 �C- f.�iil *'_;:t' �� ' . - - .-r.. f�--r �r.�'u�C ..�.- '��' '.}�yr'�� 4..yf r"'� ���'�lk7�Y 4� t,�- ... • } f �u� �. �� ' � .. r � �1�� .�. r:r_ '.�'f' r7-��.��'�,.��_ �_.:i.- ' Y ''a"'� +S', ti 5r,�.}�'"' � '#;�'y�'4 i ria � ` ' � s�k{�,�� i� „� � � � F�,° #= ' n �-:�F �n.. :3 � �.i ' x �� ` { F 4� k :'�. _ . F" ,\ �j F4'�i'.l'.� �Y� . } r 'i��:..' 1 �! S.�' }ti' 1��r � 1: 5 iLL ^4 15'` `'�'�" ' '- " L��'.� �ry ..^��� ' M1y i''� '� , �.A'-" }�y'��.�;iL- ��� "'y�' .r. ,9V �ll � ` �-x -a•.r"a,�x„ ..i:.M1� M1�'r. �'=�rrF�;'�'tFi '• � ~ �-r�'. 7C:b'.r �. � ��' .�.'9 � �• M15{��' !'_+}r'isti.�.� J:r-:- ."T' ' ;'yV ��r�' • +r �`' 'F�� � n '1 � h'!" i' 'k.. i� ' � ,'j ' �' . i _ . ,,'�, ,,:.x: w.���';'•s: �.}s`1 * .�' �v � � �.:: '' � � .,; � �a;r'�f' -�.ir � .�. :'�V � 'i yt�__' -. y'���.J'.;.- :4'. �.� r,,,P.�1F" '.'r �' ��'=J.'.+�i ��_�.; . . '`' .�c �'" � � �� _ a -. .;. .��.,..�.',,--{,' ,��' I�. '�;�., �'.�� '`�`,�' ' .t�r� �.'���'.� ���: , .'. ,� }}_•' ?:Y'-f , ,;:� ;�: � y � „ :,n,�.,, ,:.h. _M,. . , .��, -.,�,- :� _ ' .,�. �s �"�.v, � . � M� � r�,�4:;�. . . � : ,.,��_' � .r:' �. i,',�,,,F� ¢ _ � %-�.y k ,�x-� F �. �.�, �h� ,�x 7} '.�'�; ��y�` va� � _ _ - i,;r ' � ""�'�.' f'� �`�! '* �r�l. .�.y�.,�.+ .� ;� �;` -'f� - � ��_;:``.,;�hr.i.'.�ti��.}:.- U:v.=•' r� tk. � L� 4`�i �d,k' �X h ' �'b:� � , a '� - '_� F:'::'.- ]�'},' 1 k _ !'� �a^ . � '� •+` _ ,7��.r�..} � - �>.r � , Y, �.t. �-�'' `�� ';r..'�... I � . . .. dS-��-y. Y..- _'�_^��� i r i _ 'x i - .`I�/�f.:N=:^.e�� ,'��� i`�I'���i��'x�,�Ft'�k;��.4��- ,���j ,.�.4'."1 L.0 �r,l, �t*- .. ' � *ly �f,} �il+ �5,����+'�; � �'.- �'y " I�� M1 :<}`:'s . ���f; � 1 � ` f 4 � �:�Y.,v�����- � v. _ i'- �.�';5�;:��•:.5'.-+.�.r �'-��1if_��;.h. �'�, .r� }'�� :4' � �_.. .. �;1Y �R .:"r'.Y_;ri; J� I''e.•�v�� � ..,�' { .}�-i '�..��� kt�' kl:t. 1�...k,'ar: � rr�i�.�`?� �'._5.�11 �,�' _ . �� ��y'_ �ti�.a �k'. 5�....��y�, .:J-. '. .�-� *.r.� .. �' �'�{.' - 'r - .y.-< _ .'%','- ,�k.,k'5::::'.��..� � '�: ' �-.i ,... �..�. .�+'' I . - '} a'e, :4 3_ �"F �'' , +,� ,� -'S".� � 'j_". �, ."�S'.�;:.f. 4_'�-�i��:'.�- Y _ � 5 _ '�;�i� f �. ��F. •k.�'�' � �c�� s�, , � �};:.: ,N=,;�,.', }, . r�M1i �i� �. �: i � : ''�`' - �,� ����...�; Pr�r..,a' , �'}�•- :;'i�� .r� - y; .7 , �- ::,� ,�_.�;-.r - ' : n+{t;,w.',:',�.'� * ,i �+' 'ti+n '�.-•'' �'� '� +`�.'��'+��+ . '�.'' �'� S;' '� . } M1 ', .1 +.3 f��.�.1:' ,.'.i.�.' .". ++ � :�4 �. -`.� . {�� � �i r-�� - ��F�.: � _.� l.� k }�''^ f rr �1+1 �.�,-,�`;��"h','�.3�xr�."..-'".'�fnr .� J. *' � � •��.' '� { •.�• 'r•�•� � ..C;+°:.i' �'o- �,{.r: � . �' , i`�.,�,' +�� , r"^';-''.,.. _�� rtr�c 'r wy y S_ ''� ..i.; ��� . l. `�'!i''�.��-':;?'-'� :,?1`.�`ti� :���.'�� �i''-; •'�`f;'.. '. .,�:. ~(.' � ' �_S ��fi'��' : �._. � �. ��" �� � 'j^�s� : i 'r�•. �{'i�� } � }�, X}ti x'I�. 4' �i ti' ti:.:.l�i�?v'�.7'� ' . � .f.*{C. f`� .,Si . 2 !. M1-:':i �}�'��1: `r:•'.. . . _ + ', �y.� ��. : {,�'. � �f . �'. �� 4 '�J+ s�v :,± _'�±)fL�„: �� 4'�':.1�: 'k'�� �n 4,, .r, i»:' ' .ar,�,A'� ,�]�.f� r _ � 'i .>}fi* _ z.�r.�"1.�41i�'_--."ry�=���Iry� .1. _ I��. T' -�" 4�}'''�i. a�K�" �f�. '�' :a. a'�:,�'��g �+1.7 r: �,i� -�3 *',}�,,4+'i � 'i"r'..}r���� �i "�-'f'_ ��;,:�4r't:�}� _ '�} - � ��4�'}�' .�-..x. �' ���;�,h.,� l �,� i' ��: •� r:w�� . '� �:'Ci'.-. ��`.�,. �.e-'� '�* :¢,.� :J..'" .y. .+�_� t'. ; �4 ,'P' �'�hr "3y;;. _ i �{.'2'� f.'.'=}: . .�• p n'. �M1".y� . "r '' _Lr' .�.. + y * � ' � �. . � �. t� �, � .��.. .. I Y� .y "h i��... �` .. s ' �"} I ��_iC.'i;. �. �i5�.���.k�r.'i�},� ����_:��.C.}+���.-�'Cti.��' 4_{�. �'L + �� .}, r'-. �. . ��. �.. „�}�',•' �;_ F�F,�`. �- � ' Y I * ;����L. �.�'..:� i.��:._ �. :�R�� - Ik,'a. ��l''�.�� '�_ . �4< �r�r'r .. 4y - " $ �..1 �-%_' _ r� ��, ,� �'k'; i.. sa,_ i.' . .t�,'.r,i�` ,� . • ` .� .,F• [�.�51 : '1 � '"�� � �it �''- i�r' �{S-L � 'sF + � ''�Y' .. ��'.�'t,. ia!'" �� . : , ` tiy ..f. ' ;�`�:�n_� y :i ;�,"�#, _'*L...�.. �' ,�1. � ,c:ti ry ',��`,�,��.x'��� 'x�:.�;1"�fi' � �� � � �' � � �'� �• '+ .• � � � -a�`'�'�;: {'- ;r�-� •��'��'� .. ' '� � £� '.��'-' -� h'•y �"1 '`r;, , : ,,_iR• f: � .'� .:� -s.��.i�h��,� �'���_-' ;{��,�� � - �;�,;.'��t� �'��: , i'"t�?�,. . �i � .. ; ��I I ; ;�--�;�� a. •x�.:'�c;� �: �e ,,�- �. .]�t` . 4'e'.r' �! � r "•'' � /=�<��. " . . '- _ .'4�'M1 , ri _ Y I" ti � F �i, � �� . � I�� } ,.i] ' '�}:.� �'_�.��.�.�i �?f:. � /''' ���� .�'Jy��i'ry�i. "� '�� l}�{ �' "���' :++��' 'F� It. ;�4i�F"� 1 . ` - � .Jti �SJS �i � sli t""t.}}• �� � M1 ' ��'' }f � 1 �1 .�' " ' + fr,' i � +.A ' + �„ Fv�? = � ti, � '�.i�� � . ,�. ,�k r i-.. -t£f' `}'±�l�k' i�"�Y ' ' � I. _ i' Y '' r �' + � �.` . . Rt ,' .- r. , : , S- . M;' •' w :.� ,�,b,.{`.s�.Mk.,. _ .' � "'ti-{ .�F- ,.. "�14y� � ,,`= . , �+����"' ��:7.:,+:�, � , � �,' 'k�� -;`�'�,} �{!:.� '�;,: � . � � �� �f� rr��fi,. �.,��-' 'r . . ' I I . . 'y ra"' ' �}' n.t� { '�'..- � - . - .'ly _ ' � - �'A�' "�r F'�,f._:.` �.i-r 1" w� ' }, r.. ' ii � '. - i.A�- . - � -'S +;• _'a��!Y':��: `��:r �f" +�.. � y .y� ` s�1�'.� �4� � - . -•;?.� ' ,� f �. � : � ' ,'� ' .. .:: . "ti_;i„� � . R' „ _ . .4'F ;,. � :�„f� ' � �,.r�_- . r�'„ � 4- � �Y� �� ..fi. ' ': a. . ' • ��"'k"�'. _�"�,;�f ,_�"'�' - ' � '�+� �� � � ��+'�''y '. "'ii `'��4`' +'y�:��'1��, `� �' ti• 45f; � .�rj_ ,y � . � ..N-� r�.. ��4;:. � ,'t'�" '1; �'�: �'r�_�1+ `# ''r '? .i {' rL- ' �' .�' �.I'� ..rW�'�'µ ' ' ' . ' �!}� ' � 1�'y" S _�,' ' � �. - � � ' � k, � � _ r'��5� �� , _:ej:f'.. _ .'i . �- ' 4 � , .� � �7 - �' Y . x.� yy � •�ti r}-- t�� 1 ,C � e���,•.y�. � � . � " '7-�, -�.. . �2• �'a�, .� 'F • _ �'I� r'� � 1' �.i� . � +� ''• s • '� �i�-+, J ''_ ��. •� _ ~ � ; :�.' . �`y1�� , k' ��.�f �r.� ' r�'•?r �f� 4�� F� '';+i: 1.., . � . ' :}i'bs.� ��{ ., �'r:.:� . .. * . ��y{' � • � . T{Y.v�};�" }`!,��.��7:. '� . � ' h � �€'; �'4 � '� �� F 'S �: ��` k �ti� k . ,`,�� � ' ��•Y� � :��,�f,�:, . . i�.ia��t , w:i's�" -?� � . F -���4 � ��f'��iis ���I�1 . '1' a� . .'4: . � .C-i ��'' . �^ . '"J�wSr ' �.�¢'� :�f� � f ;� . � - t _ ^+�h.�� 4Y l � , fiy.-�.IfI .. . . . F Yi �fS` +�5- �o- , . �, �4 •� :..� -r� 4� ' +� .4�;��.}� . � �' n'J•L „' I..� __ . ttirf Y `}. '�1.��.i_i.�. S1�r . I_ ��.. - .�. .. _� _. . . _. `�4 Z1' �G'�'� .. 5120198 ac ��o�s37a� oA cH� � �. li�� �-� 6� c��l�-Ll��t ��iV��� ��s��i��io�v 162-1.1 'T'his item shall consist of furnisi�ing.and erectirtg a�chain-liusk fence in accordance �with these specifications and the detai�s shown on tha plans and in conformity with the lines and grades shawn on the plans or establzsh�d by the Engineer. IIIIA,Y�RIALS I62-2.I FABRIC. [The fabric shall be woven v►�ith a 9-gauge L$alvanized �teel wire] [polyviny! chloride (PVC)-coated steel] [aluminum a15oy] [zinc-5°/n aluminum mischmeta[j wire in a 2-inch (5a mm) mesb and shall me�t Ehe requirements oi � }.) [The fabric shall be woven from a[ ] gauge alu�ninum-coated steel wire in a�-inch (50 mm) mesh and shall conform to the requirements of ASTM A 491.j ****�*�:e�*�x**�***�***�*******��**�**�****�*��*��*****x��::************�*************���a�#s�:* Galvanized steel fabric shall conform tn the requirements of' ASTM A 392, Ciass �. Polyvinyl chloride-coated steel shall conform to the reqairements of AS'�M F 668, Giass 2b. Aluminum alloy fabric shall conform to the requir•ements ofASTM F I183. Zinc-5% aluminum mischmetal alloy coated stee! shall conform to the reqairements of ASTM F 1345, Class 2. The Engineer shall speciFy 9 or 10 gaage ajuminum-coated wire. Metallie-coated fabric shail have a clear acrylic coat'sng applied to the selvage area after weaving. �***���:�����:**���*���**********�**�*********�x�*****�*�**�*���::�*���*********��***:��:�***�*�** 162-�.2 BARBED WIRE. Barbed w�re shal! be 2-stt'and 12-112 gauge [zinc-coa#ed] [alurrxinum-coatedj wire with 4-point barbs and shal] confarm tv the requirements of j ]. � ****��r������*�**�*���****��***�*************�:�»�****�***��•*��*�*�x**********��x�:��:*��**�*�* Zinc-coated barbed wire shall conform to the requiresnents of AS'I`M A�21, Class 3, Chain Link Fetsce Grade. Alnminum-coated �arbed wire shall cnnform to the requ�irements of ASTM�A 585, Class TT. *�***********�*�***********�«�*�**�**�******���*�a�**��**«*s»�*�***�********��***���*�*�***� 162-�.3 POSTS, RAILS AND BRACES. Posts, rails, and braces fumished for use in conjunction with zinc-coated, zinc-5% aluminum mischmetal alloy coated, or aluminum-coated steel fa}aric shall be of zino-coaked steel, zinc/polymer-coated steel, zinc-S% aluminum misc�metal alloy caated steel framework, or compasite Posts. Those furnished for use in conjunction with aluminum alloy fabric shall be alunninEum alloy. Line pasts, rails, and braces shall be L�aivanized steel p'spe] �zinclpolymer-cnated stee! pipe] (vinyl-cnated steel] [stractural shapes� [roll formed] jaluminum alloy] [composite posts] conforming to the r�yuirements of [ ]. ***���s�**��*«**���+��*************�*:�a�***��**�*:�*s*��x�x*****x�����***s******�*���**********�s Galvanized steel pipe sk�ail conform to the requirements of ASTM F I083. Zinc/poiymer-costed steel pipe shall confarm ta the requirements of ASTM A 5b9 or AS1'M A 4�46, Grade D. External coating st►all be in accordance wi#h ASTIVI F 1043, Type B. Internat cnating shall he in accordance with ASTM F 1043, Type B or D. �5� AC '150/5370-10A C�9G 71 5(20198. The steel used in al! structural shapes shalZ confornn io tk�e requirements nf ASTM A SiZ, Grade 45, and shall be galvanized in accordaace vvith the requirements of ASTM F 1043, Type A. Rall-for�aed seCtions shall be fabricated from material rneeting the requirements nf ASTM A 57Q, Grade 4S, and shali be galvanized in accardaRc� with the requirements oT ASTM F 1043, Type A, or coated with zinc-5% a�utninum-misehmeta! alloy in accordance with ASTM F 10�#3, Type C. Aluminurn alloy shall conform to the requirements af ASTM $ 429, a�lay 6063-T6, Schedule 40, far extruded pipe and tube. Aluminum alloy shall conform to t1�e reyuirements of ASTM B 221, alloy 6063-T6, for extruded bar, shape, and tube. Vinyl-coated steel shall conform to the requirements ofFed. 5pec. RR-F-191/3. Composrte posts shall conform to tt�e strsngth requirements of ASTM �' 1443. The strength loss of cnmposite posts shall no# exceed X� percent wher� subjected to 3,60U hours of ex�osure to light and water in accordance with ASTM G 23, ASTM G 26, and A�TM G-53: *���*****�*****************��**�*****�****************�***�**�**«+�***:�******�********�*** Post, rails, and braces, with the exception of galvanjzed steel (5chedule 4Q weig�t) ar aluminum alloy (5chedula 40 weight} which conform to tl�e requirements nf ASTM F 1083, shal! demonstrate the abiliry to withstand testing in salt spray in accordanee with ASTM B 117 as follaws: Externai: 1,i140 hours with a maximum nf 5% reei rust. Internal: 650 haurs.with a maximum of 5% red rust. The dimensions of the posts, rails; and braces shall be in accordance with Tables I through Vl of Fed. Spec. RR-F-I91/3. I62-2.4 GAT�S. Gase frames shal! consist af [galvanized steel pipe] [polymer-coated stee� pipe] [aluminum alloy pipe] [composite pnstsl and shall conforrr� to the specifications for the same material �ncier paragraph 162-2.3. The fabric shall be of the sarne type material as used in the fence. 7.6Z-2.5 WIRE TI�S AND �'ENSION WLRES, Wire ties for use in conjunction with a gyven type of fabric shall he of the same material and coating waight identifieci with the fabric type. Tension wire shali be 7-gauge marce9ied steel wire with the sarne coating as #he fabric type aad shal] conform to ASTM A 824, All material shall con�'orm to Ped. Spec. RR-F-I91/4. X62-5 MISCELLANEOU�S FIT�'INGS AND �-IARDWARE. MisceIlaneous stee� fittings and hardware for use with [zinc-coated] [aluminum-coatedl [zinc-5% aluminum-misehmetal alloy-coated] steel fa5ric shall be of commercial8rade steel or better quality, wrought or cast as approQriate to the article, and su�t'icisnt in strength ta pro�ide a balenc�d c3esign when used in conjunction witi� fabric pasts, and wires of the qualiry specified herein. jAll steef �ttings and hardware shall be protected with a zine coating agplied in coaformance witi� ASTM A 153,] [lltiscellaneous aiu�ninum fttings for use wifh aIuminum alioy t`abric shall he wrou�ht or cast aluminum aliay.] $arbed wire support arms shall withstand a load of 250 pounds (113 kg) applied vertically to the outerznost end of the arm. 16Z-�.7 CONCR�TE. Con�rete shalI be of a commercial grade with a minimum 28-day compressive s�er�gth of 2500 psi {17 24Q kPa}. 162-2.8 MARiCING. Each roIl of fahric shall carry a tag showing the kind of base zneta[ (steel, aluminum, or aluminutn alloy number), kind of coating, the gauge of the wire, the len�th of fenciskg in t�e roll, and the name of the manufacturer. Posts, wire, and vther fittings shall be identified as ta manufacturer, kind of base metal (steel, aluminum, ar alumi�urn a13oy number}, and kind of cvating. 256 5/24198 con����ucrio� n���H�os �AC 15015370-14A CFiG 11 I6�-3.1 CLEARING FENCE LTNE. All tre�s, brush, stumps, logs, and other debris wi�ich would interfere with the proper construction af the fence in the required location shall be removed a minimum width of Z faet (61 cm) on each side nf ti�e �ence centerlane before startin, fencing agerations. The cost of remo�ing and disposing of the material shall not constitute a pay item and shall be considered incidental to fenee construction. 162-3.2 llV�STALLING �'OSTS. AII gosts shall be set in cancret� at ti�e required dimension and depth at�d at the spacing shawn on the plans. *�*�******x�*�**�*�m*:�*��**�**:�****�:z*****��*�*�************�*****sf�s*�*�r�**��*****�***** Posts should be spaced no# more tf►an lU feet {3 m) apart and should be set a minimum of 35 inek�es {9Q cm} in concrete %otings. If the frnst dep#h is greater than 36 it�ches (90 em), the ��sts should be set accordingly. The posts hoies shall be in proper alignme�t so that there is a minimum of 3 inehes (i5 mm) of concrete on all sides of the pasts. ****�*�s�*����*******�****�*x�:�*�**********:�:z*a�*�******�**�****�***��***:�**��x�r�:�e«***�****** The cancrete shall be thoroughly compacted araund the pasts by tam�ing or �ibrating and shafl have a smooth finish siightly higher than the ground apd sloped to drain away from the posts. A13 posts shall be set plumb �nd to the required grade and alignment. No matersais shall be installed an the posts, nor shall khe posts be clisturbed in any manner within 7 days after the individual past footing is completed. 5hould rock be encountered at a depth less than the pkanned footing dept�, a hole 2 inct�es (50 mm) iarger than the greatest dimension of the posts shall be drilled to a depth of l2 inches {300 mmj. After the pnsts are set, the remainder of the dril�ed hole sl�all 6e filled with grout, composed of one part Portland cement and two parts mortar sand. Any remainin; space above the rack shall be filled with conerete in the rr�anner described above. Tn lieu of driliing, the roek may be excavated to ti�e required footing depth. No extra compensalion shail be made for rock excavation_ 162-3.3 INSTAL�,ING TO� RAI�S. The top rail s�ali be continuous and shall pass throu�h the post taps, Ti�e coupling used to join the top raillengths shall allow for expansion. � " 162-3.4 INS'�ALLING �3RACES. Horizontal brace rails, with diagonal truss rods and turnbuckles, shall he installed at all terminal posts. 162-3.5 iNSTALLING �A$RIG The wire fsbric shall be firrnly attached to the posts and braced ia the manner ,• shawn on the pians. All wue shall be stretched taut and shall be installed ta the required ele�ations. The fence shall generalEy follow the contour nf the gro�nd, with the boftnm of the fence fabric nq less than 1 inch (25 mm) or mora � than 4 inches {100 mm} from the ground surface. Grading sha�l be performed where necessary to provide a neat appearance. At locatians of small natural swales or drainage ditches and where it is not practical to have the fence confarm to the general contour of the graund surface, longer posts may be used and multigle strands of barbed wire s�retched thereon to span khe apening below the %nce. The vertical efearance between strarids of 6arbed wire shaq be 6 inches (15� rnm) or less. *�s��:r+���****�*�*�*******��*�*���«:x�*�:w��***:�«�***�*��***��•:z*****x�x��****x��****�****�****** Openings 6elaw the fence may alsa be spanned wifh barbe� wire fastened to stakas. The Enginaer shall specify if tensian wire is ta be instalZed. �*x�***�*�***********�***�*********�*�******s**�*************x�x��********��*»�*****a���:*�w**** 15�-3.G ELECTRICAL GROCTNDS. ElectricaI grounds si�all be consiructed [wherc a power line passes over tha fence] [at S00-foot {150 m} intervals�. [The ground shali be installed directly below the point af crnssing.] The �round si�all he accomp[ished with a copper clad roci 8 feet (240 cm) long and a min.i.mum of 5/8 inch (15 mm) in diameter driven �erticaliy until the top is 6 inches (150 mm) below the b aund surface. A No. 6 solid cQpper 257 AC 15015370-10A CHG 1 7 _ 51zai9a caz�ductor shall be clamped to the rod and to the fence in such a rnanner that each elernent af the fence is graunded. Installation of ground rods shall not constitute a pay�item and shail be considered incidental to fence cortstruction. ��:***************�*****�****************�*�************��*#**��****��*+«�**�**++*����*�**** The Engineer shai! indicate the location of all electrieal grounds or� the plans. Grounc3ing may not be necessary with the use of compasite posts. ********a�+�*:��*�*�a*�*»******�*****�*a���*�:�***��*++��a��****���****�****��r�***********�*�*�*:� 14��iMOD AF ��ASUR�fV1iENi 162-4.1 Chain-link fence will be measured for payment by the linear foot {meter). Measurement will be along the tap of the fence from center to center of end posts, excluding the length oconpied by gate apenings. Gates wi116e measured as complete units. ��,S15 0� PAYi�I�1V� 162-5.1 Payment for chain-iink fence wi�� be made at the contract unit price per linear fovt (meter}. Payment for driveway or walkway gates will be made at the contract unit price for each gate. The price sl�all be fu11 cpmpensation for furnishing al� materials, and for all preparatian, erection, and installation of these matarials, and for al1 labor equipment, toojs, and incidentals necessary to complete the item. Payment will be made uncEer: Item F-1 b2-5.1 Item F-162-5.2 �tem F-162-5.3 Chain-Link Fence--per linear faot (metar) Drivevva�+ Gates--per each Wallcway Gates--per each ndVi4��R1/�l� R��UI1��tV��IV�'S ASTM A 12] ASTM. A 123 Zino-Coated (Ga��anized) Steel Barbed Wire Zinc (Hot Gal�anized) Coat�ngs on Produets Fabricated fram Rolled, Pzessed, and Forged Steal Shapes, Plates, Bars, and Strip ASTM A 153 Zinc Coating (Hot-Dip) on Iron and 5tee1 Hardware ASTM A 392 ASTM A 44b ASTM A 491 �ine-Coated 5tee1 Chain-Link Fence Fabric Specification for Steel Sheet, Zinc-Caated (Galvanized) by the Hot-Dip Psacess, Structural {Physical) Quality Aluminum-Coated 5tee1 Chain-Link Fence Fabric 258 �izaiss AC 1501�370-7UA CHG 11 ASTM A 569 Steel, Carbon {0.1� Maximum, l'ercent), Hot Rolled 5heet and Strip Comrnercial Quali#y ASTM A 570 Hot-RQlled Carbon Steel Sheet and Strip Structural Qua�ity .�15TM A 5'72 High-Strengtil �,ow-Alloy Colum�ium-Vanadinzn Steeis of Structural Quality ASTM A 585 Aluminutn-Caated 5teei Sarbed Wire J A5'I"M A 824 Meiallic-Coated 5tae1 Marcelled Tension Wire for Use With Chain Link �'�nce ASTM B 117 Standard Test Method of Salt Spray (Fog) Testing ASTM B 221 Aluminum-Alloy Extrud�d Bars, Rads, Wire 5hapes and Tub�s ASTM F 668 Paly(vinyl Chloride)(PVC)-Coated 5teel Chain-La`nk Fence ASTM F 1Q43 Strength and Protective C�atings an Metal Tndustrial Chain Link Fsnce Framework ASTM F 10$3 Pipe, Steel, Hot-Dipged Zinc-coated {ga�vanized) Welded, for Fence Stz'uctures ASTM F I 183 Aluminuzza Alloy Chain Link Fence Fabric ASTM F 1234 Pratective Coaiings on Steel Framework for Fenees �,,STM G 23 4perating Light-�xposure Apparatus (Carbon-Arc Type} With and Withou# Water far Exposure af Nanmetallic Materials ASTM G 26 Operating Light Exposure Apparatus {Xenon-Are Type) With and Without Water for _ �xposure of Nonmetallic Materials ASTM G 53 Operating Light- and Water-�xposure Apparatus (Flnorescent UV-Condensation Type) for Exposure of Nanmetallic Materials Fed. Spee. Fencing, Wire and Post, Metal (Chain-Link Fence Posts, Top Rails and Braces} RR-F-19 i13 - Fed. Spec. Fencing, Wire and Post, MetaE (Chain-I,ink Fence Accessories) RR F-1�}I/4 �, � I� � I 258-1 IT�iN L-i Oo G��3�RdL �ROVISI�IVS o����T'RIC�L D�SC�II�iION � 00-'9.1 GI�N�,RAL. This item is i�tended to supplement the specifications for the Airfielr! Electrical, and Lighting requirements of this contract. !t 9s the inte�t and meaning af the Plans and Specifications that the Contractor shalE provide an electrical installation that is operatEonal and complete, including aEl items and appurtenances necessary, r�asonably incidental ar customarily includsd, even though each and every item is not specifically called out or shown. lnstalla#ions and construction und�r these provisions shail be coardinated with the Airpark Construction Manager. Specification requirements for approvals, reviews, or other involvements of the Engineer shall be transmitted by the Con#ractor through the Construction Manager to the Engineer. QUAL[TY ASSURAIdC� 1D0-�.1 APPLICABL� COD�S AiV� S�AWDAR�S. a.� Codes: All electrical work shal! can#orm with the requirements and recomm�ndations of the latest editian of the National Electrical Code and all local airpart and building codes. In conflicts between drawings, specifications and codes, the rnore stringent requirements shall govern. b. Standards: The s�ecifications and sta�dards of the following organizations are by reference made part of these specifications and all electrical work, unless otherwise indicated, shall comply with their requirements and recomrr�endations wherever appEicable. Institute ofi Electrical and El�ctronic Engineers {IEEE) American Nat9onal Standards Institut� (AN51} American Sociery for Testing and Materials (ASTM} In�ulated Power Cable Engineers Association. �IeEA} Natior�al Bureau af Standards (NBS) National Eiectrical Contractor's Assaciation (NECA) National Electrical Manufacturer's Association (NEMA) National Fire Protection Association (NFPA) Uncierwriter's Laboratories, lnc, (U�.} National Electrical Sa#ety Cvde (NESC) i00-2.2 R�{�U1R�FN�N f5 4f� �t�CU�A�'ORY ►4G�IVCI�a. a. Airport lighting equipment and materials co�ered by FAA specifications shall have the priar approval of the Federa! Aviation Administration, Airports Service, Washing#on, D.C. 20591, and shall be lisied in the latest edition of Ad�isory Cir�ular � 50/5345-1 Approved Airport Lighting Equipment. All Advisory Circulars referenced in these specifications shall be the �atest editian. Item L-� 00-1 FTW 00244 b. All other equipment and materials, covered by other referenced s�ecifcations snall be subject ta acceptar�ce through manufacturer's certification of compliance with the .appiicable specification, when r�quested by the Engineer. c. The req�irements and recommendations af the {atest edition of the Occupational Safety and Health Act are by ref�rence made a part of these specifications and a!1 electrical work shall comply with their requirements and recommendations wherever applicable. 1Cf0a2.3 W4RKMi4NSbIP AtdD PERSONN�� R��UIREM�fdTS. a, All elec#rical work sha�l be performed by workmen skilled in the electrical trade and licensed for the work in the app[icable jurisdiction. b. A licensed Master Flectrician or a licensed Journeyman Electrician is required to bs an the jab site whenever any electrical work is performed. Any airfield electrical work or assaciate� electrical installations shall be accomplished underthe directsupervisivn of a licer�sed Journeyman �lectrician. 100-2.4 �QUIPM�N�', MAT'ERIA� AND lNSTALLATIOM L��QUIR�M�iV�S. a. A11 mat�ria3s and equipment shall be installed in accordance with the approved recommendations of thE manufacturer and the best practices of the trade and to confarm with the Contract Documents. b. The Cantractor shall promptly notify the CM in writing af a�y conflict between any requirements of the Ca�tract Documents and equipment manufacturer's directions and shall obtain written instruc#ians for the CM bEfore proceeding with the wor�t. 5hould the Contractor p�erforrn any work that does nat comply with the manufacturer's direc#ians or such writt�n instructions form the CM, he shall bear all costs arising in correcting d�ficiencies. All equipment and materiaEs shaE� be new, unless specifically noted ofherwise, and st�all bear the manu#acturer's name, trademark and ASME, UL, and/or other labels in e�ery case where a stan�ard had been established for th� particular iterrt. d. Where applicable, et��ipment shall be FAA appraved design of a st�ndard �roduct of a manutacturer re�ularly �ngaged in the production of the required type of equipment, and shall be su�ported by a service organization r�asar�ably convenient to the site, as determined by the CM. � e. The Contractor shall furnish and install all equipment, accessories, connections and incidental items necessary for a complete installation, ready for use and ap�ration by the Owner: f. it is the responsibility of the Contractor to insure that items installed fit the space a�ailable with adequate room #or praper equipment operation and maintenance. Contractar shall mak� field measuremen#s to ascertain space requirements, including those for connections, and shall furnish and install such siz�s and shapes of equipment that, in the final installation, wifl suit the true intent and meaning of the drawi�ngs and specifications. g. After review of equipment submittals, and instructions by the Engineer to proceed, equipment installations may require arrangements or connections di#ferent from those shown an the drawings. I# is the responsibility of the Contractor to instail the equipment to operate properly. The contractor shall pravide any additior�al equipment and/or Item L-100-2 FTW0�244 materials required for installations to operate in accardance with the intent of the drawings and specifications. �. The Contractor shall be respansible for coordinating proper location of roughing in and connections by other trades. Changes associated wi#Fi coordination requirements shal) be made at no increase in the Contract amount or additionai costs to ather trades. i. The Contractor shall support work and equipme�t piumb, rigid and true to �ine. The Contractor shall determine how equipm�nt, fixtures, conduit, etc., are to be installed, as required by codes, drawings and specifications. Foundations, bolts, inserts, stands, hangers, brackets and accessories r�quired for proper support shall be provided by the Contractor, whether or nat specifically indicated on the drawings. 100-2.5 SU�filiITTALS. a. Submit manufacturer's data or shop drawings of the following iterns. giving ful! in#armation as to tF�e dirnensions, materials, and ather in�ormation required to defne compliance with -the specifications. Other items to be submitted are iisted in the specification sections. - Conductors Fixture bases • � Connectars Sealers '� Identification Tags FiX#ure S�tting Jig � Bonding Kit Ground Rods . PVG Cond�it Galvenized Rigid Conduit Pullbox and AccEssories Tape � ' Flexible Sealtight Steel Conduit Fixtures . . b. When requested by the CM, samples of these items shaEl be su�mitted for approval. i � Equipmentlinstallation diagrams shal[ also be submitted for app�oval, as required by ' project specitica#ions and/or requested by the CM. � � c. Contractor submittal package shalf include a ty}�ewritten list indicating each bid item, with a breakdown of all item. components and all parts that are assembled ar associated with bid item insta�latifln. Provide manufacturers catalog information for each b�d itern. d. Cheeking of submittals by Airpart staff is d�ne only as an aid to the Contractor and appra�al of submittals shafl not relieve Contractor of responsibility far any errors or omissions in the submittals, nor shall it relieve the Contractor of total �esponsibility for proper and complete execution of the job. C�NS�RUC�f�N PROV�5I�I�S 1D0�3.� �X15TiNG �LECiRICA� �(�UIPM�Ni r4N�] iVIAT�fdIA�S. a. Remove all existing wiring and ekectrical equipment made unnec�ssary by the new installation, AI� materials r�rnoveci remain property of the Owner. Coil conductors and so�t rr�aterials according to type, class andlor size. Store or dEs�ose of materials as directed by the Cons#tuction Manager. b. Unc�erground circuiting shall not be abandaned in place without approval of the Construction Manager. 1D0-3.� R�W�R S�RVIC� CONi[NUEiY. Item L-100-3 FTW OQ244 a. Prov9de labor, materials and supervision required to maintain full capacity pawer service continuity when connectian ar modificatiar�s are made ta �xisting systems and faciliti�s, b. Do �ot interru�t service without �rior consent of the Construction.Mar�ager, with a definite understandir�g of time and duration of o�tage. All autages wil! take place at a time for rni�imum disrupiion ofi facility activity. �04-3.3 AS��UILi DRAWiNGS. a. The Co�tractar shall maintain a set of as-built drawings on tt�e jab si#e as required the General Pro�isions af the Contract. Contractor s�all mark on the as-built drawings all work details, alterations installed to meet site condit�ons and `changes rr�ade by Char�ge Notices, i�cluding all abandoned conduit and cable left in plac�. As-buift drawings sl�alf be kept available for inspecfion by the Constructior� Manager at all times. ME`�HOD OF Ml�ASUAEM�f�T AND BAS15 O� PAYNfENT 100-4 iVI��SUR�M�NT AN� P�4YM�Ni. a. All items covered in this sEc�Fon, including temporary wiring and conduit, will not �E � measured ar paid directly, but wilf be considered subsidiary to the bid iterrzs. �N D O F Ii�NY ltem L-100-4 FTW 00244 ��DIFI��►TI�h1� T� 17�IUI Lµ10� I�1�TAl.��4'Y�4�1 �F l��l�EFiG�R�l1�1D �a4�L� ��R AIRP��T� This spe�i�l spc��ifi��lr�r� mo�i�fie�, ar�-r�lifies, or amen�s #ne �echr�i�al spe��E�catir�ns and pi�r�s ar�� takes ptecetient aver them wn #h� ev��R t�f �r�y dis�fe��nc�. � _ f�io�i�y � 0�-�,4 ��le�e a,, b_. and �. �pl�c�� �r� allow�d at ki��t �kx#ur�s ot s�gns �nl�r. 2, iVlodi#y 10�-�,� �Y�ange Ehe �e���d k� #h� jast �en#ence #� re�� as �olio�s: "i�s� F'olywater o� �ppr�v��1 e��a� p�lling lubri�ant wh�r� �ullkr�t� Cu�ricanE ls tequlr�d, �, Modify ��5-3.8 A_ Spiir.ing will on1�r �� �Ilaw2d a� ligh# fixt�r�s or slgns_ Deiete 2�,, b.., a�� �, ae�d al� � r�ference� #o l�e�� lypos �f s�Cice�, �. R��nave �II r���renc�s !o sha�lde[k ca�ke. A � I#�m L•1Q8-h+lOD-1 FTV+1�p244 i��n� ��� oa in���a����Yio� o� �n��������n�� ��e�u� �o� �i��o��� ��sc����io� 10�nfi.1 This item shall consistof furnishing and installing underground cable in accordance with these specificatians at the locatior�s shown in the plans. This item shall include the excavation and backfiil of thE trench and tne installation of cabl� and counterpoise �wire in trench, duct ar conduit. It shall include splicing, cable marking, and testing o# the installation and all incidentals necessary to place the cable in aperating conditior� as a completed unit to the satisfactian of the Engineer, This item shall nat inelude the installativn of the duct or cond�it, �QUIPMEfdT �.PID IV�A�'��I��S 'iQ8-2.1 GEN�RAL.. a. Airport Ilghting equipment and materials covered by Federal Aviat'ton Administra#ion (FAA} specifications shall have the prior approval af tF�e FAA, and are listed in Advisary Circular (AC} 150/5345-1, Appraved Airport Equipment. b. All other equipme�t and materials covered by other t�ferenced specif�cations shall be subject to acceptance through manufacturer's certification of compliance with the - applicable specificatian, when requ�st�c� by th� Engineer. 108-�.� CAB��. Undergraund cable shall canform to the requirements of AC 150/�345-7, Specification for L-824 Underground Electricai Cable for Airport Lighting Circuits, lf telephone control cable is specifiecE, copper shielded, poiyethylene insulateci and jacketed, No.19 AWG telephone cabEe cflnforming ta the Ur�i#ed 5#ates Department of Agriculture, Rural Elecirification Administration (R�Aj B�Iletin 345-14, REA Specifica#ion #ar F�IIy Color-Coded, Polyet�ylene lnsulated, Double Pnlyethylene-Jacketed TelepF�or�e Cab�es for Direct Burial, shall be �sed. � Wh�re cour�terpoise conductors are to be installed and w�ere soil conditions would adverselyaffect ,. bare cap�aer wire, thermaplastic wire confo�ming to Fed. Spec. J-C-30, Type TW, 60a volt, may �e used. Cable type, size, number of conductors, strand and service �oEtage shall be specified in the plans and/or proposal. '108��.3 BAR� COPP�R WIR� (COUNT���OIS�). Bare copper wire ior caunter-poise installations shall be stranded wire conforming to ASTM Specifications B.3 and B 8. f 08tr�.4 CA��� CONN�C�1�3fVS. kn-line connect�ons of undergraund primary cables shail be of the type called for in the plans or in the proposal, and shall be ar�e af the types iisted belaw. When the plans or the proposal permit a choice of connectian, the Cantractor shall indicate in the bid the type of cannection he proposes to furnish. a. The Cast Splice. A cast splice, employir�g a plastic mold ar�d using epoxy resin equal to that manufacturetf by Minnesota Mining and Manufacturing Company, 5cotchcast" Kit No. 82--A, ar as manufactured by Hysol Carporatian, Hyseal Epoxy Splice" Kit No. I#em L-10S-1 FTW E}0244 � E1 i 35, for potting the splice is approved. This means o# splicir�g is tha only type approved for tekephone controi cabls. �. The Vulcanized 5plic�. A �ulcanized spfice employing Joy Manufacturing Company's Vulcan9zing Kit-No. K-1fiO4-8 or egual is appro�ed far field vulcanized splices. The proper mofds for various cable siz�s shall be used. c. The Field-attached Pkug-in Splice. Figure 3 of.AC 154/534�-26, 5pecification far L-823 Pl�g ar�d Receptacle, Cable Connectors, employing connector kits, is approved for fieid attachmeni to single conductor cablE. d. The Factory-Molded Plug-in Spiice. Specification for L-823 Connectars, Factory-Molded to Indivitiva� Conductors, are approved. e. The Taped Splice. Taped spfices employing field-applied rubE�er, �r synthetic rubber tape co�ered with plastic tapE are approv�d. The rubher tape should meet the requir�ments of Mil. Spec. MIL-I-3825 and the plastic tape s�ould compfy with Mil. Spec. MlL-I-7798 ar Fed. Spec. HH�I-595. ln al! the abovE cases, connections of cab{e conductors shall be made using crimp connectors utiEizing a crimping taol designed. To make a camplete crimp before the taa] can be removed. No. 19 AWG telephane control wires may be connected by means of wrapped and soldered splice, 3M Campany Moistur� Proo# UR Type Connector, or aqual, or by a method approved by the �ngin�er. 108-2.5 CONCR�TE. Concrete for cable markers shalE canform to Specification Item P-614, "Structural Portland Cement Concrete." CONSiREJCTkON iVi�THODS �08-3.1 GENERAL. The Contractar shall instalE the specified cable at the appraximat� loeations indicated in #h� airport lighting layaut plans. The Engineer shall indicate sp�cific locations. Cable cannections between lights will be permitted onEy at the light locations for connecting the underground cable to the primary leads of the individual insufating transformers. The Contractor shall b� responsible for providing cable in continuous lengths for home runs or otherlong cable runs witho�t cannections, unless otherwise authorized in writing by the Engineer or shown in the plans. � 08-3.2 INSTALLATION IN DUCT �R GONDUIT. This item ir�cludes the installation a# the cable in duct or conduit as dEscribed below. The maximum r�umber and valtage ratings of cables installed in eac� single duct ar conduit, and the current-carrying cap�city of each cable shall b� in accordance with the latest National Electric Cade, or thE c�de oi the lacal agency having jurisdiction. The Contrac#or shall make no connections or joints af a�ny kind in ca�les instalfed in canduits ar ducts. The duct or conduit sha�l be installed as a separate item in accordance ti+vith Item L-110, "Installation of Airport Underground Electrical Duct." The Contractor shall make sure that the duct is open, cantinuo�s, and clear of d�bris before installing cable. The cable shal! be installed in a manner to prever�t harmful stretching of the conductor, injury to th� insulatian, or damage to thE outer protective covering. The ends of all cables shall be sealed with moisture-seal tape before pulling into the cond�it and it shalE be keft seaied until connections are made. Where more than one cable �tern L-108-2 FTW 00244 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 thrnugh ducts ar conduits may be accomplished by handwir�ch or power winch with the use of ca�le grips or pulling eyes. Pulling terrsions should be gave�ned by recommended standard practices for straight pulls or ber�ds. A lubricant recommended for the type of cable �eing installed shal[ be used where pulling lubricant is required. �uct or conduit markers temporarily removed fiar excavations shall be replaced as required. 108-3.3 TRENCHING. Where turf is well established and the sad can be removed, it shal! be carefully stri�ped and pro��rly stored. Trenches for cables may be excavated manually ar with mect�anical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder s�rface is disturbed. Road patrols or graders shall not be usec! to excavate #he trench with their blades. The bottom surface of trenches shall be essentially smooth and free from coarse aggregate: Unless otherwise specified, cat�ie trenches shakl be excavated to a minimum depth of � 8 ir�ci�es (45 cm) below finished grade, except as fallows: a. Wi�en off the airporf ar crossing und�r a roadway or driveway, the minimum depth sha[I be 36 inches (90 cm} unless otherwise s}�ecified. Minimum cable depth when cross9ng under a raiiroad track, shall be 42 inc�es (105 cm) unless at�erwise specified. The Contractor shall excavate all cable trenches to a width not less than G inches (150 mm}. The trench shall f�e widened where more than twa cables are to l�e instalied paralleE in the same trench. Unless otherwise specified in the �lans, al! cables in the same location and r�nning in the same general direction shall be installed in the same trench. When rock excavatian is encountered, the rock shall be removed to a depth of at ieast 3 inches (75 mm) below the required cable dep#h and it shall be r�placed witF� bedding material of earth or sa�d cantaining na mineral aggregate particEes that would be retained on a 114-inch (6 mmj sie�e. The Contractor sha11 ascertain tY�e type of soil or rock to be excavated.before bidding. Afl excavation shall ba uncfassified. � 108-3.4 WSTAL�ATION IN TRENCHES. The Contractor shall not use a cable plow for installing the cabie. Mechanical cable-laying equipment may be usec! in con}unction with a trenching machine if specified an praject plans and specificatians; and it should provide fvr physical inspection af caL�4e priar ta backfil{ing. Sharp bends or kinbes in the cable shall not be permitted. Cables shall be unreeled in place alongsicle or in the trench and shall 1�e carefully placed alang the bottam of the trench. Tf�e cable shall not be unreeled and pufled into the trenci� from one end. �: Wher� two or more cables are laid paralle! in the same trench, they sha�l be placed laterally a � minimum distance of 3 inches {75 mm) apart, and the trench shall be widened sufficiently to ' accomplish this. Cables crossir�g over each otY�er shall have a minirrium of 3-ir�ch (75 mm} vertical dispiacemeniwith the topmost cable depth at or below the minimum required dapth befow finished grade. Not less than 1 foot {30 cm) of cable skacic shall be left on each side of all connections, insulating transformers, kight units, and at al1 other points where cai�le is connected ta field equipment. Th� Item L-108-3 FTWOQ244 slack ca�ie shall be placed in the trench in a series af S curves. Additional slack cable s�all be left in runway light bases, handholes, manholes, etc., where it is req�ired ta bring the cable above graund leve� to make cor�nectians. The amaunt of s�ack cable shall be stipulated by the Er�gineer, or as shown in the�p4ans and specificatio�s. 108-3,5 BACKFILLING, Atter the cable has been installed, the #rench shall be 3 inches (i5 mm) deep, loose measurement, and shall be either earth or sand containing no mineral aggregate particles that would be retained an a 114-inch (6 m) sieve. This layer shalE nat be campacted.: the second layer shali be b inches (125 mm) deep, loose measurement, and shail contain no pariicles that would be r�tained on a 1-inch (25.0 mm) sieve, The remainder of the backfill shall be excavatetf ar imparted mineral and shall not contain stone or aggregate larger than 4 inches {100 rnm} maximum diameter. The third and subsequen# layers of the backfil! shall not exceed S inches (200 mm) in maximum depth, loase measurEmeni. Tl�e second, and subsequent layers shaE1 be thoroughly tamped and compacted ta at least the density af the adjac�nt undisturbed soiE, and to the satisfaction of the Engineer. Ef necessary ta o�tain the desired compaction, tne backfill material sha11 be moistened or aerated as required. Trenches shail not be excessively wet a�d shall not ec�ntain pools of water during backfilling operations. The trench shall be completely backfifled a�d tamped le�el with the adjacent surface, except that when sod is to be piaced over the treneh, the backfilling shal! be stopped at a depth equal to the thickness of the sod to be usett, with praper allowar�ce #or settlement. Any axcess excavated material shall bs remo�ed and dispased of in accardance with instructions issued by the Engineer. � 108-3.6 RESTQRATION. Where sod has been remov�d, it shall be replaced as saon as p�ssible after the backfi{ling is cflmpleted. All ar�as disturb�d by the trenching, storing of dir#, cable laying, pad cortstructinri, and other work sY�all �e restored to its original condition. The res#oration shall includ� any necessary topsoiling, fertilizing, liming,'se�ding, sodding, sprigging or mulching. All such work shafl be performed in accordance with the FAA standard turfing specifications. the �ontractor shalE be held responsible for maintaining all dis#urbed surfaces and replacements until final acce�tar�ce. 108-3.7 CABL.E MARKERS. The lacatior� of runway light circuifs shall be mariced by a cancrete slab marker, 2 feet {GO cm} square and 4 inches {100 mm) thick, ex#ending appraximate�y 1 inc}� (25 mrri) above the surface. Each cable run from the lir�e of runway lights to the equipment vault shalf alsa be mark�d at approximatefy every 2�0 feet {80 m) alang thE cable run, wit[� an additional marker at eac#� change of direction of cable run. All other cable buri�d directly in the �arth shall be marked in the sart�e manner. The Contractor shali r�ot install slab markers where cable lies in straigt�t lines betwesn abstruction light poles v�hich are spaced 300 feet (90 m) apart, ar less. Cab1e markers sh�l{ be installed immediately above the cable. The Contractar shall impress the word "cable° and directional arrows on each cable marking slab. The letters shall be approximately 4 inches (100 mm) high and 3 Enches (75 rnm) wide, with width af stroke �/2 inch (i2 mm) ar�d 1/4 inch (G mm) deep. The lflcation of each underground cable connection, except at lignting units or insulating transiarmers, shall be marked by a concrete marker sfab placed abo�e the cannection. The ContractQr shall impress the word "splice° 4n each slab. He also shall impress acfditio�al circu9t identification symbols on each sla�a i# so desired by tne Engine�r. Item L-108-�4 FTW 0024� 108-3.8 SPLICING. Connections of the type shown ir� the plans shafl be made by experienced personnel regularfy e�gaged in this type of work and shall be made �s follows: a. Cast Splices. These shall be made by �sing Crimp connectors for jo�nting conductors. Molds shafl be assembl�d, and the compound shal{ be mixed and poured in accordance with manufacturer's instructions and ta tY�e satisf.action of the Engineer. b, Vulcanized Splices. These sha�l be made by using crimp connectors for jaining conductors. The splice shall be made, using compounds furnished by the manufacturer, in accordance with his/her instructions and to the sa#isfacti�n of ihe Engineer. c. Field-attached Plug-in Splices. These shal! be assembfed i� aceordance with manufacturer's instructions. These splices shall be made �y plugging directly into mating connectors. In all cases the joint �rvhere the connectors come together shafl be wrapped with at least one layer of rubber ar synthetic rubber tape ar�d one layer of �plas#ic tape, one-half �apped, exten-ding at least 1-112 inches (37 mm) an each side of the }oir�t. d. Factory-Molded Plug-in S�lices. These shall be made by piugging directly into mafiing connectars. In aN cases, the joint where the conn�ctors come together shall be wrapped wiih at least one layer o# rubber or synthetic rubber tape and one layer af plastic tape, an�-half lapped, extending at ieast 1-112 incF�es (37 mm).on each side of the joint. . e. Taped Splices. A taped splice sha�l i�e made in the following manner: � 8ring ihe cables to their fina! position and cut so that ti�e conductors wili butt. Remove insulation and jacke�t alfowing for bare conduciar of prop�r Iength to fit compression sieeve cor�nectar with 114 ` inch (6 mm) of bare conductor on each sit�e of the cannectar. Use a sharp knife to pencil insulation , and jacket at approximately the same angfe as a�encil point. Care must be taken to avoid nicking , or injuring the conductor during removal af insulation or penciling. Do not use emery paper on �� spticing operation since it contains metallic particles. The copper conductors shal{ be thoroughly cleaned. Join the conductars by inseriing them equidistant inta the compression cannection sleeve. °� Crimp conductors firmly in place with crimping tool that requires a compiete crimp before taol ca� be � removed. Test the crimped co�nection by pulling on the cable. Scrape the insulation to assure#hat . #he entire surface o�er whtch the tape will be appiied (plus 3 inches (75 mm} an each end) is clean. � After scraping wipe the entire area with a clean lint-free cloth. Do not use sakvents. �. Apply higfi�-vaftage rubber tape one-half lappe� over bare conductor. This tape should be tensioned as r�corrirn�nded by the manufacturer. Vads in the cannector area rnay be eiiminated by highly efongating the tape stretching it jusk sho�t of its brea�ing poini. Througt�oUt the res# o# the splice less tension should be used. Always attempt to exactiy half-lap to produce a uniform buildup. Continue buildup to 1-112 times cable diam�ter o�er the body of tf�e splice with ends taper�d a distance of approximately 1 inch (25 mm) over the ariginal jacket. Cover rubbertape witt� two layers of vinyl pressur�-sensitive tape ane-half lapped. Do not use glyptol or lacquer o�er vinyl tape as they react as sakvents to the tape. No furkher cable covering or splice boxes are required. Item L-1 Q8-5 FTW 00244 If shielded cable is to be spliced, prepare cable as far a regular taped splice, except that th� neaprene jacket st�all be removed a distance not less than 5 inches (� 25 mm) from the beginning af t�e penciled portiar�. Carefiulfy unwrap the shie�ding tape from tf�at portion where jacket has been removed and cut aff so that it extends about 1 inch (25 mtn) from end af the jacket. Proceed with the taped splice as described above and tape up to 1/4 inch (6 mm} from the shield on bath ends. Build uP rubber tape to a thicicriess equal to the insulation thickness or 5116 inch (9 mm) over connector. � Next wrap one-half lapped layer of semi-cor�ducting tape (5cotch No. 13 Semi-Conducting Tape, or equal) o�er spiicing tape and 1/4 inch (fi mm) onto the shieiding tape. W rap a fine, flat shieiding braid one-half lapped o�er the s}�lice �xtending � 12 inch (12 mm) onta the matallic shielding. Solder ends of braid to metallic shielding tape. A bonding wire, (Minimum No. 'I4 5tranded Copper) eq�al to the current carrying capacity of the metallic shield, should have the in�i�idual strands wrapped around the metallic shield at both ends of ihe splice. These s#rands shou�d be tack so�dered to the shiead in several places. The ca�Ee sheath should b� replaced bywrapping with two one-half �apped layers of vinyl tape extending 2 inches (5� mm) onto th� cabl� jacket. Th� above described splice is for a straight-through splice with continuity of shielding. �08�3.9 BAR� COUNi�RPfllS� WIR� IRlSiA��e4TI�N AND GROUNDING FOR �.IGHTNING PROi�CiION. If shown in the �lans or specified in job specifications, a stranded bare capper wire, No. 8 AWG minimum size, shall be installed for lightning protectian of tt�e underground cables. The bare counterpoise wire shall be installed in the same trench for the entire leng#h of the ins�lated cables it is d�signed to protect, and shall be placed at a distance of approximately �4 inches (100 mm} from the insulated cable. The caunterpoise wire shall i�e securely attached to each lightfixture base, or mounting stake, The counterpoise wire shali also be securely attached to copper or copper-cfad ground rods Enstalled not mare than �,000 feet (300 m) apart around the entire circuit. The ground rods shafl be of the ler�gth and diameter specified in #he pEans, but in no case shall they be I�ss than 8-f�et (240 cm} lang nor less than �IS inch (15 mm) in d�ameter. The counterpoise system shall terminate at the transformer vaUlt.or at the power source. It shall be securely attached to the vau4t or equipmen# grounding system, The connections shaA be made as shown in the praject plans and specifications. 108-3.1p �'�S�ING. Th� Contractor shaH furnish all n�cessary equipment and appliances for testing the underground cable circuits aiter installation. The Contractor shail #est and demonstrate to the satisfaction of the Engir�eer the following: a. That all lighting pawer and control circuits arE continuous and free from short circuits. b. That alk circuits are free from uns�ecified grounds. That the insulat9on resistance to grour�d of all nongrounded series cireuits is r�at less than 50 megahms. � d. Thai the insulatian resistance to ground of all nflngrounded conductvrs of multiple circuits is not less than 50 megohms. e. That all circuits are praperly connec#ed in accordance with applicable wiring diagrams. ltem L-108-6 �TW 00244 That a!I circuits are aperabie. Tests sl�all be conducted that include operatir�g each control r�ot less than 10 times and the cantinuous nperation of each lightir�g and pawer c9rcuit for not iess than 1/2 hour. iV1��'H0� 4� IU�E�SUR�M�N� 10��4.1 Trenching shall be measured by the linear feet �meters) of trench, including the excavation, backfiEl, and reconditioning, completed, measure� as excavated, and accepted as satis#actary. V�Ihen specified in the proposal, separate measurement shall be made for trenches of various specified widths. , i U�-4.2 Cabie or counterpo�se wire instalied in trench shall be measured by the �umber of Einear feet (meters) ai cable or counterpoise wire ins#alled in trenches, ready far aperation, and accepted �as satisfactory. 5eparate measurement shall be made for eac� cable or caunterpase wire installed � �n trench. i- r 1 US-4.3 Cable or counterpoise wire installed in d�tct ar cor�duit shall be m�asured by the numberof � finear feet �meters} measured in place, completed, ready for operation, and accepted as y satisfactory. � SeparatE measurement shall be made for each cabfe or counterpaise wire instal[ed in duct ar cor�duit. BA51S O� PAYN➢�NT' 148��.9 Payment will be made at the cantract unit price #or trenching, cable and bare co�nterpoise wire installec� in trench or duct in �lace by the Contractar and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for al1 preparation and installation of these rriaterials, and �or alI lak�or, equipment, taols, and incidentals neeessary to complete this item. Payme�t will be made under: Item L-108-5.1 Item L-108-5.2 Item L-108-5.3 It�m L-108-5.4 Item L-108-5.5 AC 150/b345-7 I l � FTW Q0244 Cabie Trench--per lin�ar foot �meter) Underground Cable, installed in trench per liner foo# {meter) Undergrounck Cable, instakled in duct ar conduit--per linear foot {met�r) Bare Counterpaise Wire, instalied in trench, including ground �ods and ground connectors--per linear foot {meter) Bare Counterpoise Wire, instalked in duct--per linear foot (rrieter) ii�Ai�RIAL R�QUIR��fII�iV�S 5pecification for L-824 Underground Electrical Cable for Airport Lighting Circuits Item L-108-7 I gii AC 150/�345-26 Specifiicatior� for L-823 Plug and Receptacle Cable Connectors Fed.Spec.J-C-30 Cable and Wire, Ekectrical Power, Fixed Installation HH-I-59� ��sulation Tape, Elec#rical, Pressure-Sensitive Adhesive, Plastic, for l.aw-Temperature A�plicatian ASTM B 3 Soft or Anr�eafed Ca�per Wire ASTM B S Concentric-Lay-Stranded Coaper Conductor, Hard, �Medium-Hard, or Soft MIL-I-3825 insulation Tape, Electrical, Self-Fusing, �ar Use in �lec#ronics, Communications, and Alli�d Equipment MlL-1-7798 Insulation Tape, Eiectrical, Pressure-5ensiti�e Adhesive, Plastic . . END O� i�'�1Vi L-108 , Item L-108-8 FTV1100244 . N1�DIF��ATl��1� T� l�EIUI L�110 IN�TA�LLATI�� �F A�RP�RT UfVC��R���UND ELE��'�1��4L DU�T T�E� spec�al spe�rficat�on rr�odi�wes, arn�Eifi�s, o� arr��nds kh� Eecl�r�i�al s�ecl�icati�rns and plarrs �nd #a��s prec�der�ce over thern Fr� the �v�n� �# any [��scr�p���y. � , ��iet� 11 ���,2 a�d �.3. �. �4�dif y � 1 �-�, � A, Deaele p�ragr$ph 5 �. M�dif�r 11�-3,2 _ � A, p�l��e re#�re�ce� �o cl�� �r so�ps�one ducts_ �. De�e#e � 10-�,3. �' �. l�lodify � �0-�.5. A. Del�t� th� lasx p�ra�ra�h. � �, f�odiiy ���-4_y A, �dd #�e fo4kowir�g ser�t�n��: ` D�c! rn�,�k�rs sh�l� be sub��diary t� t�re du�t bar�k �rr� ��a�l nqx b� m�as�red � sepe��l�l�r, � 7. h.+l�dify 110-�.1, ' A. P�latii�y #he �Ba��s �f �a��m�nt" �ara����h as foll�ws: I#�m �-1 �0-�.7 f�+�y-2" El��trical �uc� ��r��c-Yqer li�ear foot (r��t�r� ; I��m L•1 ��-�.� � way���� �I�ctr��al D��t Ba�n#c--}��r lir��ar foat �r�eter) �� I�em �-17�-5.3 4 w��+-4" �lec�ri�al du�t Bar�f�--��r iin��r �oat �me#�r) I, Ix�rr� �.-� 1��5,4 Har��l��l�s, in place�-p�r u�li. � � 11�rn L-� ��-�.5 PUII Box�s, i� place--p�r u�lt, � ltsm L-11{�-5.� f�ianh�t��, I�"k �712�4'--��� I�fiif. iter�l L-1��-1�IlOD-� ��W00��� i��r� �-19 o I�E�iAI��AiION �� AI���R�' URlD����OUN� E��C f RICA� ��I�Y ��SCFil�il�f� 110-1.1 This item shall consist of undergraund efectrica� c�ucts installed in accordance with this specification at the locations and in accordance with the dimensions, designs, and detaiis showr� in the pians. This item shall include the instaflation af alk underground electrical ducts ar underground conduits. It shall also include ali trenching, �ackfilling, removal, and restoratian o# any paved areas; rr�anholes, cancrete encasement, mandreling installation af steel drag wires and duct markers, capping, and the testing of the installation as a completed duct system ready for installation of cables, to the satisfactian of the Engineer. EC�UlPiV1�Ni AN❑ NiAiERIA�S 110-2.� G1�A11�RAL. . All equipment and rriat�rials cavered by referenced specifications shall be subject to acceptance through manufacturer's certification of compkiance with the appl�cable specificatian when so requested by the Engineer. � 10�2.2 Bi�UiVIINO�S �1��� DUCT. Bituminous fiber duct and fittings shall conform to the requirements of Underwriters Laboratories Standard 543. � a. Type I, for concrete encasement. b. Type II, for cfirect burial. 110p2.3 ASB�Si'OS CEhIIENY Dl1CT. Asbestos cemer�t duct and fittings shall conform to the requirements of Fed. Spe�c. W-C-571 ar�d shall be one of the following, as spe�ified in the proposal: a. Type I, for concrete er�casem�nt. b. Type II, for direct burial. 11U�2.5 ST��� CON�UIi. R�gid steel conduit and fiittings shall conform to the re��irements of Underwriters Laboratories Standard 6, 51 �4, and i 242. 11 Q-2.6 CONCR�i�. Concrete shall conform to ftem P-61 Q, Structural Portfand Gement Gancrete, usi�g 1-inc� (26 mm} maximum size coarse aggrega#e. � 1�0-2.i PLAST'1C COM�UIi. Plasiic conc3uit ancf fittings shalE conform to the requireme�ts of Fed. Spe�. W-G-1a94 and shall be one of the foilowing, as specified in tha proposal: a. Type 1- suitable #or underground use either cEirectly in the earth or encased in concrete. b. Ty�e II - suitabVe for either a6ove groUnd or underground use. COh4S��lJCilO�) MEiHODS '910�3.9 G�N���. The Cantractor shall insta�l underground ciucts at the approximate locat�ons � � FTW 00244 Item L-11 fl-1 �� indicated in the airport layout plans. The Engineer shall indicate specific Eocations as the work progresses. Ducts shal! be of the siz�, materia3, and type indicated in the plans or s�ecifications. Where no size is indicated in the plans or specifications, the ducts shall be not iess than 3 inches (75 mm) inside diameter. All duct lines shail b� laid so as to grade toward handhales, manhales and duct ends for drainage. Grades shall be at least 3 inches �75 mm) per ifl0 feet (30 m). On runs wh�re it is not pract9cable ta maintain the grade all one way, the duct lines shall be graded from the center in both dirEcti�ns toward manholes, handholss, or duct ends. P�ckets or traps _ wF�ere moisture may accumulate shail b� avoided, The Cor�tractor shail mandrel �ach duct. An iron-shod mandrel, �oi mare #han 1/4-ir�ch (fi mm) srrialler than the bore af the duct shall be pushed through each duct by means of jointed contluit rods. The mandrel shall have a leather pr rubber gasket siightly larger than the dWct hole. A�l ducts ir�stalled shall be provided with a No. 1D gauge galvanized iran ar st�el drag wire for pulling the permanent wiring. Sufficient length shall be left in manhafes or handholes ta bend th� drag wire back to pre�en� it from slip�ing bacic into ihe cluct. W here spare d�cts are installed, as indicated on the �lans, the open ends shalf b� plugged with remova�le tapered plugs, designed by the duct manufacturers, or with hardwood pl�gs canform9ng accurately to th� shape af the duct and having the larger end of the plug at least 114-inch �6 mmj greater in diameter than the duct. All ducts shall E�e securely fastened in place during construc#�ian a�d progress of the work and shali be plugged to prevent seepage flf grout, water, or dirt. Any duct section ha�ing a defective jaint shall nat be installed. - All ducts, except steel condUit, ir�statled under runways, #axiways, aprans, and ather paved areas shall be encased in a cQncrete en�eiape. Where turf is well established and the sod can be removed, 'it shall be carefully stripped and praperly stored. Trenches far c{Ucts may 1�e excavated manualky or with mechanica! trenehing equipment. Walls of trenches shall be essentially vertical so that a minimum af shoulder surfac� is disturbed. Blades af road patrols ar graders shall not be used ta excavate the trench. The Contractor sha�l ascertain the type af soil or rock �a be excava#ed befare b�dding. All exca�ation shall be unclassified. 110-3.2 DUCTS �NCAS�D IN CONCREiE. Unless othennrise shawn in the plans, concrete-encased ducts shall be installecE so #hat the top of #he concrete envelope is not less than 18 inches (45 cm} below th� finis�ed subgrade where installed und�r r�nways, taxiways, aprons, or athar pa�ed areas, and not i�ss than 18 inches (45 cm) belaw finished grade where installed in unpaved areas. Ducts und�r paved areas sha[I extend at least 3 feet (90 cm) beyond #he edges af the pavement or 3 feet (90 cm) beyond any underdrains which may be instailed afongside the paved area. Trenches #or concrete- encasEd dUcts shall be opened the complete length before concrete is laid so that if any obstructions are encountered, praper provisions can be rnade to avoid them. All tlucts far concrete encasemen#s shall be plac�d on a layer of concrete not less than 3 inehes (75 mrr�) thick priar to its initial set. Where t�nro or rnore ducts are encased.in concrete, the Contractar shall space them not less tha� 1-1l2 inches (37 rnm} apart (measured �rom outside wall ta autside wall) using spacers applicabie to the type of duct. As the ciuct laying progresses, concrete not �ess than 3 ir�ches {75 mm) thick shall be �laced around the sides anc! top of the duct bank. End be!!s ar couplings shall be installed fl�sh with the concrete encasement where required. Etem L-110-2 �TW a0244 When specified, the Cantractor shall rein#orce the bottom side and top o# encasements w�ith steel reinforcing mesh ar fabric or other approved metal rein#orcement. When cfirected, the Cantractflr shall supply additianal s.uppo�ts where the graund is so#t and �Qggy, where ducts cross under raadways, or where otherwise shown on ihe plans. under such conditians., the cornp4ete ckuct str�cture shall be supparted on reinforGed concrete footings, piers, or piles located at approxirrtatefy 5#oot (150 cm) intervals. When clay or soapstone ducts are specified, they shall be installed with concrete encasement as described abo�e. Clay conduit shall be af the single-bore type. Where #he self-centaring soc�Cet-jaint type of single clay duct is �sed, conduit shall be buiit up, tier by tier, and separated only by suffici�r�t mortar o� fine aggregate concrete to bed the duct� evenly and fill all voids between ducts. Single ducts sF�all be �ointed together and the joints gro�#ed with portla�d cement mortar. A suitable gasket (of rubber or other approved material} shall first be placed 'rn the receptacle end of the duct, prior to the joi�ing operation, in order to exclude all mortar from the duct. Where tf�e square bore butt-joint type of clay duct, single or multicell, is �sed, sections shall be aligned with at least four steel dowel pins and joints wrapped with duct tape 6 in�hes (� 50 mm} wide and lapped 6 inches (15Q mm) . All join#s in a bank of single-bore ducts shall be staggered, begin�ing evenly from the manhole or handhoie, �y means ofi short lengths 6, 8, 9, i2, and 15 inches (150, 20fl, �30, 300, 38D mm) long. Cement rnortar shall be trowled arot�nd each and every joint. Vaids in the duct bank, caused by the externaf shap� of the corn�rs of the conduit, shall alsa be fiNecE with mortar. The jaini�g and joints af soapstone duct shall b� dane in accardance with the manufacturer's recommendations. 11p�3.3 �UCiS WITHOUT COMCR�TE ENCAS�MENT. Trenches for single-duct {ines shall be not less than 6 inches (150 mm) nor more than 12 inches (300 mrr�} wide, and the trer�ck� for 2 or more dUCtS instafled at the same le�e[ shali be �roportionately wider: Trench bottoms far ducts without concrete encasement shalk be made to conform accura#ely to grade so as to provide uniform support for tne duct a{ong its entire length. � A layer of fine earth material, at feast 4 inches (100 mm) thick (loose measurement) shall be placed in th�e battom af the trench as bedd�ng for the duct. The bedding materiaf shall consist of soft dirt, sand or other fine fili, and it shall cantain na particlss that would be retained on a 1/4-inch (6 mm) siev�. The �edding materia� shall t�e tamped until firm. U�less oth�rwise shown in plans, ducts �or direct burial shall �t�e installed so that the tops o# all ducts ar� at ieast i 8 inc�es (45 cm) �elow the finished grade. When two or more ducts are ir�stalled in the same irench wit�out concrete encasement, they shall be spaceci not less than 2 inches (50 mm) apart (measured from out5ide wall to outside wall} in a horizonta! directiar� and not less than 6 inches (154 mm) apart in a vertical direction. Trench�s shal! be apened the cor�plete length before c�uct is installad so that if any obstructions are encountered, proper provisior�s can be macie to avaid them. '�10-3.4 �UCT MARKI�RS. The location ofi the ends of all ducts shall be marked by a concrete slab marker 2 feet (60 cm) square ancf 4 inches (100 mm} thick extending approximately 1 inch (25 mm) above the surface. The markers shall be kocated above the ends of all ducts or duct banks, except Item L-110-3 FTWa0244 where ducts terminate in a handhole, manhake, ar building. ThE Can#ractor shall impress tf�e word "duct" an eaci� marker slab. He shall also impre�s on the slab the number and size �# ducts beneath the marker, The letters s�a11 be 4 inches (140 mm) high and 3 inches (75 mm) wide with wis�tY� of strol�e 112-inch ��2 mmj and 114-inch (fi mm) deep or as large as the available space �ermits. 110-3.5 BACICg1LL,ING. After concrete-encased ducts have been properly ir�stalled and the cor�cr�te has had time to set, the trench shall be backfilled in at least two layers witn exca�ated material not larger tnan 4 inches (100 mm} in diameter and thoraughfy tampec! and compacted ta at least the density of the surrounding undisturbed soil. If necessary to o�tain the desired compaction, the backfill material shall be moistened or aerated as required. Trenches sfi�akl nat be excessi�ely wet and shall not car�tain poals of water during back#illing aperatians. The trench snail be compl�tely bacicfilled and tarnp�d I�vel witn th� adjacent surface: except that, when aod is #o be placed av�r the trench, the backfilli�g shall be stopped at a depth equal to the thickness o# the sod to be us�d, with proper allowance for settfem�nt. Any excess excavated material shall be remov�d and dispased ofi in accordance with ins#ructions issued by the Engineer. For ducts without concrete envelope, 8 inches (200 cm) of sand, soft earth, or other fine fill (loose measurement) shall be placed around the ducts and car�fully tampec� aro�and and aver them with hand tampers. The remaining �rench may �e filled with r�gular run a# excavated materiel and thoroughEy tamped as s�ecified above. 110-3.fi R�STORATION. Wi�ere sod has been removed, it shall be replaced as soon as possible after the backfillir�g is completed. A�I ar�as disturbed by #he trenching, staring of dirt, ca�le laying, pad constructio� and other work shail be restored to its original condition. The restaratian shall include any necessary topsoiling, fertilizing, liming, seeding, sprigging, ar muiching. AH such work shall be performed in accordance with the FAA Standard Turfing Specifications. The Contractor shall be held responsible for maintain�ng al1 ckisturbed sur�aces and replacements until final accgptance. MEiHOD O� IV9��SUR�M�N� � 10-4.1 Underground duct shall be measured by the lin�ar #eet (rneter) of d�rct installed, measured in place, campleted, and accepted. Separate meas�rement shall be made for the �arious types and sizes. BASIS �� PAYlil1�NT 114e5.1 Paymer�t will bs made at the contract unit price �or each type and size of single-way or multi- way duct compieted and accepted, This price shall be #ull compensation for furnishing al1 materials and for all preparation, assembly, and installatian of #hese matErials, and for all labor, equipment, taols, ancE incidentals necessary �o camplete this item. Payment will be made uncier: Item L-110-5.� Single-Way or Multi-Way Electrica{ Duct--per I#em L-� 10-4 FTW QQ244 i L Fed.Spec.W-C-571 Fed.Spec.W-C-� 094 Unden+vri#er� Underwriters Underwriters Underwriters linear foot {meter) MAT'�R1AL R�QUIR�MENTS Conduit and Fittings, Nonmstal, REgicf; {Asbestos-Cement or �ire-Clay Cement), (F�r Electrical Purposas) Conduit and Fittir�gs; Nanrr�etaHic, Rigid, (Plastic) Rigid Meta] Canduit Labora#ories Standard 6 Fittir�gs for ConcEuit and 4utlet Baxes Laboratories 5tandard 514 lmpregnated-Fiber Electrica� Condui# Laborataries Standard 5�3 Intermediate Metal Conduit Labaratories Standard 1242 END O� IT�M L-110 FTW (10244 Item L-� 1 a-5 nno�i�i���'��t�s ro IT�1�lI L-i�� I�J�T�4LLA7'f��1 �F �1JIEDIIEIVI INT�E����� "TAXIIN�4Y LI�k�T� - BA��E IUI�U�1�E€� 71��s sp�cia! s�e��f�cation rrtodi#ies, arr��lities, or am�r�ds th� techni�al spec�fi�atians and pians ar�d take� �r�cet���r�e +�ver �h��m ar� the ev�nt o# any [fis�re�s�cY- 1. Delet� 121-�.6�b}. �, Par�graph 1�1-�,8 — D�le#� r�tete�ce� to beam �t+Ju��r�er�t. I#em L-��1-i���1-1 FT+fV 402�� ����� IR����LLAiION �� �1�N1�dAY �i�� i�X1rdVAY �IGF�'i �IXiU#��S - �ASE MOUNY�� DESC�IPTIOIV :. 9���1.� This item shall consis# of runway and taxiway lights for series circuits, base mounted with cancrete backfill, furnished and installed in accotdance with this specification, atthe iocatians and in �� conformity with the damensions, design, and cletails shown an the plans. This item sha11 include � furnishing and installing the light bases in concrete backfiill, maunting the fight units, conduit lead-ir�s; and transfarmers and kamps. This item shall also incf�de all wire and cable cannections, the testing ,� of the installatian, the adjustment af tF�e Eight beams, and all incidentals necessary ta place the ligh#s 4 in operation as completed units fo the satisfaction of the engineer. �QU�Pfl��Ni AND FI�E9►TERIA�S 1�1-�.1 GF��Rd� a. Airport lighting equipment and materiais covered by FAA specifications shall ha�e priar appraval of the Federal Aviation Administration, Airports Service, Wash9ngton, D.C. 20590, and snall be listed in the current Advisory Circular 150/5345-1, Approved Airport Lighting Equipment, � b. All other equipment and materials covered by ather referenced specifications shall be sub�ect to accaptance through manufacturer's certification of compliance with the applicable specificatian when requested by the engineer. 121��.2 Rllidlh�AY �PdD TAXI1dVAY LIGbT �IXiLIR�S a � Elevated meciium intensity taxiway kights shall conform to the requirements o� FAA 5�ecification L-861 T. Omni directional inset medium intensity taxiway lights shall co�form ta the requirements o# FAA Specificatian L-852T. c. Taxiway centerline light fixtures shall conform ta the rec{uirements of FAA Specificatio� 1�-$52A (bidirectional, narraw beam) on straight sections of taxiway ar�d �-852B (bidirectional, wide beam} on curved sectians.af taxiway. d. Semiflush hig� intensity runway edg� lights shall conform to the rec�uirements of FAA Specificati�n L-850C. Each unit shall be fumis�ed camplete with a lens assembly, color filter as required, fixture, lamp, mounting assembfy, �ase, transformer and all other incidentafs necsssary far proper oPeration af the u�it. ���-�.3 IP�SULAiItdG T��NS��RIV��F�S. Insulating transformers shall conform to the r�quirernents of FAA Specification L-830. liem L-121-1 FTW 0024� - 121.��4 �ICH� �AS�S AND TR�N5F�ORM�� b�US1NGS. Light bases and transformer housing shall canform to the requirements of FAA Sp�cificat�an L-867 and L.-868. 121 ��.5 iA��. Rubber and �lastic electrical tapes shall b� 5cotch Electrical Tape Numbers 23 and 88, r�spectively, as manufactured by th� Minnesata Mining and Manufacturing Company, or an approved equal. 121�2.6 CONCR��'�. Concrete for backtill shall be proportioned not leaner than a 1-3-6 mix by valume and shalf have a compressive strength of r�ot less than 3,4p0 PSI. Approved clean aggregate shall be used to �roduce the concrete. 129 -2.7 COFd�UI'�, Rigid stee! conduit and fittings shall confarm ta th� requirements of �ed. 5�aec. WW-C-5$1. 121-2.� SQU�EZ�, COPJN�CYORS. Sque�ze connectors, if speci#ied, sfi�all be equal ta Crouse- Hinds Company, type CGB cable cannecior with neoprer�e rubber bushing. '121 n�.9 ���5. Large radius bend tess, if specified, shal! be equal to Crouse-Hinds Company No, ET-43. CONSiRUC`TION Ni��bO�S 'i��-3.1 P�►4C1NG iH� �1GH�S. T�e iaxiway lights st�all be installe� at the approximate location indicated on the plans. The �xact location shall be as dir�c�ed by ti�e engineer. 121-3.2 CONC��T� �RCKI�ILL. The light bases shall be installed on undisturbed soil�witt� a concrete backfill having a diameter of at least 24 inches. Concrete shai� be poured in place, and the top of the cancrete shall slope away from the flange porkion a# tf�e �ase so that a minimum of concrete is exposed abave the lev�led soi! area around #he base. 12i�3,3 LEV��IlVG. The base shall be adjusted and firmly held in place so that the machined �pper surface of the base flange shall be le�el within two degrees. 121-3.4 I��NYI�ICATI�N NUFN��R. Ar� identifying number shall be assigned to each unit.in accardance wi#h the plans. The pfacing of numbers to identify the unit shall be accom�lished by ane of the follawing methods: a. Number of 2-inch min�mum height shall be star�ciled with bfack paint on the runway side of the base piate. b. A non-corrosive metal disc of 2-inch minimum diameter with numbers permanently stamped or cut ou#, �shali b� attached to the fixture by at least two screws or shall be installed under the head of a base plate i�olt. c. Number �f 3-inch minimum height shal[ be impressed on a visible portion of concrete backtill. 12� d3.5 CA��� �Ni�A�lCE. Cabls will be instailed between the high intensity runway light units as a separat� item under Item L-1�8, "Installation of Underground Cable for Airports." The ltem L-121-2 FTW 00244 contractor shall bring this cable into the bases as shown on the plans. I# specified, the cable entrance to the base �or to conduit or tee leading into the base) shall be sealed by squeeze connectors. Gal�anized cast iron conduit reducers sf�all be used where required. Where squeeze connectors are specified they shall be provided with a rubber bushing o# corr�ct size to fit the outside diameter of the cable. The conn�ctors shall be tightened sufficiently to provide a watertight seal without deforming the insulation ar�d sheath of the cable. 121 �3.6 CA�L� CON�lFCTIOI�S. Underground cabl� will be installed as a se�arate item uncier Item L-108, "Installation of Underground Cable for Airports." The contractor shall connect the cable to the transfiorm�r. The contractor sha�l lea�e sufficie�t slack in the cable to permit connections to be macie above graund. The Cannectian of the transformer ieads ta the undergraund cable supply shali be made by one af the following methods: a. DIRECT CONNECTiON, The transforrr�er primary lead �connectors shall be plugged directly into mating connectors of Field-Attached or Factory-Molded Plug-In Splices on the supply cables, w�ichever is called for o� the plans. The splices shall 6e attached to the supply cables as specified in Item L-108. �. PIGTAII.SPLICING LEAD CONNECTION. When the pfansspecifythat{�igtaif splicing leads are to be supplied with the transformers, the pigtail leads shall be connected to the supply cabie by means of either a Cast Splice or a Vu{canize� Splice, whichever is called for an the plans. The splices shalf be rrEade as specified in Item L-108. The jaint where the transformer mating connectors come together shall be wrapped with at least two fayers of plastic tape, or�e-half iapped, extending at least 1-1/2 inches each sicie of the joint, i��•�3.7 ASSEM�LING iHE UNIi. The taxEway Hght sl�all be assembled and connected in accardance with the manufacturer's installation instructions. The transformer secondary leads shall be conn�cted to the lamp leac�s by means of a disconnecting plug and receptacle and ihe joint shall nat be taped. A lamp, or lamps, of the proper rating shall be installed in the fixture. The distaRce from finished grade ta the #op of the fixture shal{ Y�e as indicated on the plans, but in any e�ent shall not exceed 34 inches. 121-3.� L�VI�LII�G AMD �EAiVi �DJUSTiU��Ni. The fixture shall be feveled #o within ane degree. Leveiing shall be accomplished as recamrn�ended by the manufacturer. After leveling, the contractor shafl adjust eaeh optical system in accardance with rnanufacturer's instructions. Ti�is shall include the adjustment and orien#ation af all lights. Final adjustment shall be made at r�ight and shall be to the satisfaction of the engineer. �2f�3.9 T�STS. The installation shall �e fiully tested by continuous operation for a period of not less than 1/2 hour as a campiet�d system prior to acceptance, and these tests s�al� include the functianing of each cantrol nat less than 10 times. The complsted circuit shali be tested in accordance with the applicabls �rovisions of Item L-108, "Installation of Underground Cable for Airports." iV��iHOD OI� iVIC�f�SUR�iVi�NT' Item L-121-3 FTW 00244 121 �4.1 The quantity of fights to be paid for under this i#em shall be the number of each type of high intensity runway lights installed .as comple�ed ur�its in place, ready for operation, an� aecepted by the engineer. BAS15 O� PAYM�N�' 9�1��.1 Payment shalE be made at the contract unit price for each complete medium Entensity taxiway light installed in place by the cantractor anc{ accepted by the engineer. This price shall be ful! compensation for furnishing all materiaks; for all preparation, assembly, and installation of these materials; and for ai1 labor, equipment, toals and incidenials necessary to complete this item. Payment will be made under: Item L-121-5.1 Medium [ntensity Elevated Taxiway Edge Lights, Including lsolation Transformer, �amps, and Connections - per each. Item L-121-5.2 Omni Directiona) Inset Medium Iniensity Taxiway Edge Lights, ]ncluding Isolation Transformer, �amps, and Connections — per each. Item L-121-5.3 Taxiway Genterline Light Fixtures, Bidirectional, Narrow Beam, Including Isolation Transformer, Lamps, ar�d Cannections — per each. Item L-121-5.4 Taxiway Centerline E.ight Fixtures, Bidirectional, Wide Beam, Including I�olation Tra�sfarmer, Lamps, and Connections — per each. Item L-�21-5.5 Semiflush High Intensi#y Rur�way �dge Light, Including ]so�a#ion Transformer, Lamps, and Cannections — per each. Item L-�21-5.fi Type L-867 Light Bases in Concrete — per each. Item L-12� -5.7 Type L-8fi8 Light Bases in Concrete — per each. Item �.-121-5.8 �oad B�aring Cover for Light Bases with Fasteners -- per each. END OF SECTlON Item L-121-4 FTW 00244 ���N��������� �� �T�n� ����5 II��T�4�.L�4TI��1 �� �1RFI�LD �UID�4i��E �iG�N� Thas spe��ai �p�c4ficatior� rnodlfies, ampiifi�s, �r arnends t�t� tech�i��l �p��M#i�2�#�or�� an� pla�s �nd 4�kes prec�den�� over #�errk in t�e even# oi ar�� discr��a��y. 1. I�e1e#� � ��-3.7 (a){�}. �, Par�gr�.pE� ���-4.7 — A�rfiel�t C�uid�nc� Si�ns an�i �oncr�te Pad� shali �� cvnsidered as � singl� wxe�n for al� si�r�s in each a1 tr�� ba�e �i� an� bi� a�tern�i�, �. Qe�et� ��5-�.� Xhrout�h ���-�.4. 7he 4�as�s for paymor�t �n Airtke�� ��i�2���e �rgns �E���1 be � l�mp sun7 for �ach a� tl�� i�ase bid ��td bid al�e��aie. . r � ' 1 , i ,1 .! .� �te�Yl �-1��J-�io�-1 �rwoa�a�-� Ii�M L�12� lfV�iA��/�i`l0�! OF A�RFI��� C�I�I�A►NC� SICfVS ��S�RI�'T ION 1�5-1.1 ��N�R�L. This section shall consist of all light�d signs f�rnished and installed in accordanee with the project plans and specificatio�s and #he ap�licable advisory circular. a. The signs shall E�� instalied at the locations and in accardance with the s�imensions, design anc� details shown on the plans. ft is the int�nt and �meaning of the plans and specifications that the con#ractor shall provide an -electrical installation #hat is complete, inclut�ing all items and appurtenances necessary, reasonably incidentai or custamarily included, e�en though each and every item is nflt specifiieally called out or shown. h. Installations and construction under these provisions shal! be coardinated with the Engineer. This item consists of both ne►nc signs and rPlacate� signs. Where la�at signs are ret�uired, the contractor shall furnish new L-858 signs anc� all auxiliary new items required to place the sign in service. Where a relacated sign is needed, the contractor shall refurbisi� the designated sign and reinstall at the indicated iacaiion, Tt�e refurbishment of all existing signs shaEl include cleaning, adding new madules, face panels, r�ew lamps and isalation transformer where required, repair ofi all def�cient components, reinstallatian on the foundation with L-857 base, required cable cannections, incidentals and testing ne�cessary to place the sign in aperatian as a complete unit to the satisfactian of the ow�er. � 1��-1.� Airport ligh#ing equipment and materials covered by Fed�ral A�iatinn Administratian {FAA) specifications shall �ave the prior appro�al af the FAA and shall be listed in the latest edition of Advisory �ircular {AC) 150/5345-1, Appraved Airport Lighting Equipmen#. a. All Ad�isory Circular referer�ced in this specifiication shall be the latest editian. b. Additional details pertaining to specific systems co�ered in this specification are contained in the latest editior�s af the FAA Advisary Circuiar listed below. 1. AG 15016340-18C Standards for Airport Sign Systems 2. AC 15015340-44E Specification for Taxiway and Runway 5igns 725-'1.3 Equipment and material coverecl by FAA specificatEons shall be as specified by reference number, Wnere I#ern L-108 and Item L-170 are referred to i� this specification, reference is made ta Item L-108, IRstallation of Airport Underground Cable and Item L-190, Installation of Airport Underground Electrical Duct sections of praject specificatians. �QUIPiw�Ni ANb f1�Ai�RIAL. 12�-2.� C�N�R�oL. All commercial items of electrical equipment not covered by Federaf Aviation 1#em L-� 25-� FTW 00244 Administra#ion specifications shaH con�orm to t�e applicable rulings and standards o# the National Electrical Coda. 125�2.2 EQUIPIV��NY AND MAiFRIALS I�OR AIR�'I�LI� GUI�ANC� SIGNS SYSY�M a. GENERAL. Signs shal! be internally lighted and shal{ comply witn rec}uirements of AC 15Q/5345-44E. 1. Signs shall be provided with the require� transformers and regulators. 2. The signs s�all be instalfed on a B.6 ampere power s�ppiy circuit and shall be considered a part of the taxiway ecfge fghting system for electrical pawer sUppfy. b. INSULATING TRANSFORMERS. insuRating transformers for sigr�s shall be �AA type L-830 of wattage recomrnended by sign manufacturer far patticular sign instaliation and shall compky with requirements of AC 1 Sa/5345-47A. c. BASES. lnstall one L-Sfi7, 16" base in sign support pads complying with requirements af AC 15Q/5345-42C. �ase cover shall be as indicated on plans. cf, CONGRETE PADS. Install reinforced concrete pad for signs as indicated on the plans and in accord wiih sign manufacturer's recommendations. Pad construction shall conform to requirements of �tem P-61 �. 125�2.3 AIRFI��D GUfQANC� 51GN�. a. TYPE L-8�8Y D[RECTION, DESTINATION AND BOUNDARY 51GNS. 1. Signs shall be Lumac�rve as manufactured by Standard Sigr�s Inc., Cleveland, Ohio. 2. Sign letters, numerals or arrows shal{ be 15 inches �igh and be pro�idEd on each fiace af each sign as shown nn the pkans. Sign face panels shal! be bla�k or internally lighted character panels. 3. Signs shall have a black legend. on a yellaw backgrou�d, 4. Where no information is required on one sig� fiace, the Contractor shall provide a blank sign face using indi�idual blank panels as inc�icated an the plans. b. TYPE L-858� TAXIWAY AND Rl)NWAY LOCATION SIGNS. 1, Signs shall be Lumacurve as manufactured by 5tandard Signs Inc., Cl��ela�d, Ohio. 2. Sign letters, r�umerafs or arrows shal! be � 5 inches high and be provided on each face af eac� sign as shown on the pfans. Sign face panels sha31 be blank Item L-� 25-2 FTW 00244 or internally I�ghtecl character panels. 3. Signs shall have a yellow Isgenci ancf bardar on a black background. 4. Where no information is required on one sign �ace, the Contractor shal! provide �a blank sign fiace using ind�vidual blan� panels as indicated on the plans. CONS I'RUCiION MEiFi�pS i25�.1 G�N�RA�. lnstal! ducts, cables, counterpoise and supports necessary to insur� a camplete and apera�le electr�cai instailatian for lighted signs as specified and shown o� the plans. a. Install ar�d mount the equipmen# ta compfy with the r�quirements of the I�ational Efectric Coda, item L-108 and Item L-110, of these specifiications. b. General Cable Installation Requirements. 1. The primary cable shall be connected to the sign arrd transformer as shown on the plans. 2. Prir�ary cable slack.shall be pravided �t each sign. In general, enough slack i shal� be left in the eable to permit installation abo�e ground of the conneetions � l betwEen the {�rimary cable and the insuEating transformer primary leads � c. DEMOLITION AND SALVAGE. At locations r�oted on the pians, the follawing s�all . be required: � ' i. Existing signs, cabies aneE other ma#erials identifii�d as salvageable by the GM a shall be remo�ed. 5alvageal�le materials shail be delivered to Ow�er sa�vage area or disposed of as directed by the �nginaer. �25-3.1 A1R�l�LD GUIDANC� SIGI�lS SYSTEM a. DESCRIPTION. The signs shall be located as indicated on the plans. ` 1. All sig�s shail be oriented so that the faee of the sign is approximatefy 90 . degrees to the direction of the taxiing paths from which it is �iew+ed, unless � . otherw�se shawn on the plans or directed by the Engineer. . 2. Sign installatior�s sha[� inclucie furnishing and installing of signs, transformer, and mounting assemblies. Installatio� shall also inclucie ail cable connections, � all lamps, regulators, all internal ar exter�al conciuit ar�d wiring and all incicientals necessary to place the signs in operation as completed uniis. � 3. LOCATION �F AIRFIELD GUIDANCE SIGNS. Signs shall be installed in the lacatians as shown on the plans. Deviatians/c�anges shall only be made with prior written approval afi the Engineer. � 4. knstall in accordance with AC 150/53�5-44E and AC �50/5340-18C. � FTW OQ244 Item L-125-3 � M�iFiOp OF M�ASU€��M�Ni rt25��4.1 The number of items Gsted below to be paid fo� shall be measured by the unit, fnstalled and accepted by the Engineer: Airfield Guidance Signs Cancrete Pads Ths Contractar shall be respansible for furnishing and instalfing all markers, tape, and incidentais required for the i�stallatior�. T�ese incidentals shall be considerEd subsidiary_ The quantity of new or reiocated signs to be paid for under ti�is item shall be the number of each type of instaEEation, installed as a com�lete unit in place, reac�y far operatian and accepted by the Engineer . � The quantity of new modu�es to be paid for under this item shall be the number of mad�les instaffed as completed ur�its in place, ready for operation, and accepted by the Engineer. T�re q�antity af concrete pads or pad extensian to be paid fc►r under this item shall be the number of �ach type of installation, insta4led as a compl�tEd unit i� place, ready for o�eration and accep#ed by the Er�gineer. B�SIS FOR �AYM�iV�' Y25��.1 The items cav�red in Section t25-4.1 will be paid for at th� cantract ur�it price p�r each. This price shall be full compensation far furnishing all mater'rals, labor, equipment, toals, and incider�tals necessary to cflmpleie the work. Payment wiff be made t�nder: Item L-125-5.� Removal and installation of Refurbished Signs in p�ace -per unit . Item L-�25-�.2 Instaliation af New Module on Refurbished Signs in ptace - per unit. Item L-�25-5.31nstaliation of New Two Madule Sign in place - per unit. . It�m L-125-5.41nstallatior� of New Sign Foundations in place - per unit. END OF SECTfON Etem L-125-4 FTW 00244 ITEM L-I18 1NSTALLATION OF �UNWAY AND TAXIWAY RETROREFLECT�VE MARKERS DESCRTPTION 118-1.1. This item shall consist of runway and taxiway retroreflective markers furr�ished and installed in accordance with this specification at the locations and in conformity with the dimensions, design and details shown on the plans. This item shall incl�tde the furnishing af a11 labor, materials, equipment and incidentals necessary tn install the markers as completed units to the satisfaction of th� Engineer. � EQUIPMENT AND MA.TERiALS 118-2.1 GENERAL a. Aix-port lighting equipment and materials c�vered by the FAA specifications shall have the prior approval of the Federal Aviatian Administratiori, Airports Service, Washingtan, D.C. 2059I and shall be listed in Advisory Circular 15Q/5345-1, Appraved Airport Lighting Equipment. b. All other equipmen� and materials covered by otker referenced specifications shall be subject to acceptance throug3� tk�e manufacturer's certification of compliance with the applicable specif�cations. c. Al1 materials and equipment for which na referenc� specification �.as been shown shall be of the highest con�unercial quality available. 1.18-�.� RETROREFLECTIVE MARKERS. Retroreflective markers shall conform to FAA 5pecification L-$33, "Runway and Taxiway Retroreflective Markers" ar�d shall be af the type and calor(s) shown on the plans. ll8-�.3 ADHESIVE. The adhesi�e used to secure the markers to the pavernent shall be a two-�art epoxy seaiant furnished with the markers. 1 X 8-�.4 TEMPLATE. A template �hall be provided to assure that the thiekness of the adhesive between the bottorn of the marker and the pavement is in accordance with the installatior� details in paragraph 118-3.4. The template shall be furnished by ihe manufaciurer of the marker u�ess otherwise approved by the engineer. The use of any template other �han that furnished by the manufacturer shall be approved by the engineer prior to its use. ; _� �,-i r ssw-i CONSTRUCTION METHODS 118-3,1 GENERA.L. Th�: markers shall be installed at the approximate Iocations shoum on the plans. The exact locations shail be as direeted by the engineer. 118-3.2 PAVEMENT PR�PA.RATION. The pa�ement sha�t be dry and free of any oil, grease,dirt loose particles or other materials wh�ch migk�t adversely affect tlie bonding of the adhesive ta the pavement surface. All pavement surfaces on whieh ti�e markers are to be glaced shall be cleaned of any loose ma�erials or dirt by the use of broams or power broorns prior t� ihe placing of the� ac�hesive. 11$-3.3 ADHESIVE. The adhesivE shall Ue furnished wi�h the markers and shall be �nixed in s�z-ict accordance with the manufacturer's insfi-uctions. Any adhesive mixture which hecoines too viscous to extrude freely at the edge of the marker shall be discarded. ].1.8-�.4 MA1tKER PLACEMENT. The pavement area on which fhe marker is ta be placed shall be covered witk a sufficient quanti�y of the adhesive, using the template furnished by the rnanufaciurer ar fabricated by the contractor. Any irregularities in the pa�ement surface shall be filled �vith the adhesive. Any voids in the adhesive shall be eliminated by applying pressure on the marker until it is in firrn contact with the pavement, Prior ta applying pressure, the thickness of the adhesive shall be between 1/1� and 1/8 inch, which is determined by the template furnished by the manu#'acturer or �abricated. After tkae marker is in its final pasition, any excess adhesive shall be reznoved and �he reflective faces cleaned in accordax�c� with tlze manufactuzer's instruction�. l I8-3.5 INSPECTION. Tl�e completed installation shall be inspected at night using a light source approved by ih.e engineer. METHOD OF MEASUREMENT ll8-4.i. The quantity af retroreflective markers to be paid for �nder this itern sha11 be the number of eacka type and color ii�stalled as completed units 'tn p�ace, ready for service and accepted by the engineer. BASIS OF PAYIVIENT 118�5.1. Payrnent shall be nnade at the unit price bid for each retroreflective marker installed in pl�c� and accepied by the ei�gineer, Thzs price shall be full compensation for furnishing all material�; for all preparatian, assembly and insiallation of these materials; and for all labor, equipment, iools and incidentals necessary ta complete this item. Payment will be made und�r: L-11$-S. I Installation af L-853 Retraz�eflective Markers - per eaeh L-i 1 ssw-z ?4��)DIFI�'ATI(�1�'� '�'� E�~�:�� n���� rir� r���� �����n� ��.a�r�s .��n c�������Ts I R TjIE �}!'OV1�3C]i3;� C1f I��171 L�-�{}� s�,ail be appiicabi� �x:.ep� �� t�,c��i�ie� �� i��aii��v�s: '�{1'1-�.1: �'Epc l� �ic �sed ���slE l�e R��f1FC]�C�L� ��13Cf�1� Y1�3� CO11f01'�11111�" t0 C17�: i'CL��kll'GR�CYiiS O� :��F�� � �{]. I�elci� a�� c��l���� ������ o�'�ij3e ]isi°e�. 7��-4.�: f�eje��, 741-�.3: Dcl�le, 7�11-�.] : Ya�siienl v�ri11 be in�de und�r: l��.m 7{}1-�.1 I rei�17� 1-�. ] Fte�Yti 7L� E-5. ] l�e�i� 70 i -�.1 l�e�� 701-5.� �Ul-�.�: L��:1etc. 70�-5,3; De�l�ie, I � � 2�A", Cl�ss Ili ��C'Y Lat�ral� -- per li��e�r f�at ��FF} C:lass 111 R�.P -- p�r ]iiYcnr foot ��", C`]��� 111 RC�' _� pe�� li�z�ar i'�c�� b�"', C�ass l�l I�C'Y -- �cr lii��ar f.00t b�", ��ass il� l����' -- pct� Eit��sr #o�t I �� J s' I�-�{]� �i��'� � 5/20/98 AC 150/5370-14A CNG 1 � ITEnII 9��07 �IP� ��R Sf��M ��I�S A�� CU�!l�RYS DESCRIPTIQR� 7U1-I.1 Tlvis item shall consist of the constructioa of pipe ciilverts and s�orm drains in accordance with these specifieatians and in reasonably ciose confornvty with the lines and grades shown on the pkans. I�YAi�FlLALS 701-2. i Materials sha� meet the requiremen#s shawri on the plas� and specifiec! belaw. 7U1 2.2 P1PE. Metallic Coated Corrugated Steel Pipe (Type I, IR or II} Galvanized ,Steel Corrugated Stiuctural Piates and Fasteners for Fipe, Pi�e-Arches, and Arches Polymer Precaated Coriugated SEeel Pipe for Sewers and ➢rains Post-Caated an$ Linea (Bituminovs or Cnnerete) Coirugated SteelSevver and Ds�auiage Pipe Fiber-Bortded Asphalt, Composite Coated, Cornigated 5tc�l !'ipe Corrugated AIuminum Allpy Culvert Pi�ae Vitrified Clay Pipe Non-Reinforced Cancrete Pipe Reinforced Concrete �ipe Reinforced Concrete D-Load Pipe Reinforced Concrete Arch Pipe Reinforced Concrete �ilzptical Pipe Precast Reinforced Cancrete Bqx Sections � ' Poly (Vinyl ChEoride) Ribbed Drain Pipe & Fittings Based an Contralled Inside Di�neter T'oly {Vinyl Cfilaride) (PVC) Corrugated 5ewer Pipe With a Smootli Tnterior and Fitting5. . Bituminous-Coated Corrugated Metal Pipe and Pipe Arches Biivminous-Caated Cflrrugated Alwminum Alloy C�lvert Pipe Bituminous-Caated Structural Plate Pipe, Pipe Arch, and Arches Alniminum Alloy Struch�ral Plate for �ipe, Pipe Arct�, and Arches - Polyvinyl Chloride (PVC) Pipe ' . Corrugated Polyethylene Drainage Tubi�sg Corragated Polyethylene Pi�e Poly (Vinyl Chloride) (PVC) Profile Wall Drain Pipe and Fittings Based on Controlled Inside Diameter ASTM A 760 A5TM A 761 ASTM A 762 ASTM A $49 ASTM A 883 ASTM B 745 ASTM C 700 ASTM C 14 ASTM C 76 A5TM C 655 AS'I'M C �06 �1STM C 507 ASTM C 789 and C S50 ASTM F 794 ASTM �' 949 AA5HT0 M 190 AA5HT0 M 140 and M l96 AASHTO M lb7 and M 243 AASHTO M 2I9 . ASTMD 3�34 AASHTO M 252 AASHTO M �94 AASHTb M 304 70I-2.3 CONCRETE. Concrete for pipe cradles shall have a myn;mum cornpressive strength of �Q00 psi (13.8 MPa} at 28 days and eanform to tise requirements of ASTM C 94. 701-2,4 RLJBBER GASKETS. Rubber �gaskets for rigid pipe shali canfarm ta the requrrements of ASTM C 443. Rubber gaskets for PVC pipe silall conform to the requu'ernents of ASTM F 477. Rubber gaskets for zinc�oated steel pi}�e and precoated galv�nazed pipe shail cnnfarm to the requirements of ASTM D 1D55, far the "RB" clvsec3 cell grades. 70I-Z.5 .�OINT MORTAR, Pipe joint mortar shall consist of one part portland cement and two parrs sand. The portiand cement shall conform to the requirements of ASTM C 130, Type I. The sand shall co�orm to the requirements af ASTM C 144. 2fi 1 AC '{ 50/5370-1 QA 2�� ��8�, 7U1-2.6 DAK[FM. Dakui� far joizits in'beIl and spigat pipe shall be made from hemp (Cannabis Satit�aj line, or Benares Sunn fiber, or #'rom a cornbinat�on of these fibers. Tiie oakum shal] be thoroughly corded and finisheti. 7U1-Z.'� dOINT FIL�ERS. Poured fiIler for joints shalZ conform to the requisennents of ASTM D � f 90. 701-2.$ PLAS'I�C GASKETS. Plastic gaskets shall cQnforrn to the requirements af AASHTO M 19$ ('I"ype $). 741-2.9 COIYIpRESSION .�OINTS. Matez'ial,s for comgression joints for vitrif�ed clay pipe shall meet the requirements of ASTM C 42�. **********�***�***���*******�****�********�x***********�***********�x***�**�***************** ASTM C 789 aud C 850 are prim�rily maniufacturing speciiic�ons. The bax section dimensions, compressive strength of the concr9ete, and reinfnrcen�ent detaiLs shown in the specitications ha�e been designed for a Combined earth dead load and AASHT� � 520 li�e load conciition. A maciified design will be necessary when aircraft laadings are greater than #he H52Q loading. **�*�***+*��*�**:��**��x���:**�����***�**��x*�:�*�*�***:�*����*:�*:��*:�***:�*���*�**+**�************ co�sTRucTio�u �ErHoos 7U1-3.1 EXCAVATION. The rvidth of the pipe irench shall be sufficient to permit satisfactory jointing of the pipe and thomugh tamping af the bedding material under and azound the pipe, but it s�ail not be l�ss tt�n the etirtemal diameter of khe pipe pl�s 6 inches (1S0 mm} on each side. The trench walls shall be appro�a.matel�verticai. Where rock, hard�an, ar other unyielding material is encountem.d, the Contractor shall remove it from beiow the founda#aan grade for a depth of at least 12 inches (300 mm) or on�e-half inch (12 mm) for eath foot of fill over tha top of the pipe (whiche�ver is greater) but for no mare than three�uarters of the nominal diameter t�f ti►e pipe. Th.e widih of the excavation shall be at least I foat (30 cm) greater than EE�e harizontaI outside dia�neter of the pipe. The exca�ation below grade shall be bacldi3led wi.th seleeted fine compressible material, such as silty clay or loam, and �ightiy compacted in layers not over b inches (150 rnm) in uncompacted depth ta form a uniform but yielding foundatian. Where a firm fotir►dation is nai encoun#ered at th� grade established, due ta saft, spongy, or other unstable soil, the unstable soi! sha�l be removed and replaced with approved granular material for the full tremch width. The Engineer s3�1 detentune the depth oi removal necessary. The grai►uiar mater�l shalZ be campacted to pravide adequate suppart for the p1�: . Tfie e�cavation for pipes that as'e placed in emba,nkment fiIl shall not be ma�e until the embanlcment has been completeci to a height above the tap of the pipe as shotim an the plans. 701-3,2 B�DDING. The pipe bedcfing shaIl conform tn the class specified on the plans. When no bedding class is specified or detailed an the plans, d�e requirements far Class C bedding shall apply, �. Rigid Pipe. Class A t�ecEding shall cansist of a contin.uons concreEe cr�edie canforming to the plan det�ils. Class B beclding shal� consist of a bed of granular material having a thiclrness of at least 6 inches (15Q mm) belaw the bottom of tt�e pipe and e�ctending up around the pipe for a depth of not less tizan 30 percent af the pipe`s vertical autside diameter. The la�er of bedding material shall be shaped to fit the pipe for at feast 10 percent of the pipe's v�z'tical cliameter and shall have recesses shaped ta z�ceive the bell of beil and spigot pipe. T'he bedding material 5haI1 be sand or selecCed sandy saii, alI of which passes a 3/8 ineh (9 mm) szeve and not more than 10 percent of which passes a No. 2U0 (O.D75 mm} sieve. Class C bedding shall consist af bedding the pipe in its natuial fouridation to a depth of not less than 10 pezcent of the pipe's �ertieal outside diameter. The bed shall be shaped to fit the pipe and shall have recesses shaped to receive the bell of beu and spigat pipe. 262 2/9�l�9 A� �50/53i0d10A b. Fiexibie Pipe. For flexiiole pipe, the bed shaII be raughly shaped to fit the pipe, and a bedding ` blankei of sand or f�e granular material sha11 be provided as follows: Pipe Corrugatian Depth IvZinimum Bedding Depth in. mm ia. mm 1/a 12.5 _ l ZS.Q 1 25.0 2 50.0 2 5�.0 3 75.0 21/z 62.5 3 �/� 87.5 c. PVC and Palyet�ylene Pipe. For PVG and polyethylene Qipe, the bedding ztsaterial shall aansist of coarse s�nds and gravels with a maximum particIe size of 3/4-inch {t3 mm). For pipes installed under paved areas, no more than i2 percent of the material shall pass the No. 200 (0.075 mna) sieve. For all other areas, na more than 50 gercent of the material shali pass the No. 200 (0.075 u�m) sieve. T1se bedding shall have a thickaess af at least 6 inches (1S0 mm} belpw the bottom vf the pipe and extend up around the pipe for a depth of not lesa than 50 percent of the pipe's vertical outSide diameter. '�01-3.3 LAYING PII'E. The gipe Iaying shall begin at the Towest point o#' the trench and proceed up- g�ade. The lower segzuent of the pipe shall be in contact with the bedding, thraughout its fu11 length. Bell or groove emds of rigid pipes and outside circumferential laps af tlexible pipes shall be placed facing upgrade. Paved or partially lined pipe shail be placed so that the longitudinai center Iine of th�e paved segment coin- cides with the flow Iine. Elliptical and elliptically reinforced pipes shall be placed with the manufacturer's top of pipe mark within izve degrees of a vertical plane through the longitudinal aacis of the pipe. �O1-3.4 JOINING PYPE. 7oints shall be made with (1} portlaz�d cement mortar, (2) portland cememL grout, (3) rubber gaskets, {4) oakum and rnortar, (5) oakum and jois�t compaund, oz {6) plastic gaskets. Mortar joints shall be made with an excess of mortar to form a continuous bead around the autside of the pipe and shall be fuushed smooth on the inside. Molds ar runners shall be used for grouted joints in arder to retain the poured grout. Ruhb�r 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 eithez hell and spigot or tongue and groove. The method of �oining gipe-sections shall be such that the en�s are fully entered and the innez surface5 are reasonably flush and even. 3oints sk►all be thoroughly wetted before mortax' or grout is agplied. ts. Metal Pipe. IVietal pipe shall be firmly joined by form fitting bands conforming to the require- arz�ents of ASTM A 760 for steel pipe and AASHTO M 195 for aluminum pipe. c. PVC and Palyethyiene Pipe. Joints far PVC pipe shall conform to the requirernents oF ASTM D 3212. �ittings for polyethylene pipe shall confnrm to the requi�rements c�f AASHTO M 252. d. Vit�ified Clay Pipe. Fittings for vitrified clay pipe shall conforzn to the requirements af A5TM C 700. Materials for compression joints shall conform to ihe requirements of ASTM C 425. 90103.5 BAC]�FILLING. . Pipes sha11 be inspecied before any backfill is placed; any pipes found to be out af alignment, unduly settl,ed, or damaged shall be removed and rElaid or replaced at the Contractor's ex- pense. Material far hackf�ll shall be fine, readily oompatible soil, nx granular materiai seleeted from the excavation or a source of the Contractor's choosing. It shall �ot contain frozen Zumps, stones that wauld be retained on a 2-inch (SO.D mm} sieve, chunks of highly plastic clay, ar other objectionable material. Na Iess than 95 percent of a gxanular backfiil mateziaS shall pass #hrough a 1/2 inch (12 mm) sieve, and no less than 95 percent of it shall be retained on a No. 4(4.75 ma�) sieve. �63 A� ��ol53io-�ad _ ��1il�s When the to� of the pipe is aven with or beiow the top of the trench, the bacltfill shall be cor,uupacted in layers not eaceeding 6 inches (ISQ 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, wkaichever is greater. Care shall be exer�ised to thor- au�hly compaat the backfill material under the haunches of the pipe. Material s�all be brought up evenly on both sidea of the pipe. When the top of the pipe is above the top of the trench, the backf"ill shail be compacted in layers not ex- ceeding 6 inches {1SD mm) and shall be brought up evenly on both sides of the �ipe to 1 foot (3a cm) above the tap of the pipe. The width of backfiIl on each "side of the pipe for the portion above t�e tap of the trench shall be equal to twice the pipe's diameter of 12 feet (3.5 m), whichever is less. For PVC and polyethySene pipe, the backf�l shall be placed in two stages; first to the top of the pipe and then at least 12 irzches {300 mm) over the top af the pipe. The hackfill matsrial shall meet the requiraments af paragragh 701-3.2c. All backf�Il sh'alI be compacted to the density requiured under Item P-152. ���}��� �� ����������� 101-4.1 The length of pipe shall be measured in linear feet (meters) ai pipe in piace, completed, and ap- proved. It shall be �easured along the centerline af 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 m�asured separataly. All fittings shatl be included in the footage as typical pipe sections in the pipe being measnred. 7U1�.2 The volume qf concrete for pipe cradIes to be paid for sha� be the number of cubic yaxds (cubic meters) of concrete �vhich is eompleted in place and aecepted. �O1-4.3 The volume of � rack to b� paid for shall be the number af cubic yards (cubic meters) of rock excavated. No payment shall be rnade %r the cushian mate�rial placed for the bed of the pipe. �ASIS OF ��1YRA�N�' 701-5.1 Payment will be made at the contract unit price pez linear foot (meter) for each kind of pipe of the type and size designated; at the eontract nnit price per cubic yard (cubic meter) of conerete for pipe cradles; and at the contract unit price per cubic yard {cubic meter) far rock excavation. These prices shall fully compensate the Contractor for furn.i,shing all materiaIs and for all preparation, exca- vation, and instaIIation of these materials; and for a.11 labor, equipment, toals, and incidentals necessary to cdzuplete the item. Payment will be made under: Item '��01-5.1 Item 7�1-5.2 �tem 701-5.3 [ ] inch [ ] per linear foot (meter) Concrete fpr pipe craciles---per cubic yard {cubic meter) Rock excavation--per cubic yard (cubic meter) � � u r * • s z� * � � � a � � � � � �v v� � * r� � �a � r� s �a * � � a � a n o � ♦ u r� s a � �u # u � s � ;a o � x� Tl�e Engit�eer sball specify the size as�d type of gipe far each pipe size specifisd in the plans. * a +a � s r x� � � v � � a r� � * ,o- n� a �a � � � � s s �n � s � a � � � �a s � � o * �a v 4 a � a r o a • o r � v� iw/o0���{A� ���u«��u��Ys ASTM A 7C0 Corrugated Steel Pipe, Metal�ic-Coated for Sewers and Drains 264 I ; I_ 5 � II. 5�2p�gg AC 15Q/��7�-10A CHG 11, ASTM A 761 Stee] Galvanized, Co�ugated Structural Plates and Fasteners for Pipe, Pipe-Arches, and Arches ASTM A 762Frecoated (Polym�ric) Galvanized SteelSewer and Drainage Pipe ASTM A 849Post-Coated and Lined (Situminous or Concr�te) Corrugated Steei Sewer and Drainage Pipe ASTM A 88� Steel 5heet, Zin� and Arainid Fiber Campnsite Coated for Carrugated 5tee1 Sewer, Culvert, and Underdrain Pipe ASTM H 74� Corrugated Alumin�m All.ay Culvert Pipe AS'£M C 14 Concrete Sewer, Storm Drain, and C�lvert Pipe ASTM C 7b Reinforced Concrete Cul�ert, 5tarm Drain, az�d Setiver Pipe ASTM C 94 Ready M�.Yed Concrete A.STM C 1� Aggregate for Masonry Mortar ASTM C 1�0 Portland Cement ASTM C �2� ASTM C 4�}3 ASTM C 506 ASTM C �d7 �Z'iVi C �3� ASTM C 700 ASTM C 789 A5T'M C 8�0 ASTM D 10�6 ASTM D 1.190 ASTM D 3Q34 ASTM D 3212 ASTM �' 477 ASTM F 794 ASTM F 949 AASHTO M 190 AASHTQ M 196 AASHTO M 198 Compression ]oi�ts �or Vitrified Clay Pipe Joints for Circul�u' Concrete 5ewer and Cu�lver[ Pipe, Using Rubt�er Gaskets Reinfoirced Concrete Arch Culvert, Starm Drain, and Sewer Pipe Reinfnrced Concrete ElIiptical Culven, Stozm Drain and 5ewer Pipe Rein%rced Concrete D-Load G�lvert, 5torm Drain and Sewer Pipe Vitrif'ied Clay Pipe, E�-tra Strengkh, Standard Strengtli, and Perforated. Pzecast Reinforced Concrete Box Sections far CuIverts, 5tosm Drains, ar►d Sewers Precast Reinforced Concrete Sox Secrions for Culverts, Storn► Drair�s, and Sewers wikh �ss than 2 feet af Cover Flexihle Cellular Materials—Sponge ar Expanded Rubber Concrete Joint Sealer, Hot Paured Elasric Type Type PSMPoIy (V'inyl Chloride) (PVC) Sewer Pipe and Fittings Ioints %r Drain a.nd Sewer Piastic Pipes Using Fle�cible Elastosneric Seals Elasto�neric Seals (Gaskets) for Iaining PLasEic Pipe Poly {Vinyl Chloride) Ribbed Drai�n Pipe & Fittings Sased �n Controiled Insitle Diameter Poly (Vinyl Chlaride) {PVC) Corrugated Sewer Pipe With a Srnooth Interior and Fittings Bitiunii►ous-Coated Corzugated Metal Culvert Pipe and Pipe Arches Corzugated Aluininucn Alloy C�lverts and Llnderdr�ir►s Joints for Circular ConcreEe Scwer and C�lvert Pipe Using F1e.Yible Watertight CraSkeEs Z65 AC 15�/5370-'10A CHG i'I AA5HT0 M 219 AASHTO M 243 AASHTO M 252 AASHTO M 294 AA,SH"I'O M 304 5/2�/98, A1w�ninum ,Alloy Struetnral Piate for Pipe, Pipe-Arches, and Arehes Field Agplied Cnating of Carrugated Metal Structural �late for Pipe, Pipe-Arches, and Arches Corr¢gate� Polyefhylene Dzainage Tubirig Corrugated Polyethylene Pipe Poly (Vinyl Chloride) {PVC) Prafile Wail Drain Pipe and Fiitings Based vn Controlled Inside Diameter 266 �1ri�1DiF'I�ATIQ?VS T[� ���� �-�rr�� s�,c�r�r�� n���s Tltc ��rovi�tons ai` 1�c�7rt Tl-7C}� sttial] h� a��y�li�aUle exce�� as n3o�iF�ed as fo�lo���: 702-�.� De1�.�e }3ar��;rapi� b. 7��-�.� I�el�le pw�ra�rapin b, 7�:-�.�1 l�c��ise l��is }�ara�e�pi� to read as foil�v��s; 7f�2�5.� �'il�'lll�lll 51Y;3�1 E}C E3lr�C�� �i ��ll: C011i1'�C[ L131�� �}1'1C� ��l' i]]32�r7]' fi��4 of c��fti kir�ci crt slo�tc�f �rairY t}r�,� a��d siae �esi�,a�ai�c�, Tfne*� �r�s;e:s sf�a�l b� full c�n�p�n�akic�n �'�r �11 �reparatit,��, exca�v��ion at�d i��sta�latio�t of �hese a����rx�1s; �f�� a11 l�bor, �'C��.11�7I7tiEllir �oc�ls, and ���c.a�e�ita�� i�c:cessar�y to cc�r��plcte t11c itci�, Paym�n# wi�f be n�ad� under: Etern 7t1�-5,1 ?4"' �C�1� �f�tted r)rair� �y���rn, in p�a�e, inclu�iin� r:on�rete -- }�t'.�• li�tc:�r COC+i ile�xr 7�)�-5,1 a�" CC�[1� �lc�tt�:d D�aitti �}'sc�r�r, in ���c�;, iyYc�u�3ng concr�l� �- per line��- fo�t .� .. .., .. �_� 5120/98 AC 1 �v015370-1 �A CHG 1 '[ ���� �-%�� ��,�����} ����i�� ��S��l�'�I�N 70�-1.1 This item shall consist �f khe c�nstructian of steei -slotted draias ar Casi iron slotted vane drains in accordance with these specifications and in reaaonably ciose confarmity with the lines and grades shown on the plans. Type detail shall be shown on the plans. � IV�Q���I�LS 702-2.1 G�NERAL. All slotted drains sha13 meet the reguirements slaavNn oa the plans and specified be1ow. All slotied drains shall meet specified hydraulic design requirements and shall support the loadings speci�ed. 7�2-Z.2 PTPE. a. Steel slvtted Drain: Pipe shall be metallic coated {galvanized or aluminized steel type II) corrugated steel type I meeting th� requirements ofASTM A760. Pipe diameter aad gage sha116e �s shown on the plans. The eorrugated sieel pipe shall have a minimum of two rerolled annular ends. b. Cast Iron Slotted Vane Drain. Polyvinyl Chloride (PVC} pipe shal! meet the requirements of ASTM D 3034. Pipe diameter shall be as shown on the plans. The pipe shaIl har+e ari open slot to accept tk�e cast irvn slQtted vane dra�in castings. 702-�.3 GRATES AND CA5TINGS. a. Steel Slotted Drain. Grates shall be manufactured fram ASTM A 35 or A 570, Grade 36 steel. Spacers and bearing bars (sides} shaIl be 3/i 6-inch (5 mm) material. The spacers shail be we�ded to each bearinb bar with faur I-1/G-inch long 3/16-inch wide (32 znm (ong by S mm wide} filIet welds on each side af the bearing bae at spacings not exceeding 6 inches (150 mm}. Thc 6rates shall be 6 inches (150 rnm} hiah ar as shown on the pians and shaIl have a maxirnum 1-3/4-inch (45 mm) opening in the top. . Grates shall be galvanized in accordance with ASTM A 123 except with a 2 ounce per square foot (0.61 kg per square meter) galvanized coating. The grates shall be fllet welded to the corru�,ated steel pipe with a minimum weld 1 inch (25 mm) lang en each side of the grate at every other corrugation. Weld areas and the heat affectad zanes where ti�e slot is welded to ti�e corrugated pipe shall be tharoughly cieaned and painted with a zinc-rich �paint in accarrianee with repair of darnaged caatinbs in ASTM A 760, Each 20-iaot (61 m} langth of drain delivezed to the job site shall be wiThin ttae following taierances: veriical bow +�- 318 inch (9.5 mm}, horizontal bow +l- 518 inch (16 mrn), twist +l- 1/2 inch {12.5 mm). b. Cast Iron Slotted Vane Drain. Castings shaIl meet the requiremen#s of ASTM A 48, Class 35B gray iron. Castings shall be fu�-nished with no caatings. Castings shall be designed to fit on open slots in 15-inch (380 mm) PVC pipe. Casting sections sha]I nat exceed three feet (915 mm) in length. Casting sections shall have a bui2t-in �ane canfiguration with bar spacings not exceeding 6 inches (1 SD mm). The apening at the surface shall nat exceed 3-3/4 inches {9� mm), and the vane shall be constructec# on a radius so that the apening shail be less than, 1-1/2 incl�es {38 mm} at a depth of 1-1/2 in,ches (38 mm) as measured verticaily frvm the surface. Casting sectians shall int�grally lock intp the concrete by use of top and bottoms �anges and s�ear tabs. Castings shal] accept bolts for bolting sections together and shal3 accept wire for fitting to pipe. **a�*�a��x�$****r*��**s*��*��*�*****�********��*��**�*�**��***�*�**#�**��********�*****a�*�**s� The Engineer should no#e that certain standard details can be f�und in AASHTQ AGC-ARTBA publication "A Guide ta S#andardized Highway Drai�age Products", All products �sed shall meet the 266-'i AC 9 5�/5370-10A CHG 'i 1 ��za�gs. strict airport Inading and tire.press�re requirements. **********��***********************��r*�*��+********��*�*�****************�**************�** '�U2-2,.3 CONCRETE. a. Steel Slotted Drain. Concrete shalI have a minimum compressi�e strength af 1,000 psi (6.9 Mpa) at 2$-days wheza t�sted in accordance with ASTM C 39. b. Cast Irnn Slotted VaQe Drain. Concret$ shal] ha�e a minimum compressi�e strengtlt of 3,aao ��� (20.7 Mpa) at 2$-days when tested in accordance with ASTM C 39. [i0Z-2.3 CONCR�TE. Plain or reiniorced concrete used shall conforzr► to the requirements of Item P-61Q.] **�**��:»*�***�**�******��:�*�+*�***�*�*�*���******�*�x�*��*******�*�*«�*********�**�********* If design reyUireme�ts indicate the need for structural concrete, #he Engineer should include Item P-b1.0 Structural Portland Cement Concrete. +*�*********�*******��****�*****************���**�******�*******«*:�*�********************�* CONSTRUCTlORI II��TH�DS iQ2-3.1 EXCAVATTON. The width of the trench shall be sufficient to permit satisfactory instalfation and jointing of the slotted drain and placing of a high sfump concrete back�ill material under and around the drain, but shal! not be kess than the external pipe diameter plus 6 ineh�s (1S� mm} on each side. The depth of the trench shall he a minimum of 2 inches (51 mm) below the invert for steel slotted drain and 6 inches (i50 mm) below the invert far cast iron slntted vane drain. 'Tl�e trench may be roughly shaped to the slotted drain bed. 74Z-3.�, 'iNSTALLATION. Stee! sloited drain sha[l be laid in sectinns jvined frmly together wit}� caupling bands, or as shown on the plans. Cast iron drains sha11 be wired to t�se top of the PVC pipe in the slot cut in to receive the castings. The top of all drains shaj] ba held firmly in place to t�e proper grade, to preclude rnoveme�t cfuring the backf lling aperation. 7p2-3.3 JOINING. 5lptted steel drain joints shail be firmly joined by modifieci hugger type bands, or as indicatad, to secure the pipe and prevent infiltration of the backfi�l. When the slotted steel drain is banded together, the adjacent grates shal] have a maxfm.um 3 inch {76 mrti) gap. Cast iron drains castings shall be bolted together. �02-3.4 BACKFTLLING. 5fotted drains shaEl be inspected befare any backfill is plaeed. Damaged d�rains shall be aligned or replaced at the exgense of the Contractor. The slotted drain assembly shall be baek�lled with eoncrete that wil� easily flow under and around the drain ancf the trench wail. The opening in the tap of grates and castings shal! t>e covered to pre�ent unwanted �naterial from antering the drain during the baciciilling and subsequent surfacing operations. I�I��HOd OF lIII�RSUR�IVI�I�i '�OZ-4.1 The iength of slotted drain .shall be measured in iinear feet (meters) of slotted drain in piace, completad, and appra�ed. IE shalI be measured along the centeriine af the drain from end or insirie face of structure to the end or inside face of structure, whichever is applica�le. The several classes, types, and sizes shall be measured separately. All fittings shall be included in the footage as typica] pipe sections being measurecf. ��,SIS �r �AYMgN'i i02-S.1 Payment sha1l be made at the coniract unit price per linear foot (meter) for each kind of slatted drain type and size desAgnated and at the contract unit price per cubic yard (cubic naeter) of conerete for 6ackfill. 266-� 5�20�g8 AC 15Q15370-10A CHG 11 These prices sha11 be fuIl compensation %r ali materials, all preparation, excava#ion and installatian of these materials; and all labor, equipment, tools, and incidentals necessary to cazn�plete the item. T � . I i � :� � Payme�nt will be made under: Item 702-S.Z j j inch (mm) diameter ( gage] pipe per linear foot (meter) ****��**�*�*��:�***************�*********�**�*���*��****�*�*****�.�**********��*�:��**�x*�s**** The Engineer shall include a pay itern for eaeh s'rze and gage pipe specified for each drain type. �*«:�:�*�*********�:***�*�***���**********x�**����**�***�**r**�*********�x�*�********��****�*�** Item 742-5.2 Concrete for backfill-per cubic yard {cubie meter). Y�S�IN(� �EC?UIREMEi��'S ASTM C 39 Compressive 5trength oiCyGndrical Concrete Specimens . AS�'M A 36 ASTM A i23 ASTM A S70 ASTM A 764 ASTM D 3034 lnformation MAT�RI�►L R�QUfR��EN�S Structural 5tee1 Zinc (Hok-Dipped Galvanized) Coatin�s on lron and 5teel Products 5teeZ, Sheet and Strip, Carbon, Hot-Rolled, Structural Quality Corrugated Stae1 Pipe, Metallic-Coated for 5ewers and Draia�s Poly�inyl Chloride.(PVC) Pipe A guide to 5tandardized Highway Drainage Products disseminated under the sponsorship of the Arnerican Association of 5tate Higf�way and Transpartatian Offieiais, Associated General Contractcars, and the American Road and Transportation Builders Assoeiatian Ii � 266-3 N��1J�F�CA�'�C�h2� `F`� IT�h�� �-7�1 lYIA1�iH�)i,ES, CATCH BA�1?V�, �]�iaE`FS A1��D IIV�FE{�"1'1C11V 1���}i.ES '['his sC�ec�a! s�ec��Eca�iott rriodil3e�, a�}�l�fes, or fln��rti�s t1�e t�cl7riic�� s�,e�ificatto��� and �1�n� ancl ��k�� pr�ced��a� ove� ��ier�� �n ihe e����i c}f �n}� d3s�rep�nc�. 14I�TH�f] �F 14iL�AS�l��A��ENT: Su�stitute lly� fc��yvwin�. 751-�.1 T3ic: q�autity o�" ta be paid for s��all bc �ls� i�uni��r of inlet�, m��rh��sl�s t�r c��R�n�cai���7� cc�t�s�r�a�ted, c:on��}1�:�� i�3 ���ace ���c� accel�ted, BA:�I�i [}�' PAY14�EiVT: 7�1=�.l �'�ym��it v,�ill b� r�l�d� ti�r�de�; [�er� D-7�]-S.'� 6' �f' Cirat�d 1t}]ei, ��rpe i�I -� �ee �:�clt i�eni D�7� 1-5.3 �.�' x b' Gral�cl ]t�1ct, T;���e �3 -- �er �ach �1-751 1�7(?�-1 5f2(?/S8 AC 1 5 015 37 0-1 0A CHG 11 �-��n� �n�� 9 ��,n��a��s, c�-rcb ��es��s, ����-�s �►�� � ��Sp�CiiOi� i�OL�S DESCR�PTiO[V 751-1.1 This item si�all consist of construction o;f manhflles, catch basins, inlets, and inspection holes, in accordance with these s}�eci�cations, at the speci.fied lacations and canforming to the lines, grades, and dirnensions shown on the plans or requized by the Engineer. [V�ATERI�LS 751-2.1 B�tTCK The brick shal� canfonm to the requirements of ASTM G 3Z, Grade SM. 7a"1-ZZ MORTAR. Mnrtar shall co�tsist af oz�e part partland cernent and rivo parts sand. The portland ceznent si�all confarm tv the requizements of ASTM C la�, Type I. The sand shall. conform ta the requirements 4f A5TM C 144. 751-2.3 CONCRET'E. Plain and reinforced concrete used in strtictures, connecti�ons r}f pipes yvith structures, and ttye suppart of sbructures ar frames shali conform to ti�e requirements of Item P� 10. 75�-Z.4 PRECAST CONCRET� PIi'E MANH�LE RINGS. Precasi cpncrete pipe manhole rings shall conform ta the requirernents of ASTM C 478. LTnless othexwise specified, the risers and e$set cone sections shaIl have an imside diameter of not less than 3b i�ches (90 cm} nor mare than �8 inches (120 cm). 751-Z.S CORRilGATED METAL. Gomigated metal shalt canform to the requirements of AASHTO M 36. 751-2.6 FRAMES, C�VERS, AND GRATES. The castings shall conforzn to ane vf the following requirements: a Gzay iron castings shall meet the requirements of ASTM A 48, Class 30B and 3�B. b. Malleable iron castings shail meet the requirements of ASTM A 47. c. Steel castings shail meet the requirements of ASTM A 27. d. StruCtural sCeel for grates and fi-a�mes shall conform Io the reqturernants o#'ASTM A 283, Grade D. e. Ductile imn ca�tings siiall conform io the requirements of ASTM A 536. f. Austemgered ductiie iron c�tings shall confoxm to the r�q�irements af ASTM A 897. AIl castings or stzucivral steel units shail con#'oi'm tv t}ae dimensians shown on the plans and shail be designed to support the loadings, aircraft gear configuration andlar direct loading, specifed. Each frame and caver or grate unit sh�ll be provided with faster�in; meinbers to pre�er�t it fram being dislodged by tra�c but whi�h wiIl all,aw easy removal fQr acces5 ta th� sUructure. All castings shall be tk►orougf�iy cieaned.- After fa5ricat'ton, structura] stee! uraaLs shall be galvanized to meet Ehe requirements of ASTM A 123. � 751-2.7 STEPS. The stegs or ladd� t�ars shall be gray or maileable c�st iran or galvaniaed steel. T',he steps shal! be the si�:., length, and shape shorvn on the plans and those steps tt�k are nvt gaivanizerl shall be given a coat of bituminoeis paint, when directed cor�s�Ruc�io� n�ErHoos 7�1-3.1 TTNCLASSI�`7ED EXCAVA'TIDN. a. The Cantractor shaIl do aIl etica�ation far structures and structure foatings to the lines and grades or elevations, shawn on th.e Qlans, or as stalced by the Engineer. The excava[ian shall be of su�`�'icient size ta permit [he piacing of the full width ann iength of the structure or strucivr� f�otings shawn. The elevations of t.he boctvms of fo�tings, as shown on the plans, shall be considered as approximately only; and the 273 AC 9 5d/5370-'I QA ' 2/77/89 Engineer may arder, En writing, changes in dimensians or elevations of foQtings necessary to secure a satisf'actary founflata on. b. Soulder5, Iogs, or any other objec#ionable material encountered iz�, excavati.on shall be removed. All zock or other hard foundation snateria15ha11 be cleaned of all loose material and cut to a firut surface either level, stepQed, ar serrated, as directed by the Engineer. A]1 seams or crevices shall be cleaned out and �ro�ted. All l�o�se and disintegrated rock and thin sttata shaj3 be reznoved. When eoncxele i5 to rest nn a surface other #han rocic, specia] care shall be taken not to disturb the bottam nf the excavatian, and excavation to �nai grade shall not be made until j�st before the concrete nr reinforcing is to be placed. c. The Contractar shall da ali �racing, sheatiung, or sharing necessary to implement and pr�tect the excavation and the structurs as required for safety or conformance to governing laws. The cost of hracing, sheathing, or shozing shall be included in the unit price bid for the structure. d. Unless otherwise provided, bracing, sheatIiing, or shoring invatved in the construction of ttus item shall be reznoved by the Contractor after the completion of the strueture. Reznoval shall he effected in a manner wiuch will not dasturb or mar f�nished masonry. The cost of reix►o�ai shall he inclucied.in the unit price bid for the strutttue, e. �fter each excavation is completed, t.he Contractor shaZl natify the �ngineer to that e$ect; and concrete ar reinforcing steel shall be placed after the Engineer has appro�ed the depth of the excavation and the character of the fflundati4n material. 751-3.2 BR�CK STRLiCTUR�S. a. Faundations. A prepared foundatian shalI be placed for ail brick structures after the foundation escavation is campleted and accepted. Unless otherwise specified, the base shall consist af reinforced conczete mixed, prepared, and placed in accar�dance with the requizements of Item P-610 b. Laying Erick. All brick shall be clean azad thoraugk�y wei before laying so that they �wi1� not absorb any appreciable amount of addztianal water at the time t31ey are laid. All brick shall be laid in freshly made martar. Mortar ihat is not used within 43 minutes afEer water has been added sha116e discarded. Retemp�ring af martar sha31 nat be pezmitted. A�n a�nple layer o� mortar shall be spread an the heds and a shaikow furrow shall be made in it �vrhich can be readily closed by the [aying of the brick. AIl bed and head joints shall be filled solid with mortar. End � joints o� stretchers and sir3e ar crdss joints of headers shall be f�lly buttered with mnrtar and a shaved jaint made ta squeeze aut martar at the top of the joinT. Any bricks that znay be loosened after the m'ortar has taken i#s set, shall be remo�ed, cleaned, anti relaid tiviih fres� mortar, No braken or chipped brick shall be used in the face, and na spalls or bats shal] be used except �vhere necessary to shape around 'srregtilar operungs or edges; in which case, full bricks shal] be Qlaced a[ ends or corners wnere possible, and the bats shall be used in the interior of the course, In making clo5ures, no piece of bzi.ck sharter than the width af a wf�ole brick shall be used; and w3�erever practicable, rvhole bric�C shaIl be used and Iaid as headers. c, Joints. All joiz�ts sfial] be slushed with mortar at every caurse, but slushing alone•will nat be considered adeqnate for tnaking an acceptable jaint. E.cterior faces shall b�e laid up in advance of backing. �xterior faces shall be back plastered ar pargeied with a coat af martar not less than 3/8-inch (9 rnrn) thick befoxe the backing is laid up. Prsor to pargeting, aII joints on the back of face couzses shali be cut f�ush. Unless otherwise noted, joints shall be not less than 11�G-inch (5 mzn) nor mare than 11Z-inch (12 mm) wide and whatever width is adopted sha�l be maintained uuiform t3�roughout the work. � d. Poir�ting. Face joints shall be neatly struck, using #he weather jaint. All joints shall be finished properiy as the laying of the brick pzagresses. W�en nails or iinE pins are usec� the holes shall be i�n�tzediateiy plugged with martax and painted when khe nail ar pin is removed. e. Cie�aninb. Upon completion of tY�e work aII earterior surfaces sltall be thoroughiy cleaned by scrubbing and washang do�vn with water and, if necessary to produce satisfactory resulis, cleaning shall be done with a �% sol�tion of muziatic acid tiw3uch shall tb.en be rinsed off with Iiberal quantities of c4ean fresh water. f. C�ring and Cald Weather Protection, in hat or dry weatiter, ar when directed by the En� neer, the hrick snasonry shall be protected �d �C��t moist for at lea5t 4S hours after layi.ng the br�ck. Bz�ck �sasanry 274 a/17I�9 � AC 1��/5370-70A work or pointing sha11 not be dane when there is frost in the brick ar when the air teznperature is below 50' F{10' C) �nless the Contractar has an the project ready to use, suitable covering and artificzal heating devices necessary to keep the atmosphere surraunding the masonry at a temperature of not less than 64" F i�' (15° C) far the duration af the curin� period. 751-3.3 CO�dCRETE STRiFG'i'�RES. Concrete structures shall be built an prepared foundatiorts, con- Forming to the disnensions and form indacated on the glans. The constzuction shail conform ta the require- ments speci.fied in Item P--6IQ. Any reinforcement required shall be placed as indicateri on the plans and shall be apgroved by the Engineer befare the concrete is poured. AII invert channels shall be eonstzucted an,cl shaped accurately so as to be smooth, uniform, and cause mini- mum resisiance to tlowing water. The intariar bottom sha11 be sloped downward toward the outlet. i51-3.4 PRECAST CONC`RETE P�PE S`�RL1CTirRES. Precast concrete pipe structures shall be con- struc#ed on prepared or previously glaced slab foumdations aad shall conform to the dimensions and loca- tions shown on the plans. A1I pzecas# concrete pipe sections necessary ta buil� a completed structwre shall be fnrnished. The diff'erent sections shaII fit together readily, and all jointing and cannections shall ioe ce- � mented with mortar. The top oF #�e upper precast concrete pipe member shall be suitably formed and di- " mensioned to receive the metal frarmc and covez ar grate, ar othes cap, as xequired. Pravision sha}1 be made for any connections far laieral pipe, including drops anfl leads that may be insialled in the structure. The flow lines shali be smooth, uniFarm, and cause miniznum resistaaa�e to flow, The metal steps which are em- bedded or built into the side walls shalI be aligned and placed at vertical intervals of 12 inches (346 mm}. When a metal ladder replaces the steps, i# shaII be secureiy fastened inta positivn. i�1-3.5 COR1tUGATED METAL STRUG'i'L1RES. Corrugated metal structures shall be constructed on pr�pared foundations, cvnforrming to the dimensions ar�d locations as showzz on Che plans. The structures shall be prefabricated. stan�azd or special fittings shail be furnished ta provide pipe connections or bxanches �f eorreet dimensians. The connecCions or bramehes s�all be of suffieient iength to aecommodate connecting bands. The fttings shall he welded in place to the metal structures. When indicated, the structures shall be placed on a reiz�forced concrete base. The tap of the metal structure shall be designed so that either a con- crete slab or metal coliar may be attached to which can be fastened a standard metal fram.e and grate or cover. Steps ar ladders shall b� furnis�ed as shown on the plans. i51�3.6 INLET AND �UTLET PIPES, Inlet and autlet pipes shall extend tYtrough the walls of the struo- tures for a sufficient distance beyond the outside surface to allow for conmections but shall be cut off flush with the wali on the inside surface, unless otherwise di�ected. For conczetc or bzick structures, the mortar shall be placed around these pipes sa as to form a tight, neat connection. 751�3.i PLACEMENT AND TREATMEN'T OF CASTTNGS, FRAMES, AND FXTTINGS. All castin.gs, frames, and fiktings shall be placed in the positions indicated on the plans or as direcied by the Engineer, and. shall�be set true to line and to correct elevation. If fram.es or fittings are ta be set in concrete or cement mox-tar, all anchors or bolts shaIl be in place and positian before the concrete or mortar is plaeed. The unit shall not be disturbed until the mortar or concrete has set. When frames or �'ittings are to be placed upon previously constructed masonry, the bearing surface or ma- sonry sha11 be brought true ta line and grade and sha.11 present an even, bearing surface in order that the entire face or back of the unit wi�F come in contact with the masonry. The unit shall be set in mortar beds and anchvreci ta the masanry as indicated an the p�ans or as directed an.d appraved by thc: Engzneer. All units shali set firm and secure. .- After the franaes or fittings have been set in fma� pasition and the c�ncrete or mortar has beesi allowed to harden for �' days, then the grates or covers shaIl be placed aad fa�tened down. 751-3.8 INSTALLATION OF STEPS. The steps shall be installed as inriicated on the plans or as directed by the Engineer. When the ateps aure to be set in cancrete, they shall be placed and secured in position before t�e cancrete is poured. When the steps are installed 'uz brick masonry, they shall be placed as the masonry is being built. The steps shall nat be disturbed az used nntiI the concrete or mortar has hardened for at least '� days. After this period has elapsed, the steps shail be cleaned and painted, unless they have been galvanized. 275 AC j50/5376-�OA � �/17/89 When steps are required with precast concrete pipe st�ctures, they shall be cast into the sides of the pipe at the time the pipe sections are mannfactured or set in place after the structure is erected by drilling holes i.n the concrete and cementing the steps in piace. When steps are requued with carrugated metal structures, they shall be welded into aIigned pasition at, a vertical spacing of 12 inches {300 mm). In lieu of steps, prefabricated ladders may be installed. Tan the� case of bricic or concrete structures, the ladder shall be held in place by grouting the suppnrts in drilled holes. In the case of inetal structures, the Iadder shall be secured by welding the top suppart and groutsng the bottam supporr -into driIled holes in the foun- datian or as directed. � q51-3.9 BACKFILLSNG. a. Af"ter a structure has been completed, th� area around it shall be filled witI� apgroved m,aterial, in horizontal layers not to exceed 8 irxches (200 mm) in Ioose depth, and compacted io the density required in Item P-152. �ach layer shall be deposited a1l around the structurc to approacimately the same elevaLion. T4�e top of the #'ilI shall meei the elevation shown on the pIans or as directed by the Engzneer. b. Bacicf'illing shall not be placed against any stzucture untiI pennissian is given by the Engineer. In tk�e case af concrete, such permission shaII not be givcn until the concrete has heen in place 7 days, or until tests made by the laboratory under supervision of the Engirieer esta.blish that the conczete has attai.ved_s�ffi- cient strength to provide a factor of safety against damage or strain in withstanding any pressure crcated by the backfill or the methads used in piacing it. - c. Backfill shall noi be measured for direct payment. Performance a#` this woric shall be considered as a subsidiary .obligation of the Contractor covered under the contraet unit price for t�e structure invalved. �51-3.10 CLEANING AND REST�RATI�N OF SITE. After the backfill is com�pleted, the Contractor shall dispose o£ all surplus materia3, dirt, and rubbish from the site. Surpins dirt may be deposited 'zn embank- ments, shaulders, or as ordered by the Engineer. The Contractor shail restore all disturbed are� to their original conditian. After a31 work is completed, the Contractor shall remove all tools az�d equipment, leaving t3xe entire site �free, clear, amd in good conditzan- n���r�o� o� ��ssciF������ 751--4.3 ManhoIes, catch basins, izalets, and inspecti4n holes shail be measured by the unit. ��►�IS Q� PI�1YAflERlT 751-5.x The accepted quantities of manholes, catcla basins, inlets, and inspection holes wi11 he paid for at the contract unit priee per each, camplete and in pIace. This price shall be full campensation for furnishing all materials and foz all preparatian, excavatian, bac�lling and placing of the materials; furnishing and in- staIlation of such specials and cannectians to pipes and other structures as may be requiared to complete the item as shown on the plans; and for aIl labor equigment, tools and incidentaFs necessary to complete the strvcture. _ � Payment wi�l be m,ade und�r: Item D-751-5.1 Manhoies—per each Item D-�SI-5.2, Catch Basins—per eaci� Item D-751-5.3 Inlets—per eac� i#em D-751-5.4 � Inspectsan Holes---�per each 275 �' � 5/20/98 ASTM A 2'1 ASTM A 47 ASTM A 48 ASTM A 123 ASTM A 283 ASTM A 536 ASTM A 897. ASTM C 3Z ASTM C 144 ASTM C 150 AASHT4 M 36 AC 7 50/5370-'E OA CNG 9 1 Ii�ATERIAL REQUIRElU9ENT Miid ta Medium-Strength Carban-Steel Casiings for General AppIication Malleable Iron Castirigs Gray Xron Castings Zinc (Hot-Galvanized} Coatings on Pxoducts Fabnicated fmm Rolled, Pressed, and Pa bed Steel Shapes, Plates, Bars and Skrip Lory and Intermediate Tensile Strength Carbon Steel �lates, Shapes, and Bars Duciiie Iaon Castings Austempered Ductile Iron Casrings Sewer and Manhale Brick Aggregate far NFasonzy Mortar Port�and Cement Zinc Coated (Galvanized) Garrugated Iroa or Steel Culverts and Underdrains 0 � Z?7 (and 278j 1�1�D1�'1�ATI01�� TU Y'1'�I�1. D-7�� C'��1C1�T� �[��TT���, ��TC'liF� A�11� �'Li�11'1�� +��i15 5�}�G�2� 5�72�Cl�iCAll{717 i�1C�{�11'k$5� i�F1'k�7ll�l�`S� ��r ��1ti�;17dS ll�� tC�lliliC�il 5pe�ifi�atiatts ar�d �lari4 a�r��f l<kE��� precr:�lea�� o�er ih��n i� t�ic c�ent n�'at}y c�is�rc�,ar�c}r, I�'1FT`H[}i3 {�F II��EA����t�?4��L'Y7`: ��elete poraga•��h 4.2 and s�a�st�tute tltie i'c�llt,win�� 7;�-�.� I�eintorcir�� �t�el wil� nc�1 17�. I��a�ure�i s�para��l}� fnr �rayn�e�l. Rc:it�Eorc;i��� stc�l sl7al] b� co�7sidered subsicii�ry to lh� unit ��ice hid !�r struc#�aral ��ncrete. BA�I� DT PA1�!1�E1��": ]�el�te ��ragr�,�l� 5.�. 7 ��-�. � P�ymeni wilk �3e �r�a�ie �nd�i• ; D-7���-�, � St�•uc�tuw�] ��r�c;i•e�� -- per ���iic �ard 1�-752 1�[)�-� 2/1i189 � `�h ` -.: . li��N 9-75� AC Z5U/5370�10k� C�l����i� �U`�`����, �IT�H��, �o�� �LU�!!E� - ��dM�l����� ?�4-1.1 This item shall consist of portland cement cancrete gutters, ditches, and flumes constructed in ac- cordance with these specificat�ans at the spec�ed locations in acc�rdance with the dimensions, ]znes, and grades as shown on the plans. N9�eY�1�lALS '�5�2.1 Concrete. plain and reinforcesi concrete shall meet the requirements of Item 1'-6I0. ys4-2.2 JOINTS. Jnint filler materiais and premolded joint material shall confarm to Ztem P-6i0, G9N���UCTl�i� I�lLiH0�5 . 1�.. . i5�-3.1 PREPART�IG SITBGRA.DE. Excavation shall he made to the required width and depth, and the subgrade upQn which the item is tQ be built slzall be compacted to a fizm unifortm grade. All soft and unsuit- able material sha]1 �e remcsved and replaced wiCh suitable approved material. V4'hen required, a layer -of approved granular material, compacted ta the thi�lcncss indicated on the plans, sha11 be placed to form a subbase. T�ze nnderlying caurse shall be checked and accepted by the Engineer before piacing and spreading operations are started. 754-3.2 PLAG7NG. The forms for and the mixirzg, placing, finishing, and curing of concrete shall eon- farm to th� requirements af Item P-510 and shall be in accordance with the following requirements. The concrete sha3l be tamped and spaded untiZ it is consolidated and mortar entirely covers and fozxms the top surface. The surface of the concrete shall be floated smoath and the edges rouncied to the radii shown on the pians. Before the concrete is given the fuia] fiaishing, the surface shail be tested with a 10-fqot (3 m� straightedge, and any irregularities of a�ore than 1/4 inch (6 mm} in 10 feet (3 m) shall be eliminated. Th,e cancrete shall he piaced with dummy-gsooved jaints nat ta exceed 25 feet (7.5 m) apart, except where shorter lengths aze neccssary for closures, �ut na sectiaa shall be less than 4 feet (12� cm) ]ong. Eacpansion joints of the type called for in the plans shall be constructed to replace a dummy groove at spac- ings of apgroxima#ely 1Q0 feet (30 m). When the guttcr is placed next to canerete pavement, expansian joiats in the gutter shaI1 be located oppasite eas�ansion jaints in the pavement. When a gutter abuts a pavement ar other structur�, an expansion joint shall be placed between the gt�tter and the other structu,re. Forms shall not be removed withir�. 24 hours after #he con�rete has been glaced, Minor ciefects shall be repaired with mortax cantainin.g 1 part cement and 2 parts fine aggregate. ' The operations of depoaiting, compacting, and finishing the item shall be conducted so as to k�uild a satisfac- t�ry structure. If any section of cancrete is %und to be porous, other than minor defects wiuch may be plastered, or is otherwise defective, it shall be removed and replaced by the Contractor v�+ithout additional compensatipn. • . 7�4.3 BACi�FXLLING. Afttr the conerete Taas set sufficiently, the spaces adjacent tv the structure shaIl be refilled to the required eievatioa with materia! specsfied on Che plans and compacted by mechanical equip- ment to at least 90% of #�e maximum density as determined 6y ASTM D�64$. The in-place density shall be determined in aecordance with ASTM D 1555 ar ASTM Z] 2i6i. i�4-3.4 CLEA��T�NG AND RESTORATION O� SITE. After the t�ackfill is complet�d, ti�e Contractor ���,� shail dispose of all susplus material, dirt, and rubbish from the Site. Surplus dirt nnay be depvsited in embank- ments, shflul.ders, ar as ordered by the Engineer. Tha Contractor shall restore alI disturbed a�reas to their original conditian. 283 A� 150/5370�10A �/�7I99 After all work is completed, the Cantractar shall remvve al] toals and equipnaent, leaving the entire site free, clear and in gaad candition. Perf�rmance of the work d�scribed in tfiis section is not paya�Ie directly but shaiI be considered as a subsid- iary obligation of the Contractor, covered under the aontract unit price for the structure. ���}'��� �� ����������� 754-�.1 Concrete shall hs measur�d by the cubic yard (cubic met�r) in accordance with the dimensions shown fln the plans or order�d by the Engineer. No deduotia�s si�aII be made far t1�e volume accupied by reinforcing sieel, anchors, canduits, weep holes, or piling. 'i54-4.� Reiuforcing steel shall 6e measured by the pau.nd (kg), based on tiie �heore�ical number of paunds (kg} complete in place as shawn Qn the plans or gIaced as ordered by the Engineer. �AS1S �F �AYMENT 754-�,1 'I�e accepted quantities of structural concrete will �be paid for at the contract unit price per cubic yard {cubic meter) complete in place. . `�54--5Z The accepted quantities af reinforcing stee� wi41 be paid for at the cantract price per pound (�g) complete in place. Na allowasxce shal� be made for c]ips, wire, ar ather material used for fastening reinforce- ment in place. Paymeni will be made under: Item D-75�5.1 Item D-75�5.2 ASTM. D fi98 A5'TM D 1556 ASTM D 2 i 67 9 Structural Concrete.—per cubic yard (cubic meter} Reinforcing Steel--�per pound. (dcg) -r���r�� ���u����u��Y� Moisture-Density R�lations of Soi3s and Soil-Aggregate M'vc- tures Using 5.5 lb (2.49 kg) Ramm�r and 12-inch (3Q0 mm) Drop . Density af Soil in Place by the Sand-Cozae Method Density of Soil in Place by th� Rubber-Ballon Method �.;.. �. ��� 14�[}i?IF1�:.A7'y£}a�V� T� ��rc� ���-�a� s�F�nrr�c� Tl��s s��ccia] s��ccitrcatirrii n��difics, ailt��iFies, O]-d�l�i:T]C�S [�4� [�CFi�11��G S�7�GEfCS�IOIiS �13� ��i1T�`; dnc� �a�Ces ���:cec�c�ri ��rcf Elicr�� ii� 1�11e r��e�tit c,f {k��y di�cre��ti��. 9�11-1.s: T�y� are;� c�isltii�b�r� by c�r��tr��:i�o� s1�a�] �e see�ed sncl �e�Y�li��ci. 91�1-�.1: �ced m��ct�re�, d�1�7j1C3�]C1T1 f8�C5 �llC� �i�ant��� cl�ics slia�l !�� in aecc�rtl2�i�c:e �v�il3 T���1e ���rd �I`ah3� 4[3, f<xr ��r�. Hi�;E���+ay Dis�ei�t wjiich i�tc�udes Tarr��rrt ��uG��,y, c�i' �tern 1f�4 �t- iE�c 1�)93 �;dilial� t��' i�X� `i'cxas L)���aif3i�c�a�1 oi� T�`ansp��rtaiic�il5tanc��t�d 5}�e�ii'tcaiioi�s �'�r C����str�ctioiz af l l i�;ixu+a}�+;, S�rcc�s ��7d i3rtd�e�. A�l s��c� sha�l tt�e�# t�7e �et��ire�nc��t� �f I����t l��4 of�he ���i F..C�lCllii7 O�S�1� Tcxas 1)epar#nien! c��'�'a-{���s��r�riatio�� �ta�dard Specificaticrtts fo3� C�on��r����io3� o�'�Hi�l��wa}��, �G���ets aiYsi 13ridge�, Teinpor�ry �cc�ir�� v,�i�l Z�c req�Eii�e� if perntia�e��E se�d�ng car��Yo� bt acc�om�liwhc�� �vh�ty seedifl�'is re�uired. The �or�tractor s��alR ��rforni !hc pe�iti7attie�:� �eeding a� ll�e e�,r�i�st prac�ic�tb�c ��ixr�#i�� d��c. 901-�.�: De3et�, �ll}�-.'�,.�: F�r�ili�.�rs s��El b� 3-�ml c�����Y}crcial fc�•��li���•s ar�d sl�a�l �e �ppli�d a� tt�c ra�c �fone �ro����� ofavailabl� i�i�rogen �er i{]�}�1 �i'. 9�11-3.3: C�onErac�c�r wiEl n��in�ain see���! �rca h}� lcc�pir�g ��il t��oisr ti���ti1 ev�cience. c�f �;cf�riiu��ko�i �7{)�� ccav�rage}. Se�ded arer�s �1xalE k��. v�ratered �c� a� ic� ��t�c��c«t �4+ashiati� c�f ll�c sl��es or di�ln���ir�� c�i't���. sced. f�! tt�e �c��ti�ractor'� opi�c��7, �e�ci an� fe�rtili�er �r�wxy 1��: ���ced i�}� it r�lulchin� m��k�od sLGch �� "H���•o iv�,�Ec��ir��,��, �Js� oi` tliis m����d u�i]C €�cxt rc�iev� t17� �:c���trackor c��' ck�c r�spc�n���€lity f�r tk�e eec��airer� r.��vera��. ��Ol-,3.4: Si�ns and ��arrrca�e� �ill �ic�t �e tc�c�u3r�c�, 9[�3-�.1: T�e c�uar�ti�y n�'�eeciin� �1��1] be rrieasur�t� �3�� �he ac:rc. `�'-�or ��ol�•� �f!]-5.1: �'a���t�n� sl�al l�l�a�l l�e rt�.a�4� a� the contrac# u�3it �rice �er acre bid, Th�� pri�� s�ral! �� �uli cs�1��������;�iiot� fr�� i'lIC'1i35I1117�, dI� �i�aier��ls �n�l fi�r all labor, e�u��3ntent, toals, �tic€ incident�3s necessary #a c�m�lc��� t1�e �«�t�, f�ayrr�en� w�t] E�� �n�de ui�der: liem T-9() � -�_ 1 �e�d�r��--per r�cee �-9c�� n�tc]C�-z a����eQ li�R� ��9a1 ����IR�G ,. � _ D�S�R1�71�N �c i�a��3xo-io,� 941�1.1 T'his item shall consist af soil preparation, se�ding � ] the areas shown an the plans or as directed by the Engi.neer in accordance with these specifications. � * � # • �6 * � P * R 4 # ! t 9 # � �6 * � * # �k * * i� # K # R � O � # t �M * # # # * » * �k et � i f O * # # �u The Engineer shall sp�cify fsrti�izing a� lirning o�e both as aeeded for a speciiic project. � � � � � a � � � � * * * * * * * � * � �n � * s * a r � � * * s r �c �a * � � � � � s � s a � * � * . � * * �u �NRT��fA�S I . � 9Q1-21 SEED. The species and application rates of grass, legume, and cover-crap seed £urnished shall be those stipulated herein. 5eed shalI conform to the requirements of Fed. Spec. 7JJ--�-181. ' Seed shall be furnished separately or in �tur�s in standard containers with the seed name, lot number, �aet weight, percentages af purity and of gezmi,nation and hard seed, and percentage of maximum weed seed content clearly marked for each kind of seed. 1fie Contractor shall furnish the Engineer dupiicate signed copies o#` a statemeni by the vendor certifying that each Iot of seed has been tested by a recognized labora- tory for aeed testing within 6 months of date of delivery. This statement shall include: name and address of laboratory, date of test, iot number for each kind oi seed, and the res�lts of tests as to name, percentages of purity and of germination, and percentage of weed content for each kind of seed fumished, and, in case of a mixture, the proportions of each kind of seed. Seeds shaIl be applied as follows: Minirnum Seed Minimum Seed purity (Percent) Germination Rate of App�ication lb./acre (or lb./I,000'S.F.) (Percent} �� Seeding shall. be parformed during the peziod batween [ ] and [ ] inclusive, unless otherwise appraved by the Engineer. a � � +� « z� � u � �a * � e � * r � � x� s x� • * � � s * a r s s * s� * � � a * a * r � * s � * « s s * * � * � Seedi.ng dates, species and seeding rates must �e specified that are campatible with local cli- �1$tQ Srid 5411 C011�1t10I1&. Due consider�tion must be given to longe�v�ity of plants, resistance ta traf�c aad erosian, and atteactiot� of birds or large anim�ls. More than ane seeding season map be sgec'sfied, if apprppPiste. Local offices o�' the U5DA Saii_ Canse�vation Serv►ce and the Sta�e Unioersity Ag�iicultural Extensian Service (Coeusty Agent or equivalent) shall be eonsulted for assistance and �e¢ainmenda�oes. These agencies shall alsa be cansnited for liming and fertilizer recon�mendations. � � s o s� s� s v*�� r a rs * a�a a�� r s r� n a� w e a r* o a s� * ti�� r� **� �� *�* s***���� 9U1�2.2 LIME. L'une shail be ground limestone containing not less than 85% af totaI carbonates, and shall be ground to such fineness that 90% will pass through a No. 20 mesh sieve and 50% will pass through a No. 100 mesh sieve. Caarser material will be acceptable, provid'uzg the rates of application are increased to provida not less than the mininnum c�uantities and depth specified in the special provisions on the basis of the two sieve reqnueinents above. Dolomitie iime or a high magnesium lime shall contain at lea�t 14% of mag- 2�7 AG y50/�53iD�10� �/'�i/�9 nesium oxide. Lime shall be applied at the rate oi [ �. All liming materials sha3i canfarm to the requirements of ASTM C 602. * a * a * s * � s * * * * r * r� � * * * * �� a �� * � s� * • * * � a� � �a +u * +r a * w � s * � s s * �u * # r� o * The Enginesr shall specify the application rate in paunds per acre. * � � * � * „ * ¢ « � • s s z� * � * r� n �u * �u � a � * o o t �e * � �a * « * s # � t � +tr � � a �x r � * e � a �c 901-2.3 FERTTLIZER. Fertilizer shall be standard commercial fertilizers supplied separately ar in mix- tures cantaining the perc$ntages of total nitrogen, available phosphoric acid, and water-soluble potash, They shall be applied at the rate asid to the depth specified herein, and shall meet the requizements of Fed. Spec. O-F-24I and applicable state laws. They shall be furnished in sLandard containers with name, weight, aad guaranteed analysis of contents clearly marked �hexeoa. No cyanamide cornpounds ar hydrated li�r►e shall be permitted in iuixed fertilizers. T'�e fe�-tilizers may be supplied in one of the fol3owing forms: a. A dry, free-flowing fertilizer suitabje for applicatian by a common fertilizer spreader; b. A finely-ground fertilizer soluble in watEr, sufta.ble for application by power spiayers; ar c. A granuIar or pellet €arm suitable for applicat�on by blower equipment. Fertilizers shall be [ j commercial ferti,�izer and shall be spread at the rate of [ �. * * a �� s * �n � * # * �u s * r� s �v � �u u �e � * * * � s * � * * � * o s * � n� � • * * � r� * � * s +x * e +d * � , The Er�gineaP s4�a11 speeify the analysis and tf�e applicatian rate in pounds per acre. Para- �aphs 2.Z and 2.3 shall be deieted if �ot appl'xcsble. s � * � s * � * � � � � * s � * s * � �x * * +r �u s r v * w� � s * w * * * * a � * w * * � * * �� * * w o ri * * 9�1-2.4 SOIL FOR REPAIRS. The soil for fill and topsoiling of areas to be repaired sha11 be at least of equal quality ta that whicii exists iu�, areas adjacen,t to the area ta be repaired. The soz� shal� he relatively free fr4m large stones, raots, stumps, ar other mate�rials that will interfere with subsequent sowsng of seed, C4m- pacting, and establishing turf, and shail be approved by the En�ineer before being placed. GOl�����]GTI�N hAETi���� 901-3.1 ADVANCE PR�PARATION AND CLEANUP. After grading of areas has b�en campleted and before applying fertilizer and ground limestone, areas ta be seeded shall be raked ar otherwise Cleareci of stones largez than 2 inches {50 mm) in axiy diameter, sticics, stumps, and ather debri.s which might inter#'ere vvith sowing of seed, growth of grasses, ox subsequent mai�tenance of grass-cavezed areas. If any damage by erasion or other causes has occurred after the completion of grading and befare beginning the applica- tian of fertiiizer and ground liinestane, the Cantractor shali repair such darriage. This may include filling gullies, smoot�ting irregularities, and repairing other incidental damage. An azea to be seeded shall be cansidered a satisfactory seedbed withaut additional treatment if it has recent- ly t�een tk�oroughly Ioosened and worked to a depth of not less than 5 inches (125 mm) as a resauiifi af grading opera�ions and, if ims�sediately prior to seeding, the top 3 inches (75 mm) of soil is loose, friable, reasonably free from large clods, rocks, large r-oo#s, or other undesirable mait�r, and if shaped to the required grade. However, when the area to be seeded is sparsely sodded, v�+eedy, barren and unwarked, or packed and hard, any grass and weeds shall first be cut ar otherwise satisfactority ciisposed af, and the soil then scariiied or ath�rwise 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 warked into a satisfactqry seedbed ?�y discing, or by use of cultipackers, rallers, drags, harrows, or other appropriate means. 901-3.2 DRY APPLTCA�IOI� METHOD. a. LIMXNG. Lime shall be applied sepazately and grior ta the application of any fertilizer or seed and only on seedbeds which have previously been prepared as described ai�ove, Tha lime shall then be 28� 2/97/99 � AC 95U/53�0-��A worked ivato the top 3 inches (75 mm) af soil after which the seedbed shall agai.n be properly graded and �, dressed to a s�nooth finish. b. Fertilizing. Following advance prepazations and cleanup feriiIizer shall be uni%rmly spraad at the rate which will provide not l�ss than the minimum quantity stated in paragrapl� 9Q1-2.3. * � * # s r� t s * s * * * o � * * s �u � r� s � * * rr * * * � � * t * � * * � � a � � ru � � n s o s « s w * « Delete paeagraphs a. and b, if not applicable. * � � r # * * * • s s s * * * * * � * * r r * * s * * * � * � * z� s * * � s � M * � � �u � z� � s � * * � � � c. Seeding. Grass aeed shall be sown at the rate specified in paragraph 9Q1-2.1 immediately after fer- tilixing, and the fertilizer and seed shall be raked within the depth range stated in the special provisions. Seeds of lagumes, either alone or in mixtures, shall bc inoculated befare mixing or sowing, in aacordaace with the instructions af tb.e manufacturer of the inocu1ant. When seeding is requirad at ather than the sea- sons shown on the plans or in the specia.l prqvisions, a cover crop shall be sown by the same methods required for grass and legume seeding. d, Rolling. After the seed has ioeen progerly covered, the seedbed shall be immediately compacted by means of an approved lawnroller, weighing 40 t� 65 pounds per foot (60 to 9i kg per meter) of width for clay soil (or any soil having a tendency to pacic), and weighing 150 to 200 pounds per foat (223 to 298 1cg per meter} of width for sandy or light soils. 901.-3,3 WET APPLICAT'IDN METHOD. a. General. The Contractor may elect to apply seed az�d fertilizer (and lime, i#' required} by spzaying them on the previously prepared seedbed in the form of an aqueous mixtuze and by using the methods and equipment deseribed hereia. The rates af application shall be as specified im the special provisions. �. Spraying Equipment. The spraying equipment shall have a container or water tanlc equipped with a liquid level gauge calibxated to read iri increments not larger than 50 gallons (190 liters) over the entire range af the tauik cagacity, mounted sa as to be �isible to the nozzle operator. The container or tarik shatl also be equipped wit� a mechanical pawer-dxiven agitator capabl� of keeping all the solids in the mixture i� complete suspension at ail times until used. Tb.e umit ahall also be equipped with a pressure pump capabie of delivering 100 gaiIons (380 liters) per � minute at a gressure of 1D0 poumds 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 fzom the nozzle. All pumg , gassages and pipe lines shal! be capable of providing clearance for 5/8 inch {15 mm) solids. The power unit � far the pump and agitator shall have controls inounted so as to ..be accessible to the nozzle op�rator. There ' � shall bs an indicating pressure gauge connected and mo�nted immediately at the back af the mazzie. The nozzle pipe shall be mounted on an elevated supQorting stand in such a manner that it can be rotated through 3bQ degrees horizontally and inclined vertically from at least 20 degrees below ta at ]east 60 de- grees abave the horizontal. There shall be a quick-acting, three-way control valve connecting the recircu- Iating line to the nozzle pipe and m�ounted so that tl�e nozzle operatar can control and regu.late the amount of flovv of mixture delivered to the nozzle. At least three different types of nozzles shai! be supplied so tkiat mixtures may be properly spxayed over distance varying from 20 to 1D0 feet (6 to 30 aa). 4ne shaIl be a c1Qse-raage ribbon nozzle, one a madium-range ribbon nozzle, and one a long-range jet nozale. For case of remo�al and cleaning, all nozzies shall be concxecCed to the nozzle pipe by means oi quick-xe�ease couplings. In oxder t� reach areas inaccessible to the regular equipment, an exiension hose at least SO feet (15 m) im length shall be provided to which the nazzles may be connecteci. c. Miactures. Lime, if required, shall be applied separately, in the quantity s�ecif ed, prior to the fer- tilizing and seeding aperations. Not more than 220 paunds (100 kg) of lime shall be added to and snixed with __ each 1IX} galions (3$0 liters) of water. Seed and fertilizer shail be mixed together in the selative proportions �� specified, but not more than a total oF ?20 pounds {l0a kg) of these combined solids shall be added ta and mixed with each 100 gallons (380 iiters) of water. 2$9 �,� y������a��o� �t���a� All watcr used shaiI k�e obtained firo� fresh water sources and shall be free from injurions chemica�s and other toxic sui�stances harmful to plant life. Brackish water shall not be used at any time. The Camtractor shall identify to the Engiaeer all aonr�es of water at laast 2 weeks prinr to use. Tlae Engineer may take samples of the water at the sonXce ar from the tank at any time and have a labflratory test the samples for chemical and saline content. The Contractor shall not use any vvater fram any saurce which is disapproved by the Engineer follvwing such tests. All mixtures shaii be constantly agitated from the time ttiey aze mixed until they are fiz�ally appliad to the seedbed. Ail such mixtures shall be used within 2 hours from ti�e time they were mixed or they skali be wasted and disposed oi at locations acceptable to the Engineer. d. Sprayzng, Lime, if res�uired, shall be sprayed anly upom pre�iously prepared seedbeds. After the applied lime mii�cture has dried, the lime shall be worked into the top 3 inches (8 em), after which tiae seed- bed shail again be properly graded and dressed to a smopth finish. Mixtures af seed and fertilizer shall only be sprayed upon prevzously prepared seedbeds �on whach the lime, if required, shall already have been worked i�n. The mixtures shail be apg]ied by means of a high—pressure spray which shall always be directed upward into tkie air so that the mixtures will fall to the ground like rain in a uniform spray. Nazzles or sprays shall never be directed toward the graund in such a manner as might produce exosion or runoff. Partic�lar care shall be exercised to insure that the agplication is made uniformiy and at the prescribed rate and to guard against misses and overlapped areas. �roper predet�rmined quantitieS of the mixtuxe in accard- ance with sp�cifications shall be used to cover specified s�ctions of ktkown area. Checics on the rate arxd unifarzniry of application may be made by observing the degree of wetting of the ground or by distributing test sh�:ets of paper or pans over the area at intervals and observing the quantity of material deposited there- on. � �n surfaces which a.re to be mulched as indicatad by the plans or designated by the Engineer, seed and fertilizer applied by the spray method need not be raked into th.e spil or ralled. However, on surfaGes on which mulch is not to be used, th� raking and railing operations wili be xequired after the soil has dried. 901-3.4 MAINTENANCE OF �EEDED AREAS, The eontractar sha3] pratect seedefl azeas against traf- fic or other use by warning signs or barricades, as approved by the Enginesr. Surfaces gullied ox otherwise �amaged follqwing seeding shall be repaired by regrading and reseeding as directed. The Contractor sh.ali mow, vwater as directed, and otherwise maintain seeded areas in a satis£aotory conditian nntil final inspection and acceptance of the work. When aither the dry or wet application rrzethod autlined above is used for work dane out of season, it will be zequired that the Contractar estab�ish a good stand af grass of uniform calor and density to the satisfac- tian of the Engineer. If at the tinne when the contract has been otherwise compleied it.is not possible to make an adequate determination of the color, demsity, and nniformity of such stand of grass, payrnent for the unaccepted portions of the aress seeded out of season will be r�vithhelci umtii suah time as tiiese reqnirements have been met. NI��H�� Ok� �N�,��UR�RA�Wi 9Dia4.1 T'he quantity of seec�ing to be paid for shall be the number of uzuts [1,OOD square feet (squaze meters)][ acees (square metexs)] measured on the ground surfaca, completed and accepted. �ASI� �F �,�YIUI�N�' 901—�.1 Payment shall be made at the contract unit price per �3,000 square fest (squaPe meters)][acre {squa�te > metees)] or fraction thereof, which price and payment shall be full compensation for fumishing and placing all material and far all labor, equipment, toals, and incidentals necessaxy to camplete the work prescribad in thia item. 290 a�����s Payment will he rnade under: Item 901-5.1 dC 1501�3i0-10�e Se�ding—per (1,OOQ sq�aee feet (square meters)][acre (square meters)] ilfl�T�F�I�� R�Q�I[���EFdiS ASTM C 502 A�TM D 977 Fed. Spec. JrJ-8-i81B Fed. Spec. O-F-241D Agricultural Liming Materials Emulsified Asphalt Agricultural Seeds Coinnaercial Mixed Fertilizer 291 (and 292) ' � 1 �0� ��,I�� Cd��� 1.Q0 G�N�.RAL 1.d1 WORK INCLU�ED Furnisl� labor, materials, equipment and incidentals neeessary to inst�ll slide gates. 1.02 QUALITY ASSURANCE A. ACCEPTABLE MANUFACTUR�RS 1. Fresno Valves & Casting 604 N. Avenue Q �ubbock, Texas 79403 (SOD} 537-37bb 2, (Approved Equal) B. MANUFACTUR�R'S REPRESEN7ATIV� �OR S7ARTUP AND 7EST�NG: [NOi USED] � i.03 SUBMiTTALS � 5ubmittals shalf include: A. Shop drawings , B. �Operation and Maintenance Manuals � ` 1.04 STANDARDS [NOT USED7 � 1.05 DELNERY AND STORAGE [f�OT USEDj � � 1.06 ,308 CONDITIONS [NOT USED] � 1.07 OPTIONS [NO7 USED] 1.08 GUARANTEES [NOT USED] ; 2.Op PRODUCTS � 2.01 MATERIALS [NO7 US�D] ,� 2.02 MIXES [NOT IJSED] i 2.03 FABRlCATIONS [NOT USED] 2.04 MANUFACTURED PRODUCTS [NOT USED] . 2.05 SLI�E GATES .6 � Slitfe Gates y'i202-� FTWDQ244 A. Slide gate shall be Fresno Seri�s 6400 Model 2�-10C or equal. Gate frame, stam and mounting hardware ta be st�ir�less steel. Gate to have bronze seat�ng sur€aees. Length of gate frame to i�e as shown an the drawir�gs. B, Guides shall be of extruded aluminum incorporating a dual slot design. The primary slot shalf aecept #he plate of the slide {disc� and the sacondary slot shall be wide enough to aecept the reinforcing ribs af the disc. The guides shall be designed for maximum rigidity, ha�ing a weight of not less than three {3) pounds per foot. The guides shal! be of sufficient length to support 213 af the height of the slide when the gate is fully apen. On self-contained gates, wher� the guides extend above the operating floor, they shall be strong enough sa that no further reinfor�ing shall be required. ihe yo�ce to su�port the operating device shal! be formed by members weltled or !�olted at the top af ihe gui�es. The arrangement shali h� such that the cfisc and stem can be removed wiihout disconnecting the yo�ce. C. Stems shalE be stainless steel of suitable length and diameter, and ample strength for the intended ser�ice and shall be f�rnished by the gate manufacturer. An adjustable stop coqar shall be provi�ed to limit both upward and downward trave! of.the slide gate. D. Slide gates shall be pra�ided with J-bulb or equivalent seals for e�ra tight sea[ing. E. Bolts and anchor bolts shafl be stainaess steei and sha�l be furnished by the slide gate manufacturer. 2A6 GATE LIFT A. Manually operated lifting mechanisms shal{ L�e ball bearing, pedestal mounted, hand wheel operated. B. The operator sl�all be located approximately 36" abo�e the operating floor, unless specified otherwise. C. An arrow shall be cast a� the fift ta indicate the direction of ratatian to open the gate. A rnaximum effort of �0 pounds shall be required to unseat if�e gate, D. Ga#e lifts shalE be suppEied witn a transparent plastic stem caver. Plasfic stem cover shall have graduated markings and open and clase markings to indicate gate position in i�nths of an inch. Cover shall not become brittle or discolored when subjected to {ocal weatE�er . condifians for at least five (5) years after installation. .'� 3AU EX�CUTI�N 3A1 PR�PARATI�N [NOT USED] 3.02 INSTALLATION A. Slide gates shall �e installed in accardanee with th� r�corrtmendations of #F�e slide gate manuiacturer. G�ide frames shall be installed #lattaack to the cancrete structure. The battom of the gate structure shall be pkaced at the elevation shown on the plans and aitached to an 18" diameter by 12" lang round to round wa[I thimble through the weir wall. B. Gate shall be coated with zinc chromate in accordanc� with Sectian 03300, CAST-[N-PLACE CONCRETE. Slitie Gates 11202-� �7'WOQ244 3.Q3 FIELD QUALITY CONTROL _ Prior to final acceptance by the Owner, t�re saide gates shall be tested in the presence of the Engineer. A seating head correspont�ing to the maximum water le�el s�all be placed on the slide _gate and the gate examin�d for leakage. The maxirrzum allowable leakage shall be D.4 gal�ons per minuie per linear foot of gate. The slids gate shall be op�ned fram the fully closed position under maxirnum seating head, and closed from the fully open position under average flow conditions to verify that the gate lift is op�rational and in satisfactory working arder. 3.D4 CLEAN AND A�,lUST [NOT USED] END OF SECTION 5fide Gates i1�0�-3 �� �'TW00�4�4 4 I f � sas4 ���v���v���a�o�t�� �t�� 9.OD G�NE�AL ,� A. Furnish labor, materials, equipment and incidenials necessary to install polyvinyl chloride (PVC) pressure pi}�ing, fittings, and appurt�nances. 1.fl2 Q�ALITY ASSURANCE , PVC water pipe shall bear the seal of appro�al (or "NS�" mark) of the Na#ional Sanitafion Foundation Testing �.aboratory far po#able water pipe. The pipe manufacturer sha11 mark the piping with the appropriate ASTM Standard designaiions. � � 1.03 SllBM1TTAL5 Submittals shall include manufacturer's data and certifications, recommended jointing �arocedures, and recard data. 1.04 STANpARDS � • The appticabie provisions of the foliowing standards shalE apply as if written here in their eniirety: ° 1. American Society of Testing Mat�rials 5tandards: � ASl"M D1785 Specification far Polyrrinylchloride {PVC) Plastic Pi�e, Schedules , 40, 80; and 120 ASTM D24B4 Specification for Threaded Polyvinylchloride (PVC) Plast9c Pipe , Fitting, Scheciule 80 ASTM D2466 Specification for Poiyvinyichloride (PVC) Plastic Pipe Fittings � Schedule 40 ` ASTM D2467 Specification for Socket-Type Polyvinylchloride (PV'C) Plasiic Pipe Fittings, Schedule 80 '� ASTM D2855 Practice for Making 5olvent-Cerr�ented Joints wi#h - , i Polyvinylchloride {pVC) Pipe and Fittings ASTM D3139 Specification for Joints and Plastic Pressure Pipes llsing Flexible . Elastomeric 5eals •! 2. American Water Works Association standards: ' AWWA Ci i� Ducti�e Iron �ittings ,_ AWWA C9.53 D�cti�e Iron Compact �ittings, 3 Inch Through 16.Inch, For Water � and Other Liquids . AWWA C9�0 Standard for PolyvinylchlarEde (PVC} Pressure Pipe, 4 Inc� � � Through 12 Inch, For Wa#er Distribution �.DS DEL[VERY AND ST�RAGE r i Store PVC material sa that there is no exposure ta sunlight. 1.OB JOB CONDfTIONS [Not Used] , 1.07 QPTfQNS [Not Used] , 1.�8 GUARANTE�S [Not Used] Poly�inylchloride pipe [�lant Construction] 95064-1 FTW0�244 2.00 �ROQUC�S 2.01 MATERIALS A. SCHEDULE 40 OR SO �VC PIPE: ASTM Q�785, Type 1, Grade j, rigid, un�iasticized PVC, normal impact, bearing NSF seal. Fitti�g shal! be in accordance with A57M f]246�, D2465, or D2467, or AWWA C17D or C153. Schedule 40 }�ipe shall not be threaded. B. C500 PIPE: Pipe shall m��t the requirements of AWWA C900 with outside diameter equivalent to cast iron pipe, in accordance with AW WA C90a, Table 2. Fittings shall be in accordance with AWWA C170 or C153. 2.a2 MIXES [Not Used] 2.03 FABRICATfON5 [iJot Used] 2.04 MANUFACiLiRED PR�DUCTS [Not �sed] 3.00 �X�CU�'IDN 3.01 PFiEPARA7I�N [Nat Usedj 3.02 INSTALLA�"ION A. Install PVC pi�ing where rec�uired in locations indicated wit� hangers, brackets, supports, �tc., at spacings as recommended by pipe manufac#urer. Fl�xible connections shail be required at locations wh�re pipe passes through cnncrete walls. � B, Excavate trenches where required to alignment and depth specifi�d or as requ9red for proper installation of pipe. Take necessary preca�tions to pratect pipe during.backfilling operations. 7ake care to pre�ent damage to pipe and replaae any damaged pipe before it is buried. �ncase underground PVC �ipe in granu�ar material extending for entire trench width and from not less than 4" below �ipe upward to 6" abov� pipe. C. �'or thr�aded joints not mare than three (3) threads at each pipe connectbn shail remain exposed after insta[lation. Ream ends of pipe after threading and before assembly, to remove burrs. Threaded jaints shall be made up with a suitabie jaint compound. Appiy jaint compound #o male threacks only. D. Sol�snt weld jaints snall be in accorcfance with ASTM D2855, and shall be rnade generally as follows: Gut square and smooth ends of plastic pipe and wipe clean. Apply primer and solvent cement to outside of pipe and inside of fitting socket with a sma11 paint brush. Immediately push caated surfaces snugly tagether and rotata p�pe approximately �/2 #�rn to insure unifor�n distribution of cement. Remove sxcess cement by wiping. Gement shall be . of type which welds plastic s�rfac�s together. Cement sha[I be as recommended by pipe manufacturer and shall be compatible with #he chem9cal con�eyed. E, Push-on joints shal! be in accordar�ce with the manufacturer's instructions. F. Place cvncrete blocking (1500# co�crete) at bends, tees, crosses, valves, and plugs in tha pipe fine. Res# blocking against firm undisturbed trench walls� G. Jaint lubricant sha{l be as recommended by the pipe manufacturer. 3.03 �IELD QUALITY CONTROL; HY�RQSTATIC T�STS Poly�inylchloride Pipe j�lant Cflnstruction] 15064-2 �TW00�44 4 1 i r f 1 Test PVC pressure piping for leakage by a hydrostatic pressure test as required. 3.04 SCHEDULES �ervic�e E�i�r�7r-,�e� �In� �YP� Mlr�. f�esi�e� Jair�t �`ypc � ���ss�re , Bur�ad �xp�s�d '' Storm �- 12 C900 150psi PO FLfMJ Water/Glycal I 5W - 5olvent Weld THD - Threaded PO - Push-On F�— Flanged MJ — Mech Joint .I i� ;� i ' .6 • � ,� ; -� .� j�� �� ,� END OF SECi[ON Polyvinylchloricie Pipe [Plant Constructian] �1'Wfl0244 150fi4-3 i � � ��550 tlND�RCaROUN[l SiOR�eG� �/�lNFt 1.00 C�N�FLA� ` 1.01 WORfS fNCLUD�D Fur�ish labor, materials, equipment and incid�ntals necessary to fiurnish and install underground tank, piping and other accessary items as indicated on the plans and specified herein. Pravide neesssary plans for tes�ing. The tank shall f�anetion as temporary storage of stormwater cantaining up to 50% spe�t ethylene glycal or �ropylene glycol based aircraft deicing flu�ds. Tank may also be temporarily exposed to jet fuel, gasoline, diese� fuel, hydraulie fluids etc. in low concentratiohs in water. NOYf�: A�YHOUCb YW� iANF� WI��. NOi �UNCiION AS A�U�� SiORAC� �ANK, iH� �O��OW�NG SP�CI�ICA�'EONS R�� INi�ND�D i0 RI�QUIR� YH� TAN� TO M��T TH� GEN�F�A� �GSIGN R�QUIRF�M�NTS �OR FU�� S�O�tAG� iANFfS. i.02 RELATED WORK COVERED EL.SEWHERE Exca�ating, Backfilling and Gompacting Section �2225 for LlfiEities 'l.03 QUALITYASSURANC� A. Tanks shall be manufactured by a recognized firm ha�ing capabilities to provide technical application and d�sign regarding the use af the tank. B. Manufacturer shall har�e ten years ex�erience in the manufacture and �design o# FRP (�iberglass � Reinforced Plastic) tanks with emphasis in corrosioh resistant work and resin application. C. Manufactur�r shall compfy with all applicable ernironmental regulations. Tanks shal! have U.L. certificatio� plate. � ' D, Acceptable Manufacturers: • Underground tanlcs which meet the specifications as manufactured by the following cornpanies , will be acce�table: Owens Carning �iberglass Corporation Xerxes Corporation \ � 1.04 SUBMITTALS � Submit shap drawings and product data for tank and manway. ` 1 A5 STANDARD AND REF�RENCES . The applica�ie provisiar�s of the following standards shall be rnade a part of this section as if writt�n in their entire#y: �' A. Underwriters Laboratories, Inc. {L7L) MH 9Q6y B. ASTM Specification � 402i-86 "Glass Fit�er Reinforced Polyest�r LJr�derground Petraleum � Starage Tanks" ' C. National Fire Pratection Agency (N�PA) Publications NFPA 30 "Fiammable and Comhustible Liquids Code" NFPA 3� "Standards for Instaflation of Oil �urning �quipment" National Fire Protectian Association NFPA 430 and 431 , � Undergrour�d Storage ianic 15��0-1 F1'W00244 D. American Petroleum Institute Standards E. Petroleum Equipment [nstiiute Standards F. Environmental Protection Agency Standards G. Texas Water Commission Standards H. Society di the Plastic Industry PS 15-�9 I. Militar� Specifications MIL-P-292�8 for Type I Riping Materials �.06 DEL.IV�RY AND S�f�RAG� A. Use ins#allation lift lugs to li�t tank. Guide tank with gui�le aines. Do not use chains ar cables around tank. � B. For temporary st�rage at jobsite, set tanks on smooth ground free of rocks and fioreign objects and recheck tanks wi#h the tires ar sandbags provided by manufacturer. If tires or sandbags are not provided by the tank manufacturer, Contractor shall supply sandbags. 1.07 JOB COND1710NS A, Coordinate work with paving contractor. B. Avoid interference with underground ut9lities, i .OS OPTIONS [NOT US�D] 1.09 GUARAN7EES 7an4�s sl�all be guaranteed against failure due to internal or external corrasian or structural failure for a period of thirty (34) years. �.00 �i�DDUCTS 2.01 SiNGL�-WALLED UNDERGROUND FI�EL STORAGE TANK A. Pro�ide singie wa11 Fiberglass Reinforced Plastic (FRP} undergrau�d storage tank of the size and capac9ty shown on the drawings. Manufacture tanks wit� 100% polyester fiberglass reinforced plastic. B. Tank shal� consist of a primary tank structurally assembled in a single uri}t. lntegrally cast the struetural ribs with the tank shells ir� the manufacturing proces�s. C. Primary sections of the tank shaff withstand independent iest pressures of 5 psig with a 5:1 safety factor against buckling or distortion. D. Manways and other auxiliary equipment as shown an the dra►nrings in the tan�C design and ,fat�rication. E. Tank sf�all i�e capable of withstandir�g surface axle loads of 32,000 Eh/axle (N-2D) when ins#alled in accordance with manufacturer's recammer�dations. Underground Storage ian�c '15550-2 �YW00244 �k � � F. Manufacture tl�e tank so that when buried, it will withstand a loading e�uivalent to seven feet a# over burden o� top of the tank, while providing a safety factor of 5:1 against general buckling and de�ormation of the shell. G. Provide tank that is chemically inert ta petroleum products, to caustic and mild acid solutions. H. Pro�ide tank of the dimensional requirements, nominal capacity including fittings and accessories, sizes and location as indicated an the drawings. Coordinate these requirements with the tank manufacturer. Request approval for alternate fitting loca#ions to meet manufacturer standards. 2.02 TANK ACCESSDRI�S A. � Provide FRP ar�chor straps as r�comm�nded and ap�ro�ed by tank manufactur�r. Pravide the number and locatian of straps as specified in current installation instructions of tank manufac#urer. Provide straps capable of withstanding 25,000 paunds of force. B. Provide 30" FRP manway extension and attachecf manway riser assembly as shown on the drawings. S�al and reinforce pene#rations through riser and extension with FRP hand lay-up. Fit tanks with flanged manways complete w�th U.L. �isted gaskets, bolts and covers of the sizes and location indicated on the drawings. �rovide bolts, nuts, washers and miscellaneous fittings of stainless steel. C. Provide 3 each 4" NPT fittings on manway cover. � D. Pro�ide 12" gusseted flanged fifting at [oca#ions shown a� the drawings. Flanged fitting sha�l be ' drilfed fior ANSI B16.5 154# bolting pattern. E. Provide fittings capab4e of withstanding a minimum of 20Q foot-pounds of torque and 2�00 foot pounds of beroding. F. Provide lifting lugs on tank capable of +nrithstanding weEght of #ank with a safety �actor of 3 to 1. � Clearly mark the weight of the tank on its exterior. 2.03 TANK �.�AK DETECTION SYST�M [NOT USED] 2.p4 V�NT CAPS [NOi USE�] �� 2.05 �1P� ANQ FiTf1NG5 INOT USED] 2.06 VALVES �NOT �SED] � I , 2.07 PUMPS [NOT USED] � 1 3.00 �X�CU�'iON f � 3.07 PR�PAF�ATIDN [NOi USED] 3.D2 INSTALLATION A, Thoroughfy test storage tar�k for leaks priar to insta�lation with compressed air �or a minimum of �, one hour with no loss in pressure. �esting shall be in accordance with the manu#acturer's � recommendations. Underground 5tcrage ian� '95550-3 FiW 00�4� B. Betore insta[ling the tank make an accurate �isual inspection to obtain evidence that no F�oles, cracks, deep scrapes, flats, abuses or dents are present. Inform manufacturer if any of these conditia�s are present. Do not proceed with the instaliation without tank manufacturer's ap�roval. C. Install tank only when temperature is abave freezing. D. fnstall fuel storage tanks, piping, and accessory items as indicated on the plans, in strict accordance with the manufacturer's-instructions, and in accordanc� with application section of EVFPA 30, EVFPA 31, and all National ar�d Local Codes or Ordinances. E. Vent tank to aimospheric pressure through the manway co�er with one {h } four (4") hole in the cover. Prorride screen over hole. F. Af�er setting fhe tank and prior to final and complete backfilling, test the pipe line attache� to the tank for ieaks and integrity of the instaikation. Test tl�e tank again with compressed air at 5 psig with no lass in pressure for one hour. 3.03 FIELD QUALITY CONTRO� PerForm all testing and submit all reports as required ta the Gity of Fort Worth. 3.D�4 CLEAN AND ADJUST Carefully clean tanks and piping to remova all debris and wat�r. 3.Q5 PAYMENT Payment shall be made for the cornplete instafiatian of the undergt storage tank as shown an drawings and associated appurtenances descrik�ec� herein including manway, piping and gate val�e. END OF SECiION Und�rground Storage ian4t 75550�4 FiW 00244 i •� �1�lXi�i2.M�'1�'�(�l�l �{���ll�Di�� ��1F�+T�' DL+RIIV� C`{�1�1��".N�l_1C"�'���c �J�V,f.F,S'.S,SPE�'IFfC"�lLL�'�f�lbl!''��'D �`��'1f {}`l'f�'�l� `S�:'�'?'I�,��S' �F` T�SfF,S'L'' S'PL"C'!f'�C� 7l��rVS' C�}t 0�1� 1JY� ,�'� r�T4'�,S', TJYE` T(}LLf]ii{7,�4''(i 1�EC�l��lh��N.Drf77�J��.S R1`:{'iri�l)#,�4rG',S,dT'�'7'�'I?�TR111''Ci �°C)��`,5'7i'�L`C�7�C)11�,Sf1r�L�, fiF".�1'{'T,l�'.�I�LE`, 5l31/g4 AC 15�/5370-2C Appendix i APPEHDIX 1. SPECIAL SAFETY REQUIREMENTS DURI�G Ca�STRUGTION i. RUNWAY EKDS. Go�structio� equ�pment normal�y shou�d not �enetrate the 2�•3 apgraach surfac�. 2. RUN�AY.EDGES. Conatruciian ac�ivi�ie� narmally shou�d nat be perffi.it�ed �ithin �00 feet of �he run�ay centerline. Hawever, construc�ian ma� be per��tted �it�in 2fl4 feet �f tha ru�way cen�erline a� a case�by�case basis �ith approvai af �hs air� port aperator, the FAA and �he users. 3. �AXI�AY5 AND APR0�5. Narmally, con�truction activity set�back lines should he Zocated at a distance �f �5 feet plus ane�half the �ingspan af t�e largest pr�dami� nant aireraft from the ce�terline af an ac�ive tax�way or apron. HoWever, constructian aetivity ffia,y be permitted up ta the taxivay and agrorts �n use�provided that the activity is first etiordinated xith the airport aperator, the FAA �nd �he � users; NOTAM's are issued; marking and�ligh�ing_prvv�sions are implemented; and i� is de�erminad ihe height of eqnipment and materials is safely be�o� any part of the air�raft using �he airport operatians areas whieh might overhang those areas. An occa9ional passage of an aircraft �ith �ingspan greater than 165 feet shau�d be dealt With on a case �by�case basis. $. �XCAVATION AND TRENCHES. a. Runways. Exeavatiorss and open trenehes may be perma.tted up to 2�b feet from the centerline of an activ� run►�ray, provzdeci they are adequate�y signed, lighted and mar4ted. In addition, excava�ion and open trenctzes may be permitted � safthin- 2QQ feet of the runway •centerline on a case-�y-�ca9e basi9, i.e., oable �renches, pavement tie-ins, etc., uith the apprcaval of the airport operator, the ' , . �'AA and �he users . � b. Taxi.wrays and Aprons. Excavation anci �pen trenches may b� permitted �p to the etige of structuraJ. taxiway and apran pa�ementg prova.ded the drop-aff is ade� quately signed, lighted and marked. � � �. STOCFCPS�ED MATERIAL. Extensive stockpiled materials shou�.d not be permitted within the constructian activity areas defined in the greceding faur sections. 6. MAXIMUM EQt]iPMENT HEIG�iT. Notice of prapased� construction shall. be snbmitted ta the appropriate Airports distri.et affice for review prinr to the placem�nt of canstructian equipment on airports. The guiding cri�eria involving FAft Part 139 certificated airport9 and grant agreement airports is that all construc��iar� plans and s�ecificatioas require direct coordinatioa wittt the apprapriate Airparts di.strict, field, or regional offiee. In addbtion, airports should file FAA Form 7�60-1 when equipmen� is expected to penetrate any of the surfaces defined above in paragraph� 1, 2, and 3. Airgdrt aperators ar�e reminded �hat �'AR Part 157 requires p�ior not�ee to oonstruct, realign, al.ter, ar activate any runway/'laac3ing area or assaciated taxi�ay for any project r-��hich is non-�eder�ally funded. �. PROXIMiT'Y OF CONSTRUCTxdN AGTIVITY TO �3AVIGATIqfFAL AIDS. Canstruc�ion activity ia �he vicini�y nf navigaCioraal aids requires spec�al� cdn�iderat�on. The effect of the activity and its permis�i�Ie da.stanc� and d�rec�ion fram the ai.d must be eval- ua�ed in each instance. A coord�nated evaluati.on by the airport o�rerator and the x Ac i5als3�o-2c Apnendis 1 - . 5/31/84 �AA is necessary. Technical involvement �y FAA regional Airparts, Air Traffic, ��ight Standards, and Azr�ay Facilities Specialists is needed as we1l as co�struc� tian engineering and managemen� input. Particular attention needs ta be given to stockpilin� materials as wel� as ta the movement and par��n$ of equipment �hich may bnterfere with line-�o£-s��ht from the ta�ar or �nteriere with electranic emissions. iSee AC 15d/53a0�2D, Airport Design 5tandardsmSi�e Requirements For Terminal Navigational �acilities, currsnt edf�ion, for critical areas af HAVAIDS.) � $. C�NSTRUCTZON VEHICLE TRAFFIC. With respeat t� vehicular traffic, aircraft safety dur�n� consiructian is likaly to �e endangered by four princ�ple causes: inareased traffia �olume, nonstandard traf�ba pat�erns, vehieles withouC radio oom- municaiion and �ar�ing, and operators untraiaed zn the airportfs procedures. Because each construction sz�ua�i4n diff�rs, airgor� management �ust develop and coordinate a canstructian vehieZe traffic p�an with airpart users� air tr�fFia�� control and the appropriate con9�ruction engzneers and cantraotors. �his pZan, �hen aigned by all participants becomes a_part of the c�ntraet. The airpor� opera- tor is respan�ible for coordinating and enForcing th� plan. . 9. LIMITATION ON CQNS�RUCTIO�. a- Ope��f�ame welding or tarch-cut�ing o�erations shnuld be prohibited unless adequate fire and safety precautians are provzded and have been appraved by the a�rport operatar.� A1I vehicles are to be parked and serviced behind the canstruc- tion rsstriction l�ne and/ar in an area de9ignated by the airport operator. b. Open trenches� excavations, and stockpiled material at the constructzon site��should be prominen��y marked with arange flags and lighted with fla9hing yellow lig�C unita {acceptable Lo �he airpori operator and the FAA) during hours af restricted visibi�ity and/or darkne9s. Under no circumstances are flar� pots �o ba near aircraft turning areas. c. Stockpiled �ater�a� ahaald be constrained in a ma�ner ta prevent movement resuit of aircraft blast ar wind. � Materia3 should not be stared near airaraft turning areas or movement areas. 7�. MAR�ING AND LIGHiING OF CLOSSD 4A HAZARD0�5 AREAS ON AIRPaftTS. The construe� tian specifications should inclade a provision requir�ng the eantractor ta have a �an an ca31 2� h4urs per day for emergency maint�nance of airport hazard ligh�ing and barricades. a. PermanentlY ��o�ed Run�ays and Taxie,rays. �or run�ays and taxiways which � have been germanently clased, the lig�ting circuits should be di9connected. �ith runways, the threshold markings, r�n�ay de�ignation �arki�g, and touchd4�rrt zone mark�ngs shou�d.be obliterated, and crasses ahoul� be pLaced at each end at _, 1,OOO�foot {3oa �) interva�s. Nith �axir�ays, a cross �s placed a� each entrance of the c�oaed taxiway. b. gemporarily C3osed RunwaYs and Taxiways. �emporar�ly closed runksays are treated in the same manaer as in paragraph 10a except runway markin�s are not ob�i- tera�ed. �ather, crosses are �sually oP �be �emporary type (cons�rueted of 2 sr3�.ls4 Ai. 150/537Q--�� A�pendi.x 1 materia3. sucn ag fabt�ic ar �Iywaod3, and they are required anly at runxay erd�, The crosses shauld be loea�ed on tap oi th� runxay nu�erals, For terupara.ry marking, the dimensions of tr.e crasses Bay be reduced to per�it uge of standar�+ sheets o#' u�by-$�foot (1.22 b� 2.�� m) p�ywood. Tem�ararily clesed taxiwa�s are usualZy �reated as an unusab�.e area as expl.ained ia para�raph iQd. c. Cloaed A�rports. 4�hen ail runways are closed tempo.^arily, the runways ara �arlced a� -in paragraph 1a�, and the airpar'c beacon is turned of�. When alI runways are closed permanently �'�he runways are marlted aa in paragraph 14a, tEse a�rpprt beaafln 3.s di�c�nnectied, and a croas is p�aced in the segmented circZe or at eeatral �acation if no segmentad circle exists. . d. Hazardo�ta Areas. Hazardaus areas, in which no part af an aircraft may enter, are in�dicated by use of barrXcades +�ith alternate orange and xrhite;.markings. ihe barricadea are supplemented with arange flags ai lea�tc 2Q by 20 inche9 {5p by 50 cm)�aquar.e and made and instal�ed so that they are aI.ways i.n the extended posi- tion and proper�y oriented.- For nighttime use, the barr�.cade� are supplemented wi.�is fiashing yellaw 1iglz�s. The in�ensity of tne lights and spacing far barriaade�, ilag9, and lights �aust be such ta delineate adequatel.y the hazardaug area. e. Na�ices to Aa.r�en (N(}TAt�'s ). The airport o�rerator should provide infor- mation on closed Qr hazardous cQnditons to the Iocal air traffic cantroJ. facility {control tower, approaeh control, center, flight service siatian) so that a NflTAM can be issued. f. Stabilized Areas. Halding bays� a�rons, and taxiways are sometimes prn- vided with shoulder sta�iliza�ion to prevent blast and water erosion. Th.zs stabi� iizatzan may have the appearance af a full strength pavement �ut .is not intended for aircraPt u9e. Usually Che taxiway edge marking will define this area, but con- ditions may exis� such as stabi}.ized i�lands or taxiway curves where confusiQn may exist a� �o ►�hich side af the edge stripe i� the full strength pavement. kihere �uch a condition exists� the stabilized area ahould be marlced with 3-foot (1 m) stripes perpendioular to the edge stripes. On s�rai.ght sections, the marks shouJ.d- be placed a� a maximum af i00-foot {�0 m) spacing. Qn curves, the �arks shauld be placed a maximum of �0 feet (15 m) apart between the curve tangents. The stripes should be ex�ended to 5 feet (1,5 m) fram the edg� of sta�ilized area ar.to 25 fee� (7.5 m3�in J.ength, whichever is less. g. Run�ay 5h4ulder Markin.�. I7s�a�.ly the run�aay side atr�pes �aill irsdicate the ` edges ot" �he fu�l strength parrement. However, conditions may exist, such as excep- tiona].l.y wide run�rays, rehere there is a need to indicate the area not intended far � uae hy aircraft. in.such cases, ch�vrons should t�e used. 11. TEMPORARY RUNWAY THRESHQLA DiSPLACEMENiS. Identification of temporary runway thresho�d disp�aceu�ents shau�.d be located autbaard of the r�snway surface. These cauld include outbo�rd Ii.gi�ts, Run�ay End Identi�ication Ligh�s (REILS), and ffiarkings. 1�k�e extent of the mar%�nQ and li�hting should be directl.y related to the duratiQn of �fi�e displ.acemen� a9 well as �he tiype and level af airtra�'t activ�ity. �� 3 {aarl 4 ) �, . � blb/89 5r� �2Q0.�, �Zx � Ar.��'�3ix I . 5Ag"��`Y _SF'�'CIF;CATION C�TIDE s�. �23� ��etV ��ll'�T1P�1tS:, �1,Zi� �P�'�QL�i�i7C� p� �1�.5 COfl�i`r3CLT '�^� airpor� �u�ays ��axiways, arx3 air�zait par� aP�ans stzali r�nain i� use �y a,�.resaft to �,e m�xi.n�m� ex�.en� pc�sih�e. Ait�raft use ef ax�s rs�r ttie �,l..�a�s''s work w�l� be wn�zvlled �a a�iriimize dis�r�r� to �.� corz�rac�or's cpera�ion. �he cantractor shal� rxre a�law his/hr� �lc�'e�, �,l.�actors, suFp�,iers, ar ariy per-.,on �'er tahcrn he/sh� has cant�oi �o e.�� or xa�tiain in ariy �x-� af �e airFa� �c� �1d be h�zardccLs ta Fexsca-� c: � al�"�ft aQe..rat�,or�. Whes�er airc�aft cperatiars x�ire, th� (Cantracti�'�4 �ffic�r, �4��, ��- ?�Y �nier the cnnttac�oz tfl s�s-�erx� cperatxor�, r.�cv� Pl�. P�"'���, �4��-n�, � r.sat�rials �o a safe 3.oca�ion asd star� �Y urttil ai�raf� �se is axr,�].ete�d. . 2_ Ct�tacle FYe� Zone f OFZ ): Cor�struction activi �y �aithin an �ac].e fl"ee Zone wil.� req�ire c3.osirx3 par� or a�.l of the affecr�3 runway. S�e Figur� l. 3. Amroarh Clearar�ce to Runways:. Rurn,ray Iarx3.ir,g th.�-e..�holds s�hall be locatzci f,a pz�ride an ur�L�truct�d approach surface Frith an appraach rati.a �ver �ignP�t arri material as �hos.,�n on Figur� 2, :� 4. F�r�rav and Taxiwav Safetv Ar�as: Ccn�tri.�cti�n activity ttzthin a n:rrt.ay safety area �+ill re�uire closir�g �rt or a13. of the af�e�'-,�d runway. . ��tnzctian activity urthin raxiway safety az-�as/aL�tacle fr�e are.�s is ,� pex�is..�ible when the taxi�.ra,y is c�pet� to air�,-�ft ttaffic ].f: a. Ade�uate wingtip/e.'rg��rSa9e �Zear�:-� exisis k�t*.�een the a�x�-azt arxi �i.gr�eizt/mat e.rial , b. E�ccava�.ior�s, t�-�en�'�es, as ather car�itiar� are �r�spiai�ly ��ked aryd 11C�1 �-a;7ri � . c. Notices ta Aixznen ai-e a,n effect� conc�rning �he ac�ivitY, �,�ua�ly ";�n � �u�.nt adj acen� ta �xir�ray ►� Saf�ty atea dirr��n.sio,ns are siicxan on Figures 4 ard 5. �. 'Ihi�--�holci Mari�_is� ar�d Liahtina- a. T�r-ar�, threshold �ar}cir� is ix�quit'�d� na� r�uireri} . Zhr�eshol,d a5ax�irz3 �ill be fi�zzished by r�e (aiz�ort a,��s, cr��ctox-, e�. j. ; � �- '�raxy �hres.hoZd �ic��.i�x3 � i�i�, rxsC re�ire�) . Tt�r�hold , �ig�t�irg w�I�. be furnis�ed and maintai.r�3 �ay �e ( ai��-por�. �s, cc�t..*acr.�r, � �r � . 1 I � � �� � � SW 5�OO.�A �t Z -:. : c. •�.'e�araiy �vi�ual aic�s (vAS�, P�I, REIL, etc_ } are {rec�ui��d, nat r�u-Ed) - Ti�e v'�.1. aid(s)� �rs.1.1 be �r�,��h� anc3 ma,�rtta� �y the {air-�So� O�, �`�i, OC?i1�2`dC.'�A�, ��C . ) - 6. C�.Q��,E� RL�1GTdV �'�3r}C1T1�/�%Z31"d 1'"�3'C'}C1.i1q: a. Clo�,ed n�rn4ray ma.�k..inq is ( x� �� rxre. r�+ S 1.*�d j. C1c��d rurrriay �ar'kirag sh�1.1 be (as shawn on t�-ie plarbs, fuzn� skied hy the owrres� etc. ).. b. I�zar� 7narki.rr� and �i.gi��ir7g �.hall be as �uired by the (air�ar� vw�r► project supesin�.erxien�, er3gir�r, etc) , ar�d sTial� be as (d�criheci �n - �-tion af the specif ica�i�r� ,�s sh,c��n an the p�ar,s , etc .). 7. VPhicle Identification arxi Farkirra�: . ' � a. � Contsactor .vehicles arxi e�?; g��t sha11 be identi.fied by (Ces�.--z-�e mark�sxl �arx� � �igh�ing) .. � .. . . .. b. �a34Ye� parkisx-7 shalZ be (speca.fic loca�ion, car as designate� by the �4�-s, ��rin�'rxient, aitrart ns�rsager, etc. y . ; , . 8. Canst-_ructaon Site A�s arr� Naul Roads: Arxess to the jr� site shall � via (s�i�ic rcute, �s shawn �n the plans, designated by �.he er�gir�r, . �ri.rrtp�dent, ai.z�r:-C ma�r�ger, etc. ) . . � , 9. Radio �nications : Fadio �Lications are (�uis�d bet�„�s the carstra�..or's x�eprese�'tative ar�d the Cnntrol Tawer) ,{not requ�.x�i) • (S�irY ar�u�i.ca�,ion ts in as much c3etail as pc�siblE- ) . � � a � 6/6/gg Fage 2 �r 5 l .. _ 5:�� 5�ao.S;� 6/6l�9 r 4� � • . .. - � , , -- �--._ __. .. . _:_�1_ ....�. _. .:_.__..."'_ : ... .. . . .. .. . -- --�._..: .. . ._... � ' -B- i:v�ER r1.P�R�,�(:H OFZ . . � . � ... . . . . • : . . . I*�'ER-TR,��lS ITI Oti �L , �• • � � 5[lRF,�CE OF= f - � 4 � • � .� .� _� -� " . �. .. . � �. . .. � . . ti � . � S .` ..:� ,'�'. � . .. . . � r � � � _ � � �� � � RIJNWA�; QFZ 3 :� � — ` � �-- - � • � . .. . . �. . . � � `�� � � � �`� . „ - , _ _ � �+ � �� . --. ..-. --�._:._..---.. . ... _._. — � — -. _;r . , .� : �� I � ,- „�..� �� .....��;:" _: '_ "_ . __ � . .... _. . Fig. 1 OBS'1'ACL� FRFE ZQNE �.. Page 6 . �v . � � a 6lb/89 s�t �zoa.�� b. A}�Qrnac� �?ar�r-,c� pw� �i��g ara�i Ma�'ial. . ..�.�-:;�:� ... . t�)�:u.Car�tn�ian�activitv .�in a n�rn,aav a�rcach may•r�.tlt'in a r�d "'--- ��.o displace ��e 3.arr.�ing �shold t.ess�ox�,si�y. If an abj e� pez�etz-ates a �.rfac� s�awn an gig . � , d.�plaae �he �ti,�es.�old �a � a poin� ��ere the �ace is _' _,.zx�. p�erse�sa�c3.:� .:•;•.. �- - . :'_ ', ". .�-- . ..-- -(�) .- Ob-iec�.s -��}-��rh do. rx7� op�etra�e fih�e stzrrac�s stil� nay be , . . - -- `,- �uC.tian� tn . air �avzga�ia� � arr3,/or � may - af fec� �� �� �.rit a.parcach r�����s. Cnor3zna�e �h� with �he Ai�sp3ae a.r�d Pr�ut� �-a.�, rS'ri-530, .. �� ._ arx3 �he �'iic�t Pz� Bxanch, . ASid��2�, �s �ry. � " . .. .. . .... . _ ... ._ . . ..._ ._ ._. . _ , ._ � .._..__ . _- --_ . .._ ._ . 20 •- •-•- •-- -I.._ ". � • ' . r ' _ ' . , . .. ._ ' �.�y � � ���7t . ..-� .._ _... ...w.. . .. . . __: _.. _: _ ._.._ .�.: . . .-•-- A � -- �---.. .. . . ... . .. � � . . � � � .. . � • _�-.•-- - _ . _ _ _ , . .. � .:.�._-�. =�.... . _ - �... _ .. ....._. _ . . . - _=:.: :.::_--. �Y.1� _ � . B.._.. : _ � . :_��. � � . _ � � � � - . : � _ �. � 2a: � 'lfireshold TLc�Cion Sttrface .�.._.. .` t r' r Dist�..r�siar� A � ' c n SZnal ]. A Lt�a £t 0 �50 �aa zz�a r?me �].xt-z�ft . 2,40 4 00 �aao . �.500 Fig. 2 Au�uay Thr�ho3d S�catian - p�. 8 � �age 7 ' �r1 524Q.5A � 6/'c1�9 ` ,... _ ,__. . . . {2) When �,aui�nes�t or can.s�zvc�iaNr�ainn�enance act�ivitv � be on a � x�n�ray and a da�ision is mad� to ]�p p�rt o�' ��uns�ay c� for a.irt.zart, p� �€ t� �a� � be cl� as .��n irr �'�g. 3. '�e 3i�.~�erlsior�s s�cxan are i � � �. � _ � r,�;�rio��v�; a .I.azger clas�d . ar�a � si�cwn . �y be nec��r � c�epe�� ar� air�ra� �, leve� of ac�ivity,. P�Zot� ter.�iq+�e. a�d e�,�ne �eic��, a� a�a].Ie� cl�d area may be pass�le t��er scme �' . 'Ihe�e �.a:� `a�e based an eqi2ig:s�nt� heighfi� �f zt�o�st 15 fe��; hig�er , c�j ect� asaY �e4�x�.re spec�al c�ns iderat�on. , � .. . , ._ . � . I� . . � � • ' • . . � • s: - . �'- e�ctsed Area - I � IISABLE FdJNL�AY - 500' OR 1000'� Equi�.ntr �� II�1D ' . . - - REIDCATFD �tES�LD � II'�'D . 'f , r LTse �he fallowirg dist�arsc�.s frr� the canstrucCion,/�raintenanc� activity to the z�lo�ated th�hold: � � . ;� �' Page 8 � �nall aircraft (12,5oa l.�s. or less) - sao f�. 7��e aix�z.3� {More ttiaa� '! �, 5Q0 1ts. )- 1000 ft. Fig..t3 • Ftelocat.ed Zhres.k�l.d �'ar £quign��t an �he Au�ay "' "". . • � �.� ..�....� ...��. .... �'I . . ... . .. �. . . 0 Pax 7 \ � � 8 0 � blfil�9 ' Sr� 520Q.5A c, �a�,ra,y.rar� T�ci�ay s.a,���.�_.Y ._' ... - . (1) Ri�av sa�'e�v areas �' ��i�n os �ain� a�ivity i,� prnhib,��ed .. ixi xuanaay �a�egjt ar�as ��i1 e�� '�ull ' 1 e�th o f�he rt�ray i5 �z . 2rc3rm�1 "FAA. m�in��ar�ce� af visu�., apQr�acri, arxi n�vic�a�.ic�al a�ds is �T�; «ible wi�in safet�r a_rea.s pravided� vehicles, ma�erial, ar� exca�va�ens do rr� ��ra�� a xur�ray 4FZ arrl ��? r-�„�„�s of �'agraph 7b for a�pxz�ach c�.ee�rdr�ce a�rer_veh:icle�rr.e�u�.gnen� a�d_ma�:eriai az2 met, . ..- (�) Rt�rav safetv � are.a dimerLsior�s,. az� sha�m irt gig. 4. f�c�.sCing . s�afetji�areas a� a pa�faaalar airpart nax be ��e� or s�nalZ�r �han �,�ie stzrs3azd dimP..n�ian l.is�c3. �� c�ru�tnxc�ion or inai*?�p�� a�ivity z�u_,� ta,k� plac� within the s-�eci�id sa�ety ax�a, it is alsa aa�ept�ble ta r�stza.ct tl�e x-t�rn.�y tas.e t� a�naller 53Z� af airc.-raft and use a nazx�owex arri�or shar-�er safety a,�� dimerision far the durat�an af the ac�iv�ty.� � . _._ __.. �_..._ ._ .. � . :. _ .. . .. . � � - . . _... _ .�. . . � : b � . �y � G ---� � Safety Az'e3 Fd3N�iAY DESIG?� CA��RY - S.AFFTY Ar'Z�'A DIMQ�15I�5 (Ft. } �--- • a ar b (1} c (�) -�-I.--��Utility AC I5Q/5300-� a, Vis-u,al nr Nanpr�cisian D��gn Gnx.� I Design Gro� 27 b. Precision InstzzanP�►t ' Des ign Grs�v.p I . D�ign G�p YI , . �i� �� xx� � � .- - - . .-- - -- - 2 • TrarLspo�. AC �.50/53 �O�1Z 30 12Q 240 40 150 �QO �10 I.QO �o� 3Do . 3Dti 3Q0 500 (3� �aa 600 5C}0 1000 � (1.j i1s� di�sion a or b, �+hic�ever �z��s in �he great�T disearr,� fxrr� the �u-���r c�:n�l�e. � (�) Us� din�r�sion c nr �h� exis-�irx� safet,y a�.rea lerx�h, ��ichev�*� is �e�s, � ixrt r� less �-�n �00 ;eet. �-- {3) S�ne c��i�ica�ed air�or�,s i�ave n� �zmit use af 400-fco�. wide r�ra,ray `.. � ��'ef�y •axe� �ring cor�structian ar� maintPnar�c�. Cc�rdinate gr�p�.s c�i� �e A�az-ts �fe�.y Sec�ian, •A5W�55�.. �, . Far 8 �'�g. � E�r�ay Safety Ar�as Page 9 . , � s�i �aoo:s,a." b/ol89 (�j'� 'l�x�•�ra��.age�v--areasfr��cTG L��-a��4 =_-�ee-F�g: 5. �� _ .. �i�rr�fmairit_�� ac�i.vi,�y �.s �*�*�, �-���� in �axikray . c�a�le free a�e ar�3 safety'a�eas i� the a�:t�,vity is haz� �3t�d arx3�og l���s3 arri No� are-in e.�fee�: 5�ia� aa�i�erd��on ���e given � the heic�� of bas-si�, '�as�e.�•an3 'ot�er'�aarn-ung'dev�r_es �o' �Iear air�xa� c�ir�geips, p�lJ.ers, :ergir� � e�c. � ��tzca�s may � be n�s.saxy s-u�c� � : . . . .' -_ ".. �, L�sj�^�g• �'W1.�w�Ce�S�r -�tp "[��.,de ��d].r�.�af� p�,� 2��rr_1c, � Vs� �T�ora�Y �a�cl`.�aY r�a���igh�i,ng �o de�az�r aitz��,ft c.la�r a� �he area, . l: ��5�virx3 equ�gr,ent aiY9. pF's�.�i7,ne1. i�211 CZ�'ar tcs a1 �Qsd a, Ltr�� �t 'ta P�� ��Y • ' ti��cr�� C:tt,:iwCi _� ___._ :.... . • - -... � . .:.� .�. --.�._.M.r - -- -.�, . ' ._.. __ ._.... . .. ._ . _ .. - - 'Si.�... .1 � t:ti�IkAY� ...:'�".C:.i: � S.u-RI'' • i lii.a. • _ ��" ' .�kl.� � � ..__. ... ' 1o�h:T�! . _ �_ .. . GIC�x�+r.:i � • � . oaJEe� , . .r ..l F'ag. 5 Ta.�c�.uay ClPar�r,�s 0 Des i.gn Gz'� i 1) . It�s. ._..- I II II� IV '�`ax3�aa,y Saf�ty 49 79 11.� I'il Ar� ��� T�c��ray C�je� 88 l�q �86 260 �� AtEa �did� . V �14 3�4. {1) 'I�rpzcal ai�saf� in �hes�e � are lis�ed. in A�perr.l�x 3. � C �, . R �age � Q. Pa.� 8 �I � �l1L 1�11/�� E�9 y . . � G:.�rr�.• , ' 7��9ffi9 �3�� ` '�;' .. .,. ._ ,_ =_ �_ . "" ..;_ _ , r+�P�'�dDl:i �._. Si:vG:S2'�� �?��4ni. ?nOvx;i�V =C��.•_.:�'=z'C'.'=::: �. C: �=.' _ -, _ ' ' .. --- C��r.:iQL.S�. ..e'SYZ11:� n:i� r^.�5i1'�.'��.'. �Lti.:if.i. : rSV.�..T' �—� . �-- '-- T�:e� caizCractor �s_here'�y�Lz.:��:�ed. tt�.at chare� are _::s��I1z� c-i �;:e _�__�:� . , "..�.Ftt?,',I,�VnzLiSj_ 1:1CLl1C.F��^y,�_.•.W�Li:Cll:= '_i.�ita�ion,..:tiSi�, L`:� a.^.d �;� ;�cai:��� �::..�e � • � ' �7z�.nsmieter's;;;L'.S. S:eat,`,er �:.�re�u �aci!�e,��; ��ec�_..c c��i�s �-� c�::_=�',� -,_.�_... ��'�fll3�l:lg '�C�"ai,1CR i;rl�Ir'+Z�� �r.� _�CiliClEs, 3rd OLher zZz�C.;.G . �2= C=�:,_3 sezving. other t3C].I_cies. 5uca .;,-.V,�zDS, :J2acher L•t�rQ�u a::� c., ar _�c? _;t,� . sn� eZectri:c-c�filesr..-:�3L.'-Q`' �;�IL�"�aocec��ci c:uzz^.� t`e �e:�_� ,�v.^.s��_��_:z -• ei:ii'e'. �,'arw �u'nder t::is ccz�r�c�-�:n.:ae.�cc��plish�e a:� t;:� vi.��;a�; -a� _;��� ..' � faciliti�s and cabl�s' azly a;. �.�oroved �er'c�s a= r._.:�e. .-w�=c�.�I �, _.__. subj.c:ct �to•:.it'.:���.r4L,_- ::�;� ;._..:� ��c��sz c� ei:,i;��_s i:� _re s:�_�:�_, . _... - e�e•r�ency can�l�i._�.on"s��;i 'c:e �:�:.���^.S �--===:� are�s, _..:�c_=�__.:z .:, .�. _- ei�er�en�y 'condi;t�ions, a :�i =�r',�a•r o�'.;er r��aso:� �ee=.-_r.ed �� =-e en�;ineers �.GCinS una�r ta� oraars snc! i:�sc.::c_io:Ls o� ::e ai�=�r� '_--=_���,.� an�Ior 'ch�e� cesi5r.�:e; .-.�� ;cp.ese^ts��.ve. :�;:y i.:�s�..:c�_�r,s, �_ _..:� co:�traccar ;.a clzar any �;ivLn tirca, ac .:^y �_-z, ;s� =:ti� ar___ :az:;, „-� airporL r.�,na�;er��nt or. �:�e _::�, .c�n�_n! �eutr C�y ==.:tc :.r e�.:: -�� ;,) ,;_F+ bz ::camedi3reLy �xecu���. �.:or,scruc�_an c:orti uilt E:z cc::.::�nc�_ _.. _ :a _'.•_�_ . _ ��� az'ea only unen ac?�i�z.ar.si _.s�=.:c:.�ons :.ta i�54�c =_ _: m c:cw�; �__..,.__� - _�� �a�.rer �t1d COT1C�dZ �.:��i�5��icJCt::7� i0 c1:1Ci FSC;a '�'71�j ..:n .�ri�rt�.�� .:<.�..�'�� W:1�Cati 3tld OC!1EL �: C=�i.__C.''., :11�= : a nar::��. -� ''='�. --L.:. =t•. ;: c:�S:.-�;:5 FQ� _::� 2:i�ot^SLIr3LS O_ �Lr:' CORC..7,C_Ota bti;ara �ny. �ar:� ].:1• �-_`.. ��^�__,� v�cini.ty'is SCa.r.i.CG�_ T::�:2.'.LGc''� C!1rOtlsati: ��:: �C1.,=� __�= 4; �....� C�:.^.5�_ ..: C - t�on thzy st�.a1L �e aratec��d ;_c:a �:�y possi�? e_ dan��e _-c;_.._-_ � c=Yss_^5 ui[E� e�r.aese�:ari"d �ecuzYzenc, etc,' T?:ese speciai p:ovisia:�s i..�er.r� ca ;-aK� �Cr',::c�Ly C�ed�� w�L .. �... ��.. p�otaccian�as Fr'�� :r�s�'r,Lia, R'�s,::�=� �u:e :u s.^.G oL: er _��_! ___�s ,.:r.� �, csoles by �nis coRc_�c�nr a� �L1 �i�es. . The c�n�r�c�or sEza11 '_,_=adiat�i� :ca�,ir, ai�:l _:.'�n�.c�;:i G:�ctr�.�1 �.; '� stiilLed �ror�.�en, �ny un,ergraur.� c�bles servi: S F:-� :;:;';.;L�a, ::ea�;;�:r °s;ea� ar.ti_ ati:er azrro.c _'acil'_�_es, �rhica a.e ��.rage� �y hi� _c.i�_e;s, ec�:i�zen�,or Aork: �rzar approv�i o� t�:e �'n,t.�ausc 4e n��air.e� =ar �:i2 �s.e.zals, ,vor��ez, tire a� �sy or n:�h�, r..�c:�od ai r�aaz,rs, �.r.: ?a,- 3�,; _ te;�naxa�y or gzr�ar,en�• :epai,s t::e "cor.tr�c.ar propases �� rsa�.� �� �;t•; ;�,� :�:.V�;ILS ars� .�at;.Liei�s danaged by the c�ncxac�ar. �_'iar ���rc�:�L c:I .;e . ..z?��r.eer_nr.a: �:►e re?:esz::�ac:t:� da5i�nuccfi �;i`�;�e at:;,arc _.=^.�.a��;;= ^usc �c oh�a�::ed _ar _..e -ac�: _s: s, -or':-cr r �i-� a: �.�; oc r. ; _ , .z�.s :�; c::� -.��;od or :apai:s :�r• dny �e;-�orary or �,er::a:�en� :e�ai:s .`:�: ;�r.::;;c;,,. prcYa�es ro :�a;ec co LLr.�� at::e: a�r�or� [1c�Z:�ies anc+ c3,�Ecs ��::1�,cW ��• ��-�s Cflt]�.SCCCr. •• � . �PPendi�.3.Y . -� _ - -.:.._._. Y... . '�.:.:....:'.. --�: . . :,� _:��/�3..--:. .,,.,.,--r-t� , ' ;PaSe�--..�.. � . �_ . : -� �- - -: . . . . .. . .. . . . .- _.. • - � ---•- : ,'; . , : � _..,...._: :::'= .. .�' . '-- �--- •� ��. . ,.: �'. � " ' - ' . , -'. . : '. . . ., -. �-"`� ,, . _,.�'. ,_- . _ .. .... . . . _ �:... .. . . ,' ._.._. � . . ' _.,� - .__-.. �� -- '�t,i.syra�ogna;ed•-th�e.the .i.� Soansor T�..�i�.i _^c�= c�sts =o; �-p?c••�=- ' .•.,• , .. - _ _.. ' ' � ' ""r � �salaries, engineexing =ees, ar.ri a�.;�e•rs:ise i:� eoc�r,�c�;.a:, ��ic;, �a� ��::=_, _ and inspectian� and �eparr �or-:any such canr�e�,� �c�.4s_: �y� t�z �c :�r���c:; � � �� and consequent�.y �hat Che ( S�onsar ) �ay :�c:�, Iass ❑� irc�,e �v f _. reasan..af -Lhe aiversiorc a€ aizcrai� t,����i.c '_�ar� ��:; : i:Cac: =�;rsi:_-_ ..� .fzt�ra�.-infierrup�ion af tne use o� air�.ar� '_ac:Y;��?s; .�r.d L���• �ue:, - ��� �e:cpenses and loss o� incQ„�e are noc ,:.easuraol� ,.cb ;,;.� r..a�: ;o_ �� .. reasanably ascer�airsabla at the t?:ne oz anv i.,cz :=�c cs�sed . �„�, ..contraccar. Tne C Soa�sar ) and the canc_; c�c; -�,c�:: ��.�•� :� .-;:Y "" �� �� assessmenc• of liquiaa�ed darna5es i� lieu o;. su�z zx�c�ses .ar c:��:_ ... . darsa.�es �incuzred �by� �:se. (.� .��oRsor 7. in �c�_;.ia;� tc :`e ob1___�:c- of thzs con�ractor-to zr�r�edintely re�air a�.� c.��1c3 C_ ;3C3.!:,�i_s �a.:.a��c k�y the corstxactar wit:�in t;�ree =eet oz ck:e i�ac�__o : e� ,.az �:��-a c�__-�- .. � _ _ _: ��'_th.e _�ngia�ex, �as � set����arth -a�ave, �he st:.� c: ,� Y �;.::I 1 ��= de��cted frora any money due t:�e co::�rcc,o�, �.� _a :� .....: ea �,s c::_ ;-;:� ��con�raceor, �he "f 5vo�sar ) sha11 �ave :;.� __�;� __ �ec�ve: :��c ;::- __�_or- suens—from•�-t�:�—cnnz�ae�ar, �:cn c;-:e su.�e���, .._ ==�... ....�:1. -.._ _-c�:-: oi these rfed�ctinns are ta cover i:ca:.ca,�aa ��:�_�es �� ;: � s=c-so; incurzed by addicz.oRaL 3rsd 'oGt;er e:ca�r.ses a: �...�;.� ._; __ _;:,-;� ..--_^ �-� � inczdent ox' inci�enes cause:...'�y .. ,e ca-,.��c�c�, _.... z4c^ ,sz�"sc=_�::s �r_ nc�[ considere� penaLcies. ._ �- *' �nserC $SaQ.OQ� �Q� Snaller ai�r�r�s, $I,CC�.��� _�. ���_,:� i;�;� a:�:o.-;s, and $2,QOQ.OQ zor large i�u'� airpor�s. -� r . s �..i �..,�.r ��..,r . �� � .