Loading...
HomeMy WebLinkAboutContract 41429' -. FORT WORTH CllY SECRETARY CONTRACT NO . i_{ \l\0-j SPECIFICATIONS AND CONTRACT DOCUMENTS FOR APRON C EXPANSION at MEACHAM AIRPORT CITY PROJECT No. 1573 Aviation FAC No. P240-539120-552810157380 Michael J. Moncrief Mayor January 2011 Kent Penney, AACP Director, Aviation Department 2_ J -1 1 A : 1 8 I N Dale A. Fisseler, P.E. City Manager OFFICIAL RECORD CITY SECRETARY FT, WORTH, TX Page 1 of 2 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 1/25/2011 -Ordinance No. 19527-01-2011 DATE: Tuesday , January 25 , 2011 REFERENCE NO.: **C-24697 LOG NAME: 55FTW APRON C EXPANSION IMPROVEMENTS -CONSTRUCTION SUBJECT: Authorize a Contract in the Amount of $587,735 .00 with Conatser Construction TX, LP , for Apron C Expansion Improvements at Fort Worth Meacham International Airport and Adopt Appropriation Ordinance in the Amount of $646 ,508.50 for These Improvements (COUNCIL DISTRICT 2) RECOMMENDATION: It is recommended that the City Council : 1. Authorize the use of revenue derived from mineral leases on Ci ty-owned airports in the amount of $646 ,508 .50 for a contract with Conatser Construction TX , LP ., project management, construction survey and in spection costs for Apron C Expansion Improvements at Fort Worth Meacham International Airport ; 2 . Adopt the attached appropriation ordinance increasing estimated receipts and appropriat ions in the amount of $646,508 .50 in the Airports Gas Lease Project Fund from available funds ; and 3. Authorize the City Manager to execute a contract with Conatser Construction TX, LP , in the amount of $587 ,735.00 for Apron C Expansion Improvements at Fort Worth Meacham International A irport and authorize $58 ,773 .50 for associated costs for construction survey , project management, materials testing , admin istrative and inspection services . DISCUSSION: Th is project was advertised for bid in the Fort Worth Star-Telegram on November 4 , 2010 and November 11 , 2010 . On December 4, 2010 , the following bids were received : Bidders Amount Conatser Construction TX , LP $587,735.00 Northstar Construction , Inc. $689 ,867.00 McMahon Contracting, LP $719 ,091.65 0. Trevino Construction $734,834.95 ~ustin Bridge and Roads $740 ,394.00 ~UI Contractors $754,827.00 North Texas Contracting, Inc. $767 ,793.00 The Fain Group, Inc. $829 ,143.00 Jay Mills Contracting $839,892.00 Gibson & Associates $858 ,333.95 EAS Contracting , LP $869 ,786.00 http ://apps.cfwnet.org/ ecouncil/printmc.asp ?id= 14 700&print=true&D ocType= Print 1/26/2011 Page 2 of2 Time of completion: 120 calendar days Staff recommends that the bid submitted by Conatser Construction TX , LP , be selected and that the contract be awarded to Conatser Construction TX, LP. The work includes construction of 1240 SY of pavement removal , 248 LF of storm drain pipes and 7000 SY of concrete pavement. In addition to the contract cost, funding in the amount of $58,773.50 is included for associated construction survey , project management, materials testing , administrative and inspection costs . The City reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus 25 percent of the contract award. This project will be funded by revenue derived from mineral leases on C ity-owned airport properties . M/WBE -Conatser Construction TX, LP ., is in compliance with City's M/WBE ordinance by committing to 12 percent M/WBE participation. The City's goal on this project is 11 percent. Meacham International Airport is located in COUNCIL DISTRICT 2. FISCAL INFORMATION/ CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance , funds will be ava ilable in the curren t capital budget , as appropriated , of the Airports Gas Lease Project Fund . FUND CENTERS: TO Fund/Account/Centers 2) P240 446200 551929990100 2) P240 539120 552810157380 CERTIFICATIONS: FROM Fund/Account/Centers $646 ,508 .50 3) P240 539120 552810157380 $646 ,508 .50 Submitted for City Manager's Office by: Fernando Costa (6.122) Kent Penney (5403) Ruseena Johnson (5407) Originating Department Head: ATTACHMENTS 1. 0801 Apron C Exp Exhibit A.pdf (Publ ic ) 2. 1573 Construction Compliance.pdf (CFW Internal ) 3. 55FTW APRON C EXPANSION IMPROVEM ENTS AO.doc (Public) 4 . Accounting records M&C 55FTW APRON C EXPANSION IMPROV.pdf (CFW Interna l) http ://app s.cfw net.org/ec ouncil /printmc .as p ?i d=l4700&print=true&Doc Type=Print $646 ,508 .50 1/26 /201 1 INDEX OF CONTRACT DOCUMENTS PA RT A 1. Notice to Bidders a. Special Instructions to Bidders 2. MWBE Documentation a. Special Instructions b. Subcontractors/Suppliers Utilization Form c. Prime Contractor Wai v er d . Good Faith Effort e . Joint Venture 3 . Bid Package a . Bid Proposal & Signature sheets b . Bid Proposal c. Vendor Compliance to State Law d . Special Pro v isions (pav ing-drainage) e . Wage Rates f. Compliance wi th and Enforcement of Prev ailing Wage Rate 4. General Provisions a . Contractor Quality Control Program b. Nuclear Gages 5. Technical Specifications a . b. C. d . e . f. g. h . 1. J. NS -G -100 NS-G-200 NS -G -600 P-152 SP -P-156 P-156 SP-P -501 P-501 P-605 SP-P-610 Work Requirements and Restrictions Mobilization D emolition Excavation and Embankment Temporary Air and Water Pollution, Soil Erosion, and Siltation Control Temporary Air and Water Pollution, Soil Erosion, and Siltation Control Portland Cement Concrete Pavement Portland Cement Concrete Pavement Joint Sealing Filler Structural Portland Cement Concrete PARTB k. P-610 1. SP-P-620 m. P-620 n. 0-701 0. 0-751 p. T-901 q. T-905 Structural Portland Cement Concrete Runway and Taxiway Painting Runway and Taxiway Painting Pipe for Stonn Drains and Culverts Manholes , Catch Basins , Inlets and Inspection Holes Seeding Topsoiling 1. Certificate of Insurance 2. Contractor Compliance with Worker 's Compensation Law 3. Performance Bond 4. Payment Bond 5. Maintenance Bond 6. Power of Attorney 7. Contract PARTC • Confirmation of Bond APPENDIX Appendix A Geotechnical Investigation Proposed South Perimeter Road Appendix B AC 150-53 70-2E Operational Safety on Airports during Construction ,. • 1 V ie ..... . .. .. ~ • l . \ --~"" ';. "" ... " 1 . "' ' ~ " ii .... , i ..... 4"' ~.-" .. ~ j " ·ij ,, "'~ i Ii ' i ' !i ". )' ..... ~ ... . J I ' I I' PART A '· •·. j• Ji Ii ,I " t; ' ' . "'~ ' ~. .. ' "" ! , T r-1:' . -F • j ~ .. ~ .t •' t "• '4-1 1c . l ' ....~ .. " " ' i . I ~ r ·i ,· ;~ -~ .• l 1 '· ,f .. "t . 1 ... j " .. .. 't '. .... ' . I .--· ., ~ ' ' c. " NOTICE TO BIDDERS Sealed proposals for the following: Apron C Expansion Paving and Storm Drainage City Project No. 1573 Addressed to the CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON STREET FORT WORTH , TEXAS 76102 will be received at the Purchasing Office until 1 :30 PM, Thursday, December 2, 2010 and then publicly opened and read aloud at 2 :00 PM in the Council Chambers. Contract documents, including plans and specifications for this project may be obtained on-line by visiting the City of Fort Worth 's Purchasing Division website at http://www.fortworthgov.org/purchasing/ and clicking on the project link. This link will take you to the advertised project folders on the City 's Buzzsaw site , where the plans and contract documents may be downloaded , viewed , and printed by interested contractors and/or suppliers. Hard copies of plans and contract documents are available at the office of the design engineer Jacobs Engineering Group Inc , 777 Main Street , 29th Floor, Fort Worth , Texas 76102 , at a cost of$ 50 .00 per set (non-refundable). The major work will consist of the (approximate) following : Construct 1240 SY of pavement removal , 248 LF of storm drain pipes , 7000 SY of concrete pavement Included in the above will be all other miscellaneous items of construction as outlined in the Plans , General Contract Documents and Specifications . Bid security is required in accordance with the Special Instruction to Bidders. Bidders are responsible for obta ining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. All addenda will be made available on-line with the contract documents. Contractors and/or suppliers are requested to register as plan holders on-line (on Buzzsaw site) in order to receive notifications regarding the issuance of addenda . It shall be the bidding contractor's sole responsibility to verify they have received and considered all addenda, prior to submitting a bid . The water and sanitary sewer work must be performed by a contractor that is pre-qualified by the Water Department at the time of the bid opening . A general contractor, who is not pre- qualified by the Water Department , must employ the services of a subcontractor who is pre- qualified. The procedure for pre-qualification is outlined in the "Special Instructions to Bidders (Water-Sewer)". For additional information, please contact Jeffery Peterman with Jacobs Engineering Group Inc , at Telephone Number: 817-735-6155 or by email: jeff.peterman@jacobs .com and/or Ruseena Johnson , Project Manager, Aviation Department at 817-392-5400 or by email : Ruseena .Johnson@fortworthgov.org . A pre-bid conference will be held on November 12, 2010 at 3 :00 p.m ., in the Aviation Department offices on the 2 nd floor of the terminal building at Meacham Airport . Bidders are encouraged to review the plans and specifications prior to the pre-bid conference . NB-1 Advertising Dates : November 4 , 2010 November 11 , 2010 NOTICE TO BIDDERS NB-1 SP E CIAL INSTRUC TI ON TO BIDDERS 1. BID SECURITY : Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth , in an amount of not less than five percent (5 %) of the total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten (10) days after the contract has been awarded . To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas . In addition , the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law ; or (2) have obtained reinsurance for any liability in excess of $100 ,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance sha ll be provided to the City upon request. The City, in its sole discretion , will determine the adequacy of the proofrequired herein. 2. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS : The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded . In this connection, the successful bidder shall be required to fi.nnm a performance bond and a payment bond, both in a sum equal to the amount of the contract awarded . The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 , Texas Government Code. In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligation s permitted or required under federa l law; or (2) have obtained reinsurance for any liabi l ity in excess of $100 ,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Tex as and is the holder of a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole di scretion , will determine the adequacy of the proofrequired herein . The City will accept no sureties who are in defa u lt or delinquent on any bonds or who have an interest in any litigation against the C ity. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. If the contract amount is in excess of $25 ,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of a ll claimants supplying labor and materia ls in the prosecution of the work. If the contract amount is in excess of $100,000, a Performance Bond shall be execu ted, in the amount of the contract conditioned on the faithfu l performance of the work in accor dance with the plans, specifications, and contract documents. Said bond shall so lely be for the protection of the City of Fort Worth. A ll contracts shall require a maintenance bon d in the amount of one hundred percent (100 %) of the original contract amount to guarantee the work for a period of two (2) years after the date of acceptance of the project from defects in workmansh ip and/or material. Rev 3-13-09 3 . LIQUI DATED DAMAGES : The Contractor's attention is called to Part 1, Item 8, paragraph 8.6, of the "General Provisions" of the Standard Specifications for Street and Storm Drain Construction of the City of fort Worth , Texas, concerning liquidated damages for late completion of projects . 4 . AMBIGUITY : In case of ambiguity or lack of clearness in stating prices in the proposa l, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 5. EMPLOYMENT : All bidders will be required to comply with City Ordinance No. 7278 as amended by City Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 through 13 -a-29) prohibiting discrimination in employment practices. 6. WAGE RAT ES : Section 8.8 of the Standard Specifications for Street and Storm Drain Construction is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258 , Texas Government Code , including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258 , Texas Government Code . Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of the special provision titled "Right to Audit" pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above . (d) With each partial payment estimate or payroll period , whichever is less , an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code . (e) The contractor shall post the prevailing wage rates in a conspicuous p lace at the site of the project at all times. Section 8.9 of the Standard Specifications for Street and Storm Drain Construction is hereby deleted. 7. FINANCIAL STATEMENT : A current certified financial statement may be required by the Department of Aviation if required for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 8. INSURANCE: Within ten (10) days of receipt of notice of award of contract, the Contractor must provide, a long with executed contract documents and appropriate bonds, proof of insurance for Worker's Compensation and Comprehensive General Liability (Bodily lnjury-$500,000 each person, $1 ,000 ,000 each occurrence ($2,000 ,000 aggregate limit); Property Damage -$250,000 each occurrence). The City reserves the right to request any other insurance coverages as may be required by each individual project. Rev 3-13-09 . l 9. ADDITIONAL INSURANCE REQUIREMENTS: a. The City, its officers, employees, servants and consultants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents , 1000 Throckmorton Street, Fort Worth, TX 76 102 , prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a mm1mum thirty days notice of cancellation , non-renewal , and/or material change in policy terms or coverage . A ten days notice shall be acceptable in the event of non-payment of premium. e . Insurers must be authorized to do business in the State of Texas and have a current AM. Best rating of A: VII or equivalent measure of financial strength and so lvency. f. Deductible limits, or self-funded retention limits , on each policy must not exceed $10 ,000 .00 per occurrence unless otherwise approved by the City. g . Other than worker's compensation insurance , in lieu of traditional insurance , City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage . h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. 1. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance . J. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k . In the course of the project, Contractor shall report, in a timely manner , to City's officia ll y designated co ntract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. I. Contractor's liability shall not be limited to the specified amounts of insurance required herein . m . Upon the request of City , Contractor shall provide complete copies of all insurance policies required by these contract documents . 10. NONRESIDENT BIDDERS : Pursuant to Article 601g, Texas Revised Civil Statutes , the City of Fort Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. Rev 3-13-09 "Nonresident bidder" means a bidder whose principal place of business is not in this state , but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state . "Texas resident bidder" means a bidder whose principal p lace of business is in th is state , and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract in volves federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for its bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 11 . MINORITY AND WOMEN BUSINESS ENTERPRISES : In a accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts . A copy of the Ordinance can be obtained from the Office of the City Secretary . The bidder shall submit the MBE /WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM , PRIME CONTRACTOR WAIVER FORM , and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p .m ., five (5) City business days after the bid opening date . The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply sha ll render the bid non-responsive . Upon request, Contractor agrees to provide the Owner comp lete and accurate information regarding actual work performed by a minority business enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books , records or files in its possession that will substantiate the actual work performed by an M BE and/ or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal , State or local laws or ordinances relating to fa lse statements. Further, any such misrepresentation facts (other than a negligent misrepresentation) and/or commission of fraud wi ll result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3) years. 12. AW ARD OF CONTRACT : Contract wi ll be awarded to the lowest responsive bidder. The City reserves the right to reject any and/or all bids and waive any and/or all irregu larities. No bid may be withdrawn until the expiration of ninety (90) days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM, and/or the JOINT VENTURE FORM ("Documentation") as appropriate is received by the City. The award of contract, if made, will be within ninety (90) days after this documentation is received, but in no case will the award be made unti l all the responsibility of the bidder to whom it is proposed to award the contract has been verified . 13 . PAYMENT : The Contractor will receive full payment (minus retainage) from the City for all work for each pay period . Payment of the remaining amount shall be made w ith the final payment, and upon acceptance oftlie project. Rev 3-13 -09 I 4 . ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained on-line on City's Buzzsaw site or by contacting the City Project Manager. Bids that do not acknowledge all applicable addenda may be rejected as non-responsive. 15. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW : A. Workers Compensation Insurance Coverage a. Definitions : Certain of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81 , TWCC-82, TWCC-83 , or TWCC-84), showing statutory worker's compensation insurance co v erage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406 .096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees . This includes, without limitation , independent contractors, subcontractors, leasing companies , motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or toner services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries , and delivery of portable toilets . b. The contractor shall provided coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.01 I (44) or all employees of the contractor providing services on the project, for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d . If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended . e . The contractor shall obtain from each person providing services on a project, and provide to the governmenta l entity: Rev 3-1 3-09 (I) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. f. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter g. The contractor shall notify the governmental entity in writing by certified mail or person al delivery, within ten (10) days after the contractor knew or should have known , of any change that materially affects the provision of coverage of any person providing services on the project. h. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission , informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 1. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas labor Code, Section 401.011 ( 44) for all of its employees providing services on the project, for the duration of the project ; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project ; (3) provide the contractor, prior to the end of the cov erage period , a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project ; (4) obtain from each other person with whom it contracts, and provide to the contractor : (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in wiring by certified mail or personal delivery, within ten ( I 0) days after the person knew or should have known , of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. Rev 3-13-09 -1 j. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts , and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self insured, with the commission's Division of Self- Insurance Regulation . Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. k. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. B . The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules . This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes : "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker "compensation insurance. This includes persons providing, hauling or delivering equipment or materials , or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee". Contact the Texas Workers ' Compensation Commission to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". 16. NON DISCRIMINATION: The contractor shall not discriminate against any person or persons because of sex , race, religion, color , or national origin and shall comply with the provisions of City Ordinance 72 78, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13A-21 through 13A-29), proh ibiting discrimination in employment practices . 17. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any of its officers , members , agents, or employees, will engage in performing this contract, shall , in connection with the employment, advancement or discharge of employees or in connection with the terms , conditions or privileges of their employment, discriminate against person because of their age except on the basis of a bona fide occupational qualification , retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers , members , agents , or employees , or person acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this Contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants it will fully comply with the Policy and will defend , indemnify and hold City harmless against any and all claims or allegations asserted by third parties against City arising out of Rev 3-13-09 Contractor's alleged failure to comply with the above referenced Policy concernmg age discrimination in the performance of this Contract. 18. D I SCRIMINATION DUE TO DISABILITY: In accordance with the prov1s1ons of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or current employees of Contractor. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this Contract. 19 . PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY: a. The contractor will receive payments in proportion to the amount of work accepted in place (less retainage) from the city for each monthly pay period. b . Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable . f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities , or (ii) liquidated damages , city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days . Rev 3-13 -09 iORT .WORJ:R· _, .• . . ... •.:. ' . . . . . City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY . : lf.ttae·totaf dollar,v.aliui:ofth~·ecintraet is''$25;0oo·'.or.-r'riore,-the::MIW8E.' goal ·i$·applicable. -· : : ifthe,totaldollar:•var'oe ,oftt.ie eontriict is··!ess than-$25))00; 1he. M/\NBE-oal :is r.iot'applicable .... POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the CitY's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS The City's M/\,/VBE goal on this project is ll% of the total bid (Baso bid applies to Parks and Community Sorvlcos). COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders ara required to comply with the intent of the City's M/W8E Ordinance by either of the following: 1. Meet or exceed the above stated MIWBE goal, or 2. Good Faith Effort documentation, or, 3. Waiver documentation, or; 4. JointVenture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents!!!!!!! be received by the Managing Department, within the followin for the entire bid to be considered responsive to the specifications. 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: ooening date, exclusive of the bid oi>ening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. stated i:ioal: 3. Good ralth l:ffort and Subcontractor received by S:00 p.m., five (5) City business days after the bid Utilization Fonn, if no MM/BE participation: ooenini:i date. exclusive of the bid ooeniM date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontractinQ/suoolier work: openinQ date, exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City bl.!siness days after the bid to met or exceed aoa!. ocenina date, exclusive of the bid ocenino date. A:.All:tJ~E:T,O.;C()MPl:.Y:,WJT.1:ftT+f.E:,CIT:Y'S ,M/WBE'.,()RDIN'ANCE~WIL£1REStJLT:IN :,.:r,1:1E:BID:BEltllG'CO.NSID~EO: .\.<)'I ":·::.:r::~:•··<<···· \'({ ???::?f t NON:RESPONSIVE 'iiisP.ECIF.iCAflONS::·.-:.: >-·~:: .. -· .··: .'.;, :· ... ;·· ···:'/·:·· .. ·· .:. ::··· .. ·. '· .. ::·' Any questions, please contact the M/WBE Offico at (817) 392-6104. Rev. 11/1/05 ·-- CITY OF FORT WORTH c·oNTRACT COMPLl·ANCE MEMORANDUM THiS:'F,OR:1vFMt.:fsr. BEATT~9fl:ED.TO 'fHE RQUTING''M.&, C"0BEF0RE LAW DEPARTMENTAND CITYMANAGERAPPROVAL To~ Bbyet Departmer,it Dir.ector From: Pattv Wilso.n '\,;{\V V 8509 Extension Date': In' the Amount of -$'5'67,,735~00 '-"----=---"----~-'-'-, , " .... , -,-. \<ty]:. _ ;;··-----,f\,.,__ =---"''r<"----:fi''<,T ·= ~--,,Ap.rd:n C Expans:ion lin:p:rdvem·ents.atMeacham i:nternati,onal Airpcirt . ' . 1" Q'ompJiance )"l'i;fti tli!'e City,'.s M/WBE ha~:,~'.e~ri achieved: ~y, on~ .2J.,t~A followin,g m~tno,<fs: ·;2, . 0w{"rt f ': a~. Conatser C:of1struction TX. LP is in compliance with ft},~' City·~ MN'{§!; Ordinance· by committing· to t2%· M/VVBE particTp.ation. Tbe,i'ity's goal or1 this pr:ojectis t1 %. b). ' ·. ; ' ' ' '' CT .is in' tompJi~'nce withll':lf ~ity's: ly1/WBE00'.rcfir:ianse,~y, comn:i,itting ID' Q%,,MIV\1B~ p'articip'ation anct~otqpiemtipg '9.ci9d,ffaith eftort. .'· . : . ,;:fa .... identified se·v~{a·1 subcontract,ing ;:ind ~upi:>'lie·r, opportunities. However, the MfWBE:s· contacted in the areas identifieq di5:fnot submit the lowes,t bids .. Tht: 4itis gpal on thi~ prof~ct is Q%. c ). .· . . ... /~, in compl(~(n~e with :Qity'.s· M{VV~E Ordinapce l?Y f' . 'I-. -ff· ' r·· h pi.~. ,. •• 'I •,, '&.,(• ,~, ·'·" 't''· '" n'Oba . i?lfo}~ · ort. , · e 01t¥·s go·a on,t,i1s proJe.c 1s _!:!.tQ.;_ ,· ,., . Ni' :3'':i~ ' ~ ;{.:.>;;/ d}. · . . is· in compliance with City's M/WBE Orcliiri.ance by s.wb/tlissioh of the 'prirnE!contrac;tor'wahter form. The C.ity's go~(or;i this P[Oje¢t i$ Q,%. ATTACHMENT 1A Page 1 of 4 FORT WORTH ---..----City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime CoT'lC(t~e r CoY) st-rr.,u;t, O"Y'l ,x, 1--P I M/W/DBE I~ PROJECT NAME: Ap r-on C., f..t-pti.n5iOY"'\ NON-M/W/DBE A; Y\JD'<t:: BID DATE mwcha W1 Tn+erry;t+!onxt I~/ oa.J d1.0J D City's M/WBE Project Goal: Prime 's M/WBE Project Utilization: PROJECT NUMBER I I % /;) .05 % 1'51~ Identify fill subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation , and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening , exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule , conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant , Parker, Johnson , Collin , Dallas , Denton , Ellis , Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor , i.e., a direct payment from the prime contractor to a subcontractor is considered 1 st tier, a payment by a subcontractor to its supplier is considered 2"d tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms , located or doing business at the time of bid opening with in the Marketplace , that have been determ ined to be bonafide minority or women bus inesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business Enterprise (DBE) is synonymous w ith Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators , but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease aQreement. Rev . 5/30 /03 fORTWORTH -..,-.-- ATTACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors /suppliers, regardless of status ; i.e ., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary . Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T E A ROBERT GRANADOS TRUCKING 1ru.c.:Ki] 'i" tfu.vd O ~ $ oo q,JOO· 5412 Kingslink Circle S.ur~1u& Fort Worth, Texas 76135 I I., (817) 237-3520 V C or'\c.. r-e. + e. COWTOWN RED I-MIX (eel~ Mix ¢ CJJf, ~D.60 PO Box 162327 ,./ Fort Worth, Texas 76161 I v V (8] 7)759-] 919 f (817) 759-1 7] 6 RINKER MATERIALS I/ $}1100 ,00 PO Box 730197 V I Dallas, Texas 753 73 -0197 I (8 17) 491-4321 ~V) l,0Je5 Re v. 5/30 /03 l . I l FORTWORTH --..,...--- ATTAC H M ENT 1A Page 3 of 4 Prim es are required to ide nt ify ALL su bcontracto rs/sup pli e rs , re g ard less of status ; i.e ., Minority, Wome n and non-M/WBEs . Please list M/WBE firms fi rst, use addition a l sheets if nece ss ary . Certification N (che ck one ) 0 SUBCONTRACTOR/SUPPLIER T n Company Name i N T Deta il Detail C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D Vii Telephone/Fax r B B R 0 B E E C T E A Rev. 5/30 /03 I FORT WORTH ~ Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ $ ATTACHMENT 1A Page 4 of 4 J() r"Joo .DV I I,'-/ 00, (JU TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 7J,IOO·DD The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition . Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offerer further agrees to provide , directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid . The Offerer also agrees to allow an audit and/or examination of any books, records and files held by their company . The bidder agrees to allow the transmission of interviews with owners, principals , officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentiona l and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal , State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offerer and barred from participating in City work for a period of time not less than one (1) year. Title (1 na:\S~~ (1Yl7IY1,c,t is oo=r)( l ,f --Sontact Name/Title (if different)~ -1 h D 11 e.__ I-' CM( ?;/7-'5~4 ..-(7l./3 ~l7-53<.J J <:.j65(o Telephone and/or Fax Company Name l :Po~" isvy&: Address \ ail Add ss bott lAb-< th TX 1 .)._ ) o c)-) :)o I o City/State/Zip 1 Date Rev . 5/30 /03 FORT WORTH "-, . .,. City of Fort Worth Prime Contractor Waiver Form ATTACHMENT 18 Page 1 of 1 PRIME COMPANY NAME: Check applicable block to describe prime PROJECT NAME: I M/W/DBE I I NON-M/W/DBE BID DATE City 's M/WBE Project Goal: PROJECT NUMBER % If both answers to this form are YES , do not complete ATTACHMENT 1C(Good Faith Effort Form ). All questions on this form must be completed and a detailed explanation provided , if applicable . If the answer to either question is NO , then you must complete ATTACHMENT 1C. This form is only applicable if b.oth answers are yes . Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00 p.m., five (5) City business days after bid opening, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes , please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes , please provide a detailed explanation that proves based on the size and scope of th is project , this is your normal business practice and provide an inventory profile of your business . NO The bidder further agrees to provide , directly to the City upon request , complete and accurate information regarding actual work performed by all subcontractors , including M/WBE(s) on this contract , the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid . The bidder also agrees to allow an audit and/or examination of any books , records and files held by their company that will substantiate the actual work performed by the M/WBEs on th is contract , by an authorized officer or employee of the City . Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal , State or Local laws concerning false statements . Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year . Authorized Signature Printed Signature Titl e Contact Name (if different) Company Name Ph one Numbe r Fa x Number Address Email Address City/State /Zip Date Rev . 5/30/03 ATTACHMENT 1B Page 2 of 1 Rev . 5/30/03 F ORT WORT H '-, . PRIME COMPANY NAME: PROJECT NAME: City's M/WBE Project Goa l: % City of Fort Worth Good Faith Effort Form I PROJECT NUMBER ATTACHMENT 1C Page 1 of 3 Check applicable block to describe pr ime I M/W/DBE I I NON-M/W/DBE BID DATE If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your DBE participation Is less than the City's project goal, you must complete this form . If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, In Its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p .m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this project, regardless of whether It Is to be provided by a M/WBE or non-M/WBE. {DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2"0 tier . ....--~---------___,_(U_s_e_adrjitional sheets, i f necessary) list of Subcontracting Opportunities List of Supplier Opportunities -----------------,------· ~, . .,, I 1 ~---··------------- 1 Rev. 05/30/03 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the b i d open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. __ Yes __ No Date of Listing __ / ___ / __ 3.) Did you solicit bids from M/WBE firms, within the subcontracti ng and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclus ive of the day the bids are opened? __ Yes {If yes , attach M/WBE mail li sting to i nclude name of firm and address and a dated copy of letter mailed.) __ No 4 .) Did you solicit bids from M/WBE firms , within the subcontracting and/or suppl ier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? __ Yes (If yes , attach l ist to incl ude .!1i.!!!.! of M/WBE firm, person contacted, phone number and date and~ of contact.) __ No NOTE: A facsi mile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile Is used, attach the fax confirmation, which Is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be In compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontr acting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (213) of the list within such area of opportunity, but not less than ten to be In compliance w ith questions 3 and 4. 5 .) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications i n order to assist the M/WBEs? __ Yes __ No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspecti on of any relevant documentation by City personnel. (Please use additional sheets, if necessary, and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection Rev. 05/30/03 ' 1 ADDITIONAL INFORMATION : ATTACHMENT1C Page 3 of 3 Please provide additional information you feel will further ex plai n your good and honest efforts to obtain MIWBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal , State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Authorized Signature Printed Signature Title Contact Name and Title (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev . 05/30/03 FORT WORTH • CITY OF FORT WORTH Joint Venture Eligibility Form All questions must be a11swered; use "NA" if applicable. Joint Venture Page 1 of 3 Name of City project:----------------------------------- A Joi nt venture form must be completed on each project RFP.•Bid/Purchasing Number: ------------- 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If app licable) Telephone: Facsimile : E-mail address : Cellular : Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is r equired to provide deta iled explanations of work to be performed by each firm comprising the ioint venture M/WBE firm I Non -M/WBE I name: firm name: Business Address : Busine ss Addre ss. City, State. Zi p City. State . Ztp Telephone Facsimile [-mail Telephone Facs imile Cellular Cellular Certification Status: E-mail addres s Name of Certifying Agency: 2 S f k cope o wor per orme db h J' tV t 1y t e om en ure: Describe the scone of work of the M/WBE: Describe the scope of work of the non-M/WBE: Rev . 5/30/03 Joint Venture Page 2 of 3 3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted to ward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: {Do no/ complete if this i11.forma1ion is described in joinl ven111re agreement) Profit an d loss sharing: Capital contributions, including equipment: O th er a pplicable ownership interests: 6. Identify by name, race, sex and firm those ind ividuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (lo include Account Payable and Receivable): Management decisi on s: a . Estim ati ng - b. Marketing and Sa les c. Hiring and Firing of management personnel d . Purchasing of major equ ipment and/or supplies Supervision of field operations The C ity's Minority and Women Business Enterprise Offic e will review your joint venture submiss ion and will have final approval of the M/WBE percentage applied toward the goal for the proj ect li sted on this form . NOTE: From and after the date of project award , if any of the participants, the individ ually defined scopes of work or the dollar amounts/percentages change from t he orig inally approved information , then the participants must inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may resu lt in debarment in accord with the procedures outlined in the City 's M/WBE Ord inance . Rev . 5/30/03 -... -, Joint Venture p 3 aoe of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture . Furthennore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilit ie s and payments herein. The City also reserves the right to request any additional information deemed necessary to detennine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the elig ibility process. The undersigned agree to permit audits , interviews with owners and examination of the books , records and files of the joint venture by any authorized representatives of the City of Fon Wonh. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or wi II ful misrepr~Sef!~_a_~i~.n.. ~f fa~ts. -----... . .... ---. ---·-···--. Name ofM.WBE firm Name ofnon-M 'WBE firm Pnnted Name of Owner Prmted Name of Owner Sig nature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of On this __________ County of _______________ _ ________ day of ________ , 20 _, before me appeared and __________________ _ to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed . Notary Public------------------------ Print Name Notary Public------------------------ Signature Commission Expires------------------------(seal) Rev. 5/30/03 PROPOS A L TO: The Purchasing Department City of Fo rt Worth , Texas FOR : Apro n C Expansion Meachan lnter~atinal Airport Item I City P roject No.: 1573 Pursuant to the foregoing "Notice to Bidders," the undersigned has examined the plans , specifications and the site , understands the amount of work to be done , and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to full y complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director, Water Department of the City of Fort Worth . Ifrequired by this project, Contractor must be pre-qualified in accordance with the projects sponsoring Departments of the City of Fort Worth requirements. Upon acceptance of this Proposal by the City Council and required by this project, the bidder is bound to execute a contract and furnish Performance, Maintenance Bond for the water replacement contract only, and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated for the fo ll owing sums, to wit: Total quantities given in the bid proposal may not reflect actual quantities, by represent the best accuracy based on a reasonable effort of investigation ; however, they ar e given for the purpose of bidding on and awar ding th e contract. Special Note: All contractors_are advised that one contract will be awarded to the lowest combined bid for all Units/Sections . Qty Unit Description Unlt W rittten & Numeric P rice Price I LS Mobili z ation at ;:;·ff.. I{_-,E_,·,a. tA oc.cs c.1td DO LLAR S t and #0 CENTS $ ss; I/JI) ,,o 2 325 LF Silt Fence a t f 6 rte DOLLARS and ,11/0 C ENTS $ 3. ~o 3 1,240 SY Demolition at -1'111eL11t. DO LLA RS and A/0 CENTS $ /.2. 0 r, 4 1 EA Removal oflnlet Structure at F; tt etn hyn Jrf/ DO LLA RS and #0 CENTS $ l soo."' Fort Worth , Texas Total Price $ S£,o.oo.. 0 $ ~ 2S". 0 0 1'1 ea1J. 00 $ $ l C,0 • s..o.o.. Project No . 1573 Jacobs No. W FXK2500 Apron C Im provem ents Meacham International Airpo rt P-1 Item Q ty Unit Description Unit Total W rittten & N umeric Pri ce Price Price 5 6,7 17 SY I O" Cement Treated Sub grade -per squ are yard (SY) at ~; )( DOLLARS 1$ 40~ 3()2 .•• and .NO CENTS $ (,. 00 6 30 1 SY 6" Rein force d Concrete Pavement at l=i£t:.'I-DOLLARS 1$ IS~ OSO '0 and A/0 CEN TS $ s (). 00 7 6,717 SY I O" Rei n fo rced Con crete Pavement at S_ixt'i--four DOLLARS 1$o/.29 IS~ c,o and 111'0 CENTS $ ~ f. o• 8 1,6 30 SF Airfield Pavemment Mark ings at ~()_ DOLLARS 2. "0 1$ an d .,,to CENTS $ 3 J..(.0. 00 9 248 LF 18" Class III RCP at ~i~t.'1-DOLLARS and N°O CENTS $ ,o."o $ l'f 8<to . o• 10 I EA Type 'S' Manhole EA at £;£teen h.1.J.;Jr tl DOLLARS and NO CENTS $ l,sn,-,,00 $ J,500!' I I I EA Type "A" In let EA at .,,.-w_,_11. f "t--t:,t. A11..11d,,J DOLLARS and /110 CENTS $ .l..Soo. •• $ 2.~lll>.0 • 12 8 EA Demo Light Base, Complete at o..n t t no.u.ifi!.(J J DOLLARS 1$ and NO CENTS $ J flfltJ.°o 8 ooo.•' 0 0 TOT AL I ITEMS I THROUGH 12 = $ SR1. 7.35. 00 at h"r., hu,drt/e.,,-Mr..-sevtn iho~iwr"' j_(vt11 ~u11J,eelt~1ttJ.-ffi'rJt LARS Proj ect No . 1573 Jacobs No . WFXK 2500 and .,V() P-2 CENTS A pron C Improvements Me acham International Airport ... 0 0 Within ten (10 ) days after notification by the City of Fort Worth , the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents , for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas , in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby . If as a requirement of this project, the undersigned bidder certifies that they have been furnished at least one set of the General Contract Documents and General or Special Specifications for Projects , and that they have thoroughly read and completely understand all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assured that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction with ten (10) calendar days after issue of the work order and to complete the contract within 120 days after beginning construction as set forth in the written work order to be furnished by the Owner. (Check One Box and complete, as applicable) D The principal place of business of our company is in the State of ______ _ 1. Nonresident bidders in the State of , our principal place of business , are required to be __ percent lower than resident bidders by state law. A copy of the statute is attached. 2 . Nonresident bidders in the State of , our principal place of business , are not required to underbid resident bidders. ~ The principal place of business of our company or our parent company or majority owner is in the State of Texas . Receip t is acknowledged of the following adde da : City Project No .1399-3 Jacobs No . WFXJ2400 P-5 Respectfu~ ~ Title: .ltrrv C'o,111fsu. hes,/e,,t r • Address: P.o. Bo,<ISY 1./a' Fort Wort/... TX 7/tJI L 9 • Date : / J.-/ 0 J...../;}. r I Grading and Strom Drainage Improvements Meacham International Airport VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders . This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction , improvements, supp lies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amo unt that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located . The appropriate blanks in Section A must be filled out by all out-of-state or nonresident bidders in order for your bid to meet specifica tions . The failure of out-of-state or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A . Nonresident vendors in (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Nonresident vendors in (give State), our principal place of business , are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas. l:s3"' BIDDER: Con a 'tser Lons fru d,'on Tl; l.l~ By :_~~~"~"~v__..,C-o ..... t'l ... a ..... t=s=~-'--r _____ _ Company '(Please print) P,o. 8ox IS'f'te Address £act Worth, TJ: 7&;119 City /State/Zip Signature u~ / T itle: ?resr'du t (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION City Project No.13 99-3 Jacob s No. WFX J2400 P-6 Gradi ng and Stro m Dra inage Impro vement s Meacham Int ern ation al A irport SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR: Apron C Expansion at Meacham Airport PAVING AND STORM DRAINAGE CITY PROJECT NO .: 1573 SCOPE OF WORK : The work covered by these plans and specifications consist of the following : 1240 SY of pavement removal, 248 LF of storm drain pipes, 7000 SY of concrete pavement and all other miscellaneous items of construction to be performed as outlined in the plans and specifications which are necessary to satisfactorily complete the work . 1. AWARD OF CONTRACT: Bidders are hereby informed that the Director of the Transportation and Public Works Department reserves the right to evaluate and recommend to the C ity Council the best b id that is considered to be in the best interest of the City . 2. PRECONSTRUCTION CONFERENCE : The successful Contractor , Design Consultant, and City shall meet at the call of the City for a preconstruction conference before any work begins on this project. At this time , details of sequencing of the work , contact individuals for each party, request for survey, and pay requests w ill be covered . Prior to the meeting , the Contractor shall prepare schedu les showing the sequencing and progress of their work and its effect on others . A fina l compos ite schedule will be prepared during this conference to allow an orderly sequence of project construction. 3. EXAMINATION OF SITE : It shall be the responsib ility of the prospective bidder to vis it t he project site and make such examinations and explorations as may be necessary to determine all conditions that may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and dispos ition of all materials to be removed . Proper cons ideration should be given to these detai ls during preparation of the Proposal and all unusual cond itions that may give rise to later contingencies should be brought to the attention of t he City prior to the submission of the Proposal. 4 . BID SUBMITTAL: Bidders shall submit a complete package, including ALL completed forms that must be submitted with the Proposal (includ ing Vendor Compliance to State Law. Failure to provide a complete bid package may be grounds for designating bids as "non-responsive n and rejecting bids as appropriate and as deter mi ned by the Director of the Transportation and Public Works Department. 5. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor at h is own expense . C ity of Fo rt Worth, Texas Sp ecial Provisions For Street and Storm Drain Im prove me nts PMO Release Date : 0 712 8/2010 Page SP-I of I 5 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 6. SANITARY FACILITIES FOR WORKERS : The Contractor shall provide all necessary conveniences for the use of workers at the project site . Specific attention is directed to this equipment. 7. PAYMENT: The Contractor shall receive full payment from the City for all the work based on unit prices bid on the proposal and specified in the plans and specifications and approved by the ENGINEER per actual field measurement. 8. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirement for the projects , such as conditions imposed by the Plans , the General Contract Documents or these special Contract Documents , in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work , the cost of which shall be included in the price bid in the Proposal for each bid item , including but not limited to surface restoration cleanup and relocation of mailboxes . All objectionable matter required to be removed from within the right-of-way and not particularly described under these specifications shall be covered by Item No. 102 "Clearing and Grubbing " and shall be subsidiary to the other items of the contract. 9. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC : The Contractor's particular attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain Construction". 10 . WAGE RATES: Compliance with and Enforcement of Prevailing Wage Laws Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Counc il of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents . Penalty for Violation . A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258 .023 . Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258 .023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred . The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination . Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 071281201 O Page SP-2 of 15 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS wages due under the prevailing wage rates , such amounts being subtracted from successive progress payments pending a final determination of the violation . Arbitratio n Required if V iolation Not Resolved. An issue relating to an alleged violation of Section 2258 .023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitrat ion in accordance with the Texas General Arbitration Act (Article 224 et seq ., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons requ ired to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required , a district court shall appoint an arbitrator on the petit ion of any of the persons . The City is not a party in the arbitration . The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. Records to be Maintained. The contractor and each subcontractor shall. for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City . The provisions of the Audit section of these contract documents shall pertain to this inspection. Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied w ith the requirements of Chapter 2258 , Texas Government Code. Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above . (Wage rates are attached at the end of this section.) 11 . EXISTING UTILITIES: The locations and dimensions shown on the plans relative to existing utilities are based on the best information available. It shall be the Contractor's responsibility to verify location of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as are necessary in the construction process in order to provide adequate clearance . The Contractor shall take all necessary precautions in order to protect all services encountered . Any damage to utilities and any losses to the utility or City due to disruption of service resulting from the Contractor's operations shall be at the Contractor's expense. City of Fort Worth , Texas Special Provisions For Street and Storm Drai n Improvements PMO Release Date: 07/28/2010 Page SP-3 of 15 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 12 . PARKWAY CONSTRUCTION : (Not Used) 13 . MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has obtained permission in writing from the property owner and storage of material on the private property complies with current City zoning requirements for the use of property for storage purposes. 15 . PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS : The Contractor shall take adequate measures to protect all existing structures , improvements and utilities , which may be encountered . The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City or the Design Consultant to be accurate as to extent, location and depth, they are shown on the plans as the best info rmation available at the time of design , from the Owners of the utilities involved and from evidences found on the ground . 16 . INCREASE OR DECREASE JN QUANTITIES : The quantities shown in the Proposal are approximate. It is the Contractor's sole responsib ility to verify all the minor pay item quantities prior to submitting a bid . No additional compensation shall be paid to Contractor for errors in the quantities. Final payment will be based upon field measurements. The City reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents . No allowance will be made for any changes in antic ipated profits or shall such changes be considered as wa iving or invalidating any conditions or provisions of the Contract Documents . Variations in quantities of storm drain pipes in depth categories shall be interpreted herein as applying to the overall quantities of storm drain pipe in each pipe size but not to the various depth categories. 17. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants and agrees to indemnify City's Design Engineer and Architect, and their personnel at the project site for Contractor's sole negligence . In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and emp loyees , from and against any and all cla ims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and serv ices to be performed hereunder by Contractor, its officers, agents, employees , subcontractors , licensees or invitees , whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City's officers, servants and employees and any damage , loss or destruction to property of the City arising from the performance of any of the terms and condit ions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of City, its officers, servants or employees. In the event City receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) subm its to City satisfactory evidence that the claim has been settled and/or a City of Fort Wortn . Texas Special Provisions For Street and Storm Drain Improvements PMO Re lease Date: 07/28/2010 Page SP-4 of 15 SPECIAL PROVISIONS FOR STREET ANO STORM DRAIN IMPROVEMENTS release fro m the claimant involved , or (b) provides City with a letter from Contractor's liab il ity insurance ca rrier that the claim has been referred to the ins urance carrier. The Director may , if deemed appropriate , refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a cla im for damages is outstand ing as a result of work performed under a City Contract. 18 . EQUAL EMPLOYMENT PROVISIONS : Contractor shall comply w ith City Ordinance Number 7278 as amended by City Ord inance Number 7400 (Fort Worth City Code Sections 13 -A-21 through 12-A-29) proh ibiting discrimination in emp loyments practices . The Contractor shall post the requ ired notice to that effect on the project site , and at his request, will be provided by assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on fi le in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. 19 . MINORITY AND WOMEN BUSINESS ENTERPR ISE (M/WBE ) COMPLIANCE: In accordance with City of Fort Worth Ordinance No . 15530 , the City has goals for the participation of minority business enterprises and women business enterprises in City contracts . The Ord inance is incorporated in these specifications by reference . A copy of the Ordinance may be obtained from the Office of the C ity Secretary. Failure to comp ly with the ordinance shall be a material breach of contract. M/WBE UTILIZATION FORM, MM'BE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM , as applicable , must be submitted within five (5) City business days after bid opening . Failure to comply shall render the bid non-responsive. Upon request. Contractor agrees to provide the City complete and accurate information regarding actual work performed by a Minority or Women Business Enterprise (M/WBE) on the contract and payment thereof. Contractor further agrees to permit an audit and/or exam ination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of acts (other than a negligent misrepresentation) and /or the commission fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal , state , or local laws or ordinances relating to false statement. Further, any such misrepresentation (other than a negl igent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating i n City work for a period of time not less than three years . The City will consider the Contractor's performance regarding its M/WBE program in the evaluation of bids. Failure to comply with the City's M/WBE Ordinance, or to demonstrate "good faith effort", shall result in a bid being rende red non-responsive to specifications . Contractor shall provide copies of subcontracts or co-signed letters of intent with approved M/WBE subcontractors prior to issuance of the Notice to Proceed. Contractor shall also provide monthly reports on utilization of the subcontracto rs to the City's MM'BE office . The Contractor may count first and second tier subcontractors and/or suppliers toward meeting the goals . The Contractor may count toward its goal a portion of the total dollar City of Fort Worth . Texas Special Provisions For Street and Stonn Drain Improvements PMO Release Da te: 07/28/2010 Page SP-5 of 15 l SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS amount of the contract with a joint venture equal to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed . All M/WBE Contractors used in meeting the goals must be certified prior to the award of the Contract. The M/WBE Contractor(s) must be certified by either the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TxDOT), Highway Division and must be located in the nine (9) county marketplace or currently doing business in the marketplace at time of bid . The Contractor shall contact all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith effort forms as applicable. Failure to contact the listed M/WBE subcontractor or supplier prior to bid opening may result in the rejection of bid as non- responsive . Whenever a change order affects the work of an M/WBE subcontractor or supplier , the M/WBE shall be given an opportunity to perform the work . Whenever a change order exceeds 10% of the original contract, the M/WBE coordinator shall determine the goals applicable to the work to be performed under the change order. During the term of the contract the contract shall: 1. Make no unjustified changes or deletions in its M/WBE participation commitments submitted with or subsequent to the bid, and , 2. If substantial subcontracting and/or substantial supplier opportunities arise during the term of the contract which the Contractor had represented he would perform with his forces, the Contractor shall notify the City before subcontracts or purchase orders are let, and shall be required to comply with modifications to goals as determined by the City, and, 3. Submit a REQUEST FOR APPROVAL OF CHANGE FORM, if the Contractor desires to change or delete any of the M/WBE subcontractors or suppliers . Justification for change may be granted for the following: a. Failure of Subcontractor to provide evidence of coverage by Worker's Compensation Insurance . b. Failure of Subcontractor to provide required general liability of other insurance . c. Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his M/WBE Participation plan. d. Default by the M/WBE subcontractor or supplier in the performance of the subcontractor. Within ten ( 10) days after final payment from the City, the Contractor shall provide the M/WBE Office with documentation to reflect final ·participation of each subcontractor and supplier used on the project, inclusive of M/WBEs. 20. FINAL CLEAN-UP : Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been completed . No more than seven days shall elapse City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07128/2010 Page SP-6 of 15 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS after completion of construction before the roadway and R.OW. is cleaned up to the sat isfaction of the ENGINEER. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City or its representative . Th is cleanup shall include removal of all objectionable rocks , pieces of asphalt or concrete and other construct ion materials, and in general restor ing the worksite to an orderly appearance . 21 . CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a. DEFINITIONS : b. Certification of coverage ("Certificate"). A copy of a certificate of insurance, a cert ificate of authority to self-insure issued by the comm ission, or a coverage agreement (TWCC- 81 , TWCC-82, TWCC -83 , OR TWCC-84), showing statutory workers' compensat ion insurance coverage for the person's or entity 's employees providing services on a project, for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons provid ing services on the project ("subcontractor" in §406 .096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person con t racted directly with the Contractor and regardless of whether that person has emp loyees. This includes, without limitation, independent Contractors , subcontractors , leasing companies, motor carriers, City-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without lim itation, providing, hauling , or delivering equipment or materials , or providing labor, transportation, or other serv ices related to a project. "Serv ices" does not include activities unrelated to the project, such as food/beverage vendors , office supply deliveries , and delivery of portable toilets. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements , which meets the statutory requirements of Texas Labor Code , Section 401 .011 (44) or all employees of the Contractor providing services on the project, for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project , the Contractor must , pr ior to the end of the coverage period , file a new certificate of coverage with the governmental entity showing that coverage has been extended. e . The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity : (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental ent ity will have on file certificates of City of Fort Worth, Texas Special Provision s For Street and Storm Dra in Improvements PMO Release Date : 07/2812 01 O Page SP -7 of 15 -T -1 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. f . The Contractor shal l retain all required certificates of coverage for the duration of the project and for one year thereafter. g. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, with i n ten (10) days after the Contractor knew or should have known, or any change that materially affects the provision of coverage of any person providing services on the project. h. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. i. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to : (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 .011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage show i ng extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain form each other person with whom it contracts , and prov ide to the Contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; City of Fort Worth . Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date: 07/28/2010 Page SP-8 of 15 j . k. B. SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS (c) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (d) notify the governmental entity in writing by certified ma il or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project ; and (e) contractually require each person with whom it contracts, to perform as required by paragraphs (1)-(7), with the certificates of coverage to be provided to the person for whom they are providing services. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with appropriate insurance carrier or, in the case of a self-insured , with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative, criminal, civil penalties or other civil actions . The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten day after receipt of notice of breach from the governmental entity. The Contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the Worker population . The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker's compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or othe r service related to the project, regardless of the identify of their employer or status as an employee ." Call the Texas Worker's Compensation Commission at 512-463-3642 to receive information on the legal requirement for coverage, to verify whether C ity of Fort Worth , Texas Special Provisions For Street and Storm Orein Improvements PMO Re lease Date: 07/2812010 Page SP-9 of 15 1 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS your employer has provided the required coverage , or to report an employer's failure to provide coverage". 22 . SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that the City believes necessary to procure a sat isfactory project. No substitutions will be perm itted until the Contractor has received wr itten permission of the ENGINEER to make a substitution for the material that has been specified. Where the term "or equal", or "or approved equal " is used, it is understood that if a mater ial , product, or piece of equipment bearing the name so used is furnished, it w ill be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City . If a product of any other name is proposed, the substitution must be approved by the City . Where the term "or equal", or "approved equal" is not used in the specifications , this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose . However, the Contractor shall have the full responsibility of providing that the proposed substitution is, in fact, equal, and the ENGINEER, as the representative of the City, shall be the sole judge of the acceptability of substitutions . The provisions of the sub-section as related to "substitutions" shall be applicable to all sections of these specifications. 23. MECHANICS AND MATERIALMEN'S LIEN: The Contractor shall be required to execute a release of mechanics and materialmen's liens upon receipt of payment. 24. WORK ORDER DELAY: All utilities and right-of-way are expected to be clear and easements and/or permits obtained.on this project within sixty (60) days of advertisement of this project. The work order for subject project will not be issued until all utilities , right- of-ways, easements and/or permits are cleared or obtained. The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 25 . CALENDAR DAYS: The Contractor agrees to complete the Contract within the allotted number of calendar days . 26. RIGHT TO ABANDON : The City reserves the right to abandon, without obligation to the Contractor, any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City . 27. CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two following published specifications, except as modified by these Special Provisions: STANDARD SPECIF/CA T/ONS FOR STREET AND STORM DRAIN CONSTRUCT/ON CITY OF FORT WORTH STANDARD SPECIF/CATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the Office of the Department of Transportation and Public Works , 1000 Throckmorton Street, 2"d Floor, Municipal Building, Fort Worth, ·Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item by the ENGINEER. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. City of Fort Worth. Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/281201 O Page SP-IO of 15 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS NOTE TO CONSULT ANTS AND CITY PM -REFERENCE APPROPRIATE SECTION OF BLUE BOOK OR NCTCOG FOR EVERY PAY ITEM (IN THE PROPOSAL) AND OTHER NON-PAY ITEMS 28. MAINTENANCE STATEMENT: The Contractor shall be respons ible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project and w ill be required to replace at his expense any part or all of the project which becomes defective due to these causes . 29 . DELAYS : The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the fa ilure of the City to provide information or material , if any, which is to be furnished by the City . When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Director of the Transportation and Public Works Department and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the ENGINEER to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council ; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 30. DETOURS AND BARRICADES : The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area . Contractor shall protect construction as required by ENGINEER by providing barricades. Barricades , warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs," Item 524 and/or as shown on the plans. Construction signing and barricades shall conform with the latest version of the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways" 31 . DISPOSAL OF SPOIUFILL MATERIAL : Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the Department of Transportation and Public Works acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit A flood plain permit can be issued upon approval of necessary engineering stud ies. No fill permit is required if disposal sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain fill Permit authorizing fill within the flood plain . Any expenses associated with obtaining the fill permit, including any necessary engineering studies , shall be at the Contractor's expense . In the event that the Contractor disposes of spoil/fill materials at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-I I of 15 ---. ----------------------- SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Transportation and Public Works , Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section . 32 . QUALITY CONTROL TESTING : (a) The Contractor shall furnish, at its own expense, certificat ions by a private laboratory for all materials proposed to be used on the project , including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The Contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto . (b) Tests of the design concrete mix shall be made by the Contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. (c) Quality control testing of on site material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the Contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the Contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. (d) Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item be ing tested. (e) The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 33 . PROPERTY ACCESS : Access to adjacent property shall be maintained at all times unless otherwise directed by the ENGINEER. 34 . SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (a) A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus . The warning sign shall read as follows : "WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES ." City of Fort Worth , Texas Special Provisions For Street and Stenn Drain Improvements Pt.AO Release Date: 07/28/2010 Page SP-]2 of ]5 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS (b) Equipment that may be operated w ithin ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm , except back hoes or dippers and insulator links on the lift hood connections . (c) When necessary to work within six feet of high voltage electric lines , not ification shall be g iven the power company which w il l e rect temporary mechanical barriers , de- energ ize the li ne or raise or lower the line . The work done by the power company shall not be at the expense of the City of Fort Worth . The notifying department shall mainta in an accurate log of all such calls to the power company and shall record act ion taken in each case . (d) The Contractor is required to make arrangements with the power company for the temporary relocation or rais ing of high voltage lines at the Contractor's sole cost and expense . (e) No person shall work w ithin six feet of a high voltage li ne without protection hav ing been taken as outlined in Paragraph (c). 35. WATER DEPARTMENT PRE-QUALIFICATIONS: Any Contractor perform ing any work on Fort Worth water or san itary sewer facil ities must be pre-qualified with the Water Department to perform such work in acco rdance with procedures described in the current Fort Worth Water Department Genera l Specifications wh ich general specifications shall govern performance of all such work . 36. RIGHT TO AUDIT: (a) Contractor agrees that the City shall , until the expiration of three (3) years after fina l payment under this contract have access to and the right to examine and photocopy any directly pertinent books , documents , papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section . The City shall give Contractor reasonable advance notice of intended audits . (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, under the expiration of three (3) years after final payment under the subcontract , have access to and the right to examine and photocopy any directly pertinent books , documents , papers and records of such subcontractor involving transactions to the subcontract and further, that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provis ions of this article together with subsection (c) hereof. City shall give subcontractor reasonable advance notice of intended audits. (c) Contractor and subcont ractor agree to photocopy such documents as may be requested by the City . The City agrees to reimburse Contractor for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed . 37 . CONSTRUCTION STAKES : (Not Used) City of Fort Worth, Texas Specia l Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-13 of 15 . .., SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 38 . LOCATION OF NEW WALKS AND DRIVEWAYS : (Not Used) 39 . EARLY WARN ING SYSTEM FOR CONSTRUCT ION : Time is of the essence in the completion of this contract. In order to insure that the Contractor is responsive when notified of unsatisfactory performance and/or of failure to main tain the contract schedule, the following process shall be applicab le: The work progress on all construction projects will be close ly monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract . If the amount of work performed by the Contractor is less than the percentage of time allowed by 20% or more ( example : 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken : 1. A letter w ill be mailed to the Contractor by certified mail , return receipt requested demand ing that, within 10 days f rom the date that the letter is received, it provide suffic ient equipment, materials and labor to ensure completion of the work within the contract t ime. In the event the Contractor receives such a letter, the Contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time . 2. The Project Manager and the Directors of the Department of Transportation and Public Works and the Water Department will be made aware of the situation . If necessary, the City Manager's Office and the appropriate city council members may also be informed . 3 . Any notice that may, in the City's sole discretion, be required to be provided to interested ind ividuals will distributed by the Transportation and Public Works Department's Pub lic Information Officer. 4 . Upon receipt of the Contractor's response , the appropriate City departments and directors will be notified. The Transportation and Public Works Department will, if necessary , then forward updated notices to the interested individuals . 5. If the Contractor fails to prov ide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately . 40 . AIR POLLUTION WATCH DAYS : The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically , the OZONE SEASON , within the Metroplex area , runs from May 1 through OCTOBER 31 , with 6:00 a.m. -10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION . The Texas Commission on Environmental Quality (TCEQ}, in coordination with the National Weather Serv ice, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated A ir Pollution Watch Days , the C ity of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07128/2010 Page SP-14 of I 5 SPECIAL PROVISIONS FOR STREET ANO STORM DRAIN IMPROVEMENTS Contractor shall bear the responsibility of being aware that such days have been designated A ir Pollution Watch Days and as such shall not begin work until 10:00 a.m . whenever construct ion phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour , or if equipment is new and certified by EPA as "Low Emitting ", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions , or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. -6 :00 p.m., on a designated Air Pollution Watch Day , the calendar days allowed may be adjusted . City of Fort Worth , Texas Special Provis ions For Street and Storm Drain Improvements PMO Release Date: 07 /28/2010 Page SP-15 of 15 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 7/8/2008 DATE: Tuesday, July 08, 2008 LOG NAME: 30WAGE RA TES SUBJECT: REFERENCE NO.: **G-16190 Adopt 2008 Prevailing Wage Rates for City-Awarded Public-Works Projects RECOMMENDATION: It is recommended that the City Council adopt the attached 2008 Prevailing Wage Rates for City-awarded public works projects. DISCUSSION: Texas Government Code Chapter 2258 requires that a public body awarding a contract for public works shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to execute the contract, and shall specify In the bid documents and in the contract the prevailing wage rates in that locality. Each year The Quoin Chapter of the Associated General Contractors, in conjunction with the Association of Builders and Contractors (ABC) and the American Sub-Contractors Association (ASA), conducts a wage rate survey for North Texas construction. The attached 2008 Prevailing Wage Rate data was compiled from that survey . FISCAL INFORMATIONfCERTIFICATION: The Finance Director certifies that this action will have no material effect on City funds. TO Fund/Account/Centers Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: FROM FundfAccount/Centers Fernando Costa (8476) A. Douglas Rademaker (6157) Eric Bundy (7598) HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Tool Operator Asohalt Distributor Operator Asphal t Paving Machine Operator AsohaJt Raker AsphaJt Shoveler Batching Plant Wei2her Broom or Sweeper Operator Bulldozer Ooerator Carpenter Concrete Finisher, Paving Concrete Finisher, Structures Concrete Paving Curbing Machine Operator Concrete Paving Finishing Machine Ooerator Concrete Paving Joint Sealer Operator Concrete paving Saw Operator Concrete Paving Spreader Operator Concrete Rubber Crane, Clamshell , Backhoe, Derrick, Dragline, Shovel Operator Electrician Fla!!l1'er Fonn Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Ooerator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator Laborer, Common Laborer, Utility Mechanic Milling Machine Operator, Fine Grade Mixer Operator Motor Grader Operator, Fine Grade Motor Grader Ooerator, Rom•h Oiler Painter, Structures Pavement Marking Machine Operator PiPelaver Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Roller Operator Pneumatic, Self-Propelled Roller Ooerator, Steel Wheel, Flat Wheelrramoin2 Roller Operator, Steel Wheel, Plant Mix Pavement Scraoer Ooerator Servicer Slip Form Machine Operator Spreader Box Operator Tractor Operator, Crawler Type Tractor Operator, Pneumatic Traveling Mixer Operator Truck Driver. Lowbov-Float Truck Driver, Single Axle, Heavy Truck Driver. Single Axle, Light Truck Driver, Tandem Axle, Semi-Trailer Truck Driver, Transit-Mix Wagon Drill, Boring_ Machine, Post Hole Driller Operator Welder Work Zone Barricade Servicer $10.06 $13 .99 $12.78 $11.0 I $ 8.80 $14.1 5 $ 9.88 $13.22 $12.80 $12 .85 $13.27 $12 .00 $13.63 $12.50 $13.56 $14.50 $10.61 $14.12 $18.12 $ 8.43 $11.63 $11.83 $13 .67 $16.30 $12.62 $ 9.18 $10.65 $16.97 $11.83 $11.58 $15.20 $14.50 $14.98 $13.17 $10.04 $1 l.04 $14 .86 $16 .29 $11.07 $10.92 $11.28 $11.42 $12.32 $12.33 $10.92 $12 .60 $12 .91 $12.03 $14 .93 $11.47 $10.91 $11.75 $12.08 $14.00 $13.57 $10 .09 Classification AC Mechani c AC Mechanic He l per Acoustical Ceilin12 Mechanic Bricklaver /Stone Mason Bricklayer /Stone Mason Helper Carpenter Carpenter Helper Concrete Finisher Concrete Form Bui lder Drywall Mechanic Drywall Helper Drywall Taper Drywall Taper Helper Electrician (Journeyman) Electrician Helper Electronic Technician Electronic Technician Helper Fl oor Layer (Resilient) Floor Layer Helper Glazier Glazier Hel per Insulator Insulator He lper Laborer Common Laborer Skilled Lather Painter Painter He l per Pipefltter Pipefitter Helper Plasterer Plasterer Helper 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY I I i Hrly Rate \ Ctasslf1cation $21.b9 Plumber $12.00 Plumber Helper $15.24 Re inforcing Steel Setter $19.12 Roo fer $10.10 Roofer Helper $16 .23 Sheet Metal Worker $11 .91 Sheet Metal Worker He l per $13.49 Sprinkler System Installer sn.12 Sprinkler System Instal ler Helper $14.62 Steel Worner Structural $10.91 Concrete Pump Crane, Ctamsheel, Backhoe, Derrick, D'Line $13.00 Shovel S9.00 Forklift $20.20 Front End loader $14.43 Truck Driver $19.86 Welder $12.00 Welder Helper $20.00 $13 .00 S1a .oo SB.OD $14.78 $11 .25 $10.27 $13.18 $16.10 $14.83 $8.00 $18.85 $12.83 $17.25 $12.25 I j Hrly Rate $20.43 $14.90 $10 .00 $14 .00 i $10.00 $16.96 $12.31 S18.00 $9 .00 s, 7.43 $20.50 $17. 76 $12.63 $10.50 $14.91 $16 .06 S9 .7S Compliance with and Enforcement of Prevailing Wage Laws (a) Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Port Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents . (b) Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. ( c) Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023 , Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination . Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258 , the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. (d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258 .023 , Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph ( c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. (e) Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. (f) Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (g) Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. (h) Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. SECTION 100 CONTRACTOR QUALITY CONTROL PROGRAM 100-01 GENERAL. When the specifi cation requires a Contracto r Quality Co ntrol P rogram, the Contractor s hall establish, provide, and maintain an effective Quality Control Program that details the methods and pro cedures th at will be taken to assure that all materia ls and c o mpleted construction required by this contract confonn to contract plans , technical specificatio ns a nd other requirements, whether manufactured b y the Contracto r, or procured fr o m subcontractors or vendors. Although guidelines are established and certain m inimum requirements are specified herein and elsewhere in the contrac t technical specifications, the Contrac tor shall as sume full responsib il ity for accompl ishing the stated purpose. The i ntent o f this s ection is to enable the Contractor to establish a necessary level of contro l that will : a. Adequately provide for the production of acceplable quality materials. b. Provide sufficient information to assure both the Contractor and the Engineer that the specification requirements can be met. c. Allow the Contractor as much latitude as possible to develop his or her own standard of control. The Contractor shall be prepared to discuss and present, at the preconstruction conference , his/her understanding of the quality control requirements . The Contractor shall not begin any construction or production of materials to be incorporated into the completed work until the Quality Control Program has been reviewed by the Engineer. No partial payment will be made for materials subject to specific quality control requirements until the Quality Control Program has been reviewed. The quality control requirements contained in this section and elsewhere in the contract technical specifications are in addition to and separate from the acceptance testing requirements. Acceptance testing requirements are the responsibility of the Engineer. 100-02 DESCRIPTION OF PROGRAM. a. General Description. The Contractor shall establish a Quality Control Program to perform inspection and testing of all items of work required by the technical specifications, including those performed by subcontractors. This Quality Control Program shall ensure conformance to applicable specifications and plans with respect to materials, workmanship, construction, finish, and functional performance. The Quality Control Program sha!l be effective for control of all construction work performed under this Contract and shall specifically include surveillance and tests required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary by the Contractor to establish an effective level of quality control. b. Quality Control Program. The Contractor shall describe the Quality Control Program in a written document that shall be reviewed by the Engineer prior to the start of any production, construction, or off-site fabrication . The written Quality Control Program shall be submitted to the Engineer for review at least ten ( 10) calendar days before the Pre-Paving Meeting. The Quality Control Program shall be organized to address, as a minimum, the following items: a. Quality control organization; b. Project progress schedule; c. Submittals schedule; d. Inspection requirements; ~l J AC 150/5370-lOC 9/29 /2007 e. Quality control testing plan; f. Documentation of qua li ty control ac tivities; and g. Requirements for corrective action when quality control and/or acceptance c ri teria are not met. The Con tracto r is ~ncouraged to add any additio nal elements to the Quality Contro l Program that he/she deems necessary to adequately contro l all production and/or con structio n processes required by this contract. 100-03 QUALITY CONTROL ORGANIZATION. The Co ntractor Quality Contro l Program shall be implemented by the estab lishment of a separate quality contro l organization . An o rganizational chart shall be developed to show all qual ity c ontrol personnel and how thes e personnel integrate with other management/producti on and constructio n functions and personnel. The organizational chart shall identify all quality control staffby name and function, and sh.all indicate the total staff required to implement all elements of the Quality Control Program, including inspection and testing for each item of work. If necessary, different technicians can be utilized for specific inspection and testing func tions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program, the personnel assigned shall be subject to the qualification requirements of paragraph l00-03a and 100-03b . The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization. The quality control organization shall consist of the following minimum personnel: a. Program Administrator. The Program Administrator shall be a full-time employee of the Contractor, or a consultant engaged by the Contractor. The Program Administrator shall have a minimum of 5 years of experience in airport and/or highway construction and shall have had prior quality control experience on a project of comparable size and scope as the contract. Additional qualifications for the Program Administrator shall include at least l of the following requirements: (1) Professional engineer with I year of airport paving experience acceptable to the Engineer. (2) Engineer-in-training with 2 years of airport paving experience acceptable to the Engineer. (3) An individual with 3 years of highway and/or airport paving experience acceptable to the Engineer, with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction. (4) Construction materials technician certified at Level III by the National Institute for Certification in Engineering Technologies (NICET). (5) Highway materials technician certified at Level III by NICET. (6) Highway construction technician certified at Level HI by NICET. (7) A NICET certified engineering technician in Civil Engineering Technology with 5 years of highway and/or airport paving experience acceptable to the Engineer. The Program Administrator shall have full authority to institute any and all actions necessary for the successful implementation of the Quality Control Program to ensure compliance with the contract plans and technical specifications . The Program Administrator shall report directly to a responsible officer of the construction firm. The Program Administrator may supervise the Quality Control Program on more than one project provided that person can be at the job site within 2 hours after being notified of a problem. b. Quality Control Technicians. A sufficient number of quality control technicians necessary to adequately implement the Quality Control Program shall be provided . These personnel sh.all be either engineers, 2 9/29/2007 AC 150/53 70-1 OC engineering te clm icians , or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level II or higher constructio n materials technician or highway construction technician and shall have a minimum of 2 years of experience in their area of expertise . The quality control technicians shall repon directly to the Program Administrator and shall perfonn the follow ing functions: (1) Inspec ti on of all materials, construction, p lan t, and equipment for confonnailce to the teclmical specifications, and as requ"ired by Section 100-06. (2) Performance of all quality control tests as requ ired by the technical specifications and Section 100-07. Certification at an equivalent level, by a state or nation.ally recognized o rganiza tion will be acceptable in lie u of N[CET certification. c. Staffing Levels. The Contractor shall provide sufficient qualified quality control personnel to monitor each work activity at all times . Where material is being produced in a plant for incorporation into the work, separate plant and field tecrmicians shall be provided at each plant and field placement location . The scheduling and coordinating of all inspection and testing must match the type and pace of work activity . The Quality Control Program shall state where different technicians will be required for different work elements. 100-04 PROJECT PROGRESS SCHEDULE. The Contractor shall submit a coordinated construction schedule for all work activities. The schedule shall be prepared as a network diagram in Critical Path Method (CPM), PERT, or other fonnat, or as otherwise specified in the contract. As a minimum, it shall provide information on the sequence of work activities, milestone dates, and activity duration. The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a twice monthly basis, qr as otherwise specified in the contract. Submission of the work schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the contract. 100-05 SUBMITTALS SCHEDULE. The Contractor shall submit a detailed listing of all submittals (e.g ., mix designs, material certifications) and shop drawings required by the technical specifications. The listing can be developed in a spreadsheet format and shall include: a. Specification item number; b. Item description; c. Description of submittal; d. Specification paragraph requiring submittal; and e. Scheduled date of submittal. 100-06 INSPECT£0N REQUIREMENTS. Quality control inspection functions shall be organized to provide inspections for all definable features of work, as detailed below. All inspections shall be documented by the Contractor as specified by Section 100-07. Inspections shall be perfonned daily to ensure continuing compliance with contract requirement s until completion of the particular feature of work. These shall include the following minimum requirements: a. During plant operation for material production, quality control test results and periodic inspections shall be utilized to ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning to meet the approved mix design and other requirements of the technical specifications . All equipment utilized in proportioning and mixing shall be inspected to ensure its proper operating condition. The Quality Control Program shall detail how these and other quality control functions will be accomplished and utilized. 3 AC 150/5370-1 OC 9/29/2007 b. During field operations, quality control test results and periodic inspections shall be utilized to ensure the quality of all materials and workmanship. All equipment u tilized in placing, finishing , and compacting shull be inspected 10 ensure its proper operating condition and to ensure that all such operations are in conformance to the technical specifications and are within the plan d imensions, lines, grades, and tolerances specified. The Program shall document how these and other quality control functions will be accomplished and utilized. 100-07 QUALITY CONTROL TESTING PLAN. As a part o f the overall Quality Control Program, the Contractor shall implement a quality control testing plan, as required by the technical specifications. The testing plan shall include the minimum tests and test frequencies required by each technical specification Item, as well as any additional qual ity control tests that the Contractor deems necessary to adequately control production and/or construction processes. The testing plan can be developed in a spreadsheet fashion and shall , as a minimum, include the following: a. Specification item number (e .g., P-401 ); b . Item description (e.g., P lant Mix Bituminous Pavements); c. Test type (e.g., gradation, grade, asphalt content); d. Test standard (e.g., ASTM or AASHTO test number, as applicable); e. Test frequency (e.g., as required by technical specifications or minimum frequency when requi;ements are not stated); f. Responsibility (e .g ., plant technician); and g. Control requirements (e.g., target, permissible deviations). The testing plan shall contain a statistically-based procedure of random sampling for acquiring test samples in accordance with ASTM D 3665. The Engineer shall be provided the opportunity to witness quality control sampling and testing. All quality control test results shall be documented by the Contractor as required by Section 100-08 . 100-08 DOCUMENT A TlON. The Contractor shall maintain current quality control records of all inspections and tests performed. These records shall include factual evidence that the required inspections or tests have been performed, including type and number of inspections or tests involved; results of inspections or tests; nature of defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective actions taken. These records must cover both confonning and defective or deficient features, and must include a statement that all supplies and materials incorporated in the work are in full compliance with the terms of the contract Legible copies of these records shail be furnished to the Engineer daily. The records shall cover all work placed subsequent to the previously furnished records and shall be verified and signed by the Contractor's Program Administrator. Specific Contractor quality control records required for the contract shall include, but are not necessarily limited to, the following records: a. Daily lnspection Reports. Each Contractor quality control technician shall maintain a daily log of all inspections performed for both Contractor and subcontractor operations on a form acceptable to the Engineer. These technician's daily reports shall provide factual evidence that continuous quality control inspections have been performed and shall , as a minimum, include the following: (1) Technical specification item number and description; (2) Compliance with approved submittals; (3) Proper storage of materials and equipment; (4) Proper operation of all equipment; (S) Adherence to plans and technical specifications; (6) Review of quality control tests; and (7) Safety inspection. The daily inspection reports shall identify inspections conducted, results of inspections, location and nature of defects found, causes for rejection, and remedial or corrective actions taken or proposed. 4 9/29/2007 AC 150/5370-lOC The daily inspection reports shall be signed by the responsible quality control technician and the Program Administrator . The Engineer shall be provided at least one copy of each daily inspection report on the work day following the day ofrecord. b. Daily Test Reports. The Contractor shall be responsible for establishing a system that will record all quality control test results. Daily test reports shall document the following infonnation: (1) Technical specification item number and description; (2) Test designation ; (3) Location; (4) Date of test; (5) Control requirements; (6) Test results; (7) Causes for rejection; (8) Recommended remedial actions; and (9) Retests. Test results from each day's work period shall be submitted to the Engineer prior to the start of the next day's work period. When required by the technica l specifications, the Contractor shall maintain statistical quality control charts. The daily test reports shall be signed by the responsible quality control technician and the Program Administrator. 100-09 CORRECTIVE ACTION REQUIREMENTS. The Quality Control Program shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into control. The requirements for corrective action shall include both general requirements for operation of the Quality Control Program as a whole, and for individual items of work contained in the technical specifications . The Quality Control Program shall detail how the results of quality control inspections and tests will be used for determining the need for corrective action and shall contain clear sets of rules to gauge when a proces.s is out of control and the type of correction to be taken to regain process control. When applicable or required by the technical spec ifications, the Contractor shall establish and utilize statistical quality control charts for individual quality control rests. The requirements for corrective action shall be linked to the control charts. 100 -10 SURVEILLANCE BY THE ENGINEER. All items of material and equipment shall be subject to surveillance by the Engineer at the point of production, manufacture or shipment to determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality control system in conformance with the requirements detailed herein and the applicable technical specifications and plans . rn addition, all items of materials, equipment and work in place shall be subject to surveillance by the Engineer at the site for the same purpose. Surveillance by the Engineer does not relieve the Contractor of perfonning quality control inspections of either on-site or off-site Contractor's or subcontractor's work. 100-11 NONCOMPLlANCE. a. The Engineer will notify the Contractor of any noncompliance with any of the foregoing requirements. The Contractor shall, after receipt of such notice, immediately take corrective action. Any notice, when delivered by the Engineer or his/her authorized representative to the Contractor or his/her authorized representative at the site of the work, shall be considered sufficient notice. b. In cases where quality control activities do not comply with either the Contractor Quality Control Program or the contract provisions, or where the Contractor fails to properly operate and maintain an effective Quality Control Program, as determined by the Engineer, the Engineer may: 5 AC 150/5370-lOC 9/29/2007 (I} Order tbe Contractor to replace ineffective or unquallfied quality control pe rs o nn el or subcontractors. (2) Order the Contractor to stop operattons until appropriate corrective actions are taken. END OF SECTION 100 6 SECTION 120 NUCLEAR GAGES 120-01 TESTING. When the specifications provide for nuclear gage acceptance testing of material for Items P- l 52 , P-154 , P-208, and P-209, the testing shall be performed in accordance with this section. At each sampling location, the field density shall be determined in accordance with ASTM D 2922 using the Direct Transmission Method. The nuclear gage shall be calibrated in acco r dance with Annex Al. Calibration and operation of the gage shall be in accordance with the requirements of the manufacturer. T he operator of the nuclear gage must sho w evidence of training and experience in th e use of the instrument. The gage shall be standard ized daily in accordance with ASTM D 2922, paragraph 8. Use of ASTM D 2922 results in a wet unit weight, and when using this method , ASTM D 3017 shall be used to determine the moisture content of the material. The moisture gage shall be standardized daily in accordance with ASTM D 30 l 7, paragraph 7. The material sh all be accepted on a lot basis . Each Lot shall be divided into eight (8) sublets when ASTM D 2922 is used . 120-02. When PWL concepts are incorporated, compaction shall continue until a PWL of 90 percent or more is achieved using the lower specification tolerance limits (L) below. The percentage of material within specification limits (PWL) shall be determined in accordance with the procedures specified in Section 110 of the General Provisions. The lower specification tolerance limit (L) for density shall be: Specification Item Number Item P-152 Item P-154 Item P-208 Item P-209 Specification Tolerance (L) for Density, (percent oflaboratory maximum) 90.5 for cohesive material, 95 .5 for non-cohesive 95.5 97 .0 97.0 If the PWL is less than 90 percent, the lot shall be reworked and recornpacted by the Contractor at the Contractor's expense. After reworking and recompaction, the lot shall be resampled and retested. Retest results for the lot shall be reevaluate d for acceptance. This procedure shall continue until the PWL is 90 percent or greater. 120-03 VERIF[CAT[ON TESTING. (For Items P-152 and P-154 only.) The Engineer will verify the maximum laboratory density of material placed in the field for each lot. A minimum of one test will be made for each lot of material at the site. The verification process will consist of; (l) compacting the material and determining the dry density and moisture-density in accordance with ASTM D 698 for aircraft gross weights less than 60,0000 pounds, and (2) comparing the result with the laboratory moisture-density curves for the material being placed. This verification process is commonly referred to as a "one-point Proctor". If the material does not conform to the existing moisture-density curves, the Engineer will establish the laboratory maximum densi ty and optimum moisture content for the material in accordance with ASTM D 698 for aircraft gross weights less than 60 ,0000 pounds. Additional verification tests will be made, if necessary, to properly classify all materials placed in the lot. The percent compaction of each sampling location will be determined by dividing the field density of each sublot by the laboratory maximum density for the lot. END OF SECTION 120 AC 150/5370-lOC 9/29/2007 e. Quality control testing plan; f. Documentation of quality control activities; and g. Requirements for corrective action when quality control and/or acceptance criteria are not met. The Contractor is encouraged to add any additional elements to the Quality Control Program that he/she deems necessary to adequately control all production and/or construction processes required by this contract. 100-03 QUALITY CONTROL ORGANIZATION. The Contractor Quality Control Program shall be implemented by the estab lishment of a separate quality control organization. An organizational chart shall be developed to show all quality control personnel and how these personnel integrate with other management/production and construction functions and personnel. The organizational chart shall identify all quality control staff by name and function , and shall indicate the total staff required to implement all elements of the Quality Control Program, including inspection and testing for each item of work. If necessary, different technicians can be utilized for specific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program, the personnel assigned shall be subject to the qualification requirements of paragraph 100-03a and l 00-03b. The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization. The quality control organization shall consist of the following minimum personnel: a. Program Administrator. The Program Administrator shall be a full-time employee of the Contractor, or a consultant engaged by the Contractor. The Program Administrator shall have a minimum of 5 years of experience in airport and/or highway construction and shall have had prior quality control experience on a project of comparable size and scope as the contract. Additional qualifications for the Program Administrator shall include at least 1 of the following requirements: (1) Professional engineer with l year of airport paving experience acceptable to the Engineer. (2) Engineer-in-training with 2 years of airport paving experience acceptable to the Engineer. (3) An individual with 3 years of highway and/or airport paving experience acceptable to the Engineer, with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction. (4) Construction materials technician certified at Level III by the National Institute for Certification in Engineering Technologies (NICET). (5) Highway materials technician certified at Level IU by NICET. (6) Highway construction technician certified at Level III by NICET. (7) A NICET certified engineering technician in Civil Engineering Technology with 5 years of highway and/or airport paving experience acceptable to the Engineer. The Program Administrator shall have full authority to institute any and all actions necessary for the successful implementation of the Quality Control Program to ensure compliance with the contract plans and technical specifications. The Program Administrator shall report directly to a responsible officer of the construction firm. The Program Administrator may supervise the Quality Control Program on more than one project provided that person can be at the job site within 2 hours after being notified of a problem. b. Quality Control Technicians. A sufficient number of quality control technicians necessary to adequately implement the Quality Control Program shall be provided. These personnel shall be either engineers, 2 9/29/2007 AC 150/5370-lOC engineering technicians , or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level II or higher construction materials techn ician or highwa y construction technician and shall have a minimum of 2 years of experience in their area of expertise . The quality control technicians shall report directly to the Program Administrator and shall perform the following functions: (I) Inspection of all materials , construction, plant, and equipment for confonnance to the technical specifications, and as requ'ired by Section I 00-06. (2) Performance of all quality control tests as required by the tech.11ical specifications and Section 100-07. Certification at an equivalent level , by a state or nation.ally recognized organization will be acceptable in lieu of N[CET certification. c. Staffing Levels. The Contractor sha!l provide sufficient qualified quality control personnel to monitor each work activity at alt times . 'Where material is being produced in a plant for incorporation into the work, separate plant and field technicians shall be provided at each plant and field placement location . The scheduling and coordinating of all inspection and testing must match the type and pace of work activity. The Quality Control Program shall state where different technicians will be required for different work elements. 100-04 PROJECT PROGRESS SCHEDULE. The Contractor shall submit a coordinated construction schedule for all work activities. The schedule shall be prepared as a network diagram in Critical Path Method (CPM), PERT, or other format, or as otherwise specified in the contract. As a minimum, it shall provide information on the sequence of work activities, milestone dates, and activity duration. The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a m-ice monthly basis, or as otherwise specified in the contract. Submission of the work schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the contract. 100-05 SUBMITTALS SCHEDULE. The Contractor shall submit a detailed listing of all submirtals (e.g., mix designs, material certifications) and shop drawings required by the technical specifications. The listing can be developed in a spreadsheet format and shall include: a. Specification item number; b. Item description; c. Description of submittal; d. Specification paragraph requiring submittal; and e. Scheduled date of submittal. 100-06 INSPECTfON REQUIREMENTS. Quality control inspection functions shall be organized to provide inspections for all definable features of work, as detailed below. All inspections shall be documented by the Contractor as specified by Section 100-07. Inspections shall be perfonned daily to ensure continuing compliance with contract requirements until completion of the particular feature of work. These shall include the follow ing minimum requirements: a. During plant operation for material production, quality control test results and periodic inspections shall be utilized to ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning to meet the approved mix design and other requirements of the technical specifications. All equipment utilized in proportioning and mixing shall be inspected to ensure its proper operating condition. The Quality Control Program shall detail how these and other quality control functions will be accomplished and utilized. 3 AC 150/5370-IOC 9/29/2007 b. During field operations, quality control test results and periodic inspecrions shall be utilized to ensure the quality of all materials and workmanship . All equipment utilized in placing, finishing , and compacting shall be inspected to ensure its proper operating condition and to ensure that all such operations are in conformance to the technical specifications and are within the plan dimensions , lines, grades, and tolerances specified . The Program shall document how these and other quality control functions will be accomplished and utilized. 100-07 QUALITY CONTROL TESTING PLAN. As a part of the overall Quality Control Program, the Contractor shall implement a quality control testing plan, as required by the technical specifications. The testing plan shall include the minimum tests and test -frequencies required by each technical specification Item, as well as any additional qual ity control tests that the Contractor deems necessary to adequately control production and/or construction processes. The testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the following: a. Specification item number (e.g., P-401); b. Item description (e .g., Plant Mix Bituminous Pavements); c. Test typ e (e.g., gradation, grade, asphalt content); d. Test standard (e.g., ASTM or AASHTO test number, as applicable); e. Test frequency (e .g., as required by technical specifications o r minimum frequency when requirements are not s tated); f. Responsibility (e.g., plant technician); and g. Control requirements (e.g., target, permissible deviations). The testing plan shall contain a statistically-based procedure of random sampling for acquiring test samples in accordance with ASTM D 3665 . The Engineer shall be provided the opportunity to witness quality control sampling and testing. All quality c o ntrol test results shall be documented by the Contractor as required by Section 100-08. 100-08 DOCUMENT A TCON. The Contractor shall maintain current quality control records of all inspections and tests performed. These records shall include factual evidence that the required inspections or tests have been performed, including type and number of inspections or tests involved; results of inspections or tests; nature of defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective actions taken. These records must cover both conforming and defective or deficient features , and must include a statement that all supplies and materials incorporated in the work are in full compliance with the terms of the contract Legible copies of these records shall be furnished to the Engineer daily. The records shall cover all work placed subsequent to the previously furnished records and shall be verified and signed by the Contractor's Program Administrator. Specific Contractor quality control records required for the contract shall include, but are not necessarily limited to, the following records: a. Daily lnspection Reports. Each Contractor quality control technician shall maintain a daily log of all inspections perfonned for both Contractor and subcontractor operations on a form acceptable to the Engineer. These technician's daily reports shall provide factual evidence that continuous quality control inspections have been performed and shall , as a minimum, include the following: (1) Technical specification item number and description; (2) Compliance with approved submittals; (3) Proper storage of materials and equipment; (4) Proper operation of all equipment; (5) Adherence to plans and technical specifications; (6) Review of quality control tests ; and (7) Safety inspection. The daily inspection reports shall identify inspections conducted, results of inspections, location and nature of defects found, causes for rejection, and remedial or corrective actions taken or proposed. 4 9/29/2007 AC 150/5370-lOC The daily inspection reports shall be signed by the responsible quality control technician and the Program Administrator. The Engineer shall be provided at le ast one copy of each daily inspection report on the work day following th e day of re cord. b. Daily Test Reports. The Contractor shall be responsible for establishing a system that will record alt quali ty control test resul ts . Daily test reports shall doc ument the foltowing information: (1) Tech nica l specification item number and description; (2) Test designation; (3) Location ; (4) Date oftest; (5) Control requirements; (6) Test results; (7) Causes for rejection; (8) Recommended remedial actions; and (9) Retests. Test results from each day's work period shall be submitted to the Engineer prior to the start of the next day's work period. When required by the technical specifications, the Contractor shall maintain statistical quality control charts. The daily test reports s hall be signed by the responsible quality control technician and the Program Administrator. 100-09 CORRECTIVE ACTION REQUIREMENTS. The Quality Control Program shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into control. The requirements for corrective action shall include both general requirements for operation of the Quality Control Program as a who le, and for individual items of work contained in the technical specifications. The Quality Control Program shall detail how the results of quality control inspections and tests will be used for determining the need for corrective action and shall contain clear sets of rules to gauge when a process is out of control and the type of correction to be taken to regain process control. When applicable or required by the technical specifications, the Contractor shall establish and utilize statistical quality control charts for individual quality control tests. The requirements for corrective action shall be linked to the control charts . 100-10 SURVEILLANCE BY THE ENGINEER. All items of material and equipment shall be subject to surveillance by the Engineer at the point of production, manufacture or shipment to determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality control system in conformance with the requirements detailed herein and the applicable technical specifications and plans. fn addition, all items of materials, equipment and work in place shall be subject to surveillance by the Engineer at the site for the same purpose. Surveillance by the Engineer does not relieve the Contractor of perfonning quality control inspections of either on-site or off-site Contractor's or subcontractor's work. 100-11 NONCOMPLIANCE. a. The Engineer will notify the Contractor of any noncompliance with any of the foregoing requirements . The Contractor shall, after receipt of such notice, immediately take corrective action. Any notice, when delivered by the Engineer or his/her authorized representative to the Contractor or his/her authorized representative at the site of the work, shall be considered sufficient notice . b. In cases where quality control activities do not comply with either the Contractor Quality Control Program or the contract provisions, or where the Contractor fails to properly operate and maintain an effective Quality Control Program, as determined by the Engineer, th e Engineer may: 5 AC 150/53 70 -1 OC 9/29/2007 (I} Order the Contractor to replace ineffective or unqualified quality control personnel or subcontractors. (2) Order the Contractor to stop operations until appropriate corrective actions are taken. END OF SECTION 100 6 SECTION 120 NUCLEAR GAGES 120-01 TESTING. When the specifications provide for nuclear gage acceptance testing of material for Items P- l 52 , P-154, P-208, and P-209, the testing shall be performed in accordance with this section. At each sampling location, the field density shall be determined in accordance with ASTM D 2922 using the Direct Transmission Method. The nuclear gage shall be calibrated in accordance with Annex Al. C alibration and operation of the gage shall be in accordance with the requirements of the manufacturer. The operator of the nuclear gage must show evidence of training and experience in the u se of the instn.unent. The gage shall be standardized daily in accordance with ASTM D 2922, paragraph 8. Use of ASTM D 2922 results in a wet unit weight, and when using this method, ASTM D 3017 shall be used to determine the moisture content of the material. The moisture gage shall be standardized daily in accordance with ASTM D 3017, paragraph 7. The material shall be accepted on a Jot basis. Each Lot shall be divided into eight (8) sublots when ASTM D 2922 is used. 120-02. When PWL concepts are incorporated, compaction shall continue until a PWL of 90 percent or more is achieved using the lower specification tolerance limits (L) below. The percentage of material within specification limits (PWL) shall be determined in accordance with the procedures specified in Section 110 of the General Provisions . The lower specification tolerance limit (L) for density shall be: Specification Item Number Item P-152 IternP-154 Item P-208 Item P-209 Specification Tolerance (L) for Density, (percent oflaboratory maximum) 90.5 for cohesive material, 95 .5 for non-cohesive 95 .5 97 .0 97.0 If the PWL is less than 90 percent, the lot shall be rewo rked and recornpacted by the Contractor at the Contractor's expense. After reworking and recompaction, the lot shall be resampled and retested. Retest results for the lot shall be reevaluated for acceptance. This procedure shall continue until the PWL is 90 percent or greater. 120-03 VER.IF[CATION TESTING. (For Items P-152 and P-154 only.) The Engineer will verify the maximum laboratory density of material placed in the field for each lot. A minimum of one test will be made for each lot of material at the site. The verification process will consist of; (I) compacting the material and determining the dry density and moisture-density in accordance with ASTM D 698 for aircraft gross weights less than 60,0000 pounds, and (2) comparing the result with the laboratory moisture-density curves for the material being placed. This verification process is commonly referred to as a "one-point Proctor". If the material does not conform to the existing moisture-density curves, the Engineer will establish the laboratory maximum density and optimum moisture content for the material in accordance with ASTM D 698 for aircraft gross weights less than 60,0000 pounds. Additional verification tests will be made, if necessary, to properly classify all materials placed in the lot. The percent compaction of each sampling location will be detennined by dividing the field density of each sublot by the laboratory maximum density for the lot END OF SECTION 120 ITEM NS-G-100 WORK REQUIREMENTS AND RESTRICTIONS (NON-STANDARD FAA SPECIFICATION) DESCRIPTION 100-1.1 Work under this contract generally consists of the following items. Construction will be inside of the airport's Air Operations Area (AOA). 100-1.2 Phase 1 will be To set the erosion control and barricades followed by demolition of bothateas as required. 100-1.3 Phase 2 will be to complete the construction of both areas per plans and specifications. 100-1.4. Protect existing taxiways, by means approved by the engineer , airport and tenants, at all times traffic will be crossing them. Aircraft will use the existing taxiways and personnel and machines will need to pull back to safe distance prior to allowing the aircraft to use taxiway. A 60 minute advanced notifications will be requested from the tenants prior to allowing aircraft to enter the taxiway. The taxiway will be observed for FOD prior to use and swept as needed. Coordination with the Tenants and tower will be required . CONTRACT DURATION 100-2.1 Construction shall be completed within 90 calendar days from Notice to Proceed . OPERATIONAL SAFETY 100-3.1 Construction shall be in accordance with the requirements and restrictions in this section and Advisory Circular 150/5370-2E, "OPERATIONAL SAFETY ON AIRPORTS DURING CONSTRUCTION ", latest version . GENERAL WORK REQUIREMENTS AND RESTRICTIONS 100-4.1 Movement of personnel , equipment , and material: Access to work areas across active aircraft pavement shall be escorted in accordance with Advisory Circular 150/5370-2E , "OPERATIONAL SAFETY ON AIRPORTS DURING CONSTRUCTION". The route to the crossing point of aircraft pavement shall be clearly marked or defined. The locations of restricted areas shall be marked to ensure vehicles respond accordingly e.g . yield to aircraft at a taxiway object free zone. Work area access needing aircraft pavement closure to preclude escort will be scheduled between 10:00 PM and 6:00 AM except as allowed by the Engineer. 100-4.2 Sufficient numbers of sweepers , vacuum trucks , and/or other cleaning equipment shall be on site to immediately address debris on an active aircraft pavement resulting from contractor operations . A minimum of one sweeper and one water truck shall be on site at all times. Failure to immediately address debris (in the opinion of the Engineer) may result in a directive to stop work and a corresponding uncompensated loss of phase and/or contract time. DETAILED WORK REQUIREMENTS AND RESTRICTIONS 100-5.1 All Phases a. Duration: The work may then be performed 24 hours a day , 7 days a week as necessary to be completed within the contract duration. Project No. 1573 Jacobs No . WFXK2500 NS-G-100 -1- Apron C Improvements Meacham International Airport b. Night operations will only be allowed with 48 hours advanced notice and approval of lighting by engineer and airport authority . Project No. 1573 Jacobs No. WFXK2500 END OF ITEM NS-G-100 NS-G-100 -2- Apron C Improvements Meacham International A irport ITEM NS-G-200 MOBILIZATION (NON-STANDARD FAA SPECIFICATION) DESCRIPTION 200-1.1 GENERAL. The work specified in this item consists of preparatory work and operations to mobilize for beginning work on the project. Mobilization shall include, but not be limited to, those operations necessary for the movement of personnel, equipment, supplies and incidentals to the project site , and for the establishment of temporary offices , buildings, utilities, safety equipment and first aid supplies , sanitary and other facilities , the removal of temporary facilities, the revegetation of the contractor staging and batch plant areas as required by these specifications and State and local laws and regulations. The cost of bonds and any required insurance which is not covered by a separate payment item , and any preconstruction expense necessary for the start of the work, excluding the cost of construction materials, may also be included in this section. METHOD OF MEASUREMENT 200-2 .1 GENERAL. The work and incidental costs covered under this item shall be paid for at the Contract lump sum price for Mobilization. 200-2.2 PARTIAL PAYMENTS. Partial payments for Mobilization will be based upon the net value of Work Done (value of Contract excluding Mobilization) in accordance with the following table: Percent of Net Allowable Percent of the Value of Work Lump Sum Price for the Done Item* 2.5% 10% 5% 15% 10% 25% 20% 50% 30% 75% 40% 90% 50% 100% *Partial payments for this item are limited to ten (10%) percent of the original Contract amount. Any amount in excess of ten (10%) percent will be paid upon completion of all work on the Contract. The standard retainage as specified in the General Conditions shall be applied to this item. BASIS OF PAYMENT 200-3.1 PAYMENT. Payment for mobilization shall be made using the partial payment schedule listed in paragraph 200-2.2. These prices shall fully compensate the Contractor for furnishing all labor, materials, equipment, supplies, tools and incidentals necessary to complete the item. Project No. 1573 Jacobs No . WFXK2500 NS-G-200 -1- Apron C Improvements Meacham International Airport Payment will be made under: Item NS-G-200-3 .1 Project No. 157 3 Jacobs No . WFXK2500 Mobilization -per lump sum {LS) END OF ITEM NS-G-200 NS-G-200 -2- Apron C Improvements Meacham International Airport ITEM NS-G-600 DEMOLITION (NON-STANDARD FAA SPECIFICATION) DESCRIPTION 600-1.1 This section shall include a ll work necessary for and incidental to the execution and completion of demolition , and removal or removal, salvage and storage of items as indicated on the drawings but not limited to the following: a. Pavement b. Airfield light Foundation c. Inlet Where e it her concrete or asphalt pavement is designated to be removed, the pavement removal shall include the removal of joint material and the pavement's base sections, i.e., cement treated base (CTB), asphalt base , flexible base, etc . except where indicated on the plans. The base materials are not considered as individual removal items. CONSTRUCTION METHODS 600-2.1 GENERAL. Demolition and removal procedures shall provide for safe conduct of the work, protection of property which is to remain undisturbed, coordination with other work in progress , timely disconnection of any utility service and protection for any vehicles or aircraft in the area. The use of explosives will not be permitted . 600-2.2 DISPOSITION OF MATERIALS. Demolished materials shall become the property of the Contractor, and shall be properly disposed of outside the limits of the airport, with the exception of materials designated in the contract documents or designated by the Engineer to be salvaged. All electrical fixtures, components and associated accessories to be salvaged shall be turned over to the Airport at locations directed by the Engineer. Burning at the project s it e for disposal of refuse and debris will not be allowed. Demo li tion debris shall be removed at least once each day in accordance with applicable city , county , state and federal laws and/or ordinances . The Contractor shall meet all applicable city , county , state and federal laws and/or ordinances governing spillage of debris while transporting to the disposal site . A ll combustible waste materials and/or hazardous waste and debris sha ll be handled , transported and disposed of in accordance with applicable local, state and federal laws and/or ordinances . TxDOT CSJ No. 0502M EACH Jacobs No. WFXG8900 NS-G-600 -1- Perimeter Road Improvements Meacham International Airport 600-2.3 UTILITIES. The Contractor shall cut, remove , plug or otherwise alter the condition of existing utilities as indicated on the plans, and shal l repair or replace those utilities damaged or destroyed that are to remain in place. The Contractor shall notify all utility companies, public or private , of his intended operations and determine if any utilities exist that are not indicated on the plans. Close coordination shall be maintained between the Contractor and utility companies. Trenches for utilities to be removed shall be filled , backfilled and compacted in lifts . Backfill material and compaction operations shall comply with requirements as set forth in Item P-152, "Excavation and Embankment". 600-2.4 DEMOLITION OPERATIONS. 1) Concrete structures or pavement specified to be removed shall be saw cut full depth when adjacent to existing structures or pavement to remain in place . Edges of concrete (or asphaltic pavement) to remain shall be protected from chipping or spalling. 2) For removal of trees, shrubs or other vegetation or removal items not in the bid schedule , refer to and comply with Item P-151 , "Clearing and Grubbing". 3) Fences and gates that are to be replaced after demolition operations shall be equal to or better than the original condition. 4) Avoid excessive vibrations in demolition procedures that would be transmitted through existing structures and finish materials . Provide necessary shoring , bracing, needle pinning and other precautions required to properly support existing structures during cutting and demolition operations. 5) The contractor shall use care in the removal of electrical items in order to salvage the electrical items and their components . 6) The contractor shall use care in the removal of Information signs in order to salvage information sign and replace them as directed with the same configuration of foundations as was de leted . 600-2.5 CLEAN UP. Debris and rubbish shall be removed from the site as directed in Section 600-2 .2. Remove and transport debris in a manner as to prevent spillage on aprons, runways and/or taxiways, roads or adjacent areas. The work area shall be continuously maintained to keep it free of any debris from the construction process . METHOD OF MEASUREMENT 600-3.1 The quantity of demolition and removal of pavement shall be measured by the square yard for pavement as measured in place to neat lines and actually removed . 600-3.2 The quantity of removal, salvage and replacement of airfield signs shall be measured per each . 600-3.3 The quantity of demolition and removal of structures shall be measured by each. TxDOT CSJ No. 0502MEACH Jacobs No. WFXG8900 METHOD OF PAYMENT NS-G-600 -2- Perimeter Road Improvements Meacham International Airport 600-4.1 Payment for demolition and removal of pavement will be made at the contract unit price per square yard . This price shall be full compensation for a ll preparation , excavation , removal , labor, equipment, tools , and incidentals necessary to comp lete the item. 600-4.2 Payment for removal , sa lvage and replacement of airfield signs will be made at the contract unit price per each. This price shall be full compensation for all preparation , excavation , removal , labor, equipment , tools , and incidentals necessary to complete the item . 600-4.3 Payment for demolition and removal of inlet structure will be made at the contract unit price per each . This price shall be full compensation for a ll preparation , excavation , removal, labor , equipment , tools , and incidentals necessary to complete the item . Payment will be made under: Item NS-G-600-4.1 Item NS-G-600-4.2 Demolition of Pavement -per square yard (SY ) Removal of Inlet structure -per each (EA ) END OF ITEM NS-G-600 THIS PAGE INTENTIONALLY LEFT BLANK Tx DOT CSJ No . 0502M EACH Jacobs No . WF XG8900 NS-G-600 -3- Perimeter Road Improveme nts Meacham Internationa l A ir port ITEM P-152 EXCAVATION AND EMBANKMENT DESCRIPTION 152-1.1 This item covers excavation , disposal , placement , and compaction of all materials within the limits of the work required to construct of Apron C, as well as other areas for drainage , or other purposes in accordance with these specifications and in conformity to the dimensions and typical section(s) shown on the plans . The estimated topsoi l and excavation quantities were calculated using a digital terrain model based upon a field survey of the existing grades and the proposed grades . The Contractor may accept the quantities stated in the bid schedule or perform his own survey of the site and submit the necessary calculations to support the different quantity . The Contractor shall declare his intentions , in writ ing , within 30 days of the Pre-Construction Meeting. If the contractor elects to perform his own survey , all documentation to support a different topsoil quantity shall be submitted to the Engineer within 30 consecutive days of the notice to proceed . 152-1.2 CLASSIFICATION. All material excavated shall be classified as defined below : a. Unclassified Excavation. Unclassified excavation shall consist of the excavation and disposal of all material , regardless of its nature , which is not otherwise classified and paid for under the following items . b. Borrow Excavation. Borrow excavation shall consist of approved material required for the construction of embankment or for other portions of the work in excess of the quantity of usable material available from required excavations . Borrow material shall be obtained from areas within the limits of the airport property but outside the normal limits of necessary grading , or from areas outside the airport. 152-1.3 Unsuitable Excavation . Any material containing vegetable or organic matter, such as muck , peat , organic silt , or sod shall be considered unsu itable for use in embankment construction. Material , when approved by the Engineer as suitable to support vegetation, may be used on the embankment slope . CONSTRUCTION METHODS 152-2.1 General. Before beginning excavation , grading , and embankment operations in any area , the area shall be completely cleared. The suitability of material to be placed in embankments shall be subject to approval by the Engineer. All unsuitable material shall be disposed of in waste areas off airport property. When the Contractor's excavating operations encounter artifacts of historical or archaeological significance , the operations shall be temporarily discontinued. At the direction of the Engineer , the Contractor shall excavate the site in such a manner as to preserve the artifacts encountered and allow for their removal. Such excavation will be paid for as extra work . Those areas outside of the pavement areas in which the top layer of soil material has become compacted , by hauling or other activities of the Contractor shall be scarified and disked to a depth of 4 inches , in order to loosen and pulverize the soil. Project No , 1573 Ja cobs No. WFXK2500 P-152 -1 - Perimeter Road Improvements Meacham International Airport l --, ' l • 1 • i • j • j TxDOT CSJ No . 0502MEACH Jacobs No . WFXG8900 NS-G-600 -4- Perimete r Road Improvements Meacham International Airport If it is necessary to interrupt existing surface drainage , sewers or under-drainage, conduits, utilities , or similar underground structures , the Contractor shall be responsible for and shall take all necessary precautions to preserve them or provide temporary services. When such facilities are encountered , the Contractor shall notify the Engineer, who shall arrange for their removal if necessary. The Contractor shall, at his/her own expense, satisfactorily repair or pay the cost of all damage to such facilities or structures that may result from any of the Contractor's operations during the period of the contract. 152-2.2 EXCAVATION. No excavation shall be started until the work has been staked out by the Contractor and the Engineer has obtained elevations and measurements of the ground surface. All suitable excavated material shall be used in the formation of embankment , subgrade, or for other purposes shown on the plans. All unsuitable material shall be disposed of as shown on the plans. When the volume of the excavation exceeds that required to construct the embankments to the grades indicated , the excess shall be used to grade the areas of ultimate development or disposed of as directed. When the volume of excavation is not sufficient for constructing the fill to the grades indicated , the deficiency shall be obtained from borrow areas . The grade shall be maintained so that the surface is well drained at all times . When necessary, temporary drains and drainage ditches shall be installed to intercept or divert surface water that may affect the work. a. Selective Grading. When selective grading is indicated on the plans, the more suitable material as designated by the Engineer shall be used in constructing the embankment or in capping the pavement subgrade. If, at the time of excavation , it is not possible to place this material in its final location, it shall be stockpiled in approved areas so that it can be measured for payment for rehandling as specified in paragraph 3.3. b. Undercutting. Rock, shale, hardpan, loose rock, boulders , or other material unsatisfactory for safety areas , subgrades, roads, shoulders , or any areas intended for turfing shall be excavated to a minimum depth of 12 inches (300 mm), or to the depth specified by the Engineer, below the subgrade. Muck , peat, matted roots, or other yielding material, unsatisfactory for subgrade foundat ion, shall be removed to the depth specified . Unsuitable materials shall be disposed of at locations shown on the plans. This excavated material shall be paid for at the contract unit price per cubic yard (CY) for unclassified excavation. The excavated area shall be refilled with suitable material obtained from the grading operations or borrow areas and compacted to specified densities. The necessary refilling will constitute a part of the embankment. Where rock cuts are made and refilled with selected material, any pockets created in the rock surface shall be drained in accordance with the details shown on the plans. c. Overbreak. Overbreak, including slides, is that portion of any material displaced or loosened beyond the finished work as planned or authorized by the Engineer. The Engineer shall determine if the displacement of such material was unavoidable and his/her decision shall be final. All overbreak shall be graded or removed by the Contractor and disposed of as directed; however, payment will not be made for the removal and disposal of overbreak that the Engineer determines as avoidable. Unavoidable overbreak will be classified as "Unclassified Excavation." d. Removal of Utilities. The removal of existing structures and utilities required to permit the orderly progress of work will be accomplished by someone other than the Contractor, e .g ., Project No , 1573 Jacobs No . WFXK2500 P-152 -2- Perimeter Road Improvements Meacham International Airport the utility unless otherwise shown on the plans. A ll ex isting foundations sha ll be excavated for at least 2 feet (60 cm) below the top of subgrade or as indicated on the plans , and the material disposed of as directed . All foundations thus excavated shall be backfilled with suitable material and compacted as specified herein . e. Compaction Requirements. The subgrade under areas to be paved shall be compacted to a depth of 6" and to a density of not less than 95 percent of the maximum density as determined by ASTM D 1557 . The materia l to be compacted shall be within +/-2 percent of optimum moisture content before rolled to obtain the prescribed compaction (except for expansive soils). The in-place field density shall be determined in accordance with ASTM D 1556 or ASTM D 2167. Stones or rock fragments larger than 4 inches (100 mm) in their greatest dimension will not be permitted in the top 6 inches (150 mm) of the subgrade. The finished grading operations , conforming to the typical cross section , shall be completed and maintained at least 1 ,000 feet (300 m) ahead of the paving operations or as directed by the Engineer. In cuts, all loose or protruding rocks on the back slopes shall be barred loose or otherwise removed to line of finished grade of slope . All cut-and-fill slopes shall be uniformly dressed to the slope , cross section , and alignment shown on the plans or as directed by the Engineer. In areas des ignated to be cleared and areas des ignated as limits of grading as shown on the plans (with the exception of borrow areas), the Contractor sha ll excavate the top 4 inches of soil and stockpile this as on-site topsoil. The on-site topsoil shall be placed as the top layer on all graded areas to promote the growth of permanent vegetation . Blasting will not be permitted . 152-2.3 BORROW EXCAVATION. Borrow material shall be obtained as a result of excavations in grading areas as shown on the plans . If enough material is not obtained as a resu lt of these excavations , borrow material may be obtained from the on a irport borrow area as shown on the plans. Borrow excavation shall be made only at these designated locations and within the horizontal and vertical lim its as staked or directed . No direct payment will be made for excavation of any material but shall be considered subs idiary to the cost of the embankment. When borrow sources are outside the boundaries of the airport property , it shall be the Contractor's responsibility to locate and obtain the supply, subject to the approval of the Engineer. The Contractor shall notify the Engineer, at least 15 days prior to beginning the excavation , so necessary measurements and tests can be made . All unsuitable materia l shall be disposed of by the Contractor. All borrow pits shall be opened up to expose the vertical face of various strata of acceptable material to enable obtaining a uniform product. Borrow pits sha ll be excavated to regu lar lines to perm it accurate measurements , and they shall be drained and left in a neat , presentable condition with all slopes dressed uniform ly . 152-2.4 DRAINAGE EXCAVATION. Drainage excavation shall consist of excavating for drainage ditches such as intercepting ; inlet or outlet, for temporary levee construction ; or for any other type as designed or as shown on the plans . The work shall be performed in the proper sequence with the other construction. All satisfactory material shall be placed in fills ; unsuitable material shall be placed in waste areas or as direct ed. Intercepting ditches shall be constructed prior to starting adjacent excavation operations . Al l necessary work shall be performed to secure a finish true to line , elevation , and cross section . Proje ct No , 1573 Jacobs No . WF XK2 500 P-152 -3- Pe rimeter Road Improvements Meacham Internationa l Airport The Contractor shall maintain ditches constructed on the project to the required cross section and shall keep them free of debris or obstructions unt il the project is accepted. 152-2.5 PREPARATION OF EMBANKMENT AREA. Where an embankment is to be constructed to a height of 4 feet (120 cm) or less , all sod and vegetab le matter shall be removed from the surface upon which the embankment is to be placed , and the cleared surface shall be completely broken up by plowing or scarifying to a min i mum depth of 6 inches (150 mm). This area shall then be compacted as indicated in paragraph 2 .6. When the height of fi ll is greater than 4 feet (120 cm ), sod not required to be removed sha ll be thorough ly disked and recompacted to the density of the surrounding ground before construction of embankment. Where embankments are to be placed on natural slopes steeper than 3 to 1, horizonta l benches shall be constructed as shown on the plans . No direct payment shall be made for the work performed under this sect ion . The necessary clearing and grubb ing and the quantity of excavat ion removed will be paid for under the respective items of work. 152-2.6 FORMATION OF EMBANKMENTS. Embankments shall be formed in successive horizontal layers of not more than 8 inches (200 mm) in loose depth for the full width of the cross section , unless otherwise approved by the Engineer. The grading operations shall be conducted , and the various soil strata shall be placed , to produce a soil structure as shown on the typical cross section or as d irected . Materials such as brush , hedge , roots , stumps , grass and other organic matter, shall not be incorporated or bur ied in the embankment. Operations on earthwo rk shall be suspended at any time when satisfactory results cannot be obtained because of ra in, freez ing , or other unsatisfactory conditions of the fie ld. The Contractor shall drag , blade , or slope the embankment to provide proper surface drainage. The material in the layer shall be within +/-2 percent of optimum moisture content before rolling to obtain the prescribed compaction. In order to achieve a uniform moisture content throughout the layer, wetting or drying of the material and manipulation shall be required when necessary. Should the material be too wet to permit proper compaction or rolling , all work on all of the affected portions of the embankment shall be delayed until the material has dried to the required moisture content. Sprinkling of dry material to obtain the proper moisture content shall be done with app roved equ ipment that will sufficiently distribute the water. Sufficient equipment to furnish the required water sha ll be available at all t imes. Samples of all embankment materials for testing , both before and after placement and compaction , will be taken for each 1000 cubic yards . Based on these tests , the Contractor shall make the necessary corrections and adjustments in methods , materials or moisture content in order to achieve the correct embankment density. Rolling operations sha ll be continued until the embankment is compacted to not less than 95 percent of maximum density for noncohesive soils , and 90 percent of maximum density for cohesive soils as determined by ASTM D 698 . Under all areas to be paved , the embankments shall be compacted to a depth of 8" and to a density of not less than 95 percent of the maximum density as determ ined by ASTM ASTM D 698 . Project No , 1573 Jacobs No . WFXK2500 P-152 -4- Per imeter Road Improveme nts Mea cham International Airport On all areas outside of the pavement areas , no compaction will be required on the top 4 inches (100 mm). The in-place field density shall be determ ined in accordance with ASTM D 1556 or ASTM D 2167. Compaction areas shall be kept separate , and no layer shall be covered by another unti l the proper density is obtained. During construction of the embankment, the Contractor shall route his/her equipment at al l times , both when loaded and when empty , over the layers as they are placed and shall distribute the travel evenly over the entire width of the embankment. The equipment shall be operated in such a manner that hardpan , cemented gravel , clay , or other chunky soil material wi ll be broken up into small particles and become incorporated with the other material in the layer. In the construction of embankments , layer placement sha ll begin in the deepest portion of the fill ; as placement progresses , layers shall be constructed approximately parallel to the finished pavement grade line. When rock and other embankment material are excavated at approximately the same time, the rock sha ll be incorporated into the outer portion of the embankment and the other material sha ll be incorporated under the future paved areas. Stones or fragmentary rock larger than 4 inches (100 mm) in their greatest dimensions will not be allowed in the top 6 inches (150 mm) of the subgrade. Rockfill shall be brought up in layers as specified or as directed and every effort shall be exerted to fill the voids with the finer material forming a dense , compact mass . Rock or boulders shall not be disposed of outs ide the excavation or embankment areas , except at places and in the manner designated by the Engineer. When the excavated material consists predominantly of rock fragments of such size that the material cannot be placed in layers of the prescribed thickness without crushing , pulverizing or further breaking down the pieces, such material may be placed in the embankment as directed in layers not exceeding 2 feet (60 cm) in thickness . Each layer shall be leveled and smoothed with suitable leve ling equipment and by distribution of spalls and finer fragments of rock. These type lifts shall not be constructed above an elevation 4 feet (120 cm) below the finished subgrade . Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. 152-2.7 FINISHING AND PROTECTION OF SUBGRADE. After the subgrade has been substantially completed the full width shall be conditioned by removing any soft or other unstable material that will not compact properly . The resulting areas and all other low areas , holes or depressions shall be brought to grade wit h suitable select material. Scarifying, blading , rolling and other methods shall be performed to provide a thoroughly compacted subgrade shaped to the lines and grades shown on the plans . Grad ing of the subgrade shall be performed so that it will drain read ily . The Contractor shall take all precautions necessary to protect the subgrade from damage . He/she shall li mit hauling over the finished subgrade to that which is essential for construction purposes. Project No , 157 3 Jacobs No . WFXK2500 P-15 2 -5- Perimeter Road Improvements Meacham International Airport All ruts or rough places that develop in a completed subgrade shall be smoothed and recompacted. No subbase , base , or surface course shall be placed on the subgrade until the subgrade has been approved by the Engineer . 152-2.8 HAUL. All hauling will be considered a necessary and incidental part of the work. Its cost shall be considered by the Contractor and included in the contract unit price for the pay of items of work involved . No payment will be made separately or directly for hau ling on any part of the work. 152-2.9 TOLERANCES. In those areas upon which a subbase or base course is to be placed , the top of the subgrade shall be of such smoothness that , when tested with a 16-foot (4 .8 m) straightedge app lied parallel and at right angles to the centerline , it shall not show any deviation in excess of 1/2-inch (12 mm), or shall not be more than 0.05-foot (.015 m) from true grade as established by grade hubs or pins. Any deviation in excess of these amounts shall be corrected by loosening , adding , or removing materials ; reshaping ; and recompacting by sprinkling and rolling. On safety areas , inte rmediate and other designated areas , the surface shall be of such smoothness that it will not vary more than 0.10 foot (0 .03 m) f rom true grade as established by grade hubs . Any deviation in excess of this amount shall be corrected by loosening , adding or removing materials , and reshaping. 152-2.10 TOPSOIL. When topsoil is specified or required as shown on the plans or under Item T-905 , it shall be salvaged from stripping or other grading operations. The topsoil sha ll meet the requirements of Item T-905. If, at the time of excavation or str ipping , the topsoil cannot be placed in its proper and final section of finished construct ion , the material shall be stockpiled at approved locations . Stockpiles shall not be placed within 500 feet of runway pavement or 500 feet of taxiway pavement and shall not be placed on areas that subsequently will require any excavation or embankment. If, in the judgment of the Engineer, it is practical to place the salvaged topsoil at the t i me of excavation or stripping , the material shall be placed in its final position without stockpiling or further rehandling . Upon comp letion of grading operations , stockpiled topsoil sha ll be handled and placed as directed , or as required in Item T-905 . Payment for stockpiling the top 4 inches of excavated material in areas to be cleared or within the limits of the grading shall be paid for at the contract unit price per square yard (SY) under Item P-152 , Stockpiling Topsoil. When stockpiling of topsoil and later rehandling of such material is directed by the Engineer , the material so rehandled shall be paid for at the contract unit price per cubic yard (cubic meter) for "Topsoiling ," as provided in Item T-905 . METHOD OF MEASUREMENT 152-3.1 The quantity of excavation to be paid for shall be not be paid for but is considered a subsidiary to pavement Items Pro j ect No , 157 3 Jacobs No . WFXK2500 P-152 -6- Perimeter Road Improvements Mea cham International A irport TESTING REQUIREMENTS ASTM D 698 Test for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures, Using 5.5-pound (2.49 kg) Rammer and 12-inch (305 mm) Drop ASTM D 1556 Test for Density of Soil In Place by the Sand-Cone Method ASTM D 1557 Test for Laboratory Compaction Characteristics of Soil Using Modified Effort ASTM D 2167 Test for Density and Unit Weight of Soil In Place by the Rubber Ballon Method . Project No, 1573 Jacobs No . WFXK2500 END OF ITEM P-152 P-15 2 -7- Perimeter Road Improvements Meacham International Airport Project No , 1573 Jacobs No . WFXK2500 P-152 -8- Perimeter Road Improvements Meacham International Airport SPECIAL PROVISIONS TO ITEM SP-P-156 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL The work under this item shall conform to the requirements of Item P-156 of the FAA standards for Specifying Construction of Airports wh ich have been reproduced entirely herein with the following modifications . Where reference is made to specifications of ASTM for AASHTO, it shal l be construed to mean the latest standard in effect on the date of the proposal. 1. Section 156-1.1 DESCRIPTION Add the following paragraph : "It is the contractors sole responsibility to maintain the site in accordance with their Storm Water Pollution Prevention Plan (SWPPP). The SWPPP must be approved by the Engineer prior to the start of any construction activities. With the except i on of silt fence and stabilized construction entrance, no other erosion control measures will be paid for directly but will be considered subsidiary to Item P-156-5.3, Storm Water Pollution Prevention Plan. Details are provided in the plans for possible erosion control measures which may be used on this project." 2. METHOD OF MEASUREMENT Revise the section to read : "156-4.1 Temporary erosion and pollution control work required which is not attributed to the Contractor's negligence, carelessness, or failure to install permanent controls will be performed as scheduled or ordered by the Engineer 156-4.2 Control work performed within the construction limits other than silt fence and stabilized construction entrance as shown on the plans will not be measured and paid for directly, but shall be considered as a subsidiary obligation of the Contractor with costs included in Item P-156-5.1 , Silt Fence .. 156-4.3 Control work performed for protection of construction areas outside the construction limits, such as borrow and waste areas, haul roads, equipment and material storage sites , and temporary plant sites, will not be measured and paid for directly but shall be considered as a subsidiary obligation of the Contractor with costs included in Item P-156-5.1, Silt Fence." 3. BASIS OF PAYMENT Revise t he section to read : "156-5.1 Payment for Silt Fence shall be made at the contract unit price per linear foot. This price shall be full compensation for placing, relocating, and removing silt fence, furnishing all labor, equipment, materials, tools , and incidentals necessary to complete the item. Project No . 1573 Jacobs No . WFXK2500 SP-P-156 -1- A Meacham International Airport Payment will be made under: Item P-156-5.1 Project No. 1573 Jacobs No . WFXK2500 Silt Fence -per linear foot (LF) END OF ITEM SP-P-156 SP-P-156 -2- A Meacham International Airport ITEM P-156 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL DESCRIPTION 156-1.1 This item shall consist of temporary control measures as shown on the plans or as ordered by the Engineer during the life of a contract to control water pollution , soil erosion , and siltation through the use of silt fence / logs, berms, dikes , dams , sediment basins, fiber mats, gravel , mulches , grasses , slope drains, and other erosion control devices or methods. The temporary erosion control measures contained herein shall be coordinated with the permanent erosion control measures specified as part of this contract to the extent practical to assure economical, effective , and continuous erosion control throughout the construction period . Temporary control may include work outside the construction limits such as borrow pit operations , equipment and material storage sites , waste areas , and temporary plant sites . It is the contractors sole responsibility to maintain the site in accordance with their Storm Water Pollution Prevention Plan (SWPPP). The SWPPP must be approved by the Engineer prior to the start of any construction activities. With the exception of silt fence I log, no other erosion control measures will be paid for directly but will be considered subsidiary to the contract. Details are provided in the plans for possible erosion control measures which may be used on this project. MATERIALS 156-2.1 GRASS. Grass that will not compete with the grasses sown later for permanent cover shall be a quick-growing species (such as ryegrass , Italian ryegrass , or cereal grasses) suitable to the area providing a temporary cover. 156-2.2 MULCHES. Mulches may be hay , straw, fiber mats, netting , bark, wood chips , or other suitable material reasonably clean and free of noxious weeds and deleterious materials . 156-2.3 FERTILIZER. Fertilizer shall be a standard commercial grade and shall conform to all Federal and state regulations and to the standards of the Association of Official Agricultural Chemists . 156-2.4 SLOPE DRAINS. Slope drains may be constructed of pipe, fiber mats, rubble, portland cement concrete, bituminous concrete , or other materials that will adequately control erosion. 156-2.5 OTHER. All other materials shall meet commercial grade standards and shall be approved by the Engineer before being incorporated into the project. CONSTRUCTION REQUIREMENTS 156-3.1 GENERAL. In the event of conflict between these requirements and pollution control laws , rules, or regulations of other Federal, state , or local agencies, the more restrictive laws, rules, or regulations shall apply. The Engineer shall be responsible for assuring compliance to the extent that construction practices, construction operations , and construction work are involved. Project No , 1573 Jacobs No . WFXK2500 P-156 -1- Apron C Improvements Meacham International Airport -. 1 • 1 -... 156-3.2 SCHEDULE. Prior to the start of construction , the Contractor shall submit schedules for accomplishment of temporary and permanent erosion control work , as are applicable for clearing and grubbing ; grad ing ; construction ; paving ; and structures at watercourses. The Contractor shall also submit a proposed method of erosion and dust control on haul roads and borrow pits and a plan for disposal of waste materials. Work sha ll not be started until the erosion control schedules and methods of operation for the applicable construction have been accepted by the Engineer. 156-3.3 AUTHORITY OF ENGINEER. The Engineer has the authority to limit the surface area of erodible earth material exposed by clearing and grubbing, to limit the surface area of erodible earth material exposed by excavation , borrow and fill operations , and to direct the Contractor to provide immediate permanent or temporary pollution control measures to minimize contamination of adjacent streams or other watercourses , lakes, ponds , or other areas of water impoundment. 156-3.4 CONSTRUCTION DETAILS. The Contractor will be required to incorporate all permanent erosion control features into the project at the earliest practicable time as outlined in the accepted schedu le. Except where future construction operations will damage slopes , the Contractor shall perform the permanent seeding and mulching and other specified slope protection work in stages , as soon as substantial areas of exposed slopes can be made available. Temporary erosion and pollution control measures will be used to correct conditions that develop during construction that were not foreseen during the design stage; that are needed prior to installation of permanent control features ; or that are needed temporarily to control erosion that develops during normal construction practices , but are not associated with permanent control features on the project. Where erosion is likely to be a problem , clearing and grubbing operations should be scheduled and performed so that grading operations and permanent erosion control features can follow immediately thereafter if the project conditions permit; otherwise , temporary erosion control measures may be requ ired between successive construction stages. The Engineer will limit the area of clearing and grubbing , excavation, borrow , and embankment operations in progress , commensurate with the Contractor's capability and progress in keeping the finish grading, mulching , seeding , and other such permanent control measures current in accordance with the accepted schedule. Should seasonal limitations make such coordination unrealistic , temporary erosion control measures shall be taken immediately to the extent feasible and justified. In the event that temporary erosion and pollution control measures are required due to the Contractor's negligence , carelessness , or failure to install permanent controls as a part of the work as scheduled or are ordered by the Engineer , such work shall be performed by the Contractor at his/her own expense . The Engineer may increase or decrease the area of erodible earth material to be exposed at one time as determined by analysis of project conditions. The erosion control features installed by the Contractor shall be acceptably maintained by the Contractor during the construction period . Project No , 1573 Jacobs No . WFXK2500 P-156 -2- Apron C Improvements Meacham International Airport Whenever construction equipment must cross watercourses at frequent intervals, and such crossings will adversely affect the sediment leve ls , temporary structures should be provided. Pollutants such as fuels , lubricants , bitumen , raw sewage , wash water from concrete mixing operations , and other harmful materials shall not be discharged into or near rivers , streams , and impoundments or into natura l or manmade channels leading thereto . METHOD OF MEASUREMENT 156-4.1 Temporary eros ion and pollution control work required which is not attributed to the Contractor's negligence , carelessness , or failure to install permanent controls will be performed as scheduled o r ordered by the Engineer 156-4.2 Control work performed within the construction limits other than silt fence / logs as shown on the plans will not be measured and pa id for directly , but shall be considered as a subsidiary obligation of the Contractor with costs included in the cost of the contract. 156-4.3 Control work performed for protection of construction areas outside the construction limits, such as borrow and waste areas , haul roads , equipment and material storage sites , and temporary plant sites , will not be measured and paid for directly but shall be cons idered as a subsidiary BASIS OF PAYMENT 156-5.1 Payment for Silt Fence shall be made at the contract unit price per linear foot. Th is price shall be full compensat ion for placing , relocating , and removing silt fence , logs , rock check dams , furnishing all labor, equ ipment, materials , tools , and incidentals necessary to complete the item. No payment wi ll be made for any other erosion control devices which may be necessary for the contractors SWPPP . Payment for si lt fence will be made under: Item P-156-5 .1 Silt Fence -per linea r foot (LF) Temporary contro l features not covered by contract items that are ordered by the Engineer will be paid for in accordance with Section 90-05 . Project No , 157 3 Jacobs No . WFXK2500 END OF ITEM P-156 P-156 -3- Apron C Improvements Meacham International A irport l SPECIAL PROVISIONS TO ITEM P-304 CEMENT TREATED BASE COURSE The work under this item shall conform to the requirements of Item P-304 of the FAA standards for Sp~cifying Construction of Airports which have been reproduced enti rely here in with the following rnodrfications. Where reference is made to specifications of ASTM for AASHTO, it shall be construed to mean the latest standard in effect on the date of the proposal. 1 . Section 304-2 .3 AGGREGATE Revise the second paragraph to read: "Aggregates suspected of containing injurious quantities of sulfates shall be examined petrographlcally by the contractor and at the contractors expense in accordance with ASTM C295. Add the following paragraph at the end of the section: "The percentage of wear of the crushed aggregate retained on the No. 4 sieve shall be no more than 40%. The sodium sulfate soundness loss of this material shall not exceed 10%, or the magnesium sulfate soundess loss of this material shall not exceed 12%, after five cycles. Additionally, all curshed material to be used In cement treated base course shall be evaluated and tested for alkali-aggregate reactivity using ASTM C 1260. The test results shall have a measured expansion equal to or less than 0.10% in 16 days. All tests shall be done by the contractor, at the contractors expense." 2. Section 304-2.4 BITUMINOUS MATERIAL Insert the following for Table 2: TABLE 2. BITUMINOUS MATERIAL Type and Grade Emulsified Asphalt SS-1H, MS-1 Specificatio n ASTM D977 Add the following paragraph after Table 2: Appllcatlon Temperature Deg.F Deg.C 75-130 25-55 "The use of cutback asphalt will not be allowed. The asphalt membrane used for sealing shall be MS-1 or SS-1 H emulsion conforming to the requirements of ltern 300 of the latest version of the Toxas Department of Transportation Standard Specifications for Construction of Highways, Streets, and Bridges." 3. CEMENT CONTENT Revise the second sentence to read: Project No. 1573 Jacobs No. WFXK2500 SP-304 -1- Apron C Improvements Meacham International Airport Rev. Add. No. 0001 "The cement content for construction shall be that at which the mix develops a 7-day comprossive strength of at least 750 psi and no greater than 1,500 psi." Project No. 1573 Jacobs No . WFXK2500 Apron C Improvements Meacham lntorn.itional A irport Rev. Add. No . 000 1 CEMENT CONTENT Add the following section, Section 3.2 MIX DESIGN ; "304-3.2 MIX DESIGN . The mix shall produce a cement treated base conforming the requirements of section 304-3.1. . The cement treated base course mix design shall be furnished by the Contractor at his expense and shall be prepared by an approved independent testing laboratory. Before starting construction, the Contractor shall submit samples of materials to be used to the Engineer sufficiently In advance, for making required tests for approval. Mix design data shall include the followlng: aggregate tests, complying with the requirements of Paragraph P-304-2.3, Portland cement tests complying with Paragraph P-304-2.1, and cement treated base tests complying with the requirements of Paragraph P- 304-3.1 . Method of mixing in accordance with Paragraph P-304-4.4 Mix design data shall not be more than one year old. Should a change in sources be made, the mixing method be changed, or the proportions of any material be changed In excess of 5% by weight, a new mix design must be submitted to the Engineer for approval." 4 . Section 304-4.5 Placing Add the following paragraphs to the end of the section : "The use of mixers having a chute delivery shall not be permitted except as approved. In all such cases the arrangement of chutes, baffle plates, etc., shall insure the placing of the cement treated base without segregation. The prepared underlying course shall be free of all ruts or soft yielding places. The surface , if dry, shall be moistened but not to the extent of producing a muddy condition at the time the base mixture is placed. Trucks for t('ansporting the mixed base material shall be provided with protective covers. The materlal shall be spread on the prepared underlying course to such depth that, when thoroughly compacted wlll conform to the grade, dimensions and full depth shown in one operation. The materials shall be spread by a machine designed for the placement of Cement Treated Base or other slmllar material, as approved by the Engineer. Motor graders. front end loaders and scrapers are not acceptable for spreading Cement Treated Base. It shall not be placed in piles or windrows. If spreader boxes or other spreading machines are used that do not spread the material the full width of the lane or the width being placed in one construction operation, a sufficient number of them shall be provided and operated in staggered formation to obtain full-w idth spreading. · No equipment or traffic which, in the opinion of the Engineer, will damage the base course or the curing material shall be permitted on the finished base course during the 72•hour curing period. Self-propelled rollers, in sufficient number, size, and type, shall be provided to obtain the specified results. Care shall be exercised in routing construction equipment to avoid the formation of unnecessary ridges due to wheel tracks or tractor treads. The base material TxDOT CSJ No . 0702M EACH C&B No . 014304 SP-P-304 .3. 2007 Airfield Improvements Meacham Internat iona l Airport after compaction shall be trimmed by means of an autograde ("CMI" Or' equal) to the grade and seci:ion shown on the plans. All material loosened in this operation shall be swept from the surface before any further rolllng. Finishing operations shall continue until the surface is true to the specified section and until the surface shows no variation of more than 3/8-inch from a 16-foot straightedge laid in any location parallel with, or at right angles to, the longitudinal axis of the pavement. The finished surface shall be trimmed so as to be within 0.04 feet (:t} of plan grade. Low points shall be filled with concrete during the placement of P-501 "Portland Cement Concrete Pavement". High spots shall be removed by milling. Cement Treated Base that shows stress cracking shall be evaluated by coring or hand digging to determine the depth and extent of cracking. Areas of minor cracking (cracks are Jess than 0.1" wide and less than 1/10 of the total thickness of the CTB layer) shall remain. Areas of medium cracking (cracks are less than 0.2" wide and less than 1/4 of the total thickness of the CTB layer) shall remain at a pay factor of 50%, or be removed and replaced in full depth in accordance to these specifications. Areas of severe cracking (cracks are over 0.2" wide or greater than 1/4 of the total thickness of the CTB layer) shall be removed and replaced in full depth in accordance to these specifications. The Engineer shall determine those areas to be removed. Any cracked CTB removed and replaced at the direction or the Engineer shall be at the expense of the Contractor." 5. Section 304-4.6 ACCEPTANCE SAMPLING AND TESTING OF CEMENT TREATED BASE COURSE (COMPACTION) . Revise the second sentence of the second paragraph to read: "A lot will consist of 1,000 square yards or a days production, whichever is less, and will be divied into four equal sublets." Add the following paragraph: " b. THICKNESS Cement treated base course will be accepted for thickness on a lot basis. A lot will consist of 1,000 square yards or a days production, whichever is less, and will be divided into four equal sublets. Sampling locations will be determined by the Engineer on a random basis in accordance with statistical procedures contained in ASTM D 3665. One core shall be taken from each sublot and an average thickness for the lot shall be calculated. When the average thickness is not deficient more than W' from the plan thickness, full payment shall be made. When the average thickness is deficient by more than "h'' but less than 1" from the plan thickness, the entire lot shall be removed and replaced at the Contractor's expense or be paid at 75% of the contract unit price with approval by the Engineer. If the average thickness is defieiont by more than 1" from the plan thickness, the entire lot shall be removed and replaced at the Contractor's expense." 6. Section 304-4.11 PROTECTION AND CURING Add the following paragraph: "During cold weather, when the air temperature may be expected to drop below 35°F, a sufficient supply of hay, straw, or other material suitable for cover and protecting previously placed material shall be provided at the site. Any base which has been damaged by free;dng, or otherwise, shall be removed and replaced by the Contractor at his own expense." 7. Section 304-5.2 METHOD OF MEASUREMENT TxDOi CSJ No. 0702MEACH C&B No. 014304 SP-P-304 -4- 2007 Airfield Improvements Meacham lntemational Airport Replace Section 304-5.2 with the following; "Portland cement will not be measured for payment, but shall be considered subsidiary to the cement treated base course." 8. BASIS OF PAYMENT Replace the secti on with the following: "304-6.1 Payment shall be made at the contract unit price per square yard for cement- treated base course. This price shall be full compensation for furnishing all materials, Including portland cement; for all preparation, manipulation, and placing of these materials; and for all labor, equipment, tools, and incidentals necessary to complete the Item. Each lot of cement-treated base course will be accepted at the full contract unit pri ce when both the pay factors for compaction and thicknes~ are 100% as determined by paragraph 304-4.6. If either pay factor for compaction or thickness is below 100%, the entire lot shall be paid for at the lower of the compaction or thickness pay fa.etor for each lot. Payment will be made under: Item P-304-6.1 TxDOT CSJ No . 0702MEACH C&B No . 014304 1 O" Cement-treated base course •• per square yard {SY) END OF ITEM SP-P-304 SP·P·304 -5- 2007 Airfield Improvements Meacham Inte rnationa l Airport ITEM P-304 CEMENT-TREATED BASE COURSE DESCRIPTION 304-1.1 This item sha ll consist of a base course composed of m inera l aggregate and cement uniformly blended and mixed with water. The mixed material shall be spread , shaped, and compacted in accordance with these specifications and in conformity to the lines , grades , dimensions, and typical cross sections shown on the plans. Runway, taxiway , or apron pavements shall be bu ilt in a series of parallel lanes using a plan of processing that reduces longitudinal and transverse joints to a minimum. The freeze-thaw weight loss sha ll not exceed 14 percent after 12 cycles when tested in accordance w ith ASTM D 560 . MATERIALS 304-2.1 PORTLAND CEMENT. Portland cement shall conform to the requirements of ASTM C 150 , Type L 304-2.2 WATER. Water shall be c lean , clear. and free from injurious amounts of sewage, oi l , acid, strong alkalies , or vegetable matter, and it sha ll be free from clay or si lt. if t he water is of questionab le qua lity, it sha ll be tested in accordance with the requirements of AASHTO T 26_ 304-2.3 AGGREGATE. The aggregate shall be select granular materials meeting the gradation requirements given in Table 1 _ The material shall be free of roots. sod. and weeds. The crushed or uncrushed aggregate shall consist of ha rd, durable particles of accepted qual ity , free f rom an excess of flat, elongated, soft, or disintegrated pieces, or objectionable matter. The method used in producing the aggregate shall be such that the finished product shall be as consistent as practicable. All stones and rocks of inferior quality sha ll be wasted . Aggregates suspected of containing inj urious quantities of su lfates shall be examined petr ograph ically in accordance w ith ASTM C 295. The aggregate shall con fo rm to the g radation shown in Table 1 wh en tested in accordance with ASTM C 136. TABLE 1. AGGREGATE CEMENT-TREATED BASE COURSE Sieve Si;i::e Percentage by Wei~ht Passin~ Si~v~s 2 in. (50 mm) 95-100 No. 4 (4.75 mm) 45-100 No. 10 (1.80 mm) 35-80 No. 40 (450 micro-m) 15-75 No. 80 (210 micro-m) 0-35 The gradations in the table represent the limits that shall determine suitability of aggregate for use from the sources of supply. The final gradations decided on , within the limits designated in the table. shall be well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on adjacent sieves, or vice versa. The portion of the base aggregate, Projec:t No . 1573 Jacobs No . WFXK2500 P-304 -1- Apron C Improvements Meacham International Airport Rev . Add . No . 0001 including any blended material, passing the No. 40 sieve shall have a liquid limit of not more than 25 and a plasticity index of not more than 6 when tested in accordance with ASTM D 4318. Alt aggregate samples required for testing shall be furnished by the Contractor at the expense of the Contractor. Sampling shall be in accordance with ASTM D 75 and will be observed by t he Engineer. No aggregate shall be used in production of mixtures without prior approval. 304•2.4 BITUMINOUS MATERIAL. The types, grades, and controlling specifi cations and application temperatures for the bituminous material are g iven i n Tab le 2 _ The Engineer shall specify the type and grade of bituminous material to be used. TABLE 2. BITUMINOUS MATERIAL Type and Grade Soecification Application Temperature Dea. F Deo.c Cutback Asphalt RC-70 ASTM 02028 120-160 50-70 RC·250 160-200 70-95 Emulsified Asohalt RS-1, SS-1 ASTM O 977 75-130 25-55 CRS-1 ASTM D2397 75-130 25-55 CEMENT CONTENT 304-3.1 Prior to start of work, laboratory tests of materials submitted by the Contractor shall be made to determine the quantity of cement required in the mix. The cement content for construction shall be that at which the mix develops a 7 -day compressive strength of at least 750 ps i (5 170 kPa). The testing procedure shall be as follows : mold and cure specimens in accordance with ASTM D 560; soak specimens in water for 4 hours; cap and break specimens in compression in accordance with ASTM D 1633. CONSTRUCTION METHODS 304-4.1 WEATHER LIMITATIONS. The cement-treated base shall not be mixed or placed while the .atmospheric temperature is below 40° F (4° C) or when conditions indicate that the temperature may fall below 35° F (2° C) within 24 hours or when the weather is rainy. Cement-treated base shall not be placed on frozen subgrade or m ixed When aggregate is frozen. 304-4.2 OPERATION AT PITS. All work involved in clearing and stripping pits, includi ng handling unsuitable material , shall be performed by the Contractor. The Contractor shall notify the Engineer sufficiently in advance of opening of any designated pit to permit staking of boundaries at the site , to take elevations and measurements of the ground surface before material is produced, to permit the Engineer to take samples of the material for tests to determine its quality and gradation , and to prepare a preliminary design of base mixture. Project No. 1573 Jacobs No. WFXK2SOO P-304 -2- Apron C Improvements MC;lac ham Internatio nal Airport Rev.Add .No .0001 The pits, as utilized, shall be opened immediately to expose vertical faces of the various strata of acceptable material and , un less otherwise directed, the material shall be secured in successive vertical cuts extending through all the exposed strata in order to secure a uniform material. 304-4.3 PREPARING UNOERL YING COURSE. The underlying course shall be checked and accepted by the Engineer before placing and spreading operations are started. Any ruts or soft yielding places caused by improper drainage conditions , hauling, or any other cause shall be corrected before the base course is placed thereon. 304-4.4 MIXING. The aggregate shall be proportioned and mixed with cement and water in a centra l mixing plant. The plant shall be equipped with feeding and metering devices that will introduce the cement, aggregate, and water into the mixer in the quantities specified. Mixing shall continue until a thorough and uniform mixture has been obtained. 304-4.5 PLACING. The mixture shall be transported to the job site in suitable vehicles and shall be deposited on the moistened subbase in uniform layers by means of approved mechanical spreaders. Not more than 60 minutes shall elapse between the start of moist mixing and the start of compaction of the cement-treated mixture on the prepared subgrade. 304-4.6 ACCEPTANCE SAMPLING AND TESTING OF CEMENT-TREATED BASE COURSE (COMPACTION). Immediately upon completion of the spreading operations, the mixture shall be thoroughly compacted. The number, type, and weight of rollers shall be sufficient to compact the mixture to the required density. The cement-treated base course shall be accepted for density on a lot basis. A lot will consist of 1,000 square yards and will be divided into four equal sublets. One test shall be made for each sub let. Sampling locations will be determined by the Engineer on a random basis in accordance with statistical procedures contained in ASTM D 3665. Each lot of compacted material will be sccepted. with respect to density, when the average field density is equal to or greater than 98 percent of the maximum density of laboratory specimens prepared from samples of cement-treated base course taken from the material in place. The laboratory specimens shall be compacted and tested in accordance with ASTM D 558. The in-place field density shall be determined in accordance with ASTM D 1556 or ASTM D 2167. The lot will be accepted without adjustment in payment if the average density, based on four acceptance tests of the lot, is greater than or equal to 98 percent. If the average density does not meet this requirement, the Contractor may elect to leave the lot in place at a reduced unit price determined in accordance with Table 3. TABLE 3. SLIDING SCALE PAY FACTORS Averaae Percent Densitv 98.0 and oreater 97.0-97.9 96.0-96.9 95.0-95.9 Less than 95.0 Project No . 1573 Jacobs No. WFXK2500 P-304 .3- Recommended Percent Pavment 100 95 90 75 reject Apron C Improvements Meacham Inter-national Airport Rev .Add.No.0001 Any mixture that has not been compacted shall not be left undistributed for more than 30 minutes. The moisture content of the mixture at the start of compaction shall not be below nor more than 2 percentage points above the optimum moisture content. The optimum moisture content shall be determined in accordance with ASTM D 558 and shall be less than that amount which will cause the mixture to become unstable during compaction and finishing. 304-4.7 LAYER THICKNESS. The maximum depth of a compacted layer shall be 6 inches (150 mm), except where that total depth of the compacted base course is required to be greater than 6 inches (150 mm), no layer shall be in excess of 8 inches (200 mm) or less than 4 inches (100 mm) when compacted. In multilayer construction, the surface of the compacted material shall be kept moist until covered with the next layer. Successive layers shall be placed and compacted so that the required total depth of the base course is completed the same day. 304-4.8 FINISHING. Finishing operations shall be completed during daylight hours, and th.e completed base course shall conform to the required lines, grades; and cross section. If necessary, the surface shall be lightly scarified to eliminate any imprints made by the compacting or shaping equipment. The surface shall then be recompacted to the required density. The compaction and finishing operations shall be completed within 2 hours of the time water is added to the mixture and shall produce a smooth, dense surface that is free of surface checking, ridges, or loose material. 304-4.9 SURFACE TOLERANCE. The finished surface shall not vary more than 3/8 inch (9 mm) when tested with a 16-foot (4.8 m) straightedge applied parallel with, or at right angles to, the centerline of the stabilized area. Any deviation in excess of this amount shall be corrected by the Contractor at the Contractor's expense. 304-4.10 CONSTRUCTION JOINTS. At the end of each day's construction, a transverse construction joint shall be formed by a header or by cutting back into the compacted material to form a true vertical face free of loose material. Longitudinal joints shall be formed by cutting back into the compacted material to form a true vertical edge. 304-4.11 PROTECTION AND CURING. The completed cement-treated base shall be cured with a bituminous curing seal applied as soon as possible, and in no case later than 24 hours after completion of the finishing operations. The surface of the base course shall be kept moist until the bituminous material is applied. Bituminous material shall be uniformly applied at a rate of between 0.10 and 0.25 gallons per square yard (0 .47 and 1.20 liters per square meter) of surface. The rate of application shall be approved by the Engineer. The curing seal shall be maintained and protected for 7 days. Finished portions of the base course that are used by equipment in the construction of an adjoining section shall be protected to prevent marring or damaging the completed work. The stabilized area shall be protected from freezing during the curing period. Project No. 1573 Jacobs No . WFXK2500 P-304 -4- Apron C Improvements Meacham International Airport Rev .Add.No.0001 304-4.12 BONDING PREVENTION LAYER. When the Cement-Treated Base Course (CTB) is to be placed directly beneath Portland Cement Concrete Pavement (PCC) a bond prevention layer shall be required. The entire surface of the CTB shall be coated with a de-bonding compound applied in a quality sufficient to prevent bonding of the PCC pavement to the base course. If an impervious membrane or asphalt emulsion is used as a curing material , it may serve as the bond prevention layer. The Contractor shall be responsible for selecting the de- bonding compound and determining the necessary application rate . The de-bonding compound shal l be approved by the Engineer prior to being incorporated into the work. METHOD OF MEASUREMENT 304-5.1 The quantity of cement-treated base to be paid for will be determined by measurement of the number of square yards (square meters) of base actually constructed and accepted by the Engineer as complying with the plans and specifications. 304-5.2 Portland cement will be measured by the hundredweighC BASIS OF PAYMENT 304-6.1 Payment sha ll be made at the contract unit price per square yard (square meter) for cement-treated base course. This price shall be full compensation for furnishing all materials, except portland cement; for all preparation. manipulation, and placing of these materials; and for all labor, equipment, tools, and incidentals necessary to complete the item. Each lot of cement-treated base course will be accepted for density at the full contract unit price when the results of four density tests indicate that the average density is equal to or greater than 98 percent as determined by paragraph 304-4 .6. Each lot not meeting this requirement will be accepted at an adjusted contract unit price in accordance with Table 3. 304-6.2 Payment shall be made at the contract unit price per hundredweight for portland cement. This price shall be full compensation for furnishing this material; for all delivery, placing, and incorporation of this material: and for an labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-304-6.1 Item P-304-6.2 Cement-treated base course-per square yard (square meter) Portland Cement-per hundredweight TESTING REQUIREMENTS ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates ASTM C 295 Petrographic Examination of Aggregates for Concrete ASTM D 75 Sampling Aggregates ASTM D 558 Moisture-Density Relations of Soil-Cement Mixtures ASTM D 560 Freezing-and-Thawing Tests of Compacted Soil-Cement Mixtures i:>roject No . 1573 Jacobs No . WFXK2500 P-:304 -5· Apron C Improvements Meacham International Airport Rev.Add.No.0001 ASTM D 1556 Density of Soil in Place by the Sand-Cone Method ASTM D 1633 Compressive Strength of Molded Soil-Cement Cylinders ASTM D 3665 Random Sampling of Paving Materials ASTM D 4318 Liquid Limit, Plastic Limit, and Plasticity lndex of Soils AASHTO T 26 Quality of Water to be Used in Concrete MATERIAL REQUIREMENTS ASTM C 150 Portland Cement ASTM C 595 Blended Hydraulic Cements ASTM D 977 Emulsified Asphalt ASTM D 2028 Cutback Asphalt ASTM D 2397 Cationic Emulsified Asphalt Project No. 1573 Jacobs No. WFXK2500 END OF ITEM P-304 P-304 -6- Apron C Improvements Meacham International Airport Rev.Add . No .0001 SPECIAL PROVISIONS TO ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT The work under this item shall conform to the requirements of Item P-501 of the FAA standards for Specifying Construction of A irports which have been reproduced entirely herein with the following modifications. Where reference is made to specifications of ASTM for AASHTO , it shall be construed to mean the latest standard in effect on the date of the proposal. 1. Section 501-2 .1 (c) Coarse Aggregate Revise the third sentence to : "Aggregates delivered to the mixer shall consist of crushed stone, crushed or uncrushed gravel." 2. Section 501-4 .6 MIXING CONCRETE Revise the second sentence of the second paragraph to : "The elapsed time from the addition of cementitious material to the mix until the concrete is deposited in place at the work site shall not exceed 30 minutes when the concrete is hauled in nonagitating trucks, nor 60 minutes when the concrete is hauled in truck mixers or truck agitators." 3. Section 501-4 .13 SKID-RESISTANT SURFACES Revise the section to read : "501-4.13 SKID-RESISTANT SURFACES. A skid-resistant surface shall be provided by construction of saw cut grooves. SAW-CUT GROOVES. For new concrete pavements that have hardened, transverse grooves shall be saw-cut in the pavement forming a 1/4 inch (6 mm) wide by 1/4 inch (6 mm) deep by 1- 1/2 inches (37 mm) center to center configuration and shall align with the existing grooves on outside panels. The grooves shall be continuous for the entire runway length. They shall be saw-cut transversely in the runway pavement to within 10 feet (3 m) of the runway pavement edge to allow adequate space for equipment operation. The maximum transverse saw-cut grooves shall not exceed 130 feet (40 m). The tolerances for the saw-cut grooves shall meet the following: Alignment tolerance. Plus or minus 1-1/2 inches (38 mm) in alignment for 75 feet (23 m). Groove tolerance. Minimum depth 3/16 inch (5 mm), except that not more than 60 percent of the grooves shall be fess than 1/4 inch (6 mm). Maximum depth 5/16 inch {8 mm). TxDOT CSJ No . 0702MEACH C&B No . 014304 SP-P-501 -1- 2007 Airfield Improvements Meacham International A irport l l ] j Minimum width 1/4 inch (6 mm). Maximum width 5/16 inch (8 mm). Center-to-center spacing Minimum spacing 1-3/8 inches (35 mm) Maximum spacing 1-1/2 inches (38 mm). Saw-cut grooves shall not be closer than 3 inches (76 mm) or more than 9 inches (229 mm) to transverse paving joints. Grooves shall not be closer than 6 inches (152 mm) and no more than 18 inches (457 mm) from in-pavement light fixtures. Grooves may be continued through longitudinal joints. Where neoprene compression seals have been installed grooves, shall not be closer than 3 inches (76 mm) or more than 5 inches (127 mm) from the longitudinal joints. Cleanup of waste material shall be continuous during the grooving operation. Waste material shall be disposed of in an approved manner. Waste material shall not be allowed to enter the airport stonn or sanitary sewer system." 4 . Section 501-4.14 CURING Delete subsection (c) Waterproof Paper. 5. METHOD OF MEASUREMENT Revise the section to: "501-7.1 Portland cement concrete pavement shall be measured by the number square yards of reinforced pavement as specified in-place, completed and accepted, less any deduction(s) as hereinafter described for deficient thickness or strength. The quantity of cement used in the work will not be measured separately, but will be considered incidental to the items requiring PCC pavement. The quantity of dowels, reinforcing steel, and tie bars used in the work will not be measured for payment, but will be considered incidental to the items requiring PCC pavement. Concrete Thickened-Edges will not be measured separately for payment, but will be considered incidental to the items requiring PCC pavement." 6 . Section 501-8 .1b Payment Add the following Pay Items : "Item P-501-8.1 "Item P-501-8.2 6" Reinforced Concrete Pavement -per squre yard (SY) 1 O" Reinforced Concrete Pavement -per square yard (SY) 7 . Delete Section 501-8 .1 c Basis of adjusted payment for Smoothness TxDOT CSJ No. 0702MEACH C&B No. 014304 END OF ITEM SP-P-501 SP-P-501 -2- 2007 Airfield Improvements Meacham International Ai rport ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT DESCRIPTION 501-1.1 This work shall cons ist of pavement composed of portland cement concrete , with reinforcement constructed on a prepared underlying surface in accordance with these specifications and shall conform to the lines , grades , thickness, and typical cross sections shown on the plans. MATERIALS 501-2.1 AGGREGATES. a. Reactivity. Aggregates shall be tested for deleterious reactivity with alkalies in the cement, which may cause excessive expansion of the concrete. Tests of coarse and fine aggregate shall be made in accordance with ASTM C 1260. If the expansion of the coarse or fine aggregate test specimens , tested in accordance with ASTM C 1260, does not exceed 0.10 % at 16 days from casting , the coarse or fine aggregates shall be accepted . If the expansion at 16 days is greater than 0.10%, test specimens shall be produced using all components (e.g . coarse aggregate , fine aggregate , cementitious materia ls , and /or specific reactivity reduc ing chemicals) in the proportions proposed for the mixture design . If the expansion of the proposed mixture design test specimens , tested in accordance with ASTM C 1260 , does not exceed 0.10 % at 16 days from casting , the aggregates will be accepted. If the expansion of the proposed m ixture design test specimens is greater than 0 .10 % at 16 days, the aggregates will not be accepted unless adjustments to the mixture design can reduce the expansion to less than 0.10 % at 16 days, or new aggregates shall be evaluated and tested . b. Fine Aggregate. Fine aggregate shall conform to the requirements of ASTM C 33. Gradation shall meet the requirements of Table 1 when tested in accordance with ASTM C 136, except as may otherwise be qualified under Section 5 of ASTM C 33. TABLE 1. GRADATION FOR FINE AGGREGATE (ASTM C 33) Sieve Designation (Square Openings) 3/8 in . (9 .5 mm) No. 4 (4 .75 mm) No . 8 (2.36 mm) No . 16 (1 .18 mm ) No. 30 (600 micro-m) No. 50 (300 micro-m) No . 100 (150 micro-m) Percentage by Weight Passinq Sieves 100 95-100 80-100 50-85 25-60 10-30 2-10 c. Coarse Aggregate. Coarse aggregate shall conform to the requirements of ASTM C 33. Gradation , within the separated size groups , shall meet the requirements of Table 2 when tested in accordance with ASTM C 136. When the nominal maximum size of the aggregate is greater than 1 inch , the aggregates shall be f urnished in two size groups. Project No . 1573 Jacobs No . WFX K2 500 P-501 -1- A pron C Improvements Meacham International Airport Aggregates delivered to the mixer shall consist of crushed stone , crushed or uncrushed gravel , air-coo led blast furnace slag , crushed recycled concrete pavement , or a combination thereof. The aggregate shall be composed of clean , hard, uncoated particles and shall meet the requirements for de leterious substances contained in ASTM C 33 , Class 4S. Dust and other coating shall be removed from the aggregates by washing. The aggregate in any size group shall not contain more than 8 percent by weight of flat or elongated pieces when tested in accordance with ASTM D 4791. A flat or elongated particle is one having a ratio between the maximum and the minimum dimensions of a circumscribing rectangular prism exceeding 3 to 1. The percentage of wear shall be no more than 40% when tested in accordance with ASTM C 131 or ASTM C 535. TABLE 2 GRADATIONS FROM 1-1/2 INCH TO NO. 4 SIEVE PERCENTAGE BY WEIGHT PASSING SIEVES (AASHTO T 27) DESIGNATION (SQUARE 2" 1-1 /2 " 1" 3/4 " 3/8 " N0.4 NO. 8 OPENINGS) 1-1/2 " TO 3/4 " 100 90-100 20-55 0-15 0-5 ------ 3/4 " TO NO . 4 ------100 90-100 20-55 0-10 0-5 Aggregate susceptibility to Disintegration (D) Cracking. Aggregates that have a history of D-cracking shall not be used. Prior to approval of mixture design and production of Portland cement concrete the Contractor shall submit written certification that the aggregate does not have a history of D-Cracking and that the aggregate meets the specified State requirements. (1) Crushed Stone Aggregate from Missouri. Only the Burlington, Keokuk, Callaway , and Warsaw limestone format ions shall be approved unless the source has been given an acceptable rating from another State classification procedure. Aggregate from the approved formations shall meet all other quality test requirements within these specifications . Aggregate with an acceptable rating from another State classification system shall adhere to the requirements herein described for that State. (2) Crushed Stone Aggregate from Kansas. Aggregate shall be approved by the Kansas Department of Transportation (KDOT) ledge classification procedure. Ledges shall be accepted if they meet the KDOT Class 1 requirements. The sodium and magnesium sulfate soundness tests (ASTM C 88) shall not be required , however, the aggregate shall have a soundness (modified freeze-thaw) minimum of 0.90 as determined for the KDOT class 1 rating . The aggregate shall meet all other quality test requirements within these specifications . (3) Crushed Stone Aggregate from Iowa. Aggregate shall meet the quality requirements of Iowa Department of Transportation (IDOT) Class 3 durability rating and shall meet all other quality test requirements within these specifications . (4) Crushed Stone Aggregate from Nebraska. Aggregate shall meet the quality test requirements of these specifications or shall have an acceptable rating from another state classification system. Aggregate and aggregate sources that do not meet the Nebraska Project No . 1573 Jacobs No. WFXK2500 P-501 -2- Apron C Improvements Meacham International A irport Department of Roads (NOR ) Section 1006 requi rements sha ll not be used unless approved by other accepted State class ification procedures . (5) Other sources of crushed stone aggregat e shall be approved if the durability factor as determined by ASTM C 666 is greater than or equal to 95 and all other quality test requirements within these specifications are fulfilled. The FAA w ill cons ider and reserves final approval of other State classificat ion procedures. (6) Crushed gravel and sand-gravel aggregates sha ll not be required to meet freeze- thaw durab ili ty ratings. These aggregates shal l be approved for use in concrete by the state highway agency in the state from which the aggregate orig inates and the state in which they are to be used and shall meet all other cr it eria within these specifications. 501-2.2 CEMENT. Cement shall conform to the requirements of ASTM C 150 Type II. If for any reason , cement becomes partially set or conta ins lumps of caked cement, it shall be rejected . Cement salvaged from d iscarded or used bags shall not be used . On ly cements containing less than 0 .6 % equiva lent alkali or cements that can demonstrate a pos itive reduct ion in t he expansion c reated by alka li-silica reactions shall be used . 501-2.3 CEMENTITIOUS MATERIALS. a. Fly Ash. Fly ash shall meet the requirements of ASTM C 618 , Class F, or N with the exception of loss of ign it ion , whe re the maximum shall be less than 6 percent for C lass F or N. The supp lementary optional chemical and physical properties of Tables 1A and 2A contained in ASTM C 618 sha ll apply . Fly ash such as is produced in furnace operations utilizi ng liming materials or soda ash (sodium carbonate ) as an additive sha ll not be acceptable . The Contractor shall furnish vendor's certified test reports for each shipment of Fly Ash used in the proj ect. The vendor's certified test report can be used for acceptance or the material may be tested independently by the Engineer. b. Blast Furnace Slag. Ground Granulated Blast Furnace (GGBF ) s lag shall conform to ASTM C 989 , Grade 100 or 120 . GGBF shall be used only at a rate between 25 and 55 percent of the total cementitious material by mass. 501-2.4 PREMOLDED JOINT FILLER. P remolded joint filler for expansion joints shall conform to the requirements of ASTM D 1752 , Type II or Ill and shall be punched to admit the dowels where called for on the plans . The filler for each j oint sha l l be furnished in a single p iece for the full depth and width required for the joint, unless otherwise specified by the Engineer. When the use of more than one piece is requ ired for a joint, the abutting ends sha ll be fastened securely and held accurately to shape by stapling or other positive fastening means satisfactory to the Engineer. 501-2.5 JOINT SEALER. The joint sealer for the joints in the concrete pavement shall meet the requirements of Item P-605 and shall be of the type(s) specified in the plans . 501-2.6 STEEL REINFORCEMENT. Reinforcing shall consist of bar mats conforming to the requirements of ASTM ASTM A 184 or A 704. Pro j ect No . 1573 Jacobs No . WFXK2500 P-501 -3- Apron C Improvements Meacham International A irport 501-2.7 DOWEL AND TIE BARS. Tie bars shall be deformed steel bars and conform to the requirements of ASTM A 615 or ASTM A 996, except that rail steel bars, Grade 50 or 60, shall not be used for tie bars that are to be bent or restraightened during construction. Tie bars designated as Grade 40 in ASTM A 615 can be used for construction requiring bent bars. Dowel bars shall be plain steel bars conforming to ASTM A 615 or ASTM A 966 and shall be free from burring or other deformation restricting slippage in the concrete. High strength dowel bars shall conform to ASTM A 714 , Class 2 , Type S , Grade I, II or Ill, Bare Finish. Before delivery to the construction site each dowel bar shall be painted with one coat of paint conforming to MIL-DTL-24441/20A.SSPC Paint 5 or SSPC Paint 25.Metal or plastic collars shall be full circular device supporting the dowel until the epoxy hardens . The sleeves for dowel bars used in expansion joints shall be metal or other type of an approved design to cover 2 to 3 inches (50 mm to 75 mm) of the dowel, with a closed end and with a suitable stop to hold the end of the bar at least 1 inch (25 mm) from the closed end of the sleeve . Sleeves shall be of such design that they will not collapse during construction. 501-2.8 WATER. Water used in mixing or curing shall be clean and free of oil, salt, acid, alkali, sugar , vegetable, or other substances injurious to the finished product. Water will be tested in accordance with the requirements of AASHTO T 26. Water known to be of potable quality may be used without testing. 501-2.9 COVER MATERIAL FOR CURING. Curing materials shall conform to one of the following specifications: a. Liquid membrane-forming compounds for curing concrete shall conform to the requirements of ASTM C 309, Type 2, Class B, or Class A if wax base only. b. White polyethylene film for curing concrete shall conform to the requirements of ASTM C 171 . c. White burlap-polyethylene sheeting for curing concrete shall conform to the requirements of ASTM C 171. d. Waterproof paper for curing concrete shall conform to the requirements of ASTM C 171. 501-2.10 ADMIXTURES. The use of any material added to the concrete mix shall be approved by the Engineer. The Contractor shall submit certificates indicating that the material to be furnished meets all of the requirements indicated below. In addition, the Engineer may require the Contractor to submit complete test data from an approved laboratory showing that the material to be furnished meets all of the requirements of the cited specifications. Subsequent tests may be made of samples taken by the Engineer from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. a. Air-Entraining Admixtures. Air-entraining admixtures shall meet the requirements of ASTM C 260 and shall consistently entrain the air content in the specified ranges under field conditions. The air-entrainment agent and any water reducer admixture shall be compatible. Project No . 1573 Jacobs No . WFXK2500 P-501 -4- Apron C Improvements Meacham International Airport b. Chemical Admixtures. Water-reducing , set retarding , and set-acce lerating admixtures shall meet the requirements of ASTM C 494 , including the flexural strength test. 501-2.11 EPOXY-RESIN. Epoxy-resin used to anchor dowels and tie bars in pavements shal l conform to the requirements of ASTM C 881 , Type I, Grade 3 , Class C. Class A or B shall be used when the surface temperature of the hardened concrete is below 60 degrees F (16 degrees C). 501-2.12 MATERIAL ACCEPTANCE. Prior to use of materials , the Contractor shall submit certified test reports to the Engineer for those materials proposed for use during construction . The certification shall show the appropriate ASTM test(s ) for each material , the test resu lts , and a statement that the material passed or failed . The Engineer may request samples for testing , prior to and during pro duction , to verify the quality of the materia ls and to ensure conformance with the applicable specifications. MIX DESIGN 501-3.1 PROPORTIONS. Concrete shall be designed to achieve a 28-day flexural strength that meets or exceeds the acceptance criteria contained in paragrap h 501-5.2 for a flexural strength of 650 ps i. The mix shall be designed using the procedures contained in Chapter 7 of the Port land Cement Association's manual, "Design and Control of Concrete Mixtures". The Contractor shall note that to ensure that the concrete actually produced wi ll meet or exceed the acceptance criteria for the specified strength , the mix design average strength must be higher than the specified strength . The amount of overdesign necessary to meet specification requirements depends on the producer's standard dev iation of flexural test resu lts and the accuracy that t hat value can be estimated from historic data for the same or similar materials. The minimum cementitious material (cement plus fly ash) shall be 611 pounds per cubic yard (kg per cubic meter). The ratio of water to cementitious material , including free surface moisture on the aggregates but not including moisture absorbed by the aggregates shall not be more than 0.45 by weight. Prior to the start of pav ing operations and after approval of all material to be used in the concrete , the Contractor shall submit a mix design showing the proportio ns and flexural strength obtained from the concrete at 7 and 28 days. The mix design shall include copies of test reports, including test dates , and a complete list of materials inc luding type , brand , source, and amount of cement , fly ash , ground slag , coarse aggregate , fine aggregate , water , and admixtures . The fineness modulus of the fine aggregate and the air content shall also be shown. The mix design shall be submitted to the Engineer at least 14 days prior to the start of operations . The submitted mix design shall not be more than 90 days old . Production shall not begin until the mix design is approved in writing by the Engineer. Should a change in sources be made , or admixtu res added or deleted from the mix , a new mix design must be submitted to the Engineer for approval. Previously approved mix designs older than 90 days shall not be used . Flexural strength test specimens shall be pre.pared in accordance with ASTM C 31 and tested in accordance with ASTM C 78 . The mix determined shall be workable concrete having a Project No . 1573 Jacobs No . WFXK2500 P-501 -5- Apron C Improvements Meacham International Airport slump for side-form concrete between 1 and 2 inches (25 mm and 50 mm) as determined by ASTM C 143 . For vibrated slip-form concrete , the slump shall be between 1/2 inch (13 mm) and 1 1/2 inches (38 mm). 501-3.2 CEMENTITIOUS MATERIALS. a. Fly Ash. Fly ash may be used in the mix design. When fly ash is used as a partial replacement for cement , the minimum cement content may be met by considering portland cement plus fly ash as the total cementitious material . The replacement rate shall be determined from laboratory trial mixes , but shall be between 20 and 30 percent by weight of the total cementitious material. If fly ash is used in conjunction with ground granular blast furnace slag the maximum rep lacement rate shall not exceed 1 O percent by weight of tota l cementitious material. b. Ground Slag. Ground blast-furnace slag may be used in a mix design containing Type I or Type II cement. The slag , or slag plus fly ash if both are used , may constitute between 25 to 55 percent of the total cementitious material by weight. If the concrete is to be used for slipforming operations and the air temperature is expected to be lower than 55 degrees F (13 degrees C) the percent slag shall not exceed 30 percent by weight. 501-3.3 ADMIXTURES. a. Air-Entraining. Air-entraining admixture shall be added in such a manner that will insure uniform distribution of the agent throughout the batch. The air content of freshly mix air-entrained concrete shall be based upon trial mixes with the materials to be used in the work adjusted to produce concrete of the required plasticity and workability. The percentage of air in the m ix shall be 4.5%. Air content shall be determined by testing in accordance with ASTM C 231 for gravel and stone coarse aggregate and ASTM C 173 for slag and other highly porous coarse aggregate. b. Chemical. Water-reducing , set-controll ing , and other approved admixtures shall be added to the mix in the manner recommended by the manufacturer and in the amount necessary to comply with the specification requirements . Tests shall be conducted on trial mixes , with the materials to be used in the work, in accordance with ASTM C 494. 501-3.4 TESTING LABORATORY. The laboratory used to develop the mix design shall meet the requirements of ASTM C 1077 . The laboratory accreditation will include ASTM C 78. A certification that it meets these requirements shall be submitted to the Engineer prior to the start of mix design . The certification shall include evidence that the laboratory is inspected /accredited for the test methods required herein by a nationally recognized laboratory inspection accreditation organization . CONSTRUCTION METHODS 501-4.1 EQUIPMENT. Equipment necessary for handling materials and perform ing all parts of the work shall be approved by the engineer as to design , capacity, and mechanical conditions . The equipment shall be at the jobsite sufficiently ahead of the start of paving operations to be examined thoroughly and approved. a. Batch Plant and Equipment. The batch plant and equipment shall conform to the requirements of ASTM C 94 . Project No . 1573 Jacobs No . WFXK2500 P-501 -6- Apron C Improvements Meacham In ternationa l Airport b. Mixers and Transportation Equipment. (1) General. Concrete may be mixed at a central plant, or wholly or in part in truck mixers. Each mixer shall have attached in a prominent place a manufacturer's nameplate showing the capacity of the drum in terms of volume of mixed concrete and the speed of rotation of the mixing drum or blades. (2) Central plant mixer. Cent ral plant 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 or wear of blades . The pickup and throwover blades shall be replaced when they have worn down 3/4 inch (19 mm) or more . The Contractor shall have a copy of the manufacturer's design on hand showing dimensions and arrangement of blades in reference to original height and depth . (3) Truck mixers and truck agitators. Truck mixers used for mixing and hau ling concrete and truck agitators used for hau ling central-mixed co ncrete 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 standard method of constructing concrete pavements on FAA projects shall be with an approved slip-form paving equipment designed to spread , conso lidate , screed , and float-finish the fresh ly placed concrete in one complete pass of the mach ine so a dense and homogeneous pavement is achieved with a minimum of hand finishing. The paver-fin isher shall be a heavy duty, self-prope ll ed machine designed specifically for paving and finishing high quality concrete pavements . It shall weig h at least 2200 lbs. per foot of paving lane width and powered by an engine having at least 6 .0 horsepower per foot of lane width. On projects requiring less than 500 square yards of cement concrete pavement or requiring individual placement areas of less than 500 square yards , or irregular areas at locations inaccessible to slip-form paving equipment , cement concrete pavement may be placed with approved placement and finishing equipment utilizing stationary side forms . Hand screeding and float finishing may only be utilized on small irregular areas as allowed by the Engineer. d. Vibrators. Vibrator shall be the interna l type . Operating frequency for internal vibrators shall be between 8 ,000 and 12 ,000 vibrations per minute. Average amplitude for internal vibrators shall be 0 .025-0 .05 inches (0.06-0 .13 cm). The number, spacing , and frequency shall be as necessary to provide a dense and homogeneous pavement and meet the recommendations of ACI 309 , Guide for Consolidation of Concrete. Adequate power to operate all vibrators shall be available on the paver. The vibrators shall be automatically controlled so that they shall be stopped as forward motion ceases . The contractor shall provide an electronic or mechanical means to monitor vibrator status . The checks on vibrator status shall occur a minimum of two times per day or when requested by the Engineer. Project No . 1573 Jacobs No . WFXK2500 P-501 -7- Apron C Improvements Meacham Internatio nal Airport Hand held vibrators may be used in irregular areas only , but shall meet the recommendations of ACI 309 , Guide for Consolidation of Concrete. e. Concrete Saws. The Contractor shall provide sawing equipment adequate in number of units and power to complete the sawing to the required dimensions. The Contractor shall provide at least one standby saw in good working order and a supply of saw blades at the site of the work at all times during sawing operations . f. Side Forms. Straight side forms shall be made of steel and shall be furnished in sections not less than 10 feet (3 m) in length. Forms shall have a depth equal to the pavement thickness at the edge , and a base width equal to or greater than the depth. Flexible or curved forms of proper radius shall be used for curves of 100-foot (31 m) radius or less . Forms shall be provided with adequate devices for secure settings so that when in place they will withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Forms with battered top surfaces and bent , twisted or broken forms shall not be used . Built-up forms shall not be used , except as approved by the Engineer. The top face of the form shall not vary from a true plane more than 1/8 inch (3 mm) in 10 feet (3 m), and the upstanding leg shall not vary more than 1/4 inch (6 mm). The forms shall contain provisions for locking the ends of abutting sections together tightly for secure setting. Wood forms may be used under special conditions, when approved by the Engineer. g. Pavers. The paver shall be fully energized , self-propelled, and designed for the specific purpose of placing , consolidating, and finishing the concrete pavement , true to grade , tolerances , and cross section . It shall be of sufficient weight and power to construct the maximum specified concrete paving lane width as shown in the plans , at adequate forward speed , without transverse , longitudinal or vertical instability or without displacement. The paver shall be equipped with electronic or hydraulic horizontal and vertical control devices . 501-4.2 FORM SETTING. Forms shall be set sufficiently in advance of the concrete placement to insure continuous paving operation. After the forms have been set to correct grade , the underlying surface shall be thoroughly tamped , either mechanically or by hand , at both the inside and outside edges of the base of the forms . Forms shall be staked into place sufficiently to maintain the form in position for the method of placement. Form sections shall be tightly locked and shall be free from play or movement in any direction . The forms shall not deviate from t rue line by more than 1/8 inch (3 mm) at any joint. Forms shall be so set that they will withstand , without visible spring or settlement , the impact and vibration of the consolidating and finishing equipment. Forms shall be cleaned and oiled prior to the placing of concrete. The alignment and grade elevations of the forms shall be checked and corrections made by the Contractor immediately before placing the concrete. 501-4.3 CONDITIONING OF UNDERLYING SURFACE. The compacted underlying surface on which the pavement will be placed shall be widened approximately 3 feet (1 m) to extend beyond the paving machine track to support the paver without any noticeable displacement. After the underlying surface has been placed and compacted to the required density , the areas that will support the paving machine and the area to be paved shall be trimmed or graded to the plan grade elevation and profile by means of a properly designed machine . The grade of the underlying surface shall be controlled by a positive grade control system using lasers, stringlines , or guide wires. If the density of the underlying surface is disturbed by the trimming Project No . 1573 Jacobs No . WFXK2500 P-501 -8- Apron C Improvements Meacham International A irport operations , it shall be corrected by additional compaction and retested at the option of the Engineer before the concrete is placed except when stabilized subbases are being constructed. If damage occurs on a stabilized subbase , it shall be corrected full depth by the Contractor. If traffic is allowed to use the prepared grade , the grade shall be checked and corrected immediately before the placement of concrete . The prepared grade shall be moistened with water, without saturating , immediately ahead of concrete placement to prevent rapid loss of moisture from concrete. The under lying surface sha ll be protected so that it will be entirely free of frost when concrete is placed. 501-4.4 CONDITIONING OF UNDERLYING SURFACE, SIDE-FORM AND FILL-IN LANE CONSTRUCTION. The prepared underlying surface shall be moistened with water, without saturating , immediately ahead of concrete placement to prevent rapid loss of moisture from the concrete. Damage caused by hauling or usage of other equipment shall be corrected and retested at the option of the Engineers. If damage occurs to a stabilized subbase , it shall be corrected full depth by the Contractor. A template shall be provided and operated on the forms immediately in advance of the placing of all concrete . The template shall be propelled only by hand and not attached to a tractor or other power unit. Templates shall be adjustable so that they may be set and maintained at the correct contour of the underlying surface. The adjustment and operation of the templates shall be such as will provide an accurate retest of the grade before placing the concrete thereon. All excess material shall be removed and wasted. Low areas shall be fil led and compacted to a condition similar to that of the surrounding grade. The underlying surface shall be protected so that it will be entirely free from frost when the concrete is placed. The use of chemica ls to eliminate frost in the underlying surface shall not be permitted. The template shall be maintained in accurate adjustment, at all times by the Contractor, and shall be checked daily . 501-4.5 HANDLING, MEASURING, AND BATCHING MATERIAL. The batch plant site , layout , equipment , and provisions for transporting material shall assure a continuous supply of material to the work . Stockpiles shall be constructed in such a manner that prevents segregation and intermixing of deleterious materials. Aggregates that have become segregated or mixed with earth or foreign material shall not be used . All aggregates produced or handled by hydraulic methods , and washed aggregates , shall be stockpi led or binned for draining at least 12 hours before being batched. Rail shipments requiring more than 12 hours will be accepted as adequate binning only if the car bodies permit free drainage . Batching plants shall be equipped to proportion aggregates and bulk cement , by weight , automatically using interlocked proportioning devices of an approved type. When bulk cement is used , the Contractor shall use a suitable method of handling the cement from weighing hopper to transporting container or into the batch itself for transportation to the mixer, such as a chute , boot, or other approved device, to prevent loss of cement. The device shall be arranged to provide positive assurance that the cement content spec ified is present in each batch. 501-4.6 MIXING CONCRETE. The concrete may be mixed at the work site, in a central mix plant or in truck mixers. The mixer shall be of an approved type and capacity . Mixing time shall be measured from the time all materials , except water, are emptied into t he drum. All concrete shall be mixed and de livered to the site in accordance with the requirements of ASTM C 94. Project No. 1573 Jacobs No . WF XK2500 P-501 -9- Apron C Improvements Meacham International Airport Mixed concrete from the central mixing plant shall be transported in truck mixers , truck agitators , or nonagitating trucks. The elapsed time from the addit ion of cementitious material to the mix until the concrete is deposited in place at the work site shall not exceed 30 minutes when the concrete is hauled in nonagitating trucks , nor 90 minutes when the concrete is hauled in truck mixers or truck agitators . Retempering concrete by adding water or by other means will not be permitted. With transit mixers additional water may be added to the batch materials and additiona l mixing performed to increase the slump to meet the specified requirements provided the addition of water is performed within 45 minutes after the initial mixing operations and provided the water/cementitious ratio specified in the approved mix design is not exceeded, and approved by the Engineer. 501-4.7 LIMITATIONS ON MIXING AND PLACING. No concrete shall be mixed , placed , or finished when the natural light is insufficient , unless an adequate and approved artificial lighting system is operated. a. Cold Weather. Unless authorized in writing by the Engineer, mixing and concreting operations shall be discontinued when a descending air temperature in the shade and away from artificial heat reaches 40 degrees F (4 degrees C) and shall not be resumed until an ascending air temperature in the shade and away from artificial heat reaches 35 degrees F (2 degrees C). The aggregate shall be free of ice , snow , and frozen lumps before entering the mixer. The temperature of the mixed concrete shall not be less than 50 degrees F (10 degrees C) at the time of placement. Concrete shall not be placed on frozen material nor shall frozen aggregates be used in the concrete. When concreting is authorized during cold weather , water and/or the aggregates may be heated to not more than 150 degrees F (66 degrees C). The apparatus used shall heat the mass uniformly and shall be arranged to preclude the possible occurrence of overheated areas which might be detrimental to the materials. b. Hot Weather. During periods of hot weather when the maximum daily air temperature exceeds 85 degrees F (30 degrees C), the following precautions shall be taken . The forms and/or the underlying surface shall be sprinkled with water immediately before placing the concrete. The concrete shall be placed at the coolest temperature practicable, and in no case shall the temperature of the concrete when placed exceed 90 degrees F (35 degrees C). The aggregates and/or mixing water shall be cooled as necessary to maintain the concrete temperature at or not more than the specified maximum. The finished surfaces of the newly laid pavement shall be kept damp by applying a water-fog or mist with approved spraying equipment until the pavement is covered by the curing medium . If necessary , wind screens shall be provided to protect the concrete from an evaporation rate in excess of 0.2 psf per hour as determined in accordance with Figure 2 .1.5 in ACI 305R , Hot Weather Concreting , which takes into consideration relative humidity , wind velocity , and air temperature. When conditions are such that problems with plastic cracking can be expected, and particularly if any plastic cracking begins to occur, the Contractor shall immediately take such additional measures as necessary to protect the concrete surface. Such measures shall consist of wind Project No. 1573 Jacobs No. WFXK2500 P-501 -10- Apron C Improvements Meacham International Airport screens, more effective fog sprays , and similar measures commencing immediately behind the paver. If these measures are not effective in preventing plastic cracking , paving operations shall be immediately stopped. Prior to the start of paving operation for each day of paving , the contractor shall provide the engineer with a Temperature Management Program for the concrete to be placed to assure that uncontrolled cracking is avoided . As a minimum the program sha ll address the following items : (1) Anticipated tensile strains in the fresh concrete as related to heating and cooling of the concrete material. (2) Anticipated weather conditions such as ambient temperatures , wind velocity , and relative humidity . (3) Anticipated timing of initial sawing of joint. 501-4.8 PLACING CONCRETE. The Contractor has the option of placing the concrete with either side (fixed) forms or slip-forms . At any point in concrete conveyance , the free vertical drop of the concrete from one point to another or to the underlying surface shall not exceed 3 feet (1 m). Backhoes and Grad ing equipment shall not be used to distribute the concrete in front of the paver. Front end loaders will not be used unless the contractor demonstrates that they can be used without contaminating the concrete and base course and it is approved by the Engineer. Hauling equipment or other mechanical equipment can be permitted on adjoining previously constructed pavement when the concrete strength reaches a flexural strength of 550 psi (3 792 kPa) based on the average of four field cured specimens per 2,000 cubic yards (1 530 cubic meters) of concrete placed . Also , subgrade and subbase planers , concrete pavers , and concrete finishing equipment may be permitted to ride upon the edges of previously constructed pavement when the concrete has attained a minimum flexura l strength of 400 psi. a. Slip-Form Construction. The concrete shall be distributed uniformly into final position by a self propelled slip-form paver without de lay . The alignment and elevation of the paver shall be regulated from outside reference lines established for this purpose . The paver shall vibrate the concrete for the full width and depth of the strip of pavement being placed and the vibration shall be adequate to provide a consistency of concrete that will stand normal to the surface with sharp well defined edges . The sliding forms shall be rigidly held together laterally to prevent spreading of the forms . The plastic concrete shall be effectively consolidated by internal vibration with transverse vibrating units for the full width of the pavement and /or a series of equally placed longitudinal vibrating units . The space from the outer edge of the pavement to longitudinal unit shall not exceed 9 inches. The spacing of internal units shall be uniform and shall not exceed 18 inches. The term internal vibration means vibrating units located within the specified thickness of pavement section. The rate of vibration of each vibrating unit shall be within 8000 to 12000 cycles per minute and the amplitude of vibration shall be sufficient to be perceptible on the surface of the concrete along the entire length of the vibrating unit an for a distance of at least one foot. The frequency of vibration or amplitude shall vary proportionately with the rate of travel to result in a uniform Project No. 1573 Jacobs No . WFXK2500 P-501 -11- Apron C Improvements Meacham International Airport density and air content. The paving machine shall be equipped with a tachometer or other suitable device for measuring and indicating the actual frequency of vibrations. The concrete shall be held at a uniform consistency. The slip-form paver shall be operated with as nearly a continuous forward movement as possible. And all operations of mixing , delivering , and spreading concrete shall be coordinated to provide uniform progress with stopping and starting of the paver held to a minimum. If for any reason , it is necessary to stop the forward movement of the paver, the vibratory and tamping elements shall also be stopped immediately. No tractive force shall be applied to the machine , except that which is controlled from the machine . When concrete is being placed adjacent to an existing pavement , that part of the equipment which is supported on the existing pavement shall be equipped with protective pads on crawler tracks or rubber-tired wheels on which the bearing surface is offset to run a sufficient distance from the edge of the pavement to avoid breaking the pavement edge. b. Side-Form Construction. Side form sections shall be straight , free from warps, bends , indentations , or other defects . Defective forms shall be removed from the work . Metal side forms shall be used except at end closures and transverse construction joints where straight forms of other suitable material may be used . Side forms may be built up by rigidly attaching a section to either top or bottom of forms . If such build-up is attached to the top of metal forms , the build-up shall also be metal. Width of the base of all forms shall be equal to at least 80 percent of the specified pavement thickness. Side forms shall be of sufficient rigidity , both in the form and in the interlocking connection with adjoining forms , that springing will not occur under the weight of subgrading and paving equipment or from the pressure of the concrete. The Contractor shall provide sufficient forms so that there will be no delay in placing concrete due to lack of forms . Before placing side forms , the underlying material shall be at the proper grade . Side forms shall have full bearing upon the foundat ion throughout their length and width of base and shall be placed to the required grade and alignment of the finished pavement. They shall be firmly supported during the entire operation of placing , compacting , and finishing the pavement. Forms shall be drilled in advance of being placed to line and grade to accommodate tie bars where these are specified. Immediately in advance of placing concrete and after all subbase operations are completed, side forms shall be trued and maintained to the required line and grade for a distance sufficient to prevent delay in placing. Side forms shall remain in place at least 12 hours after the concrete has been placed , and in all cases until the edge of the pavement no longer requires the protection of the forms . Curing compound shall be app lied to the concrete immediately after the forms have been removed. Side forms shall be thoroughly cleaned and oiled each time they are used and before concrete is placed against them . Project No . 1573 Jacobs No . WFXK2500 P-501 -12- Apron C Improvements Meacham International Airport Concrete shall be spread , screeded , shaped and conso lidated by one or more self-propelled machines . These machines shall uniformly distribute and consol idate concrete without segregation so that the completed pavement will conform to the required cross section with a minimum of handwork . The number and capacity of machines furnished shall be adequate to perform the work required at a rate equa l to that of concrete delivery . Concrete for the fu ll paving width shall be effective ly consolidated by internal vibrators without causing segregation . Internal type vibrators ' rate of vibration shall be not less than 7 ,000 cycles per minute . Amplitude of vibration shall be sufficient to be perceptible on the surface of the concrete more than one foot from the vibrating element. The Contractor shall furnish a tachometer or other suitable device for measuring and indicating frequency of vibration. Power to vibrators shall be connected so that vibration ceases when forward or backward motion of the machine is stopped. The provisions relating to the frequency and amplitude of internal vibration shall be considered the minimum requirements and are intended to ensure adequate density in the hardened concrete. c. Consolidation Testing. The prov1s1ons relating to the frequency and amplitude of internal vibration shall be considered the minimum requirements and are intended to ensure adequate density in the hardened concrete. If a lack of consolidation of the concrete is suspected by the Engineer , additiona l referee testing may be required. Referee testing of hardened concrete will be performed by cutting cores from the finished pavement after a minimum of 24 hours curing. Density determinations will be made based on the water content of the core as taken . ASTM C 642 shall be used for the determination of core density in the saturated-surface dry condition . Referee cores will be t aken at the minimum rate of one for each 500 cubic yards of pavement , or fraction thereof. The average density of the cores shall be at least 97 percent of the orig inal mix design density, with no cores having a density of less than 96 percent of the original mix design density. Failure to meet the above requirements will be considered as evidence that the minimum requirements for vibration are inadequate for the job conditions , and additional vibrating units or other means of increasing the effect of v ibration shall be employed so that the density of the hardened concrete as indicated by further referee testing shall confo rm to the above listed requirements . 501-4.9 STRIKE-OFF OF CONCRETE AND PLACEMENT OF REINFORCEMENT. Following the placing of the concrete , it shall be struck off to conform to the cross section shown on the plans and to an elevation such that when the concrete is properly consolidated and finished , the surface of the pavement shall be at the elevation shown on the plans. When reinforced concrete pavement is placed in two layers , the bottom layer shall be struck off to such length and depth that the sheet of reinforcing steel fabric or bar mat may be laid full length on the concrete in its final position without further manipulation. The reinforcement shall then be placed directly upon the concrete , after which the top layer of the concrete shall be placed , struck off, and screeded . If any portion of the bottom layer of concrete has been placed more than 30 minutes without being covered with the top layer or if initial set has taken place, it shall be removed and replaced with freshly mixed concrete at the Contractor's expense. When Project No . 1573 Jacobs No . WFXK2500 P-501 -13- Apron C Improvements Meacham International Airport reinforced concrete is placed in one layer, the reinforcement may be positioned in advance of concrete placement or it may be placed in plastic concrete by mechanical or vibratory means after spreading. Reinforcing steel , at the time concrete is placed , shall be free of mud , oil, or other organic matter that may adversely affect or reduce bond . Reinforcing steel with rust , mill scale or a combination of both will be considered satisfactory , provided the minimum dimensions , weight , and tensile properties of a hand wire-brushed test specimen are not less than the applicable ASTM specification requirements . 501-4.10 JOINTS. Joints shall be constructed as shown on the plans and in accordance with these requirements . All joints shall be constructed with their faces perpendicular to the surface of the pavement and finished or edged as shown on the plans. Joints shall not vary more than 1 /2 inch (13 mm) from their designated position and shall be true to line with not more than 1/4-inch (6 mm) variation in 10 feet (3 m). The surface across the joints shall be tested with a 10-foot (3 m) straightedge as the joints are finished and any irregularities in excess of 1/4 inch (6 mm) shall be corrected before the concrete has hardened. All joints shall be so prepared , finished , or cut to provide a groove of uniform width and depth as shown on the plans. a. Construction. Longitud inal construction joints shall be slip-formed or formed against side forms with or without keyways, as shown in the plans. Transverse construction joints shall be installed at the end of each day's placing operations and at any other points within a paving lane when concrete placement is interrupted for more than 30 minutes or it appears that the concrete will obtain its initial set before fresh concrete arrives. The installation of the joint shall be located at a planned contraction or expansion joint. If placing of the concrete is stopped, the Contractor shall remove the excess concrete back to the previous planned joint. b. Contraction. Contraction joints shall be installed at the locations and spacing as shown on the plans . Contraction joints shall be installed to the dimensions required by forming a groove or cleft in the top of the slab while the concrete is still plastic or by sawing a groove into the concrete surface after the concrete has hardened. When the groove is formed in plastic concrete the sides of the grooves shall be finished even and smooth with an edging tool. If an insert material is used , the installation and edge finish shall be according to the manufacturer's instructions. The groove shall be finished or cut clean so that spalling will be avoided at intersections with other joints. Grooving or sawing shall produce a slot at least 1 /8 inch (3 mm) wide and to the depth shown on the plans. c. Expansion. Expansion joints shall be installed as shown on the plans. The premolded filler of the thickness as shown on the plans , shall extend for the full depth and width of the slab at the joint, except for space for sealant at the top of the slab . The filler shall be securely staked or fastened into position perpendicular to the proposed finished surface . A cap shall be provided to protect the top edge of the filler and to permit the concrete to be placed and finished. After the concrete has been placed and struck off, the cap shall be carefully withdrawn leaving the space over the premolded filler. The edges of the joint shall be finished and tooled while the concrete is still plastic. Any concrete bridging the joint space shall ·be removed for the full width and depth of the joint. d. Keyways. Keyways (only female keys permitted) shall be formed in the plastic concrete by means of side forms or the use of keyway liners that are inserted during the Project No . 1573 Jacobs No . WFXK2500 P-501 -14- Apron C Improvements Meacham International Airport slip-form operations. The keyway shall be formed to a tolerance of 1/4 inch (6 m) in any dimension and shall be of sufficient stiffness to support the upper keyway flange without distortion or slumping of the top of the f lange . The dimensions of the keyway forms shall not vary more than plus or minus 1/4 inch (6 mm) from the mid-depth of the pavement. Liners that remain in place permanently and become part of the keyed joint shall be made of galvanized , copper clad , or of similar rust-resistant material compatible with plastic and hardened concrete and shall not i nterfere with joint reservoir sawing and sealing. e. Tie bars. Tie bars shall consist of deformed bars installed in joints as shown on the plans . Tie bars shall be placed at right angles to the centerline of the concrete slab and shall be spaced at intervals shown on the plans. They shall be held in position parallel to the pavement surface and in the middle of the slab depth . When tie bars extend into an unpaved lane , they may be bent against the form at longitudinal construction joints , unless threaded bolt or other assembled tie bars are specified. These bars shall not be painted, greased , or enclosed in s leeves. When sl ip-form operations cal l for tie bars , two-piece hook bolts can be installed in the female side of the keyed j oint provided the installation is made without distorting the keyed dimensions or causing edge slump . If a bent tie bar installation is used , the tie bars shall be inserted through the keyway liner only on the fema le side of the joint. In no case shall a bent tie bar installation for male keyways be permitted. f. Dowel bars. Dowel bars or other load-transfer units of an approved type shall be placed across joints in the manner as shown on the plans. They shall be of the dimensions and spacings as shown and held rigidly in the middle of the slab depth in the proper horizontal and vertical alignment by an approved assembly device to be left permanen t ly in place . The dowel or load-transfer and joint devices shall be rigid enough to permit complete assembly as a unit ready to be lifted and placed into position. A metal, or other type , dowel expansion cap or sleeve shall be furnished for each dowel bar used with expansion joints . These caps shall be substantial enough to prevent collapse and shall be placed on the ends of the dowels as shown on the plans. The caps or sleeves shall fit the dowel bar tightly and the closed end shall be watertight. The portion of each dowel painted with rust preventative paint , as required under paragraph 501-2.7 and shown on the plans to receive a debonding lubricant, shall be thoroughly coated with asphalt MC-70 , or an approved lubricant, to prevent the concrete from bonding to that portion of the dowel. If free-sliding plastic-coated or epoxy-coated steel dowels are used, a lubrication bond breaker shall be used except when approved pullout tests indicate it is not necessary. Where butt-type joints with dowe ls are designated , the exposed end of the dowel shall be oiled . Dowel bars at contraction joints may be placed in the full thickness of pavement by a mechanical device approved by the Engineer. The device shall be capable of installing dowel bars within the maximum permissib le alignment to lerances . Dowels bars at longitudinal construction joints shall be bonded in drilled holes. g. Installation. All devices used for the installation of expansion joints shall be approved by the Engineer. The top of an assembled joint device sha ll be set at the proper distance below the pavement surface and the elevation shall be checked . Such devices shall be set to the required position and line and shall be securely held in place by stakes or other means to the maximum permissible tolerances during the pouring and finishing of the concrete. The premolded joint material shall be placed and he ld in a vertical position ; if constructed in sections , there shall be no offsets between adjacent units . Project No. 1573 Jacobs No . WFXK2500 P-501 -15- Apron C Improvements Meacham International A i rport Dowel bars and assemblies shall be checked for position and alignment. The maximum permissible tolerances on dowel bar alignment shall be in accordance with paragraph 501- 5 .2e(6). During the concrete placement operation , it is advisable to place plastic concrete directly on dowel assemblies immediately prior to passage of the paver to help maintain dowel position and alignment within maximum permissible tolerances. When concrete is placed using slip-form pavers , dowels and tie bars shall be placed in longitudinal construction joints by bonding the dowels or tie bars into holes drilled into the hardened concrete. Holes approximately 1/8-inch to 1/4-inch (3 to 6 mm) greater in diameter than the dowel or tie bar shall be drilled with rotary-type core drills that must be held securely in place to drill perpendicularly into the vertical face of the pavement slab. Rotary-type percussion drills may be used provided that spalling of concrete does not occur. Any damage of the concrete shall be repaired by the Contractor in a method approved by the Engineer. Dowels or tie bars shall be bonded in the drilled holes using an epoxy resin material. Installation procedures shall be adequate to insure that the area around dowels is completely filled with epoxy grout. Epoxy shall be injected into the back of the hole and displaced by the insertion of the dowel bar . Bars shall be completely inserted into the hole and shall not be withdrawn and reinserted creating air pockets in the epoxy around the bar. The Contractor shall furnish a template for checking the position and alignment of the dowels. Dowel bars shall not be less than 10 inches (25 cm) from a transverse joint and shall not interfere with dowels in the transverse direction. h. Sawing of Joints. Joints shall be cut as shown on the plans. Equipment shall be as described in paragraph 501-4 .1. The circular cutter shall be capable of cutting a groove in a straight line and shall produce a slot at least 1/8 inch (3 mm) wide and to the depth shown on the plans . The top portion of the slot shall be widened by sawing to provide adequate space for joint sealers as shown on the plans . Sawing shall commence as soon as the concrete has hardened sufficiently to permit cutting without chipping , spalling, or tearing and before uncontrolled shrinkage cracking of the pavement occurs. Sawing shall be carried on both during the day and night as required. The joints shall be sawed at the required spacing, consecutively in sequence of the concrete placement. Curing compound, if being used as the cure type, shall be reapplied in the initial sawcut and maintained for the remaining cure period . Curing compound shall not be applied , and used as the cure method, to any final concrete face that is to receive a sealant. 501-4.11 FINAL STRIKE-OFF, CONSOLIDATION, AND FINISHING. a. Sequence. The sequence of operations shall be the strike-off, floating and removal of laitance, straightedging, and final surface finish. The addition of superficial water to the surface of the concrete to assist in finishing operations will not be permitted. b. Finishing at Joints. The concrete adjacent to joints shall be compacted or firmly placed without voids or segregation against the joint material ; it shall be firmly placed without voids or segregation under and around all load-transfer devices, joint assembly units , and other features designed to extend into the pavement. Concrete adjacent to joints shall be mechanically vibrated as required in paragraph 501-4.8.a . After the concrete has been placed and vibrated adjacent to the joints, the finishing machine shall be operated in a manner to avoid damage or misalignment of joints. If uninterrupted operations of the finishing machine , to, over , and beyond the joints, cause segregation of concrete , damage to, or misalignment of the joints, the finishing machine shall be stopped when the screed is approximately 8 inches (20 cm) from Project No . 1573 Jacobs No. VVFXK2500 P-501 -16- Apron C Improvements Meacham International Airport the joint. Segregated concrete shall be removed from the front of and off the joint ; and the forward motion of the finishing machine shall be resumed . Thereafter, the finishing machine may be run over the joint without lifting the screed , provided there is no segregated concrete immediately between the joint and the screed or on top of the joint. c. Machine Finishing. The concrete shall be spread as soon as it is placed , and it shall be struck off and screeded by a finishing machine. The machine sha ll go over each area as many times and at such intervals as necessary to give to proper consolidation and to leave a surface of uniform texture. Excessive operation over a given area shall be avoided. When side forms are used , the tops of the forms shall be kept clean by an effective device attached to the machine, and the travel of the machine on the forms shall be main tained true without lift, wobbling , or other variation tending to affect the precision finish . During the first pass of the fin ishing machine , a uniform ridge of concrete shall be maintained ahead of the front screed for its entire length. When in operation, the screed shall be moved forward with a combined longitudinal and transverse shearing motion , always moving in the direction in which the work is progressing , and so manipulated that neither end is raised from the side forms during the striking-off process. If necessary, this shall be repeated until the surface is of uniform texture, true to grade and cross section , and free from porous areas. d. Hand Finishing. Hand finishing methods will not be permitted, except under the following conditions: in the event of breakdown of the mechanical equipment, hand methods may be used to finish the concrete already deposited on the grade ; in areas of narrow widths or of irregular dimensions where operation of the mechanical equipment is impractical. Concrete , as soon as placed , shall be struck off and screeded . An approved portable screed shall be used . A second screed shall be provided for striking off the bottom layer of concrete when reinforcement is used . The screed for the surface shall be a least 2 feet (0 .6 m) longer than the maximum width of the slab to be struck off. It shall be of approved design , sufficiently rigid to retain its shape , and shall be constructed either of metal or of other suitable material covered with metal. Consolidation shall be attained by the use of suitable vibrators . e. Floating. After the concrete has been struck off and consolidated, it shall be further smoothed and trued by means of a longitudinal float using one of the following methods: (1) Hand Method. Long-handled floats shall not be less than 12 feet (3.6 m) in length and 6 inches (15 cm) in width , stiffened to prevent flexibility and warping. The float shall be operated from foot bridges spanning but not touching the concrete or from the edge of the pavement. Floating shall pass gradually from one side of the pavement to the other. Forward movement along the centerline of the pavement shall be in successive advances of not more than one-half the length of the float. Any excess water or laitance in excess of 1/8-inch (3 mm) thick shall be removed and wasted . (2) Mechanical method. The Contractor may use a machine composed of a cutting and smoothing float(s), suspended from and guided by a rigid frame and constantly in contact with , the side forms or underlying surface . If necessary, long-handled floats having blades not less than 5 feet (1 .5 m) in length and 6 inches (15 cm) in width may be used to smooth and fill in open-textured areas in the pavement. When the crown of the pavement will not permit the use of the mechanical float , the surface shall be floated transversely by means of a Jong-handled float. Care shall be taken not to work the crown out of the pavement during the Project No . 1573 Jacobs No . WFXK2500 P-501 -17- Apron C Improvements Meacham International Airport operation . After floating , any excess water and laitance in excess of 1/8-inch (3 mm) thick shall be removed and wasted . Successive drags shall be lapped one-half the length of the blade . f. Straight-edge Testing and Surface Correction. After the pavement has been struck off and while the concrete is still plastic , it shall be tested for trueness with a Contractor furnished 16-foot (5 m) straightedge swung from handles 3 feet (1 m) longer than one-half the width of the slab . The straightedge shall be held in contact with the surface in successive positions parallel to the centerline and the whole area gone over from one side of the slab to the other , as necessary . Advancing shall be in successive stages of not more than one-half the length of the straightedge. Any excess water and laitance in excess of 1/8-inch (3 mm) thick shall be removed from the surface of the pavement and wasted. Any depressions shall be immediately filled with freshly mixed concrete, struck off, consolidated , and refinished . High areas shall be cut down and refinished. Special attention shall be given to assure that the surface across joints meets the smoothness requirements of paragraph 501-5 .2e(3). Straightedge testing and surface corrections shall continue until the entire surface is found to be free from observable departures from the straightedge and until the slab conforms to the required grade and cross section. The use of long-hand led wood floats shall be confined to a minimum ; they may be used only in emergencies and in areas not accessible to finishing equipment. 501-4.12 SURFACE TEXTURE. The surface of the pavement shall be finished with either a brush or broom, burlap drag , or artificial turf finish for all newly constructed concrete pavements. It is important that the texturing equipment not tear or unduly roughen the pavement surface during the operation. Any imperfections resulting from the texturing operation shall be corrected. a. Brush or Broom Finish. If the pavement surface texture is to be a type of brush or broom finish , it shall be applied when the water sheen has practically disappeared. The equipment shall operate transversely across the pavement surface, providing corrugations that are uniform in appearance and approximately 1/16 of an inch (2 mm) in depth. b. Burlap Drag Finish. If a burlap drag is used to texture the pavement surface , it shall be at least 15 ounces per square yard (555 grams per square meter). To obtain a textured surface , the transverse threads of the burlap shall be removed approximately 1 foot (0.3 m) from the trailing edge . A heavy buildup of grout on the burlap threads produces the desired wide sweeping longitudinal striations on the pavement surface . The corrugations shall be uniform in appearance and approximately 1/16 of an inch (2 mm) in depth. c. Artificial Turf Finish. If artificial turf is used to texture the surface, it shall be applied by dragging the surface of the pavement in the direction of concrete placement with an approved full-width drag made with artificial turf. The leading transverse edge of the artificial turf drag will be securely fastened to a lightweight pole on a traveling bridge . At least 2 feet of the artificial turf shall be in contact with the concrete surface during dragging operations. A variety of different types of artificial turf are available and approval of any one type will be done only after it has been demonstrated by the Contractor to provide a satisfactory texture . One type that has provided satisfactory texture consists of 7 ,200 approximately 0 .85-inches-long polyethylene turf blades per square foot. The corrugations shall be uniform in appearance and approximately 1/16 of an inch (2 mm) in depth . 501-4.13 SKID-RESISTANT SURFACES. A skid-resistant surface shall be provided by construction of [ ]. Project No. 1573 Jacobs No . WFXK2500 P-501 -18- Apron C Improvements Meacham International Airport 501-4.14 CURING. Immediately after finishing operations are completed and marring of the concrete will not occur, the entire surface of the newly placed concrete shall be cured for a 7- day cure period in accordance with one of the methods below . Failure to provide sufficient cover material of whatever kind the Contractor may elect to use , or lack of water to adequately take care of both curing and other requirements , shall be cause for immediate suspension of concreting operations. The concrete shall not be left exposed for more than 1 /2 hour during the curing period. When a two-sawcut method is used to construct the contraction joint, the curing compound shall be applied to the sawcut immediately after the initial cut has been made. The sealant reservoir shall not be sawed until after the curing period has been completed. When the one cut method is used to construct the contraction joint, the joint shall be cured with wet rope, wet rags, or wet blankets. The rags, ropes, or blankets shall be kept moist for the duration of the curing period. a. Impervious Membrane Method. The entire surface of the pavement shal l be sprayed uniformly with white pigmented curing compound immediately after the finishing of the surface and before the set of the concrete has taken place . The curing compound shall not be app li ed during rainfall. Curing compound sha ll be applied by mechanical sprayers under pressure at the rate of 1 gallon (4 liters) to not more than 150 square feet (14 square meters). The spraying equipment shall be of the fully atomizing type equipped with a tank agitator. At the time of use , the compound shall be in a thoroughly mixed condition with the pigment uniformly dispersed throughout the vehicle. During application the compound shall be stirred continuously by mechanica l means. Hand spraying of odd widths or shapes and concrete surfaces exposed by the removal of forms will be permitted. When hand spraying is approved by the Engineer, a double application rate shall be used to insure coverage . The curing compound shall be of such character that the film will harden within 30 minutes after application . Should the film become damaged from any cause, including sawing operations , within the required curing period , the damaged portions shall be repaired immediately with additional compound or other approved means. Upon removal of side forms , the sides of the exposed slabs shall be protected immediately to provide a curing treatment equa l to that provided for the surface. b. Polyethylene Films. The top surface and sides of the pavement shall be entirely covered with polyethylene sheeting . The units shall be lapped at least 18 inches (457 mm). The sheeting shall be placed and weighted to cause it to remain in contact with the surface and sides . The sheeting shall have dimensions that will extend at least twice the thickness of the pavement beyond the edges of the pavement. Unless otherwise specified , the sheeting shall be maintained in place for 7 days after the concrete has been placed . c. Waterproof Paper. The top surface and sides of the pavement shall be entirely covered with waterproofed paper. The units shall be lapped at least 18 inches (457 mm). The paper shall be placed and weighted to cause it to remain in contact with the surface covered . The paper shall have dimensions that will extend at least twice the thickness of the pavement beyond the edges of the slab. The surface of the pavement shall be thoroughly saturated prior to placing of the paper. Unless otherwise specified , the paper shall be maintained in place for 7 days after the concrete has been placed . d. White Burlap-Polyethylene Sheets. The surface of the pavement shall be entirely covered with the sheeting . The sheeting used shall be such length (or width) that it will extend Project No . 1573 Jacobs No . WFXK2500 P-501 -19- Apron C Improvements Meacham International Airport at least twice the thickness of the pavement beyond the edges of the slab . The sheeting shall be placed so that the entire surface and both edges of the slab are completely covered. The sheeting shall be placed and weighted to remain in contact with the surface covered , and the covering shall be maintained fully saturated and in position for 7 days after the concrete has been placed. (1) Curing in Cold Weather. The concrete shall be maintained at a temperature of at least 50 degrees F (10 degrees C) for a period of 72 hours after placing and at a temperature above freezing for the remainder of the curing time. The Contractor shall be responsible for the quality and strength of the concrete placed during cold weather , and any concrete injured by frost action shall be removed and replaced at the Contractor's expense. e. Water Method. The entire area shall be covered with burlap or other water absorbing material. The material shall be of sufficient thickness to retain water for adequate curing without excessive runoff. The material shall be kept wet at all times and maintained for 7 days. When the forms are stripped , the vertical walls shall also be kept moist. It shall be the responsibility of the Contractor to prevent ponding of the curing water on the subbase ." 501-4.15 REMOVING FORMS. Unless otherwise specified , forms shall not be removed from freshly placed concrete until it has hardened sufficiently to permit removal without chipping, spalling , or tearing . After the forms have been removed, the sides of the slab shall be cured as outlined in one of the methods indicated in paragraph 501-4 .14 . Major honeycombed areas shall be considered as defective work and shall be removed and replaced in accordance with paragraph 501-5.2(f). 501-4.16 SEALING JOINTS. The joints in the pavement shall be sealed in accordance with Item NS-P-650 . 501-4.17 PROTECTION OF PAVEMENT. The Contractor shall protect the pavement and its appurtenances against both public traffic and traffic caused by the Contractor's employees and agents. This shall include watchmen to direct traffic and the erection and maintenance of warning signs , lights , pavement bridges , crossovers , and protection of unsealed joints from intrusion of foreign material , etc . Any damage to the pavement occurring prior to final acceptance shall be repaired or the pavement replaced at the Contractor's expense. The Contractor shall have available at all times, materials for the protection of the edges and surface of the unhardened concrete. Such protective materials shall consist of rolled polyethylene sheeting at least 4 mils (0.1 mm) thick of sufficient length and width to cover the plastic concrete slab and any edges. The sheeting may be mounted on either the paver or a separate movable bridge from which it can be unrolled without dragging over the plastic concrete surface. When rain appears imminent , all paving operations shall stop and all available personnel shall begin covering the surface of the unhardened concrete with the protective covering . 501-4.18 OPENING TO TRAFFIC. The pavement shall not be opened to traffic until test specimens molded and cured in accordance with ASTM C 31 have attained a flexural strength of 550 pounds per square inch (3 ,792 kPa) when tested in accordance with ASTM C 78. If such tests are not conducted, the pavement shall not be opened to traffic until 14 days after the concrete was placed . Prior to opening the pavement to construction traffic , all joints shall either be sealed or protected from damage to the joint edge and intrusion of foreign materials into the joint. As a minimum , backer rod or tape may be used to protect the joints from foreign matter intrusion . The pavement shall be cleaned before opening for normal operations . Project No. 1573 Jacobs No . WFXK2500 P-501 -20- Apron C Improvements Meacham International Airport 501-4.19 REPAIR, REMOVAL, REPLACEMENT OF SLABS. a. General. New pavement slabs that are broken or contain cracks shall be removed and rep laced or repaired , as specifi ed he reinafter at no cost to the owner. Spalls along joints shall be repaired as speci fi ed . Removal of partial slabs is not permitted. Removal and replacement shall be full depth , shall be fu ll width of the slab , and the limit of remova l shall be normal to the paving lane and to each original transve rse joint. The engineer will determine whether cracks extend full depth of the pavement and may require cores to be dri lled on the crack to determine depth of crack ing . Such cores shall be 4-inch (100 mm) diameter, shall be drilled by the Contractor and sha ll be fil led by the Cont ractor with a well consolidated concrete mixture bonded to the wal ls of the hole w ith epoxy resin , using approved procedures. Drilling of cores and refill ing holes shal l be at no expense to the owner. All epoxy resin used in this work shall conform to ASTM C 881 , Type V. b. Shrinkage Cracks. Sh rinkage cracks , which do not exceed 4 inches in depth , shall be cleaned and then pressure injected with epoxy resin , Type IV , Grade 1, using procedures as approved. Care shall be taken to assu re that the crack is not widened during epoxy resin injection. All epoxy resin injection shall take place in the presence of the Engineer. Shrinkage cracks , which exceed 4 inches in depth , shall be treated as full depth cracks in accorda nce with paragraphs 4 .19b and 4 .19c. c. Slabs With Cracks through Interior Areas. Interior area is defined as that area more than 6 inches (600 mm) from either adjacent original transverse joint. The full slab shall be removed and replaced at no cost to the owner , when there are any full depth cracks , or cracks greater than 4 " in depth , that extend into the interior area . d. Cracks Close To and Parallel To Transverse Joints. All cracks essentially parallel to original transverse joints , extending full depth of the slab, and lying wholly within 6 inches either s ide of the joint shall be treated as specified here i nafter. Any crack extending more than 6 inches (600 mm) from the transverse joint sha ll be treated as specified above in subparagraph "Slabs With Cracks Through Interior Area." (1) Full Depth Cracks Present, Original Joint Not Opened. When the original uncracked transverse joint has not opened , the crack shall be sawed and sealed , and the or iginal transverse j oint fil led with epoxy resin as specified below . The crack shall be sawed with equipment special ly designed to follow random cracks . The reservoir for joint sealant in the crack shall be formed by sawing to a depth of 3/4 inch (19 mm), plus or minus 1/16 inch (1 .6 mm), and to a width of 5/8 inch (16 mm), plus or minus 1/8 inch (3 .2 mm). Any equipment or procedure which causes raveling or spalling along the crack shall be modified or replaced to prevent such raveling or spa l ling . The joint sealant shall be a liquid sealant as specified. Installation of joint seal shall be as specified for sealing joints or as directed. If the joint sealant reservoir has been sawed out , the reservoir and as much of the lower saw cut as possible shall be filled with epoxy resin , Type IV , Grade 2, thoroughly tooled into the void using approved procedures . If only the original narrow saw cut has been made, it shall be cleaned and pressure injected with epoxy resin , Type IV , Grade 1, using approved procedures . If filler type material has been used to form a weakened plane in the transverse joint, it shall be completely sawed out and the saw cut pressure injected with epoxy resin , Type IV , Grade 1, using approved procedures . Where a parallel crack goes part way across paving lane and then intersects and follows the original transverse joint which is cracked only for the remained of the width , it shall Project No. 1573 Jacobs No . WFX K2500 P-501 -21- Apron C Improvements Meacham International Airport be treated as specified above for a parallel crack , and the cracked original joint shall be prepared and sealed as originally designed . (2) Full Depth Cracks Present, Original Transverse Joint Also Cracked. At a transverse joint, if there is any place in the lane width where a parallel crack and a cracked portion of the original joint overlap , the entire slab containing the crack shall be removed and replaced for the full lane width and length . e. Removal and Replacement of Full Slabs. Where it is necessary to remove full slabs , un less there are keys or dowels present , all edges of the slab sha ll be cut full depth with a concrete saw. All saw cuts shall be perpendicular to the slab surface. If keys , dowels , or tie bars are present along any edges , these edges shall be sawed full depth 24 inches (150 mm ) from the edge if only keys are present , or just beyond the end of the dowels or tie bars if they are present. These joints shall then be carefully sawed on the joint line to within 1 inch (25 mm) of the depth of the dowel or key . The main slab shall be further divided by sawing full depth , at appropriate locations , and each piece lifted out and removed . Suitable equipment shall be used to provide a truly vertica l lift , and approved safe lifting devices used for attachment to the slabs. The narrow strips along keyed or doweled edges shall be carefully broken up and removed using light, hand-held jackhammers , 30 LB (14 kg) or less , or other approved similar equipment. Care shall be taken to prevent damage to the dowels , tie bars, or keys or to concrete to remain in place. The joint face below keys or dowels shall be suitably trimmed so that there is not abrupt offset in any direction greater than 1/2 inch (12 mm) and no gradual offset greater than 1 inch (25 mm) when tested in a horizontal direction with a 12-foot (3 .6 m) straightedge. No mechanical impact breakers , other than the above hand-held equipment shall be used for any removal of slabs . If underbreak between 1-1 /2 and 4 inches (37 and 100 mm) deep occurs at any point along any edge , the area sha ll be repaired as directed before replacing the removed slab . Procedures directed will be similar to those specified for surface spalls , modified as necessary . If underbreak over 4 inches (100 mm) deep occurs , the entire slab containing the underbreak shall be removed and replaced . Where there are no dowels , tie bars, or keys on an edge , or where they have been damaged , dowels of the size and spacing as specified for other joints in similar pavement shall be installed by epoxy grouting them into holes drilled into the existing concrete using procedures as specified . Original damaged dowels or tie bars shall be cut off flush with the joint face. Protruding port ions of dowels shall be painted and lightly oiled . All 4 edges of the new slab shall thus contain dowels or original keys or original tie bars. Placement of concrete shall be as specified for original construction. Prior to placement of new concrete , the underlying material (unless it is stabilized) shall be re-compacted and shaped as specified in the appropriate SECTION of these specifications. The surfaces of all four joint faces shall be cleaned of all loose material and contaminants and coated with a double application of membrane forming curing compound as bond breaker. Care shall be taken to prevent any curing compound from contacting dowels or tie bars. The resulting joints around the new slab shall be prepared and sealed as specified for original construction . f. Repairing Spalls Along Joints. Where directed, spalls along joints of new slabs , and along parallel cracks used as replacement joints , shall be repaired by first making a vertical saw Project No . 1573 Jacobs No . WFXK2500 P-501 -22- Apron C Improvements Meacham International Airport cut at least 1 inch (25 mm) outside the spalled area and to a depth of at least 2 inches (50 mm). Saw cuts shall be straight lines forming rectangular areas . The concrete between the saw cut and the joint, or crack , shall be chipped out to remove all unsound concrete and at least 1 /2 inch (12 mm) of v isually sound concrete . The cavity thus formed shall be thoroughly cleaned with high-pressure water jets supplemented with compressed air to remove all loose material. Immediately before filling the cavity , a prime coat of epoxy resin, Type Ill , Grade I, shall be applied to the dry cleaned surface of all sides and bottom of the cavity , except any joint face. The prime coat shall be applied in a thin coating and scrubbed into the surface with a stiff-bristle brush. Pooling of epoxy resin shall be avoided. The cavity shall be filled with low slump Portland cement concrete or mortar or with epoxy resin concrete or mortar. Concrete shall be used for larger spalls, generally those more than 1/2 cu . ft . (0.014 m3) in size , and mortar SHALL BE USED FOR THE SMALLER ONES. ANY SPALL LESS THAN 0.1 CU. FT . (0 .003 m3) shall be repaired only with epoxy resin mortar or a Grade Ill epoxy resin. Portland cement concrete and mortar mixtures shall be proportioned as directed and shall be mixed, placed , consolidated , and cured as directed. Epoxy resin mortars shall be made with Type Ill , Grade 1, epoxy resin , using proportions and mixing and placing procedures as recommended by the manufacturer and approved by the Engineer. The epoxy resin materials shall be placed in the cavity in laye rs not over 2 inches (50 mm) thick . The time interval between placement of additional layers shall be such that the temperature of the epoxy resin material does not exceed 140oF (60oC) at any time during hardening . Mechanical vibrators and hand tampers shall be used to consolidate the concrete or mortar. Any repair material on the surrounding surfaces of the existing concrete shall be removed before it hardens. Where the spalled area abuts a joint, an insert or other bond-breaking medium shall be used to prevent bond at the joint face. A reservoir for the joint sealant shall be sawed to the dimensions required for other joints , or as required to be routed for cracks. The reservoir shall be thoroughly cleaned and sealed with the sealer specified for the joints. If any spall penetrates half the depth of the slab or more , the entire slab shal l be removed and replaced as previously specified. 501-4.20 EXISTING CONCRETE PAVEMENT REMOVAL AND REPAIR. All operations shall be carefully controlled to prevent damage to the concrete pavement and to the underlying material to remain in place. All saw cuts shall be made perpendicular to the slab surface . a. Removal of Existing Pavement Slab. When it is necessary to remove existing concrete pavement and leave adjacent concrete in place , unless there are dowels or keys present , the joint between the removal area and adjoining pavement to stay in place , including dowels , tie bars or keys , shall first be cut full depth with a standard diamond-type concrete saw. [If keys or dowels are present at this joint, the saw cut shall be made full depth 6 inches (150 mm) from the joint if only keys are present, or just beyond the end of dowels if dowels are present. The edge shall then be carefully sawed on the joint line to within 1 inch (25 mm) of the top of the dowel or key .] Next, a full depth saw cut shall be made parallel to the joint at least 24 inches (600 mm) from the joint and at least 12 inches (300 mm) from the end of ahy dowels. All pavement between this last saw cut and the joint line shall be carefully broken up and removed using hand-held jackhammers , 30 lb. (14 kg) or less , or the approved light-duty equipment which will not cause stress to propagate across the joint saw cut and cause distress in the pavement which is to remain in place . Where dowels or keys are present , care shall be taken to produce an even , vertical joint face below the dowels or keys . If the Contractor is unable to produce such a joint face, or if underbreak or other distress occurs, the Contractor shall saw the dowels or keys flush with the joint. The Contractor Project No . 1573 Jacobs No . WFXK2500 P-501 -23- Apron C Improvements Meacham International Airport shall then install new dowels , of the size and spacing used for other similar joints , by epoxy resin bonding them in holes drilled in the joint face as specified in paragraph "Placing dowels and Tie-bars. All this shall be at no additional cost to the Owner. Dowels of the size and spacing indicated shall be installed as shown on the drawings by epoxy resin bonding them in holes drilled in the joint face as specified in paragraph "Placing Dowels and T ie Bars". The joint face sha ll be sawed or otherwise trimmed so that there is no abrupt offset in any direction greater than 1/2-inch (12 mm) and no gradual offset greater than 1 inch (25 mm) when tested in a horizontal direction with a 12 ft. (3.6 m) straightedge . b. Edge Repair. The edge of existing concrete pavement against which new pavement abuts shall be protected from damage at all times. Areas that are damaged during construction shall be repaired at no cost to the Owner; repair of previously existing damage areas will be considered a subsidiary part of concrete pavement construction . (1) Spall Repair. Spal ls shall be repaired where indicated and where directed. Repair materials and procedures shall be as previously specified in subparagraph "Repairing Spalls Along Joints." (2) Underbreak Repair. All underbreak shall be repaired. First, al l delaminated and loose material shall be carefully removed. Next, the underlying material shall be recompacted , without addition of any new material. Finally , the void shall be completely filled with paving concrete , thoroughly consolidated. Care shall be taken to produce an even jo int face from top to bottom . Prior to placing concrete , the underlying material shall be thoroughly moistened. After placement , the exposed surface shall be heavily coated with curing compound. (3) Underlying Material. The underlying materia l adjacent to the edge of an under the existing pavement which is to remain in place shall be protected from damage or disturbance during removal operations and until placement of new concrete , and shall be shaped as shown on the drawings or as directed . Sufficient material shall be kept in place outside the joint line to prevent disturbance (or sloughing) of material under the pavement that is to remain in place . Any material under the portion of the concrete pavement to remain in place , which is disturbed or loses its compaction shall be carefully removed and replaced with concrete as specified in paragraph "Underbreak Repair ." The underlying material outside the joint line shall be thoroughly compacted and moist when new concrete is placed . MATERIAL ACCEPTANCE 501-5.1 ACCEPTANCE SAMPLING AND TESTING. All acceptance sampling and testing, with the exception of coring for thickness determination , necessary to determine conformance with the requirements specified in this section will be performed by the Engineer. Concrete shall be accepted for strength and thickness on a lot basis. A lot shall consist of a day's production not to exceed 2 ,000 square yards. Testing organizations performing these tests shall meet the requirements of ASTM C 1077, including accreditation. The accreditation will include ASTM C 78. The Contractor shall bear the cost of providing curing facilities for the strength specimens, per paragraph 501-5.1 a(3), and coring and filling operations , per paragraph 501-5 .1 b(1 ). Project No . 1573 Jacobs No . WFXK2500 P-501 -24- Apron C Improvements Meacham International Airport a. Flexural Strength. (1) Sampling. Each lot shall be divided into four equal sublots. One sample shall be taken for each sublot from the plastic concrete delivered to the job site . Sampling locations shall be determined by the Engineer in accordance with random sampling procedures contained in ASTM D 3665 . The concrete shall be samp led in accordance with ASTM C 172 . (2) Testing. Two (2) specimens shall be made from each sample . Specimens shall be made in accordance with ASTM C 31 and the flexural strength of each specimen shall be determined in accordance with ASTM C 78 . The flexural strength for each sublot shall be computed by averaging the results of the two test specimens representing that sublot. Immediately prior to testing for flexural strength, the beam shall be weighed and measured for determination of a sample unit weight. Measurements shall be made for each dimension; height, depth, and length, at the mid-point of the specimen and reported to the nearest tenth of an inch. The weight of the specimen shall be reported to the nearest 0.1 pound. The sample unit weight shall be calculated by dividing the sample weight by the calculated volume of the sample. This information shall be reported as companion information to the measured flexural strength for each specimen. The samples will be transported while in the molds. The curing , except for the initial cure period , will be accomplished using the immersion in saturated lime water method . Slump , air content , and temperature tests will also be conducted by the quality assurance laboratory for each set of strength test samples , per ASTM C 31. (3) Curing. The Contractor shall provide adequate facilities for the initial curing of beams . During the 24 hours after molding , the temperature immediately adjacent to the specimens must be maintained in the range of 60 to 80 degrees F (16 to 27 degrees C), and loss of moisture from the specimens must be prevented . The specimens may be stored in tightly constructed wooden boxes , damp sand pits , temporary buildings at construction sites , under wet burlap in favorable weather, or in heavyweight closed plastic bags, or using other suitab le methods , provided the temperature and moisture loss requirements are met. (4) Acceptance. Acceptance of pavement for flexural strength will be determined by the Engineer in accordance with paragraph 501-5 .2b . b. Pavement Thickness. (1) Sampling. Each lot shall be divided into four equal sublots and one core shall be taken by the Contractor for each sublot. Sampling locations shall be determined by the Engineer in accordance with random sampling procedures contained in ASTM D 3665 . Areas , such as thickened edges , with p lanned variable thickness, shall be excluded from sample locations. Cores shall be neatly cut with a core drill. The Contractor shall furnish all tools , labor, and materials for cutting samples and filling the cored hole . Core holes shall be filled by the Contractor with a non-sh rink grout approved by the Engineer within one day after sampling . (2) Testing. The thickness of the cores shall be determined by the Engineer by the average caliper measurement in accordance with ASTM C 17 4 . Project No . 15 73 Jacobs No . WFXK2500 P-501 -25- Apron C Improvements Meacham Internat ional Airport (3) Acceptance. Acceptance of pavement for th ickness shall be determined by the Engineer in accordance with paragraph 501-5.2c . c. Partial Lots. When operational conditions cause a lot to be terminated before the specified number of tests have been made for the lot , or when the Contractor and Engineer agree in writing to allow overages or minor placements to be considered as partial lots , the following procedure wil l be used to adjust the lot size and the number of tests for the lot. Where three sublots have been produced , they shall constitute a lot. Where one or two sublots have been produced , they shall be incorporated into the next lot or the previous lot and the total number of sublots sha l l be used in the acceptance cr iteria calculation , i.e ., n=5 or n=6 . d. Outliers. All individual flexural strength tests within a lot shall be checked for an outlier (test criterion ) in accordance with ASTM E 178 , at a significance level of 5 percent. Outliers shall be discarded , and the PWL shall be determined using the remaining test values. 501-5.2 ACCEPTANCE CRITERIA. a. General. Acceptance will be based on the following characteristics of the completed pavement: (1) Flexural strength (4) Grade · (2) Thickness (3) Smoothness (5) Edge slump (6) Dowel bar alignment Flexural strength and thickness shall be evaluated for acceptance on a lot basis using the method of estimating percentage of material within specification limits (PWL). Acceptance using PWL considers the variability (standard deviation) of the material and the testing procedures , as we ll as the average (mean) value of the test results to calculate the percentage of material that is above the lower specification tolerance limit (L). Acceptance for flexural paragraph 501-5.2e(1 ). paragraph 501-5 .2e(2). paragraph 501-5.2e(3). paragraph 501-5 .2e(4 ). strength will be based on the criteria contained in accordance with Acceptance for thickness will be based on the criteria contained in Acceptance for smoothness will be based on the criteria contained in Acceptance for grade will be based on the criteria contained in The Engineer may at any time , not withstanding previous plant acceptance , reject and require the Contractor to dispose of any batch of concrete mixture which is rendered unfit for use due to contamination , segregation , or improper slump. Such rejection may be based on only visual inspection. In the event of such rejection, the Contractor may take a representative sample of the rejected material in the presence of the Engineer, and if it can be demonstrated in the laboratory , in the presence of the Engineer, that such material was erroneously rejected , payment will be made for the material at the contract unit price . b. Flexural Strength. Acceptance of each lot of in-place pavement for flexural strength shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher. Pro j ect No . 1573 Jacobs No . WFXK2500 P-501 -26- Apron C Improvements Meacham International A irport c. Pavement Thickness. Acceptance of each lot of in-place pavement shall be based on PWL . The Contractor shall target production quality to achieve 90 PWL or higher. d. Percentage of Material Within Limits (PWL). The percentage of material within limits (PWL) shall be determined in accordance with procedures specified in Section 110 of the General Provisions. The lower specification tolerance limit (L) for flexural strength and thickness shall be : Lower Specification Tolerance Limit (L} Flexural Strength 0 .93 x strength specified in paragraph 501-3 .1 Thickness e. Acceptance Criteria. Lot Plan Thickness in inches -0.50 inches (1) Flexural Strength. If the PWL of the lot equals or exceeds 90 percent , the lot shall be acceptable . Acceptance and payment for the lot shall be determined in accordance with paragraph 501-8 .1. (2) Thickness. If the PWL of the lot equals or exceeds 90 percent , the lot shall be acceptable. Acceptance and payment for the lot shall be determined in accordance with paragraph 501-8 .1. (3) Smoothness. As soon as the concrete has hardened sufficiently , the pavement surface shall be tested with a 16-foot (5 m) straightedge or other specified device. Surface smoothness deviations shall not exceed 1/4 inch (6 mm) from a 16-foot (5 m) straightedge placed in any direction , including placement along and spanning any pavement joint edge . Areas in a slab showing high spots of more than 1/4 inch (6 mm) but not exceeding 1/2 inch (13 mm). in 16 f eet (5 m) shall be marked and immediately ground down with an approved grinding machine to an elevation that will fall within the tolerance of 1/4 inch (6 mm) or less. Where the departure from correct cross section exceeds 1/2 inch (13 mm), the pavement shall be removed and replaced at the expense of the Contractor when so directed by the Engineer. (4) Grade. An evaluation of the surface grade shall be made by the Engineer for compliance to the to lerances contained below . Lateral Deviation. Lateral deviation from established alignment of the pavement edge shall not exceed p lus or minus 0.10 foot (30 mm) in any lane . Vertical Deviation. Vertical deviation from established grade shall not exceed plus or minus 0.04 foot (12 mm) at any point. (5) Edge Slump. When slip-form paving is used , not more than 15 percent of the total free edge of each 500 foot (150 m) segment of pavement , or fraction thereof, shall have an edge slump exceeding 1/4-inch (6 mm), and none of the free edge of the pavement shall have an edge slump exceeding 3/8-inch (10 mm). (The total free edge of 500 feet (150 m) of Project No . 1573 Jacobs No. WFXK2500 P-501 -27- Apron C Improvements Meacham International Airport pavement will be considered the cumulative total linear measurement of pavement edge originally constructed as nonadjacent to any existing pavement; i.e., 500 feet (150 m) of paving lane originally constructed as a separate lane will have 1,000 feet (300 m) of free edge, 500 feet (150 m) of fill-in lane will have no free edge , etc.). The area affected by the downward movement of the concrete along the pavement edge shall be limited to not more than 18 inches (457 mm) from the edge. When excessive edge slump cannot be corrected before the concrete has hardened, the area with excessive edge slump shall be removed and replaced at the expense of the Contractor when so directed by the Eng ineer. (6) Dowel Bar Alignment. Dowel bars and assemblies shall be checked for position and alignment. The maximum permissible tolerance on dowel bar alignment in each plane, horizontal and vertical , shall not exceed 2 percent or 1/4 inch per foot (20 mm per meter) of a dowel bar. Vertical alignment of dowels shall be measured parallel to the designed top surface of the pavement , except for those across the crown or other grade change joints. Dowels across crowns and other joints at grade changes, shall be measured to a level surface. Horizontal alignment shall be checked perpendicular to the joint edge. f. Removal and Replacement of Concrete. Any area or section of concrete that is removed and replaced shall be removed and replaced back to planned joints. The Contractor shall replace damaged dowels and the requirements for doweled longitudinal construction joints in paragraph 501-4.10 shall apply to all contraction joints exposed by concrete removal. CONTRACTOR QUALITY CONTROL 501-6.1 QUALITY CONTROL PROGRAM. The Contractor shall develop a Quality Control Program in accordance with Section 100 of the General Provisions . The program shall address all elements that effect the quality of the pavement including but not limited to : a. Mix Design g. Placing and Consolidation b. Aggregate Gradation h. Joints C. Quality of Materials i. Dowel Placement and Alignment d. Stockpile Management j. Flexural Strength e. Proportioning k. Finishing and Curing f. Mix ing and Transportation I. Surface Smoothness 501-6.2 QUALITY CONTROL TESTING. The Contractor shall perform all quality control tests necessary to control the production and construction processes applicable to this specification and as set forth in the Quality Control Program. The testing program shall include , but not necessarily be limited to , tests for aggregate gradation , aggregate moisture content, slump, and air content. A Quality Control Testing Plan shall be developed as part of the Quality Control Program. a. Fine Aggregate. (1) Gradation. A sieve analysis shall be made at least twice daily in accordance with ASTM C 136 from randomly sampled material taken from the discharge gate of storage bins or from the conveyor belt. (2) Moisture Content. If an electric moisture meter is used, at least two direct measurements of moisture content shall be made per week to check the calibration . If direct Project No. 1573 Jacobs No . WFXK2500 P-501 -28- Apron C Improvements Meacham International Airport measurements are made in lieu of using an electric meter, two tests shall be made per day . Tests shall be made in accordance w ith ASTM C 70 or ASTM C 566 . b. Coarse Aggregate. (1) Gradation. A s ieve analys is shal l be made at least twice dai ly for each s ize of aggregate. Tests shal l be made in accordance with ASTM C 136 from randomly sampled material taken from the discharge gate of storage bins or from the conveyor belt. (2) Moisture Content. If an electric moisture meter is used , at least two direct measurements of moistu re content sha ll be made per week to check the calibration. If direct measurements are made in lieu of using an electric meter, two tests shall be made pe r day . Tests sha ll be made in acco rdance with ASTM C 566 . c. Slump. Four slump tests shal l be performed for each lot of material produced in accordance w ith the lot s ize defined in Section 501-5 .1. One test sha ll be made for each sublot. Slump tests shall be performed in accordance w ith ASTM C 143 from material randomly sampled from material discharged from trucks at the paving site. Materia l samples shall be taken in accordance with ASTM C 172 . d. Air Content. Four air content tes t s , shall be performed for each lot of material produced in acco rdance with the lot s ize defined in Sect ion 501-5.1 . One test sha ll be made for each sub lot. Air content tests shall be performed in accordance with ASTM C 231 for grave l and stone coarse aggregate and ASTM C 173 for slag or other porous coarse aggregate , from material randomly sampled from trucks at the paving site . Material samples shall be taken in accordance with ASTM C 172 . e. Four unit weight and yield tests shal l be made in accordance with ASTM C 138 . The samples sha ll be taken in accordance with ASTM C 172 and at the same time as the air content tests . 501-6.3 CONTROL CHARTS. The Contractor sha ll ma inta in l inear contro l charts for fine and coarse aggregate gradation , s lump , and air content. Control charts shall be posted in a location satisfactory to the Engineer and shall be kept up to date at al l t imes . As a minimum , the control charts sha ll identify the project number, the contract item number , the test number, each test parameter, the Action and suspension Limits, or Specification limits , appl icable to each test parameter, and the Contractor's test results . The Contractor shall use the control charts as part of a process control sys tem for identifying potential problems and assignable causes before they occur . If the Contractor's projected data during production indicates a potential problem and the Contractor is not tak ing satisfactory corrective action , the Engineer may halt production or acceptance of the mate rial. a. Fine and Coarse Aggregate Gradation. The Contractor shall record the running average of the last five gradation tests for each control sieve on linear control charts. Specification limits contained in Tables 1 and 2 sha ll be superimposed on the Control Chart for job control. b. Slump and Air Content. The Contractor shall ma intain linear control charts both for individual measurements and range (i.e. difference between highest and lowest measurements) for slump and air content in accordance with the following Action and Suspension Limits . Project No . 157 3 Jacobs No . WFX K2500 P-501 -2 9- Apron C Improvements Me ac ham Intern ational A irport CONTROL CHART LIMITS Control Individual Measurements Range Suspension Parameter Limit Action Limit I Suspension Limit Slip Form: Slump +Oto -1 inch I +0.5 to -1.5 inch +/-1.5 inch Air Content +/-1.2% I +/-1.s% +/-2.5% Fixed Form Slump + 0.5 to -1 inch I +1 to -1.5 inch +/-1.5 inch Air Content +/-1.2% I +/-1.s% +/-2.5% The individual measurement control charts shall use the mix design target values as indicators of central tendency . 501-6.4 CORRECTIVE ACTION. The Contractor Quality Control Program shall indicate that appropriate action shall be taken when the process is believed to be out of control. The Contractor Quality Control Program shall detail what action will be taken to bring the process into control and shall contain sets of rules to gauge when a process is out of control. As a minimum, a process shall be deemed out of control and corrective action taken if any one of the following conditions exists . a. Fine and Coarse Aggregate Gradation. When two consecutive averages of five tests are outside of the Tables 1 or 2 specification limits, immediate steps, including a halt to production, shall be taken to correct the grading. b. Fine and Coarse Aggregate Moisture Content. Whenever the moisture content of the fine or coarse aggregate changes by more than 0.5 percent, the scale settings for the aggregate batcher(s) and water batcher shall be adjusted. c. Slump. The Contractor shall halt production and make appropriate adjustments whenever: range; or (1) one point falls outside the Suspension Limit line for individual measurements or (2) two points in a row fall outside the Action Limit line for individual measurements. d. Air Content. The Contractor shall halt production and adjust the amount of air- entraining admixture whenever: (1) one point falls outside the Suspension Limit line for individual measurements or range; or (2) two points in a row fall outside the Action Limit line for individual measurements. Whenever a point falls outside the Action Limits line, the air-entraining admixture dispenser shall be calibrated to ensure that it is operating correctly and with good reproducibility. Project No . 1573 Jacobs No . WFXK2500 P-501 -30- Apron C Improvements Meacham International Airport METHOD OF MEASUREMENT 501-7.1 Portland cement concrete pavement sha ll be measured by the number of square yards (square meters) of either plain or reinforced pavement as specified in-place, completed and accepted . Saw-cut grooving shall be measured by the number of square yards (square meters) of saw-cut grooving as specified in-place, completed and accepted . BASIS OF PAYMENT 501-8.1 PAYMENT. Payment for accepted concrete pavement shall be made at the contract unit price per square yard (square meter) adjusted in accordance with paragraph 501-8 .1 a , subject to the limitation that: The total project payment for concrete pavement shall not exceed 106 percent of the product of the contract unit price and the total number of square yards (square meters) of concrete pavement used in the accepted work (See Note 2 under Table 3). Payment shall be full compensation for all labor , materials , tools , equipment, and incidentals required to complete the work as specified herein and on the drawings , except for saw-cut grooving . a. Basis of Adjusted Payment. The pay factor for each individual lot shall be calculated in accordance with Table 3. A pay factor shall be ca lculated for both flexural strength and thickness. The lot pay factor shall be the higher of the two values when ca lculations for both flexural strength and thickness are 100 percent or higher. The lot pay factor shall be the product of the two va lues when only one of the calculations for either flexural strength or thickness is 100 percent or higher. The lot pay factor shall be the lower of the two values when calculations for both flexural strength and thickness are less than 100 percent . TABLE 3. PRICE ADJUSTMENT SCHEDULE 1 Percentage of Material Within Specification Limits (PWL) 96 -100 90-95 75-90 55-74 Below 55 Lot Pay Factor (Percent of Contract Unit Price) 106 PWL + 10 0 .5PWL + 55 1.4PWL-12 Re ·ect 2 1 ALTHOUGH IT IS THEORETICALLY POSSIBLE TO ACHIEVE A PAY FACTOR OF 106 PERCENT FOR EACH LOT, ACTUAL PAYMENT IN EXCESS OF 100 PERCENT SHALL BE SUBJECT TO THE TOTAL PROJECT PAYMENT LIMITATION SPECIFIED IN PARAGRAPH 501-8.1 . 2 The lot shall be removed and replaced. However , the Engineer may decide to allow the rejected lot to remain . In that case , if the Engineer and Contractor agree in writing that the lot shall not be removed , it shall be paid for at 50 percent of the contract unit price AND THE Project No . 1573 Jacobs No. WFXK2500 P-501 -31- Apron C Improvements Meacham International Airport TOTAL PROJECT PAYMENT LIMITATION SHALL BE REDUCED BY THE AMOUNT WITHHELD FOR THE REJECTED LOT . For each lot accepted , the adjusted contract unit price shall be the product of the lot pay factor for the lot and the contract unit price. Payment shall be subject to the total project payment limitation specified in paragraph 501-8.1 . Payment in excess of 100 percent for accepted lots of concrete pavement shall be used to offset payment for accepted lots of concrete pavement that achieve a lot pay factor less than 100 percent. b. Payment. Payment shall be made under: Item P-501-8.1 a Portland Cement Concrete Pavement per square yard (square meter) c. Basis of adjusted payment for Smoothness. Price adjustment for pavement smoothness will apply to the total area of concrete within a section of pavement and shall be applied in accordance the following equation and schedule : (Sq yds in section) x (original unit price per sq yds) x PFm = = reduction in payment for area within section Average Profile Index (Inches per mile) pavement strength rating Contract Unit Price Adjustment PFm over 30,000 lb 0 - 7 7.1 - 9 9.1 -11 11.1-13 13.1-14 14 .1-15 15 .1&up ASTM C 31 ASTM C 39 ASTM C 70 ASTM C 78 ASTM C 88 ASTM C 131 30 ,000 lb Short or less 0 -10 10.1-11 11.1 -12 12.1 -13 13.1-14 14.1-15 15.1 & up Sections 0 -15 15.1-16 16.1-17 17.1-18 18.1-20 20 .1 -22 22 .1 & up 0.00 0.02 0.04 0.06 0 .08 0 .10 corrective work required TESTING REQUIREMENTS Making and Curing Concrete Test Specimens in the Fie ld Compressive Strength of Cylindrical Concrete Specimens Surface Moisture in Fine Aggregate Test for Flexural Strength of Concrete (Using Simple Beam with Third-Point Loading) Test for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate Test for Resistance to Abrasion of Small Size Coarse Aggregate by Use of the Los Angeles Machine Project No . 1573 Jacobs No . WFXK2500 P-501 -32- Apron C Improvements Meacham International Airport ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates ASTM C 138 Test for Density (Unit Weight), Yield , and Air Content (Gravimetric) of Concrete ASTM C 143 Test for Slump of Hydraulic Cement Concrete ASTM C 172 Sampling Freshly Mixed Concrete ASTM C 173 Test for Air Content of Freshly Mixed Concrete by the Volumetric Method ASTM C 17 4 Measuring Thickness of Concrete Elements Using Drilled Concrete Cores ASTM C 227 Potential Alkali Reactivity of Cement-Aggregate Combinations (Mortar-Bar Method) ASTM C 231 Test for Air Content of Fresh ly Mixed Concrete by the Pressure Method ASTM C 289 Potential Alkali-Silica Reactivity of Aggregates (Chemical Method) ASTM C 295 Petrographic Examination of Aggregates for Concrete ASTM C 114 Chemical Analysis of Hydraulic Cement ASTM C 535 Test for Resistance to Degradation of Large-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C 566 Total Evaporable Moisture Content of Aggregates by Drying ASTM C 642 Test for Density , Absorption, and Voids in Hardened Concrete ASTM C 666 Resistance of Concrete to Rapid Freezing and Thawing ASTM C 1077 Standard Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction And Criteria for Laboratory Evaluation ASTM C 1260 Potential Alkali Reactivity of Aggregates (Mortar-Bar Method) ASTM D 3665 Random Sampling of Paving Materials ASTM D 4791 Test Method for Flat or Elongated Particles in Coarse Aggregate ASTM E 178 Practice for Dealing With Outlying Observations ASTM E 1274 Test for Measuring Pavement Roughness Using a Profilograph AASHTO T 26 Quality of Water to be Used in Concrete Project No . 1573 Jacobs No . WFXK2500 P-501 -33- Apron C Improvements Meacham International Airport ASTM A 184 ASTM A 185 ASTM A497 ASTM A 615 ASTM A 704 ASTM A 714 ASTM A 996 ASTM C 33 ASTM C 94 ASTM C 150 ASTM C 171 ASTM C 260 ASTM C 309 ASTM C494 ASTM C 595 ASTM C 618 ASTM C 881 ASTM C 989 ASTM D 1751 MATERIAL REQUIREMENTS Specification for Fabricated Deformed Steel Bar Mats for Concrete Reinforcement Specification for Steel Welded Wire Fabric, Plain , for Concrete Reinforcement Specification for Steel Welded Wire Fabric , Deformed, for Concrete Reinforcement Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement Specification for High-Strength Low-Alloy Welded and Seamless Steel Pipe Specification for Rail-Steel and Axle Steel Deformed Bars for Concrete Reinforcement Specification for Concrete Aggregates Specification for Ready-Mixed Concrete Specification for Portland Cement Specification for Sheet Materials for Curing Concrete Specification for Air-Entraining Admixtures for Concrete Specification for Liquid Membrane-Forming Compounds for Curing Concrete Specification for Chemical Admixtures for Concrete Specification for Blended Hydraulic Cements Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete Specification for Epoxy-Resin Base Bonding System for Concrete Specification for Ground Granulated Blast-Furnace Slag for Use in Concrete and Mortars Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types) Project No. 1573 Jacobs No . WFXK2500 P-501 -34- Apron C Improvements Meacham International Airport ASTM D 1752 ACI 305R ACI 306R ACI 309 Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving And Structural Construction Hot Weather Concreting Cold Weather Concreting Guide for Consolidation of Concrete MIL-DTL-24441/20a (1999)_Pa int , Epoxy-Polyamide, Green Primer, Formula 150 , Type Ill Department of Defense Project No . 1573 Jacobs No . WFXK2500 END ITEM P-501 P-501 -35- Apron C Improvements Meacham International Airport ITEM P-605 JOINT SEALING FILLER DESCRIPTION 605-1.1 This item shal l consist of providing and insta lli ng a resilient and adhesive j oint sealing fi ller capable of effectively sea ling joints and cracks in pavements. MATERIALS 605-2.1 JOINT SEALERS. Jo int sealing mate rials sha ll meet the requ irements of ASTM D 1854 . Each lot or batch of sealing compound shall be delivered to the jobsite in the manufacturer's original sealed container. Each container shall be marked with the manufacturer's name, batch or lot number, the safe heating temperature, and shall be accompanied by the manufacturer's certification stating that the compound meets the requirements of this specification. CONSTRUCTION METHODS 605-3.1 TIME OF APPLICATION. Jo ints shall be sealed as soon after completion of the curing period as feasib le and before the pavement is opened to traffic , including construction equipment. The pavement temperature shall be above (50 °F (10 °C) at the time of installation of the poured joint sealing material. 605-3.2 PREPARATION OF JOINTS. a. Sawing . All j o ints shal l be sawed in accordance with spec ifications and plan deta il s . Immediately after sawing the j oint, the resulting slurry shall be comp lete ly removed from joint and adjacent area by flushing w ith a jet of water , and by use of ot her tools as necessary. b. Sealing . Immediately before sealing , the joints sha ll be t horoughly cleaned of all remaining laitance , cur ing compound , and other foreign material . Cleaning sha ll be accomplished by sandb lasting . Sandblasting sha l l be accomplished in a minimum of two passes. One pass per joint face with the nozzle held at an angle directly toward the joint face and not more that 3 inches from it. Upon completion of cleaning , the joints shall be blown out with compressed air free of oil and water. Only air compressors with operab le oil and water traps sha ll be used to prepa re the j oints for sealing . The jo int faces shall be surface dry when the seal is applied. 605-3.3 INSTALLATION OF SEALANTS. Jo ints shall be inspected for proper width , depth , alignment , and preparation , and shall be approved by the Engineer before sealing is allowed. Sealants shal l be installed in accordance with the following requirements : Hot Poured Sealants. The joint sealant shall be applied uniformly solid from bottom to top and shall be filled without formation of entrapped air or voids. A backing material shall be placed as shown on the plans and shall be nonadhesive to the concrete or the sealant material. The heating kettle shall be an indirect heating type , constructed as a double boiler. A positive temperature control and mechanical agitation shall be provided. The sealant shall not be heated to more than 20 °F (-11 °C) below the safe heating temperature. The safe heating temperature can be obtained from the Proj ect No . 1573 Jaco bs No . WFXK2500 P-605 -1- A pro n Impro vem en ts Meacham In te rn ational Airport "\ I manufacturer's shipping container. A direct connecting pressure type extruding device with nozzles shaped for insertion into the joint shall be provided. Any sealant spilled on the surface of the pavement, structures and/or lighting fixtures, shall be removed immediately. METHOD OF MEASUREMENT 605-4 .1 Joint sealing material shall not be measured or paid for separately. This is a subsidiary of the pavement. BASIS OF PAYMENT 605-5.1 Payment for jo int sea li ng material shall not be paid for separately. This is a subsidiary of the pavement. TESTING REQUIREMENTS ASTM D 412 Test Metho ds for Vulcanized Rubber and Thermop lastic Elastomers - Tension ASTM D 1644 Test Methods for Nonvolatile Content of Varnishes MATERIAL REQUIREMENTS ASTM D 1854 Jet-Fuel-Resistant Concrete Joint Sealer, Hot-Applied Elastic Type ASTM D 3406 Joint Sealants , Hot-Applied , Elastomeric-Type, for Portland Cement Concrete Pavements ASTM D 3569 Join t Sealant , Hot-Applied , Elastometric , Jet-Fuel-Resistant Type , for Portland Cement Concrete Pavements ASTM D 3581 Joint Sealant, Hot-Applied , Jet-Fuel-Resistant Type , for Portland Cement Concrete and Tar-Concrete Pavements ASTM D 5893 Standard Speci fi cations for Cold Applied , Single Component, Chem ically Curing Silicone Jo i nt Sealant for Portland Cement Concrete Pavements ASTM D 6690 Joint and Crack Sealants , Hot-Applied , for Concrete and Asphalt Pavements FED SPEC Sealants , Joint , Two-Component, Jet-Blast Resistant , Cold App lied SS-S-200E(2) Project No. 1573 Jacobs No . WFXK2500 END ITEM P-605 P-605 -2- Apron Improvements Meacham Internatio nal A irport SPECIAL PROVISIONS TO ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE The work under this item shall conform to the requirements of Item P-610 of the FAA standards for Specifying Construction of Airports which have been reproduced entirely herein with the following modifications . Where reference is made to specifications of ASTM for AASHTO, it shall be construed to mean the latest standard in effect on the date of the proposal. 1. Section 310-2.10 COVER MATERIALS FOR CURING Remove "Waterproof paper for curing concrete" as an option. 2 . Section 310-3.2 CONCRETE COMPOSITION Revise the second sentence to read : "The concrete shall contain not less than 611 pounds of cement per cubic yard." 3 . METHOD OF MEASUREMENT Revise the section to read: "610-4.1 No separate measurement payment shall be made for structural Portland cement concrete or for steel reinforcement." Delete Section 610-4 .2 4. BASIS OF PAYMENT Revise the section to read: "610-5.1 No separate payment shall be made for structural Portland cement concrete or for steel reinforcement. Payment shall be included within the price of items requiring concrete or concrete with steel reinforcement." Project No . 1573 Jacobs No . WFXK2500 END OF ITEM SP-P-610 SP-P-610 -1- Apron C Improvements Meacham International Airport • t Project No . 1573 Jacobs No . WFXK2500 THIS PAGE INTENTIONALLY LEFT BLANK SP-P-610 -2- Apron C Improvements Meacham International Airport ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE DESCRIPTION 610-1.1 This item shall consist of reinforced structural portland cement concrete , prepared and constructed in accordance with these specifications , at the locations and of the form and dimensions shown on the plans . MATERIALS 610-2.1 GENERAL. Only approved materials, conforming to the requirements of these specifications, shall be used in the work. They may be subjected to inspection and tests at any time during the progress of their preparation or use. The source of supply of each of the materials shall be approved by the Engineer before delivery or use is started . Representative preliminary samples of the materials shall be submitted by the Contractor, when required, for examination and test. Materials shall be scored and handled to insure the preservation of their quality and fitness for use and shall be located to facilitate prompt inspection. All equipment for handling and transporting materials and concrete must be clean before any material or concrete is placed therein. In no case shall the use of pit-run or naturally mixed aggregates be permitted . Naturally mixed aggregate shall be screened and washed, and all fine and coarse aggregates shall be stored separately and kept clean. The mixing of different kinds of aggregates from different sources in one storage pile or alternating batches of different aggregates will not be permitted. Aggregates shall be tested for deleterious reactivity with alkalies in the cement that may cause excessive expansion of the concrete. Acceptance of aggregates shall be based upon satisfactory evidence furnished by the Contractor that the aggregates, combined with other mixture constituents , do not produce excessive expansion in the concrete. This evidence shall include service records of concrete of comparable properties under similar conditions or exposure and certified records of tests by a testing laboratory that meets the requirements of ASTM C 1077. Tests shall be made in accordance with ASTM C 1260. Test specimens shall be produced using all components (e.g. coarse aggregate , fine aggregate, cement and fly ash ... ) to be included in the produced concrete. If the mean expansion of the test specimens, tested in accordance with ASTM C 1260, does not exceed 0.10 % at 16 days from casting the aggregates shall be accepted . If the mean expansion at 16 days is greater than 0.10% but less than 0 .15%, the aggregate may be accepted based upon satisfactory service records and acceptance of the aggregate by a State Highway Department specifically addressing Alkali- Silica Reactivity . If the expansion is greater than 0.15%, the aggregate shall not be accepted for use . 610-2.2 COARSE AGGREGATE. The coarse aggregate for concrete shall meet the requirements of ASTM C 33. Crushed stone aggregate shall have a durability factor, as determined by ASTM C 666, greater than or equal to 95 . The Engineer may consider and reserve final approval of other State classification procedures addressing aggregate durability . Coarse aggregate shall be well graded from coarse to fine and shall meet one of the gradations shown in Table 1, using ASTM C 136. TProject No , 1573 Jacobs No . WFXK2500 P-610 -1- Apron C Improvements Meacham International Airport . l 610-2.3 FINE AGGREGATE. The fine aggregate for concrete shall meet the requirements of ASTM C 33. The fine aggregate shall be well graded from fine to coarse and shall meet the requirements of Table 2 when tested in accordance with ASTM C 136 : TABLE 1. GRADATION FOR COARSE AGGREGATE Sieve Designation Percentaqe by Weiqht Passinq Sieves (square openings) 2" 1-1 /2" 1" 3/4" 1/2" No. 4 to 3/4 in. 100 90 -100 No. 4 to 1 in . 100 90-100 25-60 No. 4 to 1-1/2 in. 100 95-100 35-70 TABLE 2. GRADATION FOR FINE AGGREGATE Sieve Designation 3/8 inch (9.5 mm) No. 4 (4 .75 mm) No. 16 (1.18 mm) No . 30 (0.60 mm) No. 50 (0.30 mm) No . 100 0 .15 mm Percentage by Weight Passin Sieves 100 95-100 45-80 25-55 10-30 2-10 3/8" No.4 20-55 0-10 0-10 10-30 0-5 Blending will be permitted , if necessary , in order to meet the gradation requirements for fine aggregate. Fine aggregate deficient in the percentage of material passing the No. 50 mesh sieve may be accepted , provided that such deficiency does not exceed 5% and is remedied by the addition of pozzolanic or cementitious materials other than portland cement , as specified in 610-2.6 on admixtures, in sufficient quantity to produce the required workability as approved by the Engineer. 610-2.4 CEMENT. Cement shall conform to the requirements of ASTM C 150 Type I or Ill. The Contractor shal l furnish vendors' certified test reports for each carload , or equivalent, of cement shipped to the project. The report shall be delivered to the Engineer before permission to use the cement is granted. All such test reports shall be subject to verification by test ing sample materials received for use on the project. 610-2.5 WATER. The water used in concrete shall be free from sewage, oil , acid, strong alkalies, vegetable matter , and clay and loam. If the water is of questionable quality, it shall be tested in accordance with AASHTO T 26. 610-2.6 ADMIXTURES. The use of any material added to the concrete mix shall be approved by the Engineer. Before approval of any material , the Contractor shall be required to submit the TProject No , 1573 Jacobs No. WFXK2500 P-610 -2- Apron C Improvements Meacham International Airport results of complete physical and chemical analyses made by an acceptable testing laboratory . Subsequent tests shall be made of samples taken by the Engineer from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in qual ity with that approved . Pozzolan ic admixtures shall be fly ash or raw or calcined natura l pozzolons meeting the requirements of ASTM C 618 . Air-entrain ing admixtures shall meet the requirements of ASTM C 260 . Air-entraining admixtures shall be added at the mixer in the amount necessary to produce the specified air content. Water-reducing , set-controlling adm ixtures shall meet the requirements of ASTM C 494 , Type A , water-reducing or Type D, water-reducing and retarding . Water-reducing admixtures shall be added at the mixer separately from a ir-entraining admixtures in accordance with the manufacturer's pri nted instructions. 610-2.7 PREMOLDED JOINT MATERIAL. Premolded j oint material for expansion joints shall meet the requirements of ASTM D 1752. 610-2.8 JOINT FILLER. The fil ler for joints shall meet the requirements of Item P-605 , unless otherw ise spec ified in the proposal. 610-2 .9 STEEL REINFORCEMENT. Re inforcing shall consist of bar mats conforming to the requirements of ASTM A 184 or A704. 610-2.10 COVER MATERIALS FOR CURING. Curing materials shall conform to one of the following specifications : Liquid Membrane-Form ing Compounds for Gurin Concrete ASTM C 171 ASTM C 171 ASTM C 309 , T e2 CONSTRUCTION METHODS 610-3.1 GENERAL. The Contractor shall furnish all labor, materials , and services necessary for , and incidental to , the completion of all work as shown on the drawings and specified herein. A ll machinery and equipment owned or controlled by the Contractor, which he proposes to use on the work, shall be of sufficient size to meet the requ irements of the work, and shall be such as to produce satisfactory work; all work shall be subject to the inspection and approval of the Engineer. 610-3.2 CONCRETE COMPOSITION. The concrete shall develop a compressive strength of 4 ,000 psi in 28 days as determined by test cylinders made in accordance with ASTM C 31 and tested in accordance with ASTM C 39 . The concrete shall contain not less than 470 pounds of cement per cubic yard (280 kg per cubic meter). The concrete shall contain 5 percent of entrained air , plus or minus 1 percent, as determined by ASTM C 231 and shall have a slump of not more than 4 inches (10 cm) as determined by ASTM C 143 . TP ro ject No , 1573 Ja cobs No . WF X K2500 P-610 -3- Apron C Improvements Meacham Internationa l A irport 1 610-3 .3 ACCEPTANCE SAMPLING AND TESTING . Concrete for each structure will be accepted on the basis of the compressive strength specified in paragraph 3.2. The concrete shall be sampled in accordance w ith ASTM C 172. Compressive strength specimens shall be made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. Concrete cylindrical test specimens shall be made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. The Contractor shall cure and store the test specimens under such conditions as directed. The Engineer will make the actual tests on the specimens at no expense to the Contractor. 610-3.4 PROPORTIONING AND MEASURING DEVICES. When package cement is used , the quantity for each batch shall be equal to one or more whole sacks of cement. The aggregates shall be measured separate ly by weight. If aggregates are delivered to the mixer in batch trucks, the exact amount for each mixer charge shall be conta ined in each batch compartment. Weighing boxes or hoppers shall be approved by the Engineer and shall provide means of regulating the flow of aggregates into the batch box so that the requ ired and exact weight of aggregates can be readily obtained. 610-3.5 CONSISTENCY. The consistency of the concrete shall be checked by the slump test specified in ASTM C 143. 610-3.6 MIXING. Concrete may be mixed at the construction site , at a central po int , or wholly or in part in truck mixers . The concrete shall be mixed and delivered in accordance with the requirements of ASTM C 94 . 610-3.7 MIXING CONDITIONS. The concrete shall be mixed only in quantities required for immediate use . Concrete shall not be mixed while the air temperature is below 40 °F (4 °C) without permission of the Eng ineer. If permission is granted for mixing under such cond itions , aggregates or water , or both , shall be heated and the concrete shall be placed at a temperature not less than 50 °F (10 °C) nor more than 100 °F (38 °C). The Contractor shall be held responsible for any defective work , result ing from freezing or injury in any manner during placing and curing , and shall replace such work at his/her expense . Retempering of concrete by adding water or any other material shall not be permitted . The delivery of concrete to the job shall be in such a manner that batches of concrete will be deposited at uninterrupted intervals . 610-3.8 FORMS. Concrete shall not be placed until all the forms and reinforcements have been inspected and approved by the Engineer. Forms shall be of suitab le material and shall be of the type , size , shape , quality, and strength to build the structure as designed on the plans . The forms shall be true to line and grade and shall be mortar-tight and sufficiently rigid to prevent displacement and sagging between supports . The Contractor shall bear responsibility for their adequacy. The surfaces of forms shall be smooth and free from irregularities , dents , sags , and holes. The internal ties shall be arranged so that , when the forms are removed , no metal w ill show in the concrete surface or discolor the surface when exposed to weathering. All forms shall be wetted with water or w ith a non-staining mineral oil , which shall be appl ied shortly before the concrete is placed. Forms sha ll be constructed so that they can be removed without injuring the conc rete or concrete surface. The forms shall not be removed before the expiration of at least TProject No , 1573 Jacobs No . WFXK2500 P-610 -4- Apron C Improvements Meacham International A irport 30 hours from vertical faces , walls, slender columns, and s imilar structures; forms supported by falsework under slabs, beams , girders , arches, and similar construction shall not be removed until tests indicate that at least 60% of the design strength of the concrete has developed . 610-3.9 PLACING REINFORCEMENT. All reinforcement shall be accurately placed, as shown on the plans, and shall be firmly held in position during concreting . Bars shal l be fastened together at intersections. The reinforcement shall be supported by approved metal chairs. Shop drawings, lists , and bending details shall be supplied by the Contractor when required. 610-3.1 O EMBEDDED ITEMS. Before placing concrete , any items that are to be embedded shall be firmly and securely fastened in place as indicated. All such items shall be clean and free from coating , rust , scale , oil, or any foreign matter. The embedding of wood shall be avoided. The concrete shall be spaded and consolidated around and against embedded items. 610-3.11 PLACING CONCRETE. All concrete shall be placed during daylight, unless otherwise approved. The concrete shall not be placed unti l the depth and character of foundation , the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved. Concrete shall be placed as soon as practical after mixing and in no case later than 1 hour after water has been added to the mix. The method and manner of placing shall be such to avoid segregation and displacement of the reinforcement. Troughs , pipes , and chutes shall be used as an aid in placing concrete when necessary. Dropping the concrete a distance of more than 5 feet (1 .5 m), or depositing a large quantity at one point, will not be permitted. Concrete shall be placed upon clean , damp surfaces , free from running water, or upon properly consolidated soil. The concrete shall be compacted with suitable mechanical vibrators operating within the concrete . When necessary , vibrating shall be supplemented by hand spading with suitable tools to assure proper and adequate compaction. Vibrators shall be manipulated so as to work the concrete thoroughly around the reinforcement and embedded fixtures and into corners and angles of the forms. The vibration at any joint shall be of sufficient duration to accomplish compaction but shall not be prolonged to the point where segregation occurs. Concrete deposited under water shall be carefully placed in a compact mass in its final position by means of a tremie, a closed bottom dump bucket, or other approved method and shall not be disturbed after being deposited. 610-3.12 CONSTRUCTION JOINTS. When the placing of concrete is suspended , necessary provisions shall be made for joining future work before the placed concrete takes its initial set. For the proper bonding of old and new concrete, such provisions shall be made for grooves , steps, keys , dovetails, reinforcing bars or other devices as may be prescribed. The work shall be arranged so that a section begun on any day shall be finished during daylight of the same day. Before depositing new concrete on or against concrete that has hardened, the surface of the hardened concrete shall be cleaned by a heavy steel broom , roughened slightly , wetted, and covered with a neat coating of cement paste or grout. 610-3.13 EXPANSION JOINTS. Expansion joints shall be constructed at such points and of such dimensions as may be indicated on the drawings . The premolded filler shall be cut to the same shape as that of the surfaces being joined . The filler shall be fixed firmly against the surface of the concrete already in place in such manner that it will not be displaced when concrete is deposited against it. TProject No, 1573 Jacobs No . WFXK2500 P-610 -5- Apron C Improvements Meacham International A irport 610-3.14 DEFECTIVE WORK. Any defective work discovered after the forms have been removed shall be immediately removed and replaced. If any dimensions are deficient, or if the surface of the concrete is bulged, uneven, or shows honeycomb , which in the opinion of the Engineer cannot be repaired satisfactorily , the entire section shall be removed and replaced at the expense of the Contractor. 610-3.15 SURFACE FINISH. All exposed concrete surfaces shall be true, smooth , and free from open or rough spaces, depressions, or projections. The concrete in horizontal plane surfaces shall be brought flush with the finished top surface at the proper elevation and shall be struck-off with a straightedge and floated. Mortar finishing shall not be permitted , nor shall dry cement or sand-cement mortar be spread over the concrete during the finishing of horizontal plane surfaces. When directed , the surface finish of exposed concrete shall be a rubbed finish. If forms can be removed while the concrete is still green, the surface shall be pointed and wetted and then rubbed with a wooden float until all irregularities are removed. If the concrete has hardened before being rubbed, a carborundum stone shall be used to finish the surface . When approved , the finishing can be done with a rubbing machine . 610-3.16 CURING AND PROTECTION. All concrete shall be properly cured and protected by the Contractor. The work shall be protected from the elements, flowing water, and from defacement of any nature during the building operations. The concrete shall be cured as soon as it has sufficiently hardened by covering with an approved material. Water-absorptive coverings shall be thoroughly saturated when placed and kept saturated for a period of at least 3 days. All curing mats or blankets shall be sufficiently weighted or tied down to keep the concrete surface covered and to prevent the surface from being exposed to currents of air. Where wooden forms are used, they shall be kept wet at all times until removed to prevent the opening of joints and drying out of the concrete. Traffic shall not be allowed on concrete surfaces for 7 days after the concrete has been placed . 610-3.17 DRAINS OR DUCTS. Drainage pipes , conduits , and ducts that are to be encased in concrete shall be installed by the Contractor before the concrete is placed . The pipe shall be held rigidly so that it will not be displaced or moved during the placing of the concrete. 610-3.18 COLD WEATHER PROTECTION. When concrete is placed at temperatures below 40 °F (4 °C), the Contractor shall provide satisfactory methods and means to protect the mix from injury by freezing. The aggregates , or water, or both , shall be heated in order to place the concrete at temperatures between 50 °F and 100°F (10 °C and 38 °C). Calcium chloride may be incorporated in the mixing water when directed by the Engineer. Not more than 2 pounds (908 grams) of Type 1 nor more than 1.6 pounds (726 grams) of Type 2 shall be added per bag of cement. After the concrete has been placed, the Contractor shall provide sufficient protection such as cover, canvas, framework, heating apparatus, etc., to enclose and protect the structure and maintain the temperature of the mix at not less than 50°F (10°C) until at least 60% of the designed strength has been attained. 610-3.19 FILLING JOINTS. All joints that require filling shall be thoroughly cleaned, and any excess mortar or concrete shall be cut out with proper tools . Joint filling shall not be started until after final curing and shall be done only when the concrete is completely dry. The cleaning and filling shall be carefully done with proper equipment and in a manner to obtain a neat looking joint free from excess filler. TProject No , 1573 Jacobs No . WFXK2500 P-610 -6- Apron C Improvements Meacham International Airport METHOD OF MEASUREMENT 610-4.1 Portland cement concrete shall be measured by the number of cubic yards ( cubic meters) of concrete complete in place and accepted. In comput ing the yardage of concrete for payment , the d imensions used shall be those shown on t he plans or ordered by the Engineer. No measurements or other allowances shall be made for forms , falsework , cofferdams , pumping , bracing , expansion joints , or finishing of the concrete. No deductions in yardage shall be made for the volumes of reinforcing steel or embedded items. 610-4.2 Reinforcing steel shall be measured by the calculated theoretical number of pounds (kg) placed , as shown on the plans , complete in place and accepted . The unit weight used for deformed bars shall be the weight of plain square or round bars of equal nominal size . If so indicated on the plans , the poundage to be paid for shall include the weight of metal pipes and drains , metal conduits and ducts , or similar materials indicated and included . BASIS OF PAYMENT 610-5.1 Payment shall be made at the contract unit price per cubic yard ( cubic meter) for structural portland cement concrete and per pound (kg) for reinforcing steel. These prices shall be full compensation for furnishing all materials and for all preparation , delivery and installation of these materials , and for all labor, equipment , tools , and incidentals necessary to complete the item . Payment will be made under: Item P-610 -5 .1 Item P-610-5 .1 Structural Portland Cement Concrete -per cubic yard (cubic meter) Steel Reinforcement --per pound (kg) TESTING REQUIREMENTS ASTM C 31 Making and Curing Test Specimens in the Field ASTM C 39 Compressive Strength of Cylindrical Concrete Specimens ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates ASTM C 138 Density (Unit Weight), Yield , and Air Content (Gravimetric) of Concrete ASTM C 143 Slump of Hydraulic Cement Concrete ASTM C 231 Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C 666 Resistance of Concrete to Rapid Freezing and Thawing ASTM C 1077 Laboratories Testing Concrete and Concrete Aggregates for Use in Construct ion and Criteria for Laboratory Evaluation TProje ct No , 1573 Jacobs No . WFXK2 500 P-610 -7- Apron C Improvements Meacham Internationa l Airport ASTM C 1260 Potential Alkali Reactivity of Aggregates (Mortar-Bar Method) MATERIAL REQUIREMENTS ASTM A 184 Specification for Fabricated Deformed Steel Bar or Rod Mats for Concrete Reinforcement ASTM A 185 Steel Welded Wire Fabric, Plain, for Concrete Reinforcement ASTM A 497 Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement ASTM A 615 Deformed and Plain Billet-Steel Bars for Concrete Reinforcement ASTM A 704 Welded Steel Plain Bars or Rod Mats for Concrete Reinforcement ASTM C 33 Concrete Aggregates ASTM C 94 Ready-Mixed Concrete ASTM C 150 Portland Cement ASTM C 171 Sheet Materials for Curing Concrete ASTM C 172 Sampling Freshly Mixed Concrete ASTM C 260 Air-Entraining Admixtures for Concrete ASTM C 309 Liquid Membrane-Forming Compounds for Curing Concrete ASTM C 494 Chemical Admixtures for Concrete ASTM C 595 Blended Hydraulic Cements ASTM C 618 Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete ASTM D 1751 Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Non-extruding and Resilient Bituminous Types) ASTM D 1752 Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction AASHTO T 26 Quality of Water to be Used in Concrete TProject No, 1573 Jacobs No . WFXK2500 END OF ITEM P-610 P-610 -8- Apron C Improvements Meacham International Airport SPECIAL PROVISIONS TO ITEM P-620 RUNWAY AND TAXIWAY PAINTING The work under this item shall conform to the requirements of Item P-620 of the FAA standards for Specifying Construction of A irports which have been reproduced entirely herein with the following modifications. Where reference is made to specifications of ASTM for AASHTO , it shall be construed to mean the latest standard in effect on the date of the proposal. 1. Section 620-1.1 DESCRIPTION Add the following sentences : "This item does not include black paint used to obscure existing markings. Paint used to obscure existing markings shall be incidental to removal of the markings and shall not be measured or paid for." 2. Section 620-2.3 REFLECTIVE MEDIA Revise the paragraph to read: "Glass beads shall meet the requirements for Federal Specification TT-B-1325C, Type I, gradation A for temporary, non-black markings. Glass beads shall meet the requirements of Federal Specification TT-B-1325C, Type Ill for all permanent, non- black markings. Glass beads shall be treated with compatible coupling agents recommended by the manufacturers of the paint and reflective media to ensure adhesion and embedment." 3. Section 620-3.4 LAYOUT OF MARKINGS Revise the second sentence to read: "Glass beads will be applied to all non-black temporary and permanent markings installed on this project. Non-black temporary markings will require Type I glass beads and non-black permanent markings will require Type Ill glass beads." 4. METHOD OF MEASUREMENT Replace Section 620-4.1 with : "The quantity of runway and taxiway markings to be paid for shall be the number of square feet of painting complete in place to include Type Ill glass beads, performed in accordance with the specifications and accepted by the Engineer." 5. BASIS OF PAYMENT Project No. 1573 Jacobs No . WFXK2500 SP-P-620 -1- Apron C Improvements Meacham International A irport --, I -J ., _] Replace Section 620-5.1 with: "Payment shall be made at the respective contract price per square foot (square meter) for runway and taxiway painting. This price shall be full compensation for furnishing all materials to include reflective media and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-620-5.1 Project No . 1573 Jacobs No . WFXK2500 Airfield Pavement Markings END OF ITEM SP-P-620 SP-P-620 -2- Apron C Improvements Meacham International Airport ITEM P-620 RUNWAY AND TAXIWAY PAINTING DESCRIPTION 620-1.1 This item shall consist of the painting of numbers , markings, and stripes on the surface of runways, taxiways , and aprons, in accordance with these specifications and at the locations shown on the plans , or as directed by the Engineer. MATERIALS 620-2.1 MATERIALS ACCEPTANCE. The Contractor shall furnish manufacturer's certified test reports for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements . The reports can be used for material acceptance or the Engineer may perform verification testing . The reports shall not be interpreted as a basis for payment. The Contractor shall notify the Engineer upon arrival of a shipment of materials to the site . 620-2.2 PAINT. Paint shall be Waterborne in accordance with the requirements of paragraph 620-2 .2a. Paint shall be furnished in white -37925 , yellow -33538 or 33655 , and black - 37038 in accordance with Federal Standard No 595. a. WATERBORNE. Paint shall meet the requirements of Federal Specification TT-P-1952D , Type II. b. EPOXY. Paint shall be a two component, minimum 99 percent solids type system conforming to the following : (1) Pigments. Component A . Percent by weight. (a) White: Titanium Dioxide , ASTM D 4 76 , type II shall be 18 percent minimum (16.5 percent minimum at 100 percent purity). (b) Yellow and Colors: Titanium Diox ide , ASTM D 476, type II shall be 14 to 17 percent. Organic yellow, other colors , and tinting as required to meet color standard . Epoxy resin shall be 75 to 79 percent. (2) Epoxy Content. Component A. The weight per epoxy equivalent , when tested in accordance with ASTM D 1652 shall be the manufacturer's target plus or minus 50. (3) Amine Number. Component B. When tested in accordance with ASTM D 2074 shall be the manufacturer's target plus or minus 50 . (4) Prohibited Materials. The manufacturer shall certify that the product does not contain mercury, lead, hexavalent chromium , halogenated solvents, nor any carcinogen, as defined in 29 CFR 1910.1200 . Project No . 1573 Jacobs No . WFXK2500 P-620 -1- Apron C Improvements Meacham International Airport -, - l (5) Daylight Directional Reflectance: (a) White: The daylight directional reflectance of the white paint shall not be less than 75 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No . 141D/GEN , Method 6121 . (b) Yellow: The daylight directional reflectance of the yellow paint shall not be less than 38 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No . 141D/GEN. The x and y values shall be consistent with the Federal Hegman yellow color standard chart for traffic yellow standard 33538 , or shall be consistent with the tolerance listed below: X .462 X .470 X .479 X .501 y .438 y .455 y .428 y .452 (6) Accelerated Weathering. (a) Sample Preparation. Apply the paint at a wet film thickness of 0.013 inch (0 .33 mm) to four 3 by 6 inch (8 by 15 cm) aluminum panels prepared as described in Federal Test Method Standard No . 141D/GEN , Method 2013 . Air dry the sample 48 hours under standard conditions . (b) Testing Conditions. Test in accordance with ASTM G 15453 using both Ultra Violet (UV-B) Light and condensate exposure , 72 hours total , alternating 4 hour UV exposure at 60 degree C , and 4 hours condensate exposure at 40 degrees C . (c) Evaluation. Remove the samples and condition for 24 hours under standard conditions. Determine the directional reflectance and color match using the procedures in paragraph 620-2 .2b(5) above . Evaluate for conformance with the color requirements . (7) Volatile Organic Content. Determine the volatile organic content in accordance with 40 CFR Part 60 Appendix A , Method 24. (8) Dry Opacity. Use Procedure B, Method B of Method 4121 of Federal Test Method Standard No. 141D/GEN. The wet film thickness shall be 0 .015 inch (0.12 mm). The minimum opacity for white and colors shall be 0 .92 . (9) Abrasion Resistance. Subject the panels prepared in paragraph 620-2.2b(6) to the abrasion test in accordance with ASTM D 968, Method A , except that the inside diameter of the metal guide tube shall be from 0.747 to 0 .750 inch (18 .97 to 19.05 mm). Five liters of unused sand shall be used for each test panel. The test shall be run on two test panels . [Note : five liters of sand weighs 17 .5 lb . (7 .94 kg).] Both baked and weathered paint films shall require not less than 150 liters of sand for the removal of the paint films. (10) Hardness, Shore. Hardness sha ll be at least 80 when tested in accordance with ASTM D 2240 . c. METHACRYLATE. Paint shall be a two component , minimum 99 percent solids-type system conforming to the following: Project No. 1573 Jacobs No . WFXK2500 P-620 -2- Apron C Improvements Meacham Internationa l Airport minimum. m inimum. standard . (1) Pigments. Component A. Percent by weight. (a) White: Titanium Dioxide , ASTM D 476 , type II shall be 6 percent Methacrylate resin shall be 18 percent minimum . (b) Yellow and Colors: Titanium Dioxide , ASTM D 476, type II shall be 6 percent Organic yellow, other colors , and tinting as required to meet color Methacrylate resin shall be 18 percent minimum. (2) Prohibited Materials. The manufacturer shall certify that the product does not contain mercury, lead , hexavalent chromium, halogenated solvents, nor any carcinogen, as defined in 29 CFR 1910.1200. (3) Daylight Directional Reflectance: (a) White: The daylight directional reflectance of the white paint shall not be less than 80 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No . 141D/GEN , Method 6121 . (b) Yellow: The daylight directional reflectance of the yellow paint shall not be less than 55 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No. 141 D/GEN. The x and y values shall be cons istent with the Federal Hegman yellow color standard chart for traffic yellow standard 33538, or sha ll be consistent with the tolerance listed be low: X .462 X .470 X .479 X .501 y .438 y .455 y .428 y .452 (4) Accelerated Weathering. (a) Sample Preparation. Apply the paint at a wet film thickness of 0 .013 inch (0.33 mm) to four 3 by 6 inch (8 by 15 cm) aluminum panels prepared as described in Method 2013 of Federal Test Method Standard No . 141D/GEN. Air dry the sample 48 hours under standard conditions . (b) Testing Conditions. Test in accordance with ASTM G 53 154 using both Ultra Violet (UV-B) Light and condensate exposure , 72 hours total , alternating 4 hour UV exposure at 60 degree C , and 4 hours condensate exposure at 40 degrees C . (c) Evaluation. Remove the samples and condition for 24 hours under standard conditions . Determine the directional reflectance and color match using the procedures in paragraph 620-2 .2c(3) above . Evaluate for conformance with the color requirements. (5) Volatile Organic Content. Determine the volatile organic content in accordance with 40 CFR Part 60 Appendix A, Method 24 . Project No . 1573 Ja cobs No . WFXK2500 P-620 -3- Ap ro n C Improvements Meacham In ternational A irport ' . l '1 -l (6) Dry Opacity. Use Procedure B, Method B of Method 4121 of Federal Test Method Standard No . 1410/GEN. The wet film thickness shall be 0.015 inch (0 .12 mm). The minimum opacity for white and colors shall be 0.92 . (7) Abrasion Resistance. Subject the panels prepared in paragraph 620-2 .2c(4) to the abrasion test in accordance with ASTM D 968 , Method A, except that the inside diameter of the metal guide tube shall be from 0 .747 to 0 .750 inch (18.97 to 19 .05 mm). Five liters of unused sand shall be used for each test panel. The test shall be run on two test pane ls. [Note : five liters of sand weighs 17 .5 lb. (7.94 kg).] Both baked and weathered paint films shall require not less than 150 liters of sand for the removal of the paint fi lms . (8) Hardness, Shore. Hardness shall be at least 80 when tested in accordance with ASTM D 2240. d. SOLVENT-BASE. Paint shall meet the requirements of Federal Specification [A-A- 2886A Type I or Type II]. 620-2.3 REFLECTIVE MEDIA. Glass beads shall meet the requirements for Federal Specification TT-B-1325C , Type Ill. Glass beads shall be treated with all compatible coupling agents recommended by the manufacturers of the paint and reflective media to ensure adhesion and embedment. CONSTRUCTION METHODS 620-3.1 WEATHER LIMITATIONS. The painting shall be performed only when the surface is dry and when the surface temperature is at least 45 °F (7°C ) and rising and the pavement surface temperature is at least 5°F (2.7°C) above the dew point. Markings shall not be applied when the pavement temperature is greater than 120 °F. 620-3.2 EQUIPMENT. Equipment shall include the apparatus necessary to properly clean the existing surface , a mechanical marking machine , a bead dispensing machine , and such auxiliary hand-painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an atomizing spray-type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the required coverage and shal l apply markings of uniform cross sections and clear-cut edges without running or spattering and without over spray . 620-3.3 PREPARATION OF SURFACE. Immediately before application of the paint , the surface shall be dry and free from dirt , grease , oil , laitance, or other foreign material that would reduce the bond between the paint and the pavement. The area to be painted shall be cleaned by sweeping and blowing or by other methods as required to remove all dirt, laitance , and loose materials without damage to the pavement surface . Use of any chemicals or impact abrasives during surface preparation shall be approved in advance by the Engineer. Paint shall not be applied to Portland cement concrete pavement until the areas to be painted are clean of curing material. Sandblasting or high-pressure water shall be used to remove curing materials . 620-3.4 LAYOUT OF MARKINGS. The proposed markings shall be laid out in advance of the paint application . The locations of markings to receive glass beads shall be shown on the plans . Project No. 1573 Jacobs No . WFXK2500 P-620 -4- Apron C Improvements Meacham International A irport 620-3.5 APPLICATION. Paint shall be applied at the locations and to the dimensions and spacing shown on the plans . Paint shall not be app lied until the layout and condition of the surface has been approved by the Engineer. The edges of the markings shall not vary from a stra ight line more than 1/2 inch (12 mm) in 50 feet (15 m) and marking dimensions and spacings shall be within the following tolerances: Dimension and Spacing 36 inches (91 O mm) or less greater than 36 inches to 6 feet (910 mm to 1.85 m) greater than 6 feet to 60 feet (1.85 m to 18 .3 m) greater than 60 feet (18 .3 m) Tolerance ±1/2 inch (12 mm) ± 1 inch (25 mm) ± 2 inches (51 mm) ± 3 inches (76 mm) The paint shall be mixed in accordance with the manu facturer's instructions and applied to the pavement with a marking machine at the rate(s) shown in Table 1. The addition of thinner will not be permitted. A period of 30 days shall elapse between placement of a bituminous surface course or seal coat and application of the paint. TABLE 1. APPLICATION RATES FOR PAINT AND GLASS BEADS Paint Glass Beads , Glass Beads , Glass Beads, Square feet per Type I , Type Ill Type IV gal lon , ft2/gal Gradation A Pounds per gallon Pounds per gallon Pounds per gallon of paint-lb ./gal . of paint-lb./gal. Paint Type of paint-lb./gal. 115 ft z/gal. 7 lb./gal. 12 lb./gal. Waterborne maximum minimum minimum -- (2.8 m2/I) (0 .85 kq/1) (1.45 kq/1) Glass beads shall be distributed upon the marked areas at the locations shown on the plans to receive glass beads immediately after application of the paint. A dispenser shall be furnished which is properly designed for attachment to the marking machine and suitable for dispensing g lass beads. Glass beads shall be applied at the rate(s) shown in Table 1 . Glass beads shall not be applied to black paint. Glass beads shall adhere to the cured paint or all marking operations shall cease until corrections are made. All emptied containers shall be returned to the paint storage area for checking by the Engineer. The conta iners shall not be removed from the airport or destroyed until authorized by the Engineer. 620-3.6 PROTECTION AND CLEANUP. After application of the paint , all markings shall be protected from damage until the paint is dry. All surfaces shall be protected from excess moisture and/or rain and from disfiguration by spatter , splashes, spillage , or drippings of paint. The Contractor shall remove from the site all debris, waste , loose or unadhered reflective media, and by-products generated by the surface preparation and application operations to the Project No . 1573 Jacobs No. WFXK2500 P-620 -5- Apron C Improvements Meacham International A irport • 1 1 l satisfaction of the Engineer. The Contractor shall dispose of these wastes in strict compliance with all applicable state, local, and Federal environmental statutes and regulations. METHOD OF MEASUREMENT 620-4.1 The quantity of runway and taxiway markings to be paid for shall be the number of square feet (square meters) of painting and the number of pounds (kilograms) of reflective media] [one complete item in place performed in accordance with the specifications and accepted by the Engineer. BASIS OF PAYMENT 620-5.1 Payment shall be made at the respective contract price per square foot (square meter) for runway and taxiway painting, and [price per pound (kilogram)] [lump sum price] for reflective media. This price shall be full compensation for furnishing all materials and for all labor, equipment , tools, and incidentals necessary to complete the item . Payment will be made under: Item P-620-5 .1-1 Item P-620-5.1-2 ASTM C 136 ASTM C 146 ASTM C 371 ASTM D 92 ASTM D 711 ASTM D 968 ASTM D 1213-54(1975) ASTM D 1652 ASTM D 2074 ASTM D 2240 Project No . 1573 Jacobs No . WFXK2500 Runway and Taxiway Painting per square foot Reflective Media per pound TESTING REQUIREMENTS Sieve Analysis of Fine and Coarse Aggregates Chemical Analysis of Glass Sand Wire-Cloth Sieve Analysis of Nonplastic Ceramic Powders Test Method for Flash and Fire Points by Cleveland Open Cup No-Pick-Up Time of Traffic Paint Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive Test Method for Crushing Resistance of Glass Spheres Test Method for Epoxy Content of Epoxy Resins Test Method for Total Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method Test Method for Rubber Products-Durometer Hardness P-620 -6- Apron C Improvements Meacham International Airport ASTM G 15453 Federal Test Method Standard No . 141 D/GEN ASTM D 476 Operating Light and Water-Exposure Apparatus (Fluorescent Light Apparatus UV-Condensation Type) for Exposure of Nonmetallic Materials. Paint, Varnish , Lacquer and Related Materials ; Methods of Inspection , Samp ling and Testing MATERIAL REQUIREMENTS Specifications for Dry Pigmentary Titanium Dioxide Pigments Products Code of Federal Regulations 40 CFR Part 60 , Appendix A -Definition of Traverse Point Number and Location Code of Federal Regulations 29 CFR Part 1910.1200 -Hazard Communications FED SPEC TT-B-1325C AASHTO M 247 FED SPEC TT-P-1952D Commercial Item Beads (Glass Spheres) Retroreflective Glass Beads Used in Traffic Paints Paint , Traffic and Airfield Marking , Waterborne Description (CID) A-A-2886A Paint , Traffic, Solvent Based FED STD 595 Project No. 1573 Jacobs No . WFXK2500 Colors used in Government Procurement END OF ITEM P-620 P-620 -7- Apron C Improvements Meacham International Airport • "1 l Project No . 1573 Jacobs No . WFXK2500 THIS PAGE INTENTIONALLY LEFT BLANK P-620 -8- Apron C Improvements Meacham International Airport ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS DESCRIPTION 701-1.1 Th is item shall consist of the construction of pipe culverts and storm drains in accordance with these specifications and in reasonably close conformity with the lines and grades shown on the plans . MATERIALS 701-2.1 Materials shall meet the requirements shown on the plans and specified below. Class Ill Reinforced Concrete Pipe 701-2.2 PIPE. The pipe shall be of the type called for on the plans or in the proposal and shall be in accordance with the following appropriate requirements. Reinforced Concrete Pipe ASTM C 76 701-2.3 CONCRETE. Concrete for pipe cradles shall have a minimum compressive strength of 2000 psi (13.8 MPa) at 28 days and conform to the requirements of ASTM C 94 . 701-2.4 RUBBER GASKETS. Rubber gaskets for rigid pipe shall conform to the requirements of ASTM C 443. Rubber gaskets for PVC pipe and polyethylene pipe shall conform to the requirements of ASTM F 477 . Rubber gaskets for zinc-coated steel pipe and precoated galvanized pipe shall conform to the requirements of ASTM D 1056 , for the "RE" closed cell grades. 701-2.5 JOINT MORTAR. Pipe joint mortar shall consist of one part portland cement and two parts sand. The portland cement shall conform to the requirements of ASTM C 150 , Type I. The sand shall conform to the requirements of ASTM C 144. 701-2.6 JOINT FILLERS. Poured filler for joints shall conform to the requirements of ASTM D 1190. 701-2.7 PLASTIC GASKETS. Plastic gaskets shall conform to the requirements of AASHTO M 198 (Type B). CONSTRUCTION METHODS 701-3.1 EXCAVATION. The width of the pipe trench shall be sufficient to permit satisfactory jointing of the pipe and thorough tamping of the bedding material under and around the pipe , but it shall not be less than the external diameter of the pipe plus 6 inches (150 mm) on each side . The trench walls shall be approximately vertical. Where rock , hardpan , or other unyielding material is encountered , the Contractor shall remove it from below the foundation grade for a depth of at least 12 inches (300 mm) or one-half inch (12 mm) for each foot of fill over the top of the pipe (whichever is greater) but for no more than Project No . 1573 Jacobs No . WFXK2500 D-701 -1 - Apron C Improvements Meacham International Airport -' -l . 1 l three-quarters of the nominal diameter of the pipe. The width of the excavation shall be at least 1 foot (30 cm ) greater than the hor izontal outside diameter of the pipe . The excavation below grade shall be backfilled with selected fine compressible mater ial , such as silty clay or loam , and lightly compacted in layers not over 6 inches (150 mm) in uncompacted depth to form a uniform but yield ing foundation. Where a firm foundation is not encountered at the grade established , due to soft , spongy , or other unstable so il, the unstable soil shall be removed and replaced with approved granular material for the full trench width . The Engineer shall determine the depth of removal necessary. The granular material shall be compacted to provide adequate support for the pipe . The excavation for p ipes that are placed in embankment fill shall not be made unt il t he embankment has been completed to a height above the top of the pipe as shown on the plans. 701-3.2 BEDDING. The pipe bedding shall conform to the class specified on the plans . When no bedding class is specified or detailed on the plans , the requirements for Class C bedding shall apply. a. Rigid Pipe. Class A bedding shall consist of a continuous concrete cradle conforming to the plan details. Class B bedding shall consist of a bed of granular material having a th ickness of at least 6 inches (150 mm) below the bottom of the pipe and extending up around the pipe for a depth of not less than 30 percent of the pipe 's vertical outside diameter. The layer of bedding material shall be shaped to fit the pipe for at least 1 O percent of the pipe's ve rtical diameter and shall have recesses shaped to receive the bell of bell and spigot pipe . The bedding material shall be sand or selected sandy soil , all of which passes a 3/8 inch (9 mm) sieve and not more than 10 percent of which passes a No . 200 (0.075 mm) sieve . Class C bedding shall consist of bedding the pipe in its natural foundat ion to a depth of not less than 10 percent of t he pipe's vertical outs ide diameter . The bed shall be shaped to fit t he pipe and shall have recesses shaped to rece ive the bell of bell and spigot pipe . 701-3.3 LAYING PIPE. The pipe laying shall begin at the lowest point of the trench and proceed upgrade . The lower segment of the pipe shall be in contact with the bedding throughout its full length. Bell or groove ends of rig id pipes and outside circumferential laps of flexible pipes shall be placed facing upgrade. Paved or partially lined pipe shall be placed so that the longitudinal center line of the paved segment coincides with the flow line . Elliptical and elliptically re inforced pipes shall be placed with the manufacturer's top of pipe mark within five degrees of a vert ical plane through the longitudinal axis of the pipe . 701-3.4 JOINING PIPE. Joints shall be made with (1) portland cement mortar , (2) portland cement grout , (3) rubber gaskets , (4) plastic gaskets , or (5) coupling bands . Mortar joints shall be made with an excess of mortar to form a continuous bead around the outside of the pipe and shall be finished smooth on the inside . Molds or runners shall be used Pro j ect No. 1573 Jacobs No . WFXK 2500 0 -7 0 1 -2 - Apron C Improvement s Me acha m International Ai rport for grouted joints in order to retain the poured grout. Rubber ring gaskets shall be installed to form a flexible watertight seal. a. Concrete Pipe. Concrete pipe may be either bell and spigot or tongue and groove. The method of joining pipe sections shall be such that the ends are fully entered and the inner surfaces are reasonably flush and even . Joints shall be thoroughly wetted before mortar or grout is applied . 701-3.5 BACKFILLING. Pipes shall be inspected before any backfill is placed ; any pipes found to be out of alignment , unduly settled , or damaged shall be removed and relaid or replaced at the Contractor's expense. Material for backfill shall be fine , readily compatible soil , granular material selected from the excavation or a source of the Contractor's choosing . It shall not contain frozen lumps , stones that would be retained on a 2-inch (50 .0 mm) sieve , chunks of highly plastic clay , or other objectionable material. No less than 95 percent of a granular backfill material shall pass through a 1/2 inch (12 mm) sieve , and no less than 95 percent of it shall be retained on a No. 4 (4.75 mm) sieve . When the top of the pipe is even with or below the top of the trench , the backfill shall be compacted in layers not exceeding 6 inches (150 mm) on both sides of the pipe and shall be brought up one foot (30 cm) above the top of the pipe or to natural ground level, whichever is greater. Care shall be exercised to thoroughly compact the backfill material under the haunches of the pipe . Material shall be brought up evenly on both sides of the pipe . When the top of the pipe is above the top of the trench , the backfill shall be compacted in layers not exceeding 6 inches (150 mm) and shall be brought up evenly on both sides of the pipe to 1 foot (30 cm) above the top of the pipe . The width of backfill on each side of the pipe for the portion above the top of the trench shall be equal to twice the pipe's diameter of 12 feet (3.5 m), whichever is less. All backfill shall be compacted to the density required under Item P-152. METHOD OF MEASUREMENT 701-4.1 The length of pipe shall be measured in linear feet (LF) of pipe in place , completed , and approved. It shall be measured along the centerline of the pipe from end or inside face of structure to the end or inside face of structure , whichever is applicable . The several classes , types and size shall be measured separately. All fittings shall be included in the footage as typical pipe sections in the pipe being measured . BASIS OF PAYMENT 701-5.1 Payment will be made at the contract unit price per linear foot (LF) for each kind of pipe of the type and size designated. These prices shall fully compensate the Contractor for furnishing all materials and for all preparation , excavation , and installation of these materials ; and for all labor , equipment , tools , and incidentals necessary to complete the item . Payment will be made under : Project No. 1573 Jacobs No . WFXK2500 D-701 -3- Apron C Improvements Meacham International Airport . l Item 701-5.1 ASTM C 14 ASTM C 76 ASTM C 94 ASTM C 144 ASTM C 150 ASTM C 443 ASTM C 655 ASTM C 1433 ASTM D 1056 ASTM D 3034 ASTM D 6690 AASHTO M 198 Project No . 1573 Jacobs No . WFXK2500 18 inch Class Ill Reinforced Concrete Pipe -per linear foot (LF) MATERIAL REQUIREMENTS Concrete Sewer , Storm Drain , and Culvert Pipe Reinforced Concrete Culvert , Storm Drain , and Sewer Pipe Ready Mixed Concrete Aggregate for Masonry Mortar Portland Cement Joints for Circular Concrete Sewer and Culvert Pipe , Using Rubber Gaskets Reinforced Concrete D-Load Culvert , Storm Drain and Sewer Pipe Precast Reinforced Concrete Box Sections for Culverts , Storm Drains , and Sewers Flexible Cellular Materials-Sponge or Expanded Rubber Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings Joint and Crack Sealants , Hot-Applied , for Concrete and Asphalt Pavements Joints for Circular Concrete Sewer and Culvert Pipe Using Flexible Watertight Gaskets END ITEM D-701 D-701 -4- Apron C Improvements Meacham International Airport ITEM 0-751 MANHOLES, CATCH BASINS, INLETS AND INSPECTION HOLES DESCRIPTION 751-1.1 This item shall consist of construction of manholes, catch basins, inlets, and inspection holes , in accordance with these specifications , at the specified locations and conforming to the lines , grades , and dimensions shown on the plans or required by the Engineer. MATERIALS 751-2.1 MORTAR. Mortar shall consist of one part portland cement and two parts sand. The portland cement shall conform to the requirements of ASTM C 150, Type I. The sand shall conform to the requirements of ASTM C 144 . 751-2.2 CONCRETE. Plain and reinforced concrete used in structures, connections of pipes with structures , and the support of structures or frames shall conform to the requirements of Item P-610 . 751-2.3 PRECAST CONCRETE PIPE MANHOLE RINGS. Precast concrete pipe manhole rings shall conform to the requirements of ASTM C 478. Unless otherwise specified, the risers and offset cone sections shall have an inside diameter of not less than 36 inches (90 cm) nor more than 48 inches (120 cm). 751-2.4 FRAMES, COVERS, AND GRATES. The castings shall conform to one of the following requirements: a. Gray iron castings shall meet the requirements of ASTM A 48, Class 308 and 358 . b. Malleable iron castings shall meet the requirements of ASTM A 47. c. Steel castings shall meet the requirements of ASTM A 27. d. Structural steel for grates and frames shall conform to the requirements of ASTM A 283 , Grade D. e. Ductile iron castings shall conform to the requirements of ASTM A 536. f. Austempered ductile iron castings shall conform to the requirements of ASTM A 897. All castings or structural steel units shall conform to the dimensions shown on the plans and shall be designed to support the loadings, aircraft gear configuration and/or direct loading, specified. Each frame and cover or grate unit shall be provided with fastening members to prevent it from being dislodged by traffic but which will allow easy removal for access to the structure. All castings shall be thoroughly cleaned. After fabrication, structural steel units shall be galvanized to meet the requirements of ASTM A 123. 751-2.5 STEPS. The steps or ladder bars shall be gray or malleable cast iron or galvanized steel. The steps shall be the size, length, and shape shown on the plans and those steps that are not galvanized shall be given a coat of bituminous paint , when directed. Project No . 1573 Jacobs No . WFXK2500 D-751 -1- Apron C Improvements Meacham International Airport CONSTRUCTION METHODS 751-3.1 UNCLASSIFIED EXCAVATION. a. The Contractor shall do all excavation fo r structures and structure footings to the lines and grades or elevations , shown on the plans , or as staked by the Engineer. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structu re footings shown. The elevations of the bottoms of footings, as shown on the plans , shall be considered as approximately only ; and the Engineer may order , in writing , changes in dimensions or elevations of footings necessary to secure a satisfactory foundation. b. Boulders , logs , or any other objectionable material encountered in excavation shall be removed . All rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level , stepped , or serrated , as directed by the Eng ineer. All seams or crevices shall be cleaned out and grouted. All loose and disintegrated rock and thin strata shall be removed . When concrete is to rest on a surface other than rock , special care shall be taken not to disturb the bottom of the excavation , and excavation to final grade shall not be made until just before the concrete or reinforcing is to be placed. c. The Contractor shall do all bracing , sheathing , or shoring necessary to implement and protect the excavation and the structure as required for safety or conformance to governing laws . The cost of bracing , sheathing , or shoring shall be included in the unit price bid for the structure . d. Unless otherwise provided , bracing , sheathing , or shoring involved in the construction of this item shall be removed by the Contractor after the completion of the structure . Removal shall be effected in a manner that will not disturb or mar finished masonry. The cost of removal shall be included in the unit price bid for the structure. e. After each excavation is completed , the Contractor shall notify the Engineer to that effect; and concrete or reinforcing steel shall be placed after the Engineer has approved the depth of the excavation and the character of the foundation material. 751-3.2 CONCRETE STRUCTURES. Concrete structures shall be built on prepared foundations, conforming to the dimensions and form indicated on the plans. The construction shall conform to the requirements specified in Item P-610. Any re inforcement required shall be placed as indicated on the plans and shall be approved by the Engineer before the concrete is poured. All invert channels shall be constructed and shaped accurately so as to be smooth , uniform , and cause minimum resistance to flowing water. The interior bottom shall be sloped downward toward the outlet. 751-3.3 PRECAST CONCRETE PIPE STRUCTURES. Precast concrete pipe structures shall be constructed on prepared or previously placed slab foundations and shall conform to the dimensions and locations shown on the plans . All precast concrete pipe sections necessary to build a completed structure shall be furnished . The different sections shall fit together readily , and all jointing and connections shall be cemented with mortar. The top of the upper precast concrete pipe member shall be suitably formed and di mensioned to receive the metal frame and cover or grate, or other cap , as required. Provision shall be made for any connections for lateral pipe, including drops and leads that may be installed in the structure. The flow lines shall be Project No . 1573 Jacobs No . WFXK2500 0-751 -2- Apron C Improvements Meacham Internationa l Airport smooth , uniform , and cause minimum resistance to f low . The metal steps that are embedded or built into the side walls shall be aligned and placed at vertical intervals of 12 inches (300 mm). When a metal ladder replaces the steps , it sha ll be securely fastened into position . 751-3.4 INLET AND OUTLET PIPES. Inlet and out let pipes shall extend through the walls of the structures for a sufficient distance beyond the outside surface to allow for connections but shall be cut off flush with the wall on the inside surface , un less otherwise directed . For concrete or br ick structures , the mortar shall be placed around these pipes so as to form a tight , neat connection . 751-3.5 PLACEMENT AND TREATMENT OF CASTINGS, FRAMES , AND FITTINGS. All castings , frames , and fittings shall be placed in the positions indicated on the plans or as directed by the Eng ineer, and shall be set true to line and to correct elevation . If frames or fittings are to be set in concrete or cement mortar, all anchors or bolts shall be in place and position before the concrete or mortar is placed . The unit shall not be disturbed until the mortar or concrete has set. When frames or fittings are to be placed upon previously constructed masonry, the bearing surface or masonry shall be brought true to line and grade and shall present an even bearing surface in order that the entire face or back of the unit will come in contact with the masonry. The unit shall be set in mortar beds and anchored to the masonry as ind icated on t he plans or as directed and approved by the Engineer . All units sha ll set firm and secure . After the frames or fittings have been set in final position and the concrete or mortar has been allowed to harden for 7 days , then the grates or covers shall be placed and fastened down. 751-3 .6 INSTALLATION OF STEPS. The steps shall be installed as indicated on the plans or as directed by the Engineer. When the steps are to be set in concrete , they shall be placed and secured in position before the concrete is poured . When the steps are installed in brick masonry , they shall be placed as the masonry is being bui lt. The steps shall not be disturbed or used until the concrete or mortar has hardened for at least 7 days . After this period has elapsed , the steps shall be cleaned and painted , un less they have been galvanized . When steps are requ ired w ith precast concrete pipe structures , they shall be cast into the sides of the pipe at the time the pipe sections are manufactured or set in place after the structure is erected by drilling holes in the concrete and cementing the steps in place . When steps are required with corrugated metal structures , they shall be welded into aligned position at a vertical spacing of 12 inches (300 mm). In lieu of steps , prefabricated ladders may be installed. In the case of brick or concrete structures , the ladder shall be held in place by grouting the supports i n drilled holes . In the case of metal structures , the ladder shall be secured by welding the top support and grouting the bottom support into drilled holes in the foundat ion or as directed . 751-3.7 BACKFILLING. a. After a structure has been completed , the area around it shall be filled with approved material , in horizontal layers not to exceed 8 inches (200 mm) in loose depth, and compacted to the density required in Item P-152. Each layer sha ll be deposited all around the structure to Project No . 1573 Jacobs No . WFXK2500 D-751 -3- Apron C Improvements Mea cham International Airport -, .., 1 • T . l -1 approximately the same elevation. The top of the fill shall meet the elevation shown on the plans or as directed by the Engineer. b. Backfilling shall not be placed against any structure until perm1ss1on is given by the Engineer. In the case of concrete , such permission shall not be given until the concrete has been in place 7 days , or until tests made by the laboratory under supervision of the Engineer establish that the concrete has attained sufficient strength to provide a factor of safety against damage or strain in withstanding any pressure created by the backfill or the methods used in placing it. c. Backfill shall not be measured for direct payment. Performance of this work shall be considered on obligation of the Contractor covered under the contract unit price for the structure involved. 751-3.10 CLEANING AND RESTORATION OF SITE. After the backfill is completed , the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankments , shoulders, or as ordered by the Engineer. The Contractor shall restore all disturbed areas to their original condition. After all work is completed , the Contractor shall remove all tools and equipment, leav ing the entire site free, clear, and in good condition . 751-3.11 MANHOLE & INLET ADJUSTMENT. Where indicated on plans , manholes will be adjusted from their existing height to the proposed elevations as indicated on the plans. Adjustment of manholes will include removing the top or cone section of the structure and attaching new precast or cast in place sections. The addition of such sections will be constructed according to applicable standards identified under this specification and as shown on the plans . Adjustment of manholes will be bid per unit each and payment will include all labor, materials, and incidentals needed to adjust manholes from their existing grade to proposed grade , complete in place. METHOD OF MEASUREMENT 751-4.1 Manholes catch basins , inlets, and adjustment of manholes shall be measured by the unit. BASIS OF PAYMENT 751-5.1 The accepted quantities of manholes , catch basins, inlets , and adjustment of manholes will be paid for at the contract unit price per each in place when completed. This price shall be full compensation for furnishing all materials and for all preparation , excavation , backfilling and placing of the materials; furnishing and installation of such specials and connections to pipes and other structures as may be required to complete the item as shown on the plans ; and for all labor equipment, tools and incidentals necessary to complete the structure . Payment will be made under: Item D-751-5.1 Item D-751-5.2 Project No. 1573 Jacobs No. WFXK2500 Type "S" Manhole-per each (EA) Type "A" Inlet-per each (EA) 0-751 -4- Apron C Improvements Meacham International Airport ASTM A 27 ASTM A47 ASTM A48 ASTM A 123 ASTM A 283 ASTM A 536 ASTM A 897 ASTM C 32 ASTM C 144 ASTM C 150 ASTM C478 AASHTO M 36 Project No . 1573 Jacobs No . WFXK2500 MATERIAL REQUIREMENT Steel Castings , Carbon , for General Application Ferritic Malleable Iron Castings Gray Iron Castings Zinc Coating (Hot-Dip) on Iron and Steel Hardware Low and Intermediate Tensile Strength Carbon Steel Plates , Shapes , and Bars Ductile Iron Castings Austempered Ductile Iron Castings Sewer and Manhole Brick (Made from Clay or Shale) Aggregate for Masonry Mortar Portland Cement Precast Reinforced Concrete Manhole Sections Zinc Coated (Galvanized) Corrugated Iron or Steel Culverts and Underdrains END OF ITEM D-751 D-751 -5- Apron C Improvements Meacham International Airport -, ' I ' 'l Project No . 1573 Jacobs No . WFXK2500 THIS PAGE INTENTIONALLY LEFT BLANK D-751 -6- Apron C Improvements Meacham International Airport ITEM T-901 SEEDING DESCRIPTION 901-1.1 This item shall consist of soil preparation , seeding and fertilizing the areas shown on the plans or as directed by the Engineer in accordance with these specifications . MATERIALS 901-2.1 SEED The species and application rates of grass , legume, and cover-crop seed furnished shall be those stipulated herein. Seed shall conform to the requirements of Fed. Spec . A-A-2671. Seed shall be furnished separately or in mixtures in standard containers with the seed name , lot number, net weight , percentages of purity and of germination and hard seed , and percentage of maximum weed seed content clearly marked for each ki nd of seed . The Contractor shall furnish the Engineer duplicate signed copies of a statement by the vendor certifying that each lot of seed has been tested by a recognized laboratory for seed testing within 6 months of date of delivery. This statement shall include: name and address of laboratory , date of test, lot number for each kind of seed, and the results of tests as to name , percentages of purity and of ge rmination , and percentage of weed content for each kind of seed furnished, and, in case of a mixture , the proportions of each kind of seed . Seeds shall be applied according to the latest edition of the Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways , Streets, and Bridges under Item 164 for Fort Worth. 901-2.2 FERTILIZER. Fertilizer shall be standard commercial fertilizers supplied separately or in mixtures containing the percentages of total nitrogen, available phosphoric acid , and water-so luble potash. They shall be applied at the rate and to the depth specified herein , and shall meet the requirements of Fed. Spec . A-A-1909 and applicable state laws . They shall be furnished in standard containers with name , weight , and guaranteed ana lysis of contents clearly marked thereon . No cyanamide compounds or hydrated lime shall be permitted in mixed fertilizers . The fertilizers may be supplied in one of the following forms : a. A dry , free-flowing fertilizer suitable for application by a common fertilizer spreader; b. A finely-ground fertilizer so luble in water , suitab le for application by power sprayers ; or c. A granular or pellet form suitable for application by blower equipment. Fertilizers shall be 1-1-1 commercial fertilizer and shall be spread at the rate of 2 pounds per 1000 square feet. 901-2.3 SOIL FOR REPAIRS. The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be repaired. The soil shall be relatively free from large stones , roots , stumps , or other materials that will interfere with Project No. 1573 Jacobs No . WFXK2500 T-901 -1- Apron C Improvements Meacham Internatio nal Airport subsequent sowing of seed , compacting, and establishing turf, and shall be approved by the Engineer before being placed. CONSTRUCTION METHODS 901-3.1 ADVANCE PREPARATION AND CLEANUP. After grading of areas has been completed and before applying fertilizer and ground limestone, areas to be seeded shall be raked or otherwise cleared of stones larger than 2 inches (50 mm) in any diameter, sticks, stumps, and other debris that might interfere with sowing of seed , growth of grasses, or subsequent maintenance of grass-covered areas. If any damage by erosion or other causes has occurred after the completion of grading and before beginning the application of fertilizer and ground limestone, the Contractor shall repair such damage. This may include filling gullies , smoothing irregularities, and repairing other incidental damage. An area to be seeded shall be considered a satisfactory seedbed without additional treatment if it has recently been thoroughly loosened and worked to a depth of not less than 5 inches (125 mm) as a result of grading operations and, if immediately prior to seeding , the top 3 inches (75 mm) of soil is loose, friable , reasonably free from large clods, rocks, large roots , or other undesirable matter , and if shaped to the required grade. However , when the area to be seeded is sparsely sodded , weedy, barren and unworked , or packed and hard, any grass and weeds shall first be cut or otherwise satisfactorily disposed of, and the soil then scarified or otherwise loosened to a depth not less than 5 inches (125 mm). Clods shall be broken and the top 3 inches (75 mm) of soil shall be worked into a satisfactory seedbed by discing, or by use of cultipackers, rollers , drags , harrows , or other appropriate means . 901-3.2 WET APPLICATION METHOD. a. General. The Contractor shall apply seed and fertilizer by spraying them on the previously prepared seedbed in the form of an aqueous mixture and by using the methods and equipment described herein . b. Spraying Equipment. The spraying equipment shall have a container or water tank equipped with a liquid level gauge calibrated to read in increments not larger than 50 gallons (190 liters) over the entire range of the tank capacity, mounted so as to be visible to the nozzle operator. The container or tank shall also be equipped with a mechanical power-driven agitator capable of keeping all the solids in the mixture in complete suspension at all times until used. The unit shall also be equipped with a pressure pump capable of delivering 100 gallons (380 liters) per minute at a pressure of 100 pounds per square inch (690 kPa). The pump shall be mounted in a line that will recirculate the mixture through the tank whenever it is not being sprayed from the nozzle . All pump passages and pipe lines shall be capable of providing clearance for 5/8 inch (15 mm) solids. The power unit for the pump and agitator shall have controls mounted so as to be accessible to the nozzle operator. There shall be an indicating pressure gauge connected and mounted immediately at the back of the nozzle. The nozzle pipe shall be mounted on an elevated supporting stand in such a manner that it can be rotated through 360 degrees horizontally and inclined vertically from at least 20 degrees below to at least 60 degrees above the horizontal. There shall be a quick-acting, three-way Project No . 1573 Jacobs No . WFXK2500 T-901 -2- Apron C Improvements Meacham In ternational Airport control valve connecting the recirculating line to the nozzle pipe and mounted so that the nozzle operator can control and regulate the amount of flow of mixture delivered to the nozzle . At least three different types of nozzles shall be supplied so that mixtures may be properly sprayed over distance varying from 20 to 100 feet (6 to 30 m). One shall be a close-range ribbon nozzle, one a medium-range ribbon nozzle , and one a long-range jet nozzle . For case of removal and cleaning , all nozzles shall be connected to the nozzle pipe by means of quick-release couplings. In order to reach areas inaccessible to the regular equipment , an extension hose at least 50 feet (15 m) in length shall be provided to which the nozzles may be connected. c. Mixtures. Lime , if required, shall be applied separately , in the quantity specified, prior to the fertilizing and seeding operations. Not more than 220 pounds (100 kg) of lime shall be added to and mixed with each 100 gallons (380 liters) of water. Seed and fertilizer shall be mixed together in the relative proportions specified, but not more than a total of 220 pounds (100 kg) of these combined solids shall be added to and mixed with each 100 gallons (380 liters) of water. All water used shall be obtained from fresh water sources and shall be free from injurious chemicals and other toxic substances harmful to plant life . Brack ish water shall not be used at any time . The Contractor shall identify to the Engineer all sources of water at least 2 weeks prior to use. The Engineer may take samples of the water at the source or from the tank at any time and have a laboratory test the samples for chemica l and saline content. The Contractor shall not use any water from any source that is disapproved by the Engineer following such tests . All mixtures shall be constantly agitated from the time t hey are mixed until they are finally applied to the seedbed . All such mixtures shall be used within 2 hours from the time they were mixed or they shall be wasted and disposed of at locations acceptable to the Engineer. d. Spraying. Lime , if required , shall be sprayed only upon previously prepared seedbeds. After the applied lime mixture has dried , the lime shall be worked into the top 3 inches (8 cm), after which the seedbed shall again be properly graded and dressed to a smooth finish . Mixtures of seed and fertilizer shall only be sprayed upon previously prepared seedbeds on which the lime , if required, shall already have been wo rked in. The mixtures shall be applied by means of a high-pressure spray that shall always be directed upward into the air so that the mixtures will fall to the ground like rain in a uniform spray. Nozzles or sprays shall never be directed toward the ground in such a manner as might produce erosion or runoff. Particular care shall be exercised to insure that the application is made uniformly and at the prescribed rate and to guard against misses and overlapped areas. Proper predetermined quantities of the mixture in accordance with specifications shall be used to cover specified sections of known area. Checks on the rate and uniformity of application may be made by observing the degree of wetting of the ground or by distributing test sheets of paper or pans over the area at intervals and observing the quantity of material deposited thereon. On surfaces that are to be mulched as indicated by the plans or designated by the Engineer, seed and fertilizer applied by the spray method need not be raked into the soil or rolled. However, on surfaces on which mulch is not to be used, the raking and rolling operations will be required after the soil has dried. Project No . 1573 Jacobs No . WFXK2500 T-901 -3- Apron C Improvements Meacham International Airport l 901-3.3 MAINTENANCE OF SEEDED AREAS. The Contractor shall protect seeded areas against traffic or other use by warning signs or barricades , as approved by the Engineer. Surfaces gu ll ied or otherwise damaged following seeding shal l be repaired by regrading and reseeding as directed . The Contractor shall mow, water as directed, and otherwise maintain seeded areas in a satisfactory condition until final inspection and acceptance of the work. A grass stand sha ll be cons idered adequate when bare spots are one square foot or less , randomly dispersed , and do not exceed 3% of the area seeded , in the opinion of the Engineer . If at the time when the contract has been otherwise completed it is not possible to make an adequate determination of the color , density , and uniform ity of such stand of grass , payment for the unaccepted portions of the areas will be withheld until such time as these requirements have been met. METHOD OF MEASUREMENT 901-4.1 The quantity of seeding to not be paid for separately for completed and accepted , but will be a subsidiary of the pavement. BASIS OF PAYMENT 901-5.1 Payment shall not be made at the contract unit price , but will be a subsidiary of the pavement. which will be full compensation for furnishing and placing all material and for all labor, equipment, tools , and incidentals necessary to complete the wo rk prescribed in this item . MATERIAL REQUIREMENTS FED SPEC A-A-1909 Fertil izer FED SPEC A-A-2671 Seeds , Agriculture Proj ect No . 1573 Jacobs No . WFXK2500 END OF ITEM T-901 T-901 -4- Apron C Improvements Meacham Internati onal A irport ITEM T-905 TOPSOILING DESCRIPTION 905-1.1 This item shall consist of preparing the ground surface for topsoil application , removing topsoil from designated stockpiles or areas to be stripped on the site or from approved sources off the site , and placing and spreading the topsoil on prepared areas in accordance with this specification at the locations shown on the plans or as directed by the Engineer. The estimated topsoil quantities were calculated using a digital terrain model based upon a field survey of the existing grades and the proposed grades. The Contractor may accept the quantities stated in the bid schedule or perform his own survey of the site and submit the necessary calculations to support the different quantity. The Contractor shall declare his intentions, in writing , within 15 days of the Pre-Construction Meeting. If the contractor elects to perform his own survey, all documentation to support a different topsoil quantity shall be submitted to the Engineer within 30 consecutive days of the notice to proceed. MATERIALS 905-2.1 TOPSOIL. Topsoil shall be the surface layer of soil with no admixture of refuse or any material toxic to plant growth , and it shall be reasonably free from subsoil and stumps, roots , brush, stones (2 inches or more in diameter), and clay lumps or similar objects. Brush and other vegetation that will not be incorporated with the soil during handling operations shall be cut and removed . Ordinary sods and herbaceous growth such as grass and weeds are not to be removed but shall be thoroughly broken up and intermixed with the soil during handling operations. The topsoil or soil mixture , unless otherwise specified or approved, shall have a pH range of approximately 5.5 pH to 7.6 pH , when tested in accordance with the methods of test ing of the association of official agricultural chemists in effect on the date of invitation of bids. The organic content shall be not less than 3% nor more than 20% as determined by the wet-combustion method (chromic acid reduction). There shall be not less than 20% nor more than 80% of the material passing the 200 mesh (0.075 mm) sieve as determined by the wash test in accordance with ASTM C 117 . Natural topsoil may be amended by the Contractor with approved materials and methods to meet the above specifications. CONSTRUCTION METHODS 905-3.1 GENERAL. Areas to be topsoiled shall be shown on the plans . If topsoil is available on the site, the location of the stockpiles or areas to be stripped of topsoil and the stripping depths shall be shown on the plans . Suitable equipment necessary for proper preparation and treatment of the ground surface, stripping of topsoil , and for the handling and placing of all required materials shall be on hand , in good condition , and approved by the Engineer before the various operations are started. 905-3.2 PREPARING THE GROUND SURFACE. Immediately prior to dumping and spreading the topsoil on any area , the surface shall be loosened by discs or spike-tooth harrows , or by other means approved by the Engineer, to a minimum depth of 2 inches (50 mm) to facilitate bonding of the topsoil to the covered subgrade soil. The surface of the area to be topsoiled Project No. 1573 Jacobs No . WFXK2500 T-905 -1- Apron C Improvements Meacham International Airport • I .J sha ll be cl eared of all stones larger than 2 inches (50 mm) in any diameter and a ll litter or other material which may be detrimental to proper bonding , the rise of capil lary mo isture , or the proper growth of the desired planting . Limited areas , as shown on the plans , which are too compact to respond to these operations shall receive special scarification . Grades on the area to be topso iled , which have been established by others as shown on the plans , shal l be ma intained i n a true and even cond ition . Where grades have not been established , the areas sha ll be smooth-graded and the surface left at the prescribed grades in an even and properly compacted condition to prevent , insofar as practical , the formation of low places or pockets where water will stand. 905-3.3 OBTAINING TOPSOIL. Prior to the stripping of topsoil from designated areas , any vegetation , briars , stumps and large roots , rubbish or stones found on such areas , wh ich may interfere with subsequent operations , shall be removed using methods approved by the Engineer. Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means shall be removed. When su itable topsoil is ava ilable on the site, the Contractor shall remove this material from the designated areas and to the depth as directed by the Eng i neer. The topsoil shall be spread on areas already tilled and smooth-graded , or stockp iled in areas approved by the Engineer. Topsoil which has been previous ly stockpiled by the contractor and has been paid for under Item P-152 shall be rehandled and placed according to this specification . Payment will be made under this item for the rehandling and placement of the previously stockpiled topsoil. Any topsoi l that has been stockpiled on the site by others , and is required for topsoiling purposes , shall be removed and placed by the Contractor. The sites of all stockpiles and areas adjacent thereto which have been disturbed by the Contractor shall be graded if required and put into a condition acceptable for seeding . When suitable topsoil is secured off the airport site , the Contractor shall locate and obtain the supply , subject to the approval of the Engineer. The Contractor shall notify the Engineer sufficient ly in advance of operations in order that necessary measurements and tests can be made. The Contractor shall remove the topsoil from approved areas and to the depth as directed . The topsoil shall be hauled to the site of the work and placed for spreading , or sp read as required . Any topsoil hauled to the site of the work and stockpiled shall be rehandled and placed without additional compensation. 905-3.4 PLACING TOPSOIL. The topsoil shall be even ly spread on the prepared areas to a uniform depth of 4 inches after compaction, unless otherwise shown on the plans. Spreading shall not be done when the ground or topsoil is frozen , excessively wet , or otherwise in a condition detrimental to the work. Spreading shall be carried on so that turfing operations can proceed with a minimum of soil preparation or tilling. After spread ing , any large , st iff clods and hard lumps shall be broken with a pulve rizer or by other effective means , and all stones or rocks (2 inches (50 mm) or more in diameter), roots , l itter, or any foreign matter shall be raked up and d isposed of by the Contractor. after spreading is completed, the topsoil shall be satisfactorily compacted by rolling with a cultipacker or by other means approved by the Eng i neer. The compacted topsoil surface shall conform to the required lines , grades, and cross sections . Any topsoil or other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed . Project No . 1573 Jacobs No . W FX K2500 T-905 -2- Apro n C Improveme nts Me ac ham Internatio nal Airport METHOD OF MEASUREMENT 905-4.1 Topsoil obtained on the site and previously stockpiled by the Contractor shall be measured by the number of cubic yards (CY) of topsoil will not be measured, but will be a subsidiary of the pavement. BASIS OF PAYMENT 905-5.1 Payment will not be made, but will be a subsidiary of the pavement. (obtained on the site). This price shall be full compensation for furnishing all materials and for all preparation, placing, and spreading of the materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. 905-5.2 Payment will not be made, but will be a subsidiary of the pavement. (obtained off the site). This price shall be full compensation for furnishing all materials and for all preparation, placing , and spreading of the materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. TESTING MATERIALS ASTM C 117 Materials Finer than 75-µ..m (No . 200) Sieve in Mineral Aggregates by Washing Project No . 1573 Jacobs No . WFXK2500 T-905 -3- Apron C Improvements Meacham International Airport 1 • T .. .. .} ' . ,. . ,·, ,. . , ' .• PARTB ·,· ,. • ·.l ~ r .. ' .• ' ' ,:- ., j; C ,< ~ • £""-1,-• ~· "" : t , .t '* '., ~ ff • 1, I i 1 1· I ' ; .. i 11 ' J I ~ I, It ,, \[ , I j- ' J t I ~ i f ..i ·t ' j I l • , j I 1 1 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Project No. P240-539120-551810157380. STATE OF TEXAS § COUNTY OF TARRANT § Conatser Construction TX, L.P. CONTRACTOR Conatser Management Group, Inc. Date: January 10, 2011 BEFORE ME, the undersigned authority, on this day personally appeared Jerry Conatser, known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of Conatser Construction TX, L.P. for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 10th day of January, 2011. ''""''' .:-~\.~.'~f?,,, SYDNEY JONES [•':~{§ Notary Publ ic , State of Texas ;~.~.:.,g My Commiss ion Exp ires ~',1tf,f.ti,~t,,t May 09 , 2014 Notar THE STATE OF TEXAS COUNTY OF TARRANT Bond No: 022028980 PAYMENT BOND § § § KNOW ALL BY THESE PRESENTS : That we, (1), Conatser Construction TX, LP. as Principal herein, and (2) Liberty Mutual Insurance Canpany , a corporation organized and existing under the laws of the State of (3) MA , as surety, are held and firmly bound unto the City of Fort Worth , a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of Five Hundred Eighty Seven Thousand Seven Hundred Thirty-five and 00 /100 ..... ... Dollars ($587,735.00) for the payment whereof, the said Principal and Surety bind themselves and their heirs , executors, administrators , successors and assigns, jointly and severally, firmly by these presents : WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the z5"'day of lf!nl,((IJ U{ , 20_( (_, which contract is hereby referred to and made a part hereof as ~fully and to the same extent as if copied at length, for the following project: Apron C Expansion Improvements. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED , HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Go vernment Code, as amended, and all liabilities on this bond shall be detennined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. ,20~ Conatser Construction TX, LP ATTEST: #~ Name: Jerry R. Conatser (Principal) Secretary President of Conatser ManagerrEnt TitleGroup, Inc., GP (SE AL) ATTEST: Secretary (SE AL) Address: ----------P. o. Box 15448 Fort Worth, TX 76119 Liberty Mutual Insurance Canpany SURETY ~ By~~ Name: Glenna S. Davis Attorney in Fact Address : ----------175 Berkeley Street Q_~~ :1n~Q V, Witness as Surety Boston, MA 02117 Telephone Number: 972.233.9588 Carolyn Maples NOTE: ( 1 ) (2) (3) Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. THE STATE OF TEXAS COUNTY OF TARRANT Bond No: 022028980 PERFORMANCE BOND § § § KNOW ALL BY THESE PRESENTS : That we, (1) Conatser Construction TX, LP , as Principal herein, and (2) Liberty Mu_t_ua_l_I_ns_u_r_an_c_e_C_anpany ___ --=---------' a corporation organized under the laws of the State of (3) ___ MA ____ , and who is auth01ized to issue surety bonds in the State of Te xas, Surety herein, are held and finnly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, ,Obligee herein, in the sum of Five Hundred Eighty Seven Thousand Seven Hundred Thirty-five and 00/100 ........ Dollars ($587,735.00) for the payment of which sum we bind ourselves, our heirs, executors, administrators,. successors and assigns, jointly and severally, finnly by these presents. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the 1'ay of (o o (l .UQ 0-f , 20 , a copy of which is attached hereto and made a part hereof for all purposes, for the construction of Apron C Expansion Improvements . NOW, THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perfonn the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold hannless the Obligee from all costs and damages which Obligee may suffer by reason of P1incipal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED , HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Go vernment Code, as amended, and all liabilities on this bond shall be detennined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this d~ day o f ~<0-.~ ~ , 2o t\. ATTEST: Conatser Cons t ruct ion TX. LP PRIN~CIPA~/ ~ By:~ / Name : Jerry R. Conatser (Principal) Secretary President of Conatser Title :Managenent Group, Inc., GP (S EAL) ATTEST: Secretary (SE AL) Address: ----------P. 0. Box 15448 Fort Worth, TX 76119 Liberty Mutual Insurance Canpany :~~~ Name : Glenna S. Davis Attorney in Fact Address : ----------175 Berkeley Street 0,~ :'ro~,Jh Witnessast urety Boston, MA 02117 Telephone Number: 972.233.9588 Carolyn Maples NOTE: ( 1) (2) (3) Correct name of Princi pal (Contractor). Correct name of Surety. State of incorporation of Sure ty Telephone number of surety must be stated . In addition, an orig inal copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. . The date of bond shall not be prior to date of Contract. THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL BY THESE PRESENTS: § § § Bond No: 022028980 MAINTENANCE BOND That Conatser Construction TX, LP. ("Contractor"), as principal, and, Liberty }fu.tual Insurance Ccmpany , a corporation organized under the laws of the State of MA ___ , ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum of Five Hundred Eighty Seven Thousand Seven Hundred Thirty-five and 00/100 ........ Dollars ($587,735 .00), lawful money of the United States , for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors , administrators, assigns and successors, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth , dated theJ ~of <2)oouo (~ I 20 11_. a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Apron C Expansion Improvements, the same being referred to herein and in said contract as the Work and being designated as project number(s) P240-539120-551810157380 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and cond iti on for said term of Two (2) years; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Aviation, it be necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided . NOW THEREFORE , if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in§. :ounterparts, each of which shall be deemed an original, this ~'6'ct'ay of ~ , A.D. ;)_~\\ ) ATTEST: (SE AL) Secretary ATTEST: (S EAL) Secretary Conatser Construction TX, LP ::n~ ~~Conatser President of Conatser Title: Mana~nt Group, Inc., GP Liberty Mutual Insurance Canpany Surety By~·~ Name: Glenna S .Davis Title: Attorney-in-Fact 175 Berkeley Street Boston, MA 02117 Address ~~ C: Cl) ~ ... ) ... .. :::I -CJ 3042176 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint GREG A. WILKERSON, GLENNA S. DAVIS, CATHY VINSON, CAROLYN MAPLES, JOHN R. WILSON, ALL OF THE CITY OF FORT WORTH, STATE OF TEXAS ...................................................................................................................... . , each individually if there be more than one named , its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and d. eed, anv and all underta:kinas , bonds , recoanizances and other surety obligations in the oenal sum not exceeding TWENTY FIVE MILLION AND 00/100**'********************1,***************" DOLLARS($ 25,000,000.00*************,1******** ) each , and the execution of such undertakings , bonds , recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons . That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE XIII -Execution of Contracts : Section 5 . Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president , and subject to such limitations as the chairman or the president may prescribe , shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds , recognizances and other surety obligations. Such attorneys-in-fact , subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company . When so executed such instruments shall be as binding as if signed by the president and attested by the secretary . By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: Pursuant to Article XIII , Section 5 of the By-Laws , Garnet W . Elliott , Assistant Secretary of Liberty Mutual Insurance Company , is hereby authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make , execute, seal, acknowledge and deliver as surety any and all undertakings , bonds , recognizances and other surety obligations . That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 3rd day of August , 2010 COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY LIBERTY MUTUAL INSURANCE COMPANY By~e4: f&/-a<-::t-A-:- Garnet W. Elliott, Assistant Secretary On this ..;mL_ day of August , 2010 , before me, a Notary Public, personally came Garnet W. Elliott , to me known, and acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. first above written . CERTIFICATE COMMONWEALTH OF PENNSYLVANIA No!'Mial Seal Teresa P'astella , N<t.a,y Publk: P.ymoutr, Twp., Mootgornery Ccuoly My Comm!~ Expires Match 28 , 2013 By~~ Ter~sa Pastella , Notary Public I, the undersigned, Assistan ecretary of Liberty Mutual lns.urance Company , do hereby certify that the original power of attorney of which the foregoing is a full , true and correct copy, is in full force and effect on the date of this certificate; and !do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article XIII , Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March , 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds , shall be valid and binding upon the company with the same force and effect as though manually affixed. ~ :'·\+\ INJ!;STIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this ~G~-0~----day of .0.G,t'MCP:1\.-' , ct)\\ . > a;~"·\. (t(i·~-,, ':. \~~:,:~~} ~ ~ ~~ > ta "C 1/l 1/l Cl) C: ·;;; :::I .Q >, C: ta =§ ~ .... >,C/J Cl)W Ee 0 Q. :t:o <C (') 0~ ... "C Cl) C: 3 ta PE .... ta .!!?o .co -·· -CJ) 0 C: >,Cl> .t:: Cl) :E ! -Cl) ~.Q Cl)O =~ E '9 ·=~ -co C: I Oo CJ.- 0<0 .... ,.!. ~ Liberty ~ i\-'l utua1 Important Notice TO OBTAI N INFORMATION OR TO MA KE A COMPLAINT: You may write to Liberty Mutual Surety a t: Libe rt y Mutual Surety Interchange Corporate Center 450 Plymouth Road , Suite 400 Plymouth Meeting , PA 19462-8284 You ma y contact the Tex as Departme nt of Insurance to obtain informa ti on on companies , coverages, righ ts or compla ints at: 1-800-252-3439 You may write the Tex as Department of Insurance : P. 0. Box 149104 Austin, TX 78714-910 4 Fa x: (512) 475-1771 Web: http://www.td i.state .tx.us E-mail: Con sume rPro tection@tdi .state . tx.u~ Pre m i um o r C la im D isputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a cla im, you should contact the company first. If the d ispute is no t resolved , you may contact the Texas Department of Insurance . A tta ch T hi s N ot ice To Yo ur Po l icy : This notice is fo r information only and does not become a part or cond it ion of t h e attached document. UvllC-3 50 0 Page 1 of 2 Re v. 7 .1 .0 7 CITY OF FORT WORTH, TEXAS CONTRACT THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT This Contract made and entered into this the 25th day of January , 2011 , by and between the City of Fort Worth , a home-rule municipal corporation situated in Tarrant , Denton , Parker , and Wise Counties , Texas , by and through its duly authorized Assistant City Manager, ("Owner"), and Conatser Construction TX , LP , ("C ontractor"). Owner and Contractor may be referred to herein individually as a "Party" or collectively as the "Parties ." WITNESSETH: That said Parties have agreed as follows : 1 . That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner , and under the conditions expressed in the bond bearing even date herewith , the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as fol lows : FOR: Apron C Expansion Improvements -Construction That the work herein contemplated shall consist of the Contractor furnishing as an independent contractor all labor , tools , appliances and materials , necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by or on behalf of the City of Fort Worth for the Aviation of the City of Fort Worth adopted by the City Council of the City of Fort Worth , which Plans and Specifications and Contract Documents are hereto attached and made a part of this Contract the same as if written herein . 3. The Contractor hereby agrees and binds itself to commence the construction of sa id work within ten (10) days after being notified in writing to do so by the Aviation Department of the City of Fort Worth . 4. The Contractor hereby agrees to prosecute said work w ith reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Aviation Department of the City of Fort Worth and City Council of the City of Fort Worth within a period of 120 Ca lendar days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as prov ided in the General Conditions , there shall be deducted from any monies due or which may thereafter 6/17 /09 C-1 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX become due him , the sum of $315 per working day, not as a penalty but as liquidated damages , the Contractor and its Surety shall be liable to the Owner for such deficiency. 5 . Should the Contractor fail to begin the work herein provided for within the time here in fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans , Specifications and Contract Documents , then the Owner shall have the right to either demand the Surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the w or k in such manner as it may deem proper , and if in the completion thereof, the cost to the Owner shall exceed the contract price or prices set forth in the P lans and Spec ificati ons made a part hereof, the Contractor and /or its Surety shall pay Owner on demand in writing , setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 . Contractor covenants and agrees to indemnify the Owner , Owner 's Engineer and Architect, and their personnel at the project site for Contractor 's sole negligence. In addition , Contractor covenants and agrees to indemn ify , hold harmless and defend , at its own expense , the Owner , its officers , servants and employees , from and against any and all claims or suits for property loss , property damage , personal injury, including death , arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor , its officers , agents , employees , subcontractors , licensees or invitees , whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owne r from and against any and all injuries to Owner's officers , servants and employees and any damage , loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees . In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment , final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and /or a release from the claimant involved , or (b) provides Owner with a letter from Contractor's liability insu rance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed appropriate , refuse to accept bids on other C ity of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a C ity of Fort Worth contract. 6/17/09 C-2 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 7. The Contractor agrees , upon the execution of th is Contract , and before beginning work , to make , execute and deliver to City of Fort Worth the following bonds in the name of the City of Fort Worth in a sum equal to the amount of the Contract. The form of the bond shall be as herein provided and the surety must first be acceptable to the City of Fort Worth . All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code , as amended. A. If the total contract price is $25 ,000 or less , payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the Owner . B. If the contract amount is in excess of $25 ,000 , a Payment Bond shall be executed , in the amount of the Contract , solely for the protection of all claimants supplying labor and material in the prosecution of the work. C . If the Contract amount is in excess of $100 ,000 , a Performance Bond shall be executed , in the amount of the Contract conditioned on the faithful performance of the work in accordance with the Plans , Specifications, and Contract Documents . Said bond shal l sole ly be for the protection of the Owner. D . A Two-year Maintenance Bond in the name of the Owner is required for all projects to insure the prompt , full and faithful performance of the general guarantee contained in the Contract Documents . 8 . The Owner agrees and binds itself to pay , and the Contractor agrees to receive , for all of the aforesaid work , and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by Contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total Contract amount (including /excluding) alternates na , shall be Five Hundred Eighty Seven Thousand Seven Hundred Thirty-five and 00 /100 ... Dol lars , ($587 ,735 .00). 9. It is further agreed that the performance of this Contract , whether in whole or in part , shall not be sublet or assigned to anyone else by said Contractor w ithout the written consent of the Owner . Any request for any sublease or assignment shall be made in writing and submitted to the Director of the Aviation Department. 10 . The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth , Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein . 11 . It is mutually agreed and understood that this Contract is made and entered into by the Parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth 6/17/09 C-3 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX and the laws of the State of Texas with references to and governing all matters affecting this Contract , and the Contractor agrees to fully comply with all the provisions of the same . IN WITNESS THEREOF , the City of Fort Worth has caused this instrument to be signed in counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached . The Contractor has executed this instrument through its duly authorized officers in§ counterparts with its corporate seal attached . Done in Fort Worth , Te x as , this the \ \-\-~ day of J..c~ , A.O ., 20 _1l .s APPROVAL RECOMMENDED: DIRECTOR , Av iationDEPARTMENT ITLE />0. iJox IS'i'f e Et2rt ?vact-1,, n "16119 ADDRESS 1 6/17/09 CITY OF FORT WORTH BY Si,.~-, ASSIST ANT CITY MANAGER ATTEST : ASSISTANT CITY ATTORNEY C-4 ~ontract Authorizati o a ~,/ d:;5 l t I OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX .. PARTC " MEMORANDUM Date: 1/26 /11 Re: Apron C Expansion Improvements-Construction Verification of Bonds To Whom It May Concern: This is a note confirming that enclosed bonds have been verified through Carla Anderson on Wednesday, January 26 , 2011. Thanks , <J(useena Johnson Ruseena Johnson : ' ·~ ' ~ ..... 'ii ' r .. " ' .. "-';,., ·-;;., ,, .. ' ,, ";. ~ , ' .• r' t:' ,, ~ ' . ~. " •, ~ • ·-,.• ; .. 41 .. •' . ' ._ ',. ,, .. ' . ,) ,. ' ~ ~T} ~ > ,, , < ... ~ ,=.~· .l ' ' APPENDIX " ,, ' "' -~ \ ~ , ,4 ' ~ "' ~ " ,' j ,I' -~ ,· " . ~ :,, 71': ,t ,• ~ .. " ~~ ·~ ' ,, I{ , 1 \ l 7 ·~ •!,t ·~ ~ . ~ .. ,j,._ • > .. • i " "F .;;_ ~ ~ ~ t ~ i .J z . ..., :t <" {, ~ . ' l 1. ,.,. ·i ' >, ,;y .:,=:,......._'!Cw... .,, Geotechnical Investigation For Meacham International Airport "South Tenant Apron Reconstruction" Fort Worth, Texas Submitted to: Jeffery L Peterman, P.E. Jacobs Engineering Group, Inc. 777 Main Street Fort Worth, Texas 76102 Submitted by: Rodriguez Engineering Laboratories Registered Texas Engineering Firm F-1563 13809 Turbine Drive Austin, Texas 78728 REVISED September 17, 2009 A''''"'' ,.__'\~j!.2f.!.E;r~''-; ~· .... ~ ..• ,./ ........ •, ti a'I ··························-····' JOSE MELENDEZ ~ ~···········-··············-···' ',:t· 95430 .. ~s •,r,;i.f:!ceN'dfJ4~/ ,,'8~10·-···'e,v-;..:' ~ .. · .. -NAL __ _ ..... ,,,..,; Jose Melendez, P.E. I • I • T -1 "Committed to Excellence" .. l J . _J I . .; Project No . 1573 Jacobs No . WFXK2500 END OF ITEM T-905 THIS PAGE INTENTIONALLY LEFT BLANK T-905 -4- Apron C Improvements Meacham International Airport -----------------------------.....__,RODRIGUEZ ENG IN EERING Geotechnical Investigation for Meacham International Airport "South Tenant Apron Reconstruction" Fort Worth, Texas Table of Contents I. Introduction II. Purpose of Study Ill. Subsurface Investigations IV. Laboratory Testing V. Site and Subsurface Conditions VI. Summary of Test Results VII. Conclusions and Recommendations VIII. Pavement Section Recommendations IX. General Pavement Recommendations X. Limitations XI. Appendices 1. Appendix A 1 1 1 2 3 4 5 5 6 7 Bore Log Data A-1 2. Appendix B Proctor and CBR Data 8-1 3. Appendix C University of Texas, Bureau of Economic Geology Map C-1 Map of Borehole Locations C-2 4. Appendix D PCC Pavement Design Results D-1 / ucommitted to Excellence" ~z ------------------------------'\;---"ENGINEERING 'V~ Geotechnical Investigation for Meacham International Airport "South Tenant Apron Reconstruction" Fort Worth, Texas INTRODUCTION Rodriguez Engineering Laboratories was retained by Jacobs Engineering Group, Inc. to perform a geotechnical investigation at Meacham International Airport in Fort Worth, Texas. PURPOSE OF STUDY The purpose of this investigation is to determine the engineering properties of the in-situ subsurface material for the proposed reconstruction of South Tenant Apron (South of Taxiway C) at the Meacham International Airport. The scope of work for the field geotechnical investigation includes drilling boreholes and collecting representative soil samples to perform the appropriate laboratory tests. The objective Is to submit a summary of the laboratory test results and provide PCC pavement section recommendations. The results of this geotechnical investigation are summarized and general recommendations are provided in this report. SUBSURFACE INVESTIGATIONS The subsurface investigation was performed under the supervision of Jose Melendez, P.E. The field inspection, drilling and logging was performed by Chico Chavez. The drilling operation included two borings to a depth of 5.5 feet, one boring to 5 feet, and two borfngs to 1.5 feet below existing grade at locations determined and selected by Jacobs Engineering Group, Inc. Appendix A contains information of each borehole along with the laboratory test results for Moisture Content, Atterberg Limits, Sieve Analysis and Unified Soil Classification. The borings were dril!ed with a Giddings trailer mounted drill rig with a flight auger at the selected locations. Meacham lntemationa l Airport. SOut h Tenant Apron 1 Jacobs EngineerinJ Group, Inc . REVISED 09/17/2009 ucommitted to Excel/enceH ... -, ENGINEERING ~ LABORATORY TESTING The representative soil samples obtained during exploration were selected, sealed, labeled in accordance with approved procedures and then transported to the laboratory for testing. A testing program was conducted on the sealed samples to aid in the classification and evaluation of the engineering properties required for analysis. The laboratory tests were performed by experienced laboratory technicians and monitored by the geotechnical engineer. The laboratory and field tests were performed in accordance to the following Test Methods: • Potential volumetric shrinkage characteristics of the cohesive soils were determined by the Standard Test Methods for Liquid Limit, Plastic limit, and Plasticity Index of Soils {ASTM D 4318). • Material gradation for soil classification was determined by the Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) (ASTM D 2487). • Material moisture content was determined by the standard test method for Laboratory Determination of Water (Moisture) Content of Soil and Rock by Mass (ASTM D 2216). The data can be found in Appendix A. • The M9isture-Density relationship of the natural subgrade soils was determined by the standard test method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3(600 kN-m/m3)) (ASTM D 698). • An index of strength and deflection characteristics of the natural subgrade soils was determined by performing the standard test method for CBR (California Bearfng Ratio) of Laboratory-Compacted Soils (ASTM D 1883). The data can be found in Appendix B. Meacham International Airport South Tenan t ~ron 2 Ja cobs En&ineeri ng Group, Inc . REVISED 09/17/2009 "Com mitted to Excellence " r-L__ !ROORIGUEZ ------------------------------..~:--ENGINE?G SITE AND SUBSURFACE CONDITIONS Site Conditions The Meacham International Airport is located approximately 5 nautical miles north from downtown Fort Worth, Texas . The topography in the area is generally flat. The Geologic Atlas of Texas {Dallas Sheet) published by the Bureau of Economic Geology at the University of Texas at Austin indicates that the general geology of the area is Cretaceous deposits from the Lower Cretaceous period. The geology of the area consists of Fort Worth Limestone Formation (Kfd), including limestone and clay. Limestone, aphanitic to biosparite, burrowed, beds 0.2 to 2 feet becoming thicker and more massive southward, light to medium gray; weathers yellowish brown; marine megafossils are pectin, oysters, echinoids, and ammonites. Clay, calcareous, in units 0.1 to 5 feet thick, medium gray to yellowish brown; weathers yellowish brown, forms low rolling hills. The thickness of this formation varies from 25 to 35 feet. Appendix C includes an area map of the geological survey provided by the University of Texas at Austin Bureau of Economic Geology as well as a site map of the borehole locations. Subsurface Conditions Borings to depth were generally advanced with ease until the limestone stratum; the material sampled varied from low-plasticity Clayey Sands to medium-to-high plasticity Fat Clays. Due to hard limestone stratum encountered, borings were terminated before the desired depth was obtained. The particular subsurface stratigraphy, as determined by the exploration, Is shown in detail in the boring logs. laboratory classlficat!on of soils may vary from the actual field material due to possible degradation, which occurs during the drflllng process; an outcrop of rock may be encountered. No groundwater was encountered during drilling operations. However, the short-term field observations generally do not permit an accurate evaluation of the subsurface water levels. Any ground water elevation information provided is representative of conditions existing on the day and for the specific location where the information was taken. The actual groundwater elevation may fluctuate due to time, climatic conditions, and/or construction activities. This is detailed in Appendix A. Meacham ln temationsl Airport. South Tenan t Ap ron 3 Jscobs Engineering Group, Inc. REVISED 09/17/2009 "Comm i tted to Excellence" rt 1 . l ------------------------------~____,RODRIG UEZ VG SUMMARY OF TEST RESULTS The following is a summary of test results obtained from the field borings Information, and laboratory tests of the representative soil samples. Proposed CBR Design Value The laboratory CBR design value, based on a 95% maximum dry density compaction level and a soaking period of 96 hours, the specified subgrade soils are as follows: CSR Sample Laboratory MaXimum Optimum No. Location Com~cted -Soaked Ory Density Moisture CBR ( PCF) ( 96) 1 Boring No.1 & 2 2.9 95.0 24.5 The soil classification for the subgrade materials used on CBR tests are: CBR Uquld Ptastio Moisture Material Material No. Soil .Classlflcatlon Limit Index Content Passing Passing No.40 No.200 1 Dark Brown. Sandy Fat CLAY CH) 53 35 14.1% 70.2% 58.4% Proposed K Design Value The Foundation Modulus of the Subgrade (K Value) was obtained using a CBR Value of 3, and the following correlation shown in the FAA Advisory Circular 150/5320-SE. K = [ ( 1500 * CBR ) / 26 ] o .7788 Where: CBR = Galifornia Bearing Ratio= 3 K = Foundation Modulus of the Subgrade = 55 Pei Meacham lntemationeif Airport South Tenant Apron 4 Jacobs Engin eering Group, Inc . REVISED 09/17/2009 "Committed to Excellence " ------------------------------.......--~EZ VG CONCLUSIONS AND RECOMMENDATIONS The following conclusions and recommendat ions are based upon the data obtained from the borings and laboratory testing of the soil samples, the project information provided to us by Jacobs Eng ineering Group, Inc. and experience with similar soils and site conditions. If any subsurface conditions other than those described here are encountered, Rodriguez Engineering Laboratories should be immediately notified so that further investigations and supplemental recommendations can be provided. Rigid Pavement Section Recommendations Design Aircraft= Single Wheel Load 30,000 Lbs Annual Departures= 3,500 Concrete Flexural Strength = 650 psi The above information along with the FM's Rigid Pavement Design Procedures (FAA Advisory Circular 150/5320-6D) has been used as basis for our recommendations. The new pavement section should consist of 7.3" PCC and 6" subbase (see appendix D). The possible option would result in: 7.5" FAA Item P-501 PCC Pavement 6" FAA Item P-154 Subbase Course 6.0" FAA Item P-152 or ·when required" 6.0" FAA Item P-155 Lime Stabilized Subgrade Pavement section is sensitive to the annual departures, type of aircraft and maximum take-out weight of the aircraft, a new pavement analysis should be done if modifications to the input data are made. Due to the close proximity of limestone to the surface, the pavement section may need to be altered during construction to accommodate an outcrop of the limestone. Meacham International Airport. South Tenant Apron 5 Jaeobs Engineering Group, Inc. REVlSED09/17/2009 "Committee/ to Excellence" ,, r 1 J General Pavement Recommendations Areas containing unsuitable materials (with vegetable or organic matter) should be removed to avoid differential settlements due to decomposition of these materials. Unsuitable materials shall be disposed to authorized areas or if approved, used for embankment slope to support vegetation. All undercut and grading of existing subgrade shall comply with the requirements of FAA Item P-152. The excavated areas may be refilled with suitable material obtained from the grading operations or borrow areas and compacted to a minimum of 95% of Standard Proctor Density ASTM 0-698 and the moisture content of the material during placement shall be within ±2% of the optimum moisture content. If embankment is utilized for lower areas, it should comply with the requirements of FAA Item P-152. Compact the material to a minimum of 95% of Standard Proctor Density ASTM D-698 and the moisture content of the material during placement shall be within ±2% of the optimum moisture content. The material should be placed in successive horizontal layers of 8 inches or less {measured un-compacted) for the entire width of the cross section. Compaction of side slopes should be parallel to the long direction of the slide slopes. Pieces larger than 4 inches will not be allowed on the upper 6 inches course. Care should be taken not to over-compact high-plasticity clays. Embankment should extend 5 feet from the pavement edge. The subgrade preparation shall comply with the requirements of FAA Item P-152. Compact the material to a minimum of 95% of Standard Proctor Density ASTM D--698 and the moisture content of the material during placement shall be within ±2% of the optimum moisture content. Subgrade material having a plasticity index (Pl) exceeding 20 should be stabilized with lime slurry at six-inch minimum-<ompacted thickness. If lime stabilization is used, it shall comply with the requirements of FAA Item P-155. The percentage (based on the dry weight of the soil) of lime slurry required to stabilize the existing subgrade is approximately 5% to 6%. Compact the material to a minimum of 95% of Standard Proctor Density ASTM 0698 and the moisture content of the mixture at the start of the compaction shall not be below nor more than2% of the optimum moisture. Lime-treated subgrade should extend at least 5 feet from the pavement edge. Meacham lnternatJoriar Airport, South Tenant Apron 6 Jacobs Engineering Group, Inc. REVISED 09/17/2009 "Committed to Excellence'' -------------------------------....-~__.RODRIGUEZ VG It is recommended that the surface should comply with FM Item P-501 specification (Portland Cement Concrete Pavement). It is important to saw cut the joints as soon as possible to minimize random cracking. Insure that the concrete has attained suffi cient strength to withstand equipment loads. Gare should be taken to slope the site to prevent water ponding around or on the pavement structure during and after construction . Once compreted, the ground surface should slope away from the pavement and have enough topsoil to grow vegetative cover to prevent erosion. It was also determined that the topsoil encountered during our investigation can be excavated using conventional earth moving equipment (ripper, trencher, backhoe). However. if bedrock is encountered, rock hammers or poss i bly bfasting may be required. LIMITATIONS , This investigation was performed in accordance with accepted geotechnical engineering practice for the exclusive use of Jacobs Engineering Group, Inc. in the preparation of the specifications for the proposed improvements at Meacham International Airport. Verification of subsurface conditions for purposes of determining difficulty of excavation. dewatering, trafficability, etc., is the responsibility of others specializing in those areas. In the event that any changes in the nature or location of the proposed borrow pit area are made from those assumed herein, the cond itions and recommendations contained in this report shall not be considered valid until the changes are reviewed and the conclusions are verified in writing. Meaeham International AlrpGrt. SGuUI Tenant Apron 7 Jacobs Engineeri ng Group, Inc. REVI SED 09/17/2009 "Committed to Excellen ce " 1 . l . , f :v x1puaddy ,, Rodriguez Engineering Bore Log Data Laboratories Boring No. 1 Project Meacham International A irport Boring Depth : 5.5ft. Location : South Tenant Apron Reconstruction Water Level: NIA Date Drilled : 7/1/2009 Drilling Method. A .. A~er GJ Laboratory C!a~ification !} MoistUre Attert>erg Sieve Analysis , Percent Passing fo COtile11t limits Depth .. z ! Group ~! I 718' I 314· I I N_~10 N~-~o l No.200 (It) V> Matertal Description (%) LL Pl 3" 3/8"' No.-4 i s ' -I i I I I NS 4.S-HMAC Pavement A I I '-26 I . I . 1-1 9' SASE . Light Brown , Clayey SANO wilh SC A 37 9 100.0 100.0 100.0 . 94 o I 80.1 58 7 3T 3 24 .4 Gravel I I _1 0 I I 1.0 . 1-2 Dark Brown. Sandy Fat CLAY. calcium CH A 141 53 35 100.0 100.0 ,00 ,l~· I 92.4 86.5 70.2 58 .4 .nodules _2(t ,- - 8B.7 ! I I ,- 1-3 ~h1 Yelow, Clayey SAND 74 3 1 SC A 12..8 32 16 100.0 100.0 100.0 958 579 44 .3 ! s.o 3.0~ ,- 1"" light Yellow, Sandy l~ Cl.A Y Ct A ,0.2 39 14 100.0 100.0 89 .0 95.6 88.7 60.9 69.4 58.2 4 .0_ , 1.5 nn. Umeslone. A 1 _s.o 5 .0_ Boring terminated at 5.5 If after auger refusal. No groundwater was encountered. A-1 Rodriguez Engineering Laboratories Project Meacham International Airport Location: South Tenant Apron Reconstruction Date Dnlled 7/1/2009 Ji -1 . L3bolatt>ry Clas sification Depth e o (It} ,.. .,.x en U) Materia l Desetiption NS 8" HMAC Pavement 2-1 6" BASE . Appe,r, black base. 2·2 6" BASE. Dai1t Brown, Poorly Graded GRAVEL with Clay and Sand. (Appears to be s1at>llizoo with emulSion) 2-3 Ohve Brown. Clayey SANO with Gravel . _-r::~I, GP-GC SC Bore Log Data Boring No. 2 o'C Moisll.W'e Atterberg .E _g Conlent . l..irrils ~ 1i LL l Pl c:::;; (%) A A A 3 .3 29 1:4 A 9.1 35 20 Boring Depth: 5 .5 ft. Water Level : N I A Drilling Method: A = Au Qer Sieve Analyi.is, Percent Pmng Oeplh 3• T 718" 314" I 3/8" No.4 ·1 No 1oj No.40 :_No.200 (It) I I IO_ ---- 100.0 100.0 96.!> 74 -, I t 50.4 :32 .8 17 7 u 100.0 100 .0 98 3 88.6 71.0 6U 1 49.3 36 .2 3 .. 0 2-4 ~t Yelklw. Clayey SAND with Gra~. SC A 7.2 30 14 . 100.0 100.0 100.0 8155 84.0 70.4 55.1 41 i 4 .0 _ 2·5 Tan, Lilllilstone A 5 . .0_ 8orlng terminatfld at 5. 5 fl after aug9r rr,fusal. No groundwater was encountered. A-2 Rodriguez Engineering Laboratories Project : Meacham l ntemalionaf Airport Location : South Tenant Ap ron Reconstruction Bore Log Data Boring No. 3 Boring Depth 5 fl. Water Level N / A Drill ing Method· ~ = ;-°,IJ9 ~ Date Drilled : 8/1812009 & 8/25/2009 -·-~--· ._ ... " Laboratory Classffication ~ ;i }01-~~~~~~~~~-,--=-~~~ ., z I Gloup ·0== :i v, Material Desaipllon S I ::!: 3-1 6" Very Liglh Ekown , Clayey GRAVEL wltn Sand . 3-2 Tan , Lime&!Qtle , lnlettledcled \Mlh thin dey layers . GC A A Attertlerg Moist in Limits Sieve An~is, Percent Passing Deplh Content f--..;;;;.~--1~-..---,-------,---,----,---,----i (rt} (%) LL Pl 3" I 7!8" I 3/4" I 3111' I Mo .4 ; No .10 1 No.40 I Nc:>.200 1 7 26 1 3 100.0 73 1 72.0 •9.9 39.5 31 6 24 3 18 .7 1.0_ 2 .0_ 3.0_ 4.0_ 5.0 Boring 16rminsl6d st 5 ft aftsr auger rrtfusaf. No groundwater was encountered A-3 ' l 1 J _J Rodriguez Engineering Laboratories Project Meacham International Airport Location: Sout h TenantApron Reconstruction Date Drilled 8/18/2009 ~I Depth (ft) Ji _ o.s _ 1.0 _t .5 lo labOralOry Classlflcat!on ~ :z: Material Desaiption Cl) -4-1 a· Very Ligth Brown . Clai,ey GAAVEL wilh Sand 4-2 Tan, Limastone. intert>edded wilh 1hin clay layers. I Group Symbol GC Bore Log Data Boring No. 4 ... "8 Mo,S111re Atterberg Limits ;i 5 content a :I (%) LL I Pl A 2.4 32 16 A 3• 100 0 Boring Depth: 1.5 ft . Water level: N / A Drilling Method: A :: Auger Sieve Analysts . Percent Pess ing Depth I 7/8· I 314" I 316" I No .4 I No.10 I No .40 I No . .200 (It) i l 77 .0 I 76 .7 56.5 43.3 3-47 25.8 18.6 0.5 _ 1 o _ 1.5 Boring t&tmirtat&d at 1. S fr after auger refr.Jsal. No grouoclwaler was encounter&d. A-4 / Rodriguez Engineering Laboratories Project: Meacham ln temational A irpo rt Location : South Tenant Apron Reconstructio n Date Drilled : 8/18/2009 ~1 Depth (ft) _os _1.0 1 5 ----·--.. ·.-. -~ .. Laboca tOI)' Classlflcatlon io .,z (I) Material Description 5-1 s· Very Ugth Brown , Clayey GRAVEL with Sand . 5-2 Tan. Llmes1one, lntetbedded with thin day layers. J Group 1 Symbol GC Bore Log Data Boring No. 5 ~'8 Moisturv Atlerberg Um lts "" <= Content ~j LL I (%) P l A 2.0 27 13 A 3• 1 100 .0 Boring tennineted at 1 5 fl after auger refusal. No groundwater was encountered. A·S Soring Depth: 1.5 ft . Water Level: ~ }, ~- D rilling Method : A = Aug_er Sieve A nalysis, Percent Passing Deplh 7(6" 1 314· I 31e· I No .4 I No.10 I No 40 No .200 (ft) 79.1 n .1 60.6 47.B 37 1 259 17.4 0.5_ 1.0_ 1.s_ • LEGEND OF TERMINOLOGY GW Well-Graded, gravel-sand mixtures. GRAVELS Clean Gravels mixtures, little or no fines More than half of Coarse L ittle or no Fines GP Poorly-Graded gravels, gravel-sand fraction is LARGER than m ixtures, little or no fines No. 4 Sieve Gravels with Fines GM Silty gravels, gravel-sand-silt Appreciable mixtures Amount of fines GC Clayey gravels, gravel-sand-clay Mixtures SW Well-Graded sands , gravely sands, SANOS Clean Sands litt1e or no fines More than half of Coarse Little or no Fines SP Poorly-Graded sands, 9ra11ely sands fraction is SMALLER than little or no fines No. 4 Sieve Sands with Fines SM Silty sands, sand-silt mixtures Appreciable Amount of fines SC Clayey sands, sand-clay mixtures ML Inorganic sills & very fine sands , rock flour, silty or clayey fine sands or clayey silts w/sliaht olasticitv SIL TS and CLAYS CL Inorganic clays of low to medium plasticity , gravely Liquid Limit LESS than 50 clays, sandy clays OL Organic silts & organic s ilty clays of low plasticity MH Inorganic silts, micoceous or diatomaceous fine sand or silty soils, elastic s i lts SILTS and CLAYS Liquid Limit GREATER than 50 CH Inorganic clays of high plasticity. fat clays OH Organic days of medium to high plasticity, organic silts Highty ORGANIC Soils Pl Peat & other highly organic soils J Legend of Symbols 'HMAC :Base & Clayey Gravel w/Sand Limestone A-7 '1 Appendix B: Proctor and CBR Data Meacham International Airport "South Tenant Apron Reconstruction" Fort Worth, Texas Proctor Chart for CBR Sample No. 1 Laboratory No: RE09-1089 Compactive Effort ASTM D 698 Material Type: Subgrade Maximum Density (pcf): 95.0 ------ Sample Location: Borings No. 1 & 2 Optimum Moisture (%): 24.5 Specimen No. 1 2 3 4 s % Water Added 8.0 10.0 12.0 14.0 - Net Wt Of Specimen & Mold (g) 6463.1 6644.2 6731 .1 6675.1 - Tare Wt. Of Mold (g) 2701.0 2701 .0 2701 .0 2701 .0 - Wet wt. Of Specimen (lb} 8.294 8 .693 8 .8 85 8 .761 - Volume of Specimen (ft3) 0.0750 0.0750 0 .0750 0 .0750 - Wet Density of Specimen (pct) 110 .6 115.9 118 .5 116.8 - Guesstimated Dry Density (pcf) 102.4 105.4 105.8 102.5 - Wet Wt . Of Specimen & Pan (g} 1654.8 1613.5 1699.2 1617.1 - Dry Wt. Of Specimen & Pan (g) 1465.0 1421.6 1481 .1 1362.9 - Tare Wt. Of Pan (g) 575.2 600.2 604.1 442.0 - Wt Of Water {g) 189.8 191 .9 218.1 254 .2 - Ory wt. Of Material (g) 889.8 821 .4 877.0 920 .9 - Total% Moisture of Specimen 21.3 23 .4 24.9 27.6 - Ory Oen$ity of Specimen (pcf) 91.1 94.0 94.9 91.5 - Dry Density vs. Moiature content ~ a 93.5 1 -,..~ ....... ,-+-....-1--,....,....,r-Hc+."'""""'+.; j ! ~ 92.5 i-;...-++1---·'4-1--;.<;,-:..J.. 0 90.5 ~ ............ ...;.. ....... ;..;..'-!..~'-'-'--i~-"....:...;..:..:. ....... ..:..:..;..;. ............ ....,..:.....;...:..;..._:.....:......---'--'--'..;..;....;..;.......,_....:...;..:..:...:...;...i 21 .0 22.0 23.0 240 25.0 2l!.O 27.0 28.0 Moisture Content,(%) --------·---- 8-1 r l ' l J Meacham International Airport "South Tenant Apron Reconstruction" Fort Worth, Texas CBR Chart for Sample No. 1 Laboratory No: RE09-1089 Com pactive Effort ASTM D 698 Materials Engineer: __ O_sca_r_H_. _R_od_n..,.·g'""ue_z_,_._P_.E_. _ Maximum Density (pcf): 95.0 Sample Location: Borings No. 1 & 2 Optimum Molstu~ (%): 24.5 Specimen No. 1 2 3 No . of Blows 10 Blows 25 Blows 56 Blows Net Wt. Of Spec.& Mold (g) 7497 .5 7910.2 8244.2 Tare Wt. Of Mold (g) 4217 .3 4234.2 4225.1 Wet Wt. Of Specimen (lb) 7.232 8 .104 8.861 Volume of Specimen {ft3 ) 0 .0750 0.0750 0 .0750 Wet Density of Spec.(pcf) 96.4 108.1 118 .1 Wet Wt. of Spec.& Pan {g) 1444.1 1444.1 1444.1 Dry Wt. Of Spec. & Pan (g) 1288 .0 1288.0 1288.0 Tare Wt. Of Pan (g) 600.8 600.8 600.8 wt. Of Water (g) 156.1 156.1 156.1 Dry Wt. Of Material (g) 6B7 .2 687.2 687 .2 Total % Moisture of Spec. 22.7 22.7 22.7 Target % Moisture of Spec. 24.5 24.5 24.5 Dry Density of Spec. (pcf) 78.6 88 .1 96 .3 10 blows/lift 25 bfowslljft 56 blow9Alft Penetration Load (in) (lb) 0.025 8.6 Stress (psi) 2.9 0.050 16.6 5.5 --··-. 0. 075 20 .8 6.9 --· -------.....-............ _.__ ___ ~ .__. --·-·--·- 0.100 23.6 7.9 ---·------·--·---· 0.125 24 .8 8.3 0.150 27.0 9.0 ----------_; _____ ------- 0.175 26.2 8 7 ---·-·-· ---------_., 0.200 28 .3 9.4 0.300 37.3 12.4 0.400 0 .500 48.7 55.3 16.2 18.4 PMetration Loed Stress (In) {lb) (p&i) 0.025 24.4 8 .1 0 .050 44 .7 14.9 --·----· .. -... ·---- 0 .075 55.7 18 .6 -----... 0.100 6-4.3 2 1 4 -----·------· 0 .125 72.9 24.3 -------~----~ ··---·-..... "' ... -- 0.150 80.9 27. 0 0 .175 87,1 29 .0 •J ------__ .., ____ --···--·-----_,._ --------· 0.200 97.0 32.3 -------.. ·-_,__,., ___ 0 .300 122.1 40.7 ------ 0 .400 140.5 46.8 ··---· -------- 0.500 151.6 50.5 B-2 PenetraUon load Stress (in) (lb) {psi) 0.025 M.3 28.1 -------·· ------- 0.050 111.9 37 3 ----_____ ... -· O.D75 136.7 45 .6 0.1 00 156.9 52 3 --------· ................. _ ..... ·-·--··--· 0125 173.2 57.7 -~-------·---·-----·--..... ---·-· ·-__ ._ __ , ____ 0 .150 181.1 60.4 ··--· ------·----·-.. 0 .175 189.9 63.3 __ ,.._;_ -· -·-~~·~--------- 0 .200 201 .2 671 ----·---·--- 0 .300 231.6 n2 -· 0 .400 259.6 865 ~-·---~---- 0 .500 286.4 95.5 Meacham International Airport "South Tenant Apron Reconstruction" Fort Worth, Texas CBR Chart for Sample No. 1 10 Blowsmft. CB R 1 25 Blowsnift. CBR1 so------------------, Penetration, (In) Ory Density @ 10 Blows/lift (pcf) = 78 .6 CBRo.,oo = I z._a /1000)x 100.., ~ CBRo.200"" ( M /1500) x 100;; ~ UseCBR• 0.71 56 Blows/lift, CBR 1 100 ISO _LJ_ _!_l I+t=I=±i l I ' I ' I •-LLL -H--j-U I ! T•-i : • ! I I I 1 _ I ; I I I I ! 60 I I . .,.. ! l I I ' I I I I ,,; f -40 oi 20 I ... I I I ! I I I i I I "' , I I I I I I ' , I I I I I I I i : -+ I I I I I I ' I I I I I I ! 0 I I I I I I I ' i . I I 0 0 .1 0.2 0.3 C.4 Penetration, (I n) Ory Density@ 56 Blows/lift (pcf) = 96.3 CBRo.1oo=t 52.3 /1000)x100= 5.23 CBRo.200 = I fil /1500)x 100 • 4.47 I I I I . i I I I I 0.5 j I i I I I I I I L ' I : 0.6 t ! I ___ J UseCBR• <4.85 so 1-i-+---'--'--i'--'---"---'---;---+--+-+---'---l !~---'-~-~~-~-~~~~c-+-- i : t-t--'--+--·----,.------+--,-+----c- oj 10 0 1 C2 o.i 1\.4 0.5 0 .6 Penetration, (In) Ory Density@ 25 Blows/lift (pcf) • ~ CBRo .,oo = I 21 .4 /1000) x 100 = ~ CBRo.200 = I 32.3 11500) X 100 " ZJ.§ UseCBR• 2.15 ----- Dry Oensitv v. CBR 1 5.0 4.0 i 3 .0 u 2 .0 1.0 0 .0 7S 80 Dry Density, (pcf} Design CSR @ 95 °4 Max. Dry Density = 2.9 B-3 Meacham International Airport "South Tenant Apron Reconstruction" Fort Worth, Texas The University of Texas at Austin, Bureau of Economic Geology, Geological Atlas of Texas, Dallas Sheet, 1972, Revised 1988. C-1 Note: Boring locations are approximate. Rodrieuu Encillttriag uboratories Jacobs Engineering Group, Inc. """-Meacham International Airport Boring Locations B-1 to B-5 Date: 9/09/09 Scale: NIA PLATE C-2 1 Rigid Pavement Design For Airport Name: Meacham International Airport Associated City: Fort Worth, Texas Project: South Tenant Apron Reconstruction Project Number. TxDOT CSJ No. 0502MEACH Program Date 04/30/04 AC Method Date : 7/30/2009 New Pavement Section Required 7.3 PCC Thickness Stabilized Subbase ls Not Req11ired 650 psi New Concrete Flexural Strength 0.0 Stabili2ed Base 6.0 Subbase 0.0 Non-Frost Layer (free draining material) Overlay Sections NI A Asphalt Overlay Thickness NI A Unbonded PCC witbout leveling course NI A Unbonded PCC witb leveling course NI A Bonded PCC Frost Considerations (for new pavement section) Dry Unit Weight of Soil (lb/cf) 100 Degree Days °F 250 Soil Frost Code Non-Frost Frost Depth Penetration (in) 22.53 k value on top of stabilized layer 78 k value on top of subbase layer 78 Original subgrade k value 55 Design Aircraft Information SINGLE WH-30 30000lbs 3,500 Gross Aircraft Weight Equivalent Annual Departures See Appendix 5 to AC 150/5320-6D for application of this software. large Aircraft Pora{lel to Joints (standard design) NIA Existing Slab Thickness NI A PCC needed for existing section N/ A Existing Stabilized Subbase N/ A Existing Aggregate Subbase N/A Existing Slab Flexural Strength NIA F-Factor used in design N/A Cr Factor NIA Cb Factor Subgrade k-value was not modified for frost 20 Design Life (years) Meacham International Airport Fort Worth, Texas AIPNumber TxDOT CSJ No. 0502MEACH AC Method 7/30/2009 South Tenant Ap_ron Reconstruction C'• ~ 0 Design Aircraft -/--1 ~ Additional aircraft ~ n n n INPUT VALUES ~ Q C 'O ·s.!6 ::I ('I 0 ..., ~ li:I ~ e Cl)~ o-·u ·= I< <. SINGLE WH-30 None None ... ... ... ~ lt: 0 0 f--o ~; ~ ; 30,000 0 0 f ]~ [i:! & <Q 3,500 0 0 Oil .5 ~ I : 1--.-. ...,, !a~ ~ ~~ i 110.951, 010.00 oa o.oo £ '1:1 .... ,u 0 ~ "' a ~ ,u, ~ e bl) g -~ [l :SJ .g o_i' 30,ooot; 3,500f:" 0 01: v <t:: ~ e ~ !:! -0 ·-Q .. -..... :::, 0 c.. -0 E "' 0 0 u ..J 14,250 0 .;; <.-~ E o ~ r;;; n ·-"' ... < • :, i:: .2:: la Qlj. 6-g, "ii I.I.I -0 "Cl J.5oot o··· ...________ ~--0 0 0 0 ,-.. -.. ~-. n None • 0 ( 0 0.00 0 O O O I n None ,.. .. ... .. 0 c° ·-0 0.00 . 0 0 --··--·-o ~--·---·······-o ·--~ t:Jone • .. ____ o C O 0.00 0 0 0 _' --~ In None • o c o o.oo o o o o n None .. --o -··c ·· o o.oo · o o o ·o None • 0 C O 0.00 0 0 0 0 None • 0 C O 0.00 0 0 0 0 --! None j • 1-0 C ~-:~~ ~ ~----~ .. ---. -~• _ _ 0 .. O O None • 0 C O 0.00 0 0 0 0 t n Nooe • 0 ( 0 0.00 0 0 0 0 -.. ..• . .• ------·-·--·-··--"·-·· ....... --·-I None • 0 ( 0 0.00 0 0 0 0 None • • --0 ( 0 0.00 0 -· U O 0 None • 0 ( ,. 0 0.00 0 0 0 0 . None • 0 0 ·o ·o-.-Oo -. -0 0 0 0 ;....i None • ·--.. 0 0 -·-011 o.oor .. . oi . OI OI 0 ---__ s:: : : t--H~------! : : : n I None Equivalent Annual Departures of the SINGLE WH-30 3,500 U.S. Department of Transportation Federal Aviation Administration Subject: OPERATIONAL SAFETY ON AIRPORTS DURING CONSTRUCTION 1. THE PURPOSE OF THIS ADVISORY CIRCULAR (AC). Aviation safety is the primary consideration at airports, especially during construction. This AC sets forth guidelines for operational safety on airports during construction . It contains major changes to the following areas : "Runway Safety Area," paragraph 3-2; "Taxiway Safety Areas/Object-Free Areas," paragraph 3-3; "Overview," paragraph 3-4; "Marking Guidelines for Temporary Threshold," paragraph 3-5 ; and "Hazard Marking and Lighting," paragraph 3-9. 2. WHAT THIS AC CANCELS. This AC cancels AC 150/5370-2D, Operational Safety on Airports During Construction, dated May 31, 2002. 3. READING MATERIAL RELATED TO THIS AC. Appendix l contains a list of reading materials on airport construction, design , and potential safety hazards during construction, as well as instructions for ordering these documents. Many of them, including this AC, are available on the Federal Aviation Administration (FAA) Web site. DA vm L. BENNETT Director, Office of Airport Safety and Standards Advisory Circular Date: 1/17/03 Initiated by: AAS-300 AC No: 150/5370-2E Change: 4. WHO THIS AC AFFECTS. This AC assists airport operators in complying with 14 Code ofFederal Regulations (CFR), part 139, Certification and Operation: Land Airports Serving Certain Air Carriers, and with the requirements of airport construction projects receiving funds under the Airport Improvement Program or from the Passenger Facility Charge Program. While the FAA does not require noncertificated airports without grant agreements to adhere to these guidelines, we recommend that they do so as it will help these airports maintain a desirable level of operational safety during construction. 5. ADDITIONAL BACKGROUND INFORMATlON. Appendix 2 contains definitions of terms used in this AC. Appendix 3 provides airport operators with boilerplate format and language for developing a safety plan for an airport construction project. Appendix 4 is a sample Notice to Airmen form. 6. HAZARD LIGHTING IMPLEMENTATION TIME LINE. Supplemental hazard lighting must be red in color by October I, 2004 . See paragraph 3-9 for more information. l l l " l , I J J 1117103 AC 15JJl 537G -Z c. CONTENTS Paragraph CHAPTER 1 . GENERAL SAFETY REQUIREMENTS AND RESPONSIBtlfflES ................................................. 1 l-1. O verv tew .................................................................................................................................................... , ............. I l -2 . \V ho ls Re sponsib le for Safety Duri ng Construe.t i on ............................................................................................... l CHAPTER 2. SAFETY PLANS ................................................................................................................................ 3 Section 1. Basic Safety Plan Considerati ons ........................................................................................................ 3 2·l . Overview ........................................................................................... , .............. , ......................................................... 3, 2-2. Safety PI.an Check!ist. ............................................................................................................................................... 3 Section 2 . Safety and Security Measures ....... -. ....................................................................................................... 4 2-3. Ove rview ..................................................................................................................................................................... 4 2-4 . Veh icl e Operati on and Marking an d Pedestr ian Contro l. ........................................................................................ .4 2~5 . Construction Employee Parki ng Areas ...................................................................................................................... 5 2-6. Construction Ve.hide Equipment Parking ................................................................................................................ 5 2-7 . Radio Com munk,alion Tr ain ing .......................................................................................................................... -.... 5 2-8 . Fen cing and Gates ..................................................................................................................... ., ............................. 5 Secti--on 3. Notfficati:on of Construction Activities .................................................................................................... 5 2-9. 2-10 . 2-11. 2·12. 2-13. 2-14 . General. .................................................................................................................................................................... 5 Assuring Prompr~otifications ....................... ,. ......................................................................................................... 6 Notices to A i rmen (N OTAMs) ...................................... , ............................................................................................ 6 Ai rcraft Rescue and Fire Fight ing (ARFF) Notifi ca tion ........................................................................................... 6 Notification to the FAA ............................................................................................................................................. 6 Work Scheduling and Accomplishment. .................................................................................................................... 6 CHAPTER 3 . SAFETY STANDARDS AND GUIIDEUNES .......................................................................... -...•. _ .•. 7 Section 1. Runway and Taxiway Safety A r eas, Obstacle-Free Zones, and Obj,ect-free Areas ...................... 7 3-1. Overview .............................................................................................................................. , .......................................... 7 3-2. Runway Safety Area (RSAVOhs tacle•f'ree 2-0ne (OFZ) ........................................................................................... 7 3·3 . Taxiway Safety Areas/Objec t-Free Areas .................................................................................................................. 7 Section 2. Temporary Runway Th resholds .................................................................. ,., ........................................... 8 3-4 . Overview ............. .,. ............................................................................................................................ m ................... 8 3-5. Marking Guidelines for Temporary Threshold ......................................................................................................... 8 3-6 . L igh ti ng Guidel ines for Tem porary Thresho[d ......................................................................................................... 9 Section 3. Other Construction Marking and Ughting Activities .......................................... , ........................... 10 3-7 . Overvi ew ................................................................................................................................................................ 10 3-8. Closed Runway and Tax lwa)' Marking and L ighting ................................................................................................... 10 3-9 . Haz.ard Mark[ng and Lighting ................................................................................................................................ 10 3 -10. Construction Near Navigational Aids (NA VA!Ds) ................................................................................................ II 3 -1 L Construction Sit e Acce ss and Hau l Roads ............................................................................... , ................................. , 11 3-12. Construction Mater ia l Stockpiling .......................................................................................................................... 11 3-13. Other Limitations on Co nstniction , ........................................................................................................................... 11 3-14. Foreign Object Debr is (FOO) Management .................................................................................................. , .......• l 2 Section 4. Safety Hazards and Impacts ......................................................................... ~ ................................... 12 3-l 5. Ov erview ................................................................................................................................................................. l2 iii l l ' 1 . j . J ' 1 J AC 150/5370-2E 1/17/03 Appendices APPENDIX I . RELATED READrNG MATERIAL ................. -................................................................................. A-1 APPENDIX 2. DEFINITIONS OF TERMS USED IN THE AC .................................................................................. A-2 APPENDIX 3 . AIRPORT CONSTRUCTION SAFETY PLANNING GUIDE .............................................................. A-3 APPENDIX 4. SAMPLE NOT AM ............................................................................................................................ A-7 -1 - l iv 1117/03 AC 150/5370-2E CHAPTER 1. GENERAL SAFETY REQUIREMENTS AND RESPONSIBILITIES 1-1. OVERVIEW. Hazardous practices and marginal conditions created by construction activities can decrease or jeopardize operational safety on airports . To minimize disruption of normal aircraft operations and to avoid situations that compromise the airport's operational safety, the airport operator must carefully plan, schedule, and coordinate construction activities. While the guidance in this AC is primarily used for construction operations, some of the methods and procedures described may also enhance day- to-day maintenance operations. 1-2. WHO IS RESPONSIBLE FOR SAFETY DURING CONSTRUCTION. An airport operator has overall responsibility for construction activities on an airport. This includes the predesign, design, preconstruction, construction, and inspection phases . Additional information on these responsibilities can be found throughout this AC. a. Airport operator's responsibilities- (1) Develop internally or approve a construction safety plan developed by an outside consultant/contractor that complies with the safety guidelines in Chapter 2, "Safety Plans," and Appendix 3, "Airport Construction Safety Planning Guide," of this AC. (2) Require contractors to submit plans indicating how they intend to comply with the safety requirements of the project. (3) Convene a meeting with the construction contractor, consultant, airport employees, and, if appropriate, tenant sponsor to review and discuss project safety before beginning construction activity . (4) Ensure contact information is accurate for each representative/point of contact identified in the safety plan . (5) Hold weekly or, if necessary, daily safety meetings to coordinate activities. {6) Notify users, especially aircraft rescue and fire fighting (ARFF) personnel, of construction activity and conditions that may adversely affect the operational safety of the airport via Notices to Airmen (NOTAMs) or other methods, as appropriate. Convene a meeting for review and discussion if necessary . (7) Ensure that construction personnel know of any applicable airport procedures and of changes to those procedures that may affect their work. (8) Ensure that construction contractors and subcontractors undergo training required by the safety plan . (9) Develop and/or coordinate a construction vehicle plan with airport tenants, the airport traffic control tower (A TCT), and construction contractors. Include the vehicle plan in the safety plan . See Chapter 2, section 2, of this AC for additional information . (10) Ensure tenants and contractors comply with standards and procedures for vehicle lighting, marking, access, operation, and communication . (11) At certificated airports, ensure that each tenant's construction safety plan is consistent with 14 CFR part 139, Certification and Operations: Land Airports Serving Certain Air Carriers. (12) Conduct frequent inspections to ensure construction contractors and tenants comply with the safety plan and that altered construction activities do not create potential safety hazards. (13) Resolve safety deficiencies immediately. (14) Ensure construction access complies with the security requirements of 49 CFR part 1542, Airport Security. (15) Notify appropriate parties when conditions exist that invoke provisions of the safety plan (e.g., implementation oflow-visibility operations). b. Construction contractor's responsibilities- (1) Submit plans to the airport operator on how to comply with the safety requirements of the project. (2) Have available a copy of the project safety plan. (3) Comply with the safety plan associated with the construction project and ensure that construction personnel are familiar with safety procedures and regulations on the airport. ( 4) Provide a point of contact who will coordinate an immediate response to correct any construction-related activity that may adversely affect the operational safety of the airport. (5) Provide a safety officer/construction inspector familiar with airport safety to monitor construction activities . (6) Restrict movement of construction vehicles to construction areas by flagging and barricading, erecting temporary fencing, or providing escorts, as appropriate. .. -l ; . l . l . { AC 150/5370-2E (7) Ensure that no construction employees, employees of subcontractors or suppliers , or other persons enter any part of the air operations areas (AOAs) from the construction site unless authorized . c. Tenant's responsibilities if planning construction activities on leased property- (1) Develop a safety plan, and submit it to the airport operator for approval prior to issuance of a Notice to Proceed . (2) Provide a point of contact who will coordinate an immediate response to correct any 2 1/17/03 construction-related activ ity that may adversely affect the operational safety of the airport. (3) Ensure that no tenant or construction employees, employees of subcontractors or suppliers, or any other persons enter any part of the AOA from the construction site unless authorized. (4) Restrict movement of construction vehicles to construction areas by flagg ing and barricading or erect ing temporary fencing. 1/17/03 AC 150/5370-2E CHAPTER 2. SAFETY PLANS Section 1. Basic Safety Plan Considerations 2-1. OVERVIEW. Airport operators should coordinate safety issues with the air carriers, FAA Airway Facilities, and other airport tenants before the design phase of the project . The airport operator should identify project safety concerns, requirements, and impacts before making arrangements with contractors and other personnel to perform work on an airport. These safety concerns will serve as the foundation for the construction safety plan and help maintain a high level of aviation safety during the project. The airport operator should determine the level of complexity of the safety plan that is necessary for each construction project and its phases. The safety plan may be detailed in the specifications included in the invitation for bids, or the invitation for bid may specify that the contractor develop the safety plan and the airport operator approve it. In the latter case, the invitation for bid should contain sufficient information to allow the contractor to develop and determine the costs associated with the safety plan. In either case, safety plan costs should be incorporated into the total cost of the project. The airport operator has final approval authority and responsibility for all safety plans. Coordination will vary from formal predesign conferences to informal contacts throughout the duration of the construction project. Details of a specified safety plan, or requirements for a contractor-developed safety plan, should be discussed at the predesign and preconstruction conferences and should include the following, as appropriate: a. Actions necessary before starting construction, including defining and assigning responsibilities . b. Basic responsibilities and procedures for disseminating instructions about airport procedures to the contractor's personnel. c. Means of separating construction areas from aeronautical-use areas. d. Navigational aid (NA VAID) requirements and weather. e. Marking and lighting plan illustrations . f. Methods of coordinating significant changes in airport operations with all the appropriate parties. 2-2. SAFETY PLAN CHECKLIST. To the extent applicable, the safety plan should address the following : a. Scope of work to be performed , including proposed duration of work. b. Runway and taxiway marking and lighting . c. Procedures for protecting all runway and taxiway safety areas, obstacle-free zones (OFZs), object-free areas (OF As), and threshold citing criteria outlined in AC 150/5300-13, Airport Design, and as described in this AC . This includes limitations on equipment height and stockpiled material. d. Areas and operations affected by the construction activity, including possible safety problems . e. NA V AIDs that could be affected, especially critical area boundaries. r. Methods of separating vehicle and pedestrian construction traffic from the airport movement areas. This may include fencing off construction areas to keep equipment operators in restricted areas in which they are authorized to operate. Fencing, or some other fonn of restrictive barrier, is an operational necessity in some cases. g. Procedures and equipment, such as barricades (identify type), to delineate clQsed construction areas from the airport operational areas, as necessary. h. Limitations on construction . i. Required compliance of contractor personnel with all airport safety and security measures. j. Location of stockpiled construction materials, construction site parking, and access and haul roads . k. Radio communications . I. Vehicle identification. m. Trenches and excavations and cover requirements . 3 -, AC 150/5370-2E n. Procedures for notifying ARFF personnel if water lines or fire hydrants must be deactivated or if emergency access routes must be rerouted or blocked . o. Emergency notification procedures for medical and police response. p. Use of temporary visual aids . q. Wildlife management. r. Foreign object debris (FOD) control provisions. s. Hazardous materials (HAZMA T) management. t. NOT AM issuance. u. Inspection requirements . v. Procedures for locat ing and protecting existing underground utilities, cables, wires, pipelines, and other underground facilities in excavation areas. 1/17/03 w. Procedures for contacting responsible representatives/points of contact for all involved parties . This should include off-duty contact information so an immediate response may be coordinated to correct any construction-related activity that could adversely affect the operational safety of the airport . Particular care should be taken to ensure that appropriate Airways Facilities personnel are identified in the event that an unanticipated utility outage or cable cut occurs that impacts FAA NA V A1Ds . x. Vehicle operator training . y. Penalty provisions for noncompliance with airport rules and regulations and the safety plan (e .g., if a vehicle is involved in a runway incursion). z. Any special conditions that affect the operation of the airport and will require a portion of the safety plan to be activated (e .g ., low-visibility operations, snow removal). Section 2. Safety and Security Measures 2-3. OVERVIEW. Airport operators are responsible for closely monitoring tenant and construction contractor activity during the construction project to ensure continual compliance with all safety and security requirements . Airports subject to 49 CFR part 1542 , Airport Security, must meet standards for access control, movement of ground vehicles, and identification of construction contractor and tenant personnel. In addition , airport operators should use safety program standards, as described in Chapter 3 of this AC, to develop specific safety measures to which tenants and construction contractors must adhere throughout the duration of construction activities. General safety provisions are contained in AC 150/5370-10, Standards for Specifying Construction of Airports, paragraphs 40-05, "Maintenance of Traffic"; 70-08, "Barricades, Warning Signs, and Hazard Markings"; and 80-04, "Limitation of Operations." At any time during construction, aircraft operations, weather, security, or local airport rules may dictate more stringent safety measures . The airport operator should ensure that both general and specific safety requirements are coordinated with airport tenants and A TCT personnel. The airport operator should also include these parties in the coordination of all bid documents, construction plans, and specifications for on-airport construction projects . 4 2-4. VEHICLE OPERATION AND MARKING AND PEDESTRIAN CONTROL. Vehicle and pedestrian access routes for airport construction projects must be controlled to prevent inadvertent or unauthorized entry of persons, vehicles, or animals onto the AOA . This includes aircraft movement and nonmovement areas. The airport operator should develop and coordinate a construction vehicle plan with airport tenants, contractors, and the ATCT. The safety plan or invitation for bid should include specific vehicle and pedestrian requirements. The vehicle plan should contain the following items: a. Airport operator's rules and regulations for vehicle marking, lighting, and operation. b. Requirements for marking and identifying vehicles in accordance with AC 150/52 I0-5, Painting, Marking, and lighting of Vehicles Used on an Airport. c. Description of proper vehicle operations on movement and nonmovement areas under nonnal, lost communications, and emergency conditions. d. Penalties for noncompliance with driving rules and regulations. e. Training requirements for vehicle drivers to ensure compliance with the airport operator's vehicle rules and regulations . f. Provisions for radio communication training for construction contractor personnel engaged in construction activities around aircraft movement areas. Some drivers, 1/17/03 such as construction drivers under escort, may not require this training . g. Escort procedures for construction vehicles requiring access to aircraft movement areas. A vehicle in the movement area must have a working aviation-band, two-way radio unless it is under escort. Vehicles can be in closed areas without a radio if the closed area is properly marked and lighted to prevent incursions and a NOT AM regarding the closure is issued. h. Monitoring procedures to ensure that vehicle drivers are in compliance with the construction vehicle plan . i. Procedures for, if appropriate, personnel to control access through gates and fencing or across aircraft movement areas. 2-5. CONSTRUCTION EMPLOYEE PARKING AREAS. Designate in advance vehicle parking areas for contractor employees to prevent any unauthorized entry of persons or vehicles onto the airport movement area. These areas should provide reasonable contractor employee access to the job site. 2-6. CONSTRUCTION VEHICLE EQUIPMENT PARKING. Construction employees must park and service all construction vehicles in an area designated by the airport operator outside the runway safety areas and OFZs and never on a closed taxiway or runway. Employees should also park construction vehicles outside the OF A when not in use by construction personnel (e.g., overnight, on weekends, or during other periods when construction is not active). Parking areas must not obstruct the clear line of sight by the A TCT to any taxiways or runways under air traffic control nor obstruct any runway visual aids, signs, or navigational aids. The FAA must also study those areas to determine effects on 14 CFR part 77, Objects Affecting Navigable Airspace, surfaces (see paragraph 2-13 for further information). 2-7. RADIO COMMUNICATION TRAINING. The airport operator must ensure that tenant and construction contractor personnel engaged in activities involving unescorted operation on aircraft movement AC 150/5370-2E · areas observe the proper procedures for communications, including using appropriate radio frequencies at airports with and without A TCTs. Training of contractors on proper communication procedures is essential for . maintaining airport operational safety. When operating vehicles on or near open runways or taxiways, construction personnel must understand the critical importance of maintaining radio contact with airport operations, A TCT, or the Common Traffic Advisory Frequency, which may include UNICOM, MULTICOM, or one of the FAA Flight Service Stations (FSS), as directed by airport management. Vehicular traffic crossing active movement areas must be controlled either by two-way radio with the ATCT, escort, flagman, signal light, or other means appropriate for the particular airport. Vehicle drivers must confirm by personal observation that no aircraft is approaching their position when given clearance to cross a runway . In addition, it is the responsibility of the escort vehicle driver to verify the movement/position of all escorted vehicles at any given time. Even though radio communication is maintained, escort vehicle drivers must also familiarize themselves with A TCT light gun signals in the event of radio failure (see the FAA safety placard "Ground Vehicle Guide to Airport Signs and Markings"). This safety placard may be ordered through the Runway Safety Program Web site at http://www.faarsp.org or obtained from the Regional Airports Division Office. 2-8. FENCING AND GATES. Airport operators and contractors must take care to maintain a high level of safety and security during construction when access points are created in the security fencing to permit the passage of construction vehicles or personnel. Temporary gates should be equipped so they can be securely closed and locked to prevent access by animals and people (especially minors). Procedures should be in place to ensure that only authorized persons and vehicles have access to the AOA and to prohibit "piggybacking" behind another person or vehicle. The Department of Transportation (DOT) document DOT/FAA/AR-00/52, Recommended Security Guidelines for Airport Planning and Construction, provides more specific infonnation on fencing. A copy of this document can be obtained from the Airport Consultants Council, Airports Council International, or American Association of Airport Executives. Section 3. Notification of Construction Activities 2-9. GENERAL. In order to maintain the desired levels of operational safety on airports during construction activities, the safety plan should contain the notification actions described below . 5 J AC 150/5370-2E 2-10. ENSURING PROMPT NOTIFICATIONS. The airport operator should establish and follow procedures for the immediate notification of airport users and the FAA of any conditions adversely affecting the operational safety of an airport . 2-11. NOTICES TO AIRMEN (NOT AMS). The airport operator must provide information on closed or hazardous conditions on airport movement areas to the FSS so it can issue a NOT AM . The airport operator must coordinate the issuance , maintenance , and cancellation of NOTAMs about airport conditions resulting from construction activities with tenants and the local air traffic facility ( control tower, approach control, or air traffic control center. Refer to AC 150/5200-28, Notices to Airmen (NOTAMs)for Airport Operators, and Appendix 4 in this AC for a sample NOT AM form . Only the FAA may issue or cancel NOTAMs on shutdown or irregular operation of FAA-owned facilities. Only the airport operator or an authorized representative may issue or cancel NOT AMs on airport conditions. (The airport owner/operator is the only entity that can close or open a runway .) The airport operator must file and maintain this list of authorized representatives with the FSS . Any person having reason to believe that a NOT AM is missing, incomplete , or inaccurate must notify the airport operator. 2-12. AIRCRAFT RESCUE AND FIRE FIGHTING (ARFF) NOTIFICATION. The safety plan must provide procedures for notifying ARFF personnel, mutual aid providers , and other emergency services if construction requires shutting off or otherwise disrupting any water line or fire hydrant on the airport or adjoining areas and if contractors work with hazardous material on the airfield . Notification procedures must also be developed for notifying ARFF and all other emergency personnel when the work performed will close or affect any emergency routes . Likewise, the procedures must address appropriate notifications when services are restored. 2-13. NOTIFICATION TO THE FAA. For certain airport projects , 14 CFR part 77 requires notification to the FAA. In addition to applications made for Federally funded construction, 14 CFR part 157, Notice of Construction, Alteration, Activation, and 6 1/17/03 Deactivation of Airports , requires that the airport operator notify the FAA in writ ing whenever a non-Federally funded project involves the construction of a new airport ; the construction, real igning, altering, act ivating , or abandoning of a runway, landing strip, or associated taxiway ; or the deactivation or abandoning of an entire airport. Notification involves submitting FAA Form 7480-1, Notice o f Land ing Area Proposal , to the nearest FAA Regional Airports Div ision Office or Airports District Office . Also, any person proposing any k ind of construction or alteration of objects that affect navigable airspace, as defined in 14 CFR part 77 must notify the FAA. This includes construction equipment and proposed parking areas for this equipment (i .e ., cranes, graders, etc.). FAA Form 7460-1, Notice of Proposed Construction or Alteration, can be used for this purpose and submitted to the FAA Regional Airports Division Office or Airports District Office. (See AC 70/7460-2, Proposed Construction or A Iteration of Objects that May Affect the Navigable A irspace.) If construction operations require a shutdown of an airport owned NA VAID from service for more than 24 hours or in excess of 4 hours daily on consecutive days, we recommend a 45-day minimum notice prior to facility shutdown. Coordinate work for a FAA owned NA VAID shutdown with the local FAA Airways Facilities Office. In addition, procedures that address unanticipated utility outages and cable cuts that could impact FAA NAV Aills must be addressed. 2-14. WORK SCHEDULING AND ACCOMPLISHMENT. Airport operators--or tenants having construction on their leased properties-should use predesign, prebid, and preconstruction conferences to introduce the subject of airport operational safety during construction (see AC 150/5300-9, Predesign, Prebid, and Preconstruction Conferences/or Airport Grant Projects). The airport operator, tenants , and construction contractors should integrate operational safety requirements into their planning and work schedules as early as practical. Operational safety should be a standing agenda item for discussion during progress meetings throughout the project. The contractor and airport operator should carry out onsite inspections throughout the project and immediately remedy any deficiencies , whether caused by negligence, oversight, or project scope change . 11 17/03 AC 150/5370-2E CHAPTER 3. SAFETY STANDARDS AND GUIDELINES Section 1. Runway and Taxiway Safety Areas, Obstacle-Free Zones, and Object-Free Areas 3-1. OVERVIEW. Airport operators must use these safety guidelines when preparing plans and specifications for construction activities in areas that may interfere with aircraft operations. The safety plan should recognize and address these standards for each airport construction project. However, the safety plan must reflect the specific needs of a particular project, and for this reason, these safety guidelines should not be incorporated verbatim into project specifications . For additional guidance on meeting safety and security requirements, refer to the planning guide template included in Appendix 3 of this AC. 3-2. RUNWAY SAFETY AREA (RSA)/ OBSTACLE-FREE ZONE (OFZ). A runway safety area is the defined surface surrounding the runway prepared or suitable for reducing the risk of damage to airplanes in the event of an undershoot, overshoot, or excursion from the runway (see AC 150/5300-13 , Airport Design). Construction activities within the standard RSA are subject to the following conditions : a. Runway edges. (1) No construction may occur closer than 200 feet (60m) from the runway centerline unless the runway is closed or restricted to aircraft operations, requiring an RSA that is equal to the RSA width available during construction, or 400 feet, whichever is less (see AC 150/5300-13, Tables 3-1 through 3-3). (2) Personnel , material, and/or equipment must not penetrate the OFZ, as defined in AC I 50/5300- 13. (3) The airport operator must coordinate the construction activity in the RSA as permitted above with the A TCT and the FAA Regional Airports Division Office or appropriate Airports District Office and issue a local NOT AM. b. Runway ends. (1) An RSA must be maintained of such dimensions that it extends beyond the end of the runway a distance equal to that which existed before construction activity, unless the runway is closed or restricted to aircraft operations for which the reduced RSA is adequate (see AC 150/5300-13). The temporary use of declared distances and/or partial runway closures may help provide the necessary RSA . In addition, all personnel , materials, and/or equipment must remain clear of the applicable threshold siting surfaces, as defined in Appendix 2, "Threshold Siting Requirements," of AC 150/5300-13 .1 Consult with the appropriate FAA Regional Airports Division Office or Airports District Office to determine the appropriate approach surface required. (2) Personnel, material, and/or equipment must not penetrate the OFZ, as defined in AC 150/5300- 13 . (3) The safety plan must provide procedures for ensuring adequate distance for blast protection, if required by operational considerations. (4) The airport operator must coordinate construction activity in this portion of the RSA with the A TCT and the FAA Regional Airports Division Office or appropriate Airports District Office and issue a local NOTAM . c. Excavations . (1) Construction contractors must prominently mark open trenches and excavations at the construction site with red or orange flags , as approved by the airport operator, and light them with red lights during hours of restricted visibility or darkness. (2) Open trenches or excavations are not permitted within 200 feet (60m) of the runway centerline and at least the existing RSA distance from the runway threshold while the runway is open. If the runway must be opened before excavations are backfilled, cover the excavations appropriately . Coverings for open trenches or excavations must be of sufficient strength to support the weight of the heaviest aircraft operating on the runway . 3-3. TAXIWAY SAFETY AREAS/OBJECT- FREE AREAS. a. Unrestricted construction activity is permissible adjacent to taxiways when the taxiway is restricted to aircraft such that the available taxiway safety area is equal 1If a full safety area cannot be obtained through declared distances and partial closures , or other methods such as alternate runway use, construction activity may operate in the RSA as long as conditions cited in paragraph 3-lb(2) thru (4) are met. In addition, various surfaces outlined in AC 150/5300-13 and Terminal Instrument Procedures (TERPS) must be protected through an aeronautical study. 7 AC 150/5370-2E to at least Yi of the widest wingspan of the aircraft expected to use the taxiway and the available taxiway object-free area is equal to at least . 7 times the widest wingspan plus 10 feet. (See AC 150/5300-13 for guidance on taxiway safety and object-free areas.) Construction activity may be accomplished closer to a taxiway, subject to the following restrictions : (1) The activity is first coordinated with the airport operator. (2) Appropriate NOTAMs are issued . (3) Marking and lighting meeting the provisions of paragraph 3-9 are implemented. ( 4) Adequate clearance is maintained between equipment and materials and any part of an aircraft. If such clearance can only be maintained if an aircraft does not have full use of the entire taxiway width (with its 1/17/03 main landing gear at the edge of the pavement), then it will be necessary to move personnel and equipment for each passing aircraft. In these situations, flag persons will be used to direct construction equipment, and w ing walkers may be necessary to guide aircraft. Wing walkers should be airline/aviation personnel rather than construction workers. b. Construction contractors must prominently mark open trenches and excavations at the construction site, as approved by the airport operator, and light them with red lights during hours of restricted visibility or darkness c. Excavations and open trenches may be permitted up to the edge of a structural taxiway and apron pavement provided the dropoff is marked and lighted per paragraph 3-9, "Hazard Marking and Lighting ." Section 2. Temporary Runway Thresholds 3-4. OVERVIEW. Construction activity in a runway approach area may result in the need to partially close a runway or displace the existing runway threshold. In either case, locate the threshold in accordance with Appendix 2 of AC 150/5300-13, Airport Design. Objects that do not penetrate these surfaces may still be obstructions to air navigation and may affect standard instrument approach procedures. Coordinate these objects with the FAA 's Regional Airports Office or appropriate Airports District Office, as necessary . Refer to the current edition of AC 150/5300-13 for guidance on threshold siting requirements . The partial runway closure, the displacement of the runway threshold, as well as closures of the complete runway and other portions of the movement area also requires coordination with appropriate A TCT personnel and airport users. Caution regarding partial runway closures: When filing a NOT AM for a partial runway closure, clearly state to FSS personnel that the portion of pavement located prior to the threshold is not available for landing and departing traffic. In this case, the threshold has been moved for both landing and takeoff purposes (this is different than a displaced threshold). Example NOT AM : "North 1,000 feet of Runway 18/36 is closed; 7,000 feet remain available on Runway 18 and Runway 36 for arrivals and departures ." There may be situations where the portion of closed runway is available for taxiing only. If so, the NOT AM must reflect this condition. Caution regarding displaced thresholds: Implementation of a displaced threshold affects runway length available for aircraft landing over the displacement. Depending on the reason for the displacement (to provide obstruction clearance or RSA), 8 such a displacement may also require an adjustment in the landing distance available and accelerate-stop distance available in the opposite direction . If project scope includes personnel, equipment, excavation, etc. within the RSA of any usable runway end, we do not recommend a displaced threshold unless arrivals and departures toward the construction activity are prohibited. Instead, implement a partial closure. 3-5. MARKING GUIDELINES FOR TEMPORARY THRESHOLD. Ensure that markings for temporary displaced thresholds are clearly visible to pilots approaching the airport to land. When construction personnel and equipment are located close to any threshold, a temporary visual NA VAID, such as runway end identifier lights (REIL), may be required (even on unlighted runways) to define the new beginning of the runway clearly. A visual vertical guidance device, such as a visual approach slope indicator (VASI), pulse light approach slope indicator (PLASI), or precision approach path indicator (PAPI), may be necessary to assure landing clearance over personnel , vehicles, equipment, and/or above-grade stockpiled materials. If such devices are installed, ensure an appropriate descriptive NOT AM is issued to inform pilots of these conditions. The current edition of AC 150/5340-1, Standards for Airport Markings, describes standard marking colors and layouts. In addition, we recommend that a temporary runway threshold be marked using the following guidelines: a. Airport markings must be clearly visible to pilots; not misleading, confusing, or deceptive; secured in place to prevent movement by prop wash, jet blast, wing vortices, or other wind currents; and constructed of 1/17/03 materials that would minimize damage to an airc raft in the event of inad vertent contact. (I) Pavement markings for temporary closed portions o f the runway should consist of yellow chevrons to identify pavement areas that are unsuitable for takeoff/landing (see AC 150/53 40-1 ). If unab le to pa int the markings on the pavement, construct them from an y of the follow ing mater ials : double-layered painted snow fence , colored plast ic , painted sheets of pl ywood, or sim ilar mater ials . They must be properly configured and se cured to prevent movement by prop wash , jet blast, or other wind currents. (2) It may be necessary to remove or cover runway markings , such as runway designation mark ings and aiming point markings, depending on the length of construction and type of activity at the airport . (3) When threshold markings are needed to identify the temporary beginning of the runway that is available for [anding, use a white threshold bar of the dimensions spec ified in AC 150/5340-1 . (4) If temporary outboard elevated or flush threshold bars are used, locate them outside of the runway pavement surface , one on each side of the runway. They should be at least 10 feet (3m) in width and extend outboard from each side of the runway so they are clearly visible to land ing and departing aircraft . These threshold bars are white . lfthe white threshold bars are not discemable on grass or snow , apply a black background with appropriate material over the ground to ensure the mark ings are clearly visible. (5) A temporary threshold may also be marked with the use of retroreflective , elevated markers . One side of such markers is green to denote the approach end of the runway ; the side that is seen by pilots on rollout is red . See AC 150/5345-39, FAA Specification L- 85], Runway and Tax iway Retroreflective Markers. (6) At 14 CFR part 139 certificated airports , temporary elevated threshold markers must be mounted with a frangible fitting (see 14 CFR part 139 .309). However, at noncertificated airports , the temporary elevated threshold markings may either be mounted with a frangible fitting or be flexible. See AC 150/5345-39. b. The application rate of the paint to mark a short- term temporary runway threshold may deviate from the standard (see Item P-620 , "Runway and Taxiway Painting ," in AC 150/5370-10, Standards/or Specifying Construction of Airports), but the dimensions must meet the existing standards, unless coordinated with the appropriate offices . c. When a runway is partially closed , the distance remaining signs for aircraft landing in the opposite direction should be covered or removed during the construction . AC 150/5370-2E 3-6 . LIGHTING GUIDELINES FOR TEMPORARY THRESHOLD. A te mporary runway threshold must be lighted if the runway is lighted and it is the intended threshold for night la ndi ngs or instrument meteorological conditions . We re commend that temporary th reshold lights and related v is ual NA VA!Ds be instaHed outboard of the edges of the fu ll -strength pavement w ith bases at grade level or as low as pos si ble , but not to exceed 3 inches (7 .6cm ) above ground . When any portion of a ba se is above grade, pl ace properly compacted fi[I around the base to minimize the rate of gradient change so aircraft can, in an emergency, cross at normal landing or takeoff speeds without incurring s ignificant damage (see AC 150/5370-10). We recommend that the following be observed when us ing temporary runway threshold lighting : a. Maintain threshold and edge lighting color and spacing standards as described in AC 150/5340-24, Runway and Taxiway &ige Lighting System. Battery-powered, solar, or portable lights that meet the criteria in AC 150/5345-50, Specification for Portable Runway Lights, may be used. These systems are intended pr imarily for visual flight rules (VFR) aircraft operation but may be used for instrument tlight rules (IFR) aircraft operations, upon individual approval from the Flight Standards Division of the applicable FAA Regional Office . b. When the runway has been partially closed, disconnect edge and threshold lights with associated isolation transformers on that part of the runway at and behind the th reshold (i.e., the portion of the runway that is closed). Alternately , cover the light fixture in such a way as to prevent light leakage. A void removing the lamp from energized fixtures because an excessive number of isolation transformers with open secondaries may damage the regulators and/or increase the current above its normal value. c. Secure, identify, and place any temporary exposed wiring in conduit to prevent electrocution and fire ignition sources . d. Reconfigure yellow lenses (caution zone), as necessary . If the runway has centerline lights, reconfigure the red lenses, as necessary , or place the centerline lights out of service. e. Relocate the visual glide slope indicator (VGSI), such as VASI and PAPI ; other airport lights, such as REIL; and approach lights to identify the temporary threshold. Another option is to disable the VGSI or any equipment that would give misleading indications to pilots as to the new threshold location. Installation of temporary visual aids may be necessary to provide adequate guidance to pilots on approach to the affected runway. If the FAA owns and operates the VGSI, 9 . ' AC 150/5370-2E coordinate its installation or disabling with the local Airway Facilities Systems Management Office . 1/17/03 f. Issue a NOT AM to infonn pilots of temporary lighting conditions. Section 3. Other Construction Marking and Lighting Activities 3-7. OVERVIEW. Ensure that construction areas, including closed runways , are clearly and visibly separated from movement areas and that hazards, facilities, cables , and power lines are identified prominently for construction contractors . Throughout the duration of the construction project, verify that these areas remain clearly marked and visible at all times and that marking and lighting aids remain in place and operational. Routine inspections must be made of temporary construction lighting, especially battery- powered lighting since weather conditions can limit battery life . 3-8. CLOSED RUNWAY AND TAXIWAY MARKING AND LIGHTING. Closed runway markings consist of a yellow "X" in compliance with the standards of AC 150/5340-1, Standards for Airport Markings. A very effective and preferable visual aid to depict temporary closure is the lighted "X" signal placed on or near the runway designation numbers. This device is much more discernible to approaching aircraft than the other materials described . If the lighted "X" is not available, construct the marking of any of the following materials: double-layered painted snow fence , colored plastic, painted sheets of plywood, or similar materials . They must be properly configured and secured to prevent movement by prop wash, jet blast, or other wind currents. In addition, the airport operator may install barricades, traffic cones, activate stop bars, or other acceptable visual devices at major entrances to the runways to prevent aircraft from entering a closed portion of runway. The placement of even a single reflective barricade with a "do not enter" sign on a taxiway centerline can prevent an aircraft from continuing onto a closed runway. If the taxiway must remain open for aircraft crossings, barricades or markings, as described above or in paragraph 3-9, should be placed on the runway. a. Permanently closed runways. For runways and taxiways that have been permanently closed, disconnect the lighting circuits. For runways, obliterate the threshold marking, runway designation marking, and touchdown zone markings, and place "X's" at each end and at 1,000-foot (300-m) intervals. For taxiways, place an "X" at the entrance of the closed taxiway. 10 b. Temporarily closed runway and taxiways. For runways that have been temporarily closed, place an "X" at the each end of the runway . With tax iways, place an "X" at the entrance of the closed taxiway. c. Temporarily closed airport. When the airport is closed temporarily , mark the runways as closed and tum off the a irport beacon . d. Permanently closed airports When the airport is closed permanently, mark the runways as pennanently closed, disconnect the airport beacon , and place an "X" in the segmented c ircle or at a central location ifno segmented circle exists. 3-9. HAZARD MARKING AND LIGHTING. Provide prominent, comprehensible warning indicators for any area affected by construction that is normally accessible to aircraft, personnel, or vehicles . Using appropriate hazard marking and lighting may prevent damage, injury, traffic delays, and/or facil ity closures . Hazard marking and lighting must restrict access and make specific hazards obvious to pilots, vehicle drivers, and other personnel. Barricades, traffic cones (weighted or sturdily attached to the surface), or flashers are acceptable methods used to identify and define the limits of construction and hazardous areas on airports . Provide temporary hazard marking and lighting to prevent aircraft from taxiing onto a closed runway for takeoff and to identify open manholes, small areas under repair, stockpiled material , and waste areas. Also consider less obvious construction-related hazards and include markings to identify FAA, airport, and National Weather Service facilities cables and power lines ; instrument landing system (ILS) critical areas; airport surfaces, such as RSA, OFA, and OFZ; and other sensitive areas to make it easier for contractor personnel to avoid these areas . The construction specifications must include a provision requiring the contractor to have a person on call 24 hours a day for emergency maintenance of airport hazard lighting and barricades. The contractor must file the contact person's information with the airport. a. Nonmovement areas. Indicate construction locations on nonmovement areas in which no part of an aircraft may enter by using barricades that are marked with diagonal, alternating orange and white stripes. Barricades may be supplemented with alternating 1/17/03 orange and white flags at least 20 by 20 inches (50 by 50 cm) square and made and installed so they are always in an extended position, properly oriented, and securely fastened to eliminate jet engine ingestion . Such barricades may be many different shapes and made from various materials , including railroad ties, sawhorses, jersey barriers, or barrels . During reduced visibility or night hours, supplement the barricades with red lights, either flashing or steady-burning, which should meet the luminance requirements of the State Highway Department (yellow lights are not acceptable after October I, 2004). The intensity of the lights and spacing for barricade flags and lights must adequately and without ambiguity delineate the hazardous area. b. Movement areas. Use orange traffic cones; red lights, either flashing or steady-burning, which should meet the luminance requirements of the State Highway Department (yellow lights are not acceptable after October I, 2004); collapsible barricades marked with diagonal, alternating orange and white stripes; and/or signs to separate all construction/maintenance areas from the movement area. All barricades, temporary markers, and other objects placed and left in safety areas associated with any open runway, taxiway, or taxilane must be as low as possible to the ground; of low mass; easily collapsible upon contact with an aircraft or any of its components; and weighted or sturdily attached to the surface to prevent displacement from prop wash, jet blast, wing vortex, or other surface wind currents . If affixed to the surface, they must be frangible at grade level or as low as possible, but not to exceed 3 inches (7.6cm) above the ground. Do not use nonfrangible hazard markings, such as concrete barriers and/or metal-drum-type barricades, in aircraft movement areas. Do not use railroad ties on runways. Use highly reflective barriers with flashing or steady- burning red lights to barricade taxiways leading to closed runways. Evaluate all operating factors when detennining how to mark temporary closures that can last from IO to 15 minutes to a much longer period of time . However, we strongly recommend that, even for closures of relatively short duration, major taxiway/runway intersections be identified with barricades spaced no greater than 20 feet (6m) apart. Mark the barricades with a flashing or steady-burning red light. At a minimum, use a single barricade placed on the taxiway centerline . 3-10. CONSTRUCTION NEAR NAVIGATIONAL AIDS (NA V AIDS). Construction activities, materials/equipment storage, and vehicle parking near electronic NA V AIDs require special consideration since they may interfere with signals essential to air navigation. Evaluate the effect of construction activity and the required distance and direction from the NA VAID for each construction project. Pay particular attention to stockpiling material, as well as AC 150/5370-2E to movement and parking of equipment that may interfere with line of sight from the A TCT or with electronic emissions . Interference from construction may require NA VAID shutdown or adjustment of instrument approach minimums for IFR. This condition requires that a NOT AM be filed. Construction activities and materials/equipment storage near a NAV AID may also obstruct access to the equipment and instruments for maintenance . Before commencing construction activity, parking vehicles, or storing construction equipment and materials near a NA VAID, consult with the nearest FAA Airway Facilities Office. 3-11. CONSTRUCTION SITE ACCESS AND HAUL ROADS. Determine the construction contractor's access to the construction sites and haul roads. Do not permit the construction contractor to use any access or haul roads other than those approved. Construction contractors must submit specific proposed routes associated with construction activities to the airport operator for evaluation and approval as part of the safety plan before beginning construction activities. These proposed routes must also provide specifications to prevent inadvertent entry to movement areas . Pay special attention to ensure that ARFF right of way on access and haul roads is not impeded at any time and that construction traffic on haul roads does not interfere with NAVA IDs or approach surfaces of operational runways. 3-12. CONSTRUCTION MATERIAL STOCKPILING. Stockpiled materials and equipment storage are not pennitted within the RSA and OFZ of an operational runway. The airport operator must ensure that stockpiled materials and equipment adjacent to these areas are prominently marked and lighted during hours of restricted visibility or darkness. This includes detennining and verifying that materials are stored at an approved location to prevent foreign object damage and attraction of wildlife. 3-13. OTHER LIMITATIONS ON CONSTRUCTION. Contractors may not use open-flame welding or torches unless adequate fire safety precautions are provided and the airport operator has approved their use. Under no circumstances should flare pots be used within the AOA at any time. The use of electrical blasting caps must not be permitted on or within 1,000 feet (300m) of the airport property (see AC 150/5370-10, Standards for Specifying Construction of Airports). 11 'l AC 150/5370-2E 3-14. FOREIGN OBJECT DEBRIS (FOD) MANAGEMENT. Waste and loose materials, commonly referred to as FOD, are capable of causing damage to aircraft landing gears, propellers, and jet engines . Construction contractors must 1/17/03 not leave or place FOD on or near active aircraft movement areas. Materials tracked onto these areas must be continuously removed during the construction project. We also recommend that airport operators and construction contractors carefully control and continuously remove waste or loose materials that might attract wildlife. Section 4. Safety Hazards and Impacts 3-15. OVERVIEW. The situations identified below are potentially hazardous conditions that may occur during airport construction projects. Safety area encroachments, unauthorized and improper ground vehicle operations, and unmarked or uncovered holes and trenches near aircraft operating surfaces pose the most prevalent threats to airport operational safety during airport construction projects. Airport operators and contractors should consider the following when performing inspections of construction activity: a. Excavation adjacent to runways, taxiways, and aprons. b. Mounds of earth, construction materials, temporary structures, and other obstacles near any open runway, taxiway, or taxi lane; in the related object-free area and aircraft approach or departure areas/zones; or obstructing any sign or marking. c. Runway resurfacing projects resulting in lips exceeding 3 inches (7.6cm) from pavement edges and ends. d. Heavy equipment (stationary or mobile) operating or idle near AOAs, in runway approaches and departures areas, or in OFZs. e. Equipment or material near NA V AIDs that may degrade or impair radiated signals and/or the monitoring of navigational and visual aids. Unauthorized or improper vehicle operations in localizer or glide slope critical areas, resulting in electronic interference and/or facility shutdown. f. Tall and especially relatively low-visibility units (i .e., equipment with slim profiles}-cranes, drills, and similar objects-located in critical areas, such as OFZs and approach zones. g. Improperly positioned or malfunctioning lights or unlighted airport hazards, such as holes or excavations, on any apron, open taxiway, or open taxi lane or in a related safety, approach, or departure area. h. Obstacles, loose pavement, trash, and other debris on or near AOAs. Construction debris (gravel, 12 sand, mud, paving materials, etc .) on airport pavements may result in aircraft propeller, turbine engine, or tire damage. Also, loose materials may blow about, potentially causing personal injury or equipment damage. i. Inappropriate or poorly maintained fencing during construction intended to deter human and animal intrusions into the AOA . Fencing and other markings that are inadequate to separate construction areas from open AOAs create aviation hazards. j. Improper or inadequate marking or lighting of runways (especially thresholds that have been displaced or runways that have been closed) and taxiways that could cause pilot confusion and provide a potential for a runway incursion. Inadequate or improper methods of marking, barricading, and lighting of temporarily closed portions of AOAs create aviation hazards. k. Wildlife attractants-such as trash (food scraps not collected from construction personnel activity), grass seeds, or ponded water--on or near airports. I. Obliterated or faded markings on active operational areas . m. Misleading or malfunctioning obstruction lights . Unlighted or unmarked obstructions in the approach to any open runway pose aviation hazards . n. Failure to issue, update, or cancel NOT AMs about airport or runway closures or other construction-related airport conditions . o. Failure to mark and identify utilities or power cables. Damage to utilities and power cables during construction activity can result in the loss of runway/taxiway lighting; loss ofnavigational, visual, or approach aids; disruption of weather reporting services; and/or loss of communications. P-Restrictions on ARFF access from fire stations to the runway-taxiway system or airport buildings. q. Lack ofradio communications with construction vehicles in airport movement areas. r. Objects, regardless of whether they are marked or flagged, or activities anywhere on or near an airport 1/17/03 that could be distracting, confusing, or alarming to pilots during a ircraft operations . s. Water, snow, d irt, debris, or other contaminants that temporarily obscure or derogate the visibility of runway/taxiway marking , lighting, and pavement edges. Any condition or factor that obscures or dim ini shes the visibility of areas under construction . t. Spillage from vehicles (gasoline, diesel fuel , oil, etc .) on active pavement areas, such as runways, taxiways, ramps, and airport roadways. u. Failure to maintain drainage system integrity during construction (e.g., no temporary drainage provided when working on a drainage system). AC 150/5370-2E v. Failure to provide for proper electrical lockout and tagging procedures . At larger airports with multiple maintenance shifts/workers, construction contractors should make provisions for coordinating work on circuits . w . Failure to control dust. Consider limiting the amount of area from which the contractor is allowed to strip turf. x. Exposed wiring that creates an electrocution or fire ign ition hazard . Identify and secure wiring, and place it in conduit or bury it. y . Site burning, which can cause possible obscuration . z. Construction work taking place outside of designated work areas and out of phase. 13 -, 1 1117iC3 AC 150/5370-2E APPENDIX 1. RELATED READING MATERIAL 1. Obtain the latest version of the following free publications from the FAA on its Web site at http://www.faa.gov/arp/. In addition, these A Cs are available by contacting the U.S. Department of Transportation, Subsequent Distribution Office, SVC- 121 .23, Ardmore East Business Center, 334 l Q 75th Avenue, Landover, MD 207&5 . a. AC 150/5200-28, No/ices 10 Airmen (NOTA!vf) for Airporl Operators. Provides guidance for the use of the NOTAM System in airport reporting. b. AC 150/5200-30, Airport Winter Safety and Operations. Provides guidance to airport owners/operators on the development of an acceptable airport snow and ice control program and on appropriate field condition reporting procedures. c. AC 150/5200-33, Hazardous Wildlife Allractants On or Near Airports. Provides guidance on locating certain land uses having the potential to attract hazardous wildlife to public-use airports. d. AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport. Provides guidance, specifications, and standards for painting, marking, and lighting vehicles operating in the airport air operations areas. e. AC 150/5220-4, Water Supply Systems for Aircraft Fire and Rescue Protection. Provides guidance for the selection of a water source and standards for the design of a distribution system to support aircraft rescue and fire fighting service operations on airports. f. AC 150/5340-1, Standards for Airport Markings. Contains FAA standards for markings used on airport runways, taxiways, and aprons. g. AC 150/5340-148, Economy Approach lighting A ids. Describes standards for the design, selection, siting, and maintenance of economy approach lighting aids. h. AC 150/5340-18, Standards for Airport Sign Systems. Contains FAA standards for the siting and installation of signs on airport runways and taxiways. i. AC 150/5345-28, Precision Approach Path Indicator (PAPI) Systems. Contains the FAA standards for PAPI systems, which provide pilots with visual glide slope guidance during approach for landing. j. AC 150/5380-5, Debris Hazards at Civil Airports. Discusses problems at airports, gives information on foreign objects, and explains how to eliminate such objects from operational areas . k. AC 70/7460-2, Proposed Construction or Alteration of Objects that May Affect the Navigable Airspace. Provides information to persons proposing to erect or alter an object that may affect navigable airspace and explains the need to notify the FAA before construction begins and the FAA' s response to those notices, as required by 14 CFR part 77. 2. Obtain copies of the following publications from the Superintendent of Documents, U.S . Government Printing Office, Washington, DC 20402. Send a check or money order made payable to the Superintendent of Documents in the amount stated with your request. The Government Printing Office does not accept C.0.D. orders. In addition, the FAA makes these ACs available at no charge on the Web site at http://www.faa.gov/arp/. a. AC 150/5300-13, Airport Design. Contains FAA standards and recommendations for airport design, establishes approach visibility minimums as an airport design parameter, and contains the object-free area and the obstacle free-zone criteria. ($26. Supt. Docs.) SNOS0-007-01208-0 . b. AC 150/5370-10, Standards for Specifying Construction of Airports. Provides standards for construction of airports . Items covered include earthwork, drainage, paving, turfing, lighting, and incidental construction. ($18. Supt. Docs.) SN050-007- 082 I-0. A-1 ' 1 l • I AC 150/5370-2E 1/17/03 APPENDIX 2. DEFINITIONS OF TERMS USED IN THE AC 1. AIR OPERA TIO NS AREA (AOA). Any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of a ircraft. An air operations area includes such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runways, taxiways , or aprons. 2. CONSTRUCTION. The presence and movement of construction-related personnel , equipment, and materials in any location that could infringe upon the movement of aircraft. 3. CERTIFICATED AIRPORT. An airport that has been issued an Airport Operating Certificate by the FAA under the authority of 14 CFR part 139, Certification and Operation: Land Airports Serving Certain Air Carriers, or its subsequent revisions . 4. FAA FORM 7460-1, NOTICE OF PROPOSED CONSTRUCTION OR ALTERATION. The form submitted to the FAA Regional Air Traffic or Airports Division Office as formal written notification of any kind of construction or alteration of objects that affect navigable airspace , as defined in 14 CFR part 77 , Objects Affecting Navigable Airspace (see AC 70/7460-2, Proposed Construction or A Iteration of Objects that May Affect the Navigable Airspace, found at http://www.faa.gov/arp/). 5. FAA FORM 7480-1, NOTICE OF LANDING AREA PROPOSAL. Form submitted to the FAA Airports Regional Division Office or Airports District Office as formal written notification whenever a project without an a irport layout plan on file with the FAA involves the construction ofa new airport; the construction, realigning, altering, activating, or abandoning ofa runway , landing strip, or associated taxiway; or the deactivation or abandoning of an entire airport (found at http://www.faa.gov/arp/). 6. MOVEMENT AREA. The runways, taxiways, and other areas of an airport that are used for taxiing or hover taxiing, air taxiing , takeoff, and landing of aircraft, exclusive of loading ramps and aircraft parking areas (reference 14 CFR part 139}. 7. OBSTRUCTION. Any object/obstacle exceeding the obstruction standards specified by 14 CFR part 77, subpart C. 8. OBJECT-FREE AREA (OFA). An area on the ground centered on the runway , taxiway, or taxi lane centerline provided to enhance safety of aircraft operations by having the area free of objects except for those objects that need to be located in the OF A for air navigation or aircraft ground maneuvering purposes (see AC 150/5300-13, Airport Design, for additional guidance on OF A standards and wingtip clearance cri teria). 9. OBSTACLE-FREE ZONE (OFZ). The airspace below 150 feet (45m) above the established airport elevation and along the runway and extended runway centerline that is required to be clear of a ll objects, except for frangible visual NA V AIDs that need to be located in the OFZ because of their function, in order to provide clearance protection for a ircraft land ing or taking off from the runway and for missed approaches (refer to AC 150/5300-13 for guidance on OFZs}. 10. RUNWAY SAFETY AREA (RSA}. A defined surface surrounding the runway prepared or su itable for reducing the risk of damage to airplanes in the event of an undershoot, overshoot, or excursion from the runway , in accordance with AC 150/5300-13. 11. TAXIWAY SAFETY AREA. A defined surface alongside the taxiway prepared or suitable for reducing the risk of damage to an airplane unintentionally departing the taxiway, in accordance with AC 150/5300· 13 . 12. THRESHOLD. The beginning of that portion of the runway available for landing. In some instances , the landing threshold may be displaced . 13. DISPLACED THRESHOLD. The portion of pavement behind a displaced threshold that may be avai lable for takeoffs in either direction or land ing from the opposite direction. 14. VISUAL GLIDE SLOPE INDICATOR (VGSI). This device provides a visual glide slope indicator to landing pilots. These systems include precision approach path indicators (PAPis), visual approach slope indicators (VASls), and pulse light approach slope indicators (PLASis). 1/1 7.1()3 AC 150/5370-2E APPENDIX 3. AIRPORT CONSTRUCTION SAFETY PLANNING GUIDE Aviation Safety Requirements During Construction PURPOSE. This appendix provides airport operators with boilerplate format and language for developing a safety plan/or an airport construction project. Adapt th is appendix, as applicable , to specific conditions found on the airport/or which the plan is being developed Consider including a copy of this safety plan in the construction drawings for easy access by contractor personnel. Plans should contain the following: I. GENERAL SAFETY REQUIREMENTS. Throughout the construction project, the following safety and operational practices should be observed: • Operational safety should be a standing agenda item during progress meetings throughout the construction project. • The contractor and airport operator must perform onsite inspections throughout the project, with immediate remedy of any deficiencies, whether caused by negligence, oversight, or project scope change. • Airport runways and taxiways should remain in use by aircraft to the maximum extent possible . • Aircraft use of areas near the contractor's work should be controlled to min imize disturbance to the contractor's operation. • Contractor, subcontractor, and supplier employees or any unauthorized persons must be restricted from entering an airport area that would be hazardous . • Construction that is within the safety area of an active runway, taxiway, or apron that is performed under normal operational conditions must be performed when the runway, taxiway, or apron is closed or use-restricted and initiated only with prior perm ission from the airport operator. • The contracting officer, airport operator, or other designated airport representative may order the contractor to suspend operations; move personnel, equipment, and materials to a safe location ; and stand by until aircraft use is completed . 2. CONSTRUCTION MAINTENANCE AND FACILITIES MAINTENANCE. Before beginning any construction activity, the contractor must, through the airport operator, give notice [using the Notice to Airmen (NOTAM) System] of proposed location, time, and date of commencement of construction . Upon completion of work and return of all such areas to standard conditions, the contractor must, through the airport operator, verify the cancellation of all notices issued via the NOT AM System . Throughout the duration of the construction project, the contractor must- a. Be aware of and understand the safety problems and hazards described in AC 150/5370-2 , Operational Safety on Airports During Construction. b. Conduct activit ies so as not to violate any safety standards contained in AC 150/5370-2 or any of the references therein. c . Inspect all construction and storage areas as often as necessary to be aware of conditions. d. Promptly take all actions necessary to prevent or remedy any unsafe or potentially unsafe conditions as soon as they are discovered. 3. APPROACH CLEARANCE TO RUNWAYS. Runway thresholds must provide an unobstructed approach surface over equipment and materials . (Refer to Appendix 2 in AC 150/5300-13, Airport Design, for guidance in this area .) 4. RUNWAY AND TAXIWAY SAFETY AREA (RSA AND TSA). Limit construction to outside of the approved RSA, as shown on the approved airport layout plan-unless the runway is closed or restricted to aircraft operations, requiring a lesser standard RSA that is equal to the RSA available during construction (see AC 150/5370-2 for exceptions). Construction activity within the TSA is permissible when the taxiway is open to aircraft traffic if adequate wingtip clearance exists between the aircraft and equipment/material; evacuations, trenches , or other conditions are conspicuously marked and lighted; and local NOT AMs are in effect for the activity (see AC 150/5300-13 for wingtip clearance requirements). The NOT AM should state that, "personnel and equipment are working adjacent to Taxiway __ ." s. Procedures for protecting runway edges. • Limit construction to no closer than 200 feet (60m) from the runway centerline-unless the runway is closed or restricted to aircraft operations, requiring a lesser standard RSA A-3 ' AC 150/5370-2E 1/17/03 b. A-4 that is equal to the RSA available during construction . • Prevent personnel , material, and/or equipment, as defined in AC [50/5300-13, Paragraph 306, "Obstacle Free Zone (OFZ)," from penetrating the OFZ. • Coordinate construction activity with the Airport Traffic Control Tower (A TCT) and FAA Regional Airports Division Office or Airports District Office, and through the airport operator, issue an appropriate NOTAM . Complete the following chart to determine the area that must be protected along the rumvay edges: Runway Aircraft Approach Airplane RSA Width in Feet Divided by 2* Category• Design Group* A,B,C,orD I, II, III, or IV ·-"- *See AC 150/5300-13, Airport Design, to complete the chart for a specific runway. Procedures for protecting runway ends. • Maintain the RSA from the runway threshold to a point at least the distance from the runway threshold as existed before construction activity-unless the runway is closed or restricted to aircraft operations, requiring an RSA that is equal to the RSA length available during construction in accordance with AC J 50/5300-13. This may involve the use of declared distances and partial runway closures (see AC 150/5370-2 for exceptions). • Ensure all personnel, materials, and/or equipment are clear of the applicable threshold siting criteria surface, as defined in Appendix 2, "Threshold Siting Requirements," of AC 150/5300-13. • • • • Prevent personnel , material, and/or equipment, as defined in AC 150/5300-13 , from penetrating the obstacle-free zone. Ensure adequate distance for blast protection is provided, as needed. Coordinate construction activity with the A TCT and FAA Regional Airports Division Office or Airports District Office, and through the airport operator, issue an appropriate NOT AM. Provide a drawing showing the profile of the appropriate surfaces of each runway end where construction will take place . Where operations by turbojet aircraft are anticipated, review takeoff procedures and jet blast characteristics of aircraft and incorporate safety measures for construction workers in the contract documents. 1/17/03 AC 150/5370-2E Complete th e f ollo wing chart to de termine th e ar ea that must be p rotecte d before the runway threshold: Runway End Airplane Aircraft Minimum Safety Area Minimum Unobstructed Number Design Group* Approach Prior to the Threshold* Approach Slope Category• I, II, III , or IV A,B ,C ,orD ---:FEET __ : 1 to (threshold ) ---:FEET __ : 1 to (threshold) ---:FEET __ : I to (thresho ld) ---:FEET __ : I to (threshold) *See AC 150/5300-13 , Airport Design, to complete the chart for a specific runway. 5. MARKING AND LIGHTING FOR TEMPORARY THRESHOLDS. Mark ing and lighting for a temporary threshold is __ /is not __ required . The airport owner or contractor, as specified in the contract, will furnish and maintain markings for temporary thresholds . Precision approach path indicators (PAPls) or runway end identification lights (REIL ) are __ /are not __ required. The airport o wner or co ntracto r, as specified in the contract, will furnish and install all temporary lighting . Include appropriate items per AC 150/5370-2, Chapter 3, "Safety Standards and Guidel ine s." If marking and lighting f or the temporary threshold is n ot required, delete this s ection of the safety plan. If visual aids and/or markings are necessary, p r ovide d etails. (Include applicable I 4 CFR part 77 surfaces in the contract documents.) 6. CLOSED RUNWAY MARKINGS AND LIGHTING. The follow ing must be specified for closed runways. Closed runway marking are __ /are not __ required . Closed runway markings wi II be as shown on the plans __ /as furni shed by the airport owner __ /other __ (specify). Barricades , flagging , and flashers are __ /are not __ required at Taxiway __ and Runway __ and wi ll be supplied by the airport __ /other __ (specify). 7. HAZARDOUS AREA MARKING AND LIGHTING. Hazardous areas on the movement area will be marked with barricades, traffic cones , flags, or flashers (specify). These mark ings restrict access and make hazards obvious to aircraft, personnel , and vehicles . During periods of low visibility and at night, identify hazardous areas with red flashing or steady-burning lights (specify). The hazardous area marking and lighting will be supplied by the a irport operato r/contractor, as specified in the contract, and will be dep icted on the plans. 8. TEMPORARY LIGHTING AND MARKING . A irport mark ings , lighting, and/or signs will be altered in the followi ng manner (spec ify) durin g the period from __ to ___ . The alterations are depicted on the plans . 9. VEHICLE OPERATION MARKING AND CONTROL. Include the following provisions in the construction contract, and address them in the safety plans : a. When any vehicle , other than one that has prior approval from the airport operator, must travel over any portion of an aircraft movement area, it will be escorted and properly identified . To operate in those areas during daylight hours, the vehicle must have a flag or beacon attached to it. Any vehicle operating on the movement areas during hours of darkness or reduced v isibility must be equipped with a flashing dome-type light, th e color of wh ic h is in accordance with local or state codes. b. It may be desirable to clearly identify the vehicles for-control purposes by either assigned initials or numbers that are prominently displayed on each side of the vehicle . The identification symbols should be at minimum 8-inch (20 -cm) block-type characters of a contrasting color and easy to read. They may be applied either by us ing tape or a water-soluble paint to facilitate removal. Magnetic signs are also acceptable. In addition , vehicles must d isplay identification media, as specified in the approved security plan . (This section should be r evised to conform to the airport operator 's requirements.) A-5 ~1 1 I J AC 150/5370-2E c. Employee parking shall be _ -····--(specify locat ion), as designated by the airport manager __ / project engineer ___ /other ___ (specify). d. Access to the job site shall be via. ____ _ (specify route), as shown on the plans ___ /designated by the engineer ___ /designated by the superintendent ___ /designated by the airport manager ___ /other ___ (specify). e. At 14 CFR part 139 certificated and towered airports, all vehicle operators having access to the movement area must be familiar with airport procedures for the operation of ground vehicles and the consequences of noncompliance. f. If the airport is certificated and/or has a security plan , the airport operator should check for guidance on the additional identification and control of construction equipment. 10. NAVIGATIONAL AIDS. The contractor must not conduct any construction activity within navigational aid restricted areas without prior approval from the local FAA Airway Facilities sector representative. Navigational aids include instrument landing system components and very high-frequency omnidirectional range, airport surveillance radar. Such restricted areas are depicted on construction plans. 11. LIMITATIONS ON CONSTRUCTION. Additional limitations on construction include-- a. Prohibiting open-flame welding or torch cutting operations unless adequate fire safety precautions are provided and these operations have been authorized by the airport operator (as tailored to conform to local requirements and restrictions). 1/17 /03 b. Prominently marking open trenches, excavations, and stockpiled materials at the construction and lighting these obstacles during hours of restricted visibility and darkness. c. Marking and lighting closed , deceptive , and hazardous areas on airports , as appropriate . d. Constraining stockpiled material to prevent its movement as a result of the maximum anticipated aircraft blast and forecast wind conditions . 12. RADIOCOMMUNICATIONS. Vehicular traffic located in or crossing an active movement area must have a working two-way radio in contact with the control tower or be escorted by a person in radio contact with the tower. The driver, through personal observation, should confirm that no aircraft is approaching the vehicle position. Construction personnel may operate in a movement area without two-way radio communication provided a NOT AM is issued closing the area and the area is properly marked to prevent incursions. Two-way radio communications are __ /are not __ required between contractors and the Airport Traffic Control Tower ___ /FAA Flight Service Station __ /Airport Aeronautical Advisory Stations (UNICOM/CT AF) __ . Radio contact is /is not __ required between the hours of __ and __ . Continuous monitoring is required _ /or is required only when equipment movement is necessary in certain areas __ . (This section may be tailored to suit the specific vehicle and safety requirements of the airporl sponsor.) 13. DEBRIS. Waste and loose material must not be placed in active movement areas. Materials tracked onto these areas must be removed continuously during the work project. 1i1 {!0 3 APPENDIX 4. SAMPLE NOT AM _____ AIRPORT FAANOTAM# DATE: -------------------- A IR PORT I.D. # ------------ NOTAMTEXT: NOTIFICA TON: ####TOWER ----- PHONE # # # # # FSS PHONE# CANCELLED: NOTIFICATON: ####TOWER PHONE# # ### FSS PHONE# ·INITIALS TIME INITIALS TIME AIRLINES INITIALS TIME INITIALS TIME AIRLINES TIME:-------- CALLED IN BY CALLED INBY CALLED IN BY CALLED IN BY AC 150/5370-ZE Exhibit 'A'