Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2017-205 - 2/28/2017 - Approved
• 2017-205 2/28/17 M2017-034 SpawGlass Civil Construction 00 52 23 AGREEMENT This Agreement,for the Project awarded on February 28,2017,is between the City of Corpus Christi (Owner)and SpawGlass Civil Construction, Inc. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: CCIA Taxiway K Construction Protect No. E16451 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Garver. LLC 3755 S.Capital Of Texas Highway Suite 325 Austin,TX 78704 2.02 The Owner's Authorized Representative for this Project is: Wayne Otto, P.E.—Acting Construction Engineer City of Corpus Christi—Engineering_Services 4917 Holly Rd.#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. Phase I work is required to be completed within 150 calendar days after the date when the Contract Times commence to run as provided in the Notice to Proceed.All Work is required to be substantially completed within 325 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 355 calendar days after the date when the Contract Times commence to run. B. Milestones,and the dates for completion of each,are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. Agreement 00 52 23-1 CCIA Taxiway K Construction Project No. E16451 Rev 06-22-2016 INDEXED CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 2 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-164365 SpawGlass Civil Construction, Inc. Houston,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 02/09/2017 being filed. City of Corpus Christi Date Acknowledged: t _ Aimee Alcorn-Reed v2017.032217:1047-05'00' 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. E16451 CCIA Taxiway K Construction 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary SpawGlass Employee Holding Co Selma,TX United States X Blalock, Robert Austin,TX United States X AI-Nahhas,Amer Katy,TX United States X Friedel,Robert Garden Ridge,TX United States X Stone,Joel Buda,TX United States X Hinson,Dan Pearland,TX United States X Raley, Fred San Antonio,TX United States X SG Enterprises, Inc. Selma,TX United States X SpawGlass Holding LP Selma,TX United States X Dralle, Laurie San Antonio,TX United States X Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 CERTIFICATE OF INTERESTED PARTIES FORM 1295 2of2 Complete Nos. 1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1,2,3.5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-164365 SpawGlass Civil Construction, Inc. Houston,TX United States bate t=iled: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 02/09/2017 being filed. City of Corpus Christi Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a. description of the services,goods,or other property to be provided under the contract. E16451 CLIA Taxiway K Construction 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. Ec� ROHM Y FALKE Notary Public,State of Texas Commission Expires LUNE 7,2018 Signator authorized agent or contracting business entity AFFIX NOTARY STAMP 1 SEAL ABOVE (� t ` y�^ Sworn to and subscribed before me, by the said -A ,P�Vy 1q�� 1`'� this the day of 20 _,to certify which,witness my hand and seal of office. y Signature of o is r administering oath Printed name of ofilc r administering oath Title of officer admini Bring oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 CONTRACT DOCUMENTS FOR CONSTRUCTION OF Corpus Christi International Airport Taxiway K Construction AIP No. 3-48-0051-050-2013 Project No. E16451 // ��P�,r•O F T�,�,gs,11 � � / �,�P'(E•O F TEX�s 1' �. JOSH ..CRAWFORD � it O �, MATTHEW •.C.::LEMAY �lO 1 14897 •% �,1.. 112269 +111 •• �L` AV�/// Corpus I1' 1// , _ N E G Digitally Signed Christi Digitally Signed 12/30/2016 12/30/2016 Garver 3755 S. Capital of Texas Highway, Suite 325, Austin, Tx 78664/ (512)485-009 Record Drawing Number AP-145 December 30, 2016 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev O1-13-2016) 00 30 00 Bid Acknowledgment Form (Rev 01-13-2016) 00 30 01 Bid Form (Rev 01-13-2016) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest(Revo1-13-2016) 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience (Rev 06-22-2016) 00 52 23 Agreement(Rev 06-22-2016) 00 61 13 Performance Bond (Revo1-13-2016) 00 61 16 Payment Bond (Rev 01-13-2016) 00 72 00 General Conditions (Rev 3-23-2015) 00 72 01 Insurance Requirements (Rev06-22-2016) 00 72 02 Wage Rate Requirements(Rev06-12-2015) 00 72 03 Minority/ MBE/ DBE Participation Policy(Rev 01-13-2016) 00 73 00 Supplementary Conditions 00 74 00 Special Conditions for The Federal Aviation Administration 00 74 01 FAA General Provisions Division 01 General Requirements 011100 Summary of Work(Revo1-13-2016) 01 23 10 Alternates and Allowances 01 29 00 Application for Payment Procedures(Rev03-11-2015) 01 29 01 Measurement and Basis for Payment (Rev 01-13-2016) 01 31 00 Project Management and Coordination (Revo1-13-2016) 01 31 13 Project Coordination 01 31 14 Change Management 01 33 00 Document Management 01 33 01 Submittal Register(Rev 7/3/2014) 01 33 02 Shop Drawings 01 33 03 Record Data 01 33 04 Construction Progress Schedule Table of Contents 000100- 1 CCIA Taxiway KConstruction Project No. E16451 Rev 06-22-2016 Division/ Title Section 01 33 05 Video and Photographic Documentation 01 35 00 Special Procedures 014000 Quality Management 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 01 70 00 Execution and Closeout Requirements Part S Standard Specifications NONE Part T Technical Specifications Supplementary Specifications-Civil SS-101 Safety Plan Compliance Document (SPCD) SS-120 Site Preparation SS-130 Trench and Excavation Safety Systems SS-140 Demolition and Disposal FAA Standard Specifications-Civil D-701 Pipe for Storm Drains and Culverts D-751 Manholes, Catch Basins, Inlets, and Inspection Holes D-752 Concrete Culverts, Headwalls, and Miscellaneous Drainage Structures D-754 Concrete Gutters, Ditches, and Flumes P-101 Surface Preparation P-152 Excavation, Subgrade, and Embankment P-153 Controlled Low-Strength Material (CLSM) P-155 Lime-Treated Subgrade P-156 Temporary Air Water Pollution Soil Erosion and Siltation Control P-209 Crushed Aggregate Base Course P-304 Cement-Treated Base Course P-401 Hot Mix Asphalt(HMA) Pavements P-403 Plant Mix Bituminous Pavements (Base, Leveling, or Surface Course) P-501 Portland Cement Concrete (PCC) Pavement P-602 Bituminous Prime Coat Table of Contents 000100-2 CCIA Taxiway KConstruction Project No. E16451 Rev 06-22-2016 Division/ Title Section P-603 Bituminous Tack Coat P-605 Joint Sealants for Concrete Pavements P-610 Structural Portland Cement Concrete P-620 Runway and Taxiway Marking T-901 Seeding T-904 Sodding T-905 Topsoiling FAA Standard Specifications- Electrical SS-300 Basic Electrical Requirements SS-301 Electrical Demolition and Relocation Work SS-310 Airport Lighting Systems FAA Standard Specifications- Electrical L-108 Underground Power Cable for Airports L-110 Airport Underground Electrical Duct Banks and Conduits L-115 Electrical Manholes and Junction Structures Appendix Title 1 Geotechnical Report END OF SECTION Table of Contents 000100-3 CCIA Taxiway KConstruction Project No. E16451 Rev 06-22-2016 This page intentionally left blank 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1—DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2—GENERAL NOTICE 2.01 The City of Corpus Christi,Texas (Owner) is requesting Bids for the construction of the following Project: Taxiway K Construction Owner's Project Identification No. E16451 This project is being funded 90% by Federal Aviation Administration AIP funds and 10%by the City of Corpus Christi Funds. This project includes two base bids. Either Base Bid I or Base Bid II will be awarded based on funding. Bidder must bid on General (Part A) items and either Base Bid I (Part B) or Base Bid II (Part C), or both. A. General items for this project include Insurance and Mobilization. B. Base Bid I for this project consists of the construction of approximately 7,150 SY Portland Cement Concrete taxilane with drainage, grading, and electrical improvements.The pavement section is as follows: 1. 15" P-501 Portland Cement Concrete Pavement 2. 6" P-204 Cement-Treated Base 3. 12" P-155 Lime-Treated Subgrade C. Base Bid II for this project consists of the construction of approximately 7,150 SY Asphalt Concrete taxilane with drainage, grading, and electrical improvements.The pavement section is as follows: 1. 4" P-401 Bituminous Surface Course 2. 6" P-403 HMA Base Course 3. 18" P-209 Crushed Aggregate Base Course 4. 12" P-155 Lime-Treated Subgrade 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is $1,893,000.00 for Base Bid I and $1,887,00.00 for Base Bid II. The Project is to be substantially complete and ready for operation within 325 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. Invitation to Bid and Instructions to Bidders 002113- 1 CCIA Taxiway KConstruction Project No. E16451 Rev 01-13-2016 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports, or other information relevant to submitting a Bid for the Project. ARTICLE 3— DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than February 1, 2016 at 2:00 PM to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline. 3.02 Complete and submit the Bid Form,the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. 3.04 If submitting a hard copy bid or bid security by cashier's check or money order, please address envelopes or packages: City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid -Taxiway K Construction Project No. E16451 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package,the project name and number and that bid documents are enclosed. 3.05 Bids will be publicly opened and read aloud at February 1, 2016 at 2:00 PM, at the following location: City Hall Building— City of Corpus Christi First Floor City Council Staff Room or Council Chambers 1201 Leopard Street Corpus Christi,Texas 78401 3.06 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. Invitation to Bid and Instructions to Bidders 002113-2 CCIA Taxiway KConstruction Project No. E16451 Rev 01-13-2016 ARTICLE 4—PRE-BID CONFERENCE 4.01 A non-mandatory pre-bid conference for the Project will be held on January 17, 2016 at 10:00 AMat the following location: Corpus Christi International Airport Terminal Building 1000 International Drive Corpus Christi,Texas 78406 Parking: Short Term Parking Tickets will be validated if brought up to the receptionist ARTICLE 5—COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 5.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 6—EXAMINATION OF CONTRACT DOCUMENTS 6.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents, Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 6.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5,that without exception the Bid is premised upon completion of Work required by the Contract Documents, Addenda, and the related supplemental data,that the Bidder has given the OAR written notice of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Invitation to Bid and Instructions to Bidders 002113-3 CCIA Taxiway KConstruction Project No. E16451 Rev 01-13-2016 Documents, Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 7—INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents, Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 7.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. 7.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 8—BID SECURITY 8.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi,Texas in the amount of 5 percent (5%) of the greatest amount bid. 8.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier's check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents,the bidder's name and the job name and number and delivered as required in Article3 below. 8.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition,that the Owner will be paid a sum equal to 5 percent(5%) of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract,the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. Invitation to Bid and Instructions to Bidders 002113-4 CCIA Taxiway KConstruction Project No. E16451 Rev 01-13-2016 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 9—PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 9.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 10—CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110,trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly Invitation to Bid and Instructions to Bidders 002113-5 CCIA Taxiway KConstruction Project No. E16451 Rev 01-13-2016 indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of"confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11—MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days,thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. ARTICLE 12—BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 13—STATEMENT OF EXPERIENCE 13.01 The three lowest Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 14—EVALUATION OF BIDS 14.01 The Owner will consider the amount bid,the Bidder's responsibilities,the Bidder's safety record, the Bidder's indebtedness to Owner,the Bidder's capacity to perform the work and/or whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have Invitation to Bid and Instructions to Bidders 002113-6 CCIA Taxiway KConstruction Project No. E16451 Rev 01-13-2016 against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 15—AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 16—MINORITY/ MBE/ DBE PARTICIPATION POLICY 16.01 Selected Contractor is required to comply with the Owner's Minority/ MBE/ DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY/ MBE/ DBE PARTICIPATION POLICY. 16.02 Minority participation goal for this Project has been established to be 45%. 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. 16.04 Disadvantaged Business Enterprise participation goal for this Project has been established to be 8.87%. ARTICLE 17—BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth the Owner's requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. 17.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 18—SIGNING OF AGREEMENT 18.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts (1) of the Agreement and attached documents to the Owner within 14 days.The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However, Owner will not be liable for any delays prior to the award or execution of Contract. Invitation to Bid and Instructions to Bidders 002113-7 CCIA Taxiway KConstruction Project No. E16451 Rev 01-13-2016 ARTICLE 19—SALES AND USE TAXES 19.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 20—WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 21—BIDDER'S CERTIFICATION OF NO LOBBYING 21.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process,the City may, in its discretion, reject the Bid. ARTICLE 22—CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 23—CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24- REJECTION OF BID 24.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security, with Power of Attorney, submitted as required by Article 8. C. More than one Bid for same Work from an individual,firm, partnership or corporation. D. Evidence of collusion among Bidders. Invitation to Bid and Instructions to Bidders 002113-8 CCIA Taxiway KConstruction Project No. E16451 Rev 01-13-2016 E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder's recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City-accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. F. Failure to acknowledge receipt of Addenda. G. Failure to submit post-Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency,Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. K. Failure of Bidder to demonstrate,through submission of the Statement of Experience,the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources, workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Invitation to Bid and Instructions to Bidders 002113-9 CCIA Taxiway KConstruction Project No. E16451 Rev 01-13-2016 Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. O. Evidence of Bidder's lack of capacity to perform the Work. Evidence of Bidder's lack of capacity. Evidence of capacity to perform the Work will include a factual review of(i) all remaining work or incomplete work items under any existing city or non-city contract; (ii) ability to perform the Work with remaining sufficient resources, workforce, equipment and supervision/supervisory staff; (iii) ability in the past to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City-awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION Invitation to Bid and Instructions to Bidders 002113- 10 CCIA Taxiway KConstruction Project No. E16451 Rev 01-13-2016 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1—BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents,this Bid Proposal is submitted by (type or print name of company) on: February 1, 2016 at 2:00 PM for Project No. E16451 Taxiway K Construction 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below)to the City's electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi,Texas City Secretary's Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid -Taxiway K Construction Project No. E16451 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package,the project name and number and that bid documents are enclosed. ARTICLE 2—BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted,to enter into an Agreement with Owner on the form included in the Contract Documents,to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 2113 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt Bid Acknowledgement Form 003000- 1 CCIA Taxiway KConstruction Project No. E16451 Rev 01-13-2016 ARTICLE 3—BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods,techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations,tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and Bid Acknowledgement Form 003000-2 CCIA Taxiway KConstruction Project No. E16451 Rev 01-13-2016 all additional examinations, investigations, explorations,tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4—BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. D. The bidder can submit a bid for Base Bid I and/or Base Bid 11; however, each Base Bid (Part B or Part C) must include a bid for General (Part A).The Bidder selected for award of the Contract will be the lowest responsible Bidder or the Bidder who provides the Best Value for the Owner that submits a responsive Bid.The Bidder selected for award of the Contract will be either the Lowest Responsible Bidder or the Bidder who provides the Best Value for the Owner that submits a responsive bid for either base bid and general items. Owner will, at its discretion, award the contract to the lowest responsible Bidder for either base bid (and general items), or to the Bidder who provides the Best Value for the Owner for either base bid (and general items). ARTICLE 5—EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid,the Bidder's responsibility,the Bidder's safety record,the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. Bid Acknowledgement Form 003000-3 CCIA Taxiway KConstruction Project No. E16451 Rev 01-13-2016 5.02 The Owner has the right to accept a Bid, reject any and all Bids,to waive any and all irregularities in the Bids, or to reject non-conforming, non-responsive or conditional Bids. In addition,the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally,the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 325 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 355 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7—ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS,the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. G. SECTION 00 72 03 MINORITY/MBE/DBE PARTICIPATION POLICY ARTICLE 8—DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. Bid Acknowledgement Form 003000-4 CCIA Taxiway KConstruction Project No. E16451 Rev 01-13-2016 ARTICLE 9—VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. ARTICLE 10—SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. Bid Acknowledgement Form 003000-5 CCIA Taxiway KConstruction Project No. E16451 Rev 01-13-2016 ARTICLE 11—BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: (typed or printed full legal name of Bidder) By: (individual's signature) Name: (typed or printed) Title: (typed or printed) Attest: (individual's signature) State of Residency: Federal Tax Id. No. Address for giving notices: Phone: Email: (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form 003000-6 CCIA Taxiway KConstruction Project No. E16451 Rev 01-13-2016 00 30 01 BID FORM Project Name: Corpus Christi International Airport Taxiway K Construction Project Number: Project No. E16451 Owner: City of Corpus Christi Bidder: OAR: TBD Designer: Garver, LLC Item DESCRIPTION UNIT ESTIMATED FUNIT PRICE EXTENDED QUANTITY AMOUNT GENERAL Part A- GENERAL(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Al 1012901 MOBILIZATION L.S. 1 A2 1007201 OWNER'S PROTECTIVE INSURANCE L.S. 1 SUBTOTAL PART A-GENERAL (Items Al thru A2) Base Bid I Part B- BASE BID I -CONCRETE SECTION (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 SS-120-3.1 SITE PREPARATION L.S. 1 B2 SS-120-3.2 TEMPORARY CHAIN-LINK FENCE L.F. 3,363 B3 SS-130-4.1 TRENCH AND EXCAVATION SAFETY SYSTEMS L.S. 1 B4 SS-140-5.1 HEADWALL REMOVAL EACH 1 B5 SS-140-5.2 SAFETY END TREATMENT REMOVAL EACH 4 B6 SS-140-5.3 CONCRETE SLOPE PROTECTION REMOVAL S.Y. 331 B7 SS-140-5.4 PIPE REMOVAL L.F. 182 B8 D-701-5.1a 12" REINFORCED CONCRETE PIPE (CLASS IV) L.F. 500 B9 D-751-5.1a 7'X 4' STANDARD DOUBLE GRATE INLET EACH 1 B10 D-752-5.1a CONCRETE HEADWALL TYPE FW-0 (1-4' X 2') EACH 1 B11 D-752-5.1b CONCRETE HEADWALLTYPE FW-0 (34 EACH 1 X 2') B12 D-752-5.2a 1-4' X 2' REINFORCED CONCRETE BOX CULVERT L.F. 72 B13 D-752-5.2b 3-4'X 2' REINFORCED CONCRETE BOX L.F. 40 CULVERTS EXTENSIONS B14 D-752-5.3a 2-12" SAFETY END TREATMENTTYPE SETP-PD (6:1) EACH 1 B15 D-752-5.3b 2-12" SAFETY END TREATMENT TYPE SETP-PD (4:1) EACH 1 B16 D-754-5.1 CONCRETE SLOPE PROTECTION (5") S.Y. 326 B17 D-754-5.2 CONCRETE PILOT CHANNEL (6") S.Y. 335 B18 P-101-5.1 PAVEMENT REMOVAL, ASPHALT I S.Y. 5,432 Bid Form Page 1 of 6 CCIA Taxiway K Construction Project No. E16451 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT B19 P-152-4.1 UNCLASSIFIED EXCAVATION C.Y. 7,674 B20 P-152-4.2 UNSUITABLE EXCAVATION C.Y. 1,200 B21 P-152-4.3 DRAINAGE EXCAVATION L.F. 410 B22 P-153-7.1 FLOWABLE FILL C.Y. 29 B23 P-155-8.1 LIME-TREATED SUBGRADE (12") S.Y. 7,697 B24 P-155-8.2 LIME TON 221 B25 P-156-5.1 TEMPORARY EROSION CONTROL L.S. 1 B26 P-304-8.1 CEMENT-TREATED BASE COURSE (6") S.Y. 7,425 B27 P-501-8.1 PORTLAND CEMENT CONCRETE PAVEMENT(15") S.Y. 7,152 B28 P-610-5.1 CONCRETE PIPE ENCASEMENT C.Y. 28 B29 P-620-5.1a PAVEMENT MARKINGS (YELLOW) WITH REFLECTIVE MEDIA S.F. 1,005 B30 P-620-5.1b PAVEMENT MARKINGS (BLACK) WITHOUT REFLECTIVE MEDIA S.F. 1,941 B31 P-620-5.2 PAVEMENT MARKING REMOVAL S.F. 527 B32 T-901-5.1 SEEDING ACRE 1.7 B33 T-904-5.1 SODDING S.Y. 3,066 B34 SS-300-5.1 LOCKOUT/TAGOUTAND CONSTANT CURRENT REGULATOR CALIBRATION PROCEDURES L.S. 1 B35 SS-300-5.2 LOCALIZER GROUND CHECK POINT L.S. 1 SURVEY MARKER, INSTALLED B36 SS-301-5.1 EXISTING CONCRETE ENCASED, ELECTRICAL JUNCTION STRUCTURE, REMOVED EACH 2 B37 SS-301-5.2 EXISTING BASE MOUNTED EDGE LIGHT, REMOVED EACH 3 B38 SS-301-5.3 EXISTING BASE MOUNTED GUIDANCE SIGN, REMOVED EACH 1 B39 SS-301-5.4 EXISTING L-861T BASE MOUNTED TAXIWAY EDGE LIGHT, RELOCATED EACH 3 B40 SS-301-5.5 EXISTING VEHICLE STOP SIGN, REMOVED EACH 1 B41 SS-301-5.6 EXISTING BASE MOUNTED, 1-MODULE GUIDANCE SIGN RELOCATED WITH NEW PANELS EACH 1 B42 SS-310-5.1 L-861T(L) BASE MOUNTED TAXIWAY EDGE LIGHT, INSTALLED EACH 18 SS-310-5.2 L-861T(L) BASE MOUNTED TAXIWAY B43 EDGE LIGHT, INSTALLED WITH 18" SHALLOW BASE CAN EACH 1 SS-310-5.3 OWNER-FURNISHED L-858, 2-MODULE, B44 BASE MOUNTED GUIDANCE SIGN, INSTALLED ON NEW FOUNDATION WITH NEW SIGN PANELS EACH 1 SS-310-5.4 OWNER-FURNISHED L-858, 3-MODULE, B45 BASE MOUNTED GUIDANCE SIGN, INSTALLED ON NEW FOUNDATION WITH NEW SIGN PANELS EACH 1 Bid Form Page 2 of 6 CCIA Taxiway K Construction Project No. E16451 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT B46 SS-310-5.5 EXISTING GUIDANCE SIGN RENOVATED WITH NEW SIGN PANELS EACH 3 B47 SS-310-5.6 VEHICLE STOP SIGN EACH 3 SS-310-5.7 L-852T(L) LOW PROFILE BASE MOUNTED B48 IN-PAVEMENT TAXIWAY EDGE LIGHT, INSTALLED IN EXISTING PAVEMENT EACH 2 B49 SS-310-5.8 TEMPORARY AIRFIELD LIGHTING L.S. 1 B50 L-108-5.1 No. 8 AWG, 5 kV, L-824,TYPE C CABLE, INSTALLED IN TRENCH, DUCT BANK OR CONDUIT L.F. 2,700 L-108-5.2 No. 6AWG, SOLID, BARE COUNTERPOISE B51 WIRE, INSTALLED IN TRENCH, ABOVE THE DUCT BANK OR CONDUIT, INCLUDING GROUND RODS AND GROUND CONNECTORS L.F. 1,400 B52 L-110-5.1 NON-ENCASED, ELECTRICAL CONDUIT, 1- WAY 2"C L.F. 1,200 B53 L-110-5.2 CONCRETE ENCASED, ELECTRICAL CONDUIT, 1-WAY 2"C L.F. 60 L-110-5.3 CONCRETE ENCASED, ELECTRICAL B54 CONDUIT, 1-WAY 2"C WITH SAWCUT PAVEMENT REPAIR L.F. 1 60 B55 L-110-5.4 NON-ENCASED, ELECTRICAL DUCT BANK, 2-WAY 2"C L.F. 15 B56 L-110-5.5 CONCRETE ENCASED, ELECTRICAL DUCT BANK, 2-WAY 2"C L.F. 25 L-115-5.1 CONCRETE ENCASED ELECTRICAL B57 JUNCTION STRUCTURE, L-867 CLASS 1, SIZE 16" DIAMETER BY 24" DEPTH EACH 1 SUBTOTAL PART B-BASE BID I-CONCRETE SECTION(Items B1 thru B57) Base Bid II Part C- BASE BID II -ASPHALT SECTION (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Cl 0157 00 OZONE ADVISORY DAYS DAY 2 C2 SS-120-3.1 SITE PREPARATION L.S. 1 C3 SS-120-3.2 TEMPORARY CHAIN-LINK FENCE L.F. 3,363 C4 SS-130-4.1 TRENCH AND EXCAVATION SAFETY SYSTEMS L.S. 1 C5 SS-140-5.1 HEADWALL REMOVAL EACH 1 C6 SS-140-5.2 SAFETY END TREATMENT REMOVAL EACH 4 C7 SS-140-5.3 CONCRETE SLOPE PROTECTION S.Y. 331 C8 SS-140-5.4 PIPE REMOVAL L.F. 182 C9 D-701-5.1a 12" REINFORCED CONCRETE PIPE (CLASS IV) L.F. 500 C10 D-751-5.1a 7'X 4' STANDARD DOUBLE GRATE INLET EACH 1 C11 D-752-5.1a CONCRETE HEADWALL TYPE FW-0 (1-4' X 2') EACH 1 Bid Form Page 3 of 6 CCIA Taxiway K Construction Project No. E16451 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT C12 D-752-5.1b CONCRETE HEADWALL TYPE FW-0 (34 X 2') EACH 1 C13 D-752-5.2a 1-4' X 2' REINFORCED CONCRETE BOX CULVERT L.F. 1 72 C14 D-752-5.2b 3-4'X 2' REINFORCED CONCRETE BOX CULVERTS EXTENSIONS L.F. 40 C15 D-752-5.3a 2-12" SAFETY END TREATMENT TYPE SETP-PD (6:1) EACH 1 C16 D-752-5.3b 2-12" SAFETY END TREATMENT TYPE SETP-PD (4:1) EACH 1 C17 D-754-5.1 CONCRETE SLOPE PROTECTION (5") S.Y. 326 C18 D-754-5.2 CONCRETE PILOT CHANNEL (6") S.Y. 335 C19 P-101-5.1 PAVEMENT REMOVAL, ASPHALT S.Y. 5,432 C20 P-152-4.1 UNCLASSIFIED EXCAVATION C.Y. 8,191 C21 P-152-4.2 UNSUITABLE EXCAVATION C.Y. 1,200 C22 P-152-4.3 DRAINAGE EXCAVATION L.F. 410 C23 P-153-7.1 FLOWABLE FILL C.Y. 29 C24 P-155-8.1 LIME-TREATED SUBGRADE (12") S.Y. 7,969 C25 P-155-8.2 LIME TON 228 C26 P-156-5.1 TEMPORARY EROSION CONTROL L.S. 1 C27 P-209-5.1 CRUSHED AGGREGATE BASE COURSE (1811) S.Y. 7,696 C28 P-401-8.1 BITUMINOUS SURFACE COURSE (4") TON 1,771 C29 P-403-8.1 HMA BASE COURSE (6") TON 2,757 C30 P-610-5.1 CONCRETE PIPE ENCASEMENT C.Y. 28 C31 P-620-5.1a PAVEMENT MARKINGS (YELLOW) WITH REFLECTIVE MEDIA S.F. 1,005 C32 P-620-5.1b PAVEMENT MARKINGS (BLACK) WITHOUT REFLECTIVE MEDIA S.F. 1,941 C33 P-620-5.2 PAVEMENT MARKING REMOVAL S.F. 527 C34 T-901-5.1 SEEDING ACRE 1.7 C35 T-904-5.1 SODDING S.Y. 3,066 C36 SS-300-5.1 LOCKOUT/TAGOUTAND CONSTANT CURRENT REGULATOR CALIBRATION PROCEDURES L.S. 1 C37 SS-300-5.2 LOCALIZER GROUND CHECK POINT SURVEY MARKER, INSTALLED L.S. 1 C38 SS-301-5.1 EXISTING CONCRETE ENCASED, ELECTRICAL JUNCTION STRUCTURE REMOVED EACH 2 C39 SS-301-5.2 EXISTING BASE MOUNTED EDGE LIGHT, REMOVED EACH 3 C40 SS-301-5.3 EXISTING BASE MOUNTED GUIDANCE SIGN, REMOVED EACH 1 C41 SS-301-5.4 EXISTING L-861T BASE MOUNTED TAXIWAY EDGE LIGHT, RELOCATED EACH 3 C42 SS-301-5.5 EXISTING VEHICLE STOP SIGN, REMOVEDI EACH 1 Bid Form Page 4 of 6 CCIA Taxiway K Construction Project No. E16451 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT C43 SS-301-5.6 EXISTING BASE MOUNTED, 1-MODULE GUIDANCE SIGN RELOCATED WITH NEW PANELS EACH 1 C44 SS-310-5.1 L-861T(L) BASE MOUNTED TAXIWAY EDGE LIGHT, INSTALLED EACH 18 SS-310-5.2 L-861T(L) BASE MOUNTED TAXIWAY C45 EDGE LIGHT, INSTALLED WITH 18" SHALLOW BASE CAN EACH 1 SS-310-5.3 OWNER-FURNISHED L-858, 2-MODULE, C46 BASE MOUNTED GUIDANCE SIGN, INSTALLED ON NEW FOUNDATION WITH NEW SIGN PANELS EACH 1 1 SS-310-5.4 OWNER-FURNISHED L-858, 3-MODULE, C47 BASE MOUNTED GUIDANCE SIGN, INSTALLED ON NEW FOUNDATION WITH NEW SIGN PANELS EACH 1 C48 SS-310-5.5 EXISTING GUIDANCE SIGN RENOVATED WITH NEW SIGN PANELS EACH 3 C49 SS-310-5.6 VEHICLE STOP SIGN EACH 3 SS-310-5.7 L-852T(L) LOW PROFILE BASE MOUNTED C50 IN-PAVEMENT TAXIWAY EDGE LIGHT, INSTALLED IN EXISTING PAVEMENT EACH 2 C51 SS-310-5.8 TEMPORARY AIRFIELD LIGHTING L.S. 1 C52 L-108-5.1 No. 8 AWG, 5 kV, L-824,TYPE C CABLE, INSTALLED IN TRENCH, DUCT BANK OR CONDUIT L.F. 2,700 L-108-5.2 No. 6AWG, SOLID, BARE COUNTERPOISE C53 WIRE, INSTALLED IN TRENCH, ABOVE THE DUCT BANK OR CONDUIT, INCLUDING GROUND RODS IAND GROUND CONNECTORS L.F. 1,400 C54 L-110-5.1 NON-ENCASED, ELECTRICAL CONDUIT, 1- WAY 2"C L.F. 1,200 C55 L-110-5.2 CONCRETE ENCASED, ELECTRICAL CONDUIT, 1-WAY 2"C L.F. 60 L-110-5.3 CONCRETE ENCASED, ELECTRICAL C56 CONDUIT, 1-WAY 2"C WITH SAWCUT PAVEMENT REPAIR L.F. 60 C57 L-110-5.4 NON-ENCASED, ELECTRICAL DUCT BANK, 2-WAY 2"C L.F. 15 C58 L-110-5.5 CONCRETE ENCASED, ELECTRICAL DUCT BANK, 2-WAY 2"C L.F. 25 L-115-5.1 CONCRETE ENCASED ELECTRICAL C59 JUNCTION STRUCTURE, L-867 CLASS 1, SIZE 16" DIAMETER BY 24" DEPTH EACH 1 SUBTOTAL PART C-BASE BID II-ASPHALT SECTION(Items Cl thru C59) BID SUMMARY Bid Form Page 5 of 6 CCIA Taxiway K Construction Project No. E16451 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT SUBTOTAL PART A -GENERAL (Items Al thru A2) SUBTOTAL PART B - BASE BID I - CONCRETE SECTION (Items B1 thru B57) TOTAL PROJECT BASE BID I (PART A+PART B) $ - SUBTOTAL PART A -GENERAL (Items Al thru A2) SUBTOTAL PART C- BASE BID II -ASPHALT SECTION (Items Cl thru C59) TOTAL PROJECT BASE BID II (PART A+PART C) $ - Contract Times Bidder agrees to reach Substantial Completion in 1 325 Idays Bidder agrees to reach Final Completion in 1 355 Idays Bid Form Page 6 of 6 CCIA Taxiway K Construction Project No. E16451 Rev 01-13-2016 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. ❑ Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of ❑ Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: (typed or printed) By: (signature--attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION Compliance to State Law on Nonresident Bidders 003002- 1 CCIA Taxiway K Construction Project No. E16451 11-25-2013 This page intentionally left blank 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER TO BE ASSIGNED BYCTT7— PURCHASING DIVISION City off CITY OF CORPUS CHRISTI City DISCLOSURE OF INTEREST c�tr City of Corpus Christi Ordinance 17112,as amended,requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P.O.BOX: STREET ADDRESS: CITY: ZIP: - FIRM IS: 1. Corporation 82. Partnership B 3. Sole Owner ❑ 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Job Title and City Department(if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Title 3. State the names of each"board member" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Board,Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Consultant City of Corpus Christi 003005-1 Disclosure of Interest Rev 01-13-2015 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official,employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement,that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Certifying Person: Title: (-rrnc or Print) Signature of Certifying Date: Person: DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis,but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial,and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company,joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest" Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi 003005-2 Disclosure of Interest Rev 01-13-2016 00 30 06 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi,Texas 1201 Leopard Street Corpus Christi,Texas 78401 CONTRACT: Taxiway K Construction Project No. E16451 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: (typed or printed) By: (signature--attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION Non-Collusion Certification 003006- 1 CCIA Taxiway K Construction Project No. E16451 11-25-2013 This page intentionally left blank 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 1—REQUIREMENT TO PROVIDE A STATEMENT OF EXPERIENCE 1.01 To be considered a responsive Bidder, the three lowest Bidders must complete and submit the Statement of Experience within 5 days after the date Bids are due to demonstrate the Bidders' responsibility and ability to meet the minimum requirements to complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non-responsive and result in rejection of the Bid by the Owner. The Bid Security of the Bidder will be forfeited if Bidder fails to deliver the Statement of Experience in an attempt to be released from its Bid. Bidders may be required to provide supplemental information if requested by the Owner to clarify, enhance or supplement the information provided in the Statement of Experience. 1.02 Bidders must provide the information requested in this Statement of Experience using the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to assist with the preparation of the Statement of Experience. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an attachment to the form. This attachment must be clearly referenced by attachment number in the form, and the attached material must include the attachment number on every sheet of the attachment. The attachment must include only the information that responds to the question or item number to which the attachment information applies. 1.03 The Bidder may also be required to supply a financial statement, prepared no later than 90 days prior to the City Engineer's request, signed and dated by the Bidder's owner, president or other authorized party, specifying all current assets and liabilities. ARTICLE 2—EXPERIENCE REQUIREMENTS 2.01 The Bidder agrees that, in addition to determining the apparent low Bid, the Owner will consider the responsiveness of the Bids and the responsibility of the Bidders in awarding a Contract for this Project. Information that indicates the Bidder or a Subcontractor is not responsible or that might negatively impact a Bidder's ability to complete the Work within the Contract Time and for the Contract Price may result in the Owner rejecting the Bid. 2.02 If none of the three apparent low Bidders are deemed responsible, the Owner may notify the next apparent low Bidders in order, who will then be required to submit the Statement of Experience for review, until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1. Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide resumes for the key personnel that will be actively working on this Project. A. Key personnel include the Project Manager, Project Superintendent, Safety Manager and Quality Control Manager. If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role, and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this Project, indicate how that individual's time is to be divided between this Project and other assignments. B. The Bidder may provide resumes for an alternate individual if the Bidder is not able to commit to one individual for the Project at the time the Bid is submitted. Qualifications of these individuals will be considered in determining whether the experience of the Bidder meets the minimum requirements. The Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of Statement of Experience 004516- 1 CCIA Taxiway K Construction Project No. E16451 Rev 06-22-2016 qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. C. Provide information for each primary and alternate candidate that includes: technical experience, managerial experience, education and formal training and a work history which describes project experience, including the roles and responsibilities for each assignment. Additional information demonstrating experience that meets the minimum requirements should also be included. D. The Project Manager and Project Superintendent must have at least 5 years of recent experience in the management and oversight of projects of a similar size and complexity to this Project. This experience must include scheduling of manpower and materials, safety, coordination of Subcontractors, experience with the submittal process, Federal and State wage rate requirements and contract close-out procedures. The Project Manager and Project Superintendent shall maintain a respectful and professional working environment as exemplified in their speech and conduct. Use of offensive speech such as swearing, profane remarks, insults, lewd joking, and sexual harassment will not be tolerated at the job site. A minimum of three (3) references must be submitted to exemplify the profession al character and interpersonal skills of the Project Manager and Project Superintendent from previous projects other than at the Corpus Christi International Airport. Resumes detailing the professional experience of the Project Manager and Project Superintendent are also required and subject to approval by the City of Corpus Christi and the FAA. Failure to provide Project Manager and Project Superintendent resumes and a minimum of three (3) references (shall) result in the disqualification of the Bidder and (shall) void the award of the Contract. The Project Superintendent is to be present at the Site at all times that Work is being performed. Foremen must have at least 5 years of recent experience in similar work and be subordinate to the Project Superintendent. Foremen cannot act as a superintendent without prior written approval from the Owner. E. In determining the responsibility of the Bidder,the Owner will consider the Bidder's past projects and any substandard quality of workmanship on completed projects. The Owner will consider whether the Bidder's past project experience shows substandard quality of workmanship, issues related to a substandard appearance of the completed work,the amount of warranty or rework required, problems with durability and maintainability of the completed project, and problems with the lack of quality of documentation provided. In addition to the work produced,the Owner may consider issues related to the quality of construction practices, responsiveness to the owner's needs during construction, an inability to work in the spirit of partnering and any non-responsiveness of the Bidder to make warranty corrections. Information to make this determination will come from Owner's interviews with references provided for this project. By listing reference contact information in this Statement of Experience, Bidder indicates its approval for OPT to contact the individuals listed as a reference. Statement of Experience 004516-2 CCIA Taxiway K Construction Project No. E16451 Rev 06-22-2016 Table 1—Organization Information Organization doing business as: Business Address of Principal Office Telephone No. I Website Form of Business (check one) ❑ Corporation ❑ Partnership ❑ Individual If a Corporation State of Incorporation Date of Incorporation Chief Executive Officer's Name President's Name Vice President's Name(s) Secretary's Name Treasurer's Name If a Partnership Date of Organization Form of Partnership: ❑ General ❑ Limited If an Individual Name Ownership of Organization List of companies,firms, or organizations that own any part of the organization. Names of Companies, Firms, or Organizations Percent Ownership Organization History List of names that this organization currently, has, or anticipates operating under including the names of related companies presently doing business. Names of Organizations From Date To Date Indicators of Organization Size Average number of current full-time employees Average estimate of revenue for the current year Statement of Experience 004516-3 CCIA Taxiway K Construction Project No. E16451 Rev 06-22-2016 Table 1—Organization Information Organization doing business as: Previous History with City of Corpus Christi List the 5 most recent projects that have been completed with the City of Corpus Christi. Project Name Year 1 2 3 4 5 Construction Site Safety Experience Provide Bidders Experience Modification Ratio (EMR) History for the last 3 years. Provide documentation of the EMR. Year EMR Year EMR Year EMR Previous Bidding and Construction Experience Has Bidder or a predecessor organization been disqualified as a bidder within the last 10 years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been released from a bid or proposal in the past 10 years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been involved in claims or litigation involving project owners within the last 10 years? List Projects below and provide full details in a separate attachment if yes. Have liens or claims for outstanding unpaid invoices been filed against the Bidder for services or materials on any projects begun within the preceding 3 years? Specify the name and address of the party holding the lien or making the claim,the amount and basis for the lien or claim, and an explanation of why the lien has not been released or that the claim has not been paid if yes. Statement of Experience 004516-4 CCIA Taxiway K Construction Project No. E16451 Rev 06-22-2016 Table 2—Project Information Organization doing business as: Proposed Project Organization Provide a brief description of the organizational structure proposed for this project indicating the names and functional roles of proposed key personnel and alternates. Provide resumes for Project Manager, Superintendent, Safety Manager and Quality Control Manager. Position Primary Alternate Project Manager Superintendent Safety Manager Quality Control Manager Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self-performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work(based on estimated subcontract or purchase order amounts and the Contract Price). Description of Work Name of Entity Performing the Estimated Percentage Work of Contract Price Subcontractor Construction Site Safety Experience Provide Experience Modification Ratio (EMR) History for the last 3 years for Subcontractors that will provide Work valued at 25%or more of the Contract Price. Provide documentation of the EMR. Subcontractor Year EMR Year EMR Year EMR Subcontractor Year EMR Year EMR Year EMR Statement of Experience 004516-5 CCIA Taxiway K Construction Project No. E16451 Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years Organization doing business as: Project Information Project Description Name Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Description Name Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Description Name Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-6 CCIA Taxiway K Construction Project No. E16451 Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-7 CCIA Taxiway K Construction Project No. E16451 Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Final Contract #Contract # Days Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-8 CCIA Taxiway K Construction Project No. E16451 Rev 06-22-2016 Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience—NOT APPLICABLE Table 5—Demonstrated Minority, MBE, DBE Participation—NOT APPLICABLE,See Section 00 72 03. Statement of Experience 004516-9 CCIA Taxiway K Construction Project No. E16451 Rev 06-22-2016 ARTICLE 3—CERTIFICATION 3.01 By submitting this Statement of Experience and related information, Bidder certifies that it has read this Statement of Experience and that Bidder's responses are true and correct and contain no material misrepresentations and that the individual signing below is authorized to make this certification on behalf of the Bidder's organization. The individual signing this certification shall attach evidence of individual's authority to bind the organization to an agreement. Bidder: (typed or printed) By: (individual's signature) Name: (typed or printed) Title: (typed or printed) Designated Representative: Name: Title: Address: Telephone No.: Email: END OF SECTION Statement of Experience 004516- 10 CCIA Taxiway K Construction Project No. E16451 Rev 06-22-2016 00 52 23 AGREEMENT This Agreement, for the Project awarded on [insert Award Date], is between the City of Corpus Christi (Owner) and (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Taxiway K Construction Project No. E16451 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Garver, LLC 3755 S. Capital Of Texas Highway Suite 325 Austin,TX 78704 2.02 The Owner's Authorized Representative for this Project is: ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. Phase I work is required to be completed within 150 calendar days after the date when the Contract Times commence to run as provided in the Notice to Proceed. All Work is required to be substantially completed within 325 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 355 calendar days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Agreement 005223- 1 CCIA Taxiway KConstruction Project No. E16451 Rev 06-22-2016 Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay(but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner$1200 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion for Phase I until Work is substantially complete. 2. Substantial Completion: Contractor shall pay Owner$1200 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until all Work is substantially complete. 3. Completion of the Remaining Work: Contractor agrees to pay Owner$i1200 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 4. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 5. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 6. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid I Price (Part A+ Part B) $ Total Base Bid 11 Price (Part A+ Part C) $ ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. Agreement 005223-2 CCIA Taxiway KConstruction Project No. E16451 Rev 06-22-2016 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 90 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion,the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of CAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. Agreement 005223-3 CCIA Taxiway KConstruction Project No. E16451 Rev 06-22-2016 C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor, 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods,techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations,tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations,tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement 005223-4 CCIA Taxiway KConstruction Project No. E16451 Rev 06-22-2016 L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice,the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR—Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 005223-5 CCIA Taxiway KConstruction Project No. E16451 Rev 06-22-2016 ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta J.H. Edmonds, P.E. City Secretary Director of Engineering Services APPROVED AS TO LEGAL FORM: Janet L. Kellogg Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR (Seal Below) By: Note: Attach copy of authorization to sign if Title: person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Address City State Zip Phone Fax EMail END OF SECTION Agreement 005223-6 CCIA Taxiway KConstruction Project No. E16451 Rev 06-22-2016 00 61 13 PERFORMANCE BOND BOND NO. Contractor as Principal Surety Name: Name: Mailing address(principal place of business): Mailing address(principal place of business): Physical address (principal place of business): Owner Name: City of Corpus Christi,Texas Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 By submitting this Bond, Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of the Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept. of Insurance by calling the this instrument in 4 copies, each one of which shall following toll-free number:1-800-252-3439 be deemed an original. Performance Bond 006113- 1 CCIA Taxiway KConstruction Project No. E16451 Rev 01-13-2016 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 006113-2 CCIA Taxiway KConstruction Project No. E16451 Rev 01-13-2016 00 61 16 PAYMENT BOND BOND NO. Contractor as Principal Surety Name: Name: Mailing address(principal place of business): Mailing address(principal place of business): Physical address (principal place of business): Owner Name: City of Corpus Christi,Texas Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 By submitting this Bond, Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept. of Insurance by calling the this instrument in 4 copies, each one of which shall following toll-free number:1-800-252-3439 be deemed an original. Payment Bond Form 006116- 1 CCIA Taxiway K Construction Project No. E16451 Rev.01-13-2016 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 006116-2 CCIA Taxiway K Construction Project No. E16451 Rev.01-13-2016 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1—Definitions and Terminology.......................................................................................................6 1.01 Defined Terms...............................................................................................................................6 1.02 Terminology................................................................................................................................11 Article 2—Preliminary Matters...................................................................................................................12 2.01 Delivery of Bonds and Evidence of Insurance.............................................................................12 2.02 Copies of Documents..................................................................................................................13 2.03 Before Starting Construction ......................................................................................................13 2.04 Preconstruction Conference; Designation of Authorized Representatives................................13 Article 3—Contract Documents: Intent, Requirements, Reuse.................................................................13 3.01 Intent...........................................................................................................................................13 3.02 Reference Standards...................................................................................................................15 3.03 Reporting and Resolving Discrepancies......................................................................................15 3.04 Interpretation of the Contract Documents.................................................................................16 3.05 Reuse of Documents...................................................................................................................16 Article 4—Commencement and Progress of the Work..............................................................................16 4.01 Commencement of Contract Times; Notice to Proceed.............................................................16 4.02 Starting the Work........................................................................................................................16 4.03 Progress Schedule.......................................................................................................................17 4.04 Delays in Contractor's Progress..................................................................................................17 Article 5—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions...................................................................................................................................................18 5.01 Availability of Lands....................................................................................................................18 5.02 Use of Site and Other Areas........................................................................................................18 5.03 Subsurface and Physical Conditions............................................................................................19 5.04 Differing Subsurface or Physical Conditions...............................................................................19 5.05 Underground Facilities................................................................................................................21 5.06 Hazardous Environmental Conditions at Site.............................................................................22 Article 6—Bonds and Insurance .................................................................................................................24 6.01 Performance, Payment, and Other Bonds..................................................................................24 6.02 Licensed Sureties ........................................................................................................................24 General Conditions 007200- 1 Corpus Christi Standards- Regular Projects 03-23-2015 6.03 Insurance.....................................................................................................................................25 Article 7—Contractor's Responsibilities.....................................................................................................25 7.01 Supervision and Superintendence..............................................................................................25 7.02 Labor; Working Hours.................................................................................................................25 7.03 Services, Materials, and Equipment ...........................................................................................26 7.04 Concerning Subcontractors, Suppliers, and Others....................................................................26 7.05 Patent Fees and Royalties...........................................................................................................27 7.06 Permits........................................................................................................................................28 7.07 Taxes...........................................................................................................................................28 7.08 Laws and Regulations..................................................................................................................28 7.09 Safety and Protection .................................................................................................................29 7.10 Safety Representative.................................................................................................................30 7.11 Hazard Communication Programs..............................................................................................30 7.12 Emergencies................................................................................................................................30 7.13 Contractor's General Warranty and Guarantee.........................................................................30 7.14 Indemnification...........................................................................................................................31 7.15 Delegation of Professional Design Services................................................................................32 Article 8—Other Work at the Site...............................................................................................................33 8.01 Other Work.................................................................................................................................33 8.02 Coordination...............................................................................................................................34 8.03 Legal Relationships......................................................................................................................34 Article 9—Owner's and OPT's Responsibilities...........................................................................................35 9.01 Communications to Contractor ..................................................................................................35 9.02 Replacement of Owner's Project Team Members......................................................................35 9.03 Furnish Data................................................................................................................................35 9.04 Pay When Due.............................................................................................................................35 9.05 Lands and Easements; Reports and Tests...................................................................................35 9.06 Insurance.....................................................................................................................................35 9.07 Modifications..............................................................................................................................35 9.08 Inspections,Tests, and Approvals...............................................................................................35 9.09 Limitations on OPT's Responsibilities .........................................................................................35 9.10 Undisclosed Hazardous Environmental Condition......................................................................36 9.11 Compliance with Safety Program................................................................................................36 General Conditions 007200-2 Corpus Christi Standards- Regular Projects 03-23-2015 Article 10—OAR's and Designer's Status During Construction ..................................................................36 10.01 Owner's Representative..........................................................................................................36 10.02 Visits to Site.............................................................................................................................36 10.03 Resident Project Representatives...........................................................................................36 10.04 Rejecting Defective Work........................................................................................................36 10.05 Shop Drawings, Modifications and Payments.........................................................................36 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work...................37 10.07 Limitations on OAR's and Designer's Authority and Responsibilities.....................................37 Article 11—Amending the Contract Documents; Changes in the Work ....................................................37 11.01 Amending and Supplementing the Contract Documents.......................................................37 11.02 Owner-Authorized Changes in the Work................................................................................38 11.03 Unauthorized Changes in the Work........................................................................................38 11.04 Change of Contract Price........................................................................................................39 11.05 Change of Contract Times.......................................................................................................40 11.06 Change Proposals....................................................................................................................40 11.07 Execution of Change Orders ...................................................................................................40 11.08 Notice to Surety......................................................................................................................41 Article12—Claims.......................................................................................................................................42 12.01 Claims......................................................................................................................................42 12.02 Claims Process.........................................................................................................................42 Article 13—Cost of the Work; Allowances; Unit Price Work......................................................................43 13.01 Cost of the Work.....................................................................................................................43 13.02 Allowances..............................................................................................................................46 13.03 Unit Price Work.......................................................................................................................46 13.04 Contingencies..........................................................................................................................47 Article 14—Tests and Inspections; Correction, Removal, or Acceptance of Defective Work....................47 14.01 Access to Work........................................................................................................................47 14.02 Tests, Inspections, and Approvals...........................................................................................47 14.03 Defective Work.......................................................................................................................48 14.04 Acceptance of Defective Work................................................................................................49 14.05 Uncovering Work....................................................................................................................49 14.06 Owner May Stop the Work.....................................................................................................49 14.07 Owner May Correct Defective Work.......................................................................................50 General Conditions 007200-3 Corpus Christi Standards- Regular Projects 03-23-2015 Article 15—Payments to Contractor; Set-Offs; Completion; Correction Period........................................50 15.01 Progress Payments..................................................................................................................50 15.02 Contractor's Warranty of Title................................................................................................52 15.03 Substantial Completion...........................................................................................................52 15.04 Partial Utilization.....................................................................................................................53 15.05 Final Inspection.......................................................................................................................53 15.06 Final Payment..........................................................................................................................53 15.07 Waiver of Claims.....................................................................................................................54 15.08 Correction Period....................................................................................................................54 Article 16—Suspension of Work and Termination.....................................................................................55 16.01 Owner May Suspend Work.....................................................................................................55 16.02 Owner May Terminate for Cause............................................................................................55 16.03 Owner May Terminate For Convenience................................................................................56 Article 17— Final Resolution of Disputes....................................................................................................57 17.01 Methods and Procedures........................................................................................................57 Article18—Miscellaneous..........................................................................................................................57 18.01 Computation of Times.............................................................................................................57 18.02 Owner's Right to Audit Contractor's Records.........................................................................57 18.03 Independent Contractor.........................................................................................................58 18.04 Cumulative Remedies .............................................................................................................58 18.05 Limitation of Damages............................................................................................................58 18.06 No Waiver...............................................................................................................................58 18.07 Severability..............................................................................................................................58 18.08 Survival of Obligations............................................................................................................59 18.09 No Third Party Beneficiaries ...................................................................................................59 18.10 Assignment of Contract...........................................................................................................59 18.11 No Waiver of Sovereign Immunity..........................................................................................59 18.12 Controlling Law.......................................................................................................................59 18.13 Conditions Precedent to Right to Sue.....................................................................................59 18.14 Waiver of Trial by Jury.............................................................................................................59 18.15 Attorney Fees..........................................................................................................................59 18.16 Compliance with Laws.............................................................................................................59 18.17 Enforcement............................................................................................................................60 General Conditions 007200-4 Corpus Christi Standards- Regular Projects 03-23-2015 18.18 Subject to Appropriation.........................................................................................................60 18.19 Contract Sum...........................................................................................................................60 18.20 Contractor's Guarantee as Additional Remedy......................................................................60 General Conditions 007200-5 Corpus Christi Standards- Regular Projects 03-23-2015 ARTICLE 1—DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. A term with initial capital letters, including the term's singular and plural forms, has the meaning indicated in this paragraph wherever used in the Bidding Requirements or Contract Documents. In addition to the terms specifically defined,terms with initial capital letters in the Contract Documents may include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda - Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement-The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution -The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment-The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date—The date the City Council of the City of Corpus Christi (City) authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid -The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding Requirements. 7. Bidding Documents-The Bidding Requirements,the proposed Contract Documents, and Addenda. 8. Bidder-An individual or entity that submits a Bid to Owner. 9. Bidding Requirements-The Invitation for Bids, Instructions to Bidders, Bid Security, Bid Form and attachments, and required certifications. 10. Bid Security-The financial security in the form of a bid bond provided by Bidder at the time the Bid is submitted and held by Owner until the Agreement is executed and the evidence of insurance and Bonds required by the Contract Documents are provided. A cashier's check, certified check, money order or bank draft from any State or National Bank will also be acceptable. 11. Bonds - Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 12. Change Order-A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. General Conditions 007200-6 Corpus Christi Standards- Regular Projects 03-23-2015 13. Change Proposal -A document submitted by Contractor in accordance with the requirements of the Contract Documents: a. Requesting an adjustment in Contract Price or Contract Times; b. Contesting an initial decision concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; C. Challenging a set-off against payment due; or d. Seeking a Modification with respect to the terms of the Contract. 14. City Engineer-The Corpus Christi City Engineer and/or his designated representative as identified at the preconstruction conference or in the Notice to Proceed. 15. Claim -A demand or assertion by Owner or Contractor submitted in accordance with the requirements of the Contract Documents. A demand for money or services by an entity other than the Owner or Contractor is not a Claim. 16. Constituent of Concern -Asbestos, petroleum, radioactive materials, polychlorinated biphenyls (PCBs), hazardous wastes, and substances, products,wastes, or other materials that are or become listed, regulated, or addressed pursuant to: a. The Comprehensive Environmental Response, Compensation and Liability Act,42 U.S.C. §§9601 et seq. ("CERCLA"); b. The Hazardous Materials Transportation Act, 49 U.S.C. §§5501 et seq.; C. The Resource Conservation and Recovery Act, 42 U.S.C. §§6901 et seq. ("RCRA"); d. The Toxic Substances Control Act, 15 U.S.C. §§2601 et seq.; e. The Clean Water Act, 33 U.S.C. §§1251 et seq.; f. The Clean Air Act,42 U.S.C. §§7401 et seq.; or g. Any other Laws or Regulations regulating, relating to, or imposing liability or standards of conduct concerning hazardous,toxic, or dangerous waste, substance, or material. 17. Contract-The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 18. Contract Amendment-A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which: a. Authorizes new phases of the Work and establishes the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work; or b. Modifies the terms and conditions of the Contract, but does not make changes in the Work. 19. Contract Documents -Those items designated as Contract Documents in the Agreement. 20. Contract Price -The monetary amount stated in the Agreement and as adjusted by Modifications, and increases or decreases in unit price quantities, if any,that Owner has agreed to pay Contractor for completion of the Work in accordance with the Contract Documents. General Conditions 007200-7 Corpus Christi Standards- Regular Projects 03-23-2015 21. Contract Times-The number of days or the dates by which Contractor must: a. Achieve specified Milestones; b. Achieve Substantial Completion; and C. Complete the Work. 22. Contractor-The individual or entity with which Owner has contracted for performance of the Work. 23. Contractor's Team -Contractor and Subcontractors, Suppliers, individuals, or entities directly or indirectly employed or retained by them to perform part of the Work or anyone for whose acts they may be liable. 24. Cost of the Work-The sum of costs incurred for the proper performance of the Work as allowed by Article 13. 25. Defective -When applied to Work, refers to Work that is unsatisfactory,faulty, or deficient in that it: a. Does not conform to the Contract Documents; b. Does not meet the requirements of applicable inspections, reference standards, tests, or approvals referred to in the Contract Documents; or C. Has been damaged or stolen prior to CAR's recommendation of final payment unless responsibility for the protection of the Work has been assumed by Owner at Substantial Completion in accordance with Paragraphs 15.03 or 15.04. 26. Designer-The individuals or entity named as Designer in the Agreement and the subconsultants, individuals, or entities directly or indirectly employed or retained by Designer to provide design or other technical services to the Owner. Designer has responsibility for engineering or architectural design and technical issues related to the Contract Documents. Designers are Licensed Professional Engineers or Registered Architects qualified to practice their profession in the State of Texas. 27. Drawings -The part of the Contract that graphically shows the scope, extent, and character of the Work. Shop Drawings and other Contractor documents are not Drawings. 28. Effective Date of the Contract-The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 29. Field Order-A document issued by OAR or Designer requiring changes in the Work that do not change the Contract Price or the Contract Times. 30. Hazardous Environmental Condition -The presence of Constituents of Concern at the Site in quantities or circumstances that may present a danger to persons or property exposed to Constituents of Concern. The presence of Constituents of Concern at the Site necessary for the execution of the Work or to be incorporated in the Work is not a Hazardous Environmental Condition provided these Constituents of Concern are controlled and contained pursuant to industry practices, Laws and Regulations, and the requirements of the Contract. General Conditions 007200-8 Corpus Christi Standards- Regular Projects 03-23-2015 31. Indemnified Costs-All costs, losses, damages, and legal or other dispute resolution costs resulting from claims or demands against Owner's Indemnitees. These costs include fees for engineers, architects, attorneys, and other professionals. 32. Laws and Regulations; Laws or Regulations -Applicable laws, statutes, rules, regulations, ordinances, codes, and orders of governmental bodies, agencies, authorities, and courts having jurisdiction over the Project. 33. Liens -Charges, security interests, or encumbrances upon Contract related funds, real property, or personal property. 34. Milestone-A principal event in the performance of the Work that Contractor is required by Contract to complete by a specified date or within a specified period of time. 35. Modification -Change made to the Contract Documents by one of the following methods: a. Contract Amendment; b. Change Order; C. Field Order; or d. Work Change Directive. 36. Notice of Award -The notice of Owner's intent to enter into a contract with the Selected Bidder. 37. Notice to Proceed -A notice to Contractor of the Contract Times and the date Work is to begin. 38. Owner-The City of Corpus Christi (City), a Texas home-rule municipal corporation and political subdivision organized under the laws of the State of Texas, acting by and through its duly authorized City Manager and his designee,the City Engineer(the Director of Engineering Services), and the City's officers, employees, agents, or representatives, authorized to administer design and construction of the Project. 39. Owner's Authorized Representative or OAR-The individual or entity named as OAR in the Agreement and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide construction management services to the Owner. The OAR may be an employee of the Owner. 40. Owner's Indemnitees- Each member of the OPT and their officers, directors, members, partners, employees, agents, consultants, and subcontractors. 41. Owner's Project Team or OPT-The Owner, Owner's Authorized Representative, Resident Project Representative, Designer, and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide services to the Owner. 42. Partial Occupancy or Use- Use by Owner of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. General Conditions 007200-9 Corpus Christi Standards- Regular Projects 03-23-2015 43. Progress Schedule-A schedule prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. 44. Project-The total undertaking to be accomplished for Owner under the Contract Documents. 45. Resident Project Representative or RPR-The authorized representative of OPT assigned to assist OAR at the Site. As used herein,the term Resident Project Representative includes assistants and field staff of the OAR. 46. Samples- Physical examples of materials, equipment, or workmanship representing some portion of the Work that are used to establish the standards for that portion of the Work. 47. Schedule of Documents-A schedule of required documents, prepared, and maintained by Contractor. 48. Schedule of Values -A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for Contractor's Applications for Payment. 49. Selected Bidder-The Bidder to which Owner intends to award the Contract. 50. Shop Drawings-All drawings, diagrams, illustrations, schedules, and other data or information that are specifically prepared or assembled and submitted by Contractor to illustrate some portion of the Work. Shop Drawings, whether approved or not, are not Drawings and are not Contract Documents. 51. Site- Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed. The Site includes rights-of-way, easements, and other lands furnished by Owner which are designated for use by the Contractor. 52. Specifications-The part of the Contract that describes the requirements for materials, equipment, systems, standards, and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable to the Work. 53. Subcontractor-An individual or entity having a direct contract with Contractor or with other Subcontractors or Suppliers for the performance of a part of the Work. 54. Substantial Completion -The point where the Work or a specified part of the Work is sufficiently complete to be used for its intended purpose in accordance with the Contract Documents. 55. Supplementary Conditions-The part of the Contract that amends or supplements the General Conditions. 56. Supplier-A manufacturer,fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with Subcontractors or other Suppliers to furnish materials or equipment to be incorporated in the Work. 57. Technical Data -Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; General Conditions 007200- 10 Corpus Christi Standards- Regular Projects 03-23-2015 b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities; or C. Hazardous Environmental Conditions at the Site. 58. Underground Facilities-All underground pipelines, conduits, ducts, cables,wires, manholes,vaults,tanks,tunnels, other similar facilities or appurtenances, and encasements containing these facilities which are used to convey electricity, gases, steam, liquid petroleum products,telephone or other communications,fiber optic transmissions, cable television, water,wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 59. Unit Price Work-Work to be paid for on the basis of unit prices. 60. Work-The construction of the Project or its component parts as required by the Contract Documents. 61. Work Change Directive -A directive issued to Contractor on or after the Effective Date of the Contract ordering an addition, deletion, or revision in the Work. The Work Change Directive serves as a memorandum of understanding regarding the directive until a Change Order can be issued. 1.02 Terminology A. The words and terms discussed in this Paragraph 1.02 are not defined, but when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. It is understood that the cost for performing Work is included in the Contract Price and no additional compensation is to be paid by Owner unless specifically stated otherwise in the Contract Documents. Expressions including or similar to "at no additional cost to Owner," "at Contractor's expense," or similar words mean that the Contractor is to perform or provide specified operation of Work without an increase in the Contract Price. C. The terms "day" or"calendar day" mean a calendar day of 24 hours measured from midnight to the next midnight. D. The meaning and intent of certain terms or adjectives are described as follows: 1. The terms "as allowed," "as approved," "as ordered," "as directed," or similar terms in the Contract Documents indicate an exercise of professional judgment by the OPT. 2. Adjectives including or similar to "reasonable," "suitable," "acceptable," "proper," "satisfactory," or similar adjectives are used to describe a determination of OPT regarding the Work. 3. Any exercise of professional judgment by the OPT will be made solely to evaluate the Work for general compliance with the Contract Documents unless there is a specific statement in the Contract Documents indicating otherwise. 4. The use of these or similar terms or adjectives does not assign a duty or give OPT authority to supervise or direct the performance of the Work, or assign a duty or give authority to the OPT to undertake responsibilities contrary to the provisions of Articles 9 or 10 or other provisions of the Contract Documents. General Conditions 007200- 11 Corpus Christi Standards- Regular Projects 03-23-2015 E. The use of the words "furnish," "install," "perform," and "provide" have the following meanings when used in connection with services, materials, or equipment: 1. Furnish means to supply and deliver the specified services, materials, or equipment to the Site or other specified location ready for use or installation. 2. Install means to complete construction or assembly of the specified services, materials, or equipment so they are ready for their intended use. 3. Perform or provide means to furnish and install specified services, materials, or equipment, complete and ready for their intended use. 4. Perform or provide the specified services, materials, or equipment complete and ready for intended use if the Contract Documents require specific services, materials, or equipment, but do not expressly use the words "furnish," "install," "perform," or "provide." F. Contract Documents are written in modified brief style: 1. Requirements apply to all Work of the same kind, class, and type even though the word "all" is not stated. 2. Simple imperative sentence structure is used which places a verb as the first word in the sentence. It is understood that the words "furnish," "install," "perform," "provide," or similar words include the meaning of the phrase "The Contractor shall..." before these words. 3. Unless specifically stated that action is to be taken by the OPT or others, it is understood that the action described is a requirement of the Contractor. G. Words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with this recognized meaning unless stated otherwise in the Contract Documents. H. Written documents are required where reference is made to notices, reports, approvals, consents, documents, statements, instructions, opinions or other types of communications required by the Contract Documents. Approval and consent documents must be received by Contractor prior to the action or decision for which approval or consent is given. These may be made in printed or electronic format through the OPT's project management information system or other electronic media as required by the Contract Documents or approved by the OAR. I. Giving notice as required by the Contract Documents may be by printed or electronic media using a method that requires acknowledgment of the receipt of that notice. ARTICLE 2—PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of Insurance A. Provide required Bonds with the executed Agreement. B. Provide evidence of insurance required by the Contract Documents with the executed Agreement. General Conditions 007200- 12 Corpus Christi Standards- Regular Projects 03-23-2015 2.02 Copies of Documents A. OPT is to furnish one fully executed Agreement and one copy of the executed Contract Documents in electronic portable document format (PDF). This document is the Project Record Copy of the Contract Documents. 2.03 Before Starting Construction A. Provide the following preliminary documents in accordance with the Contract Documents within 10 days after the Effective Date of the Contract: 1. Progress Schedule; 2. Schedule of Documents; and 3. Schedule of Values and projected cash flow information. 2.04 Preconstruction Conference; Designation of Authorized Representatives A. Attend the preconstruction conference as required by the Contract Documents. B. Designate the specific individuals authorized to act as representatives of the Contractor. These individuals must have the authority to transmit and receive information, render decisions relative to the Contract, and otherwise act on behalf of the Contractor. C. Owner is to designate the specific individuals authorized to act as representatives of the Owner and the limits of their authority with regard to acting on behalf of the Owner. ARTICLE 3—CONTRACT DOCUMENTS: INTENT, REQUIREMENTS, REUSE 3.01 Intent A. Requirements of components of the Contract Documents are as binding as if required by all Contract Documents. It is the intent of the Contract Documents to describe a functionally complete Project. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OPT. 1. The Contract requirements described in the General Conditions, Supplementary Conditions, and General Requirements (Division 01 Sections of the Specifications) apply to Work regardless of where it is described in the Contract Documents, unless specifically noted otherwise. 2. In offering a Bid for this Project and in entering into this Contract, Contractor represents: a. Contractor has studied the Contract Documents,the Work,the Site, local conditions, Laws and Regulations, and other conditions that may affect the Work; b. Contractor has studied the Technical Data and other information referred to in the Contract Documents and has or will make additional surveys and investigations as deemed necessary for the performance of the Work; C. Contractor has correlated these studies and observations with the requirements of the Contract Documents; and General Conditions 007200- 13 Corpus Christi Standards- Regular Projects 03-23-2015 d. Contractor has taken all of this information into consideration in developing the Contract Price offered and that the Contract Price offered provides full compensation for providing the Work in accordance with the Contract Documents. 3. Organization of the Contract Documents is not intended to control or lessen the responsibility of the Contractor when dividing Work among Subcontractors or Suppliers, or to establish the extent of Work to be performed by trades, Subcontractors, or Suppliers. Specifications or details do not need to be indicated or specified in each Specification or Drawing. Items shown in the Contract Documents are applicable regardless of their location in the Contract Documents. 4. Standard paragraph titles and other identifications of subject matter in the Specifications are intended to aid in locating and recognizing various requirements of the Specifications. Titles do not define, limit, or otherwise restrict Specification text. 5. Provide the labor, documentation, services, materials, or equipment that may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result, whether specifically called for in the Contract Documents or not. Include these related costs in the offered Contract Price. B. Provide equipment that is functionally complete as described in the Contract Documents. The Drawings and Specifications do not indicate or describe all of the Work required to complete the installation of products purchased by the Owner or Contractor. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Designer through the OAR. C. Comply with the most stringent requirements where compliance with two or more standards is specified and they establish different or conflicting requirements for the Work, unless the Contract Documents indicate otherwise. D. Provide materials and equipment comparable in quality to similar materials and equipment incorporated in the Project or as required to meet the minimum requirements of the application if the materials and equipment are shown in the Drawings but are not included in the Specifications. E. The Project Record Copy of the Contract Documents governs if there is a discrepancy between the Project Record Copy of the Contract Documents and subsequent electronic or digital versions of the Contract Documents, including printed copies derived from these electronic or digital versions. F. The Contract supersedes all prior written or oral negotiations, representations, and agreements. The Contract Documents comprise the entire Agreement between Owner and Contractor. The Contract Documents may be modified only by a Modification. G. Request clarification from OAR for a decision before proceeding if Contractor is not clear on the meaning of the Contract Documents. OAR is to issue clarifications and interpretations of the Contract Documents in accordance with the Contract Documents. General Conditions 007200- 14 Corpus Christi Standards- Regular Projects 03-23-2015 3.02 Reference Standards A. Standard Specifications, Codes, Laws and Regulations: 1. Reference in the Contract Documents to standard specifications, manuals, reference standards, or codes of technical societies, organizations, or associations, or to Laws or Regulations,whether specific or implied, are those in effect at the time Contractor's Bid is submitted or when Contractor negotiates the Contract Price unless specifically stated otherwise in the Contract Documents. 2. No provision of referenced standard specifications, manuals, reference standards, codes, or instructions of a Supplier changes the duties or responsibilities of OPT or Contractor from those described in the Contract Documents or assigns a duty to or gives authority to the OPT to supervise or direct the performance of the Work or undertake responsibilities inconsistent with the Contract Documents. 3. The provisions of the Contract Documents take precedence over standard specifications, manuals, reference standards, codes, or instructions of a Supplier unless specifically stated otherwise in the Contract Documents. B. Comply with applicable construction industry standards, whether referenced or not. 1. Standards referenced in the Contract Documents govern over standards not referenced but recognized as applicable in the construction industry. 2. Comply with the requirements of the Contract Documents if they produce a higher quality of Work than the applicable construction industry standards. 3. Designer determines whether a code or standard is applicable, which of several are applicable, or if the Contract Documents produce a higher quality of Work. C. Make copies of reference standards available if requested by OAR. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Carefully study the Drawings and verify pertinent figures and dimensions with respect to actual field measurements before undertaking the Work. Immediately report conflicts, errors, ambiguities, or discrepancies that Contractor discovers or has actual knowledge of to the OAR. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the Contract Documents issued pursuant to Paragraph 11.01. 2. Immediately notify the OAR of conflicts, errors, ambiguities, or discrepancies in the Contract Documents or discrepancies between the Contract Documents and: a. Applicable Laws or Regulations; b. Actual field conditions; C. Standard specifications, manuals, reference standards, or codes; or d. Instructions of Suppliers. 3. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the General Conditions 007200- 15 Corpus Christi Standards- Regular Projects 03-23-2015 Contract Documents issued pursuant to Paragraph 11.01, except in an emergency as required by Paragraph 7.12. 4. Contractor is liable to the OPT for failure to report conflicts, errors, ambiguities, or discrepancies in the Contract Documents of which Contractor has actual knowledge. 5. Contractor is deemed to have included the most expensive item, system, procedure, etc. in the Contract Price if a conflict, error, ambiguity, or discrepancy in components of the Contract Documents was known, but not reported prior to submitting the Bid or when Contractor negotiates the Contract Price. 3.04 Interpretation of the Contract Documents A. Submit questions concerning the non-technical or contractual / administrative requirements of the Contract Documents to the OAR immediately after those questions arise. OAR is to provide an interpretation of the Contract Documents regarding these questions and will coordinate the response of the OPT to Contractor. B. Submit questions regarding the design of the Project described in the Contract Documents to the OAR immediately after those questions arise. OAR is to request an interpretation of the Contract Documents from the Designer. Designer is to respond to these questions by providing an interpretation of the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OPT may initiate a Modification to the Contract Documents through the OAR if a response to the question indicates that a change in the Contract Documents is required. Contractor may appeal Designer's or OAR's interpretation by submitting a Change Proposal. 3.05 Reuse of Documents A. Contractor's Team has no rights to the Contract Documents and may not use the Contract Documents, or copies or electronic media editions of the Contract Documents, other than for the construction of this Project. This provision survives final payment or termination of the Contract. B. Contractor is allowed to retain a copy of the Contract Documents for record purposes, unless specifically prohibited by the Owner for security reasons. Surrender paper and digital copies of the Contract Documents and other related documents and remove these documents from computer equipment or storage devices as a condition of final payment if the Owner so directs. ARTICLE 4 — COMMENCEMENT AND PROGRESS OF THE WORK 4.01 Commencement of Contract Times; Notice to Proceed A. The Contract Times commence to run on the date indicated in the Notice to Proceed. 4.02 Starting the Work A. Begin performing the Work on the date indicated in the Notice to Proceed. Do not begin Work prior to having the insurance required in Article 6 in force or before the date indicated in the Notice to Proceed. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 16 03-23-2015 4.03 Progress Schedule A. Construct the Work in accordance with the Progress Schedule established in accordance with the Contract Documents. 1. Adjust the Progress Schedule as required to accurately reflect actual progress on the Work. 2. Submit proposed adjustments in the Progress Schedule that change the Contract Times in accordance with the requirements of Article 11. B. Continue performing Work and adhere to the Progress Schedule during disputes or disagreements with Owner. Do not delay or postpone Work pending resolution of disputes or disagreements, or during an appeal process, except as permitted by Paragraph 16.04, or as Owner and Contractor may otherwise agree. 4.04 Delays in Contractor's Progress A. Contractor is entitled to an equitable adjustment in the Contract Times if OPT directly delays, disrupts, or interferes with the performance or progress of the Work. The Contractor agrees to make no Claim for damages for delay in the performance of the Contract occasioned by an act or omission to act of the OPT and agrees that the extension of time provides an equitable adjustment. B. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delays, disruptions, or interference caused by or within the control of Contractor's Team. C. No time extensions are allowed for weather conditions, other than those listed in Paragraph 4.04.D.1, for Projects using calendar days or a fixed date to establish the Contract Time. Contractor is to include the cost associated with weather related delays in the Contract Price and assumes the risks associated with delays related to weather conditions. D. Contractor is entitled to an equitable adjustment in the Contract Times if Contractor's performance or progress is delayed, disrupted, or interfered with by unanticipated causes not the fault of and beyond the control of OPT or Contractor. These unanticipated causes may include: 1. Severe and unavoidable natural catastrophes e.g. fires, floods, hurricanes, epidemics, and earthquakes; 2. Acts or failures to act of utility owners other than those performing other work at or adjacent to the Site by arrangement with the Owner, as contemplated in Article 8; and 3. Acts of war or terrorism. 4. Rain days in excess of the number of days allocated for rain as described in the Supplementary Conditions. E. Delays, disruption, and interference to the performance or progress of the Work resulting from the following are governed by Article 5: 1. The existence of a differing subsurface or physical condition; 2. An Underground Facility not shown or not indicated with reasonable accuracy by the Contract Documents; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 17 03-23-2015 3. Hazardous Environmental Conditions. These adjustments in Contract Times are the Contractor's sole and exclusive remedy for the delays, disruption, and interference described in this paragraph. F. Article 8 governs delays, disruption, and interference to the performance or progress of the Work resulting from the performance of certain other work at or adjacent to the Site. G. Notify the OAR immediately of a potential delaying, disrupting, or interfering event. Submit a Change Proposal seeking an adjustment in Contract Price or Contract Times within 30 days of the commencement of the delaying, disrupting, or interfering event. H. Contractor is only entitled to an adjustment of the Contract Times for specific delays, disruptions, and interference to the performance or progress of the Work that can be demonstrated to directly impact the ability of the Contractor to complete the Work within the Contract Times. No adjustments in Contract Times are allowed for delays on components of the Work which were or could have been completed without impacting the Contract Times. I. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delay, disruption, or interference caused by or within the control of the Owner if this delay is concurrent with a delay, disruption, or interference attributable to or within the control of the Contractor's Team. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands A. Owner is to furnish the Site and inform the Contractor of encumbrances or restrictions known to Owner related to use of the Site with which Contractor must comply in performing the Work. B. Provide for additional lands and access Contractor requires for temporary construction facilities or storage of materials and equipment, other than those identified in the Contract Documents. Provide documentation of authority to use these additional lands to OAR before using them. 5.02 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Confine construction equipment, temporary construction facilities, the storage of materials and equipment, and the operations of workers to the Site, adjacent areas that Owner or Contractor has arranged to use through construction easements or agreements, and other adjacent areas as permitted by Laws and Regulations. Assume full responsibility for damage or injuries which result from the performance of the Work or from other actions or conduct of the Contractor's Team, including: a. Damage to the Site; b. Damage to adjacent areas used for Contractor's Team's operations; c. Damage to other adjacent land or areas; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 18 03-23-2015 d. Injuries and losses sustained by the owners or occupants of these lands or areas. 2. Take the following action if a damage or injury claim is made by the owner or occupant of adjacent land or area because of the performance of the Work, or because of other actions or conduct of the Contractor's Team: a. Take immediate corrective or remedial action as required by Paragraph 7.09; and b. Attempt to settle the claim through negotiations with the owner or occupant, or otherwise resolve the claim by mediation or other dispute resolution proceeding or at law. 5.03 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports known to OPT of explorations and tests of subsurface conditions at or adjacent to the Site; 2. Those drawings known to OPT of physical conditions related to existing surface or subsurface structures at the Site, except Underground Facilities; and 3. Technical Data contained in these reports and drawings. B. Data contained in boring logs, recorded measurements of subsurface water levels, and the results of tests performed on materials described in geotechnical data reports specifically prepared for the Project and made available to Contractor are defined as Technical Data, unless Technical Data has been defined more specifically in the Supplementary Conditions. C. Contractor may rely upon the accuracy of the Technical Data contained in these reports and drawings, but these reports and drawings are not Contract Documents. Except for this reliance on Technical Data, Contractor may not rely upon or make claims against Owner's Indemnitees with respect to: 1. The completeness of reports and drawings for Contractor's purposes, including aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, or Contractor's safety precautions and programs; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Contractor's interpretation of or conclusions drawn from Technical Data or other data, interpretations, opinions, or information. 5.04 Differing Subsurface or Physical Conditions A. Notify OAR immediately, but in no event later than 3 days, after becoming aware of a subsurface or physical condition that is uncovered or revealed at the Site, and before further disturbing the subsurface or physical conditions or performing any related Work that: 1. Establishes that the Technical Data on which Contractor is entitled to rely as provided in Paragraph 5.03 is materially inaccurate; 2. Requires a change in the Drawings or Specifications; 3. Differs materially from that shown or indicated in the Contract Documents; or General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 19 03-23-2015 4. Is of an unusual nature and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents. Do not further disturb or perform Work related to this subsurface or physical condition, except in an emergency as required by Paragraph 7.12, until permission to do so is issued by OAR. B. OAR is to notify the OPT after receiving notice of a differing subsurface or physical condition from the Contractor. Designer is to: 1. Promptly review the subsurface or physical condition; 2. Determine the necessity of OPT's obtaining additional exploration or tests with respect the subsurface or physical condition; 3. Determine if the subsurface or physical condition falls within one or more of the differing Site condition categories in Paragraph 5.04.A; 4. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with the subsurface or physical condition in question; 5. Determine the need for changes in the Drawings or Specifications; and 6. Advise OPT of Designer's findings, conclusions, and recommendations. C. OAR is to issue a statement to Contractor regarding the subsurface or physical condition in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. D. Possible Contract Price and Contract Times Adjustments: 1. Contractor is entitled to an equitable adjustment in Contract Price or Contract Times to the extent that a differing subsurface or physical condition causes a change in Contractor's cost or time to perform the Work provided the condition falls within one or more of the categories described in Paragraph 5.04.A. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. 2. Contractor is not entitled to an adjustment in the Contract Price or Contract Times with respect to a subsurface or physical condition if: a. Contractor knew of the existence of the subsurface or physical condition at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; b. The existence of the subsurface or physical condition could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor's Bid is submitted or when Contractor negotiates the Contract Price; or c. Contractor failed to give notice as required by Paragraph 5.04.A. 3. Contractor may submit a Change Proposal no later than 30 days after OAR's issuance of the OPT's statement to Contractor regarding the subsurface or physical condition in question. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 20 03-23-2015 4. A Change Order is to be issued by the OAR if Owner and Contractor agree that Contractor is entitled to an adjustment in the Contract Price or Contract Times and agree to the amount or extent of adjustments in the Contract Price or Contract Times. 5.05 Underground Facilities A. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or adjacent to the Site is based on information and data furnished to OPT by the owners of these Underground Facilities or by others. OPT is not responsible for the accuracy or completeness of information or data provided by others that OPT makes available to Contractor. The Contractor is responsible for: 1. Reviewing and checking available information and data regarding existing Underground Facilities at the Site; 2. Complying with Laws and Regulations related to locating Underground Facilities before beginning Work; 3. Locating Underground Facilities shown or indicated in the Contract Documents; 4. Coordinating the Work with the owners, including Owner, of Underground Facilities during construction; and 5. The safety and protection of existing Underground Facilities at or adjacent to the Site and repairing damage resulting from the Work. B. Notify the OAR and the owner of the Underground Facility immediately if an Underground Facility is uncovered or revealed at the Site that was not shown in the Contract Documents, or was not shown with reasonable accuracy in the Contract Documents. Do not further disturb conditions or perform Work affected by this discovery, except in the event of an emergency as required by Paragraph 7.12. C. The Designer is to take the following action after receiving notice from the OAR: 1. Promptly review the Underground Facility and conclude whether the Underground Facility was not shown or indicated in the Contract Documents, or was not shown or indicated with reasonable accuracy; 2. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with this Underground Facility; 3. Determine the extent to which a change is required in the Drawings or Specifications to document the consequences of the existence or location of the Underground Facility; and 4. Advise OAR of Designer's findings, conclusions, and recommendations and provide revised Drawings and Specifications if required. D. OAR is to issue a statement to Contractor regarding the Underground Facility in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. E. Contractor is entitled to an equitable adjustment in the Contract Price or Contract Times as provided in Paragraphs 11.04 and 11.05 to the extent that the existing Underground Facility at the Site that was not shown or indicated in the Contract Documents, or was not shown General Conditions Corpus Christi Standards - Regular Projects 00 72 00-21 03-23-2015 or indicated with reasonable accuracy. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. F. Contractor is not entitled an adjustment in the Contract Price or Contract Times with respect to an existing Underground Facility at the Site if: 1. Contractor knew of the existence of the existing Underground Facility at the Site at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; 2. The existence of the existing Underground Facility at the Site could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor's Bid is submitted or when Contractor negotiates the Contract Price; or 3. Contractor failed to give notice as required by Paragraph 5.05.B. G. Contractor may submit a Change Proposal regarding its entitlement to or the amount or extent of adjustments in the Contract Price or Contract Times no later than 30 days after OAR's issuance of OPT's statement to Contractor regarding the Underground Facility. 5.06 Hazardous Environmental Conditions at Site A. The Supplementary Conditions identify: 1. Those reports and drawings known to OPT relating to Hazardous Environmental Conditions that have been identified at or adjacent to the Site; and 2. Technical Data contained in these reports and drawings. B. Contractor may rely upon the accuracy of the Technical Data contained in reports and drawings relating to Hazardous Environmental Conditions identified in the Supplementary Conditions, but these reports and drawings are not Contract Documents. Except for the reliance on expressly identified Technical Data, Contractor may not rely upon or make claims against Owner's Indemnitees with respect to: 1. The completeness of these reports and drawings for Contractor's purposes, including aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor or Contractor's safety precautions and programs related to Hazardous Environmental Conditions; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Any Contractor interpretation of or conclusion drawn from Technical Data or other data, interpretations, opinions, or information. C. The results of tests performed on materials described in environmental reports specifically prepared for the Project and made available to Contractor are defined as Technical Data unless Technical Data has been defined more specifically in the Supplementary Conditions. D. Contractor is not responsible for removing or remediating Hazardous Environmental Conditions encountered, uncovered, or revealed at the Site unless this removal or General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 22 03-23-2015 remediation is expressly identified in the Contract Documents to be within the scope of the Work. E. Contractor is responsible for controlling, containing, and duly removing and remediating Constituents of Concern brought to the Site by Contractor's Team and paying associated costs. 1. Owner may remove and remediate the Hazardous Environmental Condition and impose a set-off against payments to Contractor for associated costs if Contractor's Team creates a Hazardous Environmental Condition and Contractor does not take acceptable action to remove and remediate the Hazardous Environmental Condition. 2. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to Hazardous Environmental Conditions are as set forth in Paragraph 7.14. F. Immediately notify the OAR and take the following action if Contractor uncovers or reveals a Hazardous Environmental Condition at the Site or adjacent areas used by the Contractor's Team that was not created by the Contractor's Team: 1. Secure or otherwise isolate this condition; 2. Stop Work in affected areas or connected with the condition, except in an emergency as required by Paragraph 7.12; and 3. Do not resume Work in connection with the Hazardous Environmental Condition or in affected areas until after OPT has obtained required permits and OAR sends notice to the Contractor: a. Specifying that this condition and affected areas are or have been rendered safe for the resumption of Work; or b. Specifying special conditions under which Work may be resumed safely. 4. Owner may order the portion of the Work that is in the area affected by the Hazardous Environmental Condition to be deleted from the Work following the procedures in Article 11 if Contractor does not agree to: a. Resume the Work based on a reasonable belief it is unsafe; or b. Resume the Work under the special conditions provided by the OAR. 5. Owner may have this deleted portion of the Work performed by Owner's own forces or others in accordance with Article 8. G. Contractor may submit a Change Proposal or Owner may impose a set-off if an agreement is not reached within 10 days of OAR's notice regarding the resumption of Work as to whether Contractor is entitled to an adjustment in Contract Price or Contract Times or on the amount or extent of adjustments resulting from this Work stoppage or special conditions under which Contractor agrees to resume Work. H. The provisions of Paragraphs 5.03, 5.04, and 5.05 do not apply to the presence of Constituents of Concern or a Hazardous Environmental Condition uncovered or revealed at the Site. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 23 03-23-2015 ARTICLE 6 — BONDS AND INSURANCE 6.01 Performance, Payment, and Other Bonds A. Furnish Performance and Payment Bonds, each in an amount equal to the Contract Price, as security for the faithful performance and payment of Contractor's obligations under the Contract Documents. These Bonds are to remain in effect until 1 year after the date of final payment. Furnish other Bonds as required by the Contract Documents. B. Bonds furnished by the Contractor must meet the requirements of Texas Insurance Code Chapter 3503, Texas Government Code Chapter 2253, and all other applicable Laws and Regulations. C. Notify OAR immediately if the surety on Bonds furnished by Contractor: 1. Is declared bankrupt, or becomes insolvent; 2. Has its right to do business in Texas terminated; or 3. Ceases to meet the requirements of Paragraph 6.02. Provide a Bond and surety which comply with the requirements of Paragraph 6.02 within 20 days after the event giving rise to this notification. D. Contractor is to use amounts paid by Owner to Contractor under the Contract for the performance of the Contract and to satisfy claims against the Payment Bond. E. Notify the OAR of claims filed against the Payment Bond. Notify the claimant and OAR of undisputed amounts and the basis for challenging disputed amounts when a claimant has satisfied the conditions prescribed by Texas Government Code Chapter 2253. Promptly pay undisputed amount. F. Owner is not liable for payment of costs or expenses of claimants under the Payment Bond. Owner has no obligations to pay, give notice, or take other action to claimants under the Payment Bond. G. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 if Contractor fails to obtain or maintain required Bonds. H. OPT will provide a copy of the Payment Bond to Subcontractors, Suppliers, or other persons or entities claiming to have furnished labor or materials used in the performance of the Work that request this information in accordance with Texas Government Code Chapter 2253. 6.02 Licensed Sureties A. Provide Bonds in the form prescribed by the Contract Documents from sureties named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. B. Provide Bonds required by the Contract Documents from surety companies that are duly licensed or authorized to provide bonds in the State of Texas. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 24 03-23-2015 6.03 Insurance A. Obtain and maintain insurance as required in this Article and in SECTION 00 72 01 INSURANCE REQUIREMENTS. B. Deliver evidence of insurance in accordance with SECTION 00 72 01 INSURANCE REQUIREMENTS to the Owner to demonstrate that Contractor has obtained and is maintaining the policies, coverages, and endorsements required by the Contract. Provide copies of these certificates to each named insured and additional insured as identified in the Supplementary Conditions or otherwise. ARTICLE 7 — CONTRACTOR'S RESPONSIBILITIES 7.01 Supervision and Superintendence A. Supervise, inspect, and direct the performance of the Work in accordance with the Contract Documents. Contractor is solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. Provide a competent resident superintendent acceptable to the OPT. The resident superintendent or acceptable qualified assistant is to be present at all times when Work is being done. Do not replace this resident superintendent except under extraordinary circumstances. Provide a replacement resident superintendent equally competent to the previous resident superintendent if replacement is required. Notify the Owner prior to replacing the resident superintendent and obtain Owner's consent to the change in superintendent. 7.02 Labor; Working Hours A. Provide competent, suitably qualified personnel to survey and lay out the Work and perform Work to complete the Project. Maintain good discipline and order at the Site. B. Perform Work at the Site during regular working hours except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent to the Site and except as otherwise stated in the Contract Documents. C. Do not perform Work on a Saturday, Sunday, or legal holiday without OAR's consent. The following legal holidays are observed by the Owner: Holiday Date Observed New Year's Day January 1 Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November Friday after Thanksgiving Friday after Thanksgiving Christmas Day December 25 General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 25 03-23-2015 D. If a legal holiday falls on a Saturday, it will be observed the preceding Friday. If a legal holiday falls on a Sunday, it will be observed the following Monday. E. Pay additional cost incurred by Owner for services of the OAR or RPR to observe Work constructed outside of regular working hours. OAR will issue a Set-off in the Application for Payment for this cost per Paragraph 15.01.6 7.03 Services, Materials, and Equipment A. Provide services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work, whether or not these items are specifically called for in the Contract Documents. B. Provide new materials and equipment to be incorporated into the Work. Provide special warranties and guarantees required by the Contract Document. Provide satisfactory evidence, including reports of required tests, as to the source, kind, and quality of materials and equipment as required by the Contract Documents or as requested by the OAR. C. Store, apply, install, connect, erect, protect, use, clean, and condition materials and equipment in accordance with instructions of the applicable Supplier, unless otherwise required by the Contract Documents. 7.04 Concerning Subcontractors, Suppliers, and Others A. Contractor may retain Subcontractors and Suppliers for the performance of parts of the Work. All Subcontractors and Suppliers must be acceptable to Owner. B. Contractor must retain specific Subcontractors, Suppliers, or other individuals or entities for the performance of designated parts of the Work if required to do so by the Contract Documents. C. Submit a list of proposed Subcontractors and Suppliers to OAR prior to entering into binding subcontracts or purchase orders. These proposed Subcontractors or Suppliers are deemed acceptable to Owner unless Owner raises a substantive, reasonable objection within 30 days after receiving this list. D. Contractor is not required to retain Subcontractors, Suppliers, or other individuals or entities to furnish or perform part of the Work after the Effective Date of the Contract if Contractor has reasonable objection. E. Owner may require the replacement of Subcontractors, Suppliers, or other individuals or entities retained by the Contractor. Provide an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity. Owner also may require Contractor to retain specific replacements, subject to Contractor's reasonable objections. F. Contractor may be entitled to an adjustment in Contract Price or Contract Times with respect to a replacement of Subcontractors, Suppliers, or other entities required by Owner. The Contractor is not entitled to an adjustment in Contract Price or Contract Time with respect to replacement of any individual deemed unsuitable by the OPT. Notify OAR immediately if a replacement of Subcontractors, Suppliers, or other entity increases the Contract Price or Contract Times. Initiate a Change Proposal for the adjustment within 10 General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 26 03-23-2015 days of Owner's notice to replace a Subcontractor, Supplier, or other entity retained by Contractor to perform part of the Work. Do not make the replacement until the change in Contract Price or Contract Times has been accepted by the Owner if Change Proposal is to be submitted. G. Owner's initial acceptance of Subcontractors, Suppliers, or other individuals or entities, or their replacements, does not constitute a waiver of the obligation of the Contractor to complete the Work in accordance with the Contract Documents. H. Maintain a current and complete list of Subcontractors and Suppliers that are to perform or furnish part of the Work. I. Contractor is fully responsible for the acts and omissions of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. J. Contractor is solely responsible for scheduling and coordinating the work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. K. Require Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work to communicate with OPT through Contractor. L. Contracts between the Contractor and their Subcontractors or Suppliers may specifically bind the Subcontractors or Suppliers to the applicable terms and conditions of the Contract Documents. Contractor is responsible for meeting the requirements of the Contract Documents if they choose to not bind the Subcontractors or Suppliers to applicable terms or conditions of the Contract Documents. 1. All Subcontractors employed on this Project must be required to obtain Workers' Compensation Insurance. 2. Proof of this insurance will be required prior to the start of any Work. M. OPT may furnish information about amounts paid to Contractor for Work provided by Subcontractors or Suppliers to the entity providing the Work. N. Nothing in the Contract Documents: 1. Creates a contractual relationship between members of the OPT and members of the Contractor's Team. 2. Creates an obligation on the part of the Owner to pay or to see to the payment of money due members of the Contractor's Team, except as may be required by Laws and Regulations. 7.05 Patent Fees and Royalties A. Pay license fees, royalties, and costs incident to the use of inventions, designs, processes, products, or devices which are patented or copyrighted by others in the performance of the Work, or to incorporate these inventions, designs, processes, products, or devices which are patented or copyrighted by others in the Work. The Contract Documents identify inventions, designs, processes, products, or devices OPT knows are patented or copyrighted by others or that its use is subject to patent rights or copyrights calling for the payment of a license fee or royalty to others. Contractor is to include the cost associated with the use of patented or copyrighted products or processes, whether specified or selected by the Contractor, in the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 27 03-23-2015 B. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to infringement of patent rights and copyrights are as set forth in Paragraph 7.14. 7.06 Permits A. Obtain and pay for construction permits and licenses. OPT is to assist Contractor in obtaining permits and licenses when required to do so by applicable Laws and Regulations. Pay governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time the Contractor's Bid is submitted or when Contractor negotiates the Contract Price. 7.07 Taxes A. Contractor is responsible for all taxes and duties arising out of the Work. The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any city or state sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Contractor is responsible for including in the Contract Price any applicable sales and use taxes and is responsible for complying with all applicable statutes and rulings of the State Comptroller. Pay sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations. B. The Owner is exempt from the Federal Transportation and Excise Tax. Contractor must comply with all federal regulations governing the exemptions. C. Products incorporated into the Work are exempt from state sales tax according to the provisions of Subchapter H, Chapter 151, of the Texas Tax Code. D. Contractor may not include any amounts for sales, use, or similar taxes for which the Owner is exempt in the Contract Price or any proposed Change Order or Application for Payment. E. Obtain tax exemption certificates or other documentation necessary to establish Owner's exemption from such taxes. 7.08 Laws and Regulations A. Give required notices and comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for monitoring Contractor's compliance with Laws or Regulations except where expressly required by applicable Laws and Regulations. B. Pay costs resulting from actions taken by Contractor that are contrary to Laws or Regulations. Contractor is not responsible for determining that the design aspects of the Work described in the Contract Documents is in accordance with Laws and Regulations. This does not relieve Contractor of its obligations under Paragraph 3.03. C. Owner or Contractor may give notice to the other party of changes in Laws or Regulations that may affect the cost or time of performance of the Work, including: 1. Changes in Laws or Regulations affecting procurement of permits; and 2. Sales, use, value-added, consumption, and other similar taxes which come into effect after Contractor's Bid is submitted or when Contractor negotiates the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 28 03-23-2015 D. Contractor may submit a Change Proposal or Owner may initiate a Claim within 30 days of this notice if Owner and Contractor are unable to agree on entitlement to or on the amount or extent of adjustments in Contract Price or Contract Times resulting from these changes. 7.09 Safety and Protection A. Contractor is solely responsible for initiating, maintaining, and supervising safety precautions and programs in connection with the Work. This responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. B. Take necessary precautions for the safety of persons on the Site or who may be affected by the Work, and provide the necessary protection to prevent damage, injury, or loss to: 1. Work and materials and equipment to be incorporated in the Work, whether stored on or off Site; and 2. Other property at or adjacent to the Site, including trees, shrubs, lawns, walks, pavements, roadways, structures, other work in progress, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. C. Comply with applicable Laws and Regulations relating to the safety and protection of persons or property. Erect and maintain necessary safeguards for safety and protection. Notify Owner; the owners of adjacent property, Underground Facilities, and other utilities; and other contractors and utility owners performing work at or adjacent to the Site when prosecution of the Work may affect them. Cooperate with them in the protection, removal, relocation, and replacement of their property or work in progress. 1. Comply with requirements of Underground Facility Damage Prevention and Safety Act, Texas Utilities Code Chapter 251. 2. Comply with all applicable safety rules and regulations of the Federal Occupational Health and Safety Act of 1970 and subsequent amendments (OSHA). D. Remedy damage, injury, or loss to property referred to in Paragraph 7.09.6 caused by Contractor's Team. Pay remediation costs unless the damage or loss is: 1. Attributable to the fault of the Contract Documents; 2. Attributable to acts or omissions of OPT; or 3. Not attributable to the actions or failure to act of the Contractor's Team. E. Contractor's duties and responsibilities for safety and protection of persons or the Work or property at or adjacent to the Site continues until Work is completed and resumes whenever Contractor's Team returns to the Site to fulfill warranty or correction obligations or to conduct other tasks. F. Comply with the applicable requirements of the Owner's safety program if required to do so in the Supplementary Conditions. A copy of the Owner's safety program will be provided in the Bidding Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 29 03-23-2015 7.10 Safety Representative A. Provide a qualified and experienced safety representative at the Site whose duties and responsibilities are the prevention of accidents and maintaining and supervising safety programs. 7.11 Hazard Communication Programs A. Coordinate the exchange of material safety data sheets or other hazard communication information required to be made available or exchanged between or among employers at the Site in accordance with Laws or Regulations. 7.12 Emergencies A. Act to prevent threatened damage, injury, or loss in emergencies affecting the safety or protection of persons or the Work or property at or adjacent to the Site. Notify OAR immediately if Contractor believes that significant changes in the Work or variations from the Contract Documents have been caused or are required as a result of this need to act. A Modification is to be issued by OAR if OPT determines that the incident giving rise to the emergency action was not the responsibility of the Contractor and that a change in the Contract Documents is required because of the action taken by Contractor in response to this emergency. 7.13 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that Work is in accordance with the Contract Documents and is not Defective. Owner is entitled to rely on Contractor's warranty and guarantee. Assume and bear responsibility for costs and time delays associated with variations from the requirements of the Contract Documents. B. This Contractor's warranty and guarantee excludes defects or damage caused by improper maintenance or operation, abuse, or modification by OPT; or normal wear and tear under normal usage. C. Contractor's obligation to perform and complete Work in accordance with the Contract Documents is absolute. None of the following constitute an acceptance of Defective Work or a release of Contractor's obligation to perform Work in accordance with the Contract Documents: 1. Observations by OPT; 2. Recommendation by OAR or payment by Owner of progress or final payments; 3. The issuance of a Certificate of Substantial Completion; 4. Use or occupancy of part of the Work by Owner; 5. Review and approval of a Shop Drawing or Sample; 6. Inspections, tests, or approvals by others; or 7. Correction of Defective Work by Owner. D. The Contract Documents may require the Contractor to accept the assignment of a contract between the Owner and a contractor or supplier. The specific warranties, guarantees, and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 30 03-23-2015 correction obligations contained in an assigned contract govern with respect to Contractor's performance obligations to Owner for the Work described in an assigned contract. 7.14 Indemnification A. To THE FULLEST EXTENT PERMITTED BY LAW, THE CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST CLAIMS, DAMAGES, LOSSES AND EXPENSES, INCLUDING BUT NOT LIMITED TO ATTORNEY'S FEES OR DISPUTE RESOLUTION COSTS, ARISING OUT OF OR RESULTING FROM PERFORMANCE OF THE WORK, VIOLATIONS OF LAWS OR REGULATIONS, OR BODILY INJURY, DEATH, OR DESTRUCTION OF TANGIBLE PROPERTY CAUSED BY THE ACTS OR OMISSIONS OF THE CONTRACTOR'S TEAM, REGARDLESS OF WHETHER SUCH CLAIM, DAMAGE, LOSS OR EXPENSE IS ALLEGED TO BE CAUSED IN PART BY AN OWNER'S INDEMNITEE HEREUNDER, SUBJECT TO THE OWNER'S DEFENSES AND LIABILITY LIMITS UNDER THE TEXAS TORT CLAIMS ACT. HOWEVER, NOTHING HEREIN SHALL BE CONSTRUED TO REQUIRE CONTRACTOR TO INDEMNIFY AN OWNER'S INDEMNITEE AGAINST A CLAIM, LOSS, DAMAGE OR EXPENSE CAUSED BY THE (i) NEGLIGENCE OR FAULT, (II) BREACH OR VIOLATION OF A STATUTE, ORDINANCE, GOVERNMENTAL REGULATION, STANDARD OR RULE, OR (III) THE BREACH OF CONTRACT BY AN OWNER'S INDEMNITEE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES EACH OF OWNER'S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR'S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF AN OWNER'S INDEMNITEE. B. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS, ARISING OUT OF OR RELATING TO: (i) THE FAILURE TO CONTROL, CONTAIN, OR REMOVE A CONSTITUENT OF CONCERN BROUGHT TO THE SITE BY CONTRACTOR'S TEAM OR A HAZARDOUS ENVIRONMENTAL CONDITION CREATED BY CONTRACTOR'S TEAM, (II) CONTRACTOR'S TEAM'S ACTION OR INACTION RELATED TO DAMAGES, DELAYS, DISRUPTIONS, OR INTERFERENCE WITH THE WORK OF OWNER'S EMPLOYEES, OTHER CONTRACTORS, OR UTILITY OWNERS PERFORMING OTHER WORK AT OR ADJACENT TO THE SITE, OR (III) THE CORRECTION OF DEFECTIVE WORK. NOTHING IN THIS PARAGRAPH OBLIGATES THE CONTRACTOR TO INDEMNIFY THE OWNER'S INDEMNITEES FROM THE CONSEQUENCES OF THE OWNER'S AND OWNER'S INDEMNITEES OWN NEGLIGENCE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES THE OWNER'S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR'S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF OWNER'S INDEMNITEES. C. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS RESULTING FROM INFRINGEMENT ON PATENT RIGHTS OR COPYRIGHTS BY CONTRACTOR'S TEAM TO THE FULLEST EXTENT PERMITTED BY LAW. D. The indemnification obligations under this paragraph are not limited by the amount or type of damages, compensation, or benefits payable by or for members of the Contractor's Team or other individuals or entities under workers' compensation acts, disability benefit acts, or other employee benefit acts in claims against Owner's Indemnitees by an employee or the survivor or personal representative of employee of Contractor's Team. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-31 03-23-2015 E. The indemnification obligations of this Paragraph 7.14 do not extend to the liability of Designer arising out of the preparation of the Contract Documents or giving directions or instructions, or failing to give them, to the extent they are obligated to do so if that is the primary cause of the injury or damage. F. Notify the other party within 10 days if Owner or Contractor receives notice of any claim or circumstances that could give rise to an indemnified loss. The notice must include the following: 1. A description of the indemnification event in reasonable detail; 2. The basis on which indemnification may be due; and 3. The anticipated amount of the indemnified loss. This notice does not stop or prevent Owner's Indemnitees from later asserting a different basis for indemnification or a different amount of indemnified loss than that indicated in the initial notice. Owner's Indemnitees do not waive any rights to indemnification except to the extent that Contractor is prejudiced, suffers loss, or incurs expense because of the delay if Owner does not provide this notice within the 10 -day period. G. Defense of Indemnification Claims: 1. Assume the defense of the claim with counsel chosen by the Contractor and pay related costs, unless Owner decides otherwise. Contractor's counsel must be acceptable to Owner. Control the defense and any negotiations to settle the claim. Advise Owner's Indemnitees as to its defense of the claim within 10 days after being notified of the indemnification request. Owner's Indemnitees may assume and control the defense If Contractor does not assume the defense. Pay all defense expenses of the Owner's Indemnitees as an indemnified loss. 2. Owner's Indemnitees may retain separate counsel to participate in, but not control, the defense and any settlement negotiations if Contractor defends the claim. Contractor may not settle the claim without the consent or agreement of Owner. Contractor may settle the claim with Owner's consent and agreement unless it: a. Would result in injunctive relief or other equitable remedies or otherwise require Owner's Indemnitees to comply with restrictions or limitations that adversely affect Owner's Indemnitees; b. Would require Owner's Indemnitees to pay amounts that Contractor does not fund in full; or c. Would not result in Owner and Owner's Indemnitees' full and complete release from all liability to the plaintiffs or claimants who are parties to or otherwise bound by the settlement. 7.15 Delegation of Professional Design Services A. Contractor is not required to provide professional design services unless these services are specifically required by the Contract Documents for a portion of the Work or unless these services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences, and procedures. Contractor is not required to provide professional services in violation of applicable Laws and Regulations. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 32 03-23-2015 B. The Contract Documents specify performance and design criteria related to systems, materials, or equipment if professional design services or certifications by a design professional related to systems, materials, or equipment are specifically required of Contractor. These services or certifications must be provided by the licensed Texas Professional Engineer or Registered Architect who prepares, signs, and seals drawings, calculations, specifications, certifications, Shop Drawings, and other documents. C. OPT is entitled to rely upon the adequacy, accuracy, and completeness of the services, certifications, or approvals performed by Contractor's design professionals, provided OPT has specified to Contractor the performance and design criteria that these services must satisfy. D. Pursuant to this Paragraph 7.15, Designer's review and approval of design calculations and design drawings is only for the limited purpose of checking for conformance with the performance and design criteria given and the design concepts expressed in the Contract Documents. Designer's review and approval of Shop Drawings and other documents is only for the purpose stated in the Contract Documents. E. Contractor is not responsible for the adequacy of the performance or design criteria specified by OPT. Advise OPT if the performance or design criteria are known or considered likely to be inadequate or otherwise deficient. ARTICLE 8 — OTHER WORK AT THE SITE 8.01 Other Work A. Owner may arrange for other work at or adjacent to the Site which is not part of the Contractor's Work. This other work may be performed by Owner's employees or through other contractors. Utility owners may perform work on their utilities and facilities at or adjacent to the Site. Include costs associated with coordinating with entities performing other work or associated with connecting to this other work in the Contract Price if this other work is shown in the Contract Documents. B. OPT is to notify Contractor of other work prior to starting the work and provide any knowledge they have regarding the start of utility work at or adjacent to the Site to Contractor. C. Provide other contractors: 1. Proper and safe access to the Site; 2. Reasonable opportunity for the introduction and storage of materials and equipment; and 3. Reasonable opportunity to execute their work. D. Provide cutting, fitting, and patching of the Work required to properly connect or integrate with other work. Do not endanger the work of others by cutting, excavating, or otherwise altering the work of others without the consent of OAR and the others whose work will be affected. E. Inspect the work of others and immediately notify OAR if the proper execution of part of Contractor's Work depends upon work performed by others and this work has not been performed or is unsuitable for the proper execution of Contractor's Work. Contractor's General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 33 03-23-2015 failure to notify the OAR constitutes an acceptance of this other work as acceptable for integration with Contractor's Work. This acceptance does not apply to latent defects or deficiencies in the work of others. F. Take adequate measures to prevent damages, delays, disruptions, or interference with the work of Owner, other contractors, or utility owners performing other work at or adjacent to the Site. 8.02 Coordination A. Owner has sole authority and responsibility for coordination of this other work unless otherwise provided in the Contract Documents. The Owner is to identify the entity with authority and responsibility for coordination of the activities of the various contractors, the limitations of their authority, and the work to be coordinated prior to the start of other work at or adjacent to the Site. 8.03 Legal Relationships A. Contractor may be entitled to a change in Contract Price or Contract Times if, while performing other work at or adjacent to the Site for Owner, the OPT, other contractor, or utility owner: 1. Damages the Work or property of Contractor's Team; 2. Delays, disrupts, or interferes with the execution of the Work; or 3. Increases the scope or cost of performing the Work through their actions or inaction. B. Notify the OAR immediately of the event leading to a potential Change Proposal so corrective action can be taken. Submit the Change Proposal within 30 days of the event if corrective action has not adequately mitigated the impact of the actions or inactions of others. Information regarding this other work in the Contract Documents is used to determine if the Contractor is entitled to a change in Contract Price or Contract Times. Changes in Contract Price require that Contractor assign rights against the other contractor or utility owner to Owner with respect to the damage, delay, disruption, or interference that is the subject of the adjustment. Changes in Contract Times require that the time extension is essential to Contractor's ability to complete the Work within the Contract Times. C. Take prompt corrective action if Contractor's Team damages, delays, disrupts, or interferes with the work of Owner's employees, other contractors, or utility owners performing other work at or adjacent to the Site or agree to compensate other contractors or utility owners for correcting the damage. Promptly attempt to settle claims with other contractors or utility owners if Contractor damages, delays, disrupts, or interferes with the work of other contractors or utility owners performing other work at or adjacent to the Site. D. Owner may impose a set-off against payments due to Contractor and assign the Owner's contractual rights against Contractor with respect to the breach of the obligations described in this Paragraph 8.03 to other contractors or utility owners if damages, delays, disruptions, or interference occur. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 34 03-23-2015 E. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related damages, delays, disruptions, and interference with other work at the Site are as set forth in Paragraph 7.14. ARTICLE 9 — OWNER'S AND OPT'S RESPONSIBILITIES 9.01 Communications to Contractor A. OPT issues communications to Contractor through OAR except as otherwise provided in the Contract Documents. 9.02 Replacement of Owner's Project Team Members A. Owner may replace members of the OPT at its discretion. 9.03 Furnish Data A. OPT is to furnish the data required of OPT under the Contract Documents. 9.04 Pay When Due A. Owner is to make payments to Contractor when due as described in Paragraphs 15.01.D and 15.06.D. 9.05 Lands and Easements; Reports and Tests A. Owner's duties with respect to providing lands and easements are described in Paragraph 5.01. OPT will make copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site available to Contractor in accordance with Paragraph 5.03. 9.06 Insurance A. Owner's responsibilities with respect to purchasing and maintaining insurance are described in Article 6. 9.07 Modifications A. Owner's responsibilities with respect to Modifications are described in Article 11. 9.08 Inspections, Tests, and Approvals A. OPT's responsibility with respect to certain inspections, tests, and approvals are described in Paragraph 14.02. 9.09 Limitations on OPT's Responsibilities A. The OPT does not supervise, direct, or have control or authority over, and is not responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or related safety precautions and programs, or for failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 35 03-23-2015 9.10 Undisclosed Hazardous Environmental Condition A. OPT's responsibility for undisclosed Hazardous Environmental Conditions is described in Paragraph 5.06. 9.11 Compliance with Safety Program A. Contractor is to inform the OPT of its safety programs and OPT is to comply with the specific applicable requirements of this program. ARTICLE 10 — OAR'S AND DESIGNER'S STATUS DURING CONSTRUCTION 10.01 Owner's Representative A. OAR is Owner's representative. The duties and responsibilities and the limitations of authority of OAR as Owner's representative are described in the Contract Documents. 10.02 Visits to Site A. Designer is to make periodic visits to the Site to observe the progress and quality of the Work. Designer is to determine, in general, if the Work is proceeding in accordance with the Contract Documents based on observations made during these visits. Designer is not required to make exhaustive or continuous inspections to check the quality or quantity of the Work. Designer is to inform the OPT of issues or concerns and OAR is to work with Contractor to address these issues or concerns. Designer's visits and observations are subject to the limitations on Designer's authority and responsibility described in Paragraphs 9.09 and 10.07. B. OAR is to observe the Work to check the quality and quantity of Work, implement Owner's quality assurance program, and administer the Contract as Owner's representative as described in the Contract Documents. OAR's visits and observations are subject to the limitations on OAR's authority and responsibility described in Paragraphs 9.09 and 10.07. 10.03 Resident Project Representatives A. Resident Project Representatives assist OAR in observing the progress and quality of the Work at the Site. The limitations on Resident Project Representatives' authority and responsibility are described in Paragraphs 9.09 and 10.07. 10.04 Rejecting Defective Work A. OPT has the authority to reject Work in accordance with Article 14. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 14. 10.05 Shop Drawings, Modifications and Payments A. Designer's authority related to Shop Drawings and Samples are described in the Contract Documents. B. Designer's authority related to design calculations and design drawings submitted in response to a delegation of professional design services are described in Paragraph 7.15. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 36 03-23-2015 C. OAR and Designer's authority related to Modifications is described in Articles 11. D. OAR's authority related to Applications for Payment is described in Articles 13 and 15. 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. OAR is to render decisions regarding non-technical or contractual / administrative requirements of the Contract Documents and will coordinate the response of the OPT to Contractor. B. Designer is to render decisions regarding the conformance of the Work to the requirements of the Contract Documents. Designer will render a decision to either correct the Defective Work, or accept the Work under the provisions of Paragraph 14.04, if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OAR will issue a Request for a Change Proposal if a Modification is required. OAR will provide documentation for changes related to the non-technical or contractual / administrative requirements of the Contract Documents. Designer will provide documentation if design related changes are required. D. Contractor may appeal Designer's decision by submitting a Change Proposal if Contractor does not agree with the Designer's decision. 10.07 Limitations on OAR's and Designer's Authority and Responsibilities A. OPT is not responsible for the acts or omissions of Contractor's Team. No actions or failure to act, or decisions made in good faith to exercise or not exercise the authority or responsibility available under the Contract Documents creates a duty in contract, tort, or otherwise of the OPT to the Contractor or members of the Contractor's Team. ARTICLE 11— AMENDING THE CONTRACT DOCUMENTS; CHANGES IN THE WORK 11.01 Amending and Supplementing the Contract Documents A. The Contract Documents may be modified by a Contract Amendment, Change Order, Work Change Directive, or Field Order. 1. Contract Amendment: Owner and Contractor may modify the terms and conditions of the Contract Documents without the recommendation of the Designer using a Contract Amendment. A Contract Amendment may be used for: a. Changes that do not involve: 1) The performance or acceptability of the Work; 2) The design as described in the Drawings, Specifications, or otherwise; or 3) Other engineering, architectural or technical matters. b. Authorizing new phases of the Work and establishing the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work when using phased construction or purchasing Goods and Special Services to be incorporated into the Project. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 37 03-23-2015 2. Change Order: All changes to the Contract Documents that include a change in the Contract Price or the Contract Times for previously authorized Work, or changes to the Work requiring Designer's approval must be made by a Change Order. A Change Order may also be used to establish modifications of the Contract Documents that do not affect the Contract Price or Contract Times. 3. Work Change Directive: A Work Change Directive does not change the Contract Price or the Contract Times, but is evidence that the parties expect that the modifications ordered or documented by a Work Change Directive are to be incorporated in a subsequently issued Change Order following negotiations on the Contract Price and Contract Times. Contractor must submit a Change Proposal seeking an adjustment of the Contract Price or the Contract Times no later than 30 days after the completion of the Work set out in the Work Change Directive if negotiations are unsuccessful under the terms of the Contract Documents governing adjustments, expressly including Paragraphs 11.04 and 11.05. 4. Field Order: Designer may require minor changes in the Work that do not change the Contract Price or Contract Times using a Field Order. OAR may issue a Field Order for non-technical, administrative issues. Submit a Change Proposal if Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times before proceeding with the Work described in the Field Order. B. Perform added or revised Work under the applicable provisions of the Contract Documents for the same or similar Work unless different Drawings, Specifications, or directions are provided in the Modification. 11.02 Owner -Authorized Changes in the Work A. Owner may order additions, deletions, or revisions in the Work at any time as recommended by the Designer to the extent the change: 1. Involves the design as described in the Contract Documents; 2. Involves acceptance of the Work; or 3. Involves other engineering, architectural or technical matters. B. These changes may be authorized by a Modification. Proceed with the Work involved or, in the case of a deletion in the Work, immediately cease construction activities with respect to the deleted Work upon receipt of the Modification. Nothing in this paragraph obligates the Contractor to undertake Work that Contractor reasonably concludes cannot be performed in a manner consistent with Contractor's safety obligations under the Contract Documents or Laws and Regulations. 11.03 Unauthorized Changes in the Work A. Contractor is not entitled to an increase in the Contract Price or an extension of the Contract Times with respect to Work performed that is not required by the Contract Documents, except in the case of an emergency as provided in Paragraph 7.12, or in the case of uncovering Work as provided in Paragraph 14.05. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 38 03-23-2015 B. Contractor is responsible for costs and time delays associated with variations from the requirements of the Contract Documents unless the variations are specifically approved by Change Order. 11.04 Change of Contract Price A. The Contract Price can only be changed by a Change Order. Any Change Proposal for an adjustment in the Contract Price must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment of Contract Price must comply with the provisions of Article 12. B. An adjustment in the Contract Price is to be determined as follows: 1. By applying unit prices to the quantities of the items involved, subject to the provisions of Paragraph 13.03, where the Work involved is covered by unit prices in the Contract Documents; 2. By a mutually agreed lump sum where the Work involved is not covered by unit prices in the Contract Documents; or 3. Payment on the basis of the Cost of the Work determined as provided in Paragraph 13.01 plus a Contractor's fee for overhead and profit determined as provided in Paragraph 11.04.D when the Work involved is not covered by unit prices in the Contract Documents or the parties do not reach a mutual agreement to a lump sum. C. The original Contract Price may not be increased by more than 25 percent or the limit set out in Texas Local Government Code 252.048 or its successor statute. Owner may decrease the Work by up to 25 percent of the Contract Price without adjusting Contractor's fee. D. Contractor's Fee: Determine the Contractor's fee for overhead and profit as follows: 1. A mutually acceptable fixed fee; or 2. A fee based on the following percentages of the various portions of the Cost of the Work: a. The Contractor's fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2; b. The Contractor's fee is 5 percent for costs incurred under Paragraph 13.01.C.3; c. Fees are to be determined as follows where one or more tiers of subcontracts are used: 1) The Subcontractor's fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2 for the Subcontractor that actually performs the Work at whatever tier; and 2) The Contractor and Subcontractors of a tier higher than that of the Subcontractor that actually performs the Work are to be allowed a fee of 5 percent of the fee plus underlying costs incurred by the next lower tier Subcontractor; d. No fee is payable on the basis of costs itemized under Paragraphs 13.01.C.4, and 13.01.D; e. Five percent of the net decrease in the cost is to be deducted for changes which result in a net decrease in Contract Price; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 39 03-23-2015 3. The adjustment in Contractor's fee is based on the net change in accordance with Paragraphs 11.04.D.2.a through 11.04.D.2.e, inclusive when both additions and credits are involved in any one change. 11.05 Change of Contract Times A. The Contract Times can only be changed by Change Order. Any Change Proposal for an adjustment in the Contract Times must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment in the Contract Times must comply with the provisions of Article 12. B. An adjustment of the Contract Times is subject to the limitations described in Paragraph 4.04. 11.06 Change Proposals A. Submit a Change Proposal to the OAR to: 1. Request an adjustment in the Contract Price or Contract Times; 2. Appeal an initial decision by OPT concerning the requirements of the Contract Documents or relating to the acceptability of the Work under the Contract Documents; 3. Contest a set-off against payment due; or 4. Seek other relief under the Contract Documents. B. Notify the OAR immediately if a Change Proposal is to be submitted. Submit each Change Proposal to OAR no later than 30 days after the event initiating the Change Proposal. Submit the following as part of the Change Proposal: 1. Any proposed change in Contract Price, Contract Times, or other relief, accompanied by a statement that the requested Change Order is the entire adjustment to which Contractor believes it is entitled; 2. The reason for the proposed change; and 3. Supporting data, accompanied by a statement that the supporting data is accurate and complete. C. OAR is to advise OPT regarding the Change Proposal. OPT is to review each Change Proposal and Contractor's supporting data, and within 30 days after receipt of the documents, direct the OAR to either approve or deny the Change Proposal in whole or in part. OAR is to issue a Change Order for an approved Change Proposal. The Contractor may deem the Change Proposal to be denied if OAR does not take action on the Change Proposal within 30 days and start the time for appeal of the denial under Article 12. 11.07 Execution of Change Orders A. Owner and Contractor are to execute Change Orders covering: 1. Changes in the Contract Price or Contract Times which are agreed to by Owner and Contractor, including undisputed sums or amount of time for Work actually performed in accordance with a Work Change Directive; General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 40 03-23-2015 2. Changes in Contract Price resulting from Owner set -offs unless the set-off has been successfully challenged by Contractor; 3. Changes in the Work which are: a. Ordered by Owner pursuant to Paragraph 11.02.A, b. Required because Defective Work was accepted under Paragraph 14.04 or Owner's correction of Defective Work under Paragraph 14.07, or c. Agreed to by the Owner and Contractor; and 4. Changes in the Contract Price or Contract Times, or other changes under Paragraph 11.06 or Article 12. B. Acceptance of a Change Order by Contractor constitutes a full accord and satisfaction for any and all claims and costs of any kind, whether direct or indirect, including but not limited to impact, delay, or acceleration damages arising from the subject matter of the Change Order. Each Change Order must be specific and final as to prices and extensions of time, with no reservations or other provisions allowing for future additional money or time as a result of the particular changes identified and fully compensated in the Change Order. The execution of a Change Order by Contractor constitutes conclusive evidence of Contractor's agreement to the ordered changes in the Work. This Contract, as amended, forever releases any claim against Owner for additional time or compensation for matters relating to or arising out of or resulting from the Work included within or affected by the executed Change Order. This release applies to claims related to the cumulative impact of all Change Orders and to any claim related to the effect of a change on unchanged Work. C. All Change Orders require approval by either the City Council or Owner by administrative action. The approval process requires a minimum of 45 days after submission in final form with all supporting data. Receipt of Contractor's submission by Owner constitutes neither acceptance nor approval of a Bid, nor a warranty that the Bid will be authorized by City Council or administrative action. The time required for the approval process may not be considered a delay and no extensions to the Contract Times or increase in the Contract Price will be considered or granted as a result of the process. Contractor may proceed with Work if a Work Change Directive is issued. D. A Change Order is deemed to be in full force as if executed by Contractor if the Contractor refuses to execute a Change Order that is required to be executed under the terms of this Paragraph 11.07. 11.08 Notice to Surety A. Notify the surety of Modifications affecting the general scope of the Work, changes in the provisions of the Contract Documents, or changes in Contract Price or Contract Times. Adjust the amount of each Bond when Modifications change the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-41 03-23-2015 ARTICLE 12 — CLAIMS 12.01 Claims A. Follow the Claims process described in this Article for the following disputes between Owner and Contractor: 1. A demand or assertion by Owner to Contractor, submitted in accordance with the requirements of the Contract Documents: a. Seeking an adjustment of Contract Price or Contract Times; b. Contesting an initial decision by Designer concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Contesting Designer's decision regarding a Change Proposal; d. Seeking resolution of a contractual issue that OAR has declined to address; or e. Seeking other relief with respect to the terms of the Contract. 2. A demand or assertion by Contractor to Owner, submitted in accordance with the requirements of the Contract Documents: a. Contesting OPT's decision regarding a Change Proposal; or b. Seeking resolution of a contractual issue that OPT has declined to address. 12.02 Claims Process A. Claims must be initiated by written notice. B. Claims by Contractor must be in writing and delivered to the Owner, Designer, and the OAR within 7 days: 1. After the start of the event giving rise to the Claim; or 2. After a final decision on a Change Proposal has been made. C. Claims by Owner must be submitted by written notice to Contractor. D. The responsibility to substantiate a Claim rests with the entity making the Claim. E. In the case of a Claim by Contractor seeking an increase in the Contract Price or Contract Times, Contractor must certify that the Claim is made in good faith, that the supporting data is accurate and complete, and that to the best of Contractor's knowledge and belief, the amount of time or money requested accurately reflects the full amount to which Contractor is entitled. F. The entity receiving a Claim is to review the Claim giving full consideration to its merits. The Owner and Contractor are to seek to resolve the Claim through the exchange of information and direct negotiations. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of actions taken on a Claim. G. Owner and Contractor may mutually agree to mediate the underlying dispute at any time after initiation of a Claim. 1. The agreement to mediate suspends the Claim submittal and response process. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 42 03-23-2015 2. Owner or Contractor may unilaterally terminate the mediation process after 60 days from the agreement to mediate and resume the Claim submittal and decision process as of the date of the termination. The Claim process resumes as of the date of the conclusion of the mediation, as determined by the mediator, if the mediation is unsuccessful in resolving the dispute. 3. Owner and Contractor are to each pay one-half of the mediator's fees and costs. H. If the entity receiving a Claim approves the Claim in part or denies it in part, this action is final and binding unless the other entity invokes the procedure described in Article 17 for final resolution of disputes within 30 days of this action. I. Notify the OAR if efforts to resolve the Claim are not successful, and the Claim is denied. A denial of the Claim is final and binding unless the other entity invokes the procedure described in Article 17 for the final resolution of disputes within 30 days of the denial. J. The results of the agreement or action on the Claim is to be incorporated in a Change Order by the OAR to the extent they affect the Contract Documents, the Contract Price, or the Contract Times if the Owner and Contractor reach a mutual agreement regarding a Claim. ARTICLE 13 — COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK 13.01 Cost of the Work A. The Cost of the Work is the sum of costs described in this Paragraph 13.01, except those excluded in Paragraph 13.01.D, necessary for the proper performance of the Work. The provisions of this Paragraph 13.01 are used for two distinct purposes: 1. To determine Cost of the Work when Cost of the Work is a component of the Contract Price under cost-plus, time -and -materials, or other cost -based terms; or 2. To determine the value of a Change Order, Change Proposal, Claim, set-off, or other adjustment in Contract Price. B. Contractor is entitled only to those additional or incremental costs required because of the change in the Work or because of the event giving rise to the adjustment when the value of the adjustment is determined on the basis of the Cost of the Work. C. Costs included in the Cost of the Work may not exceed the prevailing costs in the proximate area of the Site for similar work unless agreed to by the Owner. Cost of the Work includes only the following items: 1. Payroll costs for Contractor's employees performing the Work, including one foreman per crew, and other required and agreed upon personnel for the time they are employed on the Work. Employees are to be paid according to wage rates for job classifications as agreed to by Owner. Where the Cost of the Work is being used under provisions of Paragraph 13.01.A.2, rates paid for this Work are to be the same as paid for Contract Work as established by certified payroll. Payroll costs may include: a. Actual costs paid for salaries and wages; b. Actual cost paid for fringe benefits, which may include: 1) Social security contributions, General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 43 03-23-2015 2) Unemployment, 3) Excise and payroll taxes, 4) Workers' compensation, 5) Health and retirement benefits, 6) Bonuses, and 7) Paid time off for sick leave, vacations, and holidays; and c. Actual cost of additional compensation paid for performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, to the extent authorized by Owner. 2. Cost of materials and equipment furnished and incorporated in the Work, including transportation and storage costs and required Suppliers' field services. Contractor may retain cash discounts unless Owner provided funds to the Contractor for early payment of these materials and equipment. Cash discounts are to be credited to Owner if the Owner provides funds for early payment. Make provisions for trade discounts, rebates, refunds, and returns from sale of surplus materials and equipment and reduce the Cost of the Work by these amounts. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. Obtain competitive bids from Subcontractors acceptable to Owner unless Owner agrees to use Subcontractors proposed by the Contractor. Bids are to be opened in the presence of the OAR and other designated members for the OPT. Provide copies of bids to the OAR to use in determining, with the OPT, which bids are acceptable. The Subcontractor's Cost of the Work and fee are determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 13.01 if the subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee. 4. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work; b. Costs of materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site including transportation and maintenance costs; c. Costs of hand tools not owned by the workers consumed in the performance of the Work. Costs of hand tools not owned by the workers which are used but not consumed in the performance of the Work and which remain the property of Contractor, less their market value when Work is completed; d. Rental of construction equipment, including the costs of transporting, loading, unloading, assembling, dismantling, and removing construction equipment, whether rented from Contractor or others, in accordance with rental agreements approved by Owner. Costs for rental of equipment will not be paid when the equipment is no longer necessary for the Work. Justify idle time for equipment by demonstrating that it was necessary to keep equipment on Site for related future Work; General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 44 03-23-2015 e. Applicable sales, consumer, use, and other similar taxes related to the Work for which the Owner is not exempt, and which Contractor pays consistent with Laws and Regulations; f. Deposits lost for causes other than negligence of Contractor's Team; g. Royalty payments and fees for permits and licenses; h. Cost of additional utilities, fuel, and sanitary facilities at the Site; i. Minor expense items directly required by the Work; and j. Premiums for Bonds and insurance required by the Contract Documents. D. The Cost of the Work does not include the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals of partnerships and sole proprietorships, general managers, safety managers, superintendents, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office, for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 13.01.C.1 or specifically covered by Paragraph 13.01.C.4. These administrative costs are covered by the Contractor's fee. 2. Office expenses other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the actions of Contractor's Team for the correction of Defective Work, disposal of materials or equipment that do not comply with Specifications, and correcting damage to property. 5. Losses, damages, and related expenses caused by damage to the Work or sustained by Contractor in connection with the performance of the Work. Contractor is entitled to recover costs if covered by insurance provided in accordance with Article 6. Such losses may include settlements made with the approval of Owner. Do not include these losses, damages, and expenses in the Cost of the Work when determining Contractor's fee. 6. Any Indemnified Cost paid with regard to Contractor's indemnification of Owner's Indemnitees. 7. Other overhead or general expense costs and the costs of items not described in Paragraphs 13.01.C. E. The Contractor's fee is determined as follows: 1. In accordance with the Agreement when the Work is performed on a cost-plus basis. 2. In accordance with Paragraph 11.04.0 for Work covered by a Modification determined on the basis of Cost of the Work. F. Establish and maintain records in accordance with generally accepted accounting practices and submit these records, including an itemized cost breakdown together with supporting General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 45 03-23-2015 data, in a form and at intervals acceptable to OAR whenever the Cost of the Work is to be determined pursuant to this Paragraph 13.01. 13.02 Allowances A. Include allowances specified in the Contract Documents in the Contract Price and provide Work covered by the allowance as authorized by the Owner through the OAR. B. Contractor agrees that: 1. The cash allowance is used to compensate the Contractor for the cost of furnishing materials and equipment for the Work covered by the allowance item in the Contract Documents. Cost may include applicable taxes. Make provisions for trade discounts, rebates, and refunds and reduce the allowance costs by these amounts. 2. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances; and 3. Costs for cash allowances and installation costs as described in Paragraphs 13.02.6.1 and 13.02.6.2 above are included in the Contract Price. C. OAR will issue a Change Order to adjust the Contract Price by the difference between the allowance amount and the actual amount paid by Contractor for Work covered by the allowance. The Change Order will be issued at the time costs are incurred by Contractor for Work covered by the allowance and this Work is included on the Application for Payment. 13.03 Unit Price Work A. The initial Contract Price for Unit Price Work is equal to the sum of the unit price line items in the Agreement. Each unit price line item amount is equal to the product of the unit price for each line item times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparing Bids and determining an initial Contract Price. Payments to Contractor for Unit Price Work are to be based on actual quantities measured for Work in place. C. Each unit price is deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. D. OAR is to determine the actual quantities and classifications of Unit Price Work performed by Contractor to be incorporated into each Application for Payment. OAR's decision on actual quantities is final and binding, subject to the provisions of Paragraph 13.03.E. E. Contractor may submit a Change Proposal, or Owner may file a Claim, seeking an adjustment in the Contract Price within 30 days of OAR's decision under Paragraph 13.03.D, if: 1. The total cost of a particular item of Unit Price Work amounts to 20 percent or more of the total Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by the Contractor differs by more than 20 percent from the estimated quantity of an item indicated in the Agreement; 2. There is no corresponding adjustment with respect to other items of Work; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 46 03-23-2015 3. Contractor believes it has incurred additional expense as a result of this condition or if Owner believes that the quantity variation entitles Owner to an adjustment in the Contract Price. 13.04 Contingencies A. Contingency funds may be included in the Contract Price to pay for Work not defined specifically by the Contract Documents that is essential to the completion of the Project. Contingency funds will be as described in the Agreement. B. The contingency funds may be used for costs incurred by the Contractor provided these costs are approved by the Owner. Costs are to be determined and documented in accordance with Paragraph 13.01. The contingency funds are not to be used for the following items: 1. Cost overruns due to changes in material costs after the Contract Price is established, unless specific price escalation provisions are made in the Agreement. 2. Rework required to correct Defective Work. 3. Inefficiencies in completing the Work due to the Contractor's selected means, methods, sequences, or procedures of construction. 4. Work Contractor failed to include in the Contract Price. 5. Changes required by changes in Laws and Regulations enacted after the Contract Price is established. 6. Any Work that does not constitute a change in Scope in the Work included in the Contract Price. C. OAR is to issue a Change Order for approved expenditures from contingency funds. When the Change Order is issued, the costs are to be added to the Application for Payment. Contractor is to maintain a tabulation showing the contingency amount, adjustments to the contingency amount, and amounts remaining as the Project progresses. D. Any contingency amounts that are not included in a Change Order are retained by the Owner. A Change Order will be issued to deduct unused contingency amounts from the Contract Price prior to Final Payment. ARTICLE 14 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK 14.01 Access to Work A. Provide safe access to the Site and the Work for the observation, inspection, and testing of the Work in progress. Contractor can require compliance with Contractor's safety procedures and programs as part of providing safe access. 14.02 Tests, Inspections, and Approvals A. OPT may retain and pay for the services of an independent inspector, testing laboratory, or other qualified individual or entity to perform inspections. Notify OAR when the Work is ready for required inspections and tests. Provide adequate notice to allow for coordination General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 47 03-23-2015 with entities providing inspection or testing as determined by the OAR. Cooperate with inspection and testing personnel and assist with providing access for required inspections, tests, and handling test specimens or Samples. B. Arrange for and facilitate inspections, tests, and approvals required by Laws or Regulations of governmental entities having jurisdiction that require Work to be inspected, tested, or approved by an employee or other representative of that entity. Pay associated costs and furnish OAR with the required certificates of inspection or approval. C. Arrange, obtain, and pay for inspections and tests required: 1. By the Contract Documents, unless the Contract Documents expressly allocate responsibility for a specific inspection or test to OPT; 2. To attain OPT's acceptance of materials or equipment to be incorporated in the Work; 3. By manufacturers of equipment furnished under the Contract Documents; 4. For testing, adjusting, and balancing of mechanical, electrical, and other equipment to be incorporated into the Work; 5. For acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work; 6. For re -inspecting or retesting Defective Work, including any associated costs incurred by the testing laboratory for cancelled tests or standby time; and 7. For retesting due to failed tests. D. Provide independent inspectors, testing laboratories, or other qualified individuals or entities acceptable to OPT to provide these inspections and tests. 14.03 Defective Work A. It is Contractor's obligation to assure that the Work is not Defective. B. OPT has the authority to determine whether Work is Defective and to reject Defective Work. C. OAR is to notify Contractor of Defective Work of which OPT has actual knowledge. D. Promptly correct Defective Work. E. Take no action that would void or otherwise impair Owner's special warranties or guarantees when correcting Defective Work. F. Pay claims, costs, losses, and damages arising out of or relating to Defective Work, including: 1. Costs for correction, removal, and replacement of Defective Work; 2. Cost of the inspection and testing related to correction of Defective Work; 3. Fines levied against Owner by governmental authorities because of Defective Work; and 4. Costs of repair or replacement of work of others resulting from Defective Work. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 48 03-23-2015 14.04 Acceptance of Defective Work A. Owner may elect to accept Defective Work instead of requiring correction or removal and replacement of Defective Work provided: 1. This acceptance occurs prior to final payment; 2. Designer confirms that the Defective Work is in general accordance with the design intent and applicable engineering or architectural principles; and 3. Designer confirms that acceptance of the Defective Work does not endanger public health or safety. B. Owner may impose a reasonable set-off against payments due under Article 15 for costs associated with OPT's evaluation of Defective Work to determine if it can be accepted and to determine the diminished value of the Work. Owner may impose a reasonable set-off against payments due under Article 15 if the parties are unable to agree as to the decrease in the Contract Price to compensate Owner for the diminished value of Defective Work accepted. OAR is to issue a Modification for acceptance of the Defective Work prior to final payment. Pay an appropriate amount to Owner if the acceptance of Defective Work occurs after final payment. 14.05 Uncovering Work A. OPT has the authority to require inspection or testing of the Work, whether or not the Work is fabricated, installed, or completed. B. Work that is covered prior to approval of the OAR must be uncovered for OPT's observation if requested by OAR. Pay for uncovering Work and its subsequent restoration unless Contractor has given OAR timely notice of Contractor's intention to cover the Work and OAR fails to act with reasonable promptness in response to this notice. C. Provide necessary labor, material, and equipment and uncover, expose, or otherwise make available the portion of the Work suspected of being Defective for observation, inspection, or testing if OPT considers it necessary or advisable that covered Work be observed by Designer or inspected or tested by others as directed by the OAR. 1. Pay for claims, costs, losses, and damages associated with uncovering, exposing, observing, inspecting, and testing if it is found that the uncovered Work is Defective. Pay costs for correction of Defective Work. Pay for reconstruction, repair, or replacement of work of others if it is found that the uncovered Work is Defective. 2. Submit a Change Proposal for an increase in the Contract Price or an extension of the Contract Times directly attributable to this uncovering, exposure, observation, inspection, testing, and reconstruction if the uncovered Work is found to be not Defective. 14.06 Owner May Stop the Work A. Owner may order Contractor to stop the Work if: 1. The Work is Defective; 2. Contractor fails to supply sufficient skilled workers or suitable materials or equipment; or General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 49 03-23-2015 3. Contractor performs Work that may fail to conform to the Contract Documents when completed. This stop work order is to remain in effect until the reason for the stop work order has been eliminated. Owner's right to stop the Work does not create a duty to exercise this right for the benefit of Contractor's Team or surety. 14.07 Owner May Correct Defective Work A. Owner may remedy the following deficiencies after 7 days' notice to Contractor if: 1. Contractor fails to correct Defective Work, or to remove and replace rejected Work as required by OPT; 2. Contractor fails to perform the Work in accordance with the Contract Documents; or 3. Contractor fails to comply with other provisions of the Contract Documents. B. Owner may: 1. Exclude Contractor from the Site; 2. Take possession of the Work and suspend Contractor's services related to the Work; and 3. Incorporate stored materials and equipment in the Work. C. Allow OPT access to the Site and off Site storage areas to enable Owner to exercise the rights and remedies under this Paragraph 14.07. D. All claims, costs, losses, and damages incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 14.07 are to be charged against Contractor as a set-off against payments due under Article 15. These claims, costs, losses, and damages include costs of repair and the cost of replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor's Defective Work. E. Contractor is not allowed an extension of the Contract Times because of delays in the performance of the Work attributable to the exercise of the Owner's rights and remedies under this Paragraph 14.07. ARTICLE 15 — PAYMENTS TO CONTRACTOR; SET -OFFS; COMPLETION; CORRECTION PERIOD 15.01 Progress Payments A. Progress payments are to be submitted to the OAR on the Application for Payment form provided by the OAR following procedures in the Contract Documents. 1. Progress payments for lump sum Work are to be paid on the basis of the earned value to date at the amounts shown in the Schedule of Values submitted as required by Paragraph 2.03. Final payment will be for the total lump sum amount. 2. Progress payments for Unit Price Work are based on the number of units completed as determined under the provisions of Paragraph 13.03. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 50 03-23-2015 3. Progress payments for Work to be paid on the basis of the Cost of the Work per Paragraphs 13.01, 13.02 and 13.04 are to be paid for Work completed by Contractor during the pay period. B. Reduction in Payment by Owner: 1. Owner is entitled to impose a set-off against payment based on the following: a. Claims made against Owner or costs, losses, or damages incurred by Owner related to: 1) Contractor's conduct in the performance of the Work, including, but not limited to, workplace injuries, non-compliance with Laws and Regulations, or patent infringement; or 2) Contractor's failure to take reasonable and customary measures to avoid damage, delay, disruption, and interference with other work at or adjacent to the Site, including but not limited to, workplace injuries, property damage, and non-compliance with Laws and Regulations. b. Owner has been required to remove or remediate a Hazardous Environmental Condition for which Contractor is responsible; c. Work is Defective, or completed Work has been damaged by Contractor's Team, requiring correction or replacement; d. Owner has been required to correct Defective Work or complete Work in accordance with Paragraph 14.07; e. The Contract Price has been reduced by Change Orders; f. Events have occurred that would constitute a default by Contractor justifying a termination for cause; Liquidated damages have accrued as a result of Contractor's failure to achieve Milestones, Substantial Completion, or completion of the Work; h. Liens have been filed in connection with the Work, except where Contractor has delivered a specific Bond satisfactory to Owner to secure the satisfaction and discharge of these Liens; g. i. Owner has been notified of failure to make payments to Subcontractors, Suppliers, or Employees; Failure to submit up-to-date record documents as required by the Contract Documents; k. Failure to submit monthly Progress Schedule updates or revised schedules as requested by the OAR; I. Failure to provide Project photographs required by the Contract Documents; m. Failure to provide Certified Payroll required by the Contract Documents; n. Compensation for OPT for overtime charges of OAR or RPR, third review of documents, review of substitutions, re -inspection fees, inspections or designs related to correction of Defective Work, or other services identified as requiring payment by the Contractor; J• General Conditions Corpus Christi Standards - Regular Projects 00 72 00-51 03-23-2015 o. Costs for tests performed by the Owner to verify that Work previously tested and found to be Defective has been corrected; OPT has actual knowledge of the occurrence of events that would constitute a default by Contractor and therefore justify termination for cause under the Contract Documents with associated cost impacts; q• Other items entitling Owner to a set-off against the amount recommended; or r. Payment would result in an over -payment of the Contract Price. 2. Compensation for services of OPT staff is to be at the rates established by negotiations between OPT and Contractor. 3. OAR is to notify Contractor stating the amount and the reasons for an imposed set-off. The Owner is to pay the Contractor amounts remaining after deduction of the set-off. Owner is to pay the set-off amount agreed to by Owner and Contractor if Contractor remedies the reasons for the set-off. Contractor may submit a Change Proposal contesting the set-off. C. Delayed Payments: 1. No money shall be paid by Owner upon any claim, debt, demand, or account whatsoever, to any person, firm, or corporation who is in arrears to Owner for taxes; and Owner shall be entitled to counterclaim and automatically offset against any such debt, claim, demand, or account in the amount of taxes so in arrears and no assignment or transfer of such debt, claim, demand, or account after said taxes are due, shall affect the right of Owner to offset said taxes, and associated penalties and interest if applicable, against the same. 2. No payment will be made for Work authorized by a Work Change Directive until the Work Change Directive is incorporated into a Change Order. Payment can be included in an Application for payment when the Change Order is approved. D. The Owner is to pay the amount of payment recommended by the OAR within 30 days after receipt of the Application for Payment and accompanying documentation from the OAR. 15.02 Contractor's Warranty of Title A. Contractor warrants and guarantees that title to the Work, materials, and equipment furnished under the Contract is to pass to Owner free and clear of Liens, title defects, and patent, licensing, copyright, or royalty obligations no later than 7 days after the time of payment by Owner of the Application for Payment which includes these items. 15.03 Substantial Completion A. Notify OAR when Contractor considers the entire Work substantially complete and request a Certificate of Substantial Completion. B. OPT is to inspect the Work after Contractor's notification to determine if the Work is substantially complete. OAR is to either issue the Certificate of Substantial Completion which sets the date of Substantial Completion or notify Contractor of the reasons the Project is not considered to be substantially complete. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 52 03-23-2015 C. The OPT and Contractor are to meet to discuss Owner's use or occupancy of the Work following Substantial Completion. Items to be discussed at this meeting include: 1. Review of insurance policies with respect to the end of the Contractor's coverage, and confirm the transition to coverage of the Work under a permanent property insurance policy held by Owner; 2. Owner's assumption of responsibility for security, operation, protection of the Work, maintenance, and utilities upon Owner's use or occupancy of the Work; 3. Contractor's obligations for operations and maintenance during performance and acceptance testing; 4. Contractor's access to the Site to complete punch list items; and 5. Procedures for correction of Defective Work during the 1 -year correction period. 15.04 Partial Utilization A. Owner may use or occupy substantially completed parts of the Work which are specifically identified in the Contract Documents, or which OPT and Contractor agree constitutes a separately functioning and usable part of the Work prior to Substantial Completion of the Work. Owner must be able to use that part of the Work for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. Contractor and OPT are to follow the procedures of Paragraph 15.03 for this part of the Work. B. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Article 6. 15.05 Final Inspection A. OPT is to make a final inspection upon notice from Contractor that the entire Work or portion to be accepted under Paragraph 15.04 is complete. OAR is to notify Contractor of Work determined to be incomplete or Defective. Immediately take corrective measures to complete the Work and correct Defective Work. 15.06 Final Payment A. Make Application for Final Payment after completing required corrections identified during the final inspection and delivering items and documents required by the Contract Documents. Provide the following with the final Application for Payment: 1. Consent of Surety to Final Payment acknowledging unsettled disputes; and 2. Certification of Payment of Debts and Claims or Certification of Release of Liens or furnish receipts or releases in full from Subcontractors and Suppliers. B. OAR is to either recommend payment of the final Application for Payment to Owner if OPT is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled or notify the Contractor of the OPT's reasons for not recommending final payment. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 53 03-23-2015 C. The Work is complete, subject to surviving obligations, when it is ready for final payment as established by the OAR's recommendation of payment of the final Application for Payment to Owner and the issuance of a Certificate of Final Completion. D. The Owner is to pay the amount of final payment recommended by the OAR within 30 days after receipt of the final Application for Payment and accompanying documentation from the OAR. 15.07 Waiver of Claims A. The making of final payment does not constitute a waiver by Owner of claims or rights against Contractor. Owner expressly reserves claims and rights arising from: 1. Unsettled Liens or claims for non-payment; 2. Defective Work appearing after final inspection pursuant to Paragraph 15.05; 3. Contractor's failure to comply with the Contract Documents or the terms of specified special guarantees; or 4. Contractor's continuing obligations under the Contract Documents. B. Contractor waives claims and rights against Owner by accepting final payment with the exception of those Claims made in accordance with the provisions of Article 17 and specifically noted in the Certificate of Final Completion. 15.08 Correction Period A. Promptly correct Defective Work without cost to Owner for 1 year after the date of Substantial Completion or longer periods of time prescribed by the terms of the Contract Documents. B. Promptly correct damages to the Site or adjacent areas that Contractor has arranged to use through construction easements or other agreements. Promptly correct damages to Work or the work of others. Make corrections without cost to Owner. C. Owner may have the Defective Work and damages described in Paragraphs 15.08.A and 15.08.6 corrected if Contractor does not comply with the terms of OAR's instructions, or in an emergency where delay would cause serious risk of loss or damage. D. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to the correction of Defective Work are as set forth in Paragraph 7.14. E. The correction period starts to run from the date when a specific item of equipment or systems are placed in continuous beneficial use by Owner before Substantial Completion of Work if so provided in the Specifications or if accepted for beneficial use by the Owner. F. The correction period is extended for an additional period of 1 year for Defective Work corrected after the date of Substantial Completion or after the accepted date the correction period starts to run as described in Paragraph 15.08.E. This extended correction period starts to run when Defective Work has been satisfactorily corrected under this Paragraph 15.08. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 54 03-23-2015 G. Contractor's obligations under this Paragraph 15.08 are in addition to other obligations or warranties. The provisions of this Paragraph 15.08 are not a substitute for, or a waiver of, the provisions of applicable statutes of limitation or repose. ARTICLE 16 — SUSPENSION OF WORK AND TERMINATION 16.01 Owner May Suspend Work A. Owner may suspend the Work or a portion of the Work for a period of not more than 90 consecutive days, at any time and without cause, by notice to Contractor. This notice fixes the date on which Contractor is to resume Work. Contractor is entitled to adjustments in the Contract Price and Contract Times directly attributable to this suspension only if efforts are made to mitigate the cost impacts of the suspension. Meet with the Owner within 10 days of the notice of suspension to discuss specific strategies to reduce or eliminate the cost of delays. Submit a Change Proposal seeking an adjustment no later than 30 days after the date fixed for resumption of Work. 16.02 Owner May Terminate for Cause A. The occurrence of one or more of the following events constitutes a default by Contractor and justifies termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents, including failure to supply sufficient skilled workers or suitable materials or equipment; 2. Failure to adhere to the Progress Schedule; 3. Failure of the Contractor to provide a satisfactory replacement Bond or insurance in the event either is lost or canceled; 4. Failure of Contractor to maintain financial solvency to adequately complete the Project as indicated by one or more of the following: a. A petition of bankruptcy is filed by or against Contractor, b. Contractor is adjudged as bankrupt or insolvent, c. Contractor or surety makes a general assignment for the benefit of creditors, d. A receiver is appointed for the benefit of Contractor's creditors, or e. A receiver is appointed on account of Contractor's insolvency; 5. Contractor's disregard of Laws or Regulations of public bodies having jurisdiction; or 6. Contractor's repeated disregard of the authority of OPT. B. Contractor and surety must provide adequate assurance of future performance in accordance with the Contract Documents that is satisfactory to Owner if Contractor is believed to be in financial distress due to the existence of one or more of the indicators listed in Paragraph 16.02.A.4. Owner may terminate this Contract if Contractor and surety fail to provide adequate documentation satisfactory to Owner within 10 days of OAR's request for this information. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 55 03-23-2015 C. Owner may declare Contractor to be in default, give notice to Contractor and surety that the Contract is terminated, and enforce the rights available to Owner under the Performance Bond after giving Contractor and surety 10 days' notice that one or more of the events identified in Paragraph 16.02.A has occurred. D. Owner may exclude Contractor from the Site, take possession of the Work, incorporate the materials and equipment stored and complete the Work as Owner may deem expedient if Owner has terminated the Contract for cause. E. Owner may elect not to proceed with termination of the Contract under this Paragraph 16.02 if Contractor begins to cure the cause for termination within 7 days of receipt of notice of intent to terminate. F. Contractor is not entitled to receive further payments until the Work is completed if Owner proceeds as provided in this Paragraph 16.02. The amount of the Contract Price remaining is to be paid to the Contractor if the unpaid balance exceeds the cost to complete the Work. This cost to complete the Work may include related claims, costs, losses, damages, and the fees and charges of engineers, architects, attorneys, and other professionals retained by Owner. Pay the difference to Owner if the cost to complete the Work including related claims, costs, losses, and damages exceeds the unpaid balance of the Contract Price. Claims, costs, losses, and damages incurred by Owner are to be reviewed as to their reasonableness and incorporated in a Change Order by OAR. Owner is not required to obtain the lowest price for the Work performed when exercising its rights or remedies under this paragraph. G. Termination does not affect the rights or remedies of Owner against Contractor or against surety under the Payment Bond or Performance Bond. Owner does not release Contractor from liability by paying or retaining money due Contractor. 16.03 Owner May Terminate For Convenience A. Owner may terminate the Contract without cause after giving 7 days' notice to Contractor of the effective date of termination. Contractor is to be paid for the following if Owner terminates for convenience: 1. Work completed in accordance with the Contract Documents prior to the effective date of termination; 2. Actual costs sustained prior to the effective date of termination for Work in progress, plus a fee calculated in accordance with Paragraph 11.04.D.; and 3. Reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal. B. No payment is payable to Contractor for loss of anticipated overhead, profits or revenue, or other economic loss arising out of or resulting from this termination. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 56 03-23-2015 ARTICLE 17 — FINAL RESOLUTION OF DISPUTES 17.01 Methods and Procedures A. The Owner or Contractor may appeal a Claim, approved or denied in part or in full, by: 1. Electing to invoke the dispute resolution process if one is provided for in the Supplementary Conditions; 2. Agreeing with the other party to submit the dispute to a dispute resolution process; or 3. Notifying the other party of the intent to submit the dispute to a court of competent jurisdiction if no dispute resolution process is provided for in the Supplementary Conditions or mutually agreed to. ARTICLE 18 — MISCELLANEOUS 18.01 Computation of Times A. Exclude the first day and include the last day when determining dates for a period of time referred to in the Contract Documents by days. The last day of this period is to be omitted from the determination if it falls on a Saturday, Sunday, or a legal holiday. B. All references and conditions for a Calendar Day Contract in the Contract Documents apply for a Fixed Date Contract. A Fixed Date Contract is one in which the calendar dates for reaching Substantial Completion and/or final completion are specified in lieu of identifying the number of days involved. 18.02 Owner's Right to Audit Contractor's Records A. By execution of the Contract, Contractor grants Owner the right to audit, examine, inspect and/or copy, at Owner's election at all reasonable times during the term of this Contract and for a period of four (4) years following the completion or termination of the Work, all of Contractor's written and electronically stored records and billings relating to the performance of the Work under the Contract Documents. The audit, examination or inspection may be performed by an Owner designee, which may include its internal auditors or an outside representative engaged by Owner. Contractor agrees to retain its records for a minimum of four (4) years following termination of the Contract, unless there is an ongoing dispute under the Contract, then, such retention period must extend until final resolution of the dispute. As used in these General Conditions, "Contractor written and electronically stored records" include any and all information, materials and data of every kind and character generated as a result of the work under this Contract. Example of Contractor written and electronically stores records include, but are not limited to: accounting data and reports, billings, books, general ledgers, cost ledgers, invoices, production sheets, documents, correspondences, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, Subcontractor agreements, Supplier agreements, rental equipment proposals, federal and state tax filings for any issue in question, along with any and all other agreements, sources of information and matters that may, in Owner's sole judgment, General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 57 03-23-2015 have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement Documents. B. Owner agrees to exercise the right to audit, examine or inspect Contractor's records only during regular business hours. Contractor agrees to allow Owner and/or Owner's designee access to all of the Contractor's Records, Contractor's facilities and current or former employees of Contractor, deemed necessary by Owner or its designee(s), to perform such audit, inspection or examination. Contractor also agrees to provide adequate and appropriate work space necessary for Owner or its designees to conduct such audits, inspections or examinations. C. Contractor must include this Section in any Subcontractor, supplier or vendor contract. 18.03 Independent Contractor A. Contractor is to perform its duties under this Contract as an independent contractor. The Contractor's Team and their personnel are not considered to be employees or agents of the Owner. Nothing in this Contract is to be interpreted as granting Contractor's Team the right or authority to make commitments for the Owner. This Contract does not constitute or create a joint venture, partnership, or formal business organization of any kind. 18.04 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available to the Owner or Contractor by these General Conditions are in addition to, and are not a limitation of, the rights and remedies which are otherwise imposed or available by: 1. Laws or Regulations; 2. Special warranties or guarantees; or 3. Other provisions of the Contract Documents. B. The provisions of this Paragraph 18.03 are as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 18.05 Limitation of Damages A. Owner's Indemnitees are not liable to Contractor for claims, costs, losses, or damages sustained by Contractor's Team associated with other projects or anticipated projects. 18.06 No Waiver A. The failure of Owner or Contractor to enforce any provision of this Contract does not constitute a waiver of that provision, affect the enforceability of that provision, or the enforceability of the remainder of this Contract. 18.07 Severability A. If a court of competent jurisdiction renders a part of this Contract invalid or unenforceable, that part is to be severed and the remainder of this Contract continues in full force. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 58 03-23-2015 18.08 Survival of Obligations A. Representations, indemnifications, warranties, guarantees, and continuing obligations required by the Contract Documents survive completion and acceptance of the Work or termination of the Contract. 18.09 No Third Party Beneficiaries A. Nothing in this Contract can be construed to create rights in any entity other than the Owner and Contractor. Neither the Owner nor Contractor intends to create third party beneficiaries by entering into this Contract. 18.10 Assignment of Contract A. This Contract may not be assigned in whole or in part by the Contractor without the consent of the Owner. 18.11 No Waiver of Sovereign Immunity A. The Owner has not waived its sovereign immunity by entering into and performing its obligations under this Contract. 18.12 Controlling Law A. This Contract is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. 18.13 Conditions Precedent to Right to Sue A. Notwithstanding anything herein to the contrary, Contractor will have at least 90 days to give notice of a claim for damages as a condition precedent to the right to sue on the Contract, subject to the contractual Claims and Alternative Dispute Resolution processes set forth herein. 18.14 Waiver of Trial by Jury A. Owner and Contractor agree that they have knowingly waived and do hereby waive the right to trial by jury and have instead agreed, in the event of any litigation arising out of or connected to this Contract, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. 18.15 Attorney Fees A. The Parties expressly agree that, in the event of litigation, all parties waive rights to payment of attorneys' fees that otherwise might be recoverable, pursuant to the Texas Civil Practice and Remedies Code Chapter 38, Texas Local Government Code §271.153, the Prompt Payment Act, common law or any other provision for payment of attorney's fees. 18.16 Compliance with Laws A. Comply with the Americans with Disabilities Act of 1990 as amended (ADA) and Texas Architectural Barriers Act and all regulations relating to either statute. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 59 03-23-2015 B. Comply with all applicable federal, state, and city laws, rules and regulations. 18.17 Enforcement A. The City Manager or designee and the City Attorney or designee, are fully authorized and will have the right to enforce all legal rights and obligations under the Contract without further authorization from City Council. 18.18 Subject to Appropriation A. Funds are appropriated by the Owner on a yearly basis. If for any reason funds are not appropriated in any given year, the Owner may direct immediate suspension or termination of the Contract, with no additional liability to the Owner. If the Contractor is terminated or suspended and the Owner requests remobilization at a later date, the Contractor may request payment for reasonable demobilization/remobilization costs. Such costs shall be addressed through a Change Order to the Contract. Under no circumstances may a provision or obligation under this Contract be interpreted as contrary to this paragraph. 18.19 Contract Sum A. The Contract Sum is stated in the Contract and, including authorized adjustments, is the total maximum not -to -exceed amount payable by Owner to Contractor for performance of the Work under the Contract Documents. Contractor accepts and agrees that all payments pursuant to this Contract are subject to the availability and appropriation of funds by the Corpus Christi City Council. If funds are not available and/or appropriated, this Contract shall immediately be terminated with no liability to any party to this Contract. 18.20 Contractor's Guarantee as Additional Remedy A. The Contractor's guarantee is a separate and additional remedy available to benefit the Owner. Neither the guarantee nor the expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the Owner for any claims or causes of action against the Contractor or any other individual or entity. END OF SECTION General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 60 03-23-2015 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1— INSURANCE REQUIREMENTS 1.01 CONTRACTOR'S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises — Completed Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products / Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal & Advertising Injury $1,000,000 Per Occurrence $2,000,000 Aggregate Business Automobile Liability - Owned, Non -Owned, Rented and Leased $1,000,000 Combined Single Limit Workers' Compensation Statutory Employer's Liability $500,000/ 500,000/ 500,000 Excess Liability/Umbrella Liability Required if Contract Price > $5,000,000 $1,000,000 Per Occurrence Contractor's Pollution Liability / Environmental Impairment Coverage Not limited to sudden and accidental discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation > 3 ft $1,000,000 Per Claim • Required X Not Required Builder's Risk (All Perils including Collapse) Required for vertical structures and bridges Equal to Full Replacement Cost of Structure and Contents • Required X Not Required Installation Floater Required if installing city -owned equipment Equal to Contract Price • Required X Not Required Insurance Requirements CCIA Taxiway K Construction Project No. E16451 007201-1 Rev 06-22-2016 Owner's Protective Liability Equal to Contractor's Liability Insurance x Required ❑ Not Required 1.02 GENERAL PROVISIONS A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. B. Provide endorsements to the policies as outlined in this Section. C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M. Best rating of A -VIII or better. D. Furnish copies of endorsements and documentation of applicable self-insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out (redact) any confidential premium or pricing information contained in any endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate of insurance. F. OPT's failure to demand such certificates or other evidence of the Contractor's full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor's obligation to obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract Documents. Contractor shall not be allowed to perform any Work on the Project until the required insurance policies are in effect. A Certificate of Liability Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 of the General Conditions if Contractor fails to obtain or maintain the required insurance. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor's interests. J. The required insurance and insurance limits do not limit the Contractor's liability under the indemnities granted to Owner's Indemnitees in the Contract Documents. K. Provide for an endorsement that the "other insurance" clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor's insurance is primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers' compensation policy and Contractor's professional liability policy. Insurance Requirements 00 72 01- 2 CCIA Taxiway K Construction Project No. E16451 Rev 06-22-2016 1.03 CONTRACTOR'S INSURANCE A. Purchase and maintain workers' compensation and employer's liability insurance for: 1. Claims under workers' compensation, disability benefits, and other similar employee benefit acts. Obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. The expected coverage is that which would be included in a commercially available ISO Commercial General Liability policy and should provide coverage on an occurrence basis, against: 1. Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; and 4. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including any resulting loss of use. C. Provide Contractor's commercial general liability policy that is written on a 1996 (or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Section. Insurance is to remain in effective for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. a. If required by Paragraph 1.01, provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor. Provide Installation Floater insurance that is a broad form or "All Peril" policy providing coverage for all materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; Insurance Requirements 00 72 01- 3 CCIA Taxiway K Construction Project No. E16451 Rev 06-22-2016 b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; f) Any loss at the Site; g) Any loss while in storage, both on and off the Site; and h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies, machinery, fixture, and equipment which will be incorporated into the Work while in transit or in storage. 2. Blanket contractual liability coverage for Contractor's contractual indemnity obligations in Paragraph 7.14 of the General Conditions, and all other contractual indemnity obligations of Contractor in the Contract Documents. Industry standard ISO Contractual Liability coverage will meet this obligation. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. 6. Personal injury coverage. 7. Endorsement CG 2032, "Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured" or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. E. For Projects with a Contract Value that exceeds $5,000,000, purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability, commercial general liability, and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first -dollar liability coverage as needed. F. Provide Contractor's commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for Owners Indemnitees as defined in Article 1 of the General Conditions; and Insurance Requirements 00 72 01- 4 CCIA Taxiway K Construction Project No. E16451 Rev 06-22-2016 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third -party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The completed operations coverage is to remain in effect for 3 years after final payment. The policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. H. Purchase and maintain applicable professional liability insurance, or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section or required by Laws or Regulations, whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor, Owner, and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether performed by Contractor, Subcontractor, Supplier, anyone directly or indirectly employed or retained by any of them, or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 Owner's Protective Liability Insurance A. Purchase and maintain an Owner's Protective Liability insurance policy with the Owner as the named insured and other members of the OPT as additional insureds. Provide a policy that will protect the OPT from claims which arise from operations under the Contract Documents. Provide this coverage in the same amounts required for the Contractor's liability insurance and from the same company that provides the Contractor's liability insurance. Insurance Requirements 00 72 01- 5 CCIA Taxiway K Construction Project No. E16451 Rev 06-22-2016 1.05 PROPERTY INSURANCE A. Purchase and maintain builder's risk insurance in the amount of the full replacement cost of the Project. This policy is subject to the deductible amounts requirements in this Section or those required by Laws and Regulations and must comply with the requirements of Paragraph 1.06. This insurance shall: 1. Include the OPT, Contractor, and all Subcontractors, and any other individuals or entities identified in the Supplementary Conditions, as named insureds. 2. Be written on a builder's risk "all risk" policy form that includes insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and insures against at least the following perils or causes of loss: fire; lightning; windstorm; riot; civil commotion; terrorism; vehicle impact; aircraft; smoke; theft; vandalism and malicious mischief; mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations; water damage (other than that caused by flood); and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk, by endorsement or otherwise, this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner -furnished or assigned property. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer's subrogation rights as set forth below. 8. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10. Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship, design, or materials exclusions. 11. Include testing and startup. 12. Be maintained in effect until the Work as a whole is complete, unless otherwise agreed to in writing by Owner and Contractor. B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. Insurance Requirements 00 72 01- 6 CCIA Taxiway K Construction Project No. E16451 Rev 06-22-2016 D. Notify builder's risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04 of the General Conditions. Maintain the builder's risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder's risk or property insurance policies provided under this Section. F. Contractor, Subcontractors, or employees of the Contractor or a Subcontractor owning property items, such as tools, construction equipment, or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. 1.06 WAIVER OF RIGHTS A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. All policies purchased in accordance with this Section are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner's Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contains provisions that the Subcontractor waive all rights against Owner's Indemnitees, Contractor, named insureds and additional insureds, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, for all losses and damages created by or resulting from any of the perils or causes of loss covered by builder's risk insurance and other property insurance. 1.07 OWNER'S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor, Subcontractors, or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds, or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2 — EVIDENCE OF INSURANCE 2.01 ACCEPTABLE EVIDENCE OF INSURANCE A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; Insurance Requirements 00 72 01- 7 CCIA Taxiway K Construction Project No. E16451 Rev 06-22-2016 2. Riders or endorsements to policies; and 3. Policy limits and deductibles. B. Provide a list of "Additional Insureds" for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days' notice before cancellation or any material change in the policy's terms and conditions, limits of coverage, or change in deductible amount. 2.02 CERTIFICATES OF INSURANCE A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code §1811.101; or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 2.03 INSURANCE POLICIES A. If requested by the Owner, provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles. B. Owner may require the deletion, revision, or modification of particular policy terms, conditions, limitations, or exclusions (except where policy provisions are established by Laws or Regulations binding upon either of the parties hereto or the underwriter of any such policies). Comply with these requests and submit a copy of the replacement certificate of insurance to Owner at the address provided below within 10 days of the requested change. 2.04 CONTINUING EVIDENCE OF COVERAGE A. Provide updated, revised, or new evidence of insurance in accordance this Section prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 2.05 NOTICES REGARDING INSURANCE A. Notices regarding insurance are to be sent to the Owner at the following address: City of Corpus Christi — Engineering Attn: Construction Contract Admin. P.O. Box 9277 Insurance Requirements 00 72 01- 8 CCIA Taxiway K Construction Project No. E16451 Rev 06-22-2016 Corpus Christi, TX 78469-9277 B. Submit questions regarding insurance requirements to the Construction Contract Administrator by calling 361-826-3530. ARTICLE 3—TEXAS WORKERS' COMPENSATION INSURANCE REQUIRED NOTICE 3.01 WORKERS' COMPENSATION INSURANCE COVERAGE A. Definitions: 1. Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the Project. 2. 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. 3. 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 other service related to a project. "Services" does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the Project, for the duration of the Project. 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 governmental entity: 1. 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 Insurance Requirements 00 72 01- 9 CCIA Taxiway K Construction Project No. E16451 Rev 06-22-2016 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 personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify 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 of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the Project, for the duration of the Project; 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 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 writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and 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. 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 workers' compensation Insurance Requirements 00 72 01- 10 CCIA Taxiway K Construction Project No. E16451 Rev 06-22-2016 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 penalties, criminal penalties, 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 which entitles the governmental entity to declare the Contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. END OF SECTION Insurance Requirements 00 72 01- 11 CCIA Taxiway K Construction Project No. E16451 Rev 06-22-2016 This page intentionally left blank 00 72 02 WAGE RATE REQUIREMENTS ARTICLE 1— PREVAILING WAGE RATE REQUIREMENTS 1.01 PAYMENT OF PREVAILING WAGE RATES A. Contractor and any Subcontractors employed on this Project shall pay not less than the rates established by the Owner as required by Texas Government Code Chapter 2258. B. Contractor is required to pay Davis -Bacon Wage Rates. 1.02 RECORDS A. In accordance with Tex. Gov't Code §2258.024, the Contractor and its Subcontractors, if any, shall keep a record showing: 1. The name and occupation of each worker employed by the Contractor or Subcontractor in the construction of the Work; and 2. The actual per diem wages paid to each worker. B. The record shall be open at all reasonable hours to inspection by the officers and agents of the Owner. 1.03 LIABILITY; PENALTY; CRIMINAL OFFENSE A. Tex. Gov't Code §2258.003 — Liability: An officer, agent, or employee of the Owner is not liable in a civil action for any act or omission implementing or enforcing Chapter 2258 unless the action was made in bad faith. B. Tex. Gov't Code §2258.053(b) — Penalty: Any Contractor or Subcontractor who violates the requirements of Chapter 2258, shall pay to the Owner, on whose behalf the Contract is made, $60 for each worker employed or each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the Contract. C. Tex. Gov't Code §2258.058 — Criminal Offense: 1. An officer, agent, or representative of the Owner commits an offense if the person willfully violates or does not comply with a provision of Chapter 2258. 2. Any Contractor or Subcontractor, or an agent or representative of the Contractor or Subcontractor, commits an offense if the person violates Tex. Gov't Code §2258.024. 3. An offense is punishable by: a. A fine not to exceed $500; b. Confinement in jail for a term not to exceed 6 months; or c. Both a fine and confinement. Wage Rate Requirements CCIA Taxiway K Construction Project No. E16451 007202-1 REV 06-12-2015 1.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Determination Construction Type Project Type (WD) No TX -31 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX -40 Highway Highway Construction Projects (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). General Decision Number: TX160040 01/08/2016 TX40 Superseded General Decision Number: TX20150040 State: Texas Construction Type: Highway Counties: Aransas, Calhoun, Goliad, Nueces and San Patricio Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis -Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 * SUTX2011-010 08/08/2011 Wage Rate Requirements CCIA Taxiway K Construction Project No. E16451 007202-2 REV 06-12-2015 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures)...$ 12.64 FORM BUILDER/FORM SETTER Paving & Curb $ 10.69 Structures $ 13.61 LABORER Asphalt Raker $ 11.67 Flagger $ 8.81 Laborer, Common $ 10.25 Laborer, Utility $ 11.23 Pipelayer $ 11.17 Work Zone Barricade Servicer $ 11.51 PAINTER (Structures) $ 21.29 POWER EQUIPMENT OPERATOR: Asphalt Distributor $ 14.25 Asphalt Paving Machine $ 13.44 Mechanic $ 17.00 Motor Grader, Fine Grade....$ 17.74 Motor Grader, Rough $ 16.85 TRUCK DRIVER Lowboy -Float $ 16.62 Single Axle $ 11.61 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is Wage Rate Requirements CCIA Taxiway K Construction Project No. E16451 007202-3 REV 06-12-2015 a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS Wage Rate Requirements CCIA Taxiway K Construction Project No. E16451 007202-4 REV 06-12-2015 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. Wage Rate Requirements CCIA Taxiway K Construction Project No. E16451 007202-5 REV 06-12-2015 END OF GENERAL DECISION General Decision Number: TX160031 01/08/2016 TX31 Superseded General Decision Number: TX20150031 State: Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis -Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 5UTX1987-001 12/01/1987 Rates CARPENTER (Excluding Form Setting) $ 9.05 Concrete Finisher $ 7.56 ELECTRICIAN $ 13.37 Laborers: Common $ 7.25 Utility $ 7.68 Power equipment operators: Backhoe $ 9.21 Motor Grader $ 8.72 Fringes 2.58 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Wage Rate Requirements CCIA Taxiway K Construction Project No. E16451 007202-6 REV 06-12-2015 END OF SECTION Wage Rate Requirements CCIA Taxiway K Construction Project No. E16451 007202-7 REV 06-12-2015 This page intentionally left blank 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY Contractor shall adhere to all 49 CFR Part 26 requirements regarding program requirements. 1.01 Good Faith Effort The obligation of the bidder/offeror is to make good faith efforts. The bidder/offeror can demonstrate that it has done so either by meeting the contract goal or documenting good faith efforts. The bidder will ensure that all information is complete and accurate and adequately documents the bidder/offer's good faith efforts before we commit to the performance of the contract by the bidder/offeror. As part of this reconsideration, the bidder/offeror will have the opportunity to provide written documentation or argument concerning the issue of whether it met the goal or made adequate good faith efforts to do so. The bidder/offeror will have the opportunity to meet in person with our reconsideration official to discuss the issue of whether it met the goal or made adequate good faith efforts to do. We will send the bidder/offeror a written decision on reconsideration, explaining the basis for finding that the bidder did or did not meet the goal or make adequate good faith efforts to do so. Good Faith Efforts when a DBE is replaced on a contract (26.53(f)) The city will require a contractor to make good faith efforts to replace a DBE that is terminated or has otherwise failed to complete its work on a contract with another certified DBE, to the extent needed to meet the contract goal. We will require the prime contractor to notify the DBE Liaison officer immediately of the DBE's inability or unwillingness to perform and provide reasonable documentation. In this situation, we will require the prime contractor to obtain our prior approval of the substitute DBE and to provide copies of new or amended subcontracts, or documentation of good faith efforts. If the contractor fails or refuses to comply in the time specified, our contracting office will issue an order stopping all or part of payment/work until satisfactory action has been taken. If the contractor still fails to comply, the contracting officer may issue a termination for default proceeding. Disadvantaged Business Enterprise (DBE) Utilization (FAA FORM 010460 — DBE PARTICIPATION REPORTING) The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner (please check the appropriate space): Minority/MBE/DBE Participation Policy CCIA Taxiway K Construction Project No. E16451 00 72 03 -1 ❑ The bidder/offeror is committed to a minimum 8.87% DBE utilization on this contract. ❑ The bidder/offeror (if unable to meet the DBE goal of 8.87%) is committed to a minimum of utilization on this contract and submits documentation demonstrating good faith efforts. Name of bidder/offeror's firm: By: (Signature) (Title) Minority/MBE/DBE Participation Policy CCIA Taxiway K Construction Project No. E16451 00 72 03 - 2 Complete the following for each DBE Firm to be used on the project. Name of Bidder/Offeror's Firm: Name of DBE Firm: Address: City, State, Zip: Telephone(s): Description of Work to be performed by DBE firm: The bidder/offeror is committed to utilizing the above-named DBE firm for the work described above. The estimated dollar value of this work is $ Affirmation: The above-named DBE firm affirms that it will perform the portion of the contract for the estimated value as stated above. By: (DBE Signature) (Title) If the bidder/offeror does not receive award of the prime contract, any and all representation in this Letter of Intent and Affirmation shall be null and void. (Submit this page for each DBE subcontractor.) Minority/MBE/DBE Participation Policy CCIA Taxiway K Construction Project No. E16451 00 72 03 - 3 Schedule of DBE Unavailability Complete the following schedule if DBE goal is not met. Include DBE contractors that were contacted but unable to complete work on the project The contractor must also provide support material including but not limited to two forms of communication between the firms, proof of advertisement in the local paper, etc. (Name of Prime Contractor) Name of DBE Contractor Contact Person Contact Number Description of Work to be performed by DBE firm Reason Unavailable The undersigned certifies that the above DBE(s) was/Were contacted, in good faith, and the said DBE(s) was/were unable to submit an acceptable responsive bid. Failure to fill out DBE forms is a ground for rejection of the bid. The making of a material misrepresentation is a ground for consideration for disqualification. (Signature) Minority / MBE / DBE Participation Policy Taxiway K Construction Project No. E16451 (Title) END OF SECTION 007203-4 Rev 01-13-2016 (Date) 00 73 00 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement SECTION 00 72 00 GENERAL CONDITIONS and other provisions of the Contract Documents. All provisions not amended or supplemented in these Supplementary Conditions remain in effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below. ARTICLE 1— DEFINITIONS AND TERMINOLOGY SC -1.01 DEFINED TERMS A. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi, Texas Garver, LLC ARTICLE 4 — COMMENCEMENT AND PROGRESS OF THE WORK SC -4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 31 rain days have been set for this Project. An extension of time due to rain days will be considered only after 31 rain days have been exceeded in a calendar year Supplementary Conditions CCIA Taxiway K Construction Project No. E16451 007300-1 11-25-2013 and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC -5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.03.A which describe subsurface and physical conditions. 1. Geotechnical Reports include the following: a. Subsurface Investigation, Laboratory Testing Program, and Pavement Recommendations for the Proposed Corpus Christi International Airport Taxiway K Reconstruction, Rock Engineering, November 30, 2016 - The Contractor may rely on the following Technical Data in using this document: 1) All information Presented 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) include the following: a. CCIA Taxiway K Construction Topographic Survey, LNV Engineering, 11/15/2016 - The Contractor may rely on the following Technical Data in using this document: 1) All information presented with regard to material type and general location. SC -5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner." ARTICLE 7 — CONTRACTOR'S RESPONSIBILITIES SC -7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: "The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." END OF SECTION Supplementary Conditions CCIA Taxiway K Construction Project No. E16451 007300-2 11-25-2013 00 74 00 SPECIAL CONDITIONS FOR THE FEDERAL AVIATION ADMINISTRATION ARTICLE 1— GENERAL 1.01 FUNDING AGENCY REQUIREMENTS A. This Project is funded in whole or in part by Federal Aviation Administration (Funding Agency). The Funding Agency requires specific conditions and reporting as a condition for providing this funding. The conditions and reporting forms of the Funding Agency are included in the Contract Documents. The Funding Agency requirements govern in the event of any conflict between the Funding Agency requirements and any other provision of the Contract Documents. B. The applicable Funding Agency conditions and reporting forms are as follows: Specification Section Title Funding Agency Document No. 00 74 01 FAA General Provisions AC 150/5370-10G END OF SECTION Special Conditions for the Federal Aviation Administration CCIA Taxiway K Construction Project No. E16451 007400-1 11-25-2013 This page intentionally left blank AC 150/5370-1OG 7/21/2014 00 74 01 — FAA GENERAL PROVISIONS SECTION 10 DEFINITION OF TERMS Whenever the following terms are used in these specifications, in the contract, or in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: 10-1 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-2 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 10-3 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-4 AIRPORT IMPROVEMENT PROGRAM (AIP). A grant-in-aid program, administered by the Federal Aviation Administration (FAA). 10-5 AIR OPERATIONS AREA (AOA). For the purpose of these specifications, the term air operations area (AOA) shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron. 10-6 AIRPORT. Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft; an appurtenant area used or intended to be used for airport buildings or other airport facilities or rights of way; and airport buildings and facilities located in any of these areas, and includes a heliport. 10-7 ASTM INTERNATIONAL (ASTM). Formerly known as the American Society for Testing and Materials (ASTM). 10-8 AWARD. The Owner's notice to the successful bidder of the acceptance of the submitted bid. 10-9 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-10 BUILDING AREA. An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights-of-way together with all airport buildings and facilities located thereon. 10-11 CALENDAR DAY. Every day shown on the calendar. 10-12 CHANGE ORDER. A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, must be within the scope of the contract. 10-13 CONTRACT. The written agreement covering the work to be performed. The awarded contract shall include, but is not limited to: Advertisement, Contract Form, Proposal, Performance Bond, Payment Bond, any required insurance certificates, Specifications, Plans, and any addenda issued to bidders. FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-1 AC 150/5370-1OG 7/21/2014 10-14 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the contract. 10-15 CONTRACT TIME. The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that date. 10-16 CONTRACTOR. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10-17 CONTRACTOR'S LABORATORY. The Contractor's quality control organization in accordance with the Contractor Quality Control Program. 10-18 CONSTRUCTION SAFETY AND PHASING PLAN (CSPP). The overall plan for safety and phasing of a construction project developed by the airport operator, or developed by the airport operator's consultant and approved by the airport operator. It is included in the invitation for bids and becomes part of the project specifications. 10-19 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-20 ENGINEER. The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for engineering inspection of the contract work and acting directly or through an authorized representative. 10-21 EQUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10-22 EXTRA WORK. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the work within the intended scope of the contract as previously modified. 10-23 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, FAA shall mean the Administrator or his or her duly authorized representative. 10-24 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, Commercial Item Descriptions, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. 10-25 FORCE ACCOUNT. Force account work is planning, engineering, or construction work done by the Sponsor's employees. 10-26 INSPECTOR. An authorized representative of the Engineer assigned to make all necessary inspections and/or observation of tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor. 10-27 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the words "directed," "required," "permitted," "ordered," "designated," "prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words "approved," "acceptable," "satisfactory," or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the Owner. Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, or FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-2 AC 150/5370-1OG 7/21/2014 cited standard that may be pertinent to such specific reference. 10-28 LABORATORY. The official testing laboratories of the Owner or such other laboratories as may be designated by the Engineer. Also referred to as "Engineer's Laboratory" or "quality assurance laboratory." 10-29 LIGHTING. A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface. 10-30 MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall be any item that is listed in the proposal, the total cost of which is equal to or greater than 20% of the total amount of the award contract. All other items shall be considered minor contract items. 10-31 MATERIALS. Any substance specified for use in the construction of the contract work. 10-32 NOTICE TO PROCEED (NTP). A written notice to the Contractor to begin the actual contract work on a previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the contract time begins. 10-33 OWNER. The term "Owner" shall mean the party of the first part or the contracting agency signatory to the contract. Where the term "Owner" is capitalized in this document, it shall mean airport Sponsor only. 10-34 PASSENGER FACILITY CHARGE (PFC). Per 14 CFR Part 158 and 49 USC § 40117, a PFC is a charge imposed by a public agency on passengers enplaned at a commercial service airport it controls." 10-35 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-36 PAYMENT BOND. The approved form of security furnished by the Contractor and his or her surety as a guaranty that the Contractor will pay in full all bills and accounts for materials and labor used in the construction of the work. 10-37 PERFORMANCE BOND. The approved form of security furnished by the Contractor and his or her surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 10-38 PLANS. The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications. 10-39 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-40 PROPOSAL. The written offer of the bidder (when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and specifications. 10-41 PROPOSAL GUARANTY. The security furnished with a proposal to guarantee that the bidder will enter into a contract if his or her proposal is accepted by the Owner. 10-42 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. 10-43 SPECIFICATIONS. A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically. FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-3 AC 150/5370-1OG 7/21/2014 10-44 SPONSOR. A Sponsor is defined in 49 USC § 47102(24) as a public agency that submits to the FAA for an AIP grant; or a private Owner of a public -use airport that submits to the FAA an application for an AIP grant for the airport. 10-45 STRUCTURES. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, handholes, lighting fixtures and bases; transformers; flexible and rigid pavements; navigational aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. 10-46 SUBGRADE. The soil that forms the pavement foundation. 10-47 SUPERINTENDENT. The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction. 10-48 SUPPLEMENTAL AGREEMENT. A written agreement between the Contractor and the Owner covering (1) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25%, such increased or decreased work being within the scope of the originally awarded contract; or (2) work that is not within the scope of the originally awarded contract. 10-49 SURETY. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds that are furnished to the Owner by the Contractor. 10-50 TAXIWAY. For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways, aircraft parking areas, and terminal areas. 10-51 WORK. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the contract, plans, and specifications. 10-52 WORKING DAY. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least six (6) hours toward completion of the contract. When work is suspended for causes beyond the Contractor's control, it will not be counted as a working day. Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work will be considered as working days. END OF SECTION 10 FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-4 AC 150/5370-1OG 7/21/2014 SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS 20-1 ADVERTISEMENT (NOTICE TO BIDDERS). 20-2 QUALIFICATION OF BIDDERS. Each bidder shall furnish the Owner satisfactory evidence of his or her competency to perform the proposed work. Such evidence of competency, unless otherwise specified, shall consist of statements covering the bidder's past experience on similar work, a list of equipment that would be available for the work, and a list of key personnel that would be available. In addition, each bidder shall furnish the Owner satisfactory evidence of his or her financial responsibility. Such evidence of financial responsibility, unless otherwise specified, shall consist of a confidential statement or report of the bidder's financial resources and liabilities as of the last calendar year or the bidder's last fiscal year. Such statements or reports shall be certified by a public accountant. At the time of submitting such financial statements or reports, the bidder shall further certify whether his or her financial responsibility is approximately the same as stated or reported by the public accountant. If the bidder's financial responsibility has changed, the bidder shall qualify the public accountant's statement or report to reflect the bidder's true financial condition at the time such qualified statement or report is submitted to the Owner. Unless otherwise specified, a bidder may submit evidence that he or she is prequalified with the State Highway Division and is on the current "bidder's list" of the state in which the proposed work is located. Such evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports specified above. Each bidder shall submit "evidence of competency" and "evidence of financial responsibility" to the Owner at the time of bid opening. 20-3 CONTENTS OF PROPOSAL FORMS. The Owner shall furnish bidders with proposal forms. All papers bound with or attached to the proposal forms are necessary parts and must not be detached. The plans, specifications, and other documents designated in the proposal form shall be considered a part of the proposal whether attached or not. 20-4 ISSUANCE OF PROPOSAL FORMS. The Owner reserves the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons: a. Failure to comply with any prequalification regulations of the Owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force with the Owner at the time the Owner issues the proposal to a prospective bidder. c. Documented record of Contractor default under previous contracts with the Owner. d. Documented record of unsatisfactory work on previous contracts with the Owner. 20-5 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The Owner does not expressly, or by implication, agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection 40-02 titled FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-5 AC 150/5370-1OG 7/21/2014 ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. 20-6 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The bidder is expected to carefully examine the site of the proposed work, the proposal, plans, specifications, and contract forms. Bidders shall satisfy themselves as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications. 20-7 PREPARATION OF PROPOSAL. The bidder shall submit his or her proposal on the forms furnished by the Owner. All blank spaces in the proposal forms must be correctly filled in where indicated for each and every item for which a quantity is given. The bidder shall state the price (written in ink or typed) both in words and numerals for which they propose to do for each pay item furnished in the proposal. In case of conflict between words and numerals, the words, unless obviously incorrect, shall govern. The bidder shall sign the proposal correctly and in ink. If the proposal is made by an individual, his or her name and post office address must be shown. If made by a partnership, the name and post office address of each member of the partnership must be shown. If made by a corporation, the person signing the proposal shall give the name of the state under the laws of which the corporation was chartered and the name, titles, and business address of the president, secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of his or her authority to do so and that the signature is binding upon the firm or corporation. 20-8 RESPONSIVE AND RESPONSIBLE BIDDER. A responsive bid conforms to all significant terms and conditions contained in the Sponsor's invitation for bid. It is the Sponsor's responsibility to decide if the exceptions taken by a bidder to the solicitation are material or not and the extent of deviation it is willing to accept. A responsible bidder has the ability to perform successfully under the terms and conditions of a proposed procurement, as defined in 49 CFR § 18.36(b)(8). This includes such matters as Contractor integrity, compliance with public policy, record of past performance, and financial and technical resources. 20-9 IRREGULAR PROPOSALS. Proposals shall be considered irregular for the following reasons: a. If the proposal is on a form other than that furnished by the Owner, or if the Owner's form is altered, or if any part of the proposal form is detached. b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind that make the proposal incomplete, indefinite, or otherwise ambiguous. c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit price. d. If the proposal contains unit prices that are obviously unbalanced. e. If the proposal is not accompanied by the proposal guaranty specified by the Owner. The Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the Owner and conforms to local laws and ordinances pertaining to the letting of construction contracts. 20-10 BID GUARANTEE. Each separate proposal shall be accompanied by a certified check, or other specified acceptable collateral, in the amount specified in the proposal form. Such check, or collateral, shall be made payable to the Owner. FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-6 AC 150/5370-1OG 7/21/2014 20-11 DELIVERY OF PROPOSAL. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement or as modified by Addendum before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened. 20-12 WITHDRAWAL OR REVISION OF PROPOSALS. A bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for withdrawal is received by the Owner in writing or by fax or email before the time specified for opening bids. Revised proposals must be received at the place specified in the advertisement before the time specified for opening all bids. 20-13 PUBLIC OPENING OF PROPOSALS. Proposals shall be opened, and read, publicly at the time and place specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to attend. Proposals that have been withdrawn (by written or telegraphic request) or received after the time specified for opening bids shall be returned to the bidder unopened. 20-14 DISQUALIFICATION OF BIDDERS. A bidder shall be considered disqualified for any of the following reasons: a. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name. b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the Owner until any such participating bidder has been reinstated by the Owner as a qualified bidder. c. If the bidder is considered to be in "default" for any reason specified in the subsection 20-04 titled ISSUANCE OF PROPOSAL FORMS of this section. END OF SECTION 20 FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-7 AC 150/5370-1OG 7/21/2014 SECTION 30 AWARD AND EXECUTION OF CONTRACT 30-1 CONSIDERATION OF PROPOSALS. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. If a bidder's proposal contains a discrepancy between unit bid prices written in words and unit bid prices written in numbers, the unit price written in words shall govern. Until the award of a contract is made, the Owner reserves the right to reject a bidder's proposal for any of the following reasons: a. If the proposal is irregular as specified in the subsection 20-09 titled IRREGULAR PROPOSALS of Section 20. b. If the bidder is disqualified for any of the reasons specified in the subsection 20-14 titled DISQUALIFICATION OF BIDDERS of Section 20. In addition, until the award of a contract is made, the Owner reserves the right to reject any or all proposals, waive technicalities, if such waiver is in the best interest of the Owner and is in conformance with applicable state and local laws or regulations pertaining to the letting of construction contracts; advertise for new proposals; or proceed with the work otherwise. All such actions shall promote the Owner's best interests. 30-2 AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made within 60 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. Award of the contract shall be made by the Owner to the lowest, qualified bidder whose proposal conforms to the cited requirements of the Owner. 30-3 CANCELLATION OF AWARD. The Owner reserves the right to cancel the award without liability to the bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all parties and is approved by the Owner in accordance with the subsection 30-07 titled APPROVAL OF CONTRACT of this section. 30-4 RETURN OF PROPOSAL GUARANTY. All proposal guaranties, except those of the two lowest bidders, will be returned immediately after the Owner has made a comparison of bids as specified in the subsection 30-01 titled CONSIDERATION OF PROPOSALS of this section. Proposal guaranties of the two lowest bidders will be retained by the Owner until such time as an award is made, at which time, the unsuccessful bidder's proposal guaranty will be returned. The successful bidder's proposal guaranty will be returned as soon as the Owner receives the contract bonds as specified in the subsection 30-05 titled REQUIREMENTS OF CONTRACT BONDS of this section. 30-5 REQUIREMENTS OF CONTRACT BONDS. At the time of the execution of the contract, the successful bidder shall furnish the Owner a surety bond or bonds that have been fully executed by the bidder and the surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the Contractor's performance of the work. The surety and the form of the bond or bonds shall be acceptable to the Owner. Unless otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the full amount of the contract. 30-6 EXECUTION OF CONTRACT. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return the signed contract to the Owner, along with the fully executed surety bond or bonds specified in the subsection 30-05 titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. 30-7 APPROVAL OF CONTRACT. Upon receipt of the contract and contract bond or bonds that have FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-8 AC 150/5370-1OG 7/21/2014 been executed by the successful bidder, the Owner shall complete the execution of the contract in accordance with local laws or ordinances, and return the fully executed contract to the Contractor. Delivery of the fully executed contract to the Contractor shall constitute the Owner's approval to be bound by the successful bidder's proposal and the terms of the contract. 30-8 FAILURE TO EXECUTE CONTRACT. Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the 15 calendar day period specified in the subsection 30-06 titled EXECUTION OF CONTRACT of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the Owner. END OF SECTION 30 FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-9 AC 150/5370-1OG 7/21/2014 SECTION 40 SCOPE OF WORK 40-1 INTENT OF CONTRACT. The intent of the contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 40-2 ALTERATION OF WORK AND QUANTITIES. The Owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25% (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations that do not exceed the 25% limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations that are for work within the general scope of the contract shall be covered by "Change Orders" issued by the Engineer. Change orders for altered work shall include extensions of contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25% limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the Owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the Owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. Supplemental agreements shall be approved by the FAA and shall include all applicable Federal contract provisions for procurement and contracting required under AIP. Supplemental agreements shall also require consent of the Contractor's surety and separate performance and payment bonds. 40-3 OMITTED ITEMS. The Engineer may, in the Owner's best interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered to be non -performed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection 90-04 titled PAYMENT FOR OMITTED ITEMS of Section 90. 40-4 EXTRA WORK. Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called "Extra Work". Extra Work that is within the general scope of the contract shall be covered by written change order. Change orders for such Extra Work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the Engineer's opinion, is necessary for completion of such Extra Work. When determined by the Engineer to be in the Owner's best interest, the Engineer may order the Contractor to proceed with Extra Work as provided in the subsection 90-05 titled PAYMENT FOR EXTRA WORK of Section 90. Extra Work that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as defined in the subsection 10-48 titled SUPPLEMENTAL AGREEMENT of Section 10. FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-10 AC 150/5370-1OG 7/21/2014 Any claim for payment of Extra Work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the Owner. 40-5 MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. a. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas (AOAs) of the airport with respect to his or her own operations and the operations of all subcontractors as specified in the subsection 80-04 titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection 70-15 titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. b. With respect to his or her own operations and the operations of all subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying personnel, equipment, vehicles, storage areas, and any work area or condition that may be hazardous to the operation of aircraft, fire- rescue equipment, or maintenance vehicles at the airport. c. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall be responsible for the repair of any damage caused by the Contractor's equipment and personnel. The Contractor shall furnish, erect, and maintain barricades, warning signs, flag person, and other traffic control devices in reasonable conformity with the Manual on Uniform Traffic Control Devices (MUTCD) (http://mutcd.fhwa.dot.gov/), unless otherwise specified. The Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. Unless otherwise specified herein, the Contractor will not be required to furnish snow removal for such existing road, street, or highway. 40-6 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items. Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. Except as provided in the subsection 40-07 titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be used in the work as otherwise provided for in the contract and shall remain the property of the Owner when so used in the work. 40-7 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, the Contractor may at his or her option either: a. Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use; or, FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-11 AC 150/5370-1OG 7/21/2014 b. Remove such material from the site, upon written approval of the Engineer; or c. Use such material for the Contractor's own temporary construction on site; or, d. Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option a., b., or c., the Contractor shall request the Engineer's approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option a., b., or c., the Contractor shall be paid for the excavation or removal of such material at the applicable contract price. The Contractor shall replace, at his or her own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for use of such material used in the work or removed from the site. Should the Engineer approve the Contractor's exercise of option a., the Contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used. It is understood and agreed that the Contractor shall make no claim for delays by reason of his or her exercise of option a., b., or c. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. 40-8 FINAL CLEANUP. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. The Contractor shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property Owner. END OF SECTION 40 FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-12 AC 150/5370-1OG 7/21/2014 SECTION 50 CONTROL OF WORK 50-1 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. The Engineer shall decide all questions that may arise as to the interpretation of the specifications or plans relating to the work. The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for the under contract. The Engineer does not have the authority to accept pavements that do not conform to FAA specification requirements. 50-2 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross-sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications. If the Engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will, in his or her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner, the Engineer will advise the Owner of his or her determination that the affected work be accepted and remain in place. In this event, the Engineer will document the determination and recommend to the Owner a basis of acceptance that will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and recommended contract price adjustments will be based on sound engineering judgment and such tests or retests of the affected work as are, in the Engineer's opinion, needed. Changes in the contract price shall be covered by contract change order or supplemental agreement as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Engineer's written orders. For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer's responsibility to insist on strict compliance with the requirements of the contract, plans, and specifications during the Contractor's execution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide the Engineer with the authority, after consultation with the FAA, to use sound engineering judgment in his or her determinations as to acceptance of work that is not in strict conformity, but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications. The Engineer will not be responsible for the Contractor's means, methods, techniques, sequences, or procedures of construction or the safety precautions incident thereto. 50-3 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions, plans, cited standards for materials or testing, and cited advisory circulars (ACs); FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-13 AC 150/5370-1OG 7/21/2014 contract general provisions shall govern over plans, cited standards for materials or testing, and cited ACs; plans shall govern over cited standards for materials or testing and cited ACs. If any paragraphs contained in the Special Provisions conflict with General Provisions or Technical Specifications, the Special Provisions shall govern. From time to time, discrepancies within cited testing standards occur due to the timing of the change, edits, and/or replacement of the standards. If the Contractor discovers any apparent discrepancy within standard test methods, the Contractor shall immediately ask the Engineer for an interpretation and decision, and such decision shall be final. 50-4 COOPERATION OF CONTRACTOR. The Contractor will be supplied with three copies each of the plans and specifications. The Contractor shall have available on the work at all times one copy each of the plans and specifications. Additional copies of plans and specifications may be obtained by the Contractor for the cost of reproduction. The Contractor shall give constant attention to the work to facilitate the progress thereof, and shall cooperate with the Engineer and his or her inspectors and with other contractors in every way possible. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his or her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the Engineer or his or her authorized representative. 50-5 COOPERATION BETWEEN CONTRACTORS. The Owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. When separate contracts are let within the limits of any one project, each Contractor shall conduct the work so as not to interfere with or hinder the progress of completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed. Each Contractor involved shall assume all liability, financial or otherwise, in connection with his or her contract and shall protect and save harmless the Owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his or her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. The Contractor shall join his or her work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 50-6 CONSTRUCTION LAYOUT AND STAKES. The Engineer shall establish horizontal and vertical control only. The Contractor must establish all layout required for the construction of the work. Such stakes and markings as the Engineer may set for either their own or the Contractor's guidance shall be preserved by the Contractor. In case of negligence on the part of the Contractor, or their employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same maybe deducted from subsequent estimates due the Contractor at the discretion of the Engineer. The Contractor will be required to furnish all lines, grades and measurements from the control points necessary for the proper execution and control of the work contracted for under these specifications. The Contractor must give copies of survey notes to the Engineer for each area of construction and for each placement of material as specified to allow the Engineer to make periodic checks for conformance with plan grades, alignments and grade tolerances required by the applicable material specifications. All surveys must be provided to the Engineer prior to commencing work items that will cover or disturb the survey staking as set by the Contractor's surveyor. Survey(s) and notes shall be provided in the following format(s): .dwg or .dgn. In the case of error, on the part of the Contractor, their surveyor, employees or subcontractors, resulting in established grades, alignment or grade tolerances that do not concur with those specified or FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-14 AC 150/5370-1OG 7/21/2014 shown on the plans, the Contractor is solely responsible for correction, removal, replacement and all associated costs at no additional cost to the Owner. No direct payment will be made, unless otherwise specified in contract documents, for this labor, materials, or other expenses. The cost shall be included in the price of the bid for the various items of the Contract. Construction Staking and Layout includes but is not limited to: a. Clearing and Grubbing perimeter staking b. Rough Grade slope stakes at 100 -foot (30-m) stations c. Drainage Swales slope stakes and flow line blue tops at 50 -foot (15-m) stations Subgrade blue tops at 25 -foot (7.5-m) stations and 25 -foot (7.5-m) offset distance (maximum) for the following section locations: a. Runway — minimum five (5) per station b. Taxiways — minimum three (3) per station c. Holding apron areas — minimum three (3) per station d. Roadways — minimum three (3) per station Base Course blue tops at 25 -foot (7.5-m) stations and 25 -foot (7.5-m) offset distance (maximum) for the following section locations: a. Runway — minimum five (5) per station b. Taxiways — minimum three (3) per station c. Holding apron areas — minimum three (3) per station Pavement areas: a. Edge of Pavement hubs and tacks (for stringline by Contractor) at 100 -foot (30-m) stations. b. Between Lifts at 25 -foot (7.5-m) stations for the following section locations: (1) Runways — each paving lane width (2) Taxiways — each paving lane width (3) Holding areas — each paving lane width c. After finish paving operations at 50 -foot (15-m) stations: (1) All paved areas — Edge of each paving lane prior to next paving lot d. Shoulder and safety area blue tops at 50 -foot (15-m) stations and at all break points with maximum of 50 -foot (15-m) offsets. e. Fence lines at 100 -foot (30-m) stations minimum. f. Electrical and Communications System locations, lines and grades including but not limited to duct runs, connections, fixtures, signs, lights, Visual Approach Slope Indicators (VASIs), Precision Approach Path Indicators (PAPIs), Runway End Identifier Lighting (REIL), Wind Cones, Distance Markers (signs), pull FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-15 AC 150/5370-1OG 7/21/2014 boxes and manholes. g. Drain lines, cut stakes and alignment on 25 -foot (7.5-m) stations, inlet and manholes. h. Painting and Striping layout (pinned with 1.5 inch PK nails) marked for paint Contractor. (All nails shall be removed after painting). i. Laser, or other automatic control devices, shall be checked with temporary control point or grade hub at a minimum of once per 400 feet (120 m) per pass (that is, paving lane). The establishment of Survey Control and/or reestablishment of survey control shall be by a State Licensed Land Surveyor. Controls and stakes disturbed or suspect of having been disturbed shall be checked and/or reset as directed by the Engineer without additional cost to the Owner. 50-7 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract. 50-8 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. Inspectors are authorized to notify the Contractor or his or her representatives of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the Engineer for a decision. 50-9 INSPECTION OF THE WORK. All materials and each part or detail of the work shall be subject to inspection. The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. Any work done or materials used without supervision or inspection by an authorized representative of the Owner may be ordered removed and replaced at the Contractor's expense unless the Owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) Owner, authorized representatives of the Owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work that does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-16 AC 150/5370-1OG 7/21/2014 otherwise determined acceptable by the Engineer as provided in the subsection 50-02 titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection 70- 14 titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. No removal work made under provision of this subsection shall be done without lines and grades having been established by the Engineer. Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the plans or as established by the Engineer, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the Contractor's expense. Upon failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this subsection, the Engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs incurred by the Owner from any monies due or to become due the Contractor. 50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage that may result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by his or her hauling equipment and shall correct such damage at his or her own expense. 50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work during construction and until the work is accepted. Maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount for such work. 50-13 FAILURE TO MAINTAIN THE WORK. Should the Contractor at any time fail to maintain the work as provided in the subsection 50-12 titled MAINTENANCE DURING CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer's notification, the Owner may suspend any work necessary for the Owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the Owner, shall be deducted from monies due or to become due the Contractor. 50-14 PARTIAL ACCEPTANCE. If at any time during the execution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the Owner, the Contractor may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, the Engineer may accept it as being complete, and the Contractor may be relieved of further responsibility for that unit. Such FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-17 AC 150/5370-1OG 7/21/2014 partial acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the contract. 50-15 FINAL ACCEPTANCE. Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and Owner will make an inspection. If all construction provided for and contemplated by the contract is found to be complete in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor deems that additional compensation is due for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, the Contractor shall notify the Engineer in writing of his or her intention to claim such additional compensation before the Contractor begins the work on which the Contractor bases the claim. If such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit a written claim to the Engineer who will present it to the Owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. END OF SECTION 50 FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-18 AC 150/5370-1OG 7/21/2014 SECTION 60 CONTROL OF MATERIALS 60-1 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used in the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. At the Engineer's option, materials may be approved at the source of supply before delivery is stated. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources. The Contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications. In addition, where an FAA specification for airport lighting equipment is cited in the plans or specifications, the Contractor shall furnish such equipment that is: a. Listed in advisory circular (AC) 150/5345-53, Airport Lighting Equipment Certification Program, and Addendum that is in effect on the date of advertisement; and, b. Produced by the manufacturer as listed in the Addendum cited above for the certified equipment part number. The following airport lighting equipment is required for this contract and is to be furnished by the Contractor in accordance with the requirements of this subsection: N/A. 60-2 SAMPLES, TESTS, AND CITED SPECIFICATIONS. Unless otherwise designated, all materials used in the work shall be inspected, tested, and approved by the Engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated, quality assurance tests in accordance with the cited standard methods of ASTM, American Association of State Highway and Transportation Officials (AASHTO), Federal Specifications, Commercial Item Descriptions, and all other cited methods, which are current on the date of advertisement for bids, will be made by and at the expense of the Engineer. The testing organizations performing on-site quality assurance field tests shall have copies of all referenced standards on the construction site for use by all technicians and other personnel, including the Contractor's representative at his or her request. Unless otherwise designated, samples for quality assurance will be taken by a qualified representative of the Engineer. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to the Contractor's representative at their request after review and approval of the Engineer. The Contractor shall employ a testing organization to perform all Contractor required Quality Control tests. The Contractor shall submit to the Engineer resumes on all testing organizations and individual persons who will be performing the tests. The Engineer will determine if such persons are qualified. All the test data shall be reported to the Engineer after the results are known. A legible, handwritten copy of all test data shall be given to the Engineer daily, along with printed reports, in an approved format, on a weekly basis. After completion of the project, and prior to final payment, the Contractor shall submit a final report to the Engineer showing all test data reports, plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests. FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-19 AC 150/5370-1OG 7/21/2014 60-3 CERTIFICATION OF COMPLIANCE. The Engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly is specified by "brand name or equal" and the Contractor elects to furnish the specified "brand name," the Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: a. Conformance to the specified performance, testing, quality or dimensional requirements; and, b. Suitability of the material or assembly for the use intended in the contract work. Should the Contractor propose to furnish an "or equal" material or assembly, the Contractor shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Engineer shall be the sole judge as to whether the proposed "or equal" is suitable for use in the work. The Engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-4 PLANT INSPECTION. The Engineer or his or her authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for acceptance of the material or assembly. Should the Engineer conduct plant inspections, the following conditions shall exist: a. The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom the Engineer has contracted for materials. b. The Engineer shall have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished. c. If required by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. It is understood and agreed that the Owner shall have the right to retest any material that has been tested and approved at the source of supply after it has been delivered to the site. The Engineer shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. 60-5 ENGINEER'S FIELD OFFICE. The Contractor shall furnish for the duration of the project ono building for the use of the field Engineers and inspectors, as a field office. This facility shall be an approved weatherproof building meeting the current State Highway Specifications (for example, Class I Field Office or Type C Structure). This building shall be located conveniently near to the construction and shall bo FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-20 AC 150/5370-1 OG 7/21/2014 separate from any building used by the Contractor. The Contractor shall furnithwater, sanitary facilities, heat, air conditioning, and electricity. The Contractor and the Contractor's superintendent shall provide all The engineer and RPR shall use terminal building facilities for a field office. 60-6 STORAGE OF MATERIALS. Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the Owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the Engineer a copy of the property Owner's permission. All storage sites on private or airport property shall be restored to their original condition by the Contractor at his or her entire expense, except as otherwise agreed to (in writing) by the Owner or lessee of the property. 60-7 UNACCEPTABLE MATERIALS. Any material or assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be returned to the site of the work until such time as the Engineer has approved its use in the work. 60-8 OWNER FURNISHED MATERIALS. The Contractor shall furnish all materials required to complete the work, except those specified, if any, to be furnished by the Owner. Owner -furnished materials shall be made available to the Contractor at the location specified. All costs of handling, transportation from the specified location to the site of work, storage, and installing Owner -furnished materials shall be included in the unit price bid for the contract item in which such Owner - furnished material is used. After any Owner -furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies that may occur during the Contractor's handling, storage, or use of such Owner -furnished material. The Owner will deduct from any monies due or to become due the Contractor any cost incurred by the Owner in making good such loss due to the Contractor's handling, storage, or use of Owner -furnished materials. END OF SECTION 60 FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-21 AC 150/5370-1OG 7/21/2014 SECTION 70 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 70-1 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. The Contractor shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all his or her officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by the Contractor or the Contractor's employees. 70-2 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful execution of the work. 70-3 PATENTED DEVICES, MATERIALS, AND PROCESSES. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, the Contractor shall provide for such use by suitable legal agreement with the Patentee or Owner. The Contractor and the surety shall indemnify and hold harmless the Owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the Owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the execution or after the completion of the work. 70-4 RESTORATION OF SURFACES DISTURBED BY OTHERS. The Owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. To the extent that such construction, reconstruction, or maintenance has been coordinated with the Owner, such authorized work (by others) is indicated as follows: Owner Person to Contract (Phone Number) CCIA Dept Public Safety (361) 289-0171 ext. 1257 CCIA Administration (361) 289-0171 ext. 1210 Except as listed above, the Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the Engineer. Should the Owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such Owners by arranging and performing the work in this contract to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-5 FEDERAL AID PARTICIPATION. For Airport Improvement Program (AIP) contracts, the United States Government has agreed to reimburse the Owner for some portion of the contract costs. Such reimbursement is made from time to time upon the Owner's request to the FAA. In consideration of the United States Government's (FAA's) agreement with the Owner, the Owner has included provisions in this FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-22 AC 150/5370-1OG 7/21/2014 contract pursuant to the requirements of Title 49 of the USC and the Rules and Regulations of the FAA that pertain to the work. As required by the USC, the contract work is subject to the inspection and approval of duly authorized representatives of the FAA Administrator, and is further subject to those provisions of the rules and regulations that are cited in the contract, plans, or specifications. No requirement of the USC, the rules and regulations implementing the USC, or this contract shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. 70-6 SANITARY, HEALTH, AND SAFETY PROVISIONS. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his or her employees as may be necessary to comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction. Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions that are unsanitary, hazardous, or dangerous to his or her health or safety. 70-7 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control his or her operations and those of his or her subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his or her own operations and those of his or her subcontractors and all suppliers in accordance with the subsection 40-05 titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified in the subsection 80-04 titled LIMITATION OF OPERATIONS of Section 80 hereinafter. 70-8 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated. Unless otherwise specified, barricades, warning signs, and markings for hazards that are in the air operations area (AOAs) shall be a maximum of 18 inches high. Unless otherwise specified, barricades shall be spaced not more than 4 feet apart. Barricades, warning signs, and markings shall be paid for under subsection 40-05. For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual on Uniform Traffic Control Devices. When the work requires closing an air operations area of the airport or portion of such area, the Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of advisory circular (AC) 150/5340-1, Standards for Airport Markings. The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and the Contractor's parked construction equipment that may be hazardous to the operation of emergency fire -rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2, Operational Safety on Airports During Construction. The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370-2. The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work that requires such erection and shall maintain the barricades, warning signs, and FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-23 AC 150/5370-1OG 7/21/2014 markings for hazards until their removal is directed by the Engineer. Open -flame type lights shall not be permitted. 70-9 USE OF EXPLOSIVES. When the use of explosives is necessary for the execution of the work, the Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall be responsible for all damage resulting from the use of explosives. All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the Engineer and, in general, not closer than 1,000 feet (300 m) from the work or from any building, road, or other place of human occupancy. The Contractor shall notify each property Owner and public utility company having structures or facilities in proximity to the site of the work of his or her intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or within 1,000 feet (300 m) of the airport property. 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the execution of the work, resulting from any act, omission, neglect, or misconduct in manner or method of executing the work, or at any time due to defective work or materials, and said responsibility shall not be released until the project has been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non - execution thereof by the Contractor, the Contractor shall restore, at his or her own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or the Contractor shall make good such damage or injury in an acceptable manner. 70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The Contractor shall indemnify and save harmless the Engineer and the Owner and their officers, and employees from all suits, actions, or claims, of any character, brought because of any injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright; or from any claims or amounts arising or recovered under the "Workmen's Compensation Act," or any other law, ordinance, order, or decree. Money due the Contractor under and by virtue of his or her contract considered necessary by the Owner for such purpose may be retained for the use of the Owner or, in case no money is due, his or her surety may be held until such suits, actions, or claims for injuries or damages shall have been settled and suitable evidence to that effect furnished to the Owner, except that money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that he or she is adequately protected by public liability and property damage insurance. 70-12 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create for the public or any member thereof, a third party beneficiary or to authorize anyone not a party to the contract to maintain FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-24 AC 150/5370-1OG 7/21/2014 a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the Owner prior to completion of the entire contract, such "phasing" of the work shall be specified herein and indicated on the plans. When so specified, the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. The Contractor shall make his or her own estimate of the difficulties involved in arranging the work to permit such beneficial occupancy by the Owner as described below: The Contractor shall examine the construction safety and phasing plan to determine the level of effort necessary to permit beneficial occupancy by the Owner. Upon completion of any portion of the work listed above, such portion shall be accepted by the Owner in accordance with the subsection 50-14 titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the Owner shall be repaired by the Contractor at his or her expense. The Contractor shall make his or her own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work. Contractor shall be required to conform to safety standards contained AC 150/5370-2 (see Special Provisions). Contractor shall refer to the approved Construction Safety Phasing Plan (CSPP) to identify barricade requirements and other safety requirements prior to opening up sections of work to traffic. 70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the Engineer's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection 50-14 titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the non -execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities. If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at his or her expense. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seeding, and sodding furnished under the contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. 70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS. As provided in the subsection 70-04 titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-25 AC 150/5370-1OG 7/21/2014 section, the Contractor shall cooperate with the Owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the Owner to construct, reconstruct or maintain such utility services or facilities during the progress of the work. In addition, the Contractor shall control their operations to prevent the unscheduled interruption of such utility services and facilities. To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans and the Owners are indicated as follows: The Contractor shall consult the plans for approximate locations of utilities. It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of the responsibility to protect such existing features from damage or unscheduled interruption of service. It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the Owners of all utility services or other facilities of his or her plan of operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided in this subsection and subsection 70- 04 titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Engineer. In addition to the general written notification provided, it shall be the responsibility of the Contractor to keep such individual Owners advised of changes in their plan of operations that would affect such Owners. Prior to beginning the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such Owner of their plan of operation. If, in the Contractor's opinion, the Owner's assistance is needed to locate the utility service or facility or the presence of a representative of the Owner is desirable to observe the work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON TO CONTACT no later than two normal business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the Engineer. The Contractor's failure to give the two days' notice shall be cause for the Owner to suspend the Contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use hand excavation methods within 3 feet (1 m) of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, the Contractor shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to their operations whether due to negligence or accident. The Owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his or her surety. 70-15.1 FAA FACILITIES AND CABLE RUNS. The Contractor is hereby advised that the construction limits of the project include existing facilities and buried cable runs that are owned, operated and maintained by the FAA. The Contractor, during the execution of the project work, shall comply with the following: FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-26 AC 150/5370-1OG 7/21/2014 a. The Contractor shall permit FAA maintenance personnel the right of access to the project work site for purposes of inspecting and maintaining all existing FAA owned facilities. b. The Contractor shall provide notice to the FAA Air Traffic Organization (ATO)/Technical Operations/System Support Center (SSC) Point -of -Contact through the airport Owner a minimum of seven (7) calendar days prior to commencement of construction activities in order to permit sufficient time to locate and mark existing buried cables and to schedule any required facility outages. c. If execution of the project work requires a facility outage, the Contractor shall contact the FAA Point - of -Contact a minimum of 72 hours prior to the time of the required outage. d. Any damage to FAA cables, access roads, or FAA facilities during construction caused by the Contractor's equipment or personnel whether by negligence or accident will require the Contractor to repair or replace the damaged cables, access road, or FAA facilities to FAA requirements. The Contractor shall not bear the cost to repair damage to underground facilities or utilities improperly located by the FAA. e. If the project work requires the cutting or splicing of FAA owned cables, the FAA Point -of -Contact shall be contacted a minimum of 72 hours prior to the time the cable work commences. The FAA reserves the right to have a FAA representative on site to observe the splicing of the cables as a condition of acceptance. All cable splices are to be accomplished in accordance with FAA specifications and require approval by the FAA Point -of -Contact as a condition of acceptance by the Owner. The Contractor is hereby advised that FAA restricts the location of where splices may be installed. If a cable splice is required in a location that is not permitted by FAA, the Contractor shall furnish and install a sufficient length of new cable that eliminates the need for any splice. 70-16 FURNISHING RIGHTS-OF-WAY. The Owner will be responsible for furnishing all rights-of-way upon which the work is to be constructed in advance of the Contractor's operations. 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the contract provisions or in exercising any power or authority granted by this contract, there shall be no liability upon the Engineer, his or her authorized representatives, or any officials of the Owner either personally or as an official of the Owner. It is understood that in such matters they act solely as agents and representatives of the Owner. 70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the Owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or stop the Owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the Owner be precluded or stopped from recovering from the Contractor or his or her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his or her obligations under the contract. A waiver on the part of the Owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the terms of the contract, shall be liable to the Owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the Owner's rights under any warranty or guaranty. 70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. The Contractor shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. 70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior. FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-27 AC 150/5370-1OG 7/21/2014 Should the Contractor encounter, during his or her operations, any building, part of a building, structure, or object that is incongruous with its surroundings, the Contractor shall immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate the Contractor's finding and the Owner will direct the Contractor to either resume operations or to suspend operations as directed. Should the Owner order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract change order or supplemental agreement as provided in the subsection 40-04 titled EXTRA WORK of Section 40 and the subsection 90-05 titled PAYMENT FOR EXTRA WORK of Section 90. If appropriate, the contract change order or supplemental agreement shall include an extension of contract time in accordance with the subsection 80-07 titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. END OF SECTION 70 FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-28 AC 150/5370-1OG 7/21/2014 SECTION 80 EXECUTION AND PROGRESS 80-1 SUBLETTING OF CONTRACT. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Engineer. The Contractor shall provide copies of all subcontracts to the Engineer. The Contractor shall perform, with his organization, an amount of work equal to at least 50 percent of the total contract cost. Should the Contractor elect to assign his or her contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the Owner, and shall be consummated only on the written approval of the Owner. 80-2 NOTICE TO PROCEED. The notice to proceed shall state the date on which it is expected the Contractor will begin the construction and from which date contract time will be charged. The Contractor shall begin the work to be performed under the contract within 10 days of the date set by the Engineer in the written notice to proceed, but in any event, the Contractor shall notify the Engineer at least 24 hours in advance of the time actual construction operations will begin. The Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. 80-3 EXECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall submit their progress schedule for the Engineer's approval within 10 days after the effective date of the notice to proceed. The Contractor's progress schedule, when approved by the Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, submit a revised schedule for completion of the work within the contract time and modify their operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the execution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. The Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. 80-4 LIMITATION OF OPERATIONS. The Contractor shall control his or her operations and the operations of his or her subcontractors and all suppliers to provide for the free and unobstructed movement of aircraft in the air operations areas (AOA) of the airport. When the work requires the Contractor to conduct his or her operations within an AOA of the airport, the work shall be coordinated with airport operations (through the Engineer) at least 48 hours prior to commencement of such work. The Contractor shall not close an AOA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection 70-08 titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. When the contract work requires the Contractor to work within an AOA of the airport on an intermittent basis (intermittent opening and closing of the AOA), the Contractor shall maintain constant communications as specified; immediately obey all instructions to vacate the AOA; immediately obey all instructions to resume work in such AOA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AOA until the satisfactory conditions are provided. The following AOA cannot be closed to operating aircraft to permit the Contractor's operations on a continuous basis and will therefore be closed to aircraft operations intermittently as follows: FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-29 AC 150/5370-1OG 7/21/2014 The Contractor shall consult the CSPP for all AOA limitations and requirements. Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational Safety on Airports During Construction (see Special Provisions). 80-04.1 OPERATIONAL SAFETY ON AIRPORT DURING CONSTRUCTION. All Contractors' operations shall be conducted in accordance with the project Construction Safety and Phasing Plan (CSPP) and the provisions set forth within the current version of AC 150/5370-2. The CSPP included within the contract documents conveys minimum requirements for operational safety on the airport during construction activities. The Contractor shall prepare and submit a Safety Plan Compliance Document that details how it proposes to comply with the requirements presented within the CSPP. The Contractor shall implement all necessary safety plan measures prior to commencement of any work activity. The Contractor shall conduct routine checks to assure compliance with the safety plan measures. The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the project. The Contractor shall assure that all subcontractors are made aware of the requirements of the CSPP and that they implement and maintain all necessary measures. No deviation or modifications may be made to the approved CSPP unless approved in writing by the Owner or Engineer. 80-5 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. Any person employed by the Contractor or by any subcontractor who violates any operational regulations or operational safety requirements and, in the opinion of the Engineer, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the Engineer, be removed forthwith by the Contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without approval of the Engineer. Should the Contractor fail to remove such persons or person, or fail to furnish suitable and sufficient personnel for the proper execution of the work, the Engineer may suspend the work by written notice until compliance with such orders. All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than specified in the contract, the Contractor may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-30 AC 150/5370-1OG 7/21/2014 does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection. 80-6 TEMPORARY SUSPENSION OF THE WORK. The Owner shall have the authority to suspend the work wholly, or in part, for such period or periods as the Owner may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the execution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Owner, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with his or her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the Owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Owner, or for any other delay provided for in the contract, plans, or specifications. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. The Contractor shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. 80-7 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar or working days allowed for completion of the work shall be stated in the proposal and contract and shall be known as the CONTRACT TIME. Should the contract time require extension for reasons beyond the Contractor's control, it shall be adjusted as follows: a. CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Engineer. The Engineer will furnish the Contractor a copy of his or her weekly statement of the number of working days charged against the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the number of working days, if any, that have been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). The Engineer shall base his or her weekly statement of contract time charged on the following considerations: (1) No time shall be charged for days on which the Contractor is unable to proceed with the principal item of work under construction at the time for at least six (6) hours with the normal work force employed on such principal item. Should the normal work force be on a double -shift, 12 hours shall be used. Should the normal work force be on a triple -shift, 18 hours shall apply. Conditions beyond the Contractor's control such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the Owner for reasons not the fault of the Contractor, shall not be charged against the contract time. (2) The Engineer will not make charges against the contract time prior to the effective date of the FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-31 AC 150/5370-1OG 7/21/2014 notice to proceed. (3) The Engineer will begin charges against the contract time on the first working day after the effective date of the notice to proceed. (4) The Engineer will not make charges against the contract time after the date of final acceptance as defined in the subsection 50-15 titled FINAL ACCEPTANCE of Section 50. (5) The Contractor will be allowed one (1) week in which to file a written protest setting forth his or her objections to the Engineer's weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor. The contract time (stated in the proposal) is based on the originally estimated quantities as described in the subsection 20-05 titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20. Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. b. Contract Time based on calendar days shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and non -work days. All calendar days elapsing between the effective dates of the Owner's orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either cost of work or the extension of contract time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance. c. When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially complete. If the Contractor finds it impossible for reasons beyond his or her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, the Contractor may, at any time prior to the expiration of the contract time as extended, make a written request to the Owner for an extension of time setting forth the reasons which the Contractor believes will justify the granting of his or her request. Requests for extension of time on calendar day projects, caused by inclement weather, shall be supported with National Weather Bureau data showing the actual amount of inclement weather exceeded what could normally be expected during the contract period. The Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the supporting documentation justify the work was delayed because of conditions beyond the control and without the fault of the Contractor, the Owner may extend the time for completion by a change order that adjusts the contract time or completion date. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. 80-8 FAILURE TO COMPLETE ON TIME. For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and adjustments as provided in the subsection 80-07 titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section) the sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or his or her surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages including but not limited to additional engineering services that will be incurred by the Owner FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-32 AC 150/5370-1OG 7/21/2014 should the Contractor fail to complete the work in the time provided in their contract. Schedule Liquidated Damages Cost Allowed Construction Time Base Bid I (All Work) $1200 per calendar day of delay 325 calendar days Base Bid I (Phase I) $1200 per calendar day of delay 150 calendar days Base Bid II (All Work) $1200 per calendar day of delay 325 calendar days Base Bid II (Phase I) $1200 per calendar day of delay 150 calendar days The maximum construction time allowed for "Base Bid"; regardless of base bid awarded will be the sum ethe time allowed for individual base bid but not more than 325 days. Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a wavier on the part of the Owner of any of its rights under the contract. 80-9 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be considered in default of his or her contract and such default will be considered as cause for the Owner to terminate the contract for any of the following reasons if the Contractor: a. Fails to begin the work under the contract within the time specified in the Notice to Proceed, or b. Fails to perform the work or fails to provide sufficient workers, equipment and/or materials to assure completion of work in accordance with the terms of the contract, or c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or d. Discontinues the execution of the work, or e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or g. Allows any final judgment to stand against the Contractor unsatisfied for a period of 10 days, or h. Makes an assignment for the benefit of creditors, or i. For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Engineer consider the Contractor in default of the contract for any reason above, the Engineer shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the Owner's intentions to terminate the contract. If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the Owner will, upon written notification from the Engineer of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the execution of the work out of the hands of the Contractor. The Owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-33 AC 150/5370-1OG 7/21/2014 provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the Owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the Owner the amount of such excess. 80-10 TERMINATION FOR NATIONAL EMERGENCIES. The Owner shall terminate the contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the execution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer. Termination of the contract or a portion thereof shall neither relieve the Contractor of his or her responsibilities for the completed work nor shall it relieve his or her surety of its obligation for and concerning any just claim arising out of the work performed. 80-11 WORK AREA, STORAGE AREA AND SEQUENCE OF OPERATIONS. The Contractor shall obtain approval from the Engineer prior to beginning any work in all areas of the airport. No operating runway, taxiway, or air operations area (AOA) shall be crossed, entered, or obstructed while itis operational. The Contractor shall plan and coordinate his or her work in such a manner as to ensure safety and a minimum of hindrance to flight operations. All Contractor equipment and material stockpiles shall be stored a minimum or 500 feet from the centerline of an active runway. No equipment will be allowed to park within the approach area of an active runway at any time. No equipment shall be within 400 feet of an active runway at any time. END OF SECTION 80 FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-34 AC 150/5370-1OG 7/21/2014 SECTION 90 MEASUREMENT AND PAYMENT 90-1 MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured by the Engineer, or his or her authorized representatives, using United States Customary Units of Measurement or the International System of Units. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave -outs) having an area of 9 square feet (0.8 square meters) or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inch. The term "ton" will mean the short ton consisting of 2,000 Ib (907 km) avoirdupois. All materials that are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material is paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable for the materials hauled, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard (cubic meter) may be weighed, and such weights will be converted to cubic yards (cubic meters) for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. Bituminous materials will be measured by the gallon (liter) or ton (kg). When measured by volume, such volumes will be measured at 60°F (16°C) or will be corrected to the volume at 60°F (16°C) using ASTM D1250 for asphalts or ASTM D633 for tars. Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-35 AC 150/5370-1OG 7/21/2014 When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton (kg) or hundredweight (km). Timber will be measured by the thousand feet board measure (MFBM) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. The term "lump sum" when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection 90-05 titled PAYMENT FOR EXTRA WORK of this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gauge, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within 1/2% of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one-tenth of 1`)/0 of the nominal rated capacity of the scale, but not less than 1 pound (454 grams). The use of spring balances will not be permitted. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. Scale installations shall have available ten standard 50 -pound (2.3 km) weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales "overweighing" (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct weighting -accuracy test will be reduced by the percentage of error in excess of one-half of 1 %. In the event inspection reveals the scales have been underweighing (indicating less than correct weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-36 AC 150/5370-1OG 7/21/2014 When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. 90-2 SCOPE OF PAYMENT. The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the execution thereof, subject to the provisions of the subsection 70-18 titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the "basis of payment" subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. 90-3 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection 40-02 titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his or her unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-4 PAYMENT FOR OMITTED ITEMS. As specified in the subsection 40-03 titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the Owner. Should the Engineer omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the Engineer's order to omit or non -perform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the Owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature the amount of such costs. 90-5 PAYMENT FOR EXTRA WORK. Extra work, performed in accordance with the subsection 40-04 titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work. 90-6 PARTIAL PAYMENTS. Partial payments will be made to the Contractor at least once each month as the work progresses. Said payments will be based upon estimates, prepared by the Engineer, of the value of the work performed and materials complete and in place, in accordance with the contract, plans, and specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection 90-07 titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made when the amount due to the Contractor since the last estimate amounts to less than five hundred dollars. FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-37 AC 150/5370-1OG 7/21/2014 The Contractor is required to pay all subcontractors for satisfactory performance of their contracts no later than 30 days after the Contractor has received a partial payment. The Owner must ensure prompt and full payment of retainage from the prime Contractor to the subcontractor within 30 days after the subcontractor's work is satisfactorily completed. A subcontractor's work is satisfactorily completed when all the tasks called for in the subcontract have been accomplished and documented as required by the Owner. When the Owner has made an incremental acceptance of a portion of a prime contract, the work of a subcontractor covered by that acceptance is deemed to be satisfactorily completed. From the total of the amount determined to be payable on a partial payment, 10 percent of such total amount will be deducted and retained by the Owner until the final payment is made, except as may be provided (at the Contractor's option) in the subsection 90-08 titled PAYMENT OF WITHHELD FUNDS of this section. The balance 90 percent of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his or her option, as provided in the subsection 90-08 titled PAYMENT OF WITHHELD FUNDS of this section, no such percent retainage shall be deducted. When at least 90% of the work has been completed, the Engineer shall, at the Owner's discretion and with the consent of the surety, prepare estimates of both the contract value and the cost of the remaining work to be done. The Owner may retain an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor. It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question. No partial payment shall bind the Owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection 90-09 titled ACCEPTANCE AND FINAL PAYMENT of this section. The Contractor shall deliver to the Owner a complete release of all claims for labor and material arising out of this contract before the final payment is made. If any subcontractor or supplier fails to furnish such a release in full, the Contractor may furnish a bond or other collateral satisfactory to the Owner to indemnify the Owner against any potential lien or other such claim. The bond or collateral shall include all costs, expenses, and attorney fees the Owner may be compelled to pay in discharging any such lien or claim. 90-7 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the Owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: a. The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site. b. The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-38 AC 150/5370-1OG 7/21/2014 d. The Contractor has furnished the Owner legal title (free of liens or encumbrances of any kind) to the material so stored or stockpiled. e. The Contractor has furnished the Owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at any time prior to use in the work. It is understood and agreed that the transfer of title and the Owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of his or her responsibility for furnishing and placing such materials in accordance with the requirements of the contract, plans, and specifications. In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract price for the contract item in which the material is intended to be used. No partial payment will be made for stored or stockpiled living or perishable plant materials. The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. 90-8 PAYMENT OF WITHHELD FUNDS. At the Contractor's option, if an Owner withholds retainage in accordance with the methods described in subsection 90-06 PARTIAL PAYMENTS, the Contractor may request that the Owner deposit the retainage into an escrow account. The Owner's deposit of retainage into an escrow account is subject to the following conditions: a. The Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the Owner. b. The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the Owner and having a value not less than the retainage that would otherwise be withheld from partial payment. c. The Contractor shall enter into an escrow agreement satisfactory to the Owner. d. The Contractor shall obtain the written consent of the surety to such agreement. 90-9 ACCEPTANCE AND FINAL PAYMENT. When the contract work has been accepted in accordance with the requirements of the subsection 50-15 titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer of the Contractor's objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. The Contractor and the Engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the Engineer's final estimate. If, after such 30 -day period, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the Owner as a claim in accordance with the subsection 50-16 titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. After the Contractor has approved, or approved under protest, the Engineer's final estimate, and after the Engineer's receipt of the project closeout documentation required in subsection 90-11 Project Closeout, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the Contractor has filed a claim for additional compensation under the provisions of the subsection 50-16 titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the Owner in accordance with local laws or ordinances. FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-39 AC 150/5370-1OG 7/21/2014 Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. 90-10 CONSTRUCTION WARRANTY. a. In addition to any other warranties in this contract, the Contractor warrants that work performed under this contract conforms to the contract requirements and is free of any defect in equipment, material, workmanship, or design furnished, or performed by the Contractor or any subcontractor or supplier at any tier. b. This warranty shall continue for a period of one year from the date of final acceptance of the work. If the Owner takes possession of any part of the work before final acceptance, this warranty shall continue for a period of one year from the date the Owner takes possession. However, this will not relieve the Contractor from corrective items required by the final acceptance of the project work. c. The Contractor shall remedy at the Contractor's expense any failure to conform, or any defect. In addition, the Contractor shall remedy at the Contractor's expense any damage to Owner real or personal property, when that damage is the result of: (1) The Contractor's failure to conform to contract requirements; or (2) Any defect of equipment, material, workmanship, or design furnished by the Contractor. d. The Contractor shall restore any work damaged in fulfilling the terms and conditions of this clause. The Contractor's warranty with respect to work repaired or replaced will run for one year from the date of repair or replacement. e. The Owner will notify the Contractor, in writing, within 14 days after the discovery of any failure, defect, or damage. f. If the Contractor fails to remedy any failure, defect, or damage within 30 days after receipt of notice, the Owner shall have the right to replace, repair, or otherwise remedy the failure, defect, or damage at the Contractor's expense. g. Wth respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliers for work performed and materials furnished under this contract, the Contractor shall: (1) Obtain all warranties that would be given in normal commercial practice; (2) Require all warranties to be executed, in writing, for the benefit of the Owner, as directed by the Owner, and (3) Enforce all warranties for the benefit of the Owner. h. This warranty shall not limit the Owner's rights with respect to latent defects, gross mistakes, or fraud. 90-11 PROJECT CLOSEOUT. Approval of final payment to the Contractor is contingent upon completion and submittal of the items listed below. The final payment will not be approved until the Engineer approves the Contractor's final submittal. The Contractor shall: a. Provide two (2) copies of all manufacturers warranties specified for materials, equipment, and installations. b. Provide weekly payroll records (not previously received) from the general Contractor and all subcontractors. c. Complete final cleanup in accordance with subsection 40-08, FINAL CLEANUP. FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-40 AC 150/5370-1OG 7/21/2014 d. Complete all punch list items identified during the Final Inspection. e. Provide complete release of all claims for labor and material arising out of the Contract. f. Provide a certified statement signed by the subcontractors, indicating actual amounts paid to the Disadvantaged Business Enterprise (DBE) subcontractors and/or suppliers associated with the project. g. When applicable per state requirements, return copies of sales tax completion forms. h. Manufacturers certifications for all items incorporated in the work. i. All required record drawings, as -built drawings or as -constructed drawings. j. Project Operation and Maintenance (O&M) Manual. k. Security for Construction Warranty. I. Equipment commissioning documentation submitted, if required. END OF SECTION 90 FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-41 AC 150/5370-1OG 7/21/2014 SECTION 100 CONTRACTOR QUALITY CONTROL PROGRAM 100-1 GENERAL. When the specification requires a Contractor Quality Control Program, the Contractor shall establish, provide, and maintain an effective Quality Control Program that details the methods and procedures that will be taken to assure that all materials and completed construction required by this contract conform to contract plans, technical specifications and other requirements, whether manufactured by the Contractor, or procured from subcontractors or vendors. Although guidelines are established and certain minimum requirements are specified here and elsewhere in the contract technical specifications, the Contractor shall assume full responsibility for accomplishing the stated purpose. The intent of this section is to enable the Contractor to establish a necessary level of control that will: a. Adequately provide for the production of acceptable 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, their 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 and accepted 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. Paving projects over $500,000 shall have a Quality Control (QC)/Quality Assurance (QA) workshop with the Engineer, Contractor, subcontractors, testing laboratories, and Owner's representative and the FAA prior to or at start of construction. The workshop shall address QC and QA requirements of the project specifications. The Contractor shall coordinate with the Airport and the Engineer on time and location of the QC/QA workshop. 100-2 DESCRIPTION OF PROGRAM. a. General description. The Contractor shall establish a Quality Control Program to perform quality control 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 shall 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 and approved 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 and approval at least 10 calendar days before the associated work begins. The Contractor's Quality Control Plan and Quality Control testing laboratory must be approved in writing by the Engineer prior to the Notice to Proceed (NTP). The Quality Control Program shall be organized to address, as a minimum, the following items: FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-42 AC 150/5370-1OG 7/21/2014 a. Quality control organization b. Project progress schedule c. Submittals schedule d. Inspection requirements e. Quality control testing plan f. Documentation of quality control activities 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 is deemed necessary to adequately control all production and/or construction processes required by this contract. 100-3 QUALITY CONTROL ORGANIZATION. The Contractor Quality Control Program shall be implemented by the establishment 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 used 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 1 00-03a and 1 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, as a minimum, consist of the following personnel: a. Program Administrator. The Program Administrator shall be a full-time on-site employee of the Contractor, or a consultant engaged by the Contractor. The Program Administrator shall have a minimum of five (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 one of the following requirements: (1) Professional Engineer with one (1) year of airport paving experience. (2) Engineer -in -training with two (2) years of airport paving experience. (3) An individual with three (3) years of highway and/or airport paving experience, 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 III by NICET. (7) A NICET certified engineering technician in Civil Engineering Technology with five (5) years FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-43 AC 150/5370-1OG 7/21/2014 of highway and/or airport paving experience. 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 two (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, engineering technicians, or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level II or higher construction materials technician or highway construction technician and shall have a minimum of two (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: (1) Inspection of all materials, construction, plant, and equipment for conformance to the technical specifications, and as required by subsection 100-06. (2) Performance of all quality control tests as required by the technical specifications and subsection 100-07. (3) Performance of density tests for the Engineer when required by the technical specifications. Certification at an equivalent level, by a state or nationally recognized organization will be acceptable in lieu of NICET 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 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. 100-4 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), Program Evaluation and Review Technique (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 twice 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. 100-5 SUBMITTALS SCHEDULE. The Contractor shall submit a detailed listing of all submittals (for example, 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 FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-44 AC 150/5370-1OG 7/21/2014 d. Specification paragraph requiring submittal e. Scheduled date of submittal 100-6 INSPECTION 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 subsection 100-07. Inspections shall be performed daily to ensure continuing compliance with contract requirements 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 used 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 used 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 used. b. During field operations, quality control test results and periodic inspections shall be used to ensure the quality of all materials and workmanship. All equipment used 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 used. 100-7 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 quality 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 (for example, P-401) b. Item description (for example, Plant Mix Bituminous Pavements) c. Test type (for example, gradation, grade, asphalt content) d. Test standard (for example, ASTM or American Association of State Highway and Transportation Officials (AASHTO) test number, as applicable) e. Test frequency (for example, as required by technical specifications or minimum frequency when requirements are not stated) f. Responsibility (for example, plant technician) g. Control requirements (for example, target, permissible deviations) The testing plan shall contain a statistically -based procedure of random sampling for acquiring test samples in accordance with ASTM D3665. 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 subsection 100-08. 100-8 DOCUMENTATION. The Contractor shall maintain current quality control records of all inspections FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-45 AC 150/5370-1OG 7/21/2014 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 inspection reports. Each Contractor quality control technician shall maintain a daily log of all inspections performed for both Contractor and subcontractor operations. 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 (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. 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 of record. 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 information: (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 (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 shall be signed by the responsible quality control technician and the Program Administrator. 100-9 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 FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-46 AC 150/5370-1OG 7/21/2014 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 use 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 here and the applicable technical specifications and plans. In 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 performing 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 or her authorized representative to the Contractor or his or 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: (1) 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 FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-47 AC 150/5370-1OG 7/21/2014 SECTION 105 MOBILIZATION 105-1 DESCRIPTION. This item shall consist of work and operations, but is not limited to, work and operations necessary for the movement of personnel, equipment, material and supplies to and from the project site for work on the project except as provided in the contract as separate pay items. 105-1.1 POSTED NOTICES. Prior to commencement of construction activities the Contractor must post the following documents in a prominent and accessible place where they may be easily viewed by all employees of the prime Contractor and by all employees of subcontractors engaged by the prime Contractor: Equal Employment Opportunity (EEO) Poster "Equal Employment Opportunity is the Law" in accordance with the Office of Federal Contract Compliance Programs Executive Order 11246, as amended; Davis Bacon Wage Poster (WH 1321) - DOL "Notice to All Employees" Poster; and Applicable Davis -Bacon Wage Rate Determination. These notices must remain posted until final acceptance of the work by the Owner. 105-2 BASIS OF MEASUREMENT AND PAYMENT. Based upon the contract lump sum price for "Mobilization" partial payments will be allowed as follows: a. With first pay request, 25%. b. When 25% or more of the original contract is earned, an additional 25%. c. When 50% or more of the original contract is earned, an additional 40%. d. After Final Inspection, Staging area clean-up and delivery of all Project Closeout materials as required by 90-11, the final 10%. END OF SECTION 105 FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-48 AC 150/5370-1OG 7/21/2014 SECTION 110 METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) 110-1 GENERAL. When the specifications provide for acceptance of material based on the method of estimating percentage of material within specification limits (PWL), the PWL will be determined in accordance with this section. All test results for a lot will be analyzed statistically to determine the total estimated percent of the lot that is within specification limits. The PWL is computed using the sample average (X) and sample standard deviation (Sn) of the specified number (n) of sublots for the lot and the specification tolerance limits, L for lower and U for upper, for the particular acceptance parameter. From these values, the respective Quality index, QL for Lower Quality Index and/or QU for Upper Quality Index, is computed and the PWL for the lot for the specified n is determined from Table 1. All specification limits specified in the technical sections shall be absolute values. Test results used in the calculations shall be to the significant figure given in the test procedure. There is some degree of uncertainty (risk) in the measurement for acceptance because only a small fraction of production material (the population) is sampled and tested. This uncertainty exists because all portions of the production material have the same probability to be randomly sampled. The Contractor's risk is the probability that material produced at the acceptable quality level is rejected or subjected to a pay adjustment. The Owner's risk is the probability that material produced at the rejectable quality level is accepted. It is the intent of this section to inform the Contractor that, in order to consistently offset the Contractor's risk for material evaluated, production quality (using population average and population standard deviation) must be maintained at the acceptable quality specified or higher. In all cases, it is the responsibility of the Contractor to produce at quality levels that will meet the specified acceptance criteria when sampled and tested at the frequencies specified. 110-2 METHOD FOR COMPUTING PWL. The computational sequence for computing PWL is as follows: a. Divide the lot into n sublots in accordance with the acceptance requirements of the specification. b. Locate the random sampling position within the sublot in accordance with the requirements of the specification. c. Make a measurement at each location, or take a test portion and make the measurement on the test portion in accordance with the testing requirements of the specification. d. Find the sample average (X) for all sublot values within the lot by using the following formula: X=(xi +x2+x3+...x„)/n Where: X = Sample average of all sublot values within a lot xi, x2 = Individual sublot values n = Number of sublots e. Find the sample standard deviation (Sn) by use of the following formula: Sn = [(d12 + d22 + d32+ ... dn21 (n-1)]112 Where: Sn = Sample standard deviation of the number of sublot values in the set di, d2 = Deviations of the individual sublot values xi, x2,.. from the average value X that is: di _ (xi -X),d2=(x2-X)... d,_(x,-X) n = Number of sublots f. For single sided specification limits (that is, L only), compute the Lower Quality Index QL by use of FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-49 AC 150/5370-1OG 7/21/2014 the following formula: J. Q�=(X-L)/S„ Where: L = specification lower tolerance limit Estimate the percentage of material within limits (PWL) by entering Table 1 with QL, using the column appropriate to the total number (n) of measurements. If the value of QL falls between values shown on the table, use the next higher value of PWL. For double -sided specification limits (that is, L and U), compute the Quality Indexes QL and QU by use of the following formulas: QL=(X-L)/S„ And Qu = (U - X) / S„ Where: L and U = specification lower and upper tolerance limits Estimate the percentage of material between the lower (L) and upper (U) tolerance limits (PWL) by entering Table 1 separately with QL and Qu, using the column appropriate to the total number (n) of measurements, and determining the percent of material above PL and percent of material below Pu for each tolerance limit. If the values of QL fall between values shown on the table, use the next higher value of PL or Pu. Determine the PWL by use of the following formula: PWL =(Pu + PL) —100 Where: PL = percent within lower specification limit Pu = percent within upper specification limit EXAMPLE OF PWL CALCULATION Project: Example Project Test Item: Item P-401, Lot A. A. PWL Determination for Mat Density. 1. Density of four random cores taken from Lot A. A-1 = 96.60 A-2 = 97.55 A-3 = 99.30 A-4 = 98.35 n=4 2. Calculate average density for the lot. X= (xi +x2+x3+...xr,)/n X = (96.60+97.55+99.30+98.35)/4 X = 97.95% density 3. Calculate the standard deviation for the lot. FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-50 AC 150/5370-1OG 7/21/2014 Sn = [((96.60 - 97.95)2 + (97.55 - 97.95)2 + (99.30 -97.95)2 + (98.35 -97.95)2)) / (4 - 1)]1/2 Sn = [(1.82 + 0.16 + 1.82+0.16)/3]1/2 S,=1.15 4. Calculate the Lower Quality Index QL for the lot. (L=96.3) QL=(X-L)/S, QL = (97.95 - 96.30) / 1.15 QL = 1.4348 5. Determine PWL by entering Table 1 with QL= 1.44 and n= 4. PWL = 98 B. PWL Determination for Air Voids. 1. Air Voids of four random samples taken from Lot A. A-1 = 5.00 A-2 = 3.74 A-3 = 2.30 A-4 = 3.25 2. Calculate the average air voids for the lot. X = (x1 + x2 + x3 ...x,) / n X = (5.00+3.74+2.30+3.25)/4 X = 3.57% 3. Calculate the standard deviation S, for the lot. Sn = [((3.57 - 5.00)2 + (3.57 - 3.74)2 + (3.57 - 2.30)2 + (3.57 -3.25)2)1(4 - 1)]1/2 Sn = [(2.04 + 0.03 + 1.62+0.10)/3]1/2 S, = 1.12 4. Calculate the Lower Quality Index QL for the lot. (L= 2.0) QL=(X-L)/S, QL = (3.57 - 2.00) / 1.12 QL = 1.3992 5. Determine PL by entering Table 1 with QL = 1.41 and n = 4. PL = 97 6. Calculate the Upper Quality Index Qu for the lot. (U= 5.0) Qu = (U - X) / Sr, Qu = (5.00 - 3.57) / 1.12 Qu = 1.2702 7. Determine Pu by entering Table 1 with Qu = 1.29 and n = 4. Pu = 93 8. Calculate Air Voids PWL FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-51 AC 150/5370-1OG 7/21/2014 PWL = (PL + Pu) - 100 PWL = (97 + 93) - 100 = 90 EXAMPLE OF OUTLIER CALCULATION (REFERENCE ASTM E178) Project: Example Project Test Item: Item P-401, Lot A. A. Outlier Determination for Mat Density. 1. Density of four random cores taken from Lot A arranged in descending order. A-3 = 99.30 A-4 = 98.35 A-2 = 97.55 A-1 = 96.60 2. Use n=4 and upper 5% significance level of to find the critical value for test criterion = 1.463. 3. Use average density, standard deviation, and test criterion value to evaluate density measurements. a. For measurements greater than the average: If (measurement - average) / (standard deviation) is less than test criterion, then the measurement is not considered an outlier For A-3, check if (99.30 - 97.95) / 1.15 is greater than 1.463. Since 1.174 is less than 1.463, the value is not an outlier. b. For measurements less than the average: If (average - measurement) / (standard deviation) is less than test criterion, then the measurement is not considered an outlier. For A-1, check if (97.95 - 96.60) / 1.15 is greater than 1.463. Since 1.435 is less than 1.463, the value is not an outlier. Note: In this example, a measurement would be considered an outlier if the density were: Greater than (97.95 + 1.463 x 1.15) = 99.63% OR Less than (97.95 - 1.463 x 1.15) = 96.27%. Table 1. Table for Estimating Percent of Lot Within Limits IPWL Percent Within Limits (PL and Positive Values of Q (QL and Qu) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 99 1.1541 1.4700 1.6714 1.8008 1.8888 1.9520 1.9994 2.0362 98 1.1524 1.4400 1.6016 1.6982 1.7612 1.8053 1.8379 1.8630 97 1.1496 1.4100 1.5427 1.6181 1.6661 1.6993 1.7235 1.7420 FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-52 AC 150/5370-1 OG 7/21/2014 96 1.1456 1.3800 1.4897 1.5497 1.5871 1.6127 1.6313 1.6454 95 1.1405 1.3500 1.4407 1.4887 1.5181 1.5381 1.5525 1.5635 94 1.1342 1.3200 1.3946 1.4329 1.4561 1.4717 1.4829 1.4914 93 1.1269 1.2900 1.3508 1.3810 1.3991 1.4112 1.4199 1.4265 92 1.1184 1.2600 1.3088 1.3323 1.3461 1.3554 1.3620 1.3670 91 1.1089 1.2300 1.2683 1.2860 1.2964 1.3032 1.3081 1.3118 90 1.0982 1.2000 1.2290 1.2419 1.2492 1.2541 1.2576 1.2602 89 1.0864 1.1700 1.1909 1.1995 1.2043 1.2075 1.2098 1.2115 88 1.0736 1.1400 1.1537 1.1587 1.1613 1.1630 1.1643 1.1653 87 1.0597 1.1100 1.1173 1.1192 1.1199 1.1204 1.1208 1.1212 86 1.0448 1.0800 1.0817 1.0808 1.0800 1.0794 1.0791 1.0789 85 1.0288 1.0500 1.0467 1.0435 1.0413 1.0399 1.0389 1.0382 84 1.0119 1.0200 1.0124 1.0071 1.0037 1.0015 1.0000 0.9990 83 0.9939 0.9900 0.9785 0.9715 0.9671 0.9643 0.9624 0.9610 82 0.9749 0.9600 0.9452 0.9367 0.9315 0.9281 0.9258 0.9241 81 0.9550 0.9300 0.9123 0.9025 0.8966 0.8928 0.8901 0.8882 80 0.9342 0.9000 0.8799 0.8690 0.8625 0.8583 0.8554 0.8533 79 0.9124 0.8700 0.8478 0.8360 0.8291 0.8245 0.8214 0.8192 78 0.8897 0.8400 0.8160 0.8036 0.7962 0.7915 0.7882 0.7858 77 0.8662 0.8100 0.7846 0.7716 0.7640 0.7590 0.7556 0.7531 76 0.8417 0.7800 0.7535 0.7401 0.7322 0.7271 0.7236 0.7211 75 0.8165 0.7500 0.7226 0.7089 0.7009 0.6958 0.6922 0.6896 74 0.7904 0.7200 0.6921 0.6781 0.6701 0.6649 0.6613 0.6587 73 0.7636 0.6900 0.6617 0.6477 0.6396 0.6344 0.6308 0.6282 72 0.7360 0.6600 0.6316 0.6176 0.6095 0.6044 0.6008 0.5982 71 0.7077 0.6300 0.6016 0.5878 0.5798 0.5747 0.5712 0.5686 70 0.6787 0.6000 0.5719 0.5582 0.5504 0.5454 0.5419 0.5394 69 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164 0.5130 0.5105 68 0.6187 0.5400 0.5129 0.4999 0.4924 0.4877 0.4844 0.4820 67 0.5878 0.5100 0.4836 0.4710 0.4638 0.4592 0.4560 0.4537 66 0.5563 0.4800 0.4545 0.4424 0.4355 0.4310 0.4280 0.4257 65 0.5242 0.4500 0.4255 0.4139 0.4073 0.4030 0.4001 0.3980 64 0.4916 0.4200 0.3967 0.3856 0.3793 0.3753 0.3725 0.3705 63 0.4586 0.3900 0.3679 0.3575 0.3515 0.3477 0.3451 0.3432 62 0.4251 0.3600 0.3392 0.3295 0.3239 0.3203 0.3179 0.3161 61 0.3911 0.3300 0.3107 0.3016 0.2964 0.2931 0.2908 0.2892 60 0.3568 0.3000 0.2822 0.2738 0.2691 0.2660 0.2639 0.2624 59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391 0.2372 0.2358 58 0.2872 0.2400 0.2254 0.2186 0.2147 0.2122 0.2105 0.2093 57 0.2519 0.2100 0.1971 0.1911 0.1877 0.1855 0.1840 0.1829 56 0.2164 0.1800 0.1688 0.1636 0.1607 0.1588 0.1575 0.1566 55 0.1806 0.1500 0.1406 0.1363 0.1338 0.1322 0.1312 0.1304 54 0.1447 0.1200 0.1125 0.1090 0.1070 0.1057 0.1049 0.1042 53 0.1087 0.0900 0.0843 0.0817 0.0802 0.0793 0.0786 0.0781 52 0.0725 0.0600 0.0562 0.0544 0.0534 0.0528 0.0524 0.0521 51 0.0363 0.0300 0.0281 0.0272 0.0267 0.0264 0.0262 0.0260 50 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 Percent Within Limits (PL and Pu) Negative Values of Q (QL and Qu) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 49 -0.0363 -0.0300 -0.0281 -0.0272 -0.0267 -0.0264 -0.0262 -0.0260 48 -0.0725 -0.0600 -0.0562 -0.0544 -0.0534 -0.0528 -0.0524 -0.0521 47 -0.1087 -0.0900 -0.0843 -0.0817 -0.0802 -0.0793 -0.0786 -0.0781 46 -0.1447 -0.1200 -0.1125 -0.1090 -0.1070 -0.1057 -0.1049 -0.1042 45 -0.1806 -0.1500 -0.1406 -0.1363 -0.1338 -0.1322 -0.1312 -0.1304 44 -0.2164 -0.1800 -0.1688 -0.1636 -0.1607 -0.1588 -0.1575 -0.1566 FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-53 AC 150/5370-1 OG 7/21/2014 43 -0.2519 -0.2100 -0.1971 -0.1911 -0.1877 -0.1855 -0.1840 -0.1829 42 -0.2872 -0.2400 -0.2254 -0.2186 -0.2147 -0.2122 -0.2105 -0.2093 41 -0.3222 -0.2700 -0.2537 -0.2461 -0.2418 -0.2391 -0.2372 -0.2358 40 -0.3568 -0.3000 -0.2822 -0.2738 -0.2691 -0.2660 -0.2639 -0.2624 39 -0.3911 -0.3300 -0.3107 -0.3016 -0.2964 -0.2931 -0.2908 -0.2892 38 -0.4251 -0.3600 -0.3392 -0.3295 -0.3239 -0.3203 -0.3179 -0.3161 37 -0.4586 -0.3900 -0.3679 -0.3575 -0.3515 -0.3477 -0.3451 -0.3432 36 -0.4916 -0.4200 -0.3967 -0.3856 -0.3793 -0.3753 -0.3725 -0.3705 35 -0.5242 -0.4500 -0.4255 -0.4139 -0.4073 -0.4030 -0.4001 -0.3980 34 -0.5563 -0.4800 -0.4545 -0.4424 -0.4355 -0.4310 -0.4280 -0.4257 33 -0.5878 -0.5100 -0.4836 -0.4710 -0.4638 -0.4592 -0.4560 -0.4537 32 -0.6187 -0.5400 -0.5129 -0.4999 -0.4924 -0.4877 -0.4844 -0.4820 31 -0.6490 -0.5700 -0.5423 -0.5290 -0.5213 -0.5164 -0.5130 -0.5105 30 -0.6787 -0.6000 -0.5719 -0.5582 -0.5504 -0.5454 -0.5419 -0.5394 29 -0.7077 -0.6300 -0.6016 -0.5878 -0.5798 -0.5747 -0.5712 -0.5686 28 -0.7360 -0.6600 -0.6316 -0.6176 -0.6095 -0.6044 -0.6008 -0.5982 27 -0.7636 -0.6900 -0.6617 -0.6477 -0.6396 -0.6344 -0.6308 -0.6282 26 -0.7904 -0.7200 -0.6921 -0.6781 -0.6701 -0.6649 -0.6613 -0.6587 25 -0.8165 -0.7500 -0.7226 -0.7089 -0.7009 -0.6958 -0.6922 -0.6896 24 -0.8417 -0.7800 -0.7535 -0.7401 -0.7322 -0.7271 -0.7236 -0.7211 23 -0.8662 -0.8100 -0.7846 -0.7716 -0.7640 -0.7590 -0.7556 -0.7531 22 -0.8897 -0.8400 -0.8160 -0.8036 -0.7962 -0.7915 -0.7882 -0.7858 21 -0.9124 -0.8700 -0.8478 -0.8360 -0.8291 -0.8245 -0.8214 -0.8192 20 -0.9342 -0.9000 -0.8799 -0.8690 -0.8625 -0.8583 -0.8554 -0.8533 19 -0.9550 -0.9300 -0.9123 -0.9025 -0.8966 -0.8928 -0.8901 -0.8882 18 -0.9749 -0.9600 -0.9452 -0.9367 -0.9315 -0.9281 -0.9258 -0.9241 17 -0.9939 -0.9900 -0.9785 -0.9715 -0.9671 -0.9643 -0.9624 -0.9610 16 -1.0119 -1.0200 -1.0124 -1.0071 -1.0037 -1.0015 -1.0000 -0.9990 15 -1.0288 -1.0500 -1.0467 -1.0435 -1.0413 -1.0399 -1.0389 -1.0382 14 -1.0448 -1.0800 -1.0817 -1.0808 -1.0800 -1.0794 -1.0791 -1.0789 13 -1.0597 -1.1100 -1.1173 -1.1192 -1.1199 -1.1204 -1.1208 -1.1212 12 -1.0736 -1.1400 -1.1537 -1.1587 -1.1613 -1.1630 -1.1643 -1.1653 11 -1.0864 -1.1700 -1.1909 -1.1995 -1.2043 -1.2075 -1.2098 -1.2115 10 -1.0982 -1.2000 -1.2290 -1.2419 -1.2492 -1.2541 -1.2576 -1.2602 9 -1.1089 -1.2300 -1.2683 -1.2860 -1.2964 -1.3032 -1.3081 -1.3118 8 -1.1184 -1.2600 -1.3088 -1.3323 -1.3461 -1.3554 -1.3620 -1.3670 7 -1.1269 -1.2900 -1.3508 -1.3810 -1.3991 -1.4112 -1.4199 -1.4265 6 -1.1342 -1.3200 -1.3946 -1.4329 -1.4561 -1.4717 -1.4829 -1.4914 5 -1.1405 -1.3500 -1.4407 -1.4887 -1.5181 -1.5381 -1.5525 -1.5635 4 -1.1456 -1.3800 -1.4897 -1.5497 -1.5871 -1.6127 -1.6313 -1.6454 3 -1.1496 -1.4100 -1.5427 -1.6181 -1.6661 -1.6993 -1.7235 -1.7420 2 -1.1524 -1.4400 -1.6016 -1.6982 -1.7612 -1.8053 -1.8379 -1.8630 1 -1.1541 -1.4700 -1.6714 -1.8008 -1.8888 -1.9520 -1.9994 -2.0362 END OF SECTION 110 FAA General Provisions CCIA Taxiway K Construction Project No. E16451 00 74 01-54 01 1100 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK Work is described in general, non-inclusive terms as: This project includes two base bids. Either Base Bid I or Base Bid II will be awarded based on funding. Bidder must bid on General (Part A) items and either Base Bid I (Part B) or Base Bid II (Part C), or both. A. General items for this project include Insurance and Mobilization. B. Base Bid I for this project consists of the construction of approximately 7,150 SY Portland Cement Concrete taxilane with drainage, grading, and electrical improvements. The pavement section is as follows: 1. 15" P-501 Portland Cement Concrete Pavement 2. 6" P-204 Cement -Treated Base 3. 12" P-155 Lime -Treated Subgrade C. Base Bid II for this project consists of the construction of approximately 7,150 SY Asphalt Concrete taxilane with drainage, grading, and electrical improvements. The pavement section is as follows: 1. 4" P-401 Bituminous Surface Course 2. 6" P-403 HMA Base Course 3. 18" P-209 Crushed Aggregate Base Course 4. 12" P-155 Lime -Treated Subgrade 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling and completion: 1. Construction of the Coast Guard Hangar Apron B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. Summary of Work CCIA Taxiway K Construction Project No. E16451 011100-1 Rev 01-13-2016 C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. None B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work CCIA Taxiway K Construction Project No. E16451 011100-2 Rev 01-13-2016 01 23 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates: 1. This Section describes each alternate by number and describes the basic changes to be incorporated into the Work when this alternate is made a part of the Work in the Agreement. 2. Drawings and Specifications will outline the extent of Work to be included in the alternate Contract Price. 3. Coordinate related Work and modify surrounding Work as required to properly integrate the Work under each alternate, and provide a complete and functional Project as required by the Contract Documents. 4. Bids for alternates may be accepted or rejected at the option of the Owner. 5. Owner may incorporate these alternates in the Contract when executed, or may issue a Change Order to incorporate these alternates within 120 days at the prices offered in the Bid, unless noted otherwise. A Request for a Change Proposal may be issued after 120 days or other designated time period to negotiate a new price for incorporating the Work into the Project. B. Allowances: 1. Include specified allowance amount in the Contract Price. 2. The amount of each allowance includes: a. The cost of the product to the Contractor less any applicable trade discounts. b. Delivery to the Site. c. Applicable taxes. 3. Include in the Contract Price all costs for: a. Handling at the Site, including unloading, uncrating, and storage per SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION. b. Cost for labor and equipment for installation and finishing. c. Cost for related products not specifically listed in the allowance required for installation, including consumable supplies and materials. d. All overhead, profit, and related costs. 4. Assist Owner in the selection of products. a. Identify qualified Suppliers. b. Obtain bids from qualified Suppliers. c. Present available alternates to the Owner through the OAR. Notify OAR of: 1) Any objections to a particular Supplier or product. Alternates and Allowances CCIA Taxiway K Construction Project No. E16451 0123 10 - 1 11-25-2013 2) Effect on the Construction Schedule anticipated by the selection of each option. 3) Cost of each option. 5. Upon selection of the product: a. Purchase and install the product. b. Contractor's responsibilities for products shall be the same as for products selected by the Contractor. 6. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to adjust Contract Price if the net cost of the product is more or less than the specified amount. a. Adjust the unit cost applied to the quantities installed per the method of payment described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for products specified as Unit Price Work. b. Do not perform Work until selection of alternate has been approved by the Owner. c. Provide actual invoices for the materials. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1.03 DESCRIPTION OF ALTERNATES A. There are no alternates or allowances. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances CCIA Taxiway K Construction Project No. E16451 012310-2 11-25-2013 01 29 00 APPLICATION FOR PAYMENT PROCEDURES 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the General Conditions, the Supplementary Conditions, the Agreement, and this Section. The Contract Price is to include costs for: 1. Providing the Work in accordance with the Contract Documents; 2. Installing Owner furnished equipment and materials; 3. Providing Work for Alternates and Allowances; 4. Commissioning, start-up, training and initial maintenance and operation; 5. Acceptance testing in manufacturer's facilities or on Site; 6. All home office overhead costs and expenses, including profit made directly or indirectly for the Project; 7. Project management, Contract administration, field office, and field operations staff, including supervision, clerical support, and technology system support; 8. Professional services including design fees, legal fees, and other professional services; 9. Bonds and insurance; 10. Permits, licenses, patent fees, and royalties; 11. Taxes; 12. Providing all documents and Samples required by the Contract Documents; 13. Facilities and equipment at the Site including: a. Field offices, office furnishings, and all related office supplies, software, and equipment, b. Storage facilities for Contractor's use, storage facilities for stored materials and equipment, including spare parts storage, c. Shops, physical plant, construction equipment, small tools, vehicles, technology and telecommunications equipment, d. Safety equipment and facilities to provide safe access and working conditions for workers and for others working at the Site, e. Temporary facilities for power and communications, f. Potable water and sanitation facilities, and g. Mobilization and demobilization for all of these facilities and equipment; 14. Products, materials, and equipment stored at the Site or other suitable location; 15. Products, materials, and equipment permanently incorporated into the Project; Application for Payment Procedures CCIA Taxiway K Construction Project No. E16451 012900-1 03-11-2015 16. Temporary facilities for managing water, including facilities for pumping, storage, and treatment as required for construction and protection of the environment; 17. Temporary facilities for managing environment conditions and Constituents of Concern; 18. Temporary facilities such as sheeting, shoring, bracing, formwork, embankments, storage facilities, working areas, and other facilities required for construction of the Project; 19. Temporary and permanent facilities for protection of all overhead, surface, or underground structures or features; 20. Temporary and permanent facilities for removal, relocation, or replacement of any overhead, surface, or underground structures or features; 21. Products, materials, and equipment consumed during the construction of the Project; 22. Contractor labor and supervision to complete the Project, including that provided through Subcontractors or Suppliers; 23. Correcting Defective Work during the Contract Times, during the Correction Period, or as required to meet any warranty provision of the Contract Documents; 24. Risk associated with weather and environmental conditions, start-up, and initial operation of facilities including equipment, processes, and systems; 25. Contractor's safety programs, including management, administration, and training; 26. Maintenance of facilities, including equipment, processes, and systems until operation is transferred to Owner; 27. Providing warranties, extended or special warranties, or extended service agreements; 28. Cleanup and disposal of any and all surplus materials; and 29. Demobilization of all physical, temporary facilities not incorporated into the Project. B. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price. C. Provide written approval of the surety company providing Bonds for the Schedule of Values, Application for Payment form, and method of payment prior to submitting the first Application for Payment. Submit approval using the Consent of Surety Company to Payment Procedures form provided. Payment will not be made without this approval. D. OAR may withhold processing Applications for Payment if any of the following processes or documentation are not up to date: 1. Progress Schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 2. Project photographs per SECTION 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 3. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. 4. Documentation required to comply with Owner's Minority / MBE / DBE Participation Policy. Application for Payment Procedures CCIA Taxiway K Construction Project No. E16451 012900-2 03-11-2015 1.02 SCHEDULE OF VALUES A. Submit a detailed Schedule of Values for the Work at least 10 days prior to submitting the first Application for Payment. B. Submit the Schedule of Values in the form for Attachment A - Tabulation of Earned Value of Original Contract Performed. C. Do not submit an Application for Payment until the Schedule of Values has been approved by the OAR. D. Use each unit price line item in the Agreement as a unit price line item in the Schedule of Values. E. Divide lump sum line items, including Subcontractor and Supplier amounts in the Schedule of Values into smaller components to allow more accurate determination of the earned value for each item. 1. Provide adequate detail to allow a more accurate determination of the earned value expressed as a percentage of Work completed for each item. 2. Line items may not exceed $50,000.00, unless they are for products, materials, or equipment permanently incorporated into the Project that cannot be subdivided into units or subassemblies. 3. Lump sum items may be divided into an estimated number of units to determine earned value. a. The estimated number of units times the cost per unit must equal the lump sum amount for that line item. b. Contractor will receive payment for the lump sum for the line item, regardless of the number of units installed, unless an adjustment is made by Change Order. 4. Include Contractor's overhead and profit in each line item in proportion to the value of the line item to the Contract Price. 5. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price for each item. 6. These line items may be used to establish the value of Work to be added or deleted from the Project. 7. The sum of all values listed in the schedule must equal the total Contract Price. F. Subdivide each line item in the Schedule of Values into two payment components. The first component is the direct cost for products, materials, and equipment permanently incorporated into the Project. The second component is all other cost associated with the item in the Agreement. The sum of the two components must equal the value of the line item in the Schedule of Values. G. Where a percentage of the line value is allowed for a specified stage of completion, show the value for each stage of completion as a component of that line item cost. Application for Payment Procedures CCIA Taxiway K Construction Project No. E16451 012900-3 03-11-2015 1.03 SCHEDULE OF ANTICIPATED PAYMENTS AND EARNED VALUE A. Submit a schedule of the anticipated Application for Payments showing the application numbers, submission dates, and the anticipated amount to be requested. Incorporate retainage into the development of this schedule of anticipated payments. B. Submit a tabulation of the anticipated Total Earned Value of Fees, Work, and Materials to create a graphic (curve) representation of the anticipated progress on the Project each month. Adjust this table and curve to incorporate Modifications. Use this curve to compare actual progress on the Project each month by comparing the anticipated cumulative Total Earned Value of Fees, Work, and Materials to the actual Total Earned Value of Fees, Work, and Materials each month. Use the comparison of values to determine performance on budget and schedule. C. Update the Schedule of Payments as necessary to provide a reasonably accurate indication of the funds required to make payments each month to the Contractor for Work performed. 1.04 BASIS FOR PAYMENTS A. Lump Sum Contracts: 1. Payment will be made for the earned value of Work completed during the payment period expressed as a percentage of Work completed for each line item during the payment period per the Contract Documents. 2. Payment amount is the value of Work completed per the Contract Documents multiplied by the percentage of Work completed. 3. Payment for lump sum items divided into an estimated number of units to determine earned value per Paragraph 1.02.E.3 will be made for the measured number of units. 4. Payment for stored materials and equipment will be made per Paragraph 1.05. B. Unit Price Contracts: 1. Payment will be made for the actual quantity of Work completed during the payment period and for materials and equipment stored during the payment period per the Contract Documents. a. Payment amount is the Work quantity measured per the Contract Documents multiplied by the unit prices for that line item in the Agreement. b. Payment for stored materials and equipment will be made per Paragraph 1.05. 2. Measure the Work described in the Agreement for payment. Payment will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. 1.05 PAYMENT FOR STORED MATERIALS AND EQUIPMENT. A. Store materials and equipment properly at the Site. Application for Payment Procedures CCIA Taxiway K Construction Project No. E16451 012900-4 03-11-2015 1. Payment will be made for the invoice amount less the specified retainage. 2. Payment for materials and equipment show in the Application for Payment on Attachment A or Attachment B - Tabulation of Work on Approved Contract Modifications will be made for the invoice amount, up to the value show in the Schedule of Values for that line item. Costs for material and equipment in excess of the value shown in the Schedule of Values may not be added to other line items. 3. Payment will be made in full for the value shown in the line item for products and materials if invoices for materials and equipment are less than the amount shown in the line item and it can be demonstrated that no additional materials or equipment are required to complete Work described in that item. 4. Provide invoices at the time materials are included on Attachment D - Tabulation of Values for Materials and Equipment. Include invoice numbers on Attachment D so that a comparison can be made between invoices and amounts included on Attachment D. B. Provide a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of Liens. Provide documentation of payment for materials and equipment with the next Application for Payment. Adjust payment to the amount actually paid if this differs from the invoice amount. Remove items from the tabulation of materials and equipment if this documentation is not provided. Payment will not be made for material and equipment without documentation of payment. C. Contractors can be paid for non-perishable materials on hand stored at the site, provided that invoices are furnished to the City for verification of the material value; and provide documents, satisfactory to the City, that show that the material supplier has been paid for the materials delivered to the work site. D. Provide evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner's interest. E. The Work covered by progress payments becomes the property of the Owner at the time of payment. The Contractor's obligations with regard to proper care and maintenance, insurance, and other requirements are not changed by this transfer of ownership until accepted in accordance with the General Conditions. F. Payment for materials and equipment does not constitute acceptance of the product. 1.06 ALTERNATES AND ALLOWANCES A. Include amounts for specified Alternate Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. B. Include amounts for specified Allowances for Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. 1.07 RETAINAGE AND SET -OFFS A. Retainage will be withheld from each Application for Payment per the Agreement. Retainage will be released per the General Conditions. Application for Payment Procedures CCIA Taxiway K Construction Project No. E16451 012900-5 03-11-2015 B. Reduce payments for set -offs per the General Conditions. Include Attachment C — Tabulation of Set -Offs in the Application for Payment. 1.08 PROCEDURES FOR SUBMITTING AN APPLICATION FOR PAYMENT A. Submit a draft Application for Payment to the OAR each month at least 20 days before the date established in the Agreement for Owner to make progress payments. Do not submit Applications for Payment more often than monthly. Review the draft Application for Payment with the OAR to determine concurrence with: 1. The earned value for each lump sum item including the value of properly stored and documented materials and equipment for each item in the original Contract. 2. The quantity of Work completed for each unit price item. 3. Set -offs included in the Application for Payment. 4. Values requested for materials and equipment consistent with invoices for materials and equipment. B. Submit Applications for Payment monthly through the OAR after agreement has been reached on the draft Application for Payment. 1. Number each application sequentially and include the dates for the application period. 2. Show the total amounts for earned value of original Contract performed, earned value for Work on approved Contract Amendments and Change Orders, retainage, and set- offs. Show total amounts that correspond to totals indicated on the attached tabulation for each. 3. Include Attachment A to show the earned value on each line item in the Schedule of Values for Work shown in the original Contract. 4. Include Attachment B to show the earned value on line item for approved Change Orders. Add items to Attachment B as Change Orders are approved. Change Orders must be approved before payment can be made on Change Order items. 5. Include Attachment C to document set -offs required per the Contract Documents. Show each set-off as it is applied. Show a corresponding line item to reduce the Set off amount if a payment held by a set-off is released for payment. 6. Include Attachment D to allow tracking of invoices used to support amounts requested as materials in Attachments A and B. Enter materials to show the amount of the invoice assigned to each item in Attachment A or B if an invoice includes materials used on several line items. 7. Complete the certification stating that all Work, including materials and equipment, covered by this Application for Payment have been completed or delivered and stored in accordance with the Contract Documents, that all amounts have been paid for Work, materials, and equipment for which previous payments have been made by the Owner, and that the current payment amount shown in this Application for Payment is now due. Application for Payment Procedures CCIA Taxiway K Construction Project No. E16451 012900-6 03-11-2015 C. Submit attachments in Portable Document Format (PDF): 1. Generate attachments to the Application for Payment using the Excel spreadsheet provided. 2. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. 1.09 RESPONSIBILITY OF OWNER'S AUTHORIZED REPRESENTATIVE A. OAR will review draft Application for Payment with Contractor to reach an agreement on the values that will be recommended for payment by the OAR. B. OAR will review Application for Payment submitted by Contractor to determine that the Application for Payment has been properly submitted and is in accordance with the agreed to draft Application for Payment. C. OAR is to either recommend payment of the Application for Payment to Owner or notify the Contractor of the OPT's reasons for not recommending payment. Contractor may make necessary corrections and resubmit the Application for Payment if it is not recommended within 10 days after receipt of the notice. OAR will review resubmitted Application for Payment and reject or recommend payment of the Application for Payment to Owner as appropriate. D. OAR's recommendation of the Application for Payment constitutes a representation by OPT that based on their experience and the information available: 1. The Work has progressed to the point indicated; 2. The quality of the Work is generally in accordance with the Contract Documents; and 3. Requirements prerequisite to payment have been met. E. This representation is subject to: 1. Further evaluation of the Work as a functioning whole; 2. The results of subsequent tests called for in the Contract Documents; or 3. Any other qualifications stated in the recommendation. F. OPT does not represent by recommending payment: 1. Inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work; or 2. Other matters or issues between the parties that might entitle Contractor to additional compensation or entitle Owner to withhold payment to Contractor may or may not exist. G. Neither OPT's review of Contractor's Work for the purposes of recommending payments nor OAR's recommendation of payment imposes responsibility on OPT: 1. To supervise, direct, or control the Work; Application for Payment Procedures CCIA Taxiway K Construction Project No. E16451 012900-7 03-11-2015 2. For the means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs; 3. For Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work; 4. To make examinations to ascertain how or for what purposes Contractor has used the monies paid on account of the Contract Price; or 5. To determine that title to the Work, materials, or equipment has passed to Owner free and clear of Liens. 1.10 FINAL APPLICATION FOR PAYMENT A. Include adjustments to the Contract Price in the final Application for Payment for: 1. Approved Change Orders and Contract Amendments, 2. Allowances not previously adjusted by Change Order, 3. Deductions for Defective Work that has been accepted by the Owner, 4. Penalties and bonuses, 5. Deductions for liquidated damages, 6. Deduction for all final set -offs, and 7. Other adjustments if needed. B. OAR will prepare a final Change Order reflecting the approved adjustments to the Contract Price which have not been covered by previously approved Change Orders and if necessary reconcile estimate unit price quantities with actual quantities. C. Submit the final Application for Payment per the General Conditions, including the final Change Order. Provide the following with the Final Application for Payment: 1. Evidence of payment or release of liens on the forms provided and as required by the General Conditions. 2. Consent from Surety to Final Payment. 1.11 PAYMENT BY OWNER A. Owner is to pay the amount recommended for monthly payments within 30 days after receipt of the OAR's recommended Application for Payment. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Application for Payment Procedures CCIA Taxiway K Construction Project No. E16451 012900-8 03-11-2015 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item A-1 - Mobilization: 1. Include the following costs in this Bid item: a. Transportation and setup for equipment; b. Transportation and/or erection of all field offices, sheds, and storage facilities; c. Salaries for preparation of documents required before the first Application for Payment; d. Salaries for field personnel assigned to the Project related to the mobilization of the Project; e. Demobilization; and f. Mobilization may not exceed 5 percent of the total Contract Price. Measurement and Basis for Payment CCIA Taxiway K Construction Project No. E16451 012901-1 Rev 01-13-2016 2. Basis of measurement and payment shall be upon the lump sum price for "Mobilization" partial payments will be allowed as follows: a. With first pay request, 25%. b. When 25% or more of the original contract is earned, an additional 25%. c. When 50% or more of the original contract is earned, an additional 40%. d. After Final Inspection, Staging area clean-up and delivery of all Project Closeout materials as required by FAA General Provisions section 90-11, the final 10%. SEE TECHNICAL SPECIFICATIONS FOR MEASUREMENT AND BASIS FOR PAYMENT FOR ALL OTHER ITEMS. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment CCIA Taxiway K Construction Project No. E16451 012901-2 Rev 01-13-2016 01 3100 PROJECT MANAGEMENT AND COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish resources required to complete the Project with an acceptable standard of quality within the Contract Times. B. Construct Project in accordance with current safety practices. C. Manage Site to allow access to Site and control construction operations. D. Construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. E. Provide temporary controls for pollutions, management of water and management of excess earth as required in SECTION 01 57 00 TEMPORARY CONTROLS. 1.02 QUALITY ASSURANCE A. Employ competent workmen, skilled in the occupation for which they are employed. Provide Work meeting quality requirements of the Contract Documents. B. Remove Defective Work from the Site immediately unless provisions have been made and approved by the OPT to allow repair of the product at the Site. Clearly mark Work as Defective until it is removed or allowable repairs have been completed. 1.03 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1. Provide copies of Supplier's printed storage instructions prior to furnishing materials or products and installation instructions prior to beginning the installation. 2. Incorporate field notes, sketches, recordings, and computations made by the Contractor in Record Drawings. 1.04 PERMITS A. Obtain building permits for the Project from the local authorities having jurisdiction. Pay building permit fees and include this cost in the Contract Price. B. Obtain environmental permits required for construction at the Site. C. Provide required permits for transporting heavy or oversized loads. D. Provide other permits required to conduct any part of the Work. E. Arrange for inspections and certification by agencies having jurisdiction over the Work. F. Make arrangements with private utility companies and pay for fees associated with obtaining services, or for inspection fees. G. Retain copies of permits and licenses at the Site and observe and comply with all regulations and conditions of the permit or license. Project Management and Coordination CCIA Taxiway K Construction Project No. E16451 013100-1 Rev 01-13-2016 H. Contractor shall coordinate with Development Services to receive permits. 1.05 SAFETY REQUIREMENTS A. Manage safety to protect the safety and welfare of persons at the Site. B. Provide safe access to move through the Site. Provide protective devices to warn and protect from hazards at the Site. C. Provide safe access for those performing tests and inspections. D. Comply with latest provisions of the Occupational Health and Safety Administration and other Laws and Regulation. E. Cooperate with accident investigations. Provide two copies of all reports, including insurance company reports, prepared concerning accidents, injury, or death related to the Project to the OAR as Record Data per SECTION 01 33 03 RECORD DATA. 1.06 ACCESS TO THE SITE A. Maintain access to the facilities at all times. Do not obstruct roads, pedestrian walks, or access to the various buildings, structures, stairways, or entrances. Provide safe access for normal operations during construction. B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding, and protective equipment in place until inspections have been completed. Construct additional safe access if required for inspections. C. Use roadways for construction traffic only with written approval of the appropriate representatives of each entity. Roadways may not be approved for construction traffic. Obtain written approval to use roads to deliver heavy or oversized loads to the Site. Furnish copies of the written approvals to the Owner as Record Data per SECTION 01 33 03 RECORD DATA. 1.07 CONTRACTOR'S USE OF SITE A. Limit the use of Site for Work and storage to those areas designated on the Drawings or approved by the OAR. Coordinate the use of the premises with the OAR. B. Provide security at the Site as necessary to protect against vandalism and loss by theft. C. Do not permit alcoholic beverages or illegal substances on the Site. Do not allow persons under the influence of alcoholic beverages or illegal substances to enter or remain on the Site at any time. Persons on Site under the influence of alcoholic beverages or illegal substances will be permanently prohibited from returning to the Site. Criminal or civil penalties may also apply. D. Park construction equipment in designated areas only and provide spill control measures as discussed in SECTION 01 57 00 TEMPORARY CONTROLS. E. Park employees' vehicles in designated areas only. F. Obtain written permission of the Owner before entering privately -owned land outside of the Owner's property, rights-of-way, or easements. Project Management and Coordination CCIA Taxiway K Construction Project No. E16451 013100-2 Rev 01-13-2016 G. Do not allow the use of audio devices, obnoxious, vulgar or abusive language, or sexual harassment in any form. These actions will cause immediate and permanent removal of the offender from the premises. Criminal or civil penalties may apply. H. Require Workers to wear clothing that is inoffensive and meets safety requirements. Do not allow sleeveless shirts, shorts, exceedingly torn, ripped, or soiled clothing to be worn on the Project. I. Do not allow firearms or weapons of any sort to be brought on to the Site under any conditions. No exception is to be made for persons with concealed handgun permits. Remove any firearms or weapons and the person possessing these firearms or weapons immediately from the Site. 1.08 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Examine the Site and review the available information concerning the Site. Locate utilities, streets, driveways, fences, drainage structures, sidewalks, curbs, and gutters. Verify the elevations of the structures adjacent to excavations. Report any discrepancies from information in the Contract Documents to the OAR before beginning construction. B. Determine if existing structures, poles, piping, or other utilities at excavations will require relocation or replacement. Prepare a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Coordinate Work with local utility company and others for the relocation or replacement. C. Protect buildings, utilities, street surfaces, driveways, sidewalks, curb and gutter, fences, wells, drainage structures, piping, valves, manholes, electrical conduits, and other systems or structures unless they are shown to be replaced or relocated on the Drawings. Restore damaged items to the satisfaction of the OPT and utility owner. D. Carefully support and protect all structures and/or utilities so that there will be no failure or settlement where excavation or demolition endangers adjacent structures and utilities. Do not take existing utilities out of service unless required by the Contract Documents or approved by the OAR. Notify and cooperate with the utility owner if it is necessary to move services, poles, guy wires, pipelines, or other obstructions. E. Protect existing trees and landscaping at the Site. 1. Identify trees that may be removed during construction with OPT. 2. Mark trees to be removed with paint. 3. Protect trees to remain from damage by wrapping trunks with 2 x 4 timbers around the perimeter, securely wired in place, where machinery must operate around existing trees. Protect branches and limbs from damage by equipment. 4. Protect root zone from compaction. 1.09 DISRUPTION TO SERVICES / CONTINUED OPERATIONS A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner or utilities must be able to operate and maintain the facilities. Keep disruptions to existing utilities, piping, process piping, or electrical services to a minimum. 1. Do not restrict access to critical valves or operators. Project Management and Coordination CCIA Taxiway K Construction Project No. E16451 013100-3 Rev 01-13-2016 2. Limit operations to the minimum amount of space needed to complete the specified Work. 3. Maintain storm sewers and sanitary sewers in service at all times. Provide temporary service around the construction or otherwise construct the structure in a manner that the flow is not restricted. B. Provide a Plan of Action in accordance with SECTION 01 35 00 SPECIAL PROCEDURES if facilities must be taken out of operation. 1.10 FIELD MEASUREMENTS A. Perform complete field measurements prior to purchasing products or beginning construction for products required to fit existing conditions. B. Verify property lines, control lines, grades, and levels indicated on the Drawings. C. Check Shop Drawings and indicate the actual dimensions available where products are to be installed. D. Include field measurements in Record Drawings as required in SECTION 01 31 13 PROJECT COORDINATION. 1.11 REFERENCE DATA AND CONTROL POINTS A. The OPT will provide the following control points: 1. Base line or grid reference points for horizontal control. 2. Benchmarks for vertical control. B. Locate and protect control points prior to starting the Work and preserve permanent reference points during construction. Designated control points may be on an existing structure or monument. Do not change or relocate points without prior approval of the OAR. Notify OAR when the reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. C. Provide complete engineering layout of the Work needed for construction. 1. Provide competent personnel. Provide equipment including accurate surveying instruments, stakes, platforms, tools, and materials. 2. Provide surveying with accuracy meeting the requirements established for Category 5 Construction Surveying as established in the Manual of Practice of Land Surveying in Texas published by the Texas Society of Professional Surveyors, latest revision. 3. Record Data and measurements per standards. 1.12 DELIVERY AND STORAGE A. Deliver products and materials to the Site in time to prevent delays in construction. B. Deliver packaged products to Site in original undamaged containers with identifying labels attached. Open cartons as necessary to check for damage and to verify invoices. Reseal cartons and store properly until used. Leave products in packages or other containers until installed. Project Management and Coordination CCIA Taxiway K Construction Project No. E16451 013100-4 Rev 01-13-2016 C. Assume full responsibility for the protection and safekeeping of products stored at the Site. D. Store products at locations acceptable to the OAR and to allow Owner access to maintain and operate existing facilities. E. Store products in accordance with the Supplier's storage instructions immediately upon delivery. Leave seals and labels intact. F. Provide additional storage areas as needed for construction. Store products subject to damage by elements in substantial weather -tight enclosures or storage sheds. Provide and maintain storage sheds as required for the protection of products. Provide temperature, humidity control, and ventilation within the ranges stated in the Supplier's instructions. Remove storage facilities at the completion of the Project. G. Protect the pipe interior. Keep all foreign materials such as dirt, debris, animals, or other objects out of the pipe during the Work. Cap or plug ends of installed pipe in an approved manner when pipe is not being installed. Clean or wash out pipe sections that become contaminated before continuing with installation. Take precautions to prevent the pipe from floating or moving out of the proper position during or after laying operations. Immediately correct any pipe that moves from its correct position. H. Provide adequate exterior storage for products that may be stored out-of-doors. 1. Provide substantial platforms, blocking, or skids to support materials and products above ground which has been sloped to provide drainage. Protect products from soiling or staining. 2. Cover products subject to discoloration or deterioration from exposure to the elements, with impervious sheet materials. Provide ventilation to prevent condensation below covering. 3. Store loose, granular materials on clean, solid surfaces, or on rigid sheet materials, to prevent mixing with foreign matter. 4. Provide surface drainage to prevent erosion and ponding of water. 5. Prevent mixing of refuse or chemically injurious materials or liquids with stored materials. 6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the entrance of dirt, moisture, and other injurious materials. Protect PVC pipe from ultraviolet light exposure. 7. Store light weight products to prevent wind damage. I. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of severe weather to verify that: 1. Storage facilities continue to meet specified requirements; 2. Supplier's required environmental conditions are continually maintained; and 3. Products that can be damaged by exposure to the elements are not adversely affected. J. Replace any stored item damaged by inadequate protection or environmental controls. K. Payment may be withheld for any products not properly stored. Project Management and Coordination CCIA Taxiway K Construction Project No. E16451 013100-5 Rev 01-13-2016 1.13 CLEANING DURING CONSTRUCTION A. Provide positive methods to minimize raising dust from construction operations and provide positive means to prevent air -borne dust from disbursing into the atmosphere. Control dust and dirt from demolition, cutting, and patching operations. B. Clean the Project as Work progresses and dispose of waste materials, keeping the Site free from accumulations of waste or rubbish. Provide containers on Site for waste collection. Do not allow waste materials or debris to blow around or off of the Site. Control dust from waste materials. Transport waste materials with as few handlings as possible. C. Comply with Laws and Regulations. Do not burn or bury waste materials. Remove waste materials, rubbish and debris from the Site and legally dispose of these at public or private disposal facilities. D. Provide a final cleaning to thoroughly clean the entire Site and make ready for acceptance. 1. Remove construction debris, boxes, and trash from the Site. 2. Remove construction storage sheds and field offices. 3. Restore grade to match surrounding condition and remove excess dirt. 4. Sweep all drives and parking lots clean of dirt and debris. Use water trucks or hose down paved site to like new appearance. 1.14 MAINTENANCE OF ROADS, DRIVEWAYS, AND ACCESS A. Maintain roads and streets in a manner that is suitable for safe operations of public vehicles during all phases of construction unless the Owner approves a street closing. Do not close public roads overnight. B. Submit a Notification by Contractor for Owner's approval of a street closing. The request shall state: 1. The reason for closing the street. 2. How long the street will remain closed. 3. Procedures to be taken to maintain the flow of traffic. C. Construct temporary detours, including by-pass roads around construction, with adequately clear width to maintain the free flow of traffic at all times. Maintain barricades, signs, and safety features around the detour and excavations. Maintain barricades, signs, and safety features around the Work in accordance with all provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD). D. Assume responsibility for any damage resulting from construction along roads or drives. 1.15 AREA ACCESS AND TRAFFIC CONTROL A. Provide traffic control measures to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. Provide all-weather access to all residents and businesses at all times during construction. Provide temporary driveways and/or roads of approved material during wet weather. Maintain a stockpile of suitable material on the Site to meet the demands of inclement weather. Project Management and Coordination CCIA Taxiway K Construction Project No. E16451 013100-6 Rev 01-13-2016 B. Schedule operations to minimize adverse impact on the accessibility of adjoining properties. Sequence construction to build driveways in half widths, construct temporary ramps, or any other measure required to maintain access to adjoining properties. C. Comply with the Owner's Uniform Barricading Standards and Practices. Copies of this document are available through the Owner's Traffic Engineering Department. Secure required permits from the Owner's Traffic Engineering Department. 1.16 OVERHEAD ELECTRICAL WIRES A. Comply with OSHA safety requirements regarding construction equipment working beneath overhead electrical wires. Prevent and pay for repairs for damage to existing overhead electrical wires or facilities. B. Provide for adequate safety with regard to overhead lines whether overhead lines are or are not shown in the Contract Documents. 1.17 BLASTING A. Blasting is not allowed for any purpose. 1.18 ARCHAEOLOGICAL REQUIREMENTS A. Cease operations immediately and contact the Owner for instructions if historical or archaeological artifacts are found during construction. B. Conduct all construction activities to avoid adverse impact on the Sites where significant historical or archaeological artifacts are found or identified as an area where other artifacts could be found. 1. Obtain details for Working in these areas. 2. Maintain confidentiality regarding the Site. 3. Adhere to the requirements of the Texas Historical Commission. 4. Notify the OAR and the Texas Historical Commission. C. Do not disturb archaeological sites. 1. Obtain the services of a qualified archaeological specialist to instruct construction personnel on how to identify and protect archaeological finds on an emergency basis. 2. Coordinate activities to permit archaeological work to take place within the area. a. Attempt to archaeologically clear areas needed for construction as soon as possible. b. Provide a determination of priority for such areas. D. Assume responsibility for any unauthorized destruction that might result to such Sites by construction personnel, and pay all penalties assessed by the State or Federal agencies for non-compliance with these requirements. E. Contract Times will be modified to compensate for delays caused by such archaeological finds. No additional compensation will be paid for delays. Project Management and Coordination CCIA Taxiway K Construction Project No. E16451 013100-7 Rev 01-13-2016 1.19 ENDANGERED SPECIES RESOURCES A. Do not perform any activity that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. B. Cease Work immediately in the area of the encounter and notify the OAR if a threatened or endangered species is encountered during construction. OPT will implement actions in accordance with the ESA and applicable State statutes. Resume construction in the area of the encounter when authorized to do so by the OAR. 1.20 COOPERATION WITH PUBLIC AGENCIES A. Cooperate with all public and private agencies with facilities operating within the limits of the Project. B. Provide a 48-hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Texas 811 at 811 and the Lone Star Notification Company at 1-800-669-8344. C. For the Contractor's convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number John Hyland (Public Safety) Corpus Christi International Airport (361) 289-0171 x1221 Victor Gonzalez (Construction Manager) Corpus Christi International Airport (361) 289-0171 x1231 City Engineer 361-826-3500 Garver Project Manager Josh Crawford 512-485-0020 Traffic Engineering 361-826-3547 Police Department 361-882-2600 Water/ Wastewater/ Stormwater 361-826-1800 (361-826-1818 after hours) Gas Department 361-885-6900 (361-885-6942 after hours) 361-885-5999 (Dispatch after hours) Parks & Recreation Department 361-826-3461 Street Department 361-826-1875 City Street Div. for Traffic Signals 361-826-1610 Solid Waste & Brush 361-826-1973 MIS Department (City Fiber) 361-826-3740 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Project Management and Coordination CCIA Taxiway K Construction Project No. E16451 013100-8 Rev 01-13-2016 Public Agencies/Contacts Phone Number Grande Communications 254-379-4400 Time Warner Communications Crown Castle Communications 1-888-632-0931 Century Tel 361-883-3000 Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-886-9005 *This list represents an attempt to provide all relevant utility and city contacts. This is not a complete list of contacts. The contractor is responsible for coordinating with all relevant utility companies, and city departments. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Management and Coordination CCIA Taxiway K Construction Project No. E16451 013100-9 Rev 01-13-2016 This page intentionally left blank 01 31 13 PROJECT COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Administer Contract requirements to construct the Project. Provide documentation per the requirements of this Section. Provide information as requested by the OPT. 1.02 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Use the forms provided for Contract administration, applications for payment, document submittals, documentation of test results, equipment installation and documentation, and Project closeout. A digital copy of the required forms will be provided to the Contractor before or at the pre -construction conference. 1.03 COMMUNICATION DURING THE PROJECT A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The Designer will coordinate correspondence concerning: 1. Documents, including Applications for Payment. 2. Clarification and interpretation of the Contract Documents. 3. Contract Modifications. 4. Observation of Work and testing. 5. Claims. C. The OAR will normally communicate only with the Contractor. Any required communication with Subcontractors or Suppliers will only be with the direct involvement of the Contractor. D. Direct written communications to the OAR at the address indicated at the pre -construction conference. Include the following with communications as a minimum: 1. Name of the Owner. 2. Project name. 3. Contract title. 4. Project number. 5. Date. 6. A reference statement. E. Submit communications on the forms referenced in this Section or in SECTION 01 33 00 DOCUMENT MANAGEMENT. Project Coordination CCIA Taxiway K Construction Project No. E16451 0131 13 - 1 11-25-2013 1.04 PROJECT MEETINGS A. Pre -Construction Conference: 1. Attend a pre -construction conference. 2. The location of the conference will be determined by the OAR. 3. The time of the meeting will be determined by the OAR but will be after the Notice of Award is issued and not later than 15 days after the Notice to Proceed is issued. 4. The OPT, Contractor's project manager and superintendent, representatives of utility companies, and representatives from major Subcontractors and Suppliers may attend the conference. 5. Provide and be prepared to discuss: a. Preliminary construction schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. b. Schedule of Values and anticipated Schedule of Payments per SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. c. List of Subcontractors and Suppliers. d. Contractor's organizational chart as it relates to this Project. e. Letter indicating the agents of authority for the Contractor and the limit of that authority with respect to the execution of legal documents, Contract Modifications, and payment requests. B. Progress Meetings: 1. Attend meetings with the OAR and Owner. a. Meet on a monthly basis or as requested by the OAR to discuss the Project. b. Meet at the Site or other location as designated by the OAR. c. Contractor's superintendent and other key personnel are to attend the meeting. Other individuals may be requested to attend to discuss specific matters. d. Notify the OAR of any specific items to be discussed a minimum of 1 week prior to the meeting. 2. Provide information as requested by the OAR or Owner concerning this Project. Prepare to discuss: a. Status of overall Project schedule. b. Contractor's detailed schedule for the next month. c. Anticipated delivery dates for equipment. d. Coordination with the Owner. e. Status of documents. f. Information or clarification of the Contract Documents. g. Claims and proposed Modifications to the Contract. Project Coordination CCIA Taxiway K Construction Project No. E16451 013113-2 11-25-2013 h. Field observations, problems, or conflicts. i. Maintenance of quality standards. 3. OAR will prepare minutes of meetings. Review the minutes of the meeting and notify the OAR of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in the minutes of the following meeting or as an attachment to the minutes. C. Pre- Submittal and Pre -Installation Meetings: 1. Conduct pre -submittal and pre -installation meetings as required in the individual technical Specifications or as determined necessary by the OAR (for example, instrumentation, roofing, concrete mix design, etc.). 2. Set the time and location of the meetings when ready to proceed with the associated Work. Submit a Notification by Contractor in accordance with Paragraph 1.07 for the meeting 2 weeks before the meeting. OPT must approve of the proposed time and location. 3. Attend the meeting and require the participation of appropriate Subcontractors and Suppliers in the meeting. 4. Prepare minutes of the meeting and submit to the OPT for review. OPT will review the minutes of the meeting and notify the Contractor of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in a revised set of meeting minutes. 1.05 REQUESTS FOR INFORMATION A. Submit Request for Information (RFI) to the Designer to obtain additional information or clarification of the Contract Documents. 1. Submit a separate RFI for each item on the form provided. 2. Attach adequate information to permit a written response without further clarification. Designer will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple document submittals due to inadequate information. 3. A response will be made when adequate information is provided. Response will be made on the RFI form or in attached information. B. Response to an RFI is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. C. Designer will initiate a Request for a Change Proposal (RCP) per SECTION 01 31 14 CHANGE MANAGEMENT if the RFI indicates that a Contract Modification is required. D. Use the Project Issues Log to document decisions made at meetings and actions to be taken in accordance with Paragraph 1.06. E. Use the Action Item Log to document assignments for actions to be taken in accordance with Paragraph 1.06. Project Coordination CCIA Taxiway K Construction Project No. E16451 013113-3 11-25-2013 1.06 DECISION AND ACTION ITEM LOG A. OAR will maintain a Project Decision Log to document key decisions made at meetings, telephone conversation or Site visits using the format provided: 1. Review the log prior to each regular meeting. 2. Report any discrepancies to the OAR for correction or discussion at the next monthly meeting. B. OAR will maintain an Action Item log in conjunction with the Project Decision Log to track assignments made at meetings, telephone conversation, or Site visits using the format provided: 1. Review the Action Item Log prior to each regular meeting. 2. Report actions taken subsequent to the previous progress meeting on items in the log assigned to the Contractor or through the Contractor to a Subcontractor or Supplier to the OAR. Report on status of progress 1 week prior to each progress meeting established in Paragraph 1.04 to allow OAR to update the log prior to the Progress meetings. 3. Be prepared to discuss the status at each meeting. C. Decisions or action items in the log that require a change in the Contract Documents will have the preparation of a Modification as an action items if appropriate. The Contract Documents can only be changed by a Modification. 1.07 NOTIFICATION BY CONTRACTOR A. Notify the OAR of: 1. Need for testing. 2. Intent to work outside regular working hours. 3. Request to shut down facilities or utilities. 4. Proposed utility connections. 5. Required observation by OAR, Designer, or inspection agencies prior to covering Work. 6. Training. B. Provide notification a minimum of 2 weeks in advance in order to allow OPT time to respond appropriately to the notification. C. Use "Notification by Contractor" form provided. 1.08 RECORD DOCUMENTS A. Maintain at the Site one complete set of printed Record Documents including: 1. Drawings. 2. Specifications. 3. Addenda. 4. Modifications. Project Coordination CCIA Taxiway K Construction Project No. E16451 013113-4 11-25-2013 5. Record Data and approved Shop Drawings. 6. Construction photographs. 7. Test Reports. 8. Clarifications and other information provided in Request for Information responses. 9. Reference standards. B. Store printed Record Documents and Samples in the Contractor's field office. 1. Record Documents are to remain separate from documents used for construction. 2. Provide files and racks for the storage of Record Documents. 3. Provide a secure storage space for the storage of Samples. 4. Maintain Record Documents in clean, dry, legible conditions, and in good order. 5. Make Record Documents and Samples available at all times for inspection by the OPT. C. Maintain a digital record of Specifications and Addenda to identify products provided in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. D. Maintain a digital record of Drawings in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. 3. Record information as construction is being performed. Do not conceal any Work until the required information is recorded. 4. Mark Drawings to record actual construction, including the following: a. Depths of various elements of the foundation in relation to finished first floor datum or the top of walls. b. Horizontal and vertical locations of underground utilities and appurtenances constructed and existing utilities encountered during construction. c. Location of utilities and appurtenances concealed in the Work. Refer measurements to permanent structures on the surface. Include the following equipment: 1) Piping. 2) Ductwork. 3) Equipment and control devices requiring periodic maintenance or repair. 4) Valves, unions, traps, and tanks. 5) Services entrance. 6) Feeders. Project Coordination CCIA Taxiway K Construction Project No. E16451 013113-5 11-25-2013 7) Outlets. d. Changes of dimension and detail. e. Changes by Modifications. f. Information in Request for Information or included in the Project Issues Log. g. Details not on the original Drawings. Include field verified dimensions and clarifications, interpretations, and additional information issued in response to RFIs. 5. Mark Drawings with the following colors: a. Highlight references to other documents, including Modifications in blue; b. Highlight mark ups for new or revised Work (lines added) in yellow; c. Highlight items deleted or not installed (lines to be removed) in red; and d. Highlight items constructed per the Contract Documents in green. 6. Submit Record Documents to Designer for review and acceptance 30 days prior to Final Completion of the Project. E. Applications for Payment will not be recommended for payment if Record Documents are found to be incomplete or not in order. Final payment will not be recommended without complete Record Documents. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Coordination CCIA Taxiway K Construction Project No. E16451 013113-6 11-25-2013 01 31 14 CHANGE MANAGEMENT 1.00 GENERAL 1.01 REQUESTS FOR CHANGE PROPOSAL A. Designer will initiate Modifications by issuing a Request for a Change Proposal (RCP). 1. Designer will prepare a description of proposed Modifications. 2. Designer will issue the Request for a Change Proposal form to Contractor. A number will be assigned to the Request for a Change Proposal when issued. 3. Return a Change Proposal in accordance with Paragraph 1.02 to the Designer for evaluation by the OPT. 1.02 CHANGE PROPOSALS A. Submit a Change Proposal (CP) to the Designer for Contractor initiated changes in the Contract Documents or in response to a Request for Change Proposal. 1. Use the Change Proposal form provided. 2. Assign a number to the Change Proposal when issued. 3. Include with the Change Proposal: a. A complete description of the proposed Modification if Contractor initiated or proposed changes to the OPT's description of the proposed Modification. b. The reason the Modification is requested, if not in response to a Request for a Change Proposal. c. A detailed breakdown of the cost of the change if the Modification requires a change in Contract Price. The itemized breakdown is to include: 1) List of materials and equipment to be installed; 2) Man hours for labor by classification; 3) Equipment used in construction; 4) Consumable supplies, fuels, and materials; 5) Royalties and patent fees; 6) Bonds and insurance; 7) Overhead and profit; 8) Field office costs; 9) Home office cost; and 10) Other items of cost. d. Provide the level of detail outline in the paragraph above for each Subcontractor or Supplier actually performing the Work if Work is to be provided by a Subcontractor or Supplier. Indicate appropriate Contractor mark-ups for Work Change Management CCIA Taxiway K Construction Project No. E16451 013114-1 11-25-2013 provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self -performed Work. e. Submit Change Proposals that comply with Article 13 of the General Conditions for Cost of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the Designer to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with SECTION 01 33 02 SHOP DRAWINGS. 1.03 DESIGNER WILL EVALUATE THE REQUEST FOR A MODIFICATION. A. Designer will issue a Modification per the General Conditions if the Change Proposal is acceptable to the Owner. Designer will issue a Change Order or Contract Amendment for any changes in Contract Price or Contract Times. 1. Change Orders and Contract Amendments will be sent to the Contractor for execution with a copy to the Owner recommending approval. A Work Change Directive may be issued if Work needs to progress before the Change Order or Contract Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. a. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contract Amendment is performed at the Contractor's risk. b. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. The Contractor may be informed that the Request for a Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. 1.04 EQUAL NON SPECIFIED PRODUCTS A. The products of the listed Suppliers are to be furnished where Specifications list several manufacturers but do not specifically list "or equal" or "or approved equal" products. Use of any products other than those specifically listed is a substitution. Follow the procedures in Paragraph 1.05 for a substitution. B. Contractor may submit other manufacturers' products that are in full compliance with the Specification where Specifications list one or more manufacturers followed by the phase "or equal" or "or approved equal." 1. Submit a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to document that the proposed product is equal or superior to the specified product. 2. Prove that the product is equal. It is not the OPT's responsibility to prove the product is not equal. Change Management CCIA Taxiway K Construction Project No. E16451 013114-2 11-25-2013 a. Indicate on a point by point basis for each specified feature that the product is equal to the Contract Document requirements. b. Make a direct comparison with the specified manufacturer's published data sheets and available information. Provide this printed material with the Shop Drawing. c. The decision of the Designer regarding the acceptability of the proposed product is final. 3. Provide a typewritten certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. b. Has determined that the product will perform in the same manner and result in the same process as the specified product. c. Will provide the same warranties and/or bonds as for the product specified. d. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for additional Work which may be necessary to incorporate the product into the Project which may subsequently become apparent. e. Will maintain the same time schedule as for the specified product. 4. A Change Proposal is not required for any product that is in full compliance with the Contract Documents. If the product is not in full compliance, it may be offered as a Substitution. 1.05 SUBSTITUTIONS A. Substitutions are defined as any product that the Contractor proposes to provide for the Project in lieu of the specified product. Submit a Change Proposal per Paragraph 1.02 along with a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to request approval of a substitution. B. Prove that the product is acceptable as a substitute. It is not the Designer's responsibility to prove the product is not acceptable as a substitute. 1. Indicate on a point by point basis for each specified feature that the product is acceptable to meet the intent of the Contract Documents requirements. 2. Make a direct comparison with the specified Suppliers published data sheets and available information. Provide this printed material with the documents submitted. 3. The decision of the Designer regarding the acceptability of the proposed substitute product is final. C. Provide a written certification that, in making the substitution request, the Contractor: 1. Has determined that the substituted product will perform in substantially the same manner and result in the same ability to meet the specified performance as the specified product. Change Management CCIA Taxiway K Construction Project No. E16451 013114-3 11-25-2013 2. Will provide the same warranties and/or bonds for the substituted product as specified or as would be provided by the manufacturer of the specified product. 3. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the substituted product into the Project and will waive all claims for additional Work which may be necessary to incorporate the substituted product into the Project which may subsequently become apparent. 4. Will maintain the same time schedule as for the specified product. D. Pay for review of substitutions in accordance with SECTION 01 33 02 SHOP DRAWINGS. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Change Management CCIA Taxiway K Construction Project No. E16451 013114-4 11-25-2013 01 33 00 DOCUMENT MANAGEMENT 1.00 GENERAL 1.01 WORK INCLUDED A. Submit documentation as required by the Contract Documents and as reasonably requested by the OPT. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, complete documents presented in a clear, easily understood manner. Documents not meeting these criteria will be returned without review. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Review documents prior to submitting. Make certifications as required by the Contract Documents and as indicated on forms provided. B. Provide a Schedule of Documents to list the documents that are to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that documents must be returned to comply with the Project schedule. Use the form provided for this list. C. Incorporate the dates for processing documents into the Progress Schedule required by SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 1. Provide documents in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of documents when preparing the Progress Schedule. Assume a 14 day review cycle for each document unless a longer period of time is indicated in the Contract Documents or agreed to by Designer and Contractor. 3. Schedule submittal of documents to provide all information for interrelated Work at one time. 4. Allow adequate time for processing documents so construction of the Project is not delayed. 1.04 DOCUMENT SUBMITTAL PROCEDURES A. Submit documents through the Designer. Send all documents in digital format for processing. 1. Provide all information requested with a completed Document Transmittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. 2. The Document Transmittal form is to be the first page in the document submitted. 3. Submit all documents in Portable Document Format (PDF). Document Management CCIA Taxiway K Construction Project No. E16451 013300-1 11-25-2013 a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the document. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size g. i. Add footers to each document with the Project name. 1.05 DOCUMENT NUMBERING A. Assign a number to the documents originated to allow tracking of the documents during the review process. 1. Assign the number consisting of a prefix, a sequence number, and a letter suffix. Prefixes shall be as follows: Prefix Description Originator AP Application for Payment Contractor CO Change Order OAR CP Change Proposal Contractor CTR Certified Test Report Contractor FO Field Order OAR NBC Notification by Contractor Contractor PD Photographic Documentation Contractor RCP Request for a Change Proposal OAR RD Record Data Contractor RFI Request for Information Contractor SD Shop Drawing Contractor Document Management CCIA Taxiway K Construction Project No. E16451 013300-2 11-25-2013 Prefix Description Originator SCH Schedule of Progress Contractor 2. Issue sequence numbers in chronological order for each type of document. 3. Issue numbers for resubmittals that have the same number as the original document followed by an alphabetical suffix indicating the number of times the same document has been sent to the Designer for processing. For example: SD 025 A represents Shop Drawing number 25 and the letter "A" designates that this is the second time this document has been sent for review. 4. Clearly note the document number on each page or sheet of the document. 5. Correct assignment of numbers is essential since different document types are processed in different ways. B. Include reference the Drawing number and/or Specification Section, detail designation, schedule, or location that corresponds with the data on the document transmittal forms. Other identification may also be required, such as layout drawings or schedules to allow the reviewer to determine where a particular product is to be used. 1.06 DOCUMENT REQUIREMENTS A. Furnish documents as indicated below or in individual Specification Sections. Submit documents per the procedures described in the Contract Documents. B. Submit documents per the Specification Section shown in the following table: Document Type Specification Section Application for Payment 01 29 00 Change Proposal 01 31 14 Certified Test Report 01 33 02 for approval of product 01 40 00 to demonstrate compliance Notification by Contractor 01 31 13 Photographic Documentation 01 33 05 Progress Schedules 01 33 04 Record Data 01 33 03 Request for Information 01 31 13 Shop Drawing 01 33 02 Schedule of Values 01 29 00 Substitutions 01 31 14 Suppliers and Subcontractors 01 31 13 and 01 33 03 Document Management CCIA Taxiway K Construction Project No. E16451 013300-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Document Management CCIA Taxiway K Construction Project No. E16451 013300-4 11-25-2013 0133 01 Submittal Register Specification Section Specification Description Paragraph No. Types of Submittals Required Product Information Sample or Mockup Operations Data D-701 Pipe D-701-2.3 Record Data None None D-701 Rubber Gaskets D-701-2.4 Record Data None None D-701 Joint Mortar D-701-2.5 Record Data None None D-701 Joint Fillers D-701-2.6 Record Data None None D-754 Pourus BackFill D-754-2.3 Record Data None None P-153 Portland Cement P-153-2.1 Record Data None None P-153 Fly Ash P-153-2.1 Record Data None None P-153 Fine Aggregate P-153-2.1 Record Data None None P-155 Lime P-155-2.1 Record Data None None P-155 Commercial Lime Slurry P-155-2.2 Record Data None None P-209 Crushed Aggregate Base P-209-2.1 Record Data None None P-304 Aggregate P-304-2.1 Record Data None None P-304 Cement P-304-2.2 Record Data None None P-304 Cementitious Additives P-304-2.3 Record Data None None P-304 Curing Materials P-304-2.5 Record Data None None P-401 Aggregate P-401-2.1 Record Data None None P-401 Mineral Filler P-401-2.2 Record Data None None P-401 Asphalt Cement Binder P-401-2.3 Record Data None None P-401 Anti -Stripping Agent P-401-2.4 Record Data None None P-403 Aggregate P-403-2.1 Record Data None None P-403 Mineral Filler P-403-2.2 Record Data None None P-403 Asphalt Cement Binder P-403-2.3 Record Data None None P-403 Anti -Stripping Agent P-403-2.4 Record Data None None P-501 Aggregates P-501-2.1 Record Data None None P-501 Cement P-501-2.2 Record Data None None P-501 Cementitious Materials P-501-2.3 Record Data None None P-501 Joint Sea P-501-2.4 Record Data None None P-501 Isolation Joint Filler P-501-2.5 Record Data None None P-501 Steel Reinforcement P-501-2.6 Record Data None None P-501 Dowel and Tie Bars P-501-2.7 Record Data None None P-501 Materials for Curing Concrete P-501-2.9 Record Data None None P-501 Admixtures P-501-2.10 Record Data None None P-501 Epoxy -Resin P-501-2.11 Record Data None None P-602 Bituminous Material P-602-2.1 Record Data None None P-603 Bituminous Material P-603-2.1 Record Data None None P-605 Joint Sealer P-605-2.1 Record Data None None P-605 Backer Rod P-605-2.2 Record Data None None P-610 Coarse Aggregate P-610-2.2 Record Data None None P-610 Fine Aggregate P-610-2.3 Record Data None None P-610 Cement P-610-2.4 Record Data None None P-610 Admixtures P-610-2.6 Record Data None None P-610 Premolded Joint Material P-610-2.7 Record Data None None P-610 Joint Filler P-610-2.8 Record Data None None P-610 Steel Reinforcement P-610-2.9 Record Data None None P-610 Materials for Curing Concrete P-610-2.10 Record Data None None P-620 Marking Materials P-620-2.2 Record Data None None P-620 Refelective Media P-620-2.3 Record Data None None T-901 Seeding T-901-2.1 Record Data None None T-904 Sodding T-904-2.1 Record Data None None T-905 Topsoil T-905-2.1 Record Data None None SS -300 Wire 300-2.4 Record Data None None SS -300 Electrical Tape 300-2.8 Record Data None None SS -300 Anti -Seize Compound 300-3.4 Record Data None None SS -300 Lockout/Tagout Program 300-3.1 Record Data None None SS -310 Taxiway Light Fixtures 310-2.2 Record Data None O&M Manual SS -310 Light Base and Hardware 310-3.9 Record Data None None SS -310 L-830 Isolation Transformer 310-2.6 Record Data None O&M Manual SS -310 L-858 Guidance Sign Equipment 310-2.5 Record Data None O&M Manual L-108 L -824C, 5 kV and/or 600V Cables 108-2.2 Record Data None None Submittal Register CCIA Taxiway K Construction Project No. E16451 01 33 01-1 07-03-2014 Specification Section Specification Description Paragraph No. Types of Submittals Required Product Information Sample or Mockup Operations Data L-108 Bare Counterpoise 108-2.3 Record Data None None L-108 Stranded Bonding Jumper 108-2.2 Record Data None None L-108 Ground Rods 108-2.3 Record Data None None L-108 L-823 Connector Kits 108-2.4 Record Data None None L-108 Cable Heat Shrink 108-2.4 Record Data None None L-108 Cable Identification Tags 108-2.8 Record Data None None L-108 Exothermic Welds 108-3.9 Record Data None None L-108 Airport Lighting Circuit Insulation Resistance Test Equipment 108-3.10 Record Data None None L-108 Ground Impedance Test Equipment 108-3.10 Record Data None None L-110 Plastic Conduit 110-2.3 Record Data None None L-110 Conduit Spacers 110-2.5 Record Data None None L-110 Detectable Warning Tape 110-2.8 Record Data None None L-110 Duct Markers 110-3.4 Record Data None None L-110 Bronze Duct Marker 110-3.4 Record Data None None L-115 Electrical Junction Structures, L-867 115-2.3 Record Data None None 01 33 02 SHOP DRAWINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the OPT to: 1. Record the products incorporated into the Project for the Owner; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Designer to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Shop Drawings, Samples, or mockups. Contract modifications can only be approved by Change Order or Field Order. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Shop Drawings not meeting these criteria will be rejected. B. Demonstrate that the proposed products are in full and complete compliance with the design criteria and requirements of the Contract Documents, or will be if deviations requested per Paragraph 1.10 are approved. C. Furnish and install products that fully comply with the information included in the document submittal. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description SS -310 L -861T Taxiway Edge Light SS -310 L-858 Guidance Sign B. Include Shop Drawings in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT to indicate the Shop Drawings to be submitted, the dates on which documents are to be sent to the Designer for review and proposed dates that the product will be incorporated into the Project. C. Incorporate the dates for processing Shop Drawings into the Progress Schedule required by SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. Shop Drawings CCIA Taxiway K Construction Project No. E16451 013302-1 11-25-2013 1. Submit Shop Drawings in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of Shop Drawings when preparing the Progress Schedule. Include time for making revisions to the Shop Drawings and resubmitting the Shop Drawing for a least a second review. Assume a 14 day review cycle for each time a Shop Drawing is submitted for review unless a longer period of time is indicated in the Contract Documents. 3. Schedule document submittals to provide all information for interrelated Work at one time. 4. Allow adequate time for ordering, fabricating, delivering, and installing product so construction of the Project is not delayed. D. Complete the following before submitting a Shop Drawing or Sample: 1. Prepare Shop Drawing Review and coordinate the Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect to Shop Drawings and Samples; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. E. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Shop Drawing; 2. Location of existing structures, utilities, and equipment related to the Shop Drawing have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Shop Drawing are complete for their intended purpose; and 5. Conflicts between the Shop Drawing related to the various Subcontractors and Suppliers have been resolved. F. Review Shop Drawings prior to submitting to the Designer. Certify that all Shop Drawings have been reviewed by the Contractor and are in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Shop Drawings except for deviations specifically brought to the Designer's attention on an attached Shop Drawing Deviation Request form in accordance with Paragraph 1.10. Shop Drawings CCIA Taxiway K Construction Project No. E16451 013302-2 11-25-2013 G. Fabrication or installation of any products prior to the approval of Shop Drawings is done at the Contractor's risk. Defective products may be rejected at the Owner's option. H. Payment will not be made for products for which Shop Drawings or Samples are required until these are approved by the Designer. 1.04 SHOP DRAWING REQUIREMENTS A. Provide adequate information in Shop Drawings and Samples so Designer can: 1. Assist the Owner in selecting colors, textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general, conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. B. Include a complete description of the product to be furnished, including: 1. Type, dimensions, size, arrangement, and operational characteristics of the product; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. C. Submit Shop Drawings that require coordination with other Shop Drawings at the same time. Shop Drawings requiring coordination with other Shop Drawings will be rejected until a complete package is submitted. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Shop Drawings as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Shop Drawing. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Shop Drawing. Shop Drawings CCIA Taxiway K Construction Project No. E16451 013302-3 11-25-2013 2. Certification of Local Field Service (CLS): A certified letter stating that field service is available from a factory or supplier approved service organization located within a 300 mile radius of the Site. List names, addresses, and telephone numbers of approved service organizations on or attach it to the certificate. 3. Certification of Adequacy of Design (CAD): A certified letter from the manufacturer of the equipment stating that they have designed the equipment to be structurally stable and to withstand all imposed loads without deformation, failure, or adverse effects to the performance and operational requirements of the unit. The letter shall state that mechanical and electrical equipment is adequately sized to be fully operational for the conditions specified or normally encountered by the product's intended use. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Shop Drawing. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 SHOP DRAWING SUBMITTAL PROCEDURES A. Submit Shop Drawings through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Shop Drawing submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Shop Drawing submittal form is to be the first document in the file submitted. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Shop Drawing. Submit Samples and color charts per Paragraph 1.08.A. Shop Drawings CCIA Taxiway K Construction Project No. E16451 013302-4 11-25-2013 f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. g. i. Add footers to each document with the Project name. 3. Submit each specific product or class of material separately so these can be tracked and processed independently. Do not submit Shop Drawings for more than one product in the same Shop Drawing. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Shop Drawings. a. Use terms and symbols in Shop Drawings consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Shop Drawings. c. Provide a legend for symbols used on Shop Drawings. 6. Mark Shop Drawings to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Use the following conventions to markup Shop Drawings for review: 1. Make comments and corrections in the color blue. Add explanatory comments to the markup. 2. Highlight items in black that are not being furnished when the Supplier's standard drawings or information sheets are provided so that only the products to be provided are in their original color. 3. Make comments in the color yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Make comments in the color orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on Shop Drawings CCIA Taxiway K Construction Project No. E16451 013302-5 11-25-2013 the Shop Drawing Deviation Request form. Include explanatory comments in the Shop Drawing Deviation Request form. 5. Mark dimensions with the prefix FD to indicate field verified dimensions on the Shop Drawings. C. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. D. Designate a Shop Drawing as requiring priority treatment in the comment section of the Shop Drawing submittal form to place the review of the Shop Drawing ahead of other Shop Drawings previously delivered. Shop Drawings are typically reviewed in the order received, unless Contractor requests that a different priority be assigned. Priority Shop Drawings will be reviewed before other Shop Drawings for this Project already received but not yet reviewed. Use of this priority designation for Shop Drawings may delay the review of Shop Drawings previously submitted, pushing the processing of Shop Drawings beyond the 14 day target. Contractor is responsible for delays resulting from the use of the priority designation status on Shop Drawings. E. Complete the certification required by Paragraph 1.03. 1.08 SAMPLE AND MOCKUP SUBMITTAL PROCEDURES A. Submit color charts and Samples for every product requiring color, texture, or finish selection. 1. Submit color charts and Samples only after Shop Drawings for the products have been approved. 2. Deliver all color charts and Samples at one time. 3. Provide Samples of adequate size to clearly illustrate the functional characteristics of the product, with integrally related parts and attachment devices. 4. Indicate the full range of color, texture, and patterns. 5. Deliver color charts and Samples to the field office and store for the duration of the Project 6. Notify the Designer that color charts and Samples have been delivered for approval using the Notification by Contractor form. 7. Submit color charts and Samples not less than 30 days prior to when these products are to be ordered or released for fabrication to comply with the Project schedule. 8. Remove Samples that have been rejected. Submit new Samples following the same process as for the initial Sample until Samples are approved. 9. Dispose of Samples when related Work has been completed and approved and disposal is approved by the Designer. At Owner's option, Samples will become the property of the Owner. B. Construct mockups for comparison with the Work being performed. Shop Drawings CCIA Taxiway K Construction Project No. E16451 013302-6 11-25-2013 1. Construct mockups from the actual products to be used in construction per detailed Specification Sections. 2. Construct mockups of the size and in the area indicated in the Contract Documents. 3. Construct mockups complete with texture and finish to represent the finished product. 4. Notify the Designer that mockups have been constructed and are ready for approval using the Notification by Contractor form. Allow 2 weeks for OPT to approve of the mockup before beginning the Work represented by the mockup. 5. Remove mockups that have been rejected. Construct new mockups following the same process as for the initial mockup until mockup is approved. 6. Protect mockups until Work has been completed and accepted by the OPT. 7. Dispose of mockups when related Work has been completed and disposal is approved by the Designer. 1.09 REQUESTS FOR DEVIATION A. Submit requests for deviation from the Contract Documents for any product that does not fully comply with the Contract Documents. B. Submit requests for deviation using the Shop Drawing Deviation Request form provided. Identify each deviation request as a separate item. Include all requested deviations that must be approved as a group together and identify them as a single item. C. Include a description of why the deviation is required and the impact on Contract Price or Contract Times. Include the amount of any cost savings to the Owner for deviations that result in a reduction in cost. D. Submit as a Change Proposal prior to submitting the Shop Drawing if the deviation will result in a change in Contract Price or Contract Times. E. A Modification must be issued by the Designer for approval of a deviation. Approval of a requested Shop Drawing deviation by the Designer on the Shop Drawings Deviation Request form indicates approval of the requested deviation only on its technical merits as generally conforming to the Contract Documents. Deviations from the Contract Documents can only be approved by a Modification. 1.10 DESIGNER RESPONSIBILITIES A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Section for general conformance with the Contract Documents. 1. Designer's review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation into the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Designer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. Shop Drawings CCIA Taxiway K Construction Project No. E16451 013302-7 11-25-2013 3. Designer's review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. B. Comments will be made on items called to the attention of the Designer for review and comment. Any marks made by the Designer do not constitute a blanket review of the document submittal or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. 1. Designer will respond to Contractor's markups by either making markups directly in the Shop Drawings file using the color green or by attaching a Document Review Comments form with review comments. 2. Shop Drawings that are reviewed will be returned with one or more of the following status designations: a. Approved: Shop Drawing is found to be acceptable as submitted. b. Approved as Noted: Shop Drawing is Approved so long as corrections or notations made by Designer are incorporated into the Show Drawing. c. Not Approved: Shop Drawing or products described are not acceptable. 3. Shop Drawing will also be designated for one of the following actions: a. Final distribution: Shop Drawing is acceptable without further action and has been filed as a record document. b. Shop Drawing not required: A Shop Drawing was not required by the Contract Documents. Resubmit the document per SECTION 01 33 03 RECORD DATA. c. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. d. Revise and resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. e. Resubmit with corrections made: Shop Drawing is "Approved as Noted," but has significant markups. Make correction and notations to provide a revised document with markup incorporated into the original document so that no markups are required. f. Returned without review due to excessive deficiencies: Document does not meet the requirement of the Specifications for presentation or content to the point where continuing to review the document would be counterproductive to the review process or clearly does not meet the requirements of the Contract Documents. Revise the Shop Drawing to comply with the requirements of this Section and resubmit. g. Actions a through c will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Actions d through f require follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked "Approved as Noted" and "Resubmit with corrections made." These Shop Drawings CCIA Taxiway K Construction Project No. E16451 013302-8 11-25-2013 drawings are to be revised to provide a clean record of the Shop Drawing. Proceed with ordering products as the documents are revised. 5. Dimensions or other data that does not appear to conform to the Contract Documents will be marked as "At Variance With" (AVW) the Contract Documents or other information provided. The Contractor is to make revisions as appropriate to comply with the Contract Documents. C. Bring deviations to the Shop Drawings to the attention of the Designer for approval by using the Shop Drawing Deviation Request form. Use a single line for each requested deviation so the Status and Action for each deviation can be determined for that requested deviation. If approval or rejection of a requested deviation will impact other requested deviations, then all related deviations should be included in that requested deviation line so the status and action can be determined on the requested deviation as a whole. D. Requested deviations will be reviewed as possible Modification to the Contract Documents. 1. A Requested deviation will be rejected as "Not Approved" if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the Designer for deviations approved by the Designer if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. 3. A requested deviation will be rejected if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. Submit any requested deviation that requires as change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. E. Contractor is to resubmit the Shop Drawing until it is acceptable and marked Approved or Approved as Noted and is assigned an action per Paragraph 1.10.6 that indicates that the Shop Drawing process is closed. F. Information that is submitted as a Shop Drawings that should be submitted as Record Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. 1.11 RESUBMISSION REQUIREMENTS A. Make all corrections or changes in the documents required by the Designer and resubmit to the Designer until approved. 1. Revise initial drawings or data and resubmit as specified for the original document. 2. Highlight or cloud in green those revisions which have been made in response to the previous reviews by the Designer. This will include changes previously highlighted or clouded in yellow to direct attention to Designer to items requiring selections or decisions by the Designer or highlighted or clouded in orange for a requested deviation from the Contract Documents. Shop Drawings CCIA Taxiway K Construction Project No. E16451 013302-9 11-25-2013 3. Highlight and cloud new items in yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Highlight and cloud new items in orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Numbering for these new items is to start with the next number following the last Shop Drawing deviation requested. Include explanatory comments in the Shop Drawing Deviation Request form. B. Pay for excessive review of Shop Drawings. 1. Excessive review of Shop Drawings is defined as any review required after the original review has been made and the first resubmittal has been checked to see that corrections have been made. 2. Review of Shop Drawings or Samples will be an additional service requiring payment by the Contractor if the Contractor submits a substitution for a product for which a Shop Drawing or Sample has previously been approved, unless the need for such change is beyond the control of Contractor. 3. Cost for additional review time will be billed to the Owner by the Designer for the actual hours required for the review of Shop Drawings by Designer and in accordance with the rates listed in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. 4. A Set-off will be included in each Application for Payment to pay cost for the additional review to the Owner on a monthly basis. The Set-off will be based on invoices submitted to Owner for these services. 5. Need for more than one resubmission or any other delay of obtaining Designer's review of Shop Drawings will not entitle the Contractor to an adjustment in Contract Price or an extension of Contract Times. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Shop Drawings CCIA Taxiway K Construction Project No. E16451 01 33 02 - 10 11-25-2013 01 33 03 RECORD DATA 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Record Data as required by the Contract Documents and as reasonably requested by the OPT. Provide Record Data for all products unless a Shop Drawing is required for the same item. B. Submit Record Data to provide documents that allow the Owner to: 1. Record the products incorporated into the Project for the Owner; 2. Review detailed information about the products regarding their fabrication, installation, commissioning, and testing; and 3. Provide replacement or repair of the products at some future date. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the receipt or cursory review of Record Data. Contract modifications can only be approved by Change Order or Field Order. D. Provide various reports or other documents that Contract Documents required be submitted for record purposes. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Record Data not meeting these criteria will be rejected. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description 01 31 13 Contractor's Record Documents D-701 Pipe D-701 Rubber Gaskets D-701 Joint Mortar D-701 Joint Fillers D-754 Pourus BackFill P-155 Lime P-155 Commercial Lime Slurry P-209 Crushed Aggregate Base P-304 Aggregate P-304 Cement P-304 Cementitious Additives P-304 Curing Materials P-401 Aggregate P-401 Mineral Filler P-401 Asphalt Cement Binder Record Data CCIA Taxiway K Construction Project No. E16451 013303-1 11-25-2013 Specification Section Record Data Description P-401 Anti -Stripping Agent P-403 Aggregate P-403 Mineral Filler P-403 Asphalt Cement Binder P-403 Anti -Stripping Agent P-501 Aggregates P-501 Cement P-501 Cementitious Materials P-501 Joint Sea P-501 Isolation Joint Filler P-501 Steel Reinforcement P-501 Dowel and Tie Bars P-501 Materials for Curing Concrete P-501 Admixtures P-501 Epoxy -Resin P-602 Bituminous Material P-603 Bituminous Material P-605 Joint Sealer P-605 Backer Rod P-610 Coarse Aggregate P-610 Fine Aggregate P-610 Cement P-610 Admixtures P-610 Premolded Joint Material P-610 Joint Filler P-610 Steel Reinforcement P-610 Materials for Curing Concrete P-620 Marking Materials P-620 Refelective Media T-901 Seed T-904 Sodding T-905 Topsoil SS -300 Wire SS -300 Electrical Tape SS -300 Anti -Seize Compound SS -300 Constant Current Regulator Calibration Data Report SS -300 Regulator Load Test Reports SS -310 Taxiway Light Fixtures SS -310 Light Base and Hardware SS -310 L-830 Isolation Transformer SS -310 L-858 Guidance Sign Equipment L-108 L -824C, 5 kV and/or 600V Cables L-108 Bare Counterpoise L-108 Stranded Bonding Jumper L-108 Ground Rods L-108 L-823 Connector Kits L-108 Cable Heat Shrink Record Data CCIA Taxiway K Construction Project No. E16451 013303-2 11-25-2013 Specification Section Record Data Description L-108 Cable Identification Tags L-108 Exothermic Welds L-108 Airport Lighting Circuit Insulation Resistance Test Equipment L-108 Ground Impedance Test Equipment L-108 Ground Rod Impedance Test Report L-108 Insulation Resistance Test (Megger Test) — Initial Before Work L-108 Insulation Resistance Test (Megger Test) - Final L-110 Plastic Conduit L-110 Conduit Spacers L-110 Detectable Warning Tape L-110 Duct Markers L-110 Bronze Duct Marker L-115 Electrical Junction Structures, L-867 B. Include Record Data in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT to indicate the Record Data to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that the product will be incorporated into the Project. C. Complete the following before submitting Record Data: 1. Prepare Record Data and coordinate with Shop Drawings or Samples, other Record Data, and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. D. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Record Data; 2. Location of existing structures, utilities, and equipment related to the Record Data have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Record Data are complete for their intended purpose; and 5. Conflicts between the Record Data related to the various Subcontractors and Suppliers have been resolved. E. Review Record Data prior to submitting to the Designer. Certify that all Record Data has been reviewed by the Contractor and is in strict conformance with the Contract Documents Record Data CCIA Taxiway K Construction Project No. E16451 013303-3 11-25-2013 as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Record Data. 1.04 RECORD DATA REQUIREMENTS A. Include a complete description of the material or equipment to be furnished, including: 1. Type, dimensions, size, arrangement, model number, and operational parameters of the components; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Record Data as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Record Data. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Record Data. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Record Data. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 RECORD DATA SUBMITTAL PROCEDURES A. Submit Record Data through the Designer. Send all documents in digital format for processing. Record Data CCIA Taxiway K Construction Project No. E16451 013303-4 11-25-2013 1. Provide all information requested in the Record Data submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Record Data submittal form is to be the first document in the file. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Record Data. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. g. i. Add footers to each document with the Project name. 3. Submit each specific product, class of material, or product separately so these can be tracked and processed independently. Do not submit Record Data for more than one system in the same Record Data. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Record Data. a. Use terms and symbols in Record Data consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Record Data. c. Provide a legend for symbols used on Record Data. 6. Mark Record Data to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, Record Data CCIA Taxiway K Construction Project No. E16451 013303-5 11-25-2013 d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. Deviations from the Contract Documents can only be approved by a Modification. C. Complete the certification required by Paragraph 1.03. 1.08 DESIGNER'S RESPONSIBILITIES A. Record Data will be received by the Designer, logged, and provided to Owner as the Project record. 1. Record Data may be reviewed to see that the information provided is adequate for the purpose intended. Record Data not meeting the requirements of Paragraph 1.02 may be rejected as unacceptable. 2. Record Data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. 3. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Record Data. Contract modifications can only be approved by a Modification. B. Designer may take the following action in processing Record Data: 1. File Record Data as received if the cursory review indicates that the document meets the requirements of Paragraph 1.02. Document will be given the status of "Filed as Received" and not further action is required on that Record Data. 2. Reject the Record Data for one of the following reasons: a. The document submittal requirements of the Contract Documents indicate that the document submitted as Record Data should have been submitted as a Shop Drawing. The Record Data will be marked "Rejected" and "Submit Shop Drawing." No further action is required on this document as Record Data and the Record Data process will be closed. Resubmit the document as a Shop Drawing per SECTION 01 33 02 SHOP DRAWINGS. b. The cursory review indicates that the document does not meet the requirements of Paragraph 1.02. The Record Data will be marked "Rejected" and "Revise and Resubmit." Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." When Record Data is filed, no further action is required and the Record Data process will be closed. c. The Record Data is not required by the Contract Documents nor is applicable to the Project. The Record Data will be marked "Rejected" and "Cancel - Not Record Data CCIA Taxiway K Construction Project No. E16451 013303-6 11-25-2013 Required." No further action is required and the Record Data process will be closed. C. Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Record Data CCIA Taxiway K Construction Project No. E16451 013303-7 11-25-2013 This page intentionally left blank 01 33 04 CONSTRUCTION PROGRESS SCHEDULE 1.00 GENERAL 1.01 REQUIREMENTS A. Prepare and submit a Progress Schedule for the Work and update the schedule on a monthly basis for the duration of the Project. B. Provide schedule in adequate detail to allow Owner to monitor progress and to relate document processing to sequential activities of the Work. C. Incorporate and specifically designate the dates of anticipated submission of documents and the dates when documents must be returned to the Contractor into the schedule. D. Assume complete responsibility for maintaining the progress of the Work per the schedule submitted. E. Take the requirements of SECTION 01 35 00 SPECIAL PROCEDURES into consideration when preparing schedule. 1.02 DOCUMENT SUBMITTAL A. Submit Progress Schedules in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Submit a preliminary schedule within 10 days after the Notice of Award. The schedule is to be available at the pre -construction conference. C. Submit a detailed schedule at least 10 days prior to the first payment request. D. Submit Progress Schedules updates monthly with Applications for Payment to indicate the progress made on the Project to that date. Failure to submit the schedule may cause delay in the review and approval of Applications for Payment. 1.03 SCHEDULE REQUIREMENTS A. Schedule is to be in adequate detail to: 1. Assure adequate planning, scheduling, and reporting during the execution of the Work; 2. Assure the coordination of the Work of the Contractor and the various Subcontractors and Suppliers; 3. Assist in monitoring the progress of the Work; and 4. Assist in evaluating proposed changes to the Contract Times and Project schedule. B. Provide personnel with 5 years' minimum experience in scheduling construction work comparable to this Project. Prepare the schedule using acceptable scheduling software. C. Provide the schedule in the form of a computer generated critical path schedule which includes Work to be performed on the Project. It is intended that the schedule accomplish the following: 1. Give early warning of delays in time for correction. Construction Progress Schedule CCIA Taxiway K Construction Project No. E16451 013304-1 11-25-2013 2. Provide detailed plans for the execution of the Work in the form of future activities and events in sequential relationships. 3. Establish relationships of significant planned Work activities and provide a logical sequence for planned Work activities. 4. Provide continuous current status information. 5. Allow analysis of the Contractor's program for the completion of the Project. 6. Permit schedules to be revise when the existing schedule is not achievable. 7. Log the progress of the Work as it actually occurs. D. Prepare a time scaled CPM arrow or precedence diagram to indicate each activity and its start and stop dates. 1. Develop Milestone dates and Project completion dates to conform to time constraints, sequencing requirements and Contract completion date. 2. Use calendar day durations while accounting for holidays and weather conditions in the projection of the duration of each activity. 3. Clearly indicate the critical path for Work to complete the Project. E. Provide a time scaled horizontal bar chart which indicates graphically the Work scheduled at any time during the Project. The chart is to indicate: 1. Complete sequence of construction by activity; 2. Identification of the activity by structure, location, and type of Work; 3. Chronological order of the start of each item of Work; 4. The activity start and stop dates; 5. The activity duration; 6. Successor and predecessor relationships for each activity; 7. A clearly indicated single critical path; and 8. Projected percentage of completion, based on dollar value of the Work included in each activity as of the first day of each month. F. Provide a schedule incorporating the Schedule of Documents provided in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT indicating: 1. Specific dates each document is to be delivered to the Designer. 2. Specific dates each document must be received in order to meet the proposed schedule. 3. Allow a reasonable time to review documents, taking into consideration the size and complexity of the document, other documents being processed, and other factors that may affect review time. 4. Allow time for re -submission of the each document. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous Construction Progress Schedule CCIA Taxiway K Construction Project No. E16451 013304-2 11-25-2013 documents and for time lost when documents are submitted for products that do not meet Specification requirements. 1.04 SCHEDULE REVISIONS A. Revise the schedule if it appears that the schedule no longer represents the actual progress of the Work. 1. Submit a written report if the schedule indicates that the Project is more than 30 days behind schedule. The report is to include: a. Number of days behind schedule; b. Narrative description of the steps to be taken to bring the Project back on schedule; and c. Anticipated time required to bring the Project back on schedule. 2. Submit a revised schedule indicating the action that the Contractor proposes to take to bring the Project back on schedule. B. Revise the schedule to indicate any adjustments in Contract Times approved by Modification. 1. Include a revised schedule with Change Proposals if a change in Contract Times is requested. 2. OPT will deem any Change Proposal that does not have a revised schedule and request for a change in Contract Times as having no impact on the ability of the Contractor to complete the Project within the Contract Times. C. Updating the Project schedule to reflect actual progress is not considered a revision to the Project schedule. D. Applications for Payment may not be recommended for payment without a revised schedule and if required, the report indicating the Contractor's plan for bringing the Project back on schedule. 1.05 FLOAT TIME A. Define float time as the amount of time between the earliest start date and the latest start date of a chain of activities on the construction schedule. B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Where several subsystems each have a critical path, the subsystem with the longest time of completion is the critical path and float time is to be assigned to other subsystems. D. Contract Times cannot be changed by the submission of a schedule. Contract Times can only be modified by a Change Order or Contract Amendment. E. Schedule completion date must be the same as the Contract completion date. Time between the end of construction and the Contract completion date is float time. Construction Progress Schedule CCIA Taxiway K Construction Project No. E16451 013304-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule CCIA Taxiway K Construction Project No. E16451 013304-4 11-25-2013 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION 1.00 GENERAL 1.01 WORK INCLUDED A. Provide a video recording of the Site prior to the beginning of construction. 1. Record the condition of all existing facilities in or abutting the construction area (right- of-way) including but not limited to streets, curb and gutter, utilities, driveways, fencing, landscaping, etc. 2. Record after construction staking is complete but prior to any clearing. 3. Provide one copy of the recording, dated and labeled to the OAR before the start of construction. Provide additional recording as directed by the OAR if the recording provided is not considered suitable for the purpose of recording pre-existing conditions. B. Furnish an adequate number of photographs of the Site to clearly depict the completed Project. 1. Provide a minimum of ten different views. 2. Photograph a panoramic view of the entire Site. 3. Photograph all significant areas of completed construction. 4. Completion photographs are not to be taken until all construction trailers, excess materials, trash, and debris have been removed. 5. Employ a professional photographer approved by the OAR to photograph the Project. 6. Provide one aerial photograph of the Site from an angle and height to include the entire Site while providing adequate detail. C. All photographs, video recordings, and a digital copy of this media are to become the property of the Owner. Photographs or recordings may not be used for publication, or public or private display without the written consent of the Owner. 1.02 QUALITY ASSURANCE A. Provide clear photographs and recordings taken with proper exposure. View photographs and recordings in the field and take new photographs or recordings immediately if photos of an adequate print quality cannot be produced or video quality is not adequate. Provide photographs with adequate quality and resolution to permit enlargements. 1.03 DOCUMENT SUBMITTAL A. Submit photographic documentation as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Submit two DVDs of the video recording as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. Video and Photographic Documentation CCIA Taxiway K Construction Project No. E16451 013305-1 11-25-2013 2.00 PRODUCTS 2.01 PHOTOGRAPHS A. Provide photographs in digital format with a minimum resolution of 1280 x 960, accomplished without a digital zoom. B. Take photographs at locations acceptable to the OAR. C. Provide two color prints of each photograph and a digital copy on a DVD of each photograph taken. D. Identify each print on back with: 1. Project name. 2. Date, time, location, and orientation of the exposure. 3. Description of the subject of photograph. E. Submit photograph in clear plastic sheets designed for photographs. Place only one photograph in each sheet to allow the description on the back to be read without removing the photograph. F. Final photographs are to include two 8 -by -10 -inch glossy color prints for each of ten photographs selected by the OAR. These photographs are in addition to normal prints. 2.02 VIDEO RECORDING A. Provide digital format on DVD that can be played with Windows Media Player in common format in full screen mode. B. Identify Project on video by audio or visual means. C. Video file size should not exceed 400 MB. D. Video resolution shall be 1080p. E. The quality of the video must be sufficient to determine the existing conditions of the construction area. Camera panning must be performed while at rest, do not pan the camera while walking or driving. Camera pans should be performed at intervals sufficient to clearly view the entire construction area. F. DVD shall be labeled with construction stationing and stationing should be called out, voice recorded, in the video. G. The entire construction area recording shall be submitted at once. Sections submitted separately will not be accepted. 3.00 EXECUTION (NOT USED) END OF SECTION Video and Photographic Documentation CCIA Taxiway K Construction Project No. E16451 013305-2 11-25-2013 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated below: B. Phase I work is required to be substantially completed within phase time stipulated in the plans and the contract documents. See Construction Safety and Phasing Plans within the set of construction plans for construction sequence and detailsWork shall be completed within the specified time for these items: Description Time Phase I Work 150 Calendar Days Overall Contract Time 325 Calendar Days C. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. D. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Times. 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and 5. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; Special Procedures CCIA Taxiway K Construction Project No. E16451 013500-1 11-25-2013 7. List of manpower, equipment, and ancillary supplies; 8. Backups for key pieces of equipment and key personnel; 9. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 2 weeks prior to beginning the Work. 1.03 CRITICAL OPERATIONS A. The Owner has identified critical operations that must not be out of service longer than the designated maximum time out of service and/or must be performed only during the designated times. These have been identified in the table below: Critical Operation Max. Time Out of Operation Calendar Days Operation can be Shut Down Liquidated Damages ($ per Calendar Day) Phase I Work 150 Calendar Days 150 Calendar Days $1200 B. Submit a written plan of action per Paragraph 1.02 for approval for critical operations. C. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner's normal operations have been restored. D. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. E. Liquidated damages will be assessed if Work on critical operations is not completed within the time indicated. 1. NONELiquidated damages have been established for each critical operation. F. Designated Critical Operations are described in more detail as follows: 1. Critical Operation 1 - NONE 1.04 OWNER ASSISTANCE A. The Owner will assist the Contractor in draining the existing pipelines as much as possible through existing blow -off valves. The Contractor will be responsible for providing dewatering pumps, etc. required to completely dewater the facilities and handle any leakage past closed valves, gates or adjacent structures. —NOT APPLICABLE TO PROJECT 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures CCIA Taxiway K Construction Project No. E16451 013500-2 11-25-2013 0140 00 QUALITY MANAGEMENT 1.00 GENERAL 1.01 CONTRACTOR'S RESPONSIBILITIES A. Review the OPT's Quality Management Program and prepare and submit the Contractor's Quality Control Plan. B. Implement the Contractor's Quality Control Plan to control the quality of the Work and verify that the Work meets the standards of quality established in the Contract Documents. 1. Inspect products to be incorporated into the Project. Ensure that Suppliers have adequate quality control systems to ensure that products that comply with the Contract Documents are provided. 2. Integrate quality control measures into construction activities to produce Work which meets quality expectations of the Contract Documents. Inspect the Work of the Contractor, Subcontractors, and Suppliers. Correct Defective Work. 3. Provide and pay for the services of an approved professional materials testing laboratory acceptable to the OPT to provide testing that demonstrates that products proposed in Shop Drawings and Record Data for the Project fully comply with the Contract Documents. 4. Provide facilities, equipment, and Samples required for quality control inspections and tests: a. Give the OAR adequate notice before proceeding with Work that would interfere with inspections or testing; b. Notify the OAR and testing laboratories prior to the time that testing is required, providing adequate lead time to allow arrangements for inspections or testing to be made; c. Do not proceed with any Work that would impact the ability to correct defects or Work that would require subsequent removal to correct defects until testing services have been performed and results of tests indicate that the Work is acceptable; d. Cooperate fully with the performance of sampling, inspection, and testing; e. Provide personnel to assist with sampling or to assist in making inspections and field tests; f. Obtain and handle Samples for testing at the Site or at the production source of the product to be tested; g. Provide adequate quantities of representative products to be tested to the laboratory at the designated locations; h. Provide facilities required to store and cure test Samples; i. Provide calibrated scales and measuring devices for the OPT's use in performing inspections and testing; Quality Management CCIA Taxiway K Construction Project No. E16451 0140 00 - 1 11-25-2013 j. Provide adequate lighting to allow OPT observations; and k. Make Contract Documents available to testing agencies when requested. 5. Provide safe access for all inspection and testing activities, including those to be conducted as part of the OPT's Quality Management Program. 6. Document Defective Work though Certified Test Reports and Defective Work Notices. Document that corrective actions have been taken to correct any defects and that corrected Work is in compliance with the Contract Documents. 7. Apply quality control measures to documentation provided for the Project. 8. Implement countermeasures to prevent future Defective Work. C. Perform tests as indicated in this and other Sections of the Specifications. Technical Specifications govern if any testing and inspection requirements of this Section conflict with the testing and inspection requirements of the technical Specifications. D. All verification testing is to be observed by the OAR or designated representative. E. Send test reports to the Designer. F. Provide an update on quality control activities at monthly progress meetings required by SECTION 01 31 13 PROJECT COORDINATION. G. Owner will withhold payment for Defective Work, or Work that has not been tested or inspected in accordance with the Contractor's Quality Control Plan, the OPT's Quality Control Program, or the Contract Documents. H. Work performed that is connected or adjacent to Defective Work or Work that would have to be removed to correct Defective Work is also considered to be Defective. Contractor is responsible for all cost with replacing any acceptable Work that must be removed, or might be damaged by corrective actions. 1.02 QUALITY MANAGEMENT ACTIVITIES BY THE OPT A. OPT will perform its own quality assurance tests independent of the Contractor's Quality Control Program. Assist the OPT and testing organizations in performing quality assurance activities per Paragraph 1.01. B. Quality assurance testing performed by the OPT will be paid for by the Owner, except for verification testing required per Paragraph 1.07. C. Quality assurance activities of the OPT, through their own forces or through contracts with consultants and materials testing laboratories are for the purpose of monitoring the results of the Contractor's Work to see that it is in compliance with the requirements of the Contract Documents. Quality assurance activities or non-performance of quality assurance activities by the OPT do not: 1. Relieve the Contractor of its responsibility to provide Work or furnish products that conform with the requirements of the Contract Documents; 2. Relieve the Contractor of its responsibility for providing adequate quality control measures; Quality Management CCIA Taxiway K Construction Project No. E16451 014000-2 11-25-2013 3. Relieve the Contractor of its responsibility for damage to or loss of Work or products before OPT's acceptance; 4. Constitute or imply OPT's acceptance; and 5. Affect the continuing rights of the Owner after OPT's acceptance of the completed Work. D. Work is subject to OPT's quality assurance observations or testing at any time. Products which have been tested or inspected and approved by OPT at a supply source or staging area may be inspected or tested again by the OPT before, during or after incorporation into the Work and rejected if products do not comply with the Contract Documents. 1.03 CONTRACTOR'S USE OF OPT'S TEST REPORTS A. OPT has prepared a Quality Management Plan that describes, in general, the OPT's anticipated quality assurance testing program for this Project. This testing program will be made available to Bidders during the bidding phase. This plan outlines only the testing in general terms and may not reflect actual testing. Actual testing will depend on the Contractors means, methods and procedures of construction which will not be known until the Contractor begins Work and submits their own Quality Control Plan for review. There is no guarantee that all testing will be performed. B. Contractor will receive copies of all test reports documenting OPT's quality assurance activities. Contractor is entitled to rely on the accuracy of these tests results and use these as part of their quality control efforts. C. Contractor is to determine additional testing or inspections that may be required to implement the Contractor's Quality Control Plan. Include cost for additional testing and inspections required to meet Contractors quality control obligations, including the cost for correcting Defective Work in the Contract Price. D. Contractor may submit a Change Proposal if OPT's quality assurance testing program deviates significantly from the OPT's Quality Management Plan, and Contractor can demonstrate that additional cost was incurred to implementing the Contractor's Quality Control Plan resulting from these deviations. 1.04 DOCUMENTATION A. Provide documentation which includes: 1. Contractor's Quality Management Plan that establishes the methods of assuring compliance with the Contract Documents. Submit this plan as a Shop Drawings per SECTION 01 33 02 SHOP DRAWINGS. 2. A Statement of Qualification for any proposed testing laboratories that includes a list of the engineers and technical staff that will provide testing services on the Project, descriptions of the qualifications of these individuals, list of tests that can be performed, equipment used with date of last certification, and a list of recent projects for which testing has been performed with references for those projects. 3. Provide Certified Test Reports for products to be incorporated into the Project. Provide reports to indicate that proposed products comply with the Contract Documents or indicate that proposed products do not comply with the Contract Quality Management CCIA Taxiway K Construction Project No. E16451 014000-3 11-25-2013 Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per SECTION 01 33 02 SHOP DRAWINGS. 4. Provide Certified Test Reports for inspection and testing required in this Section and in other Specification Sections. Provide reports to indicate that Work complies with the Contract Documents or indicate that Work does not comply with the Contract Documents they are not in compliance and why it does not comply. Submit these test reports on forms provided per SECTION 01 33 00 DOCUMENT MANAGEMENT. 1.05 STANDARDS A. Provide testing laboratories that comply with the American Council of Independent Laboratories (ACIL) "Recommended Requirements for Independent Laboratory Qualifications." B. Perform testing per recognized test procedures as listed in the various Sections of the Specifications, standards of the State Department of Highways and Public Transportation, American Society of Testing Materials (ASTM), or other testing associations. Perform tests in accordance with published procedures for testing issued by these organizations. 1.06 DELIVERY AND STORAGE A. Handle and protect test specimens of products and construction materials at the Site in accordance with recognized test procedures. Provide facilities for storing, curing, processing test specimens as required by test standard to maintain the integrity of Samples. 1.07 VERIFICATION TESTING FOR CORRECTED DEFECTS A. Provide verification testing on Work performed to correct Defective Work to demonstrate that the Work is now in compliance with the Contract Documents. Document that Defective Work has been corrected and verify that the OAR closes the item in the Defective Work Register. B. Pay for verification testing. OPT may perform verification testing as part of their Quality Management Program and impose a Set-off to recover the cost for this testing. C. Conduct the same tests or inspections used to determine that the original Work was Defective. Different tests or methods may be used if approved by the OPT. 1.08 TEST REPORTS A. Certified Test Reports are to be prepared for all tests. 1. Tests performed by testing laboratories may be submitted on their standard test report forms if acceptable to the OPT. These reports must include the following: a. Name of the Owner, Project title and number and Contractor; b. Name of the laboratory, address, and telephone number; c. Name and signature of the laboratory personnel performing the test; d. Description of the product being sampled or tested; Quality Management CCIA Taxiway K Construction Project No. E16451 014000-4 11-25-2013 e. Date and time of sampling, inspection, and testing; f. Date the report was issued; g. Description of the test performed; h. Weather conditions and temperature at time of test or sampling; i. Location at the Site or structure where the test was taken; j. Standard or test procedure used in making the test; k. A description of the results of the test; I. Statement of compliance or non-compliance with the Contract Documents; and m. Interpretations of test results, if appropriate. 2. Submit reports on tests performed by Contractor, Subcontractors or Suppliers on the forms provided by the OAR. 3. OPT will prepare test reports on test performed by the OPT. B. Send test report to Designer within 24 hours of completing the test. Flag tests reports with results that do not comply with Contract Documents for immediate attention. C. Payment for Work may be withheld until test reports indicate that the Work is not Defective. 1.09 DEFECTIVE WORK A. Immediately correct any Defective Work or notify the OAR why the Work is not to be corrected immediately and when corrective action will be completed. B. No payment will be made for Defective Work. Remove Work from the Application for Payment if Work paid for on a previous Application for Payment is found to be Defective. 1.10 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY A. The testing laboratory representatives are limited to providing testing services and interpreting the results of the test performed. B. The testing laboratory is not authorized to: 1. Alter the requirements of the Contract Documents; 2. Accept or reject any portion of the Work; 3. Perform any of the duties of the Contractor; or 4. Direct or stop the Work. 1.11 QUALITY CONTROL PLAN A. Submit the Contractor's Quality Control Plan for approval as a Shop Drawing per SECTION 01 33 02 SHOP DRAWINGS. Use Contractor's Quality Control Plan Checklist provided to review the document before submitting and include a copy of the completed checklist with the Contractor's Quality Control Plan. Do not begin Work until the Contractor's Quality Control Plan is approved. Submit an interim plan covering only the portion of Work to be Quality Management CCIA Taxiway K Construction Project No. E16451 014000-5 11-25-2013 performed if the Contractor plans to begin Work prior to submitting the Contractor's Quality Control Plan for the Project. Do not begin Work on other parts of the Project until the Contractor's Quality Control Plan is approved or another interim plan covering the additional Work to be started is approved. B. Provide a Contractor's Quality Control Plan that incorporates construction operations at both the Site and production Work at remote locations and includes Work by Subcontractors and Suppliers. The Contractor's Quality Control Plan is to include: 1. A description of the quality control organization, including an organization chart showing lines of authority to control the quality of Work; 2. Documentation describing name, qualifications (in resume format), duties, responsibilities, and level of authority of the Quality Control Manager; 3. The name, qualifications (in resume format), duties, responsibilities, and authorities of other persons assigned a quality control function; 4. Procedures for scheduling, reviewing, certifying, and managing documentation, including documentation provided by Subcontractors and Suppliers; 5. Control, verification, and acceptance testing procedures for each specific test. Include: a. Name of tests to be performed, b. Specification paragraph requiring test, c. Parameters of Work to be tested, d. Test frequency, e. Persons responsible for each test, and f. Applicable industry testing standards and laboratory facilities to be used for the test; 6. Integrate the OPT quality assurance testing into the Contractor's Quality Control Plan, specifically identifying the tests or inspections in Paragraph 1.11.6.5 that will be provided by the OPT as part of their Quality Management Program; 7. Procedures for tracking and documenting quality management efforts. 8. Procedures for tracking Defective Work from initial identification through acceptable corrective action. Indicate how documentation of the verification process for deficiencies will be made. 9. Reporting procedures which incorporate the use of forms provided by the OAR. 10. The name of the proposed testing laboratories along with documentation of qualifications per Paragraph 1.04. C. The Quality Control Manager must have authority to reject Defective Work and redirect the efforts of the Contractor's Team to prevent or correct Defective Work. D. Notify the Designer of any changes to the Contractor's Quality Control Plan or quality control personnel. Quality Management CCIA Taxiway K Construction Project No. E16451 014000-6 11-25-2013 E. Meet with the OPT 7 days after Contractor's Quality Control Plan is submitted and before start of construction to discuss the Contractor's Quality Control Plan and expedite its approval. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION 3.01 IMPLEMENT CONTRACTOR'S QUALITY CONTROL PLAN A. Perform quality control observations and testing as required in each Section of the Specifications and where indicated on the Drawings. B. Includes the following phases for each definable Work task. A definable Work task is one which is separate and distinct from other tasks, has separate control requirements, may be provided by different trades or disciplines, or may be Work by the same trade in a different environment. 1. Planning Phase: Perform the following before beginning each definable Work task: a. Review the Contract Drawings. b. Review documents and determine that they are complete in accordance with the Contract Documents. c. Check to assure that all materials and/or equipment have been tested, submitted, and approved. d. Examine the work area to assure that all required preliminary Work has been completed and complies with the Contract Documents. e. Examine required materials, equipment, and Sample Work to assure that they are on hand, conform to Shop Drawings and Record Data, and are properly stored. f. Review requirements for quality control inspection and testing. g. Discuss procedures for controlling quality of the Work. Document construction tolerances and workmanship standards for the Work task. h. Check that the portion of the plan for the Work to be performed incorporates document review comments. J• Discuss results of planning phase with the OAR. Conduct a meeting attended by the Quality Control Manager, the OAR, superintendent, other quality control personnel as applicable, and the foreman responsible for the Work task. Instruct applicable workers as to the acceptable level of workmanship required in order to meet the requirements of the Contract Documents. Document the results of the preparatory phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. Quality Management CCIA Taxiway K Construction Project No. E16451 014000-7 11-25-2013 2. Work Phase: Complete this phase after the Planning Phase: a. Notify the OAR at least 24 hours in advance of beginning the Work and discuss the review of the planning effort to indicate that requirements have been met. b. Check the Work to ensure that it is in full compliance with the Contract Documents. c. Verify adequacy of controls to ensure full compliance with Contract Documents. Verify required control inspection and testing is performed. d. Verify that established levels of workmanship meet acceptable workmanship standards. Compare with required Sample panels as appropriate. e. Repeat the Work phase for each new crew to work on-site, or any time acceptable specified quality standards are not being met. 3. Follow-up Phase: Perform daily checks to assure control activities, including control testing, are providing continued compliance with contract requirements: a. Make checks daily and record observations in the quality control documentation. b. Conduct follow-up checks and correct all deficiencies prior to the start of additional Work tasks that may be affected by the Defective Work. Do not build upon nor conceal Defective Work. c. Conduct a review of the Work one month prior to the expiration of the correction period prescribed in the General Conditions with the OPT. Correct defects as noted during the review. C. Conduct additional planning and Work phases if: 1. The quality of on-going Work is unacceptable; 2. Changes are made in applicable quality control staff, on-site production supervision or crews; 3. Work on a task is resumed after a substantial period of inactivity; or 4. Other quality problems develop. END OF SECTION Quality Management CCIA Taxiway K Construction Project No. E16451 014000-8 11-25-2013 01 50 00 TEMPORARY FACILITIES AND CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide temporary facilities, including the Contractor's field offices, storage sheds, and temporary utilities needed to complete the Work. Contractor shall provide a temporary facility solely dedicated to this project. Contractor cannot utilize other field offices already located at the site for other projects. B. Install and maintain temporary Project identification signs. Provide temporary on-site informational signs to identify key elements of the construction facilities. Do not allow other signs to be displayed. C. OPT shall use the Terminal Building Facilities as the field office. 1.02 DELIVERY AND STORAGE A. Arrange transportation, loading, and handling of temporary buildings and sheds. 1.03 JOB CONDITIONS A. Locate buildings and sheds at the Site as indicated or as approved by the OPT. B. Prepare the Site by removing trees, brush, or debris and performing demolition or grubbing needed to clear a space adequate for the structures. C. Pay for the utilities used by temporary facilities during construction. D. Provide each temporary service and facility ready for use at each location when the service or facility is first needed to avoid delay in the performance of the Work. E. Maintain, expand as required, and modify temporary services and facilities as needed throughout the progress of the Work. F. Remove services and facilities when approved by the OAR. G. Operate temporary facilities in a safe and efficient manner. 1. Restrict loads on temporary services or facilities to within their designed or designated capacities. 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. 3. Prevent freezing of pipes, flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.04 OPTIONS A. Construction offices may be prefabricated buildings on skids or mobile trailers. B. Storage sheds may be prefabricated buildings on skids or truck trailers. Temporary Facilities and Controls CCIA Taxiway K Construction Project No. E16451 015000-1 11-25-2013 2.00 PRODUCTS 2.01 TEMPORARY FIELD OFFICES A. There is no separate pay item for the field office. B. Furnish a field office of adequate size for Contractor's use. Provide conference room space for a minimum of 15 people.Other trades may provide their own offices only when space is available at the Site, and the OPT agrees to its size, condition, and location. 2.02 TEMPORARY STORAGE BUILDINGS A. Furnish storage buildings of adequate size to store any materials or equipment delivered to the Site that might be affected by weather. 2.03 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities at the Site from the commencement of the Project until Project conclusion. Maintain these facilities in a clean and sanitary condition at all times, and comply with the requirements of the local health authority. On large sites, provide portable toilets at such locations that no point in the Site shall be more than 600 feet from a toilet. B. Use these sanitary facilities. Do not use restrooms within existing or Owner -occupied buildings. 2.04 TEMPORARY HEAT A. Provide heating devices needed to protect buildings during construction. Provide fuel needed to operate the heating devices and attend the heating devices at all times they are in operation, including overnight operations. 2.05 TEMPORARY UTILITIES A. Provide the temporary utilities for administration, construction, testing, disinfection, and start-up of the Work, including electrical power, water, and telephone. Pay all costs associated with furnishing temporary utilities. 1. Provide a source of temporary electrical power of adequate size for construction procedures. a. Use existing power systems where spare capacity is available. Provide temporary power connections that do not adversely affect the existing power supply. Submit connections to the OAR for approval prior to installation. b. Provide electrical pole and service connections that comply with Laws and Regulations and the requirements of the power company. 2. Provide telephone service to the Site and install telephones inside the Contractor's office. Temporary Facilities and Controls CCIA Taxiway K Construction Project No. E16451 015000-2 11-25-2013 2.06 WATER FOR CONSTRUCTION A. Provide temporary water. Potable water may be purchased from the Owner by obtaining a water meter from the Owner and transporting water from a water hydrant. Non -potable water may be used for hydraulic testing of non -potable basins or pipelines. Include the cost of water in the Contract Price. B. Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre -construction meeting. The Contractor will keep a copy of the Plan on the Site throughout construction. 3.00 EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the OAR. Construct and install signs at locations approved by the OAR. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION AND SIGNS A. The Owner will furnish two Project signs to be installed by the Contractor. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the OAR. 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. C. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. 3.04 DRINKING WATER A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. B. Pay for water services and maintain daily. 3.05 CONSTRUCTION FENCE A. Install and maintain a construction fence around the Site and off-site storage yards. Fence must be a minimum 6 feet high chain link construction unless shown otherwise. Provide gates with padlocks. Temporary Facilities and Controls CCIA Taxiway K Construction Project No. E16451 015000-3 11-25-2013 3.06 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary buildings, sheds, and utilities at the conclusion of the Project and restore the Site to original condition or finished in accordance with the Drawings. B. Remove informational signs upon completion of construction. C. Remove Project identification signs, framing, supports, and foundations upon completion of the Project. 3.07 MAINTENANCE AND JANITORIAL SERVICE A. Maintain signs and supports in a neat, clean condition. Repair damage to structures, framings, or signs. B. Repair any damage to Work caused by placement or removal of temporary signage. C. Service, maintain, and replace, if necessary, the OPT's field office computer equipment throughout the Project as required by the OPT including replacement cartridges for all office equipment. END OF SECTION Temporary Facilities and Controls CCIA Taxiway K Construction Project No. E16451 015000-4 11-25-2013 01 57 00 TEMPORARY CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment, and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. B. Construct temporary impounding works, channels, diversions, furnishing and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. C. Provide a Storm Water Pollution Prevention Plan (SWPPP) as required by Texas Pollutant Discharge Elimination System (TPDES) General Permit No. TXR150000 for stormwater discharges from construction activities. Comply with all requirements of the Texas Commission on Environmental Quality (TCEQ) and Laws and Regulations. File required legal notices and obtain required permits prior to beginning any construction activity. D. Provide labor, materials, equipment, and incidentals necessary to prevent stormwater pollution for the duration of the Project. Provide and maintain erosion and sediment control structures as required to preventive sediment and other pollutants from the Site from entering any stormwater system including open channels. Remove pollution control structures when no longer required to prevent stormwater pollution. 1.02 QUALITY ASSURANCE A. Construct and maintain temporary controls with adequate workmanship using durable materials to provide effective environmental management systems meeting the requirements of the Contract Documents and Laws and Regulations. Use materials that require minimal maintenance to prevent disruption of construction activities while providing adequate protection of the environment. B. Periodically inspect systems to determine that they are meeting the requirements of the Contract Documents. 1.03 DOCUMENT SUBMITTAL A. Provide documents requiring approval by the OPT as Shop Drawings in accordance with SECTION 01 33 02 SHOP DRAWINGS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with SECTION 01 33 03 RECORD DATA. 1.04 STANDARDS A. Provide a SWPPP that complies with all requirements of TPDES General Permit No. TXR150000 and any other applicable Laws and Regulations. B. Perform Work to comply with the City of Corpus Christi Code of Ordinances, Part III, Chapter 14, Article X - titled "STORM WATER QUALITY MANAGEMENT PLANS" and any other applicable Laws and Regulations. Temporary Controls CCIA Taxiway K Construction Project No. E16451 015700-1 11-25-2013 1.05 PERMITS A. Submit the following to the TCEQ and the Operator of any Municipal Separate Storm Sewer System (MS4) receiving stormwater discharges from the Site: 1. Notice of Intent (NOI) at least 48 hours prior to beginning construction activity. Construction activity may commence 24 hours after the submittal of an electronic NOI. 2. Notice of Change (NOC) letter when relevant facts or incorrect information was submitted in the NOI, or if relevant information in the NOI changes during the course of construction activity. 3. Notice of Termination (NOT) when the construction Project has been completed and stabilized. B. Post a copy of the NOI at the Site in a location where it is readily available for viewing by the general public and as required by Laws and Regulations prior to starting construction activities and maintain the posting until completion of the construction activities. C. Maintain copies of a schedule of major construction activities, inspection reports, and revision documentation with the SWPPP. 1.06 STORMWATER POLLUTION CONTROL A. Comply with the current requirements of TPDES General Permit No. TXR150000 as set forth by the TCEQ for the duration of the Project: 1. Develop a SWPPP meeting all requirements of the TPDES General Permit. 2. Submit of a Notice of Intent to the TCEQ. 3. Develop and implement appropriate Best Management Practices as established by local agencies of jurisdiction. 4. Provide all monitoring and/or sampling required for reporting to the TCEQ. 5. Submit reports to the TCEQ as required as a condition of the TPDES General Permit. 6. Submit copies of the reports to the Designer as Record Data in accordance with SECTION 01 33 03 RECORD DATA. 7. Retain copies of these documents at the Site at all times for review and inspection by the OPT or regulatory agencies. Post a copy of the permit as required by Laws and Regulations. 8. Assume sole responsibility for implementing, updating, and modifying the TPDES General Permit per Laws and Regulations for the SWPPP and Best Management Practices. B. Use forms required by the TCEQ to file the Notice of Intent. Submit the Notice of Intent at least 2 days prior to the start of construction. Develop the SWPPP prior to submitting the Notice of Intent. Provide draft copies of the Notice of Intent, SWPPP, and any other pertinent TCEQ submittal documents to Owner for review prior to submittal to the TCEQ. C. Return any property disturbed by construction activities to either specified conditions or pre -construction conditions as set forth in the Contract Documents. Provide an overall erosion and sedimentation control system that will protect all undisturbed areas and soil Temporary Controls CCIA Taxiway K Construction Project No. E16451 015700-2 11-25-2013 stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques to control erosion and sedimentation and maintain these practices and techniques in effective operating condition during construction. Permanently stabilize exposed soil and fill as soon as practical during the Work. D. Assume sole responsibility for the means, methods, techniques, sequences, and procedures for furnishing, installing, and maintaining erosion and sedimentation control structures and procedures and overall compliance with the TPDES General Permit. Modify the system as required to effectively control erosion and sediment. E. Retain copies of reports required by the TPDES General Permit for 3 years from date of Final Completion. 1.07 POLLUTION CONTROL A. Prevent the contamination of soil, water, or atmosphere by the discharge of noxious substances from construction operations. Provide adequate measures to prevent the creation of noxious air -borne pollutants. Prevent dispersal of pollutants into the atmosphere. Do not dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow noxious liquids to contaminate public waterways in any manner. B. Provide equipment and personnel and perform emergency measures necessary to contain any spillage. 1. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at off-site locations in an acceptable manner. 2. Excavate contaminated soil and dispose at an off-site location if contamination of the soil does occur. Fill resulting excavations with suitable backfill and compact to the density of the surrounding undisturbed soil. 3. Provide documentation to the Owner which states the nature and strength of the contaminant, method of disposal, and the location of the disposal site. 4. Comply with Laws and Regulations regarding the disposal of pollutants. C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or sludge -contaminated soil is considered contaminated. Contaminated water must not be allowed to enter streams or water courses, leave the Site in a non -contained form, or enter non -contaminated areas of the Site. 1. Pump contaminated water to holding ponds constructed by the Contractor for this purpose, or discharge to areas on the interior of the Site, as designated by the OAR. 2. Construct temporary earthen dikes or take other precautions and measures as required to contain the contaminated water and pump to a designated storage area. 3. Wash any equipment used for handling contaminated water or soil within contaminated areas three times with uncontaminated water prior to using such equipment in an uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. Temporary Controls CCIA Taxiway K Construction Project No. E16451 015700-3 11-25-2013 1.08 EARTH CONTROL A. Remove excess soil, spoil materials, and other earth not required for backfill at the time of generation. Control stockpiled materials to eliminate interference with Contractor and Owner's operations. B. Dispose of excess earth off the Site. Provide written approval from the property owner for soils deposited on private property. Obtain approval of the Owner if this disposal impacts the use of Site or other easements. 1.09 OZONE ADVISORY DAYS A. Do not conduct roofing, priming, or hot -mix paving operations, except for repairs, on days the City Engineer has notified Contractor that an ozone advisory is in effect. An extension of time will be allowed for each day for which priming or hot mix paving was scheduled, crews were prepared to perform this Work and the City Engineer issued ozone alert prevents this Work. Contractor will be compensated at the unit price indicated in the Bid for each day for which an extension of time was granted due to an ozone alert. Ozone Days are only applicable for Base Bid II. 1.10 MANAGEMENT OF WATER A. Manage water resulting from rains or ground water at the Site. Maintain trenches and excavations free of water at all times. B. Lower the water table in the construction area by acceptable means if necessary to maintain a dry and workable condition at all times. Provide drains, sumps, casings, well points, and other water control devices as necessary to remove excess water. C. Provide continuous operation of water management actions. Maintain standby equipment to provide proper and continuous operation for water management. D. Ensure that water drainage does not damage adjacent property. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. Assume responsibility for the discharge of water from the Site. E. Remove the temporary construction and restore the Site in a manner acceptable to the OAR and to match surrounding material at the conclusion of the Work. 1.11 DEWATERING A. This item is considered subsidiary for all dewatering methods other than "well pointing" to the appropriate bid items as described in the Bid Form where dewatering is needed to keep the excavation dry, as approved by the Designer, and shall include all costs to provide a dry foundation for the proposed improvements. B. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. C. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to Temporary Controls CCIA Taxiway K Construction Project No. E16451 015700-4 11-25-2013 entering the storm water system. Sheet flow and ponding is to allow solids screening and/or settling prior to entering a storm water conduit or inlet. D. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharges groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, the Oso Creek . E. Testing of groundwater quality is to be performed by the Owner, at the Owner's expense, prior to commencing discharge and shall be retested by the Owner, at the Owner's expense, a minimum of once a week. Contractor shall coordinate with the Owner on all testing. Tests will also be performed as each new area of construction is started. F. Another option for disposal of groundwater by Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Designer on a case by case basis. G. Prior to Pumping groundwater from a trench to the sanitary sewer system the Contractor shall contact Tilo Schmidt, Wastewater Pre-treatment Coordinator at 826-1817 to obtain a "no cost" permit from the Owner's Waste Water Department. Owner will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.12 DISPOSAL OF CONTAMINATED GROUNDWATER — NOT APPLICABLE 1.13 DISPOSAL OF HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner's requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine, which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. Include a description and details for disposal of this water in a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Do not use the Owner's sanitary sewer system for disposal of contaminated water. 1.14 WINDSTORM CERTIFICATION A. All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by IBC 2009. Contractor shall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The Contractor shall be responsible for providing all necessary design/assembly documentation for all new windows, doors, louvers, etc. to the windstorm engineer/inspectors required to conform with the requirements of the Texas Department of Insurance. Temporary Controls CCIA Taxiway K Construction Project No. E16451 015700-5 11-25-2013 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. 3.00 EXECUTION 3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable, or in accordance with the requirements of the Contract Documents. C. Remove temporary controls when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION Temporary Controls CCIA Taxiway K Construction Project No. E16451 015700-6 11-25-2013 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS 1.00 GENERAL 1.01 WORK INCLUDED A. Comply with requirements of the General Conditions and specified administrative procedures in closing out the Contract. 1.02 DOCUMENT SUBMITTAL A. Submit certifications and releases on forms provided. 1.03 SUBSTANTIAL COMPLETION A. Notify the Designer that the Work or a designated portion of the Work is substantially complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the Project will be considered to be complete. B. OPT will visit the Site to observe the Work within a reasonable time after notification is received to determine the status of the Project. C. Designer will notify the Contractor that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. Designer will notify the Contractor of items that must be completed before the Project will be considered substantially complete. 2. Correct the noted deficiencies in the Work. 3. Notify the Designer when the items of Work in the Designer's notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. Designer will issue a Certificate of Substantial Completion to the Contractor when the OPT considers the Project to be substantially complete. The Certificate will include a tentative list of items to be corrected before Final Payment will be recommended. 6. Review the list and notify the Designer of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. 1.04 FINAL INSPECTION A. Notify the Designer when: 1. Work has been completed in compliance with the Contract Documents; 2. Equipment and systems have been tested per Contract Documents and are fully operational; 3. Final Operations and Maintenance Manuals have been provided to the Owner and all operator training has been completed; 4. Specified spare parts and special tools have been provided; and Execution and Closeout Requirements CCIA Taxiway K Construction Project No. E16451 017000-1 11-25-2013 5. Work is complete and ready for final inspection. B. OPT will visit the Site to determine if the Project is complete and ready for Final Payment within a reasonable time after the notice is received. C. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. D. Take immediate steps to correct Defective Work. Notify the Designer when Defective Work has corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. E. Submit the Request for Final Payment with the closeout documents described in Paragraph 1.06 if notified that the Project is complete and the Work is acceptable. 1.05 REINSPECTION FEES A. Owner may impose a Set-off against the Application for Payment in accordance with the General Conditions to compensate the OPT for additional visits to the Project if additional Work is required. 1.06 CLOSEOUT DOCUMENTS SUBMITTAL A. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. B. Warranties and bonds. C. Equipment installation reports on equipment. D. Shop Drawings, Record Data, and other documents as required by the Contract Documents. E. Evidence of continuing insurance and bond coverage as required by the Contract Documents. F. Final Photographs per SECTION 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 1.07 TRANSFER OF UTILITIES A. Transfer utilities to the Owner when the Certificate of Substantial Completion has been issued and the Work has been occupied by the Owner. B. Submit final meter readings for utilities and similar data as of the date the Owner occupied the Work. 1.08 WARRANTIES, BONDS, AND SERVICES AGREEMENTS A. Provide warranties, bonds, and service agreements required by SECTION 01 33 02 SHOP DRAWINGS or by the individual Specification Sections. B. The date for the start of warranties, bonds, and service agreements is established per the General Conditions. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. Execution and Closeout Requirements CCIA Taxiway K Construction Project No. E16451 017000-2 11-25-2013 1. Provide a log of all equipment covered under the 1 year correction period specified in the General Conditions and all products for which special or extended warranties or guarantees are provided. Index the log by Specification Section number on forms provided. Include items 2.e through 2.g below in the tabulation. 2. Provide a copy of specific warranties or guarantees under a tab indexed to the log. Each document is to include: a. A description of the product or Work item; b. The firm name, with the name of the principal, address, and telephone number; c. Signature of the respective Supplier or Subcontractor to acknowledge existence of the warranty obligation for extended warranties and service agreements; d. Scope of warranty, bond, or services agreement; e. Indicate the start date for the correction period specified in the General Conditions for each product and the date on which the specified correction period expires. f. Indicate the start date for extended warranties for each product and the date on which the specified extended warranties period expires. g. Start date, warranty or guarantee period, and expiration date for each warranty bond and service agreement; h. Procedures to be followed in the event of a failure; and i. Specific instances that might invalidate the warranty or bond. D. Submit digital copies of the documents to the Designer for review. E. Submit warranties, bonds and services agreements within 10 days after equipment or components placed in service. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Execution and Closeout Requirements CCIA Taxiway K Construction Project No. E16451 017000-3 11-25-2013 This page intentionally left blank ITEM SS -101 SAFETY PLAN COMPLIANCE DOCUMENT (SPCD) DESCRIPTION 101-1.1 The Contractor shall thoroughly review the approved Construction Safety and Phasing Plan (CSPP) and shall comply with approved CSPP. The Contractor shall certify such compliance by completing the attached SPCD and submitting to the Engineer for approval. SS -101-1 This page intentionally left blank Contractor Safety Plan Compliance Documents Owner Name: City of Corpus Christi Airport: Corpus Christi International Airport Project Description: Taxiway K Construction Contractor: Each item listed below corresponds to a specific section of the approved CSPP. The Contractor shall certify that he/she will comply with each section of the approved CSPP. Each certified section with a "no" response must be fully explained in an attachment to the SPCD. The document shall be signed and dated by a principle or owner in the Contractor's company. All other requested information shall be completed by the Contractor and submitted to the Engineer for approval as part of the SPCD. 1. Section 1 - Correspondence: This project shall be completed in accordance with Section 1 "Coordination" of the approved Construction Safety Plan Compliance Document. Owner: City of Corpus Chrisiti Contact: Phone: Engineer: Garver Project Manager: Josh Crawford, PE Phone: 512-485-0009 Project Engineer: Phone: Construction Observer: Phone: Materials Testing: Phone: Contractor: Project Manager: Phone: Superintendent: Phone: Subcontractors: Phone: LIST ALL SUBS Yes No 2. Section 2 - Phasing: This project shall be completed in accordance with Section 2 "Phasing" of the approved Construction Safety Plan Compliance Document. Yes No 3. Section 3 — Areas of Operations Affected by Construction Activity: This project shall be completed in accordance with Section 3 "Areas of Operations Affected by Construction Activity" of the approved Construction Safety Plan Compliance Document. Yes No SS -101-2 4. Section 4 — Protection of Navigational Aids (NAVAIDS): This project shall be completed in accordance with Section 4 "Protection of Navigational Aids (NAVAIDS)" of the approved Construction Safety Plan Compliance Document. Yes No 5. Section 5 — Contractor Access: This project shall be completed in accordance with Section 5 "Contractor Access" of the approved Construction Safety Plan Compliance Document. Yes No 6. Section 6 — Wildlife Management: This project shall be completed in accordance with Section 6 "Wildlife Management" of the approved Construction Safety Plan Compliance Document. Yes No 7. Section 7 — Foreign Object Debris (FOD) Management: This project shall be completed in accordance with Section 7 "Foreign Object Debris (FOD) Management" of the approved Construction Safety Plan Compliance Document. Yes No 8. Section 8 — Hazardous Materials (HAZMAT) Management: This project shall be completed in accordance with Section 8 "Hazardous Materials (HAZMAT) Management" of the approved Construction Safety Plan Compliance Document. Yes No 9. Section 9 — Notification of Construction Activities: This project shall be completed in accordance with Section 9 "Notification of Construction Activities" of the approved Construction Safety Plan Compliance Document. Yes No 10. Section 10 — Inspection Requirements: This project shall be completed in accordance with Section 10 "Inspection Requirements" of the approved Construction Safety Plan Compliance Document. Yes No 11. Section 11 — Underground Utilities: This project shall be completed in accordance with Section 11 "Underground Utilities" of the approved Construction Safety Plan Compliance Document. Yes No 12. Section 12 — Penalties: This project shall be completed in accordance with Section 12 "Penalties" of the approved Construction Safety Plan Compliance Document. Yes No 13. Section 13 — Special Conditions: This project shall be completed in accordance with Section 13 "Special Conditions" of the approved Construction Safety Plan Compliance Document. Yes No 14. Section 14 — Runway and Taxiway Visual Aids: This project shall be completed in accordance with 14 "Runway and Taxiway Visual Aids" of the approved Construction Safety Plan Compliance SS -101-3 Document. Yes No 15. Section 15 — Marking and Signs for Access Routes: This project shall be completed in accordance with Section 15 "Marking and Signs for Access Routes" of the approved Construction Safety Plan Compliance Document. Yes No 16. Section 16 — Hazard Marking and Lighting: This project shall be completed in accordance with Section 16 "Hazard Marking and Lighting" of the approved Construction Safety Plan Compliance Document. Yes No 17. Section 17 — Protection of Safety Areas, Object Free Areas, Object Free Zones, and Approach / Departure Surfaces: This project shall be completed in accordance with Section 17 "Protection of Safety Areas, Object Free Areas, Object Free Zones, and Approach / Departure Surfaces" of the approved Construction Safety Plan Compliance Document. Yes No 18. Section 18 — Other Limitations on Construction: This project shall be completed in accordance with Section 18 "Other Limitations on Construction" of the approved Construction Safety Plan Compliance Document. Yes No 19. Section 19 — Security Guard Requirements and Responsibilities: This project shall be completed in accordance with Section 19 "Security Guard Requirements and Responsibilities" of the approved Construction Safety Plan Compliance Document. Yes No I certify that, for the project identified herein, the responses to the foregoing items are correct as marked, and that I shall comply with the approved Construction Safety and Plan. Signed: Date: Contractors Authorized Representative Print Name and Title of Contractor's Representative END OF ITEM SS -101 SS -101-4 This page intentionally left blank ITEM SS -120 SITE PREPARATION DESCRIPTION 120-1.1 This item covers the preparation of the site for construction of the proposed improvements. The attention of the bidder is directed to the necessity for careful examination of the entire project site to determine, at the time of bid preparation, the full extent of work to be done under the item "Site Preparation." The entire job site shall be cleared of all man-made obstructions and debris, of whatever nature, and made ready in all respects for the construction of the proposed improvements. The item "Site Preparation" shall include: 1. Lighted Barricades and Closed Taxiway Markings 2. Contractor's Access/Haul Road 3. Contractor's Staging Areas 4. Airport Security Requirements 5. Airport Safety Requirements 6. Instrument Control 7. Removal and Disposal of Structures 8. Clean Up The item "Temporary Chain -Link Fencing" shall include: 1. Temporary Chain -Link Fencing CONSTRUCTION METHODS 120-2.1 LIGHTED BARRICADES AND CLOSED TAXIWAY MARKINGS. The Contractor shall furnish, install, maintain, and remove closed taxiway and lighted barricades in accordance with details on the plans and as directed by the Engineer. The lighted barricades shall be constructed and installed as shown on the plans. All lighted barricades and closed taxiway markings shall be constructed in accordance with AC 150/5370-2F Operational Safety on Airports During Construction. All work involved in the furnishing, installation, maintenance, and removal of lighted barricades and barrels will not be measured for separate payment, but will be considered subsidiary to the bid item "Site Preparation." 120-2.2 CONTRACTORS ACCESS/HAUL ROAD. The Contractor shall layout, construct, maintain, and repair all access/haul roads needed to construct the work. The existing access roads shown on the plans shall be repaired, as determined necessary by the Engineer, at the close of the project. All such work, including all materials and labor, involved in the layout, construction, maintenance, and repair of the Contractor's access/haul roads will not be measured for separate payment but will be considered subsidiary to the bid item "Site Preparation." Temporary pipe culverts shall be installed and maintained as required and shall be of the size as directed by the Engineer. The type of pipe used for temporary pipe shall be at the option of the Contractor. Temporary pipe culverts will not be measured for separate payment, but will be considered subsidiary to the access/haul road. All temporary pipe culverts shall be removed by the Contractor and shall remain his property at the close of the project. 120-2.3 CONTRACTORS STAGING AREAS. The areas designated in the plans or by the Engineer as the Contractor's staging area shall be cleared and graded by the Contractor as needed for use by the Contractor in constructing the work on this project. All areas used or otherwise occupied by the Contractor for his operations shall be cleaned, regraded, and seeded, as directed by the Engineer, prior to the final acceptance of the project by the Airport. All work involved in the preparation and restoration of areas used or occupied by the Contractor, including clearing, grubbing, regrading, seeding, and installing and removing temporary fence, will not be measured for separate payment but will be considered subsidiary to the bid item "Site Preparation." SS -120-1 120-2.4 AIRPORT SECURITY REQUIREMENTS. The Contractor shall abide by the Airport Security requirements that are outlined in the Construction Safety and Phasing Plan (CSPP) of the plans. Also included in this item is the requirement for security guards while Any costs associated with the Airport Security requirements will not be measured for separate payment but will be considered subsidiary to the bid item "Site Preparation." Contractors involved in construction as described in this specifications and plans will be required to follow the procedures listed below for security clearance during construction. 1. A pre -construction conference will be required with the Operations Manager, the Project Manager, the Construction Manager, the Chief of Public Safety, the Resident Project Representative and all Contractors involved. This meeting will be scheduled following the award of contract. 2. Contractors will be required to provide the following information to the operations Manager. This information is required for a security clearance check only. a. List employees who, at one time or another, will be working on the job site. b. Texas Driver's License numbers of those same employees, date of birth and race. c. List of vehicles and their respective license plates, which may be used on the job site. The Security precautions are an FAA and TSA requirement to the operation of the Airport. Any conflicts and/or problems in the area of security should be relayed by the Contractor to the Operations Manager. All efforts will be made by the airport staff to permit construction and security work in harmony. Samples of forms for security badges, background checks, letters of authorization, etc. are included for your familiarity. They follow FAA Advisory Circulars on Airport Safety. The Airport reserves the right to limit the number of badges issued to Contractor Personnel. 120-2.5 AIRPORT SAFETY REQUIREMENTS. The Contractor shall abide by the Airport Safety requirements that are outlined in the Construction Safety and Phasing Plan (CSPP) of the plans. All costs associated with the Airport Safety requirements will not be measured for separate payment but will be considered subsidiary to the bid item "Site Preparation." Airport Operations Area (AOA) The Airport Operations Area (AOA) shall be defined as any portion of the Airport property normally secured against unauthorized entry. The AOA includes all areas specifically reserved for the operations of the aircraft and aircraft support equipment and personnel. Generally, the AOA is defined by the Airport's outer security fencing and other security measures at the Airport's terminal building. Airport Safety Requirements and Restrictions The operations of all equipment, mobile or stationary, required for the construction of this project, including, but not restricted to construction equipment, delivered material, visitors, sales representatives, etc., shall be governed by the following regulations while operating within the landing areas or apron are at Corpus Christi International Airport. The term landing areas is defined as all runway and taxiways, plus 250 feet on either side of runways and 100 feet on either side of taxiways and a distance of 500 feet at the ends of all runways, and also include the apron area. 1. The Contractor shall submit plans to the Airport Operations Manager on how to comply with the safety plan included in the Appendix of this document. These plans must be approved by the Airport Operations Manager prior to issuance of a Notice to Proceed. This safety plan was developed in accordance with Advisory Circular No. 150/5370-2F, SS -120-2 "Operational Safety on Airports During Construction". 2. The Contractor shall be required to equip vehicles used by the superintendent and /or foreman on the project with a radio receiver/transmitter (s) for maintain direct communication with the FAA Air Traffic Control Tower (ATCT) at Corpus Christi International Airport. Communication will be required at a frequency of 121.9 MHz. Ground Control radio contact shall be required when construction operations are in the vicinity of, or when crossing any active runway, or apron, or as directed by the Operations Manager. The Contractor shall have an adequate number of radios to maintain communication in all areas of work. The Contractor and all personnel that will be working within the AOA shall complete the City's training course on communications, safety, etc. The Contractor shall assign a minimum of two people to assist in traffic coordination during construction work within the AOA. All vehicles on active taxiways and aprons must be escorted by badged Contractor Personnel with Contractor radio and ATCT ground control radio. Contractor shall be required to provide the cellular telephone number to the City Engineer, Airport Operations Manager and Airport Engineer. 3. The Contractor shall perform all temporary pavement markings and barricading in accordance with the attached FAA Advisory Circulars and Orders. 4. Work areas within the landing area, which are hazardous to aircraft, shall be outlined by yellow flags during the day and by battery-operated flasher -type red lights at night, except no flashers shall be placed which might cause confusion between the runway lights and the flasher placement. Flags and battery-operated red lights shall be maintained on all self- propelled equipment at all times during construction. Any equipment not complying with these specifications will be subject to removal from the job. 5. All Contractor's equipment and vehicles working in the landing areas and /or restricted area whether night or day, shall be marked with flashing safety beacons in accordance with FAA Advisory Circular No. 150/5370-2F. Equipment shall not be unattended at any time during construction in these specified areas. Any equipment not complying with these specifications will be subject to removal from the job. 6. All vehicles, equipment, materials, etc., not actually being used for construction purposes, will be restricted from the landing areas and shall be placed or parked in areas designated by Airport Personnel. 7. Material deliveries will be strictly controlled. No deliveries shall be made without prior instruction by the Contractor's representative. 8. No equipment will be operated nor will be permitted to cross -existing paved areas unless the equipment is pneumatic -tired, or until special means approved by the City have been provided to protect the pavement. 9. The Contractor shall provide barricades to restrict access from taxiways to the construction area. The barricade signs shall each be equipped with two flashing lights and shall be securely fastened to the pavement. 10. Any employee of the Contractor not considered by the City to be in suitable physical condition for the performance of this work will be promptly removed from Corpus Christi International Airport by the Aviation Department of Public Safety and will not be allowed to work on the project again. 11. Open trenches, excavation and stockpiled material will normally not be permitted within 250 of the centerline of active runways at air carrier airports and for runways having precision instrument approach. Any open trenches within the 250 -foot limit shall be covered SS -120-3 with steel plates capable of carrying air carrier traffic. The location of any stockpile material shall be coordinated with and approved by Airport Operations. 12. Flare pots will not be permitted for temporary lighting of pavement areas or to denote construction limits. 13. Construction equipment shall not exceed a height of 15 feet above the airport surface. The City will furnish a Safety Representative to insure that the Contractor's personnel and those operating the Contractor's vehicles, including those delivering materials, are at all times conforming to the requirements of these specifications. Refer to the attached FAA Advisory Circular 150/5370-2F for further information on Airport safety. Conflicts If conflicts arise between FAA General Provisions or requirements in this document with City General Provisions or requirements, FAA General Provisions and requirements will supersede. 120-2.6 INSTRUMENT CONTROL. The Contractor will be furnished survey baselines and benchmarks to control the work as shown on the Plans. The Contractor shall be responsible for the additional instrument control necessary to layout and construct the work. The Contractor shall provide the instrument control as provided for in Section 50 of the General Provisions. The Contractor's instrument control of the work shall not be measured for separate payment, but will be considered subsidiary to the bid item "Site Preparation". 120-2.7 REMOVAL AND DISPOSAL OF STRUCTURES. This work shall consist of the removal and satisfactory disposal of utility poles; signs, sign supports, sign foundations; curb and curb and gutter; fence; driveways; guardrail; retaining walls; sidewalks; Portland cement concrete or asphalt concrete pavements; manholes; drainage structures (including reinforced concrete channels, headwalls, and wingwalls); concrete or masonry foundations (including foundations of poles or signs to be removed) or slabs; concrete ducts and pipe culverts, all of which are not designated or permitted to remain or measured for separate payment elsewhere. The Contractor shall make his own estimate of the work required for the removal of structures which conflict with the proposed construction. All structures required to be removed may not be designated as such in the plans. The provisions of this section shall not apply to underground petroleum storage tanks. The attention of the bidder is directed to the necessity for careful examination of the entire site to determine, at the time of bid preparation, the full extent of work to be accomplished. The entire site shall be cleared of all man-made obstructions and debris, of whatever nature, and prepared in all respects for the construction. The Contractor shall not unnecessarily interfere with the use of any adjacent sidewalks, streets, or roads. Materials removed will become the property of the Contractor and shall be removed from the job site, unless specifically designated otherwise. All surface items such as curb, curb and gutter, driveways, parking areas, walks, steps, asphalt and PCC pavement, and walls shall be separated or broken away from the adjacent part of any structure designated to remain in place by a vertical saw cut along the line designated by the Engineer. The edge of the structure left in place shall be approximately vertical with no abrupt changes in alignment. Any damage to or removal of the structure designated to remain in place shall be repaired or replaced at no cost to the Owner. Holes, ditches, or other abrupt changes in elevation caused by the removal operations that could obstruct drainage or be considered hazardous or unsightly shall be backfilled, compacted, and left in a workmanlike condition. SS -120-4 Existing concrete ducts and parts thereof that interfere with the new construction shall be removed. Existing pipe culverts or parts thereof that interfere with the new construction shall be removed. Where existing pipe culverts are to be extended or otherwise incorporated into the new work, only such part of the existing structure shall be removed as to provide a proper connection to the new work. The connecting edges or joints shall be cut, chipped, and trimmed to the required lines and grades without weakening or damaging the part of the structure to be retained. For a pipe culvert extension, the headwall and the attached end joint of concrete pipe or the flared end section on all types of pipe shall be removed to accommodate the extension. This work will not be paid for directly but will be considered included in the items involved in the culvert extension. This item includes any additional construction required to connect existing pipes to the constructed drainage system. Trenches or voids resulting from the removal or demolition of existing culverts or other structures shall be filled with approved material placed in layers in accordance with embankment description in SS -140. Masonry and reinforced concrete foundations shall be obliterated, or if in fill sections, may be left in place if covered by not less than 2 feet of embankment. Concrete foundations for poles to be removed shall be obliterated to a depth of 2 feet below finished grade or as required to accommodate new construction. The removal and disposal of the existing ditch structures along the existing fence line shall be measured and paid for per each structure identified in the plans. The removal and disposal of the various items covered by this specification and not otherwise measured for separate payment, will be subsidiary to the bid item "Site Preparation". 120-2.8 CLEAN UP. From time to time, the Contractor shall clean up the site in order that the site presents a neat appearance and that the progress of work will not be impeded. One such clean up shall immediately precede final inspection. Immediately following acceptance of the work by the Owner, the Contractor shall remove all temporary equipment, surplus materials, and debris resulting from his operations, and leave the site in a condition fully acceptable to the Owner. 120-2.9 TEMPORARY CHAIN-LINK FENCE. Temporary chain-link fencing, as commonly used across the industry, approved by the OAR, and that adheres to the details in the plans, shall be erected as directed in the plans. Barbed wire shall be 2 -strand 12-1/2 gauge with 4 -point barbs. Temporary chain-link fence shall be installed according to the details in the plans. Fence installed within natural ground shall be post -driven. Fence installed within existing pavement shall be secured using sand- bags, water barrels or other method that does not damage existing pavement and is approved by the OAR. The fence shall be secured so that an individual cannot push over the fence. The temporary chain-link fence must be approved by the Transportation Security Administration (TSA). All costs associated with meeting the TSA requirements and approval shall be incorporated into the temporary fence bid item. The TSA will inspect the fence periodically for compliance. It is the Contractor's responsibility to maintain this temporary fence to the approval of the TSA throughout the duration of the project. The removal of temporary fence at the end of the project shall be considered subsidiary to temporary chain link -fence. Post holes within natural ground and all disturbed areas shall be filled with material to match the surrounding conditions and tamped flush with the surface. MEASUREMENT AND PAYMENT SS -120-5 120-3.1 Site preparation will be measured as a lump sum complete item. Work completed and accepted under this item will be paid for at the contract lump sum price bid for "Site Preparation," which price shall be full compensation for furnishing all labor, tools, equipment and incidentals necessary to complete the work. Periodic payments will be made under this item in proportion to the amount of work accomplished, as determined by the Engineer. 120-3.2 Temporary Chain-link fence will be measured for payment by the linear foot. Measurement will be along the top of the fence from center to center of end posts, excluding the length occupied by gate openings. Payment for temporary chain-link fence shall be full compensation for furnishing all materials, and for all preparation, erection, installation of these materials, removal of temporary fence, repair of post holes, and for all labor equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item SS -120-3.1 Site Preparation - per Lump Sum Item SS -120-3.2 Temporary Chain -Link Fence—per Linear Foot END OF ITEM SS -120 SS -120-6 ITEM SS -130 TRENCH AND EXCAVATION SAFETY SYSTEMS DESCRIPTION 130-1.1 This section covers trench and excavation safety system required for constructing improvements that necessitate open excavations on the project. All work under this item shall be in accordance with the current edition of the "Occupational Safety and Health Administration Standard for Excavation and Trenches Safety System, 29 CFR 1926, Subpart "P", a copy of which may be purchased from the Superintendent of Documents, U.S. Government Printing Office, Washington, D.C. 20402. NOTIFICATIONS REQUIRED 130-2.1 The Contractor, prior to beginning any excavation, shall notify the State Department of Labor (Safety Division) that work is commencing on a project with excavations greater than five feet. The Contractor shall notify all Utility Companies and Owners in accordance with OSHA Administration 29 CFR 1926.651(b)(2) for the purpose of locating utilities and underground installations. EXISTING STRUCTURES AND UTILITIES 130-3.1 Where the trench or excavation endangers the stability of a building, wall, street, highway, utilities or other installation, the Contractor shall provide support systems such as shoring, bracing, or underpinning to ensure the stability of such structure or utility. The Contractor may elect to remove and replace or relocate such structures or utilities with the written approval of the owner of the structure or utility and the Project Owner. MEASUREMENT AND PAYMENT 130-4.1 The work required by this item will be paid for at the lump sum price bid for "Trench and Excavation Safety Systems", which price shall be full compensation for furnishing all labor, tools, equipment and incidentals necessary to complete the work. After award of the contract, the Contractor shall submit to the Engineer a breakdown of cost for work involved in the lump sum price bid for "Trench and Excavation Safety Systems" and shall, with each periodic payment request, submit a certification by the Contractor's "competent person" as defined in Subpart "P" 1926.650(b) that the Contractor has complied with the provisions of "Occupational Safety and Health Administration Standard for Excavation and Trenches Safety System", 29 CFR 1926 Subpart P for work for which payment is requested. Periodic payments will be made under this item in proportion to the amount of work accomplished, as determined by the Engineer. Payment will be made under: Item SS -130-4.1 Trench and Excavation Safety Systems - per Lump Sum END OF ITEM SS -130 SS -130-1 This page intentionally left blank ITEM SS -140 DEMOLITION AND DISPOSAL DESCRIPTION 140-1.1 This item shall consist of the removal and satisfactory disposal of drainage structures (including reinforced concrete channels, headwalls, and wingwalls); concrete or masonry foundations (including foundations of poles or signs to be removed) or slabs; and concrete ducts and pipe culverts, all of which are not designated or permitted to remain. While an attempt has been made to outline all structures included in the plans, all structures required to be removed may not be designated as such in the plans. The Contractor shall make his own estimate of the work required for the removal of structures which conflict with the proposed construction. CONSTRUCTION METHODS 140-3.1 GENERAL: No demolition shall be started until the work has been laid out and approved by the Engineer. All material shall be disposed of off-site. All hauling and disposal will be considered a necessary and incidental part of the work. Hauling 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 hauling on any part of the work. All trees, stumps, roots, buried logs, brush, grass, and other unsatisfactory materials shall be removed, except where embankments exceeding 3-1/2 feet (105 cm) in depth are to be made outside of paved areas. In cases where such depth of embankments is to be made, all unsatisfactory materials shall be removed, but sound trees, stumps, and brush can be cut off within 6 inches (150 mm) above the ground and allowed to remain. Tap roots and other projections over 1-1/2 inches (37 mm) in diameter shall be grubbed out to a depth of at least 18 inches (45 cm) below the finished subgrade or slope elevation 140-3.2 UTILITY & DRAINAGE REMOVAL: Existing concrete ducts and parts thereof that interfere with the new construction shall be removed. Existing pipe culverts or parts thereof that interfere with the new construction shall be removed. When existing pipe culverts to be removed are connected to existing structures to remain, the existing structure shall be repaired. Payment for this repair shall be made under "Demolition and Disposal". Where existing pipe culverts are to be extended or otherwise incorporated into the new work, only such part of the existing structure shall be removed as to provide a proper connection to the new work. The connecting edges or joints shall be cut, chipped, and trimmed to the required lines and grades without weakening or damaging the part of the structure to be retained. For a pipe culvert extension, the headwall and the attached end joint of concrete pipe or the flared end section on all types of pipe shall be removed to accommodate the extension. This work will not be paid for directly but will be considered included in the items involved in the culvert extension. Trenches or voids resulting from the removal or demolition of existing culverts or other structures shall be filled with approved material placed in layers in accordance with Item P-152. Masonry and reinforced concrete foundations shall be obliterated, or if in fill sections, may be left in place if covered by not less than two feet of embankment. Concrete foundations for poles to be removed shall be obliterated to a depth of two feet below finished grade or as required to accommodate new construction. 140-3.3 HEADWALL, MANHOLES, SAFETY END TREATMENT AND INLET REMOVAL: Headwalls, manholes, safety end treatment and inlets shall be removed as shown on the plans. Trenches or voids resulting from the removal or demolition of existing structures shall be filled with approved material placed SS -140-1 in layers in accordance with Item P-152. At locations where existing pipe is to be re -connected after structure removal, the affected pipe shall be removed, at a minimum, to the nearest joint or further if required. The connecting edges or joints shall be cut, chipped, and trimmed to the required lines and grades without weakening or damaging the part of the structure to be retained. All connections to existing pipes shall be made at joints. New pipe segments shall be installed to provide a proper connection to the existing pipe. The new pipe shall match the size of the existing matching pipe. All connections shall be performed per D-701, Reinforced Concrete Pipe. METHOD OF MEASUREMENT 140-4.1 HEADWALL REMOVAL: This item shall be measured on the basis of the number of headwalls removed. This item includes removal and disposal of the structure and the filling of any voids or repairing of any damage caused in the removal. Any pavement or structure removed outside the limits of removal because of negligence on the part of the Contractor shall not be included in the measurement for payment. 140-4.2 SAFETY END TREATMENT REMOVAL: This item shall be measured on the basis of the number of safety end treatments removed. This item includes removal and disposal of the structure and the filling of any voids or repairing of any damage caused in the removal. Any pavement or structure removed outside the limits of removal because of negligence on the part of the Contractor shall not be included in the measurement for payment. 140-4.3 CONCRETE SLOPE PROTECTION REMOVAL: This item shall be measured on the basis of the area in square yards of concrete slope protection removed. This item includes removal and disposal of the concrete and the filling of any voids or repairing of any damage caused in the removal. Any pavement or structure removed outside the limits of removal because of negligence on the part of the Contractor shall not be included in the measurement for payment. 140-4.4 PIPE REMOVAL: This item shall be measured on the basis of the linear feet of pipe removed. This item includes removal and disposal of the structure and the filling of any voids or repairing of any damage caused in the removal. Any pavement or structure removed outside the limits of removal because of negligence on the part of the Contractor shall not be included in the measurement for payment. BASIS OF PAYMENT 140-5.1 Payment shall be made at the unit bid price for the unit of measurement specified above. This price shall be full compensation for furnishing all labor, tools, equipment and incidentals necessary to complete the work. Payment will be made under: Item SS -140-5.1 Headwall Removal — per Each Item SS -140-5.2 Safety End Treatment Removal — Per Each Item SS -140-5.3 Concrete Slope Protection Removal — per Square Yard Item SS -140-5.4 Pipe Removal — per Linear Foot END OF ITEM SS -140 SS -140-2 AC 150/5370-1OG 7/21/2014 ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS DESCRIPTION 701-1.1 This item shall consist of the construction of pipe culverts and storm drains in accordance with these specifications and in reasonably close conformity with the lines and grades shown on the plans. MATERIALS 701-2.1 Materials shall meet the requirements shown on the plans and specified below. All reinforced concrete pipe shall be Class IV pipe unless otherwise denoted on the plans. No pick -eye holes will be allowed. 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: ASTM C76 Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe ASTM C1433 Standard Specification for Precast Reinforced Concrete Monolithic Box Sections for Culverts, Storm Drains, and Sewers 701-2.3 CONCRETE. Concrete for pipe cradles shall conform to the requirements set forth in Item P- 610 Structural Portland Cement Concrete. have a minimum compressive strength of 2000 psi at 28 days and conform to the requirements of ASTM C9,1. 701-2.4 RUBBER GASKETS. Rubber gaskets for rigid pipe shall conform to the requirements of ASTM C443. Rubber gaskets for PVC pipe, polyethylene, and polypropylene pipe shall conform to the requirements of ASTM F477. Rubber gaskets for zinc -coated steel pipe and precoated galvanized pipe shall conform to the requirements of ASTM D1056, for the "RE" closed cell grades. Rubber gaskets for steel reinforced thermoplastic ribbed pipe shall conform to the requirements of ASTM F477. 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 C150, Type 1. The sand shall conform to the requirements of ASTM C144. 701-2.6 JOINT FILLERS. Poured filler for joints shall conform to the requirements of ASTM D6690. 701-2.7 PLASTIC GASKETS. Plastic gaskets shall conform to the requirements of AASHTO M198 (Type B). 701-2.8. CONTROLLED LOW STRENGTH MATERIAL (CLSM). CLSM is not allowed. 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 on each side. The trench walls shall be approximately vertical. The Contractor shall comply with all current Federal, state and local rules and regulations governing the safety of men and materials during the excavation, installation and backfilling operations. Specifically, the Contractor shall observe that all requirements of the Occupational Safety and Health Administration D-701-1 AC 150/5370-10G 7/21/2014 (OSHA) relating to excavations, trenching and shoring are strictly adhered to. The width of the trench shall be sufficient to permit satisfactorily jointing of the pipe and thorough compaction of the bedding material under the pipe and backfill material around the pipe, but it shall not be greater than the widths shown on the plans trench detail. The trench bottom shall be shaped to fully and uniformly support the bottom quadrant of the pipe. 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 8 inch or 1/2 inch for each foot of fill over the top of the pipe (whichever is greater) but for no more than three-quarters of the nominal diameter of the pipe. The excavation below grade shall be backfilled with selected fine compressible material, such as silty clay or loam, and lightly compacted in layers not over 6 inches in uncompacted depth to form a uniform but yielding foundation. Where a firm foundation is not encountered at the grade established, due to soft, spongy, or other unstable soil, the unstable soil shall be removed and replaced with approved granular material for the full trench width. The Engineer shall determine the depth of removal necessary. The granular material shall be compacted to provide adequate support for the pipe. The excavation for pipes placed in embankment fill shall not be made until the embankment has been completed to a height above the top of the pipe as shown on the plans. 701-3.2 BEDDING. The pipe bedding shall conform to the class specified on the plans. The bedding surface for the pipe shall provide a firm foundation of uniform density throughout the entire length of the pipe. When no bedding class is specified or detailed on the plans, the requirements for Class C bedding shall apply. a. Rigid Pipe. Class A bedding shall consist of a continuous concrete cradle conforming to the plan details. Class B bedding shall consist of a bed of granular material having a thickness of at least 6 inches below the bottom of the pipe and extending up around the pipe for a depth of not less than 50% 30% of the pipe's vertical outside diameter. The layer of bedding material shall be shaped to fit the pipe for at least 50%1-0% of the pipe's vertical diameter and shall have recesses shaped to receive the bell of bell and spigot pipe. The bedding material shall be number 57 stone as defined in ASTM C 33 or approved equal. sand or select sandy soil witch 1-00% pass -ha -1g a 3/8 iesq siege arm nst mere 1-0% passing a No. 200 sieve. Class C bedding shall consist of bedding the pipe in its natural foundation material to a depth of not less than 10% of the pipe's vertical outside diameter. The bed shall be shaped to fit the pipe and shall have recesses shaped to receive the bell of bell and spigot pipe. b. Flexible Pipe. For flexible pipe, the bed shall be roughly shaped to fit the pipe, and a bedding blanket of sand or fine granular material shall be provided as follows: Pipe Corrugation Depth Minimum Bedding Depth inch inch 1/2 1 1 2 2 3 2-1/2 3-1/2 D-701-2 AC 150/5370-10G 7/21/2014 c. PVC, Polyethylene, and Polypropylene Pipe. For PVC, polyethylene, and polypropylene pipe, the bedding material shall consist of coarse sands and gravels with a maximum particle size of 3/4 inches. For pipes installed under paved areas, no more than 12% of the material shall pass the No. 200 (0.075 mm) sieve. For all other areas, no more than 50% of the material shall pass the No. 200 (0.075 mm) sieve. The bedding shall have a thickness of at least 6 inches below the bottom of the pipe and extend up around the pipe for a depth of not less than 50% of the pipe's vertical outside diameter. 701-3.3 LAYING PIPE. The pipe laying shall begin at the lowest point of the trench and proceed upgrade. The lower segment of the pipe shall be in contact with the bedding throughout its full length. Bell or groove ends of rigid pipes and outside circumferential laps of flexible pipes shall be placed facing upgrade. Paved or partially lined pipe shall be placed so that the longitudinal center line of the paved segment coincides with the flow line. Elliptical and elliptically reinforced concrete pipes shall be placed with the manufacturer's reference lines designating the top of the pipe within five degrees of a vertical plane through the longitudinal axis of the pipe. 701-3.4 JOINING PIPE. Joints shall be made with (1) Portland cement mortar, (2) Portland cement grout, (3) rubber gaskets, (4) 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 for grouted joints 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 so the ends are fully entered and the inner surfaces are reasonably flush and even. Joints shall be thoroughly wetted before applying mortar or grout. b. Metal Pipe. Metal pipe shall be firmly joined by form -fitting bands conforming to the requirements of ASTM A760 for steel pipe and AASHTO M196 for aluminum pipe. c. PVC, Polyethylene, and Polypropylene Pipe. Joints for PVC, Polyethylene, and Polypropylene pipe shall conform to the requirements of ASTM D3212 when water tight joints are required. Joints for PVC and Polyethylene pipe shall conform to the requirements of AASHTO M304 when soil tight joints are required. Fittings for polyethylene pipe shall conform to the requirements of AASHTO M252 or ASTM M294. Fittings for polypropylene pipe shall conform to ASTM F2881, ASTM F2736, or ASTM F2764. 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 or granular material selected from the excavation or a source of the Contractor's choosing. It shall not contain frozen lumps, stones that would be retained on a 2 -inch (50 mm) sieve, chunks of highly plastic clay, or other objectionable material. Granular backfill material shall have 95% or more passing a 1/2 inch sieve, with 95% or more being retained on the 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 on each side of the pipe and shall be brought up one foot above the top of D-701-3 AC 150/5370-10G 7/21/2014 the pipe or to natural ground level, whichever is greater. Thoroughly compact the backfill material under the haunches of the pipe without displacing the pipe. Material shall be brought up evenly on each side of the pipe for the full length 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 and shall be brought up evenly on each side of the pipe to one foot 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 or 12 feet, whichever is less. For PVC, polyethylene, and polypropylene pipe, the backfill shall be placed in two stages; first to the top of the pipe and then at least 12 inches over the top of the pipe. The backfill material shall meet the requirements of paragraph 701-3.2c. All backfill shall be compacted to the density required under Item P-152. It shall be the Contractor's responsibility to protect installed pipes and culverts from damage due to construction equipment operations. The Contractor shall be responsible for installation of any extra strutting or backfill required to protect pipes from the construction equipment. METHOD OF MEASUREMENT 701-4.1 The length of pipe shall be measured in linear feet 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. 701-4.3 The volume of Class B bedding shall not be measured for separate payment. BASIS OF PAYMENT 701-5.1 Payment will be made at the contract unit price per linear foot for each kind of reinforced concrete pipe of the type and size designated and completed in place. This price 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. 701-5.2 Payment for Class B Bedding shall not be paid for separately, but shall be considered subsidiary to all pipe that has been installed and approved by the Engineer. Payment will be made under: Item D -701-5.1a 12" Reinforced Concrete Pipe (Class IV) — per Linear Foot MATERIAL REQUIREMENTS AASHTO M198 Standard Specification for Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants ASTM C76 Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe D-701-4 AC 150/5370-1OG 7/21/2014 ASTM C94 Standard Specification for Ready Mixed Concrete ASTM C144 Standard Specification for Aggregate for Masonry Mortar ASTM C150 Standard Specification for Portland Cement ASTM C443 Standard Specification for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets ASTM D1056 Standard Specification for Flexible Cellular Materials Sponge or Expanded Rubber ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings ASTM D3212 Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals ASTM D6690 Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements ASTM F477 Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe ASTM F667 Standard Specification for 3 through 24 in. Corrugated Polyethylene Pipe and Fittings ASTM F949 Standard Specification for Poly (Vinyl Chloride) (PVC) Corrugated Sewer Pipe With a Smooth Interior and Fittings END ITEM D-701 D-701-5 AC 150/5370-1OG 7/21/2014 Page Intentionally Left Blank D-701-6 AC 150/5370-1OG 7/21/2014 ITEM D-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 BRICK. The brick shall conform to the requirements of ASTM C32, Grade MS. 751-2.2 MORTAR. Mortar shall consist of one part Portland cement and two parts sand. The Portland cement shall conform to the requirements of ASTM C150, Type I. The sand shall conform to the requirements of ASTM C144. 751-2.3 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. 751-2.4 PRECAST CONCRETE PIPE MANHOLE RINGS. Precast concrete pipe manhole rings shall conform to the requirements of ASTM C478. Unless otherwise specified, the risers and offset cone sections shall have an inside diameter of not less than 36 inches nor more than 48 inches. There shall be a gasket between individual sections and sections cemented together with mortar on the inside of the manhole. 751-2.5 CORRUGATED METAL. Corrugated metal shall conform to the requirements of American Association of State Highway and Transportation Officials (AASHTO) M36. 751-2.6 FRAMES, COVERS, AND GRATES. The castings shall conform to one of the following requirements: a. ASTM A48 b. ASTM A47 c. ASTM A27 d. ASTM A283 e. ASTM A536 f. ASTM A897 Gray iron castings Malleable iron castings Steel castings Grade D: Structural steel for grates and frames Grade 65-45-12: Ductile iron castings Austempered ductile iron castings 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 A123. 751-2.7 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. 751-2.8 PRECAST INLET STRUCTURES. Manufactured in accordance with and conforming to ASTM C1433. D-751-1 AC 150/5370-10G 7/21/2014 CONSTRUCTION METHODS 751-3.1 UNCLASSIFIED EXCAVATION. a. The Contractor shall excavate for structures and 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 structure footings shown. The elevations of the bottoms of footings, as shown on the plans, shall be considered as approximately only; and the Engineer may direct, in writing, changes in dimensions or elevations of footings necessary for a satisfactory foundation. b. Boulders, logs, or any other objectionable material encountered in excavation shall be removed. All rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped, or serrated, as directed by the Engineer. All seams or crevices shall be cleaned out and grouted. All loose and disintegrated rock and thin strata shall be removed. Where concrete will rest on a surface other than rock, the bottom of the excavation shall not be disturb and excavation to final grade shall not be made until immediately before the concrete or reinforcing is 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. All 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 not disturb or damage finished masonry. The cost of removal shall be included in the unit price bid for the structure. e. After excavation is completed for each structure, the Contractor shall notify the Engineer. No concrete or reinforcing steel shall be placed until the Engineer has approved the depth of the excavation and the character of the foundation material. 751-3.2 BRICK STRUCTURES. a. Foundations. A prepared foundation shall be placed for all brick structures after the foundation excavation is completed and accepted. Unless otherwise specified, the base shall consist of reinforced concrete mixed, prepared, and placed in accordance with the requirements of Item P-610. b. Laying Brick. All brick shall be clean and thoroughly wet before laying so that they will not absorb any appreciable amount of additional water at the time they are laid. All brick shall be laid in freshly made mortar. Mortar not used within 45 minutes after water has been added shall be discarded. Retempering of mortar shall not be permitted. An ample layer of mortar shall be spread on the beds and a shallow furrow shall be made in it that can be readily closed by the laying of the brick. All bed and head joints shall be filled solid with mortar. End joints of stretchers and side or cross joints of headers shall be fully buttered with mortar and a shoved joint made to squeeze out mortar at the top of the joint. Any bricks that may be loosened after the mortar has taken its set, shall be removed, cleaned, and relaid with fresh mortar. No broken or chipped brick shall be used in the face, and no spalls or bats shall be used except where necessary to shape around irregular openings or edges; in which case, full bricks shall be placed at ends or corners where possible, and the bats shall be used in the interior of the course. In making closures, no piece of brick shorter than the width of a whole brick shall be used; and wherever practicable, whole brick shall be used and laid as headers. c. Joints. All joints shall be filled with mortar at every course. Exterior faces shall be laid up in advance of backing. Exterior faces shall be plastered or parged with a coat of mortar not less than 3/8 inch thick before the backing is laid up. Prior to parging, all joints on the back of face courses shall be cut flush. Unless otherwise noted, joints shall be not less than 1/4 inch nor more than 1/2 inch wide and the selected joint width shall be maintained uniform throughout the work. D-751-2 AC 150/5370-10G 7/21/2014 d. Pointing. Face joints shall be neatly struck, using the weather -struck joint. All joints shall be finished properly as the laying of the brick progresses. When nails or line pins are used, the holes shall be immediately plugged with mortar and pointed when the nail or pin is removed. e. Cleaning. Upon completion of the work, all exterior surfaces shall be thoroughly cleaned by scrubbing and washing with water. If necessary to produce satisfactory results, cleaning shall be done with a 5% solution of muriatic acid which shall then be rinsed off with liberal quantities of water. f. Curing and Cold Weather Protection. The brick masonry shall be protected and kept moist for at least 48 hours after laying the brick. Brick masonry work or pointing shall not be done when there is frost on the brick or when the air temperature is below 50°F unless the Contractor has, on the project ready to use, suitable covering and artificial heating devices necessary to keep the atmosphere surrounding the masonry at a temperature of not less than 60°F for the duration of the curing period. 751-3.3 CONCRETE STRUCTURES. Concrete structures shall be built on prepared foundations, conforming to the dimensions and shape indicated on the plans. The construction shall conform to the requirements specified in Item P-610. Any reinforcement required shall be placed as indicated on the plans and shall be approved by the Engineer before the concrete is placed. All invert channels shall be constructed and shaped accurately to be smooth, uniform, and cause minimum resistance to flowing water. The interior bottom shall be sloped to the outlet. 751-3.4 PRECAST CONCRETE PIPE STRUCTURES. Precast concrete structures shall conform to ASTM C478. Precast concrete structures shall be constructed on prepared or previously placed slab foundations conforming to the dimensions and locations shown on the plans. All precast concrete sections necessary to build a completed structure shall be furnished. The different sections shall fit together readily. Joints between precast concrete risers and tops shall be full -bedded in cement mortar and shall be smoothed to a uniform surface on both interior and exterior of the structure. The top of the upper precast concrete section shall be suitably formed and dimensioned 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 smooth, uniform, and cause minimum resistance to flow. The metal steps that are embedded or built into the side walls shall be aligned and placed at vertical intervals of 12 inches . When a metal ladder replaces the steps, it shall be securely fastened into position. 751-3.5 CORRUGATED METAL STRUCTURES. Corrugated metal structures shall be prefabricated. All standard or special fittings shall be furnished to provide pipe connections or branches with the correct dimensions and of sufficient length to accommodate connecting bands. The fittings shall be welded in place to the metal structures. The top of the metal structure shall be designed so that either a concrete slab or metal collar may be attached to allow the fastening of a standard metal frame and grate or cover. Steps or ladders shall be furnished as shown on the plans. Corrugated metal structures shall be constructed on prepared foundations, conforming to the dimensions and locations as shown on the plans. When indicated, the structures shall be placed on a reinforced concrete base. 751-3.6 INLET AND OUTLET PIPES. Inlet and outlet pipes shall extend through the walls of the structures a sufficient distance beyond the outside surface to allow for connections. They shall be cut off flush with the wall on the inside surface of the structure, unless otherwise directed. For concrete or brick structures, mortar shall be placed around these pipes to form a tight, neat connection. 751-3.7 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 Engineer, and shall be set true to line and elevation. If frames or fittings are to be set in concrete or cement mortar, all anchors or bolts shall be in place before the concrete or mortar is placed. The unit shall not be disturbed until the mortar or concrete has set. D-751-3 AC 150/5370-10G 7/21/2014 When frames or fittings are placed on previously constructed masonry, the bearing surface of the masonry shall be brought true to line and grade and shall present an even bearing surface so 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 indicated on the plans or as directed by the Engineer. All units shall set firm and secure. After the frames or fittings have been set in final position, the concrete or mortar shall be allowed to harden for seven (7) days before the grates or covers are placed and fastened down. 751-3.8 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 placed. When the steps are installed in brick masonry, they shall be placed as the masonry is being built. The steps shall not be disturbed or used until the concrete or mortar has hardened for at least seven (7) days. After seven (7) days, the steps shall be cleaned and painted, unless they have been galvanized. When steps are required with precast concrete structures, they shall be cast into the side of the sections at the time the 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. Instead of steps, prefabricated ladders may be installed. For brick or concrete structures, the ladder shall be held in place by grouting the supports in drilled holes. For metal structures, the ladder shall be secured by welding the top support to the structure and grouting the bottom support into drilled holes in the foundation or as directed by the Engineer. 751-3.9 BACKFILLING. a. After a structure has been completed, the area around it shall be backfilled with approved material, in horizontal layers not to exceed 8 inches in loose depth, and compacted to the density required in Item P-152. Each layer shall be deposited evenly around the structure to approximately the same elevation. The top of the fill shall meet the elevation shown on the plans or as directed by the Engineer. b. Backfill shall not be placed against any structure until approved by the Engineer. For concrete structures, approval shall not be given until the concrete has been in place seven (7) days, or until tests establish that the concrete has attained sufficient strength to withstand any pressure created by the backfill and placing methods. c. Backfill shall not be measured for direct payment. Performance of this work shall be considered an 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 approved by the Engineer. The Contractor shall restore all disturbed areas to their original condition. The Contractor shall remove all tools and equipment, leaving the entire site free, clear, and in good condition. METHOD OF MEASUREMENT 751-4.1 Manholes, catch basins, inlets, and inspection holes shall be measured by the unit for each type, completed and accepted. 751-4.2 Reinforcing steel shall not be measured for separate payment but shall be considered subsidiary to the structure in which it is contained. D-751-4 AC 150/5370-1OG 7/21/2014 BASIS OF PAYMENT 751-5.1 The accepted quantities of manholes, catch basins, inlets, and inspection holes 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 -751-5.1a 7' X 4' Standard Double Grate Inlet— per Each MATERIAL REQUIREMENT ASTM A27 Standard Specification for Steel Castings, Carbon, for General Application ASTM A47 Standard Specification for Ferritic Malleable Iron Castings ASTM A48 Standard Specification for Gray Iron Castings ASTM A123 Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products ASTM A283 Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates ASTM A536 Standard Specification for Ductile Iron Castings ASTM A897 Standard Specification for Austempered Ductile Iron Castings ASTM C32 Standard Specification for Sewer and Manhole Brick (Made from Clay or Shale) ASTM C144 Standard Specification for Aggregate for Masonry Mortar ASTM C150 Standard Specification for Portland Cement ASTM C478 Standard Specification for Precast Reinforced Concrete Manhole Sections ASTM C1433 Standard Specification for Precast Reinforced Concrete Monolithic Box Sections for Culverts, Storm Drains, and Sewers AASHTO M36 Standard Specification for Corrugated Steel Pipe, Metallic -Coated, for Sewers and Drains END OF ITEM D-751 D-751-5 AC 150/5370-1OG 7/21/2014 Page Intentionally Left Blank D-751-6 AC 150/5370-1OG 7/21/2014 ITEM D-752 CONCRETE CULVERTS, HEADWALLS, AND MISCELLANEOUS DRAINAGE STRUCTURES DESCRIPTION 752-1.1 This item shall consist of reinforced concrete culverts, headwalls, and miscellaneous drainage structures constructed in accordance with these specifications, at the specified locations and conforming to the lines, grades, and dimensions shown on the plans or required by the Engineer. MATERIALS 752-2.1 CONCRETE. Reinforced concrete shall meet the requirements of Item P-610. CONSTRUCTION METHODS 752-3.1 UNCLASSIFIED EXCAVATION. a. Trenches and foundation pits for structures or structure footings shall be excavated to the lines and grades and elevations shown on the plans. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure footings shown. The elevations of the bottoms of footings, as shown on the plans, shall be considered as approximate only; and the Engineer may approve, in writing, changes in dimensions or elevations of footings necessary to secure a satisfactory foundation. b. Boulders, logs, or any other objectionable material encountered in excavation shall be removed. All rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped, or serrated, as directed by the Engineer. All seams or crevices shall be cleaned out and grouted. All loose and disintegrated rock and thin strata shall be removed. When concrete will rest on a surface other than rock, the bottom of the excavation shall not be disturbed and excavation to final grade shall not be made until immediately before the concrete or reinforcing steel is placed. c. The Contractor shall do all bracing, sheathing, or shoring necessary to perform and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheathing, or shoring shall be included in the unit price bid for excavation. d. All bracing, sheathing, or shoring shall be removed by the Contractor after the completion of the structure. Removal shall be not disturb or damage the finished concrete. The cost of removal shall be included in the unit price bid for excavation. e. After each excavation is completed, the Contractor shall notify the Engineer. No concrete or reinforcing steel shall be placed until the Engineer has approved the depth of the excavation and the character of the foundation material. 752-3.2 BACKFILLING. a. After a structure has been completed, backfilling with approved material shall be accomplished by applying the fill in horizontal layers not to exceed 8 inches in loose depth, and compacted. The field density of the compacted material shall be at least 90% of the maximum density for cohesive soils and 95% of the maximum density for noncohesive soils. The maximum density shall be determined in accordance with ASTM D698. The field density shall be determined in accordance with ASTM D1556. b. No backfilling shall be placed against any structure until approved by the Engineer. For concrete, approval shall not be given until the concrete has been in place seven (7) days, or until tests establish that the concrete has attained sufficient strength to withstand any pressure created by the backfill or the placement methods. D-752-1 AC 150/5370-10G 7/21/2014 c. Fill placed around concrete culverts shall be deposited on each side at the same time and to approximately the same elevation. All slopes bounding or within the areas to be backfilled shall be stepped or serrated to prevent wedge action against the structure. d. Backfill will not be measured for direct payment. Performance of this work shall be considered as a subsidiary obligation of the Contractor, covered under the item in which itis contained. s 752-3.3 WEEP HOLES. Weep holes shall be constructed as shown on the plans. 752-3.4 CLEANING AND RESTORATION OF SITE. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankment, shoulders, or as approved by the Engineer. The Contractor shall restore all disturbed areas to their original condition. The Contractor shall remove all tools and equipment, leaving the entire site free, clear, and in good condition. METHOD OF MEASUREMENT accepted. In computing the yardage of concrete for payment, the dimensions used shall bo thoso shown a ma ma yardage shall be made for the volumes of reinforcing steel or embedded items. shown on the plans, complete in place and accepted. The unit weight used for deformed bars shale weight of plain square or round bars, as the case may be, of equal nominal size. 752-4.1 Concrete culverts, headwalls, and miscellaneous drainage structures shall be measured by the unit, completed in place and accepted. 752-4.2 Reinforcing steel shall not be measured for separate payment but shall be considered subsidiary to the structure in which it is contained. BASIS OF PAYMENT 752-5.1 Payment will be made at the contract unit price per each for headwalls of the type specified • _ _ This price shall be full compensation for furnishing all materials and for all preparation, excavation, and placing 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 plan; and for all labor, equipment, tools, and incidentals necessary to complete the structure. 752-5.2 Payment will be made at the contract unit price per linear foot for reinforced box culverts extensions of the size specified. This price shall be full compensation for furnishing all materials and for all preparation, excavation, and placing the materials, furnishing and installation of such specials and connections to pipes and other structures as may be required to complete the item as D-752-2 AC 150/5370-10G 7/21/2014 shown on the plan; and for all labor, equipment, tools, and incidentals necessary to complete the structure. 752-5.3 Payment will be made at the contract unit price per each for safety end treatment of the type specified. This price shall be full compensation for furnishing all materials and for all preparation, excavation, and placing 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 plan; and for all labor, equipment, tools, and incidentals necessary to complete the structure. Payment will be made under: Item D -752-5.1a Item D -752-5.1b Item D -752-5.2a Item D -752-5.2b Concrete Headwall Type FW -0 (1-4' X 2) - per Each Concrete Headwall Type FW -0 (3-4' X 2) - per Each 1 - 4' X 2' Reinforced Concrete Box Culvert - per Linear Foot 3- 4' X 2' Reinforced Concrete Box Culverts Extensions - per Linear Foot Item D -752-5.3a 2-12" Safety End Treatment Type SETP-PD (6:1) - per Each Item D -752-5.3b 2-12" Safety End Treatment Type SETP-PD (4:1) - per Each TESTING REQUIREMENTS ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ib/ft3 (600 kN-m/m3)) ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand- Cone Method END OF ITEM D-752 D-752-3 AC 150/5370-1OG 7/21/2014 Page Intentionally Left Blank D-752-4 AC 150/5370-1 OG 7/21/2014 ITEM D-754 CONCRETE GUTTERS, DITCHES, AND FLUMES DESCRIPTION 754-1.1 This item shall consist of Portland cement concrete gutters, ditches, and flumes constructed in accordance with these specifications at the specified locations in accordance with the dimensions, lines, and grades as shown on the plans. MATERIALS 754-2.1 CONCRETE. Plain and reinforced concrete shall meet the requirements of Item P-610. 754-2.2 JOINTS. Joint filler materials and premolded joint material shall conform to Item P-610. 754-2.3 POROUS BACKFILL. Porous backfill shall meet the following requirements in the table below for granular material requirements. Table 1 Testing Requirements Property Test Method Specification Limit Liquid Limit Tex -104-E <_ 45 Plasticity Index (PI) Tex -106-E <_ 15 Bar Linear Shrinkage Tex -107-E >_ 2 CONSTRUCTION METHODS 754-3.1 PREPARING SUBGRADE. Excavation shall be made to the required width and depth, and the subgrade upon which the item is to be built shall be compacted to a firm uniform grade. All soft and unsuitable material shall be removed and replaced with suitable approved material. When required, a layer of approved granular material, compacted to the thickness indicated on the plans, shall be placed to form a subbase. The underlying course shall be checked and accepted by the Engineer before placing and spreading operations are started. 754-3.2 PLACING. The forms and the mixing, placing, finishing, and curing of concrete shall conform to the requirements of Item P-610 and the following requirements. The concrete shall be tamped until it is consolidated and mortar covers the top surface. The surface of the concrete shall be floated smooth and the edges rounded to the radii shown on the plans. Before the concrete is given the final finishing, the surface shall be tested with a 12 -foot straightedge, and any irregularities of more than 1/4 inch in 12 -feet shall be eliminated. The concrete shall be placed with dummy -grooved joints not to exceed 25 feet apart and no section shall be less than 4 feet long. Expansion joints of the type called for in the plans shall be constructed to replace dummy groove joints at spacings of approximately 100 feet. When the gutter is placed next to concrete pavement, expansion joints in the gutter shall be located opposite expansion joints in the pavement. When a gutter abuts a pavement or other structure, an expansion joint shall be placed between the gutter and the other structure. Forms shall not be removed within 24 hours after the concrete has been placed. Minor defects shall be repaired with mortar containing one (1) part cement and two (2) parts fine aggregate. Depositing, compacting, and finishing the item shall be conducted to build a satisfactory structure. If any section of concrete is found to be porous, or is otherwise defective, it shall be removed and replaced by the Contractor without additional compensation. D-754-1 AC 150/5370-10G 7/21/2014 754-3.3 BACKFILLING. After the concrete has set sufficiently, the spaces adjacent to the structure shall be refilled to the required elevation with material specified on the plans and compacted by mechanical equipment to at least 90% of the maximum density as determined by ASTM D698. The in-place density shall be determined in accordance with ASTM D1556. 754-3.4 CLEANING AND RESTORATION OF SITE. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankments, shoulders, or as ordered by the Engineer. The Contractor shall restore all disturbed areas to their original condition. The Contractor shall remove all tools and equipment, leaving the entire site free, clear and in good condition. Performance of the work described in this section shall be considered as a subsidiary obligation of the Contractor, covered under the contract unit price for the structure. METHOD OF MEASUREMENT 754-4.1 Concrete shall be measured by the fid—square yard of concrete slope protection completed in place and accepted of the specified thickness in accordance with the dimensions shown on the plans or ordered by the Engineer. Construction of toe walls will not be measured for separately but considered subsidiary to concrete slope protection. No deductions shall be made for the volume occupied by reinforcing steel, anchors, conduits, weep holes, or piling. 754-4.2 Concrete pilot channel shall be measured by the square yard in accordance with the dimensions shown on the plans or ordered by the Engineer. No deductions shall be made for the volume occupied by reinforcing steel, thickened edges, anchors, conduits, weep holes, or piling. 754-4.2 Reinforcing steel shall not be measured for separate payment but shall be considered subsidiary to the structure in which it is contained. 754-4.3 Porous backfill shall not be measured for separate payment but shall be considered subsidiary to the structure in which it is contained. BASIS OF PAYMENT 754-5.1 The accepted quantities of structural concrete will be paid for at the contract unit price for concrete slope protection of the thickness specified per cubic yard square yard complete in place. in place. No allowance shall be made for clips, wire, or other material used for fastening reinforcement in place. 754-5.2 Payment shall be made at contract unit price for the unit of measurement as specified above. This price shall be full compensation for furnishing all materials and for all preparation, hauling, and placing of the material and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item D-754-5.1 Item D-754-5.2 Concrete Slope Protection (5") — per Square Yard Concrete Pilot Channel (6") — per Square Yard D-754-2 AC 150/5370-10G 7/21/2014 ASTM D698 ASTM D1556 TESTING REQUIREMENTS Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ib/ft3 (600 kN-m/m3)) Standard Test Method for Density and Unit Weight of Soil in Place by the Sand- Cone Method END OF ITEM D-754 D-754-3 AC 150/5370-1OG 7/21/2014 Page Intentionally Left Blank D-754-4 AC 150/5370-1OG 7/21/2014 ITEM P-101 SURFACE PREPARATION DESCRIPTION 101-1.1 This item shall consist of preparation of existing pavement surfaces for overlay, removal of existing pavement, and other miscellaneous items. The work shall be accomplished in accordance with these specifications and the applicable drawings. 101-1.2 Limits of pavement removal, pavement repair, joint and crack repair, paint and rubber removal, and cold planing are estimated in the plans. Actual limits of these items shall be coordinated with the Engineer prior to construction. EQUIPMENT 101-2.1 All equipment shall be specified hereinafter or as approved by the Engineer. The equipment shall not cause damage to the pavement to remain in place. CONSTRUCTION 101-3.1 REMOVAL OF EXISTING PAVEMENT a. Concrete Pavement. The existing concrete pavement to be removed shall be freed from the pavement to remain by sawing through the complete depth of the slab 1 foot inside the perimeter of the final removal limits or outside the dowels, whichever is greater when the limits of removal are located on the joints. The pavement between the perimeter of the pavement removal and the saw cut shall be carefully broken up and removed using hand-held jackhammers, weighing 30 pounds or less, or other light-duty equipment which will not cause distress in the pavement which is to remain in place. The Contractor shall have the option of sawing through the dowels at the joint, removing the pavement and installing new dowels. Where the perimeter of the removal limits is not located on the joint and there are no dowels present, then the perimeter shall be sawcut the full depth of the pavement. The pavement inside the sawcut shall be removed by methods suitable to the Engineer which will not cause distress in the pavement which is to remain in place. If the material is to be wasted on the airport site, it shall be reduced to a maximum size designated by the Engineer. The Contractor's removal operation shall not cause damage to cables, utility ducts, pipelines, or drainage structures under the pavement. Concrete slabs that are damaged by under breaking shall be removed. Any damage shall be repaired at the Contractor's expense. b. Asphalt Concrete Pavement. Asphalt concrete pavement to be removed shall be cut to the full depth of the bituminous material around the perimeter of the area to be removed. The pavement shall be removed so the joint for each layer of pavement replacement is offset 1 foot from the joint in the preceding layer. This does not apply if the removed pavement is to be replaced with concrete or soil. If the material is to be wasted on the airport site, it shall be broken to a maximum size of 3 inches. c. Disposal. All existing pavement removed shall be disposed of off-site. All hauling will be considered a necessary and incidental part of the work. Its costs shall be considered by the Contractor and included in the contract unit price for the pay items of work involved. No payment will be made separately or directly for hauling on any part of the work. 101 3.2 PREPARATION OF JOINTS AND CRACKS. Remove all vegetation and debris from cracks to a minimum depth of 1 inch. If extensive vegetation exists treat the specific area with a concentrated 11,1 inch wide) with a crack sealant per ASTM D6690. Wider cracks (over 1 1/2 inch wide, along with soft or sunken spots, indicate that the pavement or the pavement base should be repaired or replaced P-101-1 AC 150/5370-10G 7/21/2014 as stated below. Any excess joint or crack sealer on the surface of the pavomont shall also bo removed from the pavement surface. e 111111 e: consist of limestone, volcanic ash, sand, or other material that will cure to form a hard substance. Tho combined gradation shall be as shown in the following table. Gradation Sieve Size Percent Passing Nce 1-99 No. 8 90 100 No. 16 65-90 No. 30 40 60 No. 50 2512 No. 100 15 30 No. 200 10-20 Up to 3% cement can be added to accelerate the set time. The mixture shall not contain more than o .. .- -- - .. ... .- •- •-- The proportions of asphalt emulsion and aggregate shall be determined in the field and may be varied to facilitate construction requirements. Normally, these proportions will be approximately one part asphalt emulsion to five part; aggregate by volume. The material shall be poured or placed into the joints or cracks and compacted to form a voidless mass. The joint or crack shall be filled within 0 to 1/8 inches (0 3 mm) of the surface. Any material spilled outside the width of the joint shall be removed from the pavement surface prior to constructing the overlay. Where concrete overlays are to be constructed, only the excess joint material on the pavement surface and vegetation in the joints need to be removed 101 3.3 REMOVAL OF PAINT AND RUBBER. All paint and rubber over one foot wide that will affect the bond of the new overlay shall be removed from the surface of the existing pavomont. Chemicals, high pressure water, heater scarifier (asphaltic concrete only), cold milling, or sandblasting may be used. Any methods used shall not cause major damage to the pavement. Major damage is defined as changing the properties of the pavement or removing pavement over 1/8 inch deep. If chemicals are used, they shall comply with the state's environmental protection regulations. No material shall be deposited on the runway shoulders. All wastes shall be disposed of in areas indicated in this specification or shown on the plans. 101 3.4 CONCRETE SPALL OR FAILED ASPHALTIC CONCRETE PAVEMENT REPAIR. a. Repair of Concrete Spalls in Areas to be Overlaid with Asphalt. The Contractors shall repair all spalled concrete as shown on the plans or as directed by the Engineer. The perimeter of the repair shall be sawcut a minimum of 2 inches outside the affected area and 2 inches deep. The deteriorated material shall be removed to a depth where the existing material is firm or cannot be easily removed with a geologist pick. The removed area shall be filled with asphaltic concrete with a minimum Marshall stability of - 00 . and maximum flow of 20 (units of 0.01 in). The material shall be compacted with equipment approved by the Engineer until the material is dense and no movement or marks are visible. The material shall not be placed in lifts over /1 inches in depth. This method of repair applies only to pavement to be overlaid. b. Asphaltic Concrete Pavement Repair. The failed areas shall be removed as specified in paragraph 101 3.1b. All failed material including surface, base course, subbase course, and subgrado P-101-2 AC 150/5370-10G 7/21/2014 shall be removed. The base course and subbase shall be replaced if it has been infiltrated with clay, silt, •: _ _ _ e -aring capacity. Materials and methods of construction shall comply with the other applicable sections of this specification. All asphalt used for the permanent repair shall conform to item P-401 of these specifications. The pavement thickness shall be consistent with the adjacent existing pavement thickness and strength. capable of producing a finished surface that provides a good bond to the new overlay. The milling machine or grinder shall operate without tearing or gouging tho under laying surface. Tho milling machine disposed off Airport property, unless otherwise specified. If the Contractor mills or grinds deeper or wider additional cost to the Owner. a. Patching. The milling machine shall be capable of cutting a vertical edge without chipping or operations. The area to be milled shall cover only the failed area. Any excessive area that is milled because the Contractor doesn't have the appropriate milling machine, or areas that are damaged because of his negligence, shall not be included in the measurement for payment. b. Profiling, Grade Correction, or Surface Correction. The milling machine shall have a minimum width of [7] feet and it shall be equipped with electronic grade control devices that will cut the surface to the grade and tolerances specified. The machine shall cut vertical edges. A positive method of dust the millings or cuttings from the pavement and load them into a truck]. c. Clean up. The Contractor shall sweep the milled surface daily and immediately after the milling until shall wet down the milled pavement and thoroughly sweep and/or blow the surface to remove any remaining aggregate or fines. 101 3.6 PREPARATION OF ASPHALT PAVEMENT SURFACES. Existing asphalt pavements indicated to be treated with a surface treatment shall be prepared as follows: a. Patch asphalt pavement surfaces that have been softened by petroleum derivatives or have failed b. Repair joints and cracks in accordance with paragraph 101 3.2. c. Remove oil or grease that has not penetrated the asphalt pavement by scraping or by scrubbing primer. d. Clean pavement surface immediately prior to placing the surface treatment by sweeping, flushing vegetation, oil or any type of objectionable surface film. 101 3.7 MAINTENANCE. The Contractor shall perform all maintenance work necessary to keep the pavement in a satisfactory condition until the full section is complete and accepted by tho Engineer. Tho surface shall be kept clean and free from foreign material. The pavement shall be properly drained at all times. If cleaning is necessary or if the pavement becomes disturbed, any work repairs necessary shall bo performed at the Contractor's expense. P-101-3 AC 150/5370-10G 7/21/2014 • tools as necessary. Resaw joints removing no more than 1/16 inch from each joint face. Immediately after sawing, flush out joint with water and other tools as necessary to completely remove the slurry. Allow sufficient time to dry out joints prior to sealing. 101 3.8.2 Cleaning Prior to Sealing. Immediately before sealing, joints shall be cleaned by removing any remaining laitance and other foreign material. Clean joints by sandblasting, or other method from face. Following sandblasting, clean joints with air free of oil and water. Joint surfaces will be surface 101 3.9 PREPARATION OF CRACKS IN FLEXIBLE PAVEMENT. 101 3.9.1 Preparation of Crack. Widen crack with [router] [random crack saw] by removing a minimum of 1/16 inch from each side of crack. Immediately before sealing, joints will be blown out with a hot air lance combined with oil and water free compressed air. 101 3.9.2 Removal of Existing Sealant. Existing sealants will be removed by [routing] [random crack with oil and water free compressed air. METHOD OF MEASUREMENT 101-4.1 PAVEMENT REMOVAL. The unit of measurement for pavement removal shall be the number of square yards of the specified thickness and regardless of material removed by the Contractor. Removal of material, regardless of material encountered, beneath the thickness specified in the plans to the top of the proposed lime treatment layer shall be paid for under P- 152 "Unclassified Excavation". Contractor will be paid for the square yards of pavement removed measured from the existing surface plus the plan quantity for P-152 "Unclassified excavation" regardless of material or depth encountered. Any steel reinforcement encountered within the existing section will not be measured or paid for separately, but considered subsidiary to "Pavement Removal." Any pavement removed outside the limits of removal because the pavement was damaged by negligence on the part of the Contractor shall not be included in the measurement for payment. 101 1.2 JOINT AND CRACK REPAIR. The unit of measurement for joint and crack linear foot of joint. 101 4.3 PAINT AND RUBBER REMOVAL. The unit of measurement for paint and repair shall be the rubber removal shall be the square foot. 101 1.4 SPALLED AND FAILED ASPHALTIC CONCRETE PAVEMENT REPAIR. a. The unit of measure for concrete spall repair shall be the number of square feet. The location and The quantity shall be divided into the following categories: (1) 0 to 4 inch average depth (2) 4 to 8 inch average depth (3) Greater than 8 inch average depth P-101-4 AC 150/5370-1 OG 7/21/2014 b. The unit of measure for failed asphaltic concrete pavement shall be square feetas follows:. (1) Asphaltic Concrete per square yard (2) Base Course per square yard (3) Subbase Course per square yard (4) Subgrade per square yard 101 4.5 COLD MILLING. The unit of measure for cold milling shall be j 1 inches of milling per square yard. The location and average depth of the cold milling shall be determined and agreed to by tho depth of milling. BASIS OF PAYMENT 101-5.1 PAYMENT. Payment shall be made at contract unit price for the unit of measurement as specified above. This price shall be full compensation for furnishing all materials and for all preparation, hauling, and placing of the material and for all labor, equipment, tools, and incidentals necessary to complete this item. Item P-101-5.1 Pavement Removal, Asphalt — per Square Yard MATERIAL REQUIREMENTS ASTM D6690 Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements END OF ITEM P-101 P-101-5 AC 150/5370-1OG 7/21/2014 Page Intentionally Left Blank P-101-6 AC 150/5370-1OG 7/21/2014 ITEM P-152 EXCAVATION, SUBGRADE, 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 safety areas, runways, taxiways, aprons, and intermediate areas as well as other areas for drainage, building construction, parking, or other purposes in accordance with these specifications and in conformity to the dimensions and typical sections shown on the plans. 152-1.2 CLASSIFICATION. All material excavated shall be classified as defined below: a. Unclassified Excavation. Unclassified excavation shall consist of the excavation and disposal of all material, regardless of its nature which is not otherwise classified and paid for under one of the following items. b. Rock Excavation. Rock excavation shall include all solid rock in ledges, in bedded deposits, in tinstratified mases, and conglomerate deposits which are so firmly cemented they cannot be removed without blasting or using rippers. All boulders containing a volume of moro than 1/2 cubic yard—w-i-l-l—lgo classified as "rock excavation." Fractured or weathered limestone shall be considered unclassified excavation. will decay or produce subsidence in the embankment. It may consist of decaying stumps, roots, logs, d. Drainage Excavation. Drainage excavation shall consist of all excavation made for the primary purpose of drainage and includes drainage ditches, such as intercepting, inlet or outlet ditches; temporary levee construction; or any other type as shown on the plans. e. Borrow Excavation. Borrow excavation shall consist of approved material required for the available from required excavations. Borrow material shall be obtained from areas designated by the Y • • • • • 152-1.3 Unsuitable Excavation. Any material containing vegetable or organic matter, such as muck, peat, organic silt, or sod shall be considered unsuitable for use in embankment construction. Material, suitable for topsoil may be used on the embankment slope when approved by the Engineer. 152-2.1 General. CONSTRUCTION METHODS area shall be completely cleared and grubbed in accordance with Item P 151. The suitability of material to be placed in embankments shall be subject to approval by the Engineer. All unsuitable material shall be disposed of in waste areas shown on the plans. All waste areas shall be graded to allow positive drainage of the area and of adjacent areas. The surface elevation of waste areas shall not extend above the surface elevation of adjacent usable areas of the airport, unless specified on the plans or approved by the Engineer. When the Contractor's excavating operations encounter artifacts of historical or archaeological significance, the operations shall be temporarily discontinued and the Engineer notified per subsection 70-20 of the General Provisions. At the direction of the Engineer, the Contractor shall excavate the site P-152-1 AC 150/5370-10G 7/21/2014 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 limits of the pavement areas where the top layer of soil material has become compacted by hauling or other Contractor activities shall be scarified and disked to a depth of 4 inches, to loosen and pulverize the soil. 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, at his or her expense, shall 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 from the Contractor the survey notes of the elevations and measurements of the ground surface. All areas to be excavated shall be stripped of vegetation and topsoil. Topsoil shall be stockpiled for future use in areas designated on the plans or by the Engineer. All suitable excavated material shall be used in the formation of embankment, subgrade, or other purposes shown on the plans. All unsuitable material shall be disposed of as described in paragraph 152- 1.3shown 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 as directed by the Engineer. When the volume of excavation is not sufficient for constructing the embankments 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 the quality of material varies significantly selective grading is indicated on the plans, the more suitable material 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 • _ . Selective grading will not be measured for separate payment but will be considered subsidiary to "Unclassified Excavation" b. Undercutting. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for safety areas, subgrades, roads, shoulders, or any areas intended for turf shall be excavated to a minimum depth of 12 inches below the subgrade or to the depth specified by the Engineer. Muck, peat, matted roots, or other yielding material, unsatisfactory for subgrade foundation, 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 for Rock Excavation. The excavated area shall be backfilled with suitable material obtained from the grading operations or borrow areas and compacted to specified densities. The necessary backfill will constitute a necessary part of Unclassified Excavation part of the embankment. Where rock cuts are made, backfill with select material. Any pockets created in the rock surface shall be drained as directed by the Engineer +n 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. All overbreak shall be graded or removed by the Contractor and disposed of as directed by the Engineer. The Engineer shall determine if the displacement of such material was unavoidable and his or her decision shall be final. 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." P-152-2 AC 150/5370-10G 7/21/2014 d. Removal of Utilities. The removal of some existing structures and utilities required to permit the orderly progress of work may will be accomplished by someone other than the Contractor; for example, the utility unless otherwise shown on the plans. All existing foundations shall be excavated at least 2 feet below the top of subgrade or as indicated on the plans, and the material disposed of as directed by the Engineer. All foundations thus excavated shall be backfilled with suitable material and compacted as specified. All work associated with the excavation, removal, backfill, disposal, and/or stockpiling of existing structures and culverts will not be measured for separate payment but will be considered subsidiary to "Unclassified Excavation". e. Compaction Requirements. The subgrade under areas to be paved shall be compacted to a depth of 12" and to a density of not less than 95 percent of the maximum density as determined by ASTM D698. The material to be compacted shall be within +1- 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 D6938 using Procedure A, the direct transmission method, and ASTM D6938 shall be used to determine the moisture content of the material. The machine shall be calibrated in accordance with ASTM D6938. Stones or rock fragments larger than 4 inches in their greatest dimension will not be permitted in the top 6 inches of the subgrade. The finished grading operations, conforming to the typical cross-section, shall be completed and maintained at least 1,000 feet ahead of the paving operations or as directed by the Engineer. All loose or protruding rocks on the back slopes of cuts shall be pried loose or otherwise removed to the slope finished grade line. All cut -and -fill slopes shall be uniformly dressed to the slope, cross-section, and alignment shown on the plans or as directed by the Engineer. Blasting shall not be allowed. f. Proof Rolling. After compaction is completed, the subgrade area shall be proof rolled with a heavy pneumatic -tired roller having four or more tires abreast, each tire loaded to a minimum of 30,000 pounds and inflated to a minimum of 125 psi in the presence of the Engineer. Apply a minimum of 50% coverage, or as specified by the Engineer, to all paved areas. A coverage is defined as the application of one tire print over the designated area. Soft areas of subgrade that deflect more than 1 inch or show permanent deformation greater than 1 inch shall be removed and replaced with suitable material or reworked to conform to the moisture content and compaction requirements in accordance with these specifications. limits as staked or as directed by the Engineer. When borrow sources are outside the boundaries of the airport property, it shall be the Contractor's responsibility to locate and obtain the borrow sources, subject to the approval of tho Engn, r.Tho Contractor shall notify the Engineer at least 15 days prior to beginning the excavation so necessary measurements and tests can be made. All borrow pits shall be opened up to expose the various strata of 152-2.4 DRAINAGE EXCAVATION. Drainage excavation shall consist of excavating for drainage ditches such as intercepting; inlet or outlet ditches; for temporary levee construction; or for any other type as designed or as shown on the plans. The work shall be performed in sequence with the other construction. Intercepting ditches shall be constructed prior to starting adjacent excavation operations. All satisfactory material shall be placed in embankment fills; unsuitable material shall be placed in designated waste areas or as directed by the Engineer. All necessary work shall be performed true to final line, elevation, P-152-3 AC 150/5370-10G 7/21/2014 and cross-section. The Contractor shall maintain ditches constructed on the project to the required cross- section and shall keep them free of debris or obstructions until the project is accepted. Drainage excavation shown in the plans shall be a width of 10 -Feet measured perpendicular to the ditch centerline. Contractor shall grade the ditch to clear existing debris and ensure positive drainage. 152-2.5 PREPARATION OF EMBANKMENT AREA. Where an embankment is to be constructed to a height of 4 feet or less, all sod and vegetative matter shall be removed from the surface upon which the embankment is to be placed. The cleared surface shall be broken up by plowing or scarifying to a minimum depth of 6 inches and shall then be compacted as indicated in paragraph 152-2.6. When the height of fill is greater than 4 feet, sod not required to be removed shall be thoroughly disked and recompacted to the density of the surrounding ground before construction of embankment. Sloped surfaces steeper than one (1) vertical to four (4) horizontal shall be plowed, stepped, benched, or broken up so that the fill material will bond with the existing material. When the subgrade is part fill and part excavation or natural ground, the excavated or natural ground portion shall be scarified to a depth of 12 inches and compacted as specified for the adjacent fill. No direct payment shall be made for the work performed under this section. The necessary clearing and grubbing and the quantity of excavation removed will be paid for under the respective items of work. 152-2.6 FORMATION OF EMBANKMENTS. Embankments shall be formed in successive horizontal layers of not more than 8 inches in loose depth for the full width of the cross-section, unless otherwise approved by the Engineer. The layers shall be placed, to produce a soil structure as shown on the typical cross-section or as directed by the Engineer. Materials such as brush, hedge, roots, stumps, grass and other organic matter, shall not be incorporated or buried in the embankment. Earthwork operations shall be suspended at any time when satisfactory results cannot be obtained because of rain, freezing, or other unsatisfactory weather conditions in the field. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. Material shall not be placed on surfaces that are muddy, frozen, or contain frost. The Contractor shall drag, blade, or slope the embankment to provide surface drainage at all times. The material in each layer shall be within ±2% of optimum moisture content before rolling to obtain the prescribed compaction. To achieve a uniform moisture content throughout the layer, the material shall be moistened or aerated as necessary. Samples of all embankment materials for testing, both before and after placement and compaction, will be taken for each 4000 square yards per lift. Based on these tests, the Contractor shall make the necessary corrections and adjustments in methods, materials or moisture content to achieve the specified embankment density. Rolling operations shall be continued until the embankment is compacted to not less than 95% of maximum density for noncohesive soils, and 90% of maximum density for cohesive soils as determined by ASTM D698. Under all areas to be paved, the embankments shall be compacted to a depth of 12" and to a density of not less than 95 percent of the maximum density as determined by ASTM D698. On all areas outside of the pavement areas, no compaction will be required on the top 4 inches. The in-place field density shall be determined in accordance with ASTM 6938 using Procedure A, the direct transmission method, and ASTM D6938 shall be used to determine the moisture content of the material. The machine shall be calibrated in accordance with ASTM D6938 Compaction areas shall be kept separate, and no layer shall be covered by another layer until the proper density is obtained. P-152-4 AC 150/5370-10G 7/21/2014 During construction of the embankment, the Contractor shall route all construction equipment evenly over the entire width of the embankment as each layer is placed. Layer placement shall begin in the deepest portion of the embankment fill. As placement progresses, the layers shall be constructed approximately parallel to the finished pavement grade line. When rock and other embankment material are excavated at approximately the same time, the rock shall be incorporated into the outer portion of the embankment and the other material shall be incorporated under the future paved areas. Stones or fragmentary rock larger than 4 inches in their greatest dimensions will not be allowed in the top 6 inches of the subgrade. Rockfill shall be brought up in layers as specified or as directed by the Engineer and the finer material shall be used to fill the voids with forming a dense, compact mass. Rock or boulders shall not be disposed of outside the excavation or embankment areas, except at places and in the manner designated on the plans or 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 in thickness. Each layer shall be leveled and smoothed with suitable equipment by distribution of spalls and finer fragments of rock. The layer shall not be constructed above an elevation 4 feet below the finished subgrade. There will be no separate measurement of payment for compacted embankment. All costs incidental to placing in layers, compacting, discing, watering, mixing, sloping, and other operations necessary for construction of embankments will be included in the contract price for excavation, borrow, or other items. Imported material for fill or backfill under pavements shall have a liquid limit less than 45 and plastic index between 5 and 15. The material should have a fine content of at least 20 percent (passing No. 200 sieve). 152-2.7 FINISHING AND PROTECTION OF SUBGRADE. After the subgrade is substantially complete, the Contractor shall remove any soft or other unstable material over the full width of the subgrade that will not compact properly. All low areas, holes or depressions in the subgrade shall be brought to grade with 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. Grading of the subgrade shall be performed so that it will drain readily. The Contractor shall protect the subgrade from damage and limit hauling over the finished subgrade to only traffic essential for construction purposes. All ruts or rough places that develop in the completed subgrade shall be graded 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. The Contractor shall include the cost in the contract unit price for the pay of items of work involved. No payment will be made separately or directly for hauling on any part of the work. Any excess material from formation of embankment, unsuitable excavation, or other earthwork shall be hauled offsite. There is no extra payment for removal of excess material. 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 12 -foot straightedge applied parallel and at right angles to the centerline, it shall not show any deviation in excess of 1/2 inch, or shall not be P-152-5 AC 150/5370-10G 7/21/2014 more than 0.05 feet from true grade as established by grade hubs. Any deviation in excess of these amounts shall be corrected by loosening, adding, or removing materials; reshaping; and recompacting. On safety areas, intermediate and other designated areas, the surface shall be of such smoothness that it will not vary more than 0.10 feet from 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 shall meet the requirements of Item T-905. If, at the time of excavation or stripping, the topsoil cannot be placed in its final section of finished construction, the material shall be stockpiled at approved locations. Stockpiles shall not be placed within 400 feet of runway pavement or 92 feet of taxiway pavement and shall not be placed on areas that subsequently will require any excavation or embankment fill. If, in the judgment of the Engineer, it is practical to place the salvaged topsoil at the time of excavation or stripping, the material shall be placed in its final position without stockpiling or further rehandling. Upon completion of grading operations, stockpiled topsoil shall be handled and placed as directed, or as required in Item T-905. No direct payment will be made for topsoil under Item P-152. The quantity removed and placed directly or stockpiled shall be paid for at the contract unit price per cubic yard for "Unclassified Excavation." 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 G6I-biG-yardsquare yard for "topsoiling," as provided in Item T-905. METHOD OF MEASUREMENT 152-3.1 The quantity of excavation to be paid for shall be the number of cubic yards measured in its original position. Measurement shall not include the quantity of materials excavated without authorization beyond normal slope lines, or the quantity of material used for purposes other than those directed. Measurement of excavation shall be based on plan quantities. These quantities are believed to be correct and shall be utilized for final excavation quantity payment not withstanding any adjustments to the project by written direction of the Engineer. Should the contractor find discrepancies and/or errors, he/she shall bring the discrepancy and/or error to the attention of the Engineer immediately and corrections shall be made to the quantity of excavation to be paid for by change order. It is expressly understood by the contractor that upon disturbance of the existing ground and no notification to the engineer of possible errors, that the contractor accepts as final payment the quantities of excavation as detailed on the plans and laid out in the proposal. No adjustment has been made to the plan quantities for the construction or demolition of existing drainage structures. The Contractor shall make his own determination as to the amount of unsuitable excavated material which may be encountered and the resulting additional borrow material required for the construction of the embankment. There will be no adjustment for additional embankment required to construct the project if the excavated material is deemed unsuitable. 152 3.2 Borrow material shall be paid for on the basis of the number of cubic yards measured in its original position at the borrow pit. stockpiled position as soon as the material has been stockpiled. P-152-6 AC 150/5370-10G 7/21/2014 plans, subject to verification by the Engineer. After completion of all excavation operations and prior to the position.} 152-3.2 Unsuitable excavation shall be measured from the surface of the ground, after stripping has been accomplished, or from the bottom of the planned excavation, to the depth of the excavation as directed by the Engineer. Measurements will be taken by the Engineer, and the volume of excavation will be calculated by the average end area method. The necessary refilling of unsuitable areas will not be measured for separate payment but will be subsidiary to "Unsuitable Excavation". Only that amount of excavation directed by the Engineer will be measured for payment. For payment specified by the cubic yard, measurement for all excavation shall be computed by the average end area method. The end area is that bound by the original ground line established by field cross sections and the final theoretical pay line established by excavation cross sections shown on the plans, subject to verification by the Engineer. After completion of all excavation operations and prior to the placing of base or subbase material, the final excavation shall be verified by the Engineer by means of field cross sections taken randomly at intervals not exceeding 500 linear feet (150 meters). Final field cross sections shall be employed if the following changes have been made: a. Plan width of embankments or excavations are changed by more than plus or minus 1.0 foot (0.3 meter); or b. Plan elevations of embankments or excavations are changed by more than plus or minus 0.5 foot (0.15 meter). In cut sections, the additional cut required to construct the topsoil layer to the plan grade has not been measured and will not be measured for separate payment but will be subsidiary to "Unclassified Excavation": In fill sections, the additional fill required to replace the stripped material has not been measured and will not be measured for payment but will be subsidiary to "Unclassified Excavation". Topsoil shall be measured for separate payment. See T-905 for topsoiling requirements. No allowance has been made in the measurement for shrink/swell. The Contractor shall make his own determination as to the amount of shrink/swell involved in the construction of the embankment. The Contractor shall make his own determination as to the suitability of the excavated material to be placed in embankments and the resulting additional off-site material required for the construction of the embankment. Additional off-site material required for the formation of embankment shall not be measured for separate payment but shall be considered subsidiary to "Unclassified Excavation". 152-4.3 "Drainage Excavation" shall be measured for payment per linear foot along the ditch centerline. P-152-7 AC 150/5370-10G 7/21/2014 BASIS OF PAYMENT 152-4.1 "Unclassified excavation" payment shall be made at the contract unit price per cubic yard. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.2 "Unsuitable excavation" payment shall be made at the contract unit price per cubic yard. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. to complete the item. 152 4.3 "Muck Excavation" payment shall be made at tho contract unit prico por cubic yard. This prico shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.3 "Drainage Excavation" payment shall be made at the contract unit price per linear foot cubic yard. This price shall be full compensation for furnishing all materials including topsoil, labor, equipment, tools, and incidentals necessary to complete the item. Sodding shall be paid for separately. Only earthwork defined as drainage excavation within the plans shall be considered for payment under this item. shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152 4.6 "Stockpiled Material" payment shall be mado at tho contract unit prico por cubic yard. This prico shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. e 111111 e_ 111111 necessary to complete the item. Payment will be made under: Item P-152-4.1 Item P-152-4.2 Item P-152-4.3 Item P-152-11.2 Item P-152-11.3 Item P 152 '1/1 Item P 152 '1.5 Unclassified Excavation—per Cubic Yard Unsuitable Excavation—per Cubic Yard Drainage Excavation—per Linear Foot Rock Excavation— per Cubic Yard Muck Excavation— per Cubic Yard Drainage Excavation per Cubic Yard Borrow Excavation per Cubic Yard Item P 152 '1.6 Stockpiled Material per Cubic Yard P-152-8 AC 150/5370-10G 7/21/2014 Item P-152-11.7 Embankment in Place— per Cubic Yard TESTING REQUIREMENTS ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ibf/ft3) ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand - Cone Method ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-Ibf/ft3) ASTM D2167 Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method ASTM D6938 Standard Test Methods for In -Place Density and Water Content of Soil and Soil - Aggregate by Nuclear Methods (Shallow Depth) END OF ITEM P-152 P-152-9 AC 150/5370-1OG 7/21/2014 Page Intentionally Left Blank P-152-10 AC 150/5370-1OG 7/21/2014 ITEM P-153 CONTROLLED LOW -STRENGTH MATERIAL (CLSM) DESCRIPTION 153.1.1 This item shall consist of furnishing, transporting, and placing a controlled low -strength material (CLSM), also referred to as flowable fill throughout this specification and the plans, as flowable backfill in trenches or at other locations shown on the plans or as directed by the Engineer. MATERIALS 153-2.1 MATERIALS a. Portland Cement. Portland cement shall conform to the requirements of ASTM C150 — Type I, II. If for any reason, cement becomes partially set or contains lumps of caked cement, it shall be rejected. Cement salvaged from discarded or used bags shall not be used. b. Fly Ash. Fly Ash shall conform to ASTM C618, Class C or F. c. Fine Aggregate (Sand). Fine aggregate shall conform to the requirements of ASTM C33 except for aggregate gradation. Any aggregate gradation which produces performance characteristics of the CLSM specified here will be accepted, except as follows. Sieve Size Percent Passing by Weight 3/4 inch 100 No. 200 0 - 12 d. Water. Water used in mixing shall be potable and free of oil, salt, acid, alkali, sugar, vegetable matter, or other substances injurious to the finished product. MIX DESIGN 153-3.1 PROPORTIONS. The Contractor shall submit, to the Engineer, a mix design including the proportions and source of aggregate, fly ash, cement, water, and approved admixtures. No CLSM mixture shall be produced for payment until the Engineer has given written approval of the proportions. The proportions shall be prepared by a laboratory and shall remain in effect for the duration of the project. Laboratory costs are incidental to this item. The proportions shall establish a single percentage or weight for aggregate, fly ash, cement, water, and any admixtures proposed. a. Compressive Strength. CLSM shall be designed to achieve a 28 -day compressive strength of 100 to 200 psi when tested in accordance with ASTM D4832. There should be no significant strength gain after 28 days. b. Consistency. CLSM should be designed to achieve a consistency that will produce an approximate 8 -inch diameter circular -type spread without segregation when tested by: (1) filling a 3 -inch inside diameter by 6 -inch length flow cylinder (non-absorbent pipe) (2) strike off of the flow cylinder and start of lift within five seconds of filling and (3) by steady upward pull, lift the cylinder in a time period of between two and four seconds. Adjustments of the material proportions should be made to achieve proper solid suspension and flowable characteristics, however the theoretical yield shall be maintained at one cubic yard for the given batch weights. 153-4.1 PLACEMENT. CONSTRUCTION METHODS P-153-1 AC 150/5370-10G 7/21/2014 a. Placement. CLSM may be placed by any reasonable means from a mixing unit into the space to be filled. Agitation is required during transportation and waiting time. Placement shall be performed so structures or pipes are not displaced from their final position and intrusion of CLSM into unwanted areas is avoided. The material shall be brought up uniformly to the fill line shown on the plans or as directed by the Engineer. Each placement of CLSM shall be as continuous an operation as possible. If CLSM is placed in more than one layer, the base layer shall be free of surface water and loose foreign material prior to placement of the next layer. b. Limitations of Placement. CLSM shall not be placed on frozen ground. Mixing and placing may begin when the air or ground temperature is at least 35°F and rising. At the time of placement, CLSM shall have a temperature of at least 40°F. Mixing and placement shall stop when the air temperature is 40°F and falling or when the anticipated air or ground temperature will be 35°F or less in the 24 hour period following proposed placement. 153-4.2 CURING AND PROTECTION. a. Curing. The air in contact with the CLSM shall be maintained at temperatures above freezing for a minimum of 72 hours. If the CLSM is subjected to temperatures below 32°F, the material may be rejected by the Engineer if damage to the material is observed. b. Protection. The CLSM shall not be subject to loads and shall remain undisturbed by construction activities for a period of 48 hours or until a compressive strength of 15 psi is obtained. The Contractor shall be responsible for providing evidence to the Engineer that the material has reached the desired strength. Acceptable evidence shall be based upon compressive tests made in accordance with paragraph 153-3.1a. 153-5.1 ACCEPTANCE. Acceptance of CLSM delivered and placed as shown on the plans or as directed by the Engineer shall be based upon mix design approval and batch tickets provided by the Contractor to confirm that the delivered material conforms to the mix design. The Contractor shall verify by additional testing, each 1,000 cubic yards of material used. Verification shall include confirmation of material proportions and tests of compressive strength to confirm that the material meets the original mix design and the requirements of CLSM as defined in this specification. Adjustments shall be made as necessary to the proportions and materials prior to further production. METHOD OF MEASUREMENT 153-6.1 MEASUREMENT. Flowable fill Controlled low -strength material shall be measured by the number of cubic yards as computed from the neatline plan and section, adjusted for the quantities for any embedments, and as specified, completed, and accepted. BASIS OF PAYMENT 153-7.1 PAYMENT. Accepted quantities of controlled low -strength material flowable fill shall be paid for at the contract unit price per cubic yard. Payment shall be full compensation for all materials, equipment, labor, and incidentals required to complete the work as specified. Payment will be made under: Item P-153-7.1 Flowable Fill—per Cubic Yard P-153-2 AC 150/5370-10G 7/21/2014 TESTING REQUIREMENTS ASTM D4832 Standard Test Method for Preparation and Testing of Controlled Low Strength Material (CLSM) Test Cylinders MATERIAL REQUIREMENTS ASTM C33 Specification for Concrete Aggregates ASTM C150 Specification for Portland Cement ASTM C618 Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete ASTM C595 Specification for Blended Hydraulic Cements END OF ITEM P-153 P-153-3 AC 150/5370-1OG 7/21/2014 Page Intentionally Left Blank P-1 53-4 AC 150/5370-10G 7/21/2014 ITEM P-155 LIME -TREATED SUBGRADE DESCRIPTION 155-1.1 This item shall be used for soil modification to achieve specific needs that require strength gain to a specific level. This item shall consist of constructing one or more courses of a mixture of soil, lime, and water in accordance with this specification, and in conformity with the lines, grades, thicknesses, and typical cross-sections shown on the plans. Dry placing of lime shall not be used. Slurry placement of lime will be the only acceptable method of placement. MATERIALS 155-2.1 LIME. Quicklime and hydrated lime, either high -calcium dolomitic, or magnesium lime, as defined by ASTM C51, shall conform to the requirements of ASTM C977. Lime not produced from calcining limestone shall not be permitted. 155-2.2 COMMERCIAL LIME SLURRY. Commercial lime slurry shall be a pumpable suspension of solids in water. The water or liquid portion of the slurry shall not contain dissolved material in sufficient quantity naturally injurious or objectionable for the purpose intended. The solids portion of the mixture, when considered on the basis of "solids content," shall consist principally of hydrated lime of a quality and fineness sufficient to meet the following requirements as to chemical composition and residue. a. Chemical Composition. The "solids content" of the lime slurry shall consist of a minimum of 70%, by weight, of calcium and magnesium oxides. b. Residue. The percent by weight of residue retained in the "solids content" of lime slurry shall conform to the following requirements: Residue retained on a No. 6 sieve = maximum 0.0% Residue retained on a No. 10 sieve = maximum 1.0% Residue retained on a No. 30 sieve = maximum 2.5% c . Grade. Commercial lime slurry shall conform to one of the following two grades: Grade 1 — The "dry solids content" shall be at least 31% by weight, of the slurry. Grade 2 — The "dry solids content" shall be at least 35%, by weight, of the slurry. d. Submittals. The Contractor shall submit to the Engineer certified test results or manufacturer's certification on the quicklime or lime slurry mix to be used before construction. No work shall begin nor shall any lime or lime slurry be placed for payment until the contractor has submitted samples of the materials intended for use and the materials have been approved by the Engineer. 155-2.3 WATER. Water used for mixing or curing shall be potable, reasonably clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product. 155-2.4 SOIL. The soil for this work shall consist of inorganic natural materials on the site or selected materials from other sources; uniform in quality and gradation; and shall be approved by the Engineer. The soil shall be free of roots, sod, weeds, and stones larger than 2-1/2 inches. COMPOSITION 155-3.1 SOIL -LIME MIXTURE. Lime shall be applied at the rate specified on the plans for the depth of subgrade treatment shown. P-155-1 AC 150/5370-10G 7/21/2014 155-3.2 TOLERANCES. At final compaction, the lime and water content for each course of subgrade treatment shall conform to the following tolerances: Material Tolerance Lime + 0.5% Water + 2%, -0% WEATHER LIMITATIONS 155-4.1 WEATHER LIMITATION. Do not construct subgrade when weather conditions detrimentally affect the quality of the materials. Do not apply lime unless the air temperature is at least 40°F and rising. Do not apply lime to soils that are frozen or contain frost. If the air temperature falls below 35°F, protect completed lime -treated areas by approved methods against the detrimental effects of freezing. Remove and replace any damaged portion of the completed soil -lime treated area with new soil -lime material in accordance with this specification. EQUIPMENT 155-5.1 EQUIPMENT. The equipment required shall include all equipment necessary to complete this item such as: grading and scarifying equipment, a spreader for the lime or lime slurry, mixing or pulverizing equipment, sheepsfoot and pneumatic or vibrating rollers, sprinkling equipment, and trucks. CONSTRUCTION METHODS 155-6.1 GENERAL. This specification is to construct a subgrade consisting of a uniform lime mixture which shall be free from loose or segregated areas. The subgrade shall be of uniform density and moisture content, well mixed for its full depth, and have a smooth surface suitable for placing subsequent courses. The Contractor shall be responsible to meet the above requirements. Before beginning lime treatment, the subgrade shall be constructed as specified in Item P-152, Excavation, Subgrade and Embankment, and shaped to conform to the typical sections, lines, and grades as shown on the plans. If the Contractor elects to use a cutting and pulverizing machine that will remove the subgrade material accurately to the secondary grade and pulverize the material at the same time, he will not be required to expose the secondary grade nor windrow the material. The machine must give visible indication at all times that it is cutting the material uniformly to the proper depth over the entire width of the cut. If a cutting and pulverizing machine is not used, the material to be treated shall be excavated to the secondary grade (proposed bottom of lime treatment) and removed or windrowed to expose the secondary grade. The excavated material shall then be spread to the desired cross-section and uniformly mixed and compacted. 155-6.2 APPLICATION. Lime shall be spread only over an area where the initial mixing operations can be completed during the same work day. The application and mixing of lime with the soil shall be accomplished by the methods described as "Dry Placing" or "Slurry Placing." The Contractor may use either method when hydrated lime is specified. a. Dry Placing. The lime shall be spread uniformly over the subgrade by an approved screw-type spreader box or other approved spreading equipment. The amount of lime spread shall be the amount required for mixing to the specified depth that will result in the amount determined in the soil -lime mixture P-155-2 AC 150/5370-10G 7/21/2014 or as specified on the plans. The material shall be sprinkled until the specified moisture content has been reached. The lime shall be distributed in a manner that will minimize scattering by wind. Lime shall not be applied when wind conditions, in the opinion of the Engineer, are detrimental to proper application. A motor grader shall not be used to spread the lime. b. Slurry Placing. The lime shall be mixed with water in trucks with approved distributors and applied as a thin water suspension or slurry. Commercial lime slurry shall be applied with a lime percentage not less than that applicable for the grade used. The distribution of lime shall be by successive passes over a measured section of subgrade until the specified amount of lime has been spread. The amount of lime spread shall be the amount required for mixing to the specified depth that will result in the amount determined in the soil -lime mixture or as shown on the plans. The distributor truck shall continually agitate the slurry to keep the mixture uniform. 155-6.3 MIXING. The mixing procedure shall be the same for "Dry Placing" or "Slurry Placing" as hereinafter described: a. Preliminary Mixing. The full depth of the treated subgrade shall be mixed with an approved mixing machine. Lime shall not be left exposed for more than six (6) hours. The mixing machine shall make two coverages. Water shall be added to the subgrade during mixing to provide a moisture content approximately 5% above the optimum moisture of the material and to ensure chemical action of the lime and subgrade. After mixing, the subgrade shall be lightly rolled to seal the surface and help prevent evaporation of moisture. The water content of the subgrade mixture shall be maintained at a moisture content above the optimum moisture content for a minimum of 48 hours or until the material becomes friable. During the curing period, the material shall be sprinkled as directed by the Engineer. b. Final Mixing. After the required curing time, the material shall be uniformly mixed by approved methods. If the mixture contains clods, they shall be reduced in size by blading, discing, harrowing, scarifying, or the use of other approved pulverization methods so that the remainder of the clods shall meet the following requirements when tested dry by laboratory sieves. After curing, pulverize lime treated material until soil particles pass a one inch sieve and 60% pass the No. 4 sieve. If resultant mixture contains clods, reduce their size by scarifying, remixing, or pulverization to meet specified gradation. 155-6.4 COMPACTION. Compaction of the mixture shall immediately follow the final mixing operation with no part of the mixture uncompacted more than 30 minutes after final mixing. The material shall be aerated or sprinkled as necessary to provide the optimum moisture content during compaction. The field density of the compacted mixture shall be at least 93% of the maximum density of laboratory specimens prepared from samples taken from the material in place. The specimens shall be compacted and tested in accordance with ASTM D698 to determine maximum density and optimum moisture content. The in- place field density shall be determined in accordance with ASTM D6938, Procedure A, direct transmission method. Testing frequency shall be a minimum of one compaction test per 300 square yards of stabilized base or as directed by the Engineer. The material shall be sprinkled and rolled as directed by the Engineer. All irregularities, depressions, or weak spots that develop shall be corrected immediately by scarifying the areas affected, adding or removing material as required, and reshaping and recompacting. The surface of the subgrade shall be maintained in a smooth condition, free from undulations and ruts, until other work is placed on it or the work is accepted by the Engineer. The full depth of the material shown on the plans shall be compacted to remain firm and stable under construction equipment. All testing shall be done by the Contractor's laboratory in the presence of the Engineer and density test results shall be furnished upon completion to the Engineer for acceptance determination. Perform in-place density test to determine degree of compaction between 24 and 72 hours after final compaction and 24 hour moist cure period. If the material fails to meet the density P-155-3 AC 150/5370-10G 7/21/2014 requirements, it shall be reworked to meet the density requirements. The shape of the course shall be maintained smooth and shall conform to the typical section shown on the plans and the established lines and grades. If the material loses the specified stability, density, and finish before the next course is placed or the work is accepted by the Engineer, the material shall be recompacted and refinished by the Contractor, and the cost shall be incidental to this item. 155-6.5 FINISHING AND CURING. After the final layer or course of lime -treated subgrade has been compacted, it shall be brought to the required lines and grades in accordance with the typical sections. The completed section shall then be finished by rolling, as directed by the Engineer, with a pneumatic or other suitable roller sufficiently light to prevent hairline cracking. The finished surface shall not vary more than 3/8 inch when tested with a 12 feet straightedge applied parallel with and at right angles to the pavement centerline. Any variations in excess of this tolerance shall be corrected by the Contractor in a manner satisfactory to the Engineer, and the cost shall be incidental to this item. The completed section shall be moist -cured for a minimum of seven (7) days before further courses are added or any traffic is permitted, unless otherwise directed by the Engineer. Subsequent courses shall be applied within 14 days after the lime -treated subgrade is cured. 155-6.6 THICKNESS. The thickness of the final lime -treated subgrade shall be not less than the thickness specified. Thickness shall be determined by depth tests or cores taken at intervals so that each test shall represent no more than 300 square yards. When the base deficiency is more than 1/2 inch, the Contractor shall correct such areas in a manner satisfactory to the Engineer. The Contractor shall replace the base material where borings are taken for test purposes. This cost shall be incidental to this item. 155-6.7 MAINTENANCE. The Contractor shall protect and maintain the lime -treated subgrade from yielding until the lime -treated subgrade is covered by placement of the next layer. The cost of this maintenance shall be incidental to this item. 155-6.8 HANDLING AND SAFETY. The Contractor shall obtain and enforce the lime supplier's instructions for proper safety and handling of the lime to prevent physical eye or skin contact with lime during transport or application. METHOD OF MEASUREMENT 155-7.1 Lime -treated subgrade shall be paid for by the square yard in the completed and accepted work. 155-7.2 Lime shall be paid by the number of tons of Hydrated Lime, or the calculated equivalent, used in the completed and accepted work. "Calculated Equivalent" will be determined by the Engineer as follows: a. Hydrated lime delivered to the project in dry form will be measured according to the actual tonnage either spread on the subgrade or batched on site into a slurry, whichever is applicable. b. Lime delivered to the project in slurry form will be paid for on the basis of certified chemical composition tickets and batch weight tickets. The Owner shall reserve the right to have the dry lime content verified by an independent testing laboratory. If the chemical composition is reported on the basis of Pebble Quicklime, the equivalent hydrated lime will be determined in accordance with paragraph c. below. c. Pebble Quicklime is delivered to the project in dry form it will be measured for payment on the basis of the following formula: Total Quicklime (CaO)(Tons) x %Purity x 1.32 Factor + Total Quicklime (CaO)(Tons) x Impurities x 1.00 Factor = Equivalent Hydrated Lime Ca(OH)2(Tons). P-155-4 AC 150/5370-1OG 7/21/2014 The above will apply whether the quicklime is spread dry (if allowed) or batched into a slurry BASIS OF PAYMENT 155-8.1 Payment shall be made at the contract unit price per square yard for the lime -treated subgrade at the thickness specified. The price shall be full compensation for furnishing all material, except the lime, and for all preparation, delivering, placing and mixing these materials, and all labor, equipment, tools and incidentals necessary to complete this item. 155-8.2 Payment shall be made at the contract unit price per ton of lime. This price shall be full compensation for furnishing, delivery, and placing this material. Payment will be made under: Item P-155-8.1 Lime -treated subgrade (12")—per square yard Item P-155-8.2 Lime—per ton TESTING REQUIREMENTS ASTM D 698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ibf/ft3) (600 kN-m/m3) ASTM D 1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand - Cone Method ASTM D 6938 Standard Test Method for In -Place Density and Water Content of Soil and Soil - Aggregate by Nuclear Methods (Shallow Depth) MATERIAL REQUIREMENTS ASTM C 51 Standard Terminology Relating to Lime and Limestone (as used by the Industry) ASTM C 977 Standard Specification for Quicklime and Hydrated Lime for Soil Stabilization ASTM D 3551 Standard Practice for Laboratory Preparation of Soil -Lime Mixtures Using Mechanical Mixer END OF ITEM P-155 P-155-5 AC 150/5370-1OG 7/21/2014 Page Intentionally Left Blank P-155-6 AC 150/5370-1OG 7/21/2014 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 fences, 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. Temporary control measures shall be design, installed and maintained to minimize the creation of wildlife attractants that have the potential to attract hazardous wildlife on or near public -use airports. 156-1.2 This item covers the application of Temporary Erosion Control items at locations shown on the Plans, as directed by the Engineer, and as required for permit compliance, and the requirement of the Contractor to produce, execute, and maintain a specific Storm Water Pollution Prevention Plan (SWPPP) for the project. The Contractor will also be required to request and obtain all necessary federal, state, and local permits. The temporary erosion control measures shown in the Plans do not represent the extent of work and coordination required by the Contractor under this item. MATERIALS 156-2.1 GRASS. Grass that will not compete with the grasses sown later for permanent cover per Item T- 901 shall be a quick -growing species (such as ryegrass, Italian ryegrass, or cereal grasses) suitable to the area providing a temporary cover. Selected grass species shall not create a wildlife attractant. 156 2.2 MULCHES. Mulches may be hay, straw, fiber mats, netting, bark, wood chips, or other suitable shall not create a wildlife attractant. 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 SILT FENCE. The silt fence shall consist of polymeric filaments which are formed into a stable network such that filaments retain their relative positions. Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six months of expected usable construction life. Silt fence shall meet the requirements of ASTM D6461 156-2.6 OTHER. All other materials shall meet commercial grade standards and shall be approved by the Engineer before being incorporated into the project be in accordance ITEM 506 — TEMPORARY EROSION, SEDIMENTATION, AND ENVIRONMENTAL CONTROLS of the TxDOT 2014 Standard Specifications, except as modified or augmented herein. Heavy Duty silt fencing (with welded wire in P-156-1 AC 150/5370-10G 7/21/2014 the fabric) may be required on steep slopes if the Engineer determines that the silt fence used by the Contractor is not performing satisfactory. 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, 156-3.2 SCHEDULE. Prior to the start of construction, the Contractor shall submit schedules for accomplishment of temporary and permanent erosion control work for clearing and grubbing; grading; construction; paving; and structures at watercourses. The Contractor shall also submit a proposed method of erosion and dust control on haul roads and borrow pits and a plan for disposal of waste materials. Work shall not be started until the erosion control schedules and methods of operation for the applicable construction have been accepted by the Engineer. 156-3.3 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 schedule. 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 may be a problem, clearing and grubbing operations should be scheduled and performed so that grading operations and permanent erosion control features can follow immediately if project conditions permit; otherwise, temporary erosion control measures may be required. The Engineer shall 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 with the accepted schedule. If seasonal limitations make such coordination unrealistic, temporary erosion control measures shall be taken immediately to the extent feasible and justified as directed by the Engineer. The Contractor shall 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 as directed by the Engineer. If 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 directed by the Engineer, the work shall be performed by the Contractor and the cost shall be incidental to this item. The Engineer may increase or decrease the area of erodible earth material that can be exposed at any time based on an analysis of project conditions. The erosion control features installed by the Contractor shall be acceptably maintained by the Contractor during the construction period. Whenever construction equipment must cross watercourses at frequent intervals, temporary structures should be provided. P-156-2 AC 150/5370-10G 7/21/2014 Pollutants such as fuels, lubricants, bitumen, raw sewage, wash water from concrete mixing operations, and other harmful materials shall not be discharged into any waterways, impoundments or into natural or manmade channels. 156-3.4 INSTALLATION, MAINTENANCE AND REMOVAL OF SILT FENCES. Silt fences shall extend a minimum of 16 inches and a maximum of 34 inches above the ground surface. Posts shall be set no more than 10 feet on center. Filter fabric shall be cut from a continuous roll to the length required minimizing joints where possible. When joints are necessary, the fabric shall be spliced at a support post with a minimum 12 -inch overlap and securely sealed. A trench shall be excavated approximately 4 inches deep by 4 inches wide on the upslope side of the silt fence. The trench shall be backfilled and the soil compacted over the silt fence fabric. The Contractor shall remove and dispose of silt that accumulates during construction and prior to establishment of permanent erosion control. The fence shall be maintained in good working condition until permanent erosion control is established. Silt fence shall be removed upon approval of the Engineer. 156-3.5 CONSTRUCTION METHODS. Providing the temporary erosion control items and devices shown on the Plans is intended to minimize the erosion of soils during construction. However, the items and devices shown are not intended to represent all of the necessary items or procedures required to be implemented by the Contractor. The plans and specifications show the Engineer's estimate of a minimum effort needed to maintain proper erosion control during construction. Additional effort and materials may be required by the Contractor to minimize the erosion of soils during construction. It shall be the Contractor's responsibility to install and maintain all the items shown in the Plans and to coordinate, submit, obtain, and comply with all necessary Federal, State, and local permits. The coordination with governing agencies shall include, but not limited to the following: - Filing the Notice of Intent with the Texas Commission on Environmental Quality (TCEQ), - Producing and maintaining an approved Storm Water Pollution Prevention Plan, - Coordinating and obtaining all local permits regarding grading operations for the proposed improvements, Contractor's staging area, spoil placement and any other grading operations related to the project as directed by the local governing agency. METHOD OF MEASUREMENT 156-4.1 Temporary erosion and pollution control work required will be performed as scheduled or directed by the Engineer. Completed and accepted work will be measured as one complete item. This work includes obtaining all necessary federal, state, and local permits required to complete this project. follows: a. Temporary seeding and mulching will be measured by the square yard. b. Temporary slope drains will be measured by the linear foot. d. All fertilizing will be measured by the ton. e. Installation and removal of silt fence will be measured by the [linear foot] [Lump sum]. 156-4.2 Control work performed for protection of construction areas outside the construction limits, such as borrow and waste areas, haul roads, equipment and material storage sites, and temporary plant sites, will not be measured and paid for directly but shall be considered as a subsidiary obligation of the Contractor. P-156-3 AC 150/5370-1 OG 7/21/2014 BASIS OF PAYMENT 156-5.1 Temporary erosion control acceptably completed will be paid for at the contract lump sum price bid for "TEMPORARY EROSION CONTROL," which shall be full compensation for furnishing all materials, tools, equipment, labor, and incidentals necessary to complete the work. Periodic payments will be made under this item in proportion to the amount of work accomplished, as determined by the Engineer. Payment for "TEMPORARY EROSION CONTROL" will also include obtaining and compliance with the SWPPP, which shall include compensation for drainage -way inspections, report preparation, housekeeping practices, cleaning and maintenance, and other actions outlined in the SWPPP prepared by the Contractor necessary to execute the Plan. This item consists of all erosion control items not listed as a separate pay item in the Unit Price Schedule. Any fines issued to the Owner as a result of the Contractor's insufficient execution of the SWPPP will be assessed to the Contractor. Such deductions shall not be limited to the lump sum price of this item. Payment will be made under: Item P-156-5.1 Temporary Erosion Control—per Lump Sum Item P -156-5.1a Item P 156 5.1b Item P 156 5.1c Item P 156 5.1d Item P 156 5.1e Temporary seeding and mulching – per Square Yard. Temporary slope drains per Linear Foot. Temporary benches, dikes, dams and sediment basins – per Cubic Yard Fertilizing per Ton Installation and removal of silt fence [per Linear Feet] [Lump Sum] Where other directed work falls within the specifications for a work item that has a contract price, the units MATERIAL REQUIREMENTS ASTM D6461 Standard Specification for Silt Fence Materials AC 150/5200-33 Hazardous Wildlife Attractants END OF ITEM P-156 P-156-4 AC 150/5370-1OG 7/21/2014 ITEM P-209 CRUSHED AGGREGATE BASE COURSE DESCRIPTION 209-1.1 This item consists of a base course composed of crushed aggregate base constructed on a prepared course in accordance with these specifications and in conformity to the dimensions and typical cross-sections shown on the plans. MATERIALS 209-2.1 CRUSHED AGGREGATE BASE. Crushed aggregate shall consist of clean, sound, durable particles of crushed stone, crushed gravel, or crushed slag and shall be free from coatings of clay, silt, organic material, or other objectionable materials. Aggregates shall contain no clay lumps or balls. Fine aggregate passing the No. 4 (4.75 mm) sieve shall consist of fines from the coarse aggregate crushing operation. If necessary, fine aggregate may be added to produce the correct gradation. The fine aggregate shall be produced by crushing stone, gravel, or slag that meet the coarse aggregate requirements for wear and soundness. The crushed slag shall be an air-cooled, blast furnace slag and shall have a unit weight of not less than 70 pounds per cubic foot when tested per ASTM C29. The coarse aggregate portion, defined as the material retained on the No. 4 (4.75 mm) sieve, shall not have a loss of greater than 45% when tested per ASTM C131. The sodium sulfate soundness loss shall not exceed 12%, or the magnesium sulfate soundness loss shall not exceed 18%, after five cycles, when tested in accordance with ASTM C88. The aggregate shall contain no more than 15%, by weight, of flat, elongated, or flat and elongated particles per ASTM D4791. A flat particle is one having a ratio of width to thickness greater than 3; an elongated particle is one having a ratio of length to width greater than three (3). The aggregate shall have at least 90% by weight of particles with at least two fractured faces and 100% with at least one fractured face per ASTM D5821. The area of each face shall be equal to at least 75% of the smallest mid -sectional area of the piece. When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 degrees to count as two fractured faces. a. Sampling and Testing for Initial Aggregate Base Requirements. Samples shall be taken by the Contractor in the presence of the Engineer. Material shall meet the requirements in paragraph 209-2.1 and 209-2.2. This sampling and testing will be the basis for approval of the aggregate base quality requirements. In lieu of testing, the Engineer may accept certified state test results indicating that the aggregate meets specification requirements. Certified test results shall be less than 6 months old. 209-2.2 GRADATION REQUIREMENTS. The gradation of the aggregate base material shall meet the requirements of the gradation given in the following table when tested per ASTM C117 and ASTM C136. The gradation shall be well graded from coarse to fine as defined by ASTM D2487 and shall not vary from the lower limit on one sieve to the high limit on an adjacent sieve or vice versa. The fraction of material passing the No. 200 (0.075 mm) sieve shall not exceed one-half the fraction passing the No. 40 (0.45 mm) sieve. P-209-1 AC 150/5370-10G 7/21/2014 REQUIREMENTS FOR GRADATION OF AGGREGATE BASE Sieve Size Design Range Percentage by Weight Contractor's Final Gradation Job Control Grading Band Tolerances for Contractor's Final Gradation Percent 2 inch (50 mm) 100 0 1-1/2 inch (38 mm) 95-100 ±5 1 inch (25 mm) 70-95 ±8 3/4 inch (19 mm) 55-85 ±8 No. 4 (4.75 mm) 30-60 ±8 No. 40 (0.45 mm) 10-30 ±5 No. 200 (0.075 mm) 0-8 ±3 The "Job Control Grading Band Tolerances for Contractor's Final Gradation" in the table shall be applied to "Contractor's Final Gradation" to establish a job control grading band. The full tolerance still applies if application of the tolerances results in a job control grading band outside the design range. a. Sampling and Testing for Gradation. Gradation tests shall be performed by the Engineer per ASTM C136 and sieve analysis on material passing the No. 200 sieve (75 mm) per ASTM C117. The Engineer shall take at least two aggregate base samples per lotto check the final gradation. Sampling shall be per ASTM D75. The lot will be consistent with the lot size used for density. The samples shall be taken from the in-place, un -compacted material in the presence of the Engineer. Sampling points and intervals will be designated by the Engineer. If certified state test results have been accepted by the Engineer, sampling of aggregates shall be at the discretion of the Engineer. The sample taken by the Engineer shall be within either the tolerance limits of the submitted job mix or the allowable limits as defined in Table 1. If the sample taken is not within the allowable tolerance limits of the job mix or Table 1, the entire lot shall be removed and replaced with a conforming material at the contractor's expense. CONSTRUCTION METHODS 209-3.1 PREPARING UNDERLYING SUBGRADE AND/OR SUBBASE. The underlying subgrade and/or subbase shall be checked and accepted by the Engineer before base course placing and spreading operations begin. Re -proof rolling of the subgrade or proof rolling of the subbase in accordance with P- 152, at the Contractor's expense, may be required by the Engineer if the Contractor fails to ensure proper drainage or protect the subgrade and/or subbase. Any ruts or soft, yielding areas due to improper drainage conditions, hauling, or any other cause, shall be corrected before the base course is placed. To ensure proper drainage, the spreading of the base shall begin along the centerline of the pavement on a crowned section or on the high side of the pavement with a one-way slope. 209-3.2 PRODUCTION. The aggregate shall be uniformly blended and, when at a satisfactory moisture content per paragraph 209-3.4, the approved material may be transported directly to the spreading equipment. P-209-2 AC 150/5370-10G 7/21/2014 209-3.3 PLACING. The aggregate base material shall be placed on the prepared underlying subgrade and/or subbase and compacted in layers to the thickness shown on the plans. Work shall progress without interruption. The material shall be deposited and spread in lanes in a uniform layer without segregation to such loose depth that, when compacted, the layer shall have the specified thickness. The aggregate base course shall be constructed in layers of uniform thickness of not less than 3 inches nor more than 6 inches of compacted thickness. The aggregate as spread shall be of uniform grading with no pockets of fine or coarse materials. The aggregate, unless otherwise permitted by the Engineer, shall not be spread more than 2,000 square yards in advance of the rolling. Any necessary sprinkling shall be kept within these limits. Care shall be taken to prevent cutting into the underlying layer during spreading. No material shall be placed in snow or on a soft, muddy, or frozen course. The aggregate base material shall be spread by spreader boxes or other approved devices. This equipment shall have positive thickness controls that spread the aggregate in the required amount to avoid or minimize the need for hand manipulation. Dumping from vehicles that require re -handling shall not be permitted. Hauling over the uncompacted base course shall not be permitted. When more than one layer is required, the construction procedure described herein shall apply similarly to each layer. 209-3.4 COMPACTION. Immediately upon completion of the spreading operations, the crushed aggregate shall be thoroughly compacted. The number, type, and weight of rollers shall be sufficient to compact the material to the required density. Immediately after completion of the spreading operations, compact each layer of the base course, as specified, with approved compaction equipment. The number, type, and weight of rollers shall be sufficient to compact the material to the required density within the same day that the aggregate is placed on the subgrade. The moisture content of the material during placing operations shall be within ±2 percentage points of the optimum moisture content as determined by ASTM D6938. 209-3.5 ACCEPTANCE SAMPLING AND TESTING FOR DENSITY. Aggregate base course shall be accepted for density on a lot basis. A lot will consist of one day's production if it does not exceed 2,400 square yards. A lot will consist of one-half day's production if a day's production consists of between 2,400 and 4,800 square yards. The Engineer shall perform all density tests. Each lot shall be divided into two equal sublots. One test shall be made for each sublot and shall consist of the average of two random locations for density determination. Sampling locations will be determined by the Engineer on a random basis per ASTM D3665. Each lot will be accepted for density when the field density is at least 100% of the maximum density of laboratory specimens. The specimens shall be compacted and tested per ASTM D1557. The in-place field density shall be determined per ASTM D6938 using Procedure A, the direct transmission method, and ASTM D6938 shall be used to determine the moisture content of the material. The machine shall be calibrated in accordance with ASTM D6938. If the specified density is not attained, the entire lot shall be reworked and/or recompacted and two additional random tests made at the Contractor's expense. This procedure shall be followed until the specified density is reached. 209-3.6 SURFACE TOLERANCES. After the course has been compacted, the surface shall be tested for smoothness and accuracy of grade and crown. Any portion lacking the required smoothness or failing in accuracy of grade or crown shall be scarified to a depth of at least 3 inches, reshaped and recompacted to grade. until the required smoothness and accuracy are obtained and approved by the Engineer. Any deviation in surface tolerances shall be corrected by the Contractor at the Contractor's expense. The smoothness and accuracy requirements specified here apply only to the top layer when base course is constructed in more than one layer. P-209-3 AC 150/5370-10G 7/21/2014 a. Smoothness. The finished surface shall not vary more than 3/8 inch when tested with a 12 -foot straightedge applied parallel with and at right angles to the centerline. The straightedge shall be moved continuously at half the length of the 12 -foot straightedge for the full length of each line on a 50 -foot grid. b. Accuracy. The grade and crown shall be measured on a 50 -foot grid and shall be within +0 and - 1/2 inch of the specified grade. 209-3.7 THICKNESS CONTROL. The thickness of the base course shall be within +0 and -1/2 inch of the specified thickness as determined by depth tests or survey information taken by the Contractor in the presence of the Engineer. Survey is required before and after placement of the base if it is to be used. Tests shall be taken at intervals representing no more than 300 square yards per test. Sampling locations will be determined by the Engineer per ASTM D3665. Where the thickness is deficient by more than 1/2 inch, the Contractor shall correct such areas at no additional cost by scarifying to a depth of at least 3 inches, adding new material of proper gradation, and the material shall be blended and recompacted to grade. Additional test holes may be required to identify the limits of deficient areas. The Contractor shall replace, at his expense, base material where depth tests have been taken. 209-3.8 PROTECTION. Perform construction when the atmospheric temperature is above 35°F. When the temperature falls below 35°F, protect all completed areas by approved methods against detrimental effects of freezing. Correct completed areas damaged by freezing, rainfall, or other weather conditions to meet specified requirements. When the aggregates contain frozen materials or when the underlying course is frozen or wet, the construction shall be stopped. Hauling equipment may be routed over completed portions of the base course, provided no damage results. Equipment shall be routed over the full width of the base course to avoid rutting or uneven compaction. The Engineer will stop all hauling over completed or partially completed base course when, in the Engineer's opinion, such hauling is causing damage. Any damage to the base course shall be repaired by the Contractor at the Contractor's expense. 209-3.9 MAINTENANCE. The Contractor shall maintain the base course in a satisfactory condition until the full pavement section is completed and accepted by the Engineer. The surface shall be kept clean and free from foreign material and properly drained at all times. Maintenance shall include immediate repairs to any defects and shall be repeated as often as necessary to keep the area intact. Any base course that is not paved over prior to the onset of winter shall be retested to verify that it still complies with the requirements of this specification. Any area of base course that is damaged shall be reworked or replaced as necessary to comply with this specification. Equipment used in the construction of an adjoining section may be routed over completed base course, if no damage results and the equipment is routed over the full width of the base course to avoid rutting or uneven compaction. The Contractor shall remove all survey and grade hubs from the base courses prior to placing any bituminous surface course. METHOD OF MEASUREMENT 209-4.1 The quantity of crushed aggregate base course will be determined by measurement of the number of square yards of material actually constructed and accepted by the Engineer as complying with the plans and specifications. Base materials shall not be included in any other excavation quantities. P-209-4 AC 150/5370-10G 7/21/2014 BASIS OF PAYMENT 209-5.1 Payment shall be made at the contract unit price per square yards for crushed aggregate base course. This price shall be full compensation for furnishing all materials, for preparing and placing these materials, and for all labor, equipment tools, and incidentals necessary to complete the item. Payment will be made under: Item P-209-5.1 Crushed Aggregate Base Course (18") — per Square Yard TESTING REQUIREMENTS ASTM C29 Standard Test Method for Bulk Density ("Unit Weight") and Voids in Aggregate ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C117 Standard Test Method for Materials Finer than 75 -pm (No. 200) Sieve in Mineral Aggregates by Washing ASTM C131 Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM D75 Standard Practice for Sampling Aggregates ASTM D422 Standard Test Method for Particle -Size Analysis of Soils ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3 (600 kN-m/m3)) ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand - Cone Method ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3 (2700 kN-m/m3)) ASTM D2167 Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method ASTM D2419 Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate ASTM D3665 Standard Practice for Random Sampling of Construction Materials ASTM D4718 Standard Practice for Correction of Unit Weight and Water Content for Soils Containing Oversize Particles ASTM D4791 Standard Test Method for Flat Particles, Elongated Particles, or Flat and Elongated Particles in Coarse Aggregate ASTM D5821 Standard Test Method for Determining the Percentage of Fractured Particles in Coarse Aggregate P-209-5 AC 150/5370-1OG 7/21/2014 ASTM D6938 Standard Test Method for In -Place Density and Water Content of Soil and Soil - Aggregate by Nuclear Methods (Shallow Depth) END OF P-209 P-209-6 AC 150/5370-1OG 7/21/2014 ITEM P-304 CEMENT -TREATED BASE COURSE DESCRIPTION 304-1.1 This item shall consist of a cement -treated base (CTB) course composed of mineral aggregate and cement, uniformly blended and mixed with water. The mixed material shall be spread and shaped with a mechanical spreader, and compacted with rollers in accordance with these specifications and in conformance to the lines, grades, dimensions, and cross-sections shown on the plans. MATERIALS 304-2.1 AGGREGATE. The aggregate shall be select granular materials, comprised of crushed or uncrushed gravel and/or stone, or recycled crushed and graded portland cement concrete (PCC). The material shall be free of roots, sod, and weeds. The crushed or uncrushed aggregate shall consist of hard, durable particles of accepted quality, free from an excess of soft, flat, elongated, or disintegrated pieces, and objectionable matter. The method used to produce the aggregate shall ensure the finished product is as consistent as practicable. All inferior quality stones and rocks shall be wasted. If recycled PCC is used as the aggregate, it must meet the requirements for virgin aggregate. Recycled PCC cannot be contaminated with asphalt or other products. The percentage of wear of the crushed aggregate retained on the No. 4 (4.75 -mm) sieve shall not be greater than 40% when tested in accordance with ASTM C131. The sodium sulfate soundness loss shall not exceed 10%, or the magnesium sulfate soundness loss shall not exceed 15%, after five cycles, when tested in accordance with ASTM C88. When tested in accordance with ASTM C136, the aggregate shall conform to the gradation(s) shown in the table below (titled Aggregate Gradation for CTB Material). An aggregate blend that meets the requirements of the table shall be selected by the Contractor and used in the final mix design. The final aggregate blend shall be well graded from coarse to fine within the limits designated in the table and shall not vary from the low limit on one sieve to the high limit on adjacent sieves, or vice versa. The portion of final aggregate blend passing the No. 40 (425 pm) sieve shall have a liquid limit of not more than 25 and a plasticity index of not more than six (6) when tested in accordance with ASTM D4318. TABLE 1. AGGREGATE GRADATION FOR CTB MATERIAL. Sieve Size Percentage by Weight Passing Sieves Gradation A Gradation B 2 in (51 mm) 100 1 100 1 No. 4 (4.75 mm) 45 - 100 55 - 100 No. 10 (1.80 mm) 37 - 80 45 - 100 No. 40 (450 µm) 15 - 50 25 - 80 No. 80 (210 µm) 0 - 25 10 - 35 1 Maximum nominal size of aggregate is 1 inch. All aggregate samples required for testing shall be furnished by the Contractor at the expense of the Contractor. Sampling shall be performed by the Contractor in accordance with ASTM D75. 304-2.2 CEMENT. Cement shall conform to the requirements of ASTM Type I/11. 304-2.3 CEMENTITIOUS ADDITIVIES. Pozzolanic and slag cement may be added to the CTB mix. If used, each material must meet the following requirements: P-304-1 AC 150/5370-10G 7/21/2014 a. Pozzolan. Pozzolanic materials must meet the requirements of ASTM C618, Class F, or N with the exception of loss of ignition, where the maximum shall be less than 6%. b. Slag Cement. Slag shall conform to ASTM C989, Grade 80, 100, or 120. 304-2.4 WATER. Water used in mixing or curing shall be potable, clean and free of oil, salt, acid, alkali, sugar, vegetable, or other deleterious substances injurious to the finished product. 304-2.5 CURING MATERIALS. For curing CTB placed under PCC pavement, use white -pigmented, liquid membrane -forming compound conforming to ASTM C309, Type 2, Class A or Class B (wax -based). COMPOSITION OF MIXTURE 304-3.1 GENERAL. The CTB material shall be composed of a mixture of aggregate, cementitious material, and water. Fly ash or slag cement may be used as a partial replacement for Portland cement. 304-3.2 MIX DESIGN. The mix design shall use a cement content that, when tested in the laboratory per ASTM D1633, produces a 7 -day compressive strength between 400 pounds per square inch minimum and 800 pounds per square inch maximum. The 28 -day strength shall not exceed 1000 pounds per square inch. The mix design shall include a complete list of materials, including type, brand, source, and amount of cement, fine aggregate, coarse aggregate, water, and cementitious additives. Should a change be made in aggregate sources or type of cement, or if cementitious additives are added or deleted from the mix, production of the CTB mix shall be stopped and a new mix design shall be submitted. 304-3.3 SUBMITTALS. At least 30 days prior to the placement of the CTB, the Contractor shall submit certified test reports to the Engineer for those materials proposed for use during construction, as well as the mix design information for the CTB material. Tests older than six (6) months shall not be used. The certification shall show the ASTM or AASHTO specifications or tests for the material, the name of the company performing the tests, the date of the tests, the test results, and a statement that the material did or did not comply with the applicable specifications. The submittal package shall include the following: a. Source(s) of materials, including aggregate, cement, cementitious additives, curing, and bond - breaking materials. b. Physical properties of the aggregates, cement, cementitious additives, curing, and bond -breaking materials. c. Mix design: • Mix identification number • Aggregate gradation • Cement content • Water content • Cementitious materials content d. Laboratory test results: • Compaction and strength test procedures • Laboratory compaction characteristics (maximum dry density and optimum moisture content) • Compressive strength at seven (7) day and twenty eight (28) days. • Wet -dry and/or freeze -thaw weight loss, if applicable P-304-2 AC 150/5370-10G 7/21/2014 No CTB material shall be placed until the submittal is accepted in writing by the Engineer. During production, the Contractor shall submit batch tickets for each delivered load. EQUIPMENT All equipment necessary to mix, transport, place, compact, and finish the CTB material shall be furnished by the Contractor. The equipment shall be inspected and approved by the Engineer at the job site prior to the start of construction operations. 304-4.1 MIXING. The mixer shall be a batch or continuous -flow type stationary mixer. The mixer shall be equipped with calibrated metering and feeding devices that introduce the aggregate, cement, water, and cementitious additives (if used) into the mixer in the specified quantities. If necessary, a screening device shall be used to remove oversized material greater than 2 inches from the raw aggregate feed prior to mixing. The Engineer shall have free access to the plant at all times for inspection of the plant's equipment and operation and for sampling the CTB mixture and its components. 304-4.2 HAULING. The mixed CTB material shall be transported from the plant to the job site in trucks or other hauling equipment having beds that are smooth, clean, and tight. Truck bed covers shall be provided and used to protect the CTB from rain. CTB material that becomes wet during transport shall be rejected. 304-4.3 PLACING. CTB material shall be placed using a mechanical spreader or a machine capable of receiving, spreading, and shaping the mixture without segregation into a uniform layer or lift. The equipment shall be equipped with a strike -off plate capable of being adjusted to the specified layer thickness. It shall also be equipped with two end gates or cut off plates, so that the CTB may be spread in widths varying up to lane width. 304-4.4 COMPACTION. Compaction of the CTB layer shall be accomplished using one or a combination of the following pieces of equipment: tamping or grid roller; steel -wheeled roller; vibratory roller; pneumatic -tire roller, and/or vibrating plate compactor (for areas inaccessible to rollers). The number, type, and weight of rollers and/or compactors shall be sufficient to compact the mixture to the required density. 304-4.5 FINISHING. Final trimming of the compacted CTB to meet surface requirements shall be accomplished using a self-propelled grader or trimming machine, with a mold board cutting edge, which is at least 12 feet wide and is automatically controlled by sensors in conjunction with an independent grade control from a taut stringline. Stringline will be required on both sides of the sensor controls for the pilot lane. For all other lanes, a single stringline on the outside and grade matching with previously completed adjacent lanes is permissible. CONSTRUCTION METHODS 304-5.1 WEATHER LIMITATIONS. 304-5.1.1 Cold weather. Do not construct base when weather conditions will detrimentally affect quality of the finished course. Apply cement when the ambient temperature is a minimum of 40°F and rising. Do not apply cement to aggregate materials that are frozen or contain frost. If ambient temperature falls below 40°F, protect completed cement -treated areas against freezing. Reprocess, reshape, and recompact damaged material. The CTB shall not be placed on frozen surfaces. Provide drainage to prevent water from collecting or standing on stabilized areas, and on the pulverized, mixed, or partially mixed materials. P-304-3 AC 150/5370-10G 7/21/2014 304-5.1.2 Rain. The CTB may must not be placed when it is raining. If unexpected rain occurs during placement, the layer should be quickly compacted. CTB material that becomes wet by rain during transport or placement shall be evaluated by the Engineer, and may be rejected. 304-5.2 PREPARATION OF UNDERLYING COURSE. The underlying course shall be checked by the Engineer before placing and spreading operations are started, to ensure that it is free of any ruts, depressions, or bumps and is finished to the correct grade. Any ruts or soft yielding places shall be corrected before the CTB mixture is placed. The underlying course shall be wetted in advance of placing the CTB layer. The final prepared grade prior to placing the CTB should be in a firm and moist condition free of frost. Use of chemicals to eliminate frost will not be permitted. To ensure proper drainage, placement of the base shall begin along the centerline of the pavement on a crowned section or on the highest elevation contour of a pavement with variable cross slope. 304-5.3 GRADE CONTROL. Grade control between the edges of the CTB shall be accomplished at intervals of 50 feet or less on the longitudinal grade and at 25 feet or less on the transverse grade. 304-5.4 HANDLING, MEASURING, AND BATCHING. The continuous flow central plant site, layout, equipment, and provisions for transporting material shall assure a continuous supply of material to the work. Aggregate stockpiles shall be constructed in a manner that prevents segregation and intermixing of deleterious materials. Aggregates that are segregated or mixed with earth or foreign material will not be accepted. Continuous flow plants shall be equipped with feeders to automatically and accurately proportion aggregates and bulk cement, by weight. When bulk cement is used, the Contractor shall use a suitable method of handling the cement such as a chute, boot or other device, to prevent loss of cement between the weigh hopper and mixer. The device shall provide positive assurance that the specified cement content is present in each batch. 304-5.5 MIXING. Aggregate and cement may be proportioned either by weight or volume, and shall be mixed sufficiently to prevent the forming of cement balls when water is added. The mixing time shall be that required to secure a well -blended, uniform mixture of aggregate, cement, water, and pozzolan (if used). The minimum mixing time will be based on the uniformity and consistency of the mixture. 304-5.6 PLACING. The CTB mixture shall be deposited on the moistened stabilized subgrade ar• subbase and spread into a uniform layer of specified width and thickness that, when compacted and trimmed, conforms to the required line, grade, and cross-section. The Contractor may install the CTB layer in single or multiple compacted lifts; however, each compacted lift must be no greater than 6 inches thick. In multi- lift construction, the surface of the compacted lift shall be kept moist until covered with the next lift. Successive lifts shall be placed and compacted so that the required total depth of the CTB layer is completed within 12 hours. A single spreader may be used, provided it is capable of placing a uniform, full -depth layer of material across the full width of the base in one pass. Otherwise, two or more spreaders will be required, and shall be operated so that spreading progresses along the full width of the base in a uniform manner. 304-5.7 COMPACTION. Immediately upon completion of the spreading operations, the CTB material shall be thoroughly compacted using approved compaction equipment. At the start of compaction, the moisture content shall be within ±2 percentage points of the specified optimum moisture. P-304-4 AC 150/5370-10G 7/21/2014 304-5.8 FINISHING. After completing compaction, the surface of the CTB layer shall be shaped to the specified lines, grades, and cross-section. During the finishing process, the surface shall be kept moist by means of fog -type sprayers. Compaction and finishing shall produce a smooth, dense surface, free of ruts, cracks, ridges, and loose material. All placement, compaction, and finishing operations shall be completed within two (2) hours from the start of mixing. Material not completed within the 2 -hour time limit shall be removed and replaced at the Contractor's expense. CTB layer limits that extend beyond the edges of the new PCC surface course shall be rolled down or shaped to ensure the drainage is away from the new PCC surface course edge. 304-5.9 CONSTRUCTION JOINTS. At the end of each day's construction, a transverse construction joint shall be formed that is a true vertical face (perpendicular to the centerline) and is free of loose material. Longitudinal construction joints (parallel to the centerline) shall be formed to a consistent, well-defined vertical edge that is free of loose material. The longitudinal joints shall be located so there is a 2 -foot minimum offset from planned joints in any overlying layer. While forming construction joints, the Contractor shall make sure the material in the joint area is adequately compacted and that the joints are finished level and even with the remainder of the CTB layer. 304-5.10 CURING. The compacted and finished CTB shall be cured with the approved curing agents as soon as possible and in no case later than two (2) hours after completion of the finishing operations. The layer shall be kept moist using a moisture -retaining cover or a light application of water until the curing material is applied. When a liquid membrane -forming curing compound is used as the curing agent, the surface of the CTB layer shall be uniformly sprayed with the curing compound at the rate of one gallon to not more than 200 square feet to obtain a uniform cover over the surface. The spraying equipment shall be of the fully atomizing type equipped with a tank agitator. The curing compound shall be thoroughly and uniformly mixed with the pigment in the storage tank. During application, the compound shall be stirred continuously by mechanical means. Hand spraying of odd widths or shapes and CTB surfaces exposed by the removal of forms is permitted. The curing seal shall be maintained and protected until the pavement is placed. If the surface of the finished CTB and/or the curing seal becomes damaged, additional curing material shall be applied at the time it is damaged or when the damage is first observed. 304-5.11 PROTECTION. Completed portions of the cement -stabilized area may be opened to local traffic provided the curing process is not impaired and to other traffic after the curing period has elapsed, provided that the cement -stabilized course has hardened sufficiently to prevent surface marring or distortion by equipment or traffic. Do not permit construction equipment on the area during protection and curing periods. Necessary cement and water may be hauled over the area with pneumatic -tired equipment on approval of the Engineer. Protect finished portions of cement stabilized base from traffic of equipment used in constructing adjoining sections in a manner to prevent marring or damaging completed work. The CTB shall also be protected from freezing at all times. 304-5.12 BOND -BREAKER. When the CTB is to be placed directly beneath PCC, the entire surface of the CTB shall be coated with additional applications of curing compound at a rate of 1 gallon to not more than 100 square feet. The curing application, noted in 304.5.10, does not count for the bond breaking application. The surface shall be slippery prior to PCC placement. If the surface is not slippery additional coats shall be applied and the rate of application adjusted for the remaining production. 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, additional applications of curing materials may bo required. Tho Contractor shall bo responsible for selecting the de bonding compound and determining the necessary application rate. The de bonding compound shall be approved by the Engineer prior to being incorporated into the work. P-304-5 AC 150/5370-1OG 7/21/2014 MATERIAL ACCEPTANCE 304-6.1 ACCEPTANCE SAMPLING AND TESTING. All acceptance sampling and testing, with the exception of thickness determination, necessary to determine conformance with the requirements specified in this section will be performed by the Engineer. The Contractor shall provide the required CTB samples during construction for acceptance testing purposes. The samples shall be taken in the presence of the Engineer. Testing organizations performing these tests shall meet the requirements of ASTM D3666. All test equipment in Contractor -furnished laboratories shall be calibrated by the testing organization prior to the start of operations. The CTB layer shall be tested for density, thickness, grade, and surface tolerance on a lot basis, with a lot consisting of either (1) one day's production not to exceed 2,000 square yards, or (2) a half day's production, where a day's production consists of 2,000 to 4,000 square yards. Each lot shall be divided into four equal sublots. Within each sublot, one density test, one thickness measurement, and continuous surface straightedge tests (surface tolerance testing) shall be performed, as described below. Sampling locations shall be determined by the Engineer per ASTM D3665. If only three sublots are produced, the three sublots shall constitute a complete lot. If one or two sublots are produced for the same reason, they shall be incorporated into the next or previous lot, and the total number of sublots shall be used in the acceptance criteria calculation. End -of -production sublots (that is, sublots associated with the final placement of CTB for the project and are less than a complete lot) shall be handled as (1) three sublots shall constitute a lot, or (2) one or two sublots shall be incorporated into the previous lot. 304-6.1.1 Density Testing. CTB samples shall be taken from each sublot and used to create laboratory test specimens representing the various sublots. The specimens shall be compacted and tested for density and moisture content per ASTM D558. The density for each sublot comprising a lot, shall be used to determine an average density for the lot, which will serve as the basis for acceptance of the lot for density. Within each sublot in the field, one in-place density test shall be performed in accordance with ASTM D6938. The location of the test shall be randomly selected per ASTM D3665. The in-place density for each sublot comprising the lot shall be averaged and compared with the corresponding average lot density. Acceptance criteria for CTB density are provided in paragraph 304-6.2.1. All testing shall be done by the Engineer. 304-6.1.2 Thickness Testing. The CTB shall be tested for thickness using the same lot and sublots established for density testing. After three (3) days of curing, one 3 -inch diameter core per sublot shall be obtained from a random location, per ASTM D3665. The thickness of each sampled core shall be determined using the caliper measurement procedures provided in ASTM C174. The average thickness for the lot shall be determined using the individual sublot core thicknesses. Acceptance criteria for CTB thickness are provided in paragraph 304-6.2.2. At all locations where cores have been drilled, the resulting core holes shall be filled by the Contractor with CTB or non -shrink grout. 304-6.1.3 Grade Testing. The elevations of the finished CTB shall be surveyed every 25 feet on both sides of the CTB lane as soon as it has hardened sufficiently. Acceptance criteria for CTB grade are provided in paragraph 306-6.2.3. P-304-6 AC 150/5370-1OG 7/21/2014 304-6.1.4 Surface Tolerance Testing. After the CTB has hardened sufficiently, it shall be tested for surface tolerance with a 12 -foot straightedge or other approved measuring device for tolerances outlined in paragraph 304-6.2. 304-6.2 ACCEPTANCE CRITERIA. Acceptance of CTB will be based on density, thickness, grade, and surface tolerance, as described in the paragraphs below. 304-6.2.1 Density Requirements. For density, each lot of compacted material will be accepted without adjustment if the average in-place density of the lot is equal to or greater than 98% of the average laboratory density determined for the lot. Each lot of compacted CTB shall be accepted and payment adjusted in accordance with the table below. Sliding Pay Scale Factors For Density Average Dry Density (%) Payment (%) 98.0 and greater 100 97.0 - 97.9 95 96.0 - 96.9 90 95.0 - 95.9 75 Less than 95.0 Reject If the average density is below 95%, the lot will be rejected and shall be removed and replaced at the Contractor's expense. In multi -layer construction, density shall be tested for each lift, and all lifts within a rejected lot shall be removed and replaced. No payment shall be made for removed lifts. Replacement lifts shall be paid in accordance with this section. 304-6.2.2 Thickness Requirements. The completed thickness shall be as shown on the plans. When the average lot thickness is not deficient by more than 1/2 inch from the plan thickness, full payment shall be made. If the average lot thickness is deficient by more than one inch, it shall be removed and replaced at the Contractor's expense. When such measurement is deficient by more than 1/2 inch but less than one inch from the plan thickness, one additional core shall be taken at random from each sublot within the lot. The thickness of these additional cores shall be determined as indicated in paragraph 304-6.1.2. A new average lot thickness shall be recomputed based on these additional cores and the original cores taken from each sublot. If the recomputed average lot thickness is not deficient by more than 1/2 inch from the plan thickness, full payment shall be made. If the average lot thickness is deficient by more than 1/2 inch from the plan thickness, the entire lot shall be removed and replaced at the Contractor's expense or shall be permitted to remain in-place at an adjusted payment of 75% of the contract unit price. When the measured thickness is more than that indicated on the plans, it will be considered as conforming to the requirements, provided the surface of the completed CTB layer is within the established grade and surface tolerance requirements. 304-6.2.3 Grade Requirements. When the completed surface is higher than 1/2 inch above the grade shown in the plans, the surface shall be trimmed, at the Contractor's expense, with an approved grinding machine to an elevation that falls within a tolerance of 1/4 inch or less. 304-6.2.4 Surface Tolerance Requirements. The finished surface shall not vary more than 3/8 inch when tested with a 12 -foot straightedge applied parallel with, or at right angles to, the centerline of the CTB area. Areas in the CTB showing high spots greater than 3/8 inch over 12 feet shall be marked and immediately trimmed with an approved grinding machine. Such trimming shall be at the Contractor's expense. P-304-7 AC 150/5370-10G 7/21/2014 METHOD OF MEASUREMENT 304-7.1 CEMENT -TREATED BASE COURSE. The quantity of cement -treated base course will be determined by measurement of the number of square yards of CTB actually constructed and accepted by the Engineer as complying with the plans and specifications. BASIS OF PAYMENT 304-8.1 CEMENT -TREATED BASE COURSE. 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 cement; for all preparation, manipulation, placing, and curing of these materials; and for all labor, equipment, tools, and incidentals necessary to complete the item. Each lot of CTB material will be accepted for density at the full contract price adjusted in accordance with paragraph 304-6.2.1. Payment will be made under: Item P-304-8.1 Cement -Treated Base Course (6") — per Square Yard TESTING REQUIREMENTS ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C131 Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregate ASTM C174 Standard Test Method for Measuring Thickness of Concrete Elements Using Drilled Concrete Cores ASTM D75 Standard Practice for Sampling Aggregates ASTM D558 Standard Test Methods for Moisture -Density (Unit Weight) Relations of Soil- Cement Mixtures ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand- Cone Method ASTM D1633 Standard Test Methods for Compressive Strength of Molded Soil -Cement Cylinders ASTM D2167 Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method ASTM D6938 Standard Test Method for In -Place Density and Water Content of Soil and Soil - Aggregate by Nuclear Methods (Shallow Depth) ASTM D3665 Standard Practice for Random Sampling of Construction Materials ASTM D3666 Standard Specification for Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials P-304-8 AC 150/5370-1OG 7/21/2014 ASTM D4318 AASHTO T135 AASHTO T136 ASTM C150 ASTM C309 ASTM C595 ASTM C618 ASTM C989 ASTM D977 ASTM D2397 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils Standard Method of Test for Wetting -and -Drying Test of Compacted Soil- Cement Mixtures Standard Method of Test for Freezing -and -Thawing Tests of Compacted Soil- Cement Mixtures MATERIAL REQUIREMENTS Standard Specification for Portland Cement Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete Standard Specification for Blended Hydraulic Cements Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete Standard Specification for Slag Cement for Use in Concrete and Mortars Standard Specification for Emulsified Asphalt Standard Specification for Cationic Emulsified Asphalt END ITEM P-304 P-304-9 AC 150/5370-1OG 7/21/2014 Page Intentionally Left Blank P-304-10 AC 150/5370-1OG 7/21/2014 ITEM P-401 HOT MIX ASPHALT (HMA) PAVEMENTS DESCRIPTION 401-1.1 This item shall consist of pavement courses composed of mineral aggregate and asphalt cement binder (asphalt binder) mixed in a central mixing plant and placed on a prepared course in accordance with these specifications and shall conform to the lines, grades, thicknesses, and typical cross-sections shown on the plans. Each course shall be constructed to the depth, typical section, and elevation required by the plans and shall be rolled, finished, and approved before the placement of the next course. MATERIALS 401-2.1 AGGREGATE. Aggregates shall consist of crushed stone, crushed gravel, crushed slag, screenings, natural sand and mineral filler, as required. The aggregates should be free of ferrous sulfides, such as pyrite, that would cause "rust" staining that can bleed through pavement markings. The portion retained on the No. 4 (4.75 mm) sieve is coarse aggregate. The portion passing the No. 4 (4.75 mm) sieve and retained on the No. 200 (0.075 mm) sieve is fine aggregate, and the portion passing the No. 200 (0.075 mm) sieve is mineral filler. Crushed slag shall not be used in this project. a. Coarse Aggregate. Coarse aggregate shall consist of sound, tough, durable particles, free from films of matter that would prevent thorough coating and bonding with the bituminous material and free from organic matter and other deleterious substances. The percentage of wear shall not be greater than 40% when tested in accordance with ASTM C131. The sodium sulfate soundness loss shall not exceed 12%, or the magnesium sulfate soundness loss shall not exceed 18%, after five cycles, when tested in accordance with ASTM C88. Clay lumps and friable particles shall not exceed 1.0% when tested in accordance with ASTM C142. Aggregate shall contain at least 75 percent by weight of individual pieces having two or more fractured faces and 85 percent by weight having at least one fractured face. The area of each face shall be equal to at least 75 percent of the smallest midsectional area of the piece. When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 degrees to count as two fractured faces. Fractured faces shall be obtained by crushing. The aggregate shall not contain more than a total of 8%, by weight, of flat particles, elongated particles, and flat and elongated particles, when tested in accordance with ASTM D4791 with a value of 5:1. Slag shall be air cooled, blast furnace slag, and shall have a compacted weight of not loa t"�v^ pounds per cubic foot when tested in accordance with ASTM C 29. b. Fine Aggregate. Fine aggregate shall consist of clean, sound, tough, durable, angular shaped particles produced by crushing stone, slag, or gravel that meets the requirements for wear and soundness specified for coarse aggregate. The aggregate particles shall be free from coatings of clay, silt, or other objectionable matter. The fine aggregate, including any blended material for the fine aggregate, shall have a plasticity index of not more than six (6) and a liquid limit of not more than 25 when tested in accordance with ASTM D4318. The soundness loss shall not exceed 10% when sodium sulfate is used or 15% when magnesium sulfate is used, after five cycles, when tested per ASTM C88. Clay lumps and friable particles shall not exceed 1.0%, by weight, when tested in accordance with ASTM C142. Natural (non -manufactured) sand may be used to obtain the gradation of the aggregate blend or to improve the workability of the mix. The amount of sand to be added will be adjusted to produce mixtures P-401-1 AC 150/5370-1OG 7/21/2014 conforming to requirements of this specification. The fine aggregate shall not contain more than 15% natural sand by weight of total aggregates. If used, the natural sand shall meet the requirements of ASTM D1073 and shall have a plasticity index of not more than six (6) and a liquid limit of not more than 25 when tested in accordance with ASTM D4318. The aggregate shall have sand equivalent values of 45 or greater when tested in accordance with ASTM D2419 c. Sampling. ASTM D75 shall be used in sampling coarse and fine aggregate, and ASTM C183 shall be used in sampling mineral filler. 401-2.2 MINERAL FILLER. If filler, in addition to that naturally present in the aggregate, is necessary, it shall meet the requirements of ASTM D242. 401-2.3 ASPHALT CEMENT BINDER. Asphalt cement binder shall conform to ASTM D6373 Performance Grade (PG) 82-10. A certificate of compliance from the manufacturer shall be included with the mix design submittal. The supplier's certified test report with test data indicating grade certification for the asphalt binder shall be provided to the Engineer for each load at the time of delivery to the mix plant. A certified test report with test data indicating grade certification for the asphalt binder shall also be provided to the Engineer for any modification of the asphalt binder after delivery to the mix plant and before use in the HMA. 401-2.4 PRELIMINARY MATERIAL ACCEPTANCE. Prior to delivery of materials to the job site, the Contractor shall submit certified test reports to the Engineer for the following materials: a. Coarse Aggregate. (1) Percent of wear (2) Soundness (3) Clay lumps and friable particles (4) Percent fractured faces (5) Flat and elongated particles (6) Unit weight of slag b. Fine Aggregate. (1) Liquid limit and Plasticity index (2) Soundness (3) Clay lumps and friable particles (4) Percent natural sand (5) Sand equivalent c. Mineral Filler. d. Asphalt Binder. Test results for asphalt binder shall include temperature/viscosity charts for mixing and compaction temperatures. The certifications shall show the appropriate ASTM tests for each material, the test results, and a statement that the material meets the specification requirement. The Engineer may request samples for testing, prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications. 401-2.5 ANTI -STRIPPING AGENT. Any anti -stripping agent or additive if required shall be heat stable, shall not change the asphalt cement viscosity beyond specifications, shall contain no harmful ingredients, P-401-2 AC 150/5370-10G 7/21/2014 shall be added in recommended proportion by approved method, and shall be a material approved by the Department of Transportation of the State in which the project is located. COMPOSITION 401-3.1 COMPOSITION OF MIXTURE. The HMA mix shall be composed of a mixture of well -graded aggregate, filler and anti -strip agent if required, and asphalt binder. The several aggregate fractions shall be sized, handled in separate size groups, and combined in such proportions that the resulting mixture meets the grading requirements of the job mix formula (JMF). 401-3.2 JOB MIX FORMULA (JMF). No hot -mixed asphalt (HMA) for payment shall be produced until a JMF has been approved in writing by the Engineer. The asphalt mix -design and JMF shall be prepared by an accredited laboratory that meets the requirements of paragraph 401-3.4. The HMA shall be designed using procedures contained in the Asphalt Institute MS -2 Mix Design Manual, 7th Edition. ASTM D6926 shall be used for preparation of specimens using the manually held and operated hammer for the mix design procedure. ASTM D6927 shall be used for testing for Marshall stability and flow. If material variability exceeds the standard deviations indicated, the JMF and subsequent production targets shall be based on a stability greater than shown in Table 1 and the flow shall be targeted close to the mid-range of the criteria in order to meet the acceptance requirements. Tensile strength ratio (TSR) of the composite mixture, as determined by ASTM D4867, shall not be less than 75 when tested at a saturation of 70-80% or an anti -stripping agent shall be added to the HMA, as necessary, to produce a TSR of not less than 75 when tested at a saturation of 70-80%. If an anti -strip agent is required, it shall be provided by the Contractor at no additional cost to the Owner. The JMF shall be submitted in writing by the Contractor at least 30 days prior to the start of paving operations. The JMF shall be developed within the same construction season using aggregates currently being produced. The submitted JMF shall be stamped or sealed by the responsible professional Engineer of the laboratory and shall include the following items as a minimum: a. Percent passing each sieve size for total combined gradation, individual gradation of all aggregate stockpiles and percent by weight of each stockpile used in the job mix formula. b. Percent of asphalt cement. c. Asphalt performance grade and type of modifier if used. d. Number of blows per side of molded specimen. e. Laboratory mixing temperature. f. Laboratory compaction temperature. g. Temperature -viscosity relationship of the PG asphalt cement binder showing acceptable range of mixing and compaction temperatures; and for modified binders include supplier recommended mixing and compaction temperatures. h. Plot of the combined gradation on a 0.45 power gradation curve. i. Graphical plots of stability, flow, air voids, voids in the mineral aggregate, and unit weight versus asphalt content. P-401-3 AC 150/5370-1OG 7/21/2014 j. Specific Gravity and absorption of each aggregate. k. Percent natural sand. I. Percent fractured faces. m. Percent by weight of flat particles, elongated particles, and flat and elongated particles (and criteria). n. Tensile Strength Ratio (TSR). o. Anti -strip agent (if required). p. Date the JMF was developed. Mix designs that are not dated or which are from a prior construction season shall not be accepted. The Contractor shall submit to the Engineer the results of verification testing of three (3) asphalt samples prepared at the optimum asphalt content. The average of the results of this testing shall indicate conformance with the JMF requirements specified in Tables 1 and 3. When the project requires asphalt mixtures of differing aggregate gradations, a separate JMF and the results of JMF verification testing shall be submitted for each mix. The JMF for each mixture shall be in effect until a modification is approved in writing by the Engineer. Should a change in sources of materials be made, a new JMF must be submitted within 15 days and approved by the Engineer in writing before the new material is used. After the initial production JMF has been approved by the Engineer and a new or modified JMF is required for whatever reason, the subsequent cost of the Engineer's approval of the new or modified JMF will be borne by the Contractor. There will be no time extension given or considerations for extra costs associated with the stoppage of production paving or restart of production paving due to the time needed for the Engineer to approve the initial, new or modified JMF. The Marshall Design Criteria applicable to the project shall meet the criteria specified in Table 1. Table 1. Marshall Design Criteria Test Property Value Number of blows 75 Stability, pounds minimum 2150 Flow, 0.01 in. 10-16 Air voids (%) 3.5 Percent voids in mineral aggregate, minimum See Table 2 P-401-4 AC 150/5370-10G 7/21/2014 Table 2. Minimum Percent Voids In Mineral Aggregate (VMA) Aggregate (See Table 3) Minimum VMA Gradation 3 16% Gradation 2 15% Gradation 1 14% The mineral aggregate shall be of such size that the percentage composition by weight, as determined by laboratory sieves, will conform to the gradation or gradations specified in Table 3 when tested in accordance with ASTM C136 and ASTM C117. The gradations in Table 3 represent the limits that shall determine the suitability of aggregate for use from the sources of supply; be well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve, or vice versa. Table 3. Aggregate - HMA Pavements Sieve Size Percentage by Weight Passing Sieve 1 inch (25 mm) -- 3/4 inch (19 mm) 100 1/2 inch (12 mm) 79-99 3/8 inch (9 mm) 68-88 No. 4 (4.75 mm) 48-68 No. 8 (2.36 mm) 33-53 No. 16 (1.18 mm) 20-40 No. 30 (0.60 mm) 14-30 No. 50 (0.30 mm) 9-21 No. 100 (0.15 mm) 6-16 No. 200 (0.075 mm) 3-6 Asphalt Percent: Stone or gravel 5.0-7.5 Slag 6.5-9.5 The aggregate gradations shown are based on aggregates of uniform specific gravity. The percentages passing the various sieves shall be corrected when aggregates of varying specific gravities are used, as indicated in the Asphalt Institute MS -2 Mix Design Manual, 7th Edition. 401-3.3 RECLAIMED ASPHALT PAVEMENT (RAP). RAP shall not be used. 401-3.4 JOB MIX FORMULA (JMF) LABORATORY. The Contractor's laboratory used to develop the JMF shall be accredited in accordance with ASTM D3666. The laboratory accreditation must be current P-401-5 AC 150/5370-10G 7/21/2014 and listed on the accrediting authority's website. All test methods required for developing the JMF must be listed on the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction. 401-3.5 TEST SECTION. Prior to full production, the Contractor shall prepare and place a quantity of HMA according to the JMF. The amount of HMA shall be sufficient to construct a test section 300 feet long and 25 feet wide, placed in two lanes, with a longitudinal cold joint, and shall be of the same depth specified for the construction of the course which it represents. A cold joint for this test section is an exposed construction joint at least four (4) hours old or whose mat has cooled to less than 160°F. The cold joint must be cut back using the same procedure that will be used during production in accordance with 401-4.13. The underlying grade or pavement structure upon which the test section is to be constructed shall be the same as the remainder of the course represented by the test section. The equipment used in construction of the test section shall be the same type and weight to be used on the remainder of the course represented by the test section. The test section shall be evaluated for acceptance as a single lot in accordance with the acceptance criteria in paragraph 401-5.1 and 401-5.2. The test section shall be divided into equal sublots. As a minimum the test section shall consist of three (3) sublots. The test section shall be considered acceptable if (1) stability, flow, mat density, air voids, and joint density are 90% or more within limits, (2) gradation and asphalt content are within the action limits specified in paragraphs 401-6.5a and 5b, and (3) the voids in the mineral aggregate are within the limits of Table 2. If the initial test section should prove to be unacceptable, the necessary adjustments to the JMF, plant operation, placing procedures, and/or rolling procedures shall be made. A second test section shall then be placed. If the second test section also does not meet specification requirements, both sections shall be removed at the Contractor's expense. Additional test sections, as required, shall be constructed and evaluated for conformance to the specifications. Any additional sections that are not acceptable shall be removed at the Contractor's expense. Full production shall not begin until an acceptable test section has been constructed and accepted in writing by the Engineer. Once an acceptable test section has been placed, payment for the initial test section and the section that meets specification requirements shall be made in accordance with paragraph 401-8.1. Job mix control testing shall be performed by the Contractor at the start of plant production and in conjunction with the calibration of the plant for the JMF. If aggregates produced by the plant do not satisfy the gradation requirements or produce a mix that meets the JMF, it will be necessary to reevaluate and redesign the mix using plant -produced aggregates. Specimens shall be prepared and the optimum asphalt content determined in the same manner as for the original JMF tests. Contractor will not be allowed to place the test section until the Contractor Quality Control Program, showing conformance with the requirements of Paragraph 401-6.1, has been approved, in writing, by the Engineer. CONSTRUCTION METHODS 401-4.1 WEATHER LIMITATIONS. The HMA shall not be placed upon a wet surface or when the surface temperature of the underlying course is less than specified in Table 4. The temperature requirements may be waived by the Engineer, if requested; however, all other requirements including compaction shall be met. P-401-6 AC 150/5370-10G 7/21/2014 TABLE 4. Surface Temperature Limitations of Underlying Course Mat Thickness Base Temperature (Minimum) Deg. F Deg. C 3 in. or greater 40 4 Greater than 2 in. but less than 3 in. 45 7 401-4.2 HMA PLANT. Plants used for the preparation of HMA shall conform to the requirements of American Association of State Highway and Transportation Officials (AASHTO) M156 with the following changes: Requirements for all plants include: a. Truck scales. The HMA shall be weighed on approved scales furnished by the Contractor, or on certified public scales at the Contractor's expense. Scales shall be inspected and sealed as often as the Engineer deems necessary to assure their accuracy. Scales shall conform to the requirements of the General Provisions, subsection 90-01. In lieu of scales, and as approved by the Engineer, HMA weight may be determined by the use of an electronic weighing system equipped with an automatic printer that weighs the total HMA production and as often thereafter as requested by the Engineer. b. Testing facilities. The Contractor shall ensure laboratory facilities are provided at the plant for the use of the Engineer. The lab shall have sufficient space and equipment so that both testing representatives (Engineer's and Contractor's) can operate efficiently. The lab shall meet the requirements of ASTM D3666 including all necessary equipment, materials, calibrations, current reference standards to comply with the specifications and a masonry saw with diamond blade for trimming pavement cores and samples. The plant testing laboratory shall have a floor space area of not less than 200 square feet, with a ceiling height of not less than 7-1/2 feet. The laboratory shall be weather tight, sufficiently heated in cold weather, air-conditioned in hot weather to maintain temperatures for testing purposes of 70°F ±5°F. The plant testing laboratory shall be located on the plant site to provide an unobstructed view, from one of its windows, of the trucks being loaded with the plant mix materials. In addition, the facility shall include the minimum: 1) Adequate artificial lighting. 2) Electrical outlets sufficient in number and capacity for operating the required testing equipment and drying samples. 3) A minimum of two (2) Underwriter's Laboratories approved fire extinguishers of the appropriate types and class. 4) Work benches for testing. 5) Desk with chairs and file cabinet. 6) Sanitary facilities convenient to testing laboratory. 7) Exhaust fan to outside air. 8) Sink with running water. Failure to provide the specified facilities shall be sufficient cause for disapproving HMA plant operations. P-401-7 AC 150/5370-1OG 7/21/2014 Laboratory facilities shall be kept clean, and all equipment shall be maintained in proper working condition. The Engineer shall be permitted unrestricted access to inspect the Contractor's laboratory facility and witness quality control activities. The Engineer will advise the Contractor in writing of any noted deficiencies concerning the laboratory facility, equipment, supplies, or testing personnel and procedures. When the deficiencies are serious enough to be adversely affecting the test results, the incorporation of the materials into the work shall be suspended immediately and will not be permitted to resume until the deficiencies are satisfactorily corrected. c. Inspection of plant. The Engineer, or Engineer's authorized representative, shall have access, at all times, to all areas of the plant for checking adequacy of equipment; inspecting operation of the plant: verifying weights, proportions, and material properties; and checking the temperatures maintained in the preparation of the mixtures. d. Storage bins and surge bins. The HMA stored in storage and surge bins shall meet the same requirements as HMA loaded directly into trucks and may be permitted under the following conditions: 1) Stored in non -insulated bins for a period of time not to exceed three (3) hours. 2) Stored in insulated bins for a period of time not to exceed eight (8) hours. If the Engineer determines that there is an excessive amount of heat loss, segregation, or oxidation of the HMA due to temporary storage, no temporary storage will be allowed. 401-4.3 HAULING EQUIPMENT. Trucks used for hauling HMA shall have tight, clean, and smooth metal beds. To prevent the HMA from sticking to the truck beds, the truck beds shall be lightly coated with a minimum amount of paraffin oil, lime solution, or other material approved by the Engineer. Petroleum products shall not be used for coating truck beds. Each truck shall have a suitable cover to protect the mixture from adverse weather. When necessary, to ensure that the mixture will be delivered to the site at the specified temperature, truck beds shall be insulated or heated and covers shall be securely fastened. 401-4.3.1 Material Transfer Vehicle (MTV). Material transfer vehicles used to transfer the material from the hauling equipment to the paver, shall use a self-propelled, material transfer vehicle with a swing conveyor that can deliver material to the paver without making contact with the paver. The MTV shall be able to move back and forth between the hauling equipment and the paver providing material transfer to the paver, while allowing the paver to operate at a constant speed. The Material Transfer Vehicle will have remixing and storage capability to prevent physical and thermal segregation. 401-4.4 HMA PAVERS. HMA pavers shall be self-propelled with an activated heated screed, capable of spreading and finishing courses of HMA that will meet the specified thickness, smoothness, and grade. The paver shall have sufficient power to propel itself and the hauling equipment without adversely affecting the finished surface. The paver shall have a receiving hopper of sufficient capacity to permit a uniform spreading operation. The hopper shall be equipped with a distribution system to place the HMA uniformly in front of the screed without segregation. The screed shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, or gouging the mixture. If, during construction, it is found that the spreading and finishing equipment in use leaves tracks or indented areas, or produces other blemishes in the pavement that are not satisfactorily corrected by the scheduled operations, the use of such equipment shall be discontinued and satisfactory equipment shall be provided by the Contractor. 401-4.4.1 Automatic grade controls. The HMA paver shall be equipped with a control system capable of automatically maintaining the specified screed elevation. The control system shall be automatically actuated from either a reference line and/or through a system of mechanical sensors or sensor -directed mechanisms or devices that will maintain the paver screed at a predetermined transverse slope and at P-401-8 AC 150/5370-10G 7/21/2014 the proper elevation to obtain the required surface. The transverse slope controller shall be capable of maintaining the screed at the desired slope within ±0.1%. The controls shall be capable of working in conjunction with any of the following attachments: a. Ski -type device of not less than 30 feet (9 m) in length. b. Taut string -line (wire) set to grade. c. Short ski or shoe. d. Laser control. 401-4.5 ROLLERS. Rollers of the vibratory, steel wheel, and pneumatic -tired type shall be used. They shall be in good condition, capable of operating at slow speeds to avoid displacement of the HMA. The number, type, and weight of rollers shall be sufficient to compact the HMA to the required density while it is still in a workable condition. All rollers shall be specifically designed and suitable for compacting HMA concrete and shall be properly used. Rollers that impair the stability of any layer of a pavement structure or underlying soils shall not be used. Depressions in pavement surfaces caused by rollers shall be repaired by the Contractor at their own expense. The use of equipment that causes crushing of the aggregate will not be permitted. 401-4.6 DENSITY DEVICE. The Contractor shall have on site a density gauge during all paving operations in order to assist in the determination of the optimum rolling pattern, type of roller and frequencies, as well as to monitor the effect of the rolling operations during production paving. The Contractor shall also supply a qualified technician during all paving operations to calibrate the gauge and obtain accurate density readings for all new HMA. These densities shall be supplied to the Engineer upon request at any time during construction. No separate payment will be made for supplying the density gauge and technician. 401-4.7 PREPARATION OF ASPHALT BINDER. The asphalt binder shall be heated in a manner that will avoid local overheating and provide a continuous supply of the asphalt binder to the mixer at a uniform temperature. The temperature of unmodified asphalt binder delivered to the mixer shall be sufficient to provide a suitable viscosity for adequate coating of the aggregate particles, but shall not exceed 325°F when added to the aggregate. The temperature of modified asphalt binder shall be no more than 350°F when added to the aggregate. 401-4.7 PREPARATION OF MINERAL AGGREGATE. The aggregate for the HMA shall be heated and dried. The maximum temperature and rate of heating shall be such that no damage occurs to the aggregates. The temperature of the aggregate and mineral filler shall not exceed 350°F when the asphalt binder is added. Particular care shall be taken that aggregates high in calcium or magnesium content are not damaged by overheating. The temperature shall not be lower than is required to obtain complete coating and uniform distribution on the aggregate particles and to provide a mixture of satisfactory workability. 401-4.9 PREPARATION OF HMA. The aggregates and the asphalt binder shall be weighed or metered and introduced into the mixer in the amount specified by the JMF. The combined materials shall be mixed until the aggregate obtains a uniform coating of asphalt binder and is thoroughly distributed throughout the mixture. Wet mixing time shall be the shortest time that will produce a satisfactory mixture, but not less than 25 seconds for batch plants. The wet mixing time for all plants shall be established by the Contractor, based on the procedure for determining the percentage of coated particles described in ASTM D2489, for each individual plant and for each type of aggregate used. The wet mixing time will be set to achieve 95% of coated particles. For continuous mix plants, the minimum mixing time shall be determined by dividing the weight of its contents at operating level by the weight of the mixture delivered per second by the mixer. The moisture content of all HMA upon discharge shall not exceed 0.5%. P-401-9 AC 150/5370-10G 7/21/2014 401-4.10 PREPARATION OF THE UNDERLYING SURFACE. Immediately before placing the HMA, the underlying course shall be cleaned of all dust and debris. A prime coat and tack coat shall be applied in accordance with Item P-602 and P-603, if shown on the plans. 401-4.11 LAYDOWN PLAN, TRANSPORTING, PLACING, AND FINISHING. Prior to the placement of the HMA, the Contractor shall prepare a laydown plan for approval by the Engineer. This is to minimize the number of cold joints in the pavement. The laydown plan shall include the sequence of paving laydown by stations, width of lanes, temporary ramp locations, and laydown temperature. The laydown plan shall also include estimated time of completion for each portion of the work (that is, milling, paving, rolling, cooling, etc.). Modifications to the laydown plan shall be approved by the Engineer. The HMA shall be transported from the mixing plant to the site in vehicles conforming to the requirements of paragraph 401-4.3. Deliveries shall be scheduled so that placing and compacting of HMA is uniform with minimum stopping and starting of the paver. Hauling over freshly placed material shall not be permitted until the material has been compacted, as specified, and allowed to cool to atmospheric temperature. The Contractor shall use a material transfer vehicle to deliver HMA to the paver. The alignment and elevation of the paver shall be regulated from outside reference lines established for this purpose for the first lift of all runway and taxiway pavements. Successive lifts of HMA surface course may be placed using a ski, or laser control per paragraph 401-4.4.1, provided grades of the first lift of HMA surface course meet the tolerances of paragraphs 401-5.2b(6) as verified by a survey. Contractor shall survey each lift of HMA surface course and certify to Engineer that every lot of each lift meets the grade tolerances of paragraph 401-5.2b(6) before the next lift can be placed. The initial placement and compaction of the HMA shall occur at a temperature suitable for obtaining density, surface smoothness, and other specified requirements but not less than 250°F. Edges of existing HMA pavement abutting the new work shall be saw cut and carefully removed as shown on the drawings and coated with asphalt tack coat before new material is placed against it. Upon arrival, the HMA shall be placed to the full width by a HMA paver. It shall be struck off in a uniform layer of such depth that, when the work is completed, it shall have the required thickness and conform to the grade and contour indicated. The speed of the paver shall be regulated to eliminate pulling and tearing of the HMA mat. Unless otherwise permitted, placement of the HMA shall begin along the centerline of a crowned section or on the high side of areas with a one-way slope. The HMA shall be placed in consecutive adjacent strips having a minimum width of 12.5 feet except where edge lanes require less width to complete the area. Additional screed sections shall not be attached to widen paver to meet the minimum lane width requirements specified above unless additional auger sections are added to match. The longitudinal joint in one course shall offset the longitudinal joint in the course immediately below by at least 1 foot; however, the joint in the surface top course shall be at the centerline of crowned pavements. Transverse joints in one course shall be offset by at least 10 feet from transverse joints in the previous course. Transverse joints in adjacent lanes shall be offset a minimum of 10 feet. On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the HMA may be spread and luted by hand tools. Areas of segregation in the surface course, as determined by the Engineer, shall be removed and replaced at the Contractor's expense. The area shall be removed by saw cutting and milling a minimum of 2 inches deep. The area to be removed and replaced shall be a minimum width of the paver and a minimum of 10 feet long. P-401-10 AC 150/5370-10G 7/21/2014 401-4.12 COMPACTION OF HMA. After placing, the HMA shall be thoroughly and uniformly compacted by power rollers. The surface shall be compacted as soon as possible when the HMA has attained sufficient stability so that the rolling does not cause undue displacement, cracking or shoving. The sequence of rolling operations and the type of rollers used shall be at the discretion of the Contractor. The speed of the roller shall, at all times, be sufficiently slow to avoid displacement of the hot mixture and be effective in compaction. Any displacement occurring as a result of reversing the direction of the roller, or from any other cause, shall be corrected at once. Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until the surface is of uniform texture, true to grade and cross-section, and the required field density is obtained. To prevent adhesion of the HMA to the roller, the wheels shall be equipped with a scraper and kept properly moistened but excessive water will not be permitted. In areas not accessible to the roller, the mixture shall be thoroughly compacted with approved power driven tampers. Tampers shall weigh not less than 275 pounds, have a tamping plate width not less than 15 inches, be rated at not less than 4,200 vibrations per minute, and be suitably equipped with a standard tamping plate wetting device. Any HMA that becomes loose and broken, mixed with dirt, contains check -cracking, or in any way defective shall be removed and replaced with fresh hot mixture and immediately compacted to conform to the surrounding area. This work shall be done at the Contractor's expense. Skin patching shall not be allowed. 401-4.13 JOINTS. The formation of all joints shall be made in such a manner as to ensure a continuous bond between the courses and obtain the required density. All joints shall have the same texture as other sections of the course and meet the requirements for smoothness and grade. The roller shall not pass over the unprotected end of the freshly laid HMA except when necessary to form a transverse joint. When necessary to form a transverse joint, it shall be made by means of placing a bulkhead or by tapering the course. The tapered edge shall be cut back to its full depth and width on a straight line to expose a vertical face prior to placing the adjacent lane. In both methods, all contact surfaces shall be coated with an asphalt tack coat before placing any fresh HMA against the joint. Longitudinal joints which have been left exposed for more than four (4) hours; the surface temperature has cooled to less than 175°F; or are irregular, damaged, uncompacted or otherwise defective shall be cut back 3 inches to 6 inches to expose a clean, sound, uniform vertical surface for the full depth of the course. All cutback material shall be removed from the project. Asphalt tack coat or other product approved by the Engineer shall be applied to the clean, dry joint, prior to placing any additional fresh HMA against the joint. Any laitance produced from cutting joints shall be removed by vacuuming and washing. The cost of this work shall be considered incidental to the cost of the HMA. /101 1.11 SAW CUT GROOVING. If shown on the plans, saw cut grooves shall be provided as specified in Item P 621. 401-4.15 DIAMOND GRINDING. When required, diamond grinding shall be accomplished by sawing with saw blades impregnated with industrial diamond abrasive. The saw blades shall be assembled in a cutting head mounted on a machine designed specifically for diamond grinding that will produce the required texture and smoothness level without damage to the pavement. The saw blades shall be 1/8 - inch wide and there shall be a minimum of 55 to 60 blades per 12 inches of cutting head width; the actual number of blades will be determined by the Contractor and depend on the hardness of the aggregate. Each machine shall be capable of cutting a path at least 3 feet wide. Equipment that causes ravels, aggregate fractures, spalls or disturbance to the pavement will not be permitted. The depth of grinding shall not exceed 1/2 inch and all areas in which diamond grinding has been performed will be subject to the final pavement thickness tolerances specified. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. Areas that have been ground will be sealed with a P- P -401-11 AC 150/5370-1OG 7/21/2014 608 surface treatment as directed by the Engineer. It may be necessary to seal a larger area to avoid surface treatment creating any conflict with runway or taxiway markings. 401-4.16 NIGHTTIME PAVING REQUIREMENTS. Paving during nighttime construction shall require the following: a. All paving machines, rollers, distribution trucks and other vehicles required by the Contractor for his operations shall be equipped with artificial illumination sufficient to safely complete the work. b. Minimum illumination level shall be twenty (20) horizontal foot-candles and maintained in the following areas: 1) An area of 30 feet wide by 30 feet long immediately behind the paving machines during the operations of the machines. 2) An area 15 feet wide by 30 feet long immediately in front and back of all rolling equipment, during operation of the equipment. 3) An area 15 feet wide by 15 feet long at any point where an area is being tack coated prior to the placement of pavement. c. As partial fulfillment of the above requirements, the Contractor shall furnish and use, complete artificial lighting units with a minimum capacity of 3,000 watt electric beam lights, affixed to all equipment in such a way to direct illumination on the area under construction. d. A lighting plan must be submitted by the Contractor and approved by the Engineer prior to the start of any nighttime work. MATERIAL ACCEPTANCE 401-5.1 ACCEPTANCE SAMPLING AND TESTING. Unless otherwise specified, all acceptance sampling and testing necessary to determine conformance with the requirements specified in this section will be performed by the Engineer at no cost to the Contractor except that coring as required in this section shall be completed and paid for by the Contractor. Testing organizations performing these tests shall be accredited in accordance with ASTM D3666. The laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for acceptance sampling and testing must be listed on the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction. All equipment in Contractor furnished laboratories shall be calibrated by an independent testing organization prior to the start of operations at the Contractor's expense. a. Hot mixed asphalt. Plant -produced HMA shall be tested for air voids and stability and flow on a lot basis. Sampling shall be from material deposited into trucks at the plant or from trucks at the job site. Samples shall be taken in accordance with ASTM D979. A standard lot shall be equal to one day's production or 2000 tons whichever is smaller. If the day's production is expected to exceed 2000 tons, but less than 4000 tons, the lot size shall be 1/2 day's production. If the day's production exceeds 4000 tons, the lot size shall be an equal sized fraction of the day's production, but shall not exceed 2000 tons. Where more than one plant is simultaneously producing HMA for the job, the lot sizes shall apply separately for each plant. 1) Sampling. Each lot will consist of four equal sublots. Sufficient HMA for preparation of test specimens for all testing will be sampled by the Engineer on a random basis, in accordance P-401-12 AC 150/5370-10G 7/21/2014 with the procedures contained in ASTM D3665. Samples will be taken in accordance with ASTM D979. The sample of HMA may be put in a covered metal tin and placed in an oven for not less than 30 minutes nor more than 60 minutes to stabilize to compaction temperature. The compaction temperature of the specimens shall be as specified in the JMF. 2) Testing. Sample specimens shall be tested for stability and flow in accordance with ASTM D6927. Air voids will be determined by the Engineer in accordance with ASTM D3203. One set of laboratory compacted specimens will be prepared for each sublot in accordance with ASTM D6926 at the number of blows required by paragraph 401-3.2, Table 1. Each set of laboratory compacted specimens will consist of three test specimens prepared from the same sample. The manual hammer in ASTM D6926 shall be used. Prior to testing, the bulk specific gravity of each test specimen shall be measured by the Engineer in accordance with ASTM D2726 using the procedure for laboratory -prepared thoroughly dry specimens for use in computing air voids and pavement density. For air voids determination, the theoretical maximum specific gravity of the mixture shall be measured one time for each sublot in accordance with ASTM D2041. The value used in the air voids computation for each sublot shall be based on theoretical maximum specific gravity measurement for the sublot. The stability and flow for each sublot shall be computed by averaging the results of all test specimens representing that sublot. 3) Acceptance. Acceptance of plant produced HMA for stability, flow, and air voids shall be determined by the Engineer in accordance with the requirements of paragraph 401- 5.2b. b. In-place HMA. HMA placed in the field shall be tested for mat and joint density on a lot basis. A standard lot shall be equal to one day's production or 2000 tons whichever is smaller. If the day's production is expected to exceed 2000 tons, but less than 4000 tons, the lot size shall be 1/2 day's production. If the day's production exceeds 4000 tons, the lot size shall be an equal sized fraction of the day's production, but shall not exceed 2000 tons. 1) Mat density. The lot size shall be the same as that indicated in paragraph 401-5.1a and shall be divided into four equal sublots. One core of finished, compacted HMA shall be taken by the Contractor from each sublot. Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D3665. Cores for mat density shall not be taken closer than one foot from a transverse or longitudinal joint. 2) Joint density. The lot size shall be the total length of longitudinal joints constructed by a lot of HMA as defined in paragraph 401-5.1a. The lot shall be divided into four equal sublots. One core of finished, compacted HMA shall be taken by the Contractor from each sublot. Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D3665. All cores for joint density shall be taken centered on the joint. The minimum core diameter for joint density determination shall be 5 inches. 3) Sampling. Samples shall be neatly cut with a diamond core drill bit. Samples will be taken in accordance with ASTM D979. The minimum diameter of the sample shall be 5 inches. Samples that are clearly defective, as a result of sampling, shall be discarded and another sample taken. The Contractor shall furnish all tools, labor, and materials for cutting samples, cleaning, and filling the cored pavement. Cored pavement shall be cleaned and core holes shall be filled with a in a manner acceptable to the Engineer dyed non -shrink grout and within one day after sampling. Laitance produced by the coring operation shall be removed immediately. P-401-13 AC 150/5370-1OG 7/21/2014 The top most lift of HMA shall be completely bonded to the underlying layer. If any of the cores reveal that the surface is not bonded to the layer immediately below the surface then additional cores shall be taken as directed by the Engineer in accordance with paragraph 401-5.1b to determine the extent of any delamination. All delaminated areas shall be completely removed by milling to the limits and depth and replaced as directed by the Engineer at no additional cost. 4) Testing. The bulk specific gravity of each cored sample will be measured by the Engineer in accordance with ASTM D2726. Samples will be taken in accordance with ASTM D979. The percent compaction (density) of each sample will be determined by dividing the bulk specific gravity of each sublot sample by the average bulk specific gravity of all laboratory prepared specimens for the lot, as determined in paragraph 401-5.1a(2). The bulk specific gravity used to determine the joint density at joints formed between different lots shall be the lowest of the bulk specific gravity values from the two different lots. 5) Acceptance. Acceptance of field placed HMA for mat density will be determined by the Engineer in accordance with the requirements of paragraph 401-5.2b(1). Acceptance for joint density will be determined by the Engineer in accordance with the requirements of paragraph 401-5.2b(3). 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 other minor tonnage placements to be considered as partial lots, the following procedure will be used to adjust the lot size and the number of tests for the lot. The last batch produced where production is halted will be sampled, and its properties shall be considered as representative of the particular sublot from which it was taken. In addition, an agreed to minor placement will be sampled, and its properties shall be considered as representative of the particular sublot from which it was taken. Where three sublots are produced, they shall constitute a lot. Where one or two sublots are produced, they shall be incorporated into the next lot, and the total number of sublots shall be used in the acceptance plan calculation, that is, n = 5 or n = 6, for example. Partial lots at the end of asphalt production on the project shall be included with the previous lot. The lot size for field placed material shall correspond to that of the plant material, except that, in no cases, shall less than three (3) cored samples be obtained, that is, n = 3. 401-5.2 ACCEPTANCE CRITERIA. a. General. Acceptance will be based on the following characteristics of the bituminous mixture and completed pavement as well as the implementation of the Contractor Quality Control Program and test results: (1) Air Voids (2) Mat density (3) Joint Density (4) Thickness (5) Smoothness (6) Grade (7) Stability (8) Flow Mat density and air voids will be evaluated for acceptance in accordance with paragraph 401-5.2b(1). Stability and flow will be evaluated for acceptance in accordance with paragraph 401-5.2b(2). Joint density will be evaluated for acceptance in accordance with paragraph 401-5.2b(3). P-401-14 AC 150/5370-1OG 7/21/2014 Thickness will be evaluated by the Engineer for compliance in accordance with paragraph 401- 5.2b(4). Acceptance for smoothness will be based on the criteria contained in paragraph 401-5.2b(5). Acceptance for grade will be based on the criteria contained in paragraph 401-5.2b(6). The Engineer may at any time, reject and require the Contractor to dispose of any batch of HMA which is rendered unfit for use due to contamination, segregation, incomplete coating of aggregate, or improper mix temperature. Such rejection may be based on only visual inspection or temperature measurements. In the event of such rejection, the Contractor may take a representative sample of the rejected material in the presence of the Engineer, and if it can be demonstrated in the laboratory, in the presence of the Engineer, that such material was erroneously rejected, payment will be made for the material at the contract unit price. b. Acceptance Criteria. (1) Mat Density and Air Voids. Acceptance of each lot of plant produced material for mat density and air voids shall be based on the percentage of material within specification limits (PWL). If the PWL of the lot equals or exceeds 90%, the lot shall be acceptable. Acceptance and payment shall be determined in accordance with paragraph 401-8.1. (2) Stability and Flow. Acceptance of each lot of plant produced HMA for stability and flow shall be based on the PWL. If the PWL of the lot equals or exceeds 90%, the lot shall be acceptable. If the PWL is less than 90%, the Contractor shall determine the reason and take corrective action. If the PWL is below 80%, the Contractor must stop production until the reason for poor stability and/or flow has been determined and adjustments to the HMA are made. (3) Joint Density. Acceptance of each lot of plant produced HMA for joint density shall be based on the PWL. If the PWL of the lot is equal to or exceeds 90%, the lot shall be considered acceptable. If the PWL is less than 90%, the Contractor shall evaluate the reason and act accordingly. If the PWL is less than 80%, the Contractor shall cease operations and until the reason for poor compaction has been determined. If the PWL is less than 71%, the pay factor for the lot used to complete the joint shall be reduced by five (5) percentage points. This lot pay factor reduction shall be incorporated and evaluated in accordance with paragraph 401-8.1. (4) Thickness. Thickness of each lift of surface course shall be evaluated by the Engineer for compliance to the requirements shown on the plans. Measurements of thickness shall be made by the Engineer using the cores extracted for each sublot for density measurement. The maximum allowable deficiency at any point shall not be more than 1/4 inch less than the thickness indicated for the lift. Average thickness of lift, or combined lifts, shall not be less than the indicated thickness. Where the thickness tolerances are not met, the lot or sublot shall be corrected by the Contractor at his expense by removing the deficient area and replacing with new pavement. The Contractor, at his expense, may take additional cores as approved by the Engineer to circumscribe the deficient area. (5) Smoothness. The final surface shall be free from roller marks. After the final rolling, but not later than 24 hours after placement, the surface of each lot shall be tested in both longitudinal and transverse directions for smoothness to reveal all surface irregularities exceeding the tolerances specified. The Contractor shall furnish paving equipment and employ methods that produce a surface for each pavement lot having an average profile index meeting the requirements of paragraph 401-8.1d when evaluated with a profilograph; and the finished surface course of the pavement shall not vary more than 1/4 inch when evaluated with a 12 -foot straightedge. When the surface course smoothness exceeds specification tolerances which cannot be corrected by diamond grinding of the surface course, full depth removal and replacement of surface course corrections shall be to the limit of the longitudinal placement. Corrections involving diamond grinding will be subject to the final pavement thickness tolerances specified. The Contractor shall apply a surface treatment per Item P-608 or P-609 to all areas that have been subject to grinding as directed by the Engineer. P-401-15 AC 150/5370-10G 7/21/2014 a) Transverse measurements. Transverse measurements will be taken for each lot placed. Transverse measurements will be taken perpendicular to the pavement centerline each 50 feet or more often as determined by the Engineer. i. Testing shall be continuous across all joints, starting with one-half the length of the straightedge at the edge of pavement section being tested and then moved ahead one-half the length of the straightedge for each successive measurement. Smoothness readings will not be made across grade changes or cross slope transitions; at these transition areas, the straightedge position shall be adjusted to measure surface smoothness and not design grade or cross slope transitions. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface and allowing it to rest upon the two highest spots covered by its length, and measuring the maximum gap between the straightedge and the pavement surface in the area between these two high points. High spots on final surface course > 1/4 inch in transverse direction shall be corrected with diamond grinding per paragraph 401-4.15 or by removing and replacing full depth of surface course. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested after grinding. ii. The joint between lots shall be tested separately to facilitate smoothness between lots. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface, with half the straightedge on one side of the joint and the other half of the straightedge on the other side of the joint. Measure the maximum gap between the straightedge and the pavement surface in the area between these two high points. One measurement shall be taken at the joint every 50 feet or more often if directed by the Engineer. Deviations on final surface course > 1/4 inch in transverse direction shall be corrected with diamond grinding per paragraph 401-4.15 or by removing and replacing full depth of surface course. Each measurement shall be recorded and a copy of the data shall be furnished to the Engineer at the end of each days testing. b) Longitudinal measurements. Longitudinal measurements will be taken for each lot placed. Longitudinal tests will be parallel to the centerline of paving; at the center of paving lanes when widths of paving lanes are less than 20 feet; and at the third points of paving lanes when widths of paving lanes are 20 ft or greater. i. Longitudinal Short Sections. Longitudinal Short Sections are when the longitudinal lot length is less than 200 feet and areas not requiring a profilograph. When approved by the Engineer, the first and last 15 feet of the lot can also be considered as short sections for smoothness. The finished surface shall not vary more than 1/4 inch when evaluated with a 12 -foot straightedge. Smoothness readings will not be made across grade changes or cross slope transitions; at these transition areas, the straightedge position shall be adjusted to measure surface smoothness and not design grade or cross slope transitions. Testing shall be continuous across all joints, starting with one-half the length of the straightedge at the edge of pavement section being tested and then moved ahead one-half the length of the straightedge for each successive measurement. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface and allowing it to rest upon the two highest spots covered by its length, and measuring the maximum gap between the straightedge and the pavement surface in the area between these two high points. Deviations P-401-16 AC 150/5370-10G 7/21/2014 on final surface course > 1/4 inch in longitudinal direction will be corrected with diamond grinding per paragraph 401-4.15 or by removing and replacing full depth of surface course. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested after grinding. ii. Profilograph Testing. Profilograph testing shall be performed by the contractor using approved equipment and procedures as described as ASTM E1274. The equipment shall utilize electronic recording and automatic computerized reduction of data to indicate "must grind" bumps and the Profile Index for the pavement using a 0.2 inch blanking band. The bump template must span one inch with an offset of 0.4 inches. The profilograph must be calibrated prior to use and operated by a factory or State DOT approved operator. Profilograms shall be recorded on a longitudinal scale of one inch equals 25 feet and a vertical scale of one inch equals one inch. A copy of the reduced tapes shall be furnished to the Engineer at the end of each days testing. The pavement must have an average profile index meeting the requirements of paragraph 401-8.1d. High spots, or "must grind" spots, on final surface course in longitudinal direction shall be corrected with diamond grinding per paragraph 401-4.15 or by removing and replacing full depth of surface course. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested after grinding. Where corrections are necessary, second profilograph runs shall be performed to verify that the corrections produced an average profile index of 15 inches per mile or less. If the initial average profile index was less than 15 inches, only those areas representing greater than 0.4 inch deviation will be re -profiled for correction verification. ++ Final profilograph of runway. Final profilograph, full length of runway, shall be performed to facilitate testing of smoothness between lots. Profilograph procedures as described as ASTM E127'I.The pavement must have ars average profile index meeting the requirements of paragraph /101-8.1d. The equipment shall utilize electronic recording and automatic computerized reduction of data to indicate "must grind" bumps and the Profile Index for th with an offset of OA inches. The profilograph must be calibrated prior to use and operated by a factory or State DOT approved, trained operator. feet and a vertical scale of one inch equals one inch. A copy of the reduced tapes shall be furnished to the Engineer at the end of each days testing. Profilograph of final runway shall be performed one foot right and left of runway centerline and 15 feet right and left of centerline. Any areas that indicate "must grind" will be corrected as directed by the Engineer. Smoothness testing indicated in the above paragraphs except paragraph (iii) shall be performed within 24 hours of placement of material. Smoothness testing indicated in paragraph (iii) shall be performed within 48 hours of paving completion. The primary purpose of smoothness testing is to identify areas that may be prone to ponding of water which could lead to hydroplaning of aircraft. If the contractor's machines and/or methods are producing significant areas that need corrective actions then production should be stopped until corrective measures can be implemented. If corrective measures are not implemented and P-401-17 AC 150/5370-1OG 7/21/2014 when directed by the Engineer, production shall be stopped until corrective measures can be implemented. (6) Grade. Grade shall be evaluated on the first day of placement and then as a minimum, every 50 feet to allow adjustments to paving operations if measurements do not meet specification requirements. The Contractor must submit the survey data to the Engineer by the following day after measurements have been taken. The finished surface of the pavement shall not vary from the gradeline elevations and cross-sections shown on the plans by more than 1/2 inch. The finished grade of each lot will be determined by running levels at intervals of 50 feet or less longitudinally and all breaks in grade transversely (not to exceed 50 feet) to determine the elevation of the completed pavement. The Contractor shall pay the cost of surveying of the level runs that shall be performed by a licensed surveyor. The documentation, stamped and signed by a licensed surveyor, shall be provided by the Contractor to the Engineer. The lot size shall be 2000 square yards. When more than 15% of all the measurements within a lot are outside the specified tolerance, or if any one shot within the lot deviates 3/4 inch or more from planned grade, the Contractor shall remove the deficient area to the depth of the final course plus 1/2 inch of pavement and replace with new material. Skin patching shall not be permitted. Isolated high points may be ground off provided the course thickness complies with the thickness specified on the plans. The surface of the ground pavement shall have a texture consisting of grooves between 0.090 and 0.130 inches wide. The peaks and ridges shall be approximately 1/32 inch higher than the bottom of the grooves. The pavement shall be left in a clean condition. The removal of all of the slurry resulting from the grinding operation shall be continuous. The grinding operation should be controlled so the residue from the operation does not flow across other lanes of pavement. High point grinding will be limited to 15 square yards. Areas in excess of 15 square yards will require removal and replacement of the pavement in accordance with the limitations noted above. The Contractor shall apply a surface treatment per P-608 to all areas that have been subject to grinding. c. Percentage of Material Within Specification Limits (PWL). The PWL shall be determined in accordance with procedures specified in Section 110 of the General Provisions. The specification tolerance limits (L) for lower and (U) for upper are contained in Table 5. Table 5. Marshall acceptance limits for stability, flow, air voids, density TEST PROPERTY Pavements Designed for Aircraft Gross Weights of 60,000 lbs or More or Tire Pressures of 100 psi or More Number of Blows 75 blows Specification Tolerance L U Stability, minimum (pounds)(N) 1800 -- Flow, 0.01 inch (25 mm) 8 18 Air Voids Total Mix (%) 2 5 Surface Course Mat Density (%) 96.3 101.3 Base Course Mat Density (%) 95.5 101.3 Joint Density (%) 93.3 -- d. Outliers. All individual tests for mat density and air voids shall be checked for outliers (test criterion) in accordance with ASTM E178, at a significance level of 5%. Outliers shall be discarded, and the PWL shall be determined using the remaining test values. The criteria in Table 5 is based on P-401-18 AC 150/5370-10G 7/21/2014 production processes which have a variability with the following standard deviations: Surface Course Mat Density (%), 1.30; Base Course Mat Density (%), 1.55; Joint Density (%), 2.1. The Contractor should note that (1) 90 PWL is achieved when consistently producing a surface course with an average mat density of at least 98% with 1.30% or less variability, (2) 90 PWL is achieved when consistently producing a base course with an average mat density of at least 97.5% with 1.55% or less variability, and (3) 90 PWL is achieved when consistently producing joints with an average joint density of at least 96% with 2.1% or less variability. 401-5.3 RESAMPLING PAVEMENT FOR MAT DENSITY. a. General. Resampling of a lot of pavement will only be allowed for mat density, and then, only if the Contractor requests same, in writing, within 48 hours after receiving the written test results from the Engineer. A retest will consist of all the sampling and testing procedures contained in paragraphs 401- 5.1b and 401-5.2b(1). Only one resampling per lot will be permitted. (1) A redefined PWL shall be calculated for the resampled lot. The number of tests used to calculate the redefined PWL shall include the initial tests made for that lot plus the retests. (2) The cost for resampling and retesting shall be borne by the Contractor. b. Payment for Resampled Lots. The redefined PWL for a resampled lot shall be used to calculate the payment for that lot in accordance with Table 6. c. Outliers. Check for outliers in accordance with ASTM E 178, at a significance level of 5 percent. '1015.'1 LEVELING COURSE. Any course used for trueing and leveling shall meet the aggregate gradation in Table 3, paragraph 101 3.2. The trueing and leveling course shall meet the requirements of density. The leveling course shall be compacted with the same effort used to achieve density of the test section. The trueing and leveling course shall not exceed the maximum lift thickness associated with each gradation in Table 3, paragraph 101 3.2. The leveling course is the first variable thickness lift of an overlay placed prior to subsequent courses. CONTRACTOR QUALITY CONTROL 401-6.1 GENERAL. The Contractor shall develop a Quality Control Program in accordance with Section 100 of the General Provisions. The program shall address all elements that affect the quality of the pavement including, but not limited to: a. Mix Design b. Aggregate Grading c. Quality of Materials d. Stockpile Management e. Proportioning f. Mixing and Transportation g. Placing and Finishing h. Joints i. Compaction j. Surface Smoothness k. Personnel I. Laydown Plan P-401-19 AC 150/5370-10G 7/21/2014 The Contractor shall perform quality control sampling, testing, and inspection during all phases of the work and shall perform them at a rate sufficient to ensure that the work conforms to the contract requirements, and at minimum test frequencies required by paragraph 401-6.3 and Section 100 of the General Provisions. As a part of the process for approving the Contractor's plan, the Engineer may require the Contractor's technician to perform testing of samples to demonstrate an acceptable level of performance. No partial payment will be made for materials that are subject to specific quality control requirements without an approved plan. 401-6.2 CONTRACTOR TESTING LABORATORY. The lab shall meet the requirements of ASTM D3666 including all necessary equipment, materials, and current reference standards to comply with the specifications. 401-6.3 QUALITY CONTROL TESTING. The Contractor shall perform all quality control tests necessary to control the production and construction processes applicable to these specifications and as set forth in the approved Quality Control Program. The testing program shall include, but not necessarily be limited to, tests for the control of asphalt content, aggregate gradation, temperatures, aggregate moisture, field compaction, and surface smoothness. A Quality Control Testing Plan shall be developed as part of the Quality Control Program. a. Asphalt Content. A minimum of two asphalt content tests shall be performed per lot in accordance with ASTM D6307 or ASTM D2172 if the correction factor in ASTM D6307 is greater than 1.0. The asphalt content for the lot will be determined by averaging the test results. b. Gradation. Aggregate gradations shall be determined a minimum of twice per lot from mechanical analysis of extracted aggregate in accordance with ASTM D5444, ASTM C136, and ASTM C117. c. Moisture Content of Aggregate. The moisture content of aggregate used for production shall be determined a minimum of once per lot in accordance with ASTM C566. d. Moisture Content of Mixture. The moisture content shall be determined once per lot in accordance with ASTM D1461. e. Temperatures. Temperatures shall be checked, at least four times per lot, at necessary locations to determine the temperatures of the dryer, the asphalt binder in the storage tank, the HMA at the plant, and the HMA at the job site. f. In -Place Density Monitoring. The Contractor shall conduct any necessary testing to ensure that the specified density is being achieved. A nuclear gauge may be used to monitor the pavement density in accordance with ASTM D2950. g. Additional Testing. Any additional testing that the Contractor deems necessary to control the process may be performed at the Contractor's option. h. Monitoring. The Engineer reserves the right to monitor any or all of the above testing. 401-6.4 SAMPLING. When directed by the Engineer, the Contractor shall sample and test any material that appears inconsistent with similar material being sampled, unless such material is voluntarily removed and replaced or deficiencies corrected by the Contractor. All sampling shall be in accordance with standard procedures specified. 401-6.5 CONTROL CHARTS. The Contractor shall maintain linear control charts both for individual measurements and range (that is, difference between highest and lowest measurements) for aggregate P-401-20 AC 150/5370-10G 7/21/2014 gradation, asphalt content, and VMA. The VMA for each sublot will be calculated and monitored by the Quality Control laboratory. Control charts shall be posted in a location satisfactory to the Engineer and shall be kept current. As a minimum, the control charts shall identify the project number, the contract item number, the test number, each test parameter, the Action and Suspension Limits applicable to each test parameter, and the Contractor's test results. The Contractor shall use the control charts as part of a process control system for identifying potential problems and assignable causes before they occur. If the Contractor's projected data during production indicates a problem and the Contractor is not taking satisfactory corrective action, the Engineer may suspend production or acceptance of the material. a. Individual Measurements. Control charts for individual measurements shall be established to maintain process control within tolerance for aggregate gradation, asphalt content, and VMA. The control charts shall use the job mix formula target values as indicators of central tendency for the following test parameters with associated Action and Suspension Limits: CONTROL CHART LIMITS FOR INDIVIDUAL MEASUREMENTS Sieve Action Limit Suspension Limit 3/4 inch (19 mm) ±6% ±9% 1/2 inch (12 mm) ±6% ±9% 3/8 inch (9 mm) ±6% ±9% No. 4 (4.75 mm) ±6% ±9% No. 16 (1.18 mm) ±5% ±7.5% No. 50 (0.30 mm) ±3% ±4.5% No. 200 (0.075 mm) ±2% ±3% Asphalt Content ±0.45% ±0.70% VMA -1.00% -1.50% b. Range. Control charts for range shall be established to control process variability for the test parameters and Suspension Limits listed below. The range shall be computed for each lot as the difference between the two test results for each control parameter. The Suspension Limits specified below are based on a sample size of n = 2. Should the Contractor elect to perform more than two tests per lot, the Suspension Limits shall be adjusted by multiplying the Suspension Limit by 1.18 for n = 3 and by 1.27for n=4. CONTROL CHART LIMITS BASED ON RANGE (Based on n = 2) Sieve Suspension Limit 1/2 inch (12 mm) 11% 3/8 inch (9 mm) 11% No. 4 (4.75 mm) 11% No. 16 (1.18 mm) 9% No. 50 (0.30 mm) 6% No. 200 (0.075 mm) 3.5% Asphalt Content 0.8% c. Corrective Action. The Contractor Quality Control Program shall indicate that appropriate action shall be taken when the process is believed to be out of tolerance. The Plan shall contain sets of rules to P-401-21 AC 150/5370-10G 7/21/2014 gauge when a process is out of control and detail what action will be taken to bring the process into control. As a minimum, a process shall be deemed out of control and production stopped and corrective action taken, if: (1) One point falls outside the Suspension Limit line for individual measurements or range; or (2) Two points in a row fall outside the Action Limit line for individual measurements. 401-6.6 QUALITY CONTROL REPORTS. The Contractor shall maintain records and shall submit reports of quality control activities daily, in accordance with the Contractor Quality Control Program described in General Provisions, Section 100. METHOD OF MEASUREMENT 401-7.1 MEASUREMENT. HMA shall be measured by the number of tons of HMA used in the accepted work. Recorded batch weights or truck scale weights will be used to determine the basis for the tonnage. BASIS OF PAYMENT 401-8.1 PAYMENT. Payment for a lot of HMA meeting all acceptance criteria as specified in paragraph 401-5.2 shall be made based on results of tests for smoothness, mat density and air voids. Payment for acceptable lots shall be adjusted according to paragraph 401-8.1a for mat density and air voids and 401-8.1c for smoothness, subject to the limitation that: a. The total project payment for plant mix bituminous concrete pavement shall not exceed 100 percent of the product of the contract unit price and the total number of tons of HMA used in the accepted work (See Note 1 under Table 6). b. The price shall be compensation for furnishing all materials, for all preparation, mixing, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. c. Basis of Adjusted Payment. The pay factor for each individual lot shall be calculated in accordance with Table 6. A pay factor shall be calculated for both mat density and air voids. The lot pay factor shall be the higher of the two values when calculations for both mat density and air voids are 100% or higher. The lot pay factor shall be the product of the two values when only one of the calculations for either mat density or air voids is 100% or higher. The lot pay factor shall be the lower of the two values when calculations for both mat density and air voids are less than 100%. If PWL for joint density is less than 71 percent then the lot pay factor shall be reduced by 5% but be no higher than 95%. 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 401-8.1. Payment in excess of 100% for accepted lots of HMA shall be used to offset payment for accepted lots of bituminous concrete pavement that achieve a lot pay factor less than 100%. TABLE 6. PRICE ADJUSTMENT SCHEDULE 1 Percentage of Material Within Specification Limits (PWL) Lot Pay Factor (Percent of Contract Unit Price) 96 — 100 90 — 95 75 — 89 55-74 Below 55 106 PWL + 10 0.5 PWL + 55 1.4PWL-12 Reject 2 P-401-22 AC 150/5370-1OG 7/21/2014 1 Although it is theoretically possible to achieve a pay factor of 106% for each lot, actual payment above 100% shall be subject to the total project payment limitation specified in paragraph 401-8.1. 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% of the contract unit price and the total project payment shall be reduced by the amount withheld for the rejected lot. d. Profilograph smoothness. When the final average profile index (subsequent to any required corrective action) does not exceed 7 inches per mile, payment will be made at the contract unit price for the completed pavement. If the final average profile index (subsequent to any required corrective action) exceeds 7 inches per mile, but does not exceed 15 inches per mile, the Contractor may elect to accept a contract unit price adjustment in lieu of reducing the profile index. e. Basis of adjusted payment for smoothness. Price adjustment for pavement smoothness will be made in accordance with Table 7. The adjustment will apply to the total tonnage of HMA within a lot of pavement and shall be applied with the following equation: (Tons of asphalt concrete in lot) x (lot pay factor) x (unit price per ton) x (smoothness pay factor) = payment for lot Table 7. Profilograph Average Profile Index Smoothness Pay Factor Inches/miles per 1/10 mile Short Sections Pay Factor 0.0-7 00.0-15.0 100% 7.1-9 15.1-16 98% 9.1-11 16.1-17 96% 11.1-13 17.1-18 94% 13.1 - 14 18.1 - 20 92% 14.1-15 20.1-22 90% 15.1 and up 22.1 and up Corrective work required' 1 The Contractor shall correct pavement areas not meeting these tolerances by removing and replacing the defective work. If the Contractor elects to construct an overlay to correct deficiencies, the minimum thickness of the overlay should be at least three times the maximum aggregate size (approximately four (4) times the nominal maximum aggregate size). The corrective overlay shall not violate grade Criteria and butt joints shall be constructed by sawing and removing the original pavement in compliance with the thickness/ maximum aggregate size ratio. Skin patching shall not be permitted. HMA placed above the specified grade shall not be included in the quantities for payment. Payment will be made under: Item P-401-8.1 Bituminous Surface Course (4") —per ton TESTING REQUIREMENTS ASTM C29 Standard Test Method for Bulk Density ("Unit Weight") and Voids in Aggregate P-401-23 AC 150/5370-10G 7/21/2014 ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C117 Standard Test Method for Materials Finer than 75 -pm (No. 200) Sieve in Mineral Aggregates by Washing ASTM C127 Standard Test Method for Density, Relative Density (Specific Gravity) and Absorption of Coarse Aggregate ASTM C131 Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C183 Standard Practice for Sampling and the Amount of Testing of Hydraulic Cement ASTM C566 Standard Test Method for Total Evaporable Moisture Content of Aggregate by Drying ASTM D75 Standard Practice for Sampling Aggregates ASTM D979 Standard Practice for Sampling Bituminous Paving Mixtures ASTM D1073 Standard Specification for Fine Aggregate for Bituminous Paving Mixtures ASTM D2172 Standard Test Method for Quantitative Extraction of Bitumen from Bituminous Paving Mixtures ASTM D1461 Standard Test Method for Moisture or Volatile Distillates in Bituminous Paving Mixtures ASTM D2041 Standard Test Method for Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures ASTM D2419 Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate ASTM D2489 Standard Practice for Estimating Degree of Particle Coating of Bituminous - Aggregate Mixtures ASTM D2726 Standard Test Method for Bulk Specific Gravity and Density of Non -Absorptive Compacted Bituminous Mixtures ASTM D2950 Standard Test Method for Density of Bituminous Concrete in Place by Nuclear Methods ASTM D3203 Standard Test Method for Percent Air Voids in Compacted Dense and Open Bituminous Paving Mixtures ASTM D3665 Standard Practice for Random Sampling of Construction Materials ASTM D3666 Standard Specification for Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials ASTM D4318 ASTM D4791 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils Standard Test Method for Flat Particles, Elongated Particles, or Flat and Elongated Particles in Coarse Aggregate P-401-24 AC 150/5370-1OG 7/21/2014 ASTM D4867 ASTM D5444 ASTM D6084 ASTM D6307 ASTM D6752 ASTM D6926 ASTM D6927 ASTM Ell ASTM E17 ASTM E1274 AASHTO T030 AASHTO T110 AASHTO T275 AASHTO M156 AASHTO T329 Standard Test Method for Effect of Moisture on Asphalt Concrete Paving Mixtures Standard Test Method for Mechanical Size Analysis of Extracted Aggregate Standard Test Method for Elastic Recovery of Bituminous Materials by Ductilometer Standard Test Method for Asphalt Content of Hot Mix Asphalt by Ignition Method Standard Test Method for Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Automatic Vacuum Sealing Method Standard Practice for Preparation of Bituminous Specimens Using Marshall Apparatus Standard Standard Standard Standard Standard Standard Test Method for Marshall Stability and Flow of Bituminous mixtures Specification for Woven Wire Test Sieve Cloth and Test Sieves Practice for Dealing with Outlying Observations Test Method for Measuring Pavement Roughness Using a Profilograph Method of Test for Mechanical Analysis of Extracted Aggregate Method of Test for Moisture or Volatile Distillates in Hot Mix Asphalt (HMA) Standard Method of Test for Bulk Specific Gravity (Gmb) of Compacted Hot Mix Asphalt (HMA) Using Paraffin -Coated Specimens Standard Specification for Requirements for Mixing Plants for Hot -Mixed, Hot- Laid Bituminous Paving Mixtures. Standard Method of Test for Moisture Content of Hot Mix Asphalt (HMA) by Oven Method Asphalt Institute Handbook MS -26, Asphalt Binder Asphalt Institute MS -2 Mix Design Manual, 7th Edition ASTM D242 ASTM D946 ASTM D3381 ASTM D4552 ASTM D6373 MATERIAL REQUIREMENTS Standard Specification for Mineral Filler for Bituminous Paving Mixtures Standard Specification for Penetration -Graded Asphalt Cement for Use in Pavement Construction Standard Specification for Viscosity -Graded Asphalt Cement for Use in Pavement Construction Standard Practice for Classifying Hot -Mix Recycling Agents Standard Specification for Performance Graded Asphalt Binder END OF ITEM P-401 P-401-25 AC 150/5370-1OG 7/21/2014 Page Intentionally Left Blank P-401-26 AC 150/5370-1OG 7/21/2014 ITEM P-403 PLANT MIX BITUMINOUS PAVEMENTS (BASE, LEVELING OR SURFACE COURSE) DESCRIPTION 403-1.1 This item shall consist of a base course composed of mineral aggregate and asphalt cement binder (asphalt binder) mixed in a central mixing plant and placed on a prepared course in accordance with these specifications and shall conform to the lines, grades, thicknesses, and typical cross-sections shown on the plans. Each course shall be constructed to the depth, typical section, and elevation required by the plans and shall be rolled, finished, and approved before the placement of the next course. MATERIALS 403-2.1 AGGREGATE. Aggregates shall consist of crushed stone, crushed gravel crushed slag, screenings, natural sand and mineral filler, as required. The aggregates should be free of ferrous sulfides, such as pyrite, that would cause "rust" staining that can bleed through pavement markings. The portion retained on the No. 4 (4.75 mm) sieve is coarse aggregate. The portion passing the No. 4 (4.75 mm) sieve and retained on the No. 200 (0.075 mm) sieve is fine aggregate, and the portion passing the No. 200 (0.075 mm) sieve is mineral filler. Crushed slag shall not be used in this project. a. Coarse Aggregate. Coarse aggregate shall consist of sound, tough, durable particles, free from films of matter that would prevent thorough coating and bonding with the bituminous material and free from organic matter and other deleterious substances. The percentage of wear shall not be greater than 50 percent when tested in accordance with ASTM C131. The sodium sulfate soundness loss shall not exceed 12%, or the magnesium sulfate soundness loss shall not exceed 18%, after five cycles, when tested in accordance with ASTM C88. Clay Lumps and friable particles shall not exceed 1.0% when tested in accordance with ASTM C142. Aggregate shall contain at least 75 percent by weight of individual pieces having two or more fractured faces and 85 percent by weight having at least one fractured face. The area of each face shall be equal to at least 75% of the smallest midsectional area of the piece. When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 degrees to count as two fractured faces. Fractured faces shall be achieved by crushing. The aggregate shall not contain more than a total of 8%, by weight, of flat particles, elongated particles, and flat and elongated particles, when tested in accordance with ASTM D 4791 with a value of 5:1. Slag shall be air-cooled, blast furnace slag, and shall have a compacted weight of not less than 70 s per cubic foot when tested in accordance with ASTM C29. b. Fine Aggregate. Fine aggregate shall consist of clean, sound, tough, durable, angular shaped particles produced by crushing stone, slag, or gravel that meets the requirements for wear and soundness specified for coarse aggregate. The aggregate particles shall be free from coatings of clay, silt, or other objectionable matter. The fine aggregate, including any blended material for the fine aggregate, shall have a plasticity index of not more than six (6) and a liquid limit of not more than 25 when tested in accordance with ASTM D4318. The soundness loss shall not exceed 10% when sodium sulfate is used or 15% when magnesium sulfate is used, after five cycles, when tested per ASTM C88. Clay lumps and friable particles shall not exceed 1.0 percent, by weight, when tested in accordance with ASTM C142. P-403-1 AC 150/5370-10G 7/21/2014 Natural (nonmanufactured) sand may be used to obtain the gradation of the aggregate blend or to improve the workability of the mix. The amount of sand to be added will be adjusted to produce mixtures conforming to requirements of this specification. The fine aggregate shall not contain more than 15 percent natural sand by weight of total aggregates. If used, the natural sand shall meet the requirements of ASTM D 1073 and shall have a plasticity index of not more than 6 and a liquid limit of not more than 25 when tested in accordance with ASTM D 4318. The aggregate shall have sand equivalent values of 45 or greater when tested in accordance with ASTM D2419. c. Sampling. ASTM D75 shall be used in sampling coarse and fine aggregate, and ASTM C183 shall be used in sampling mineral filler. 403-2.2 MINERAL FILLER. If filler, in addition to that naturally present in the aggregate, is necessary, it shall meet the requirements of ASTM D242. 403-2.3 BITUMINOUS MATERIAL. Asphalt cement binder shall conform to ASTM D6373 Performance Grade (PG) 82-10. A certificate of compliance from the manufacturer shall be included with the mix design submittal. The supplier's certified test report with test data indicating grade certification for the asphalt binder shall be provided to the Engineer for each load at the time of delivery to the mix plant. A certified test report with test data indicating grade certification for the asphalt binder shall also be provided to the Engineer for any modification of the asphalt binder after delivery to the mix plant and before use in the HMA. 403-2.4 PRELIMINARY MATERIAL ACCEPTANCE. Preliminary material acceptance. Prior to delivery of materials to the job site, the Contractor shall submit certified test reports to the Engineer for the following materials: a. Coarse Aggregate. (1) Percent of wear (2) Soundness (3) Clay lumps and friable particles (4) Percent fractured faces (5) Flat and elongated particles (6) Unit weight of slag b. Fine Aggregate. (1) Liquid limit and Plasticity index (2) Soundness (3) Clay lumps and friable particles (4) Percent natural sand (5) Sand equivalent c. Mineral Filler. d. Asphalt Binder. Test results for asphalt binder shall and compaction temperatures. The certifications shall show the appropriate ASTM tests for that the material meets the specification requirement. P-403-2 include temperature/viscosity charts for mixing each material, the test results, and a statement AC 150/5370-10G 7/21/2014 The Engineer may request samples for testing, prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications. 403-2.5 ANTI -STRIPPING AGENT. Any anti -stripping agent or additive if required shall be heat stable, shall not change the asphalt cement viscosity beyond specifications, shall contain no harmful ingredients, shall be added in recommended proportion by approved method, and shall be a material approved by the Department of Transportation of the State in which the project is located. COMPOSITION 403-3.1 COMPOSITION OF MIXTURE. The HMA plant mix shall be composed of a mixture of well -graded aggregate, filler and anti -strip agent if required, and asphalt binder. The several aggregate fractions shall be sized, handled in separate size groups, and combined in such proportions that the resulting mixture meets the grading requirements of the job mix formula (JMF). 403-3.2 JOB MIX FORMULA. No hot -mixed asphalt (HMA) for payment shall be produced until a JMF has been approved in writing by the Engineer. The asphalt mix design and JMF shall be prepared by an accredited laboratory that meets the requirements of paragraph 403-3.4. The HMA shall be designed using procedures contained in the Asphalt Institute MS -2 Mix Design Manual, 7th Edition. ASTM D6926 shall be used for preparation of specimens using the manually held and operated hammer for the mix design procedure. ASTM D6927 shall be used for testing for Marshall stability and flow. If material variability exceeds the standard deviations indicated, the JMF and subsequent production targets shall be based on a stability greater than shown in Table 1 and the flow shall be targeted close to the mid-range of the criteria in order to meet the acceptance requirements. Tensile Strength Ratio (TSR) of the composite mixture, as determined by ASTM D4867, shall not be less than 75 when tested at a saturation of 70-80% or an anti -stripping agent shall be added to the HMA, as necessary, to produce a TSR of not less than 75 when tested at a saturation of 70-80%. If an anti -strip agent is required, it shall be provided by the Contractor at no additional cost to the Owner. The JMF shall be submitted in writing by the Contractor at least 30 days prior to the start of paving operations. The JMF shall be developed within the same construction season using aggregates currently being produced. The submitted JMF shall be stamped or sealed by the responsible professional Engineer of the laboratory and shall include the following items as a minimum: a. Percent passing each sieve size for total combined gradation, individual gradation of all aggregate stockpiles and percent by weight of each stockpile used in the JMF. b. Percent of asphalt cement. c. Asphalt performance, grade, and type of modifier if used. d. Number of blows per side of molded specimen. e. Laboratory mixing temperature. f. Laboratory compaction temperature. g. Temperature -viscosity relationship of the PG asphalt cement binder showing acceptable range of mixing and compaction temperatures and for modified binders include supplier recommended mixing and compaction temperatures. P-403-3 AC 150/5370-1OG 7/21/2014 h. Plot of the combined gradation on the 0.45 power gradation curve. i. Graphical plots of stability, flow, air voids, voids in the mineral aggregate, and unit weight versus asphalt content. j. Specific gravity and absorption of each aggregate. k. Percent natural sand. I. Percent fractured faces. m. Percent by weight of flat particles, elongated particles, and flat and elongated particles (and criteria). n. Tensile Strength Ratio (TSR). o. Antistrip agent (if required). p. Date the JMF was developed. Mix designs that are not dated or which are from a prior construction season shall not be accepted. The Contractor shall submit to the Engineer the results of verification testing of three (3) asphalt samples prepared at the optimum asphalt content. The average of the results of this testing shall indicate conformance with the JMF requirements specified in Tables 1 and 3. When the project requires asphalt mixtures of differing aggregate gradations, a separate JMF and the results of JMF verification testing shall be submitted for each mix. The JMF for each mixture shall be in effect until a modification is approved in writing by the Engineer. Should a change in sources of materials be made, a new JMF must be submitted within 15 days and approved by the Engineer in writing before the new material is used. After the initial production JMF has been approved by the Engineer and a new or modified JMF is required for whatever reason, the subsequent cost of the Engineer's approval of the new or modified JMF will be borne by the Contractor. There will be no time extension given or considerations for extra costs associated with the stoppage of production paving or restart of production paving due to the time needed for the Engineer to approve the initial, new or modified JMF. Table 1. Marshall Design Criteria Test Property Pavements designed for aircraft gross weights of 60,000 lbs or more or tire pressures of 100 psi or more Number of blows 75 Stability, pounds minimum 1800 lbs Flow, 0.01 inch 8-16 Air voids (percent) 3.5 Percent voids in mineral aggregate, minimum See Table 2. Table 2. Minimum Percent Voids In Mineral Aggregate (VMA) P-403-4 AC 150/5370-10G 7/21/2014 Aggregate (See Table 3) Minimum VMA Gradation 3 16 Gradation 2 15 Gradation 1 14 The mineral aggregate shall be of such size that the percentage composition by weight, as determined by laboratory sieves, will conform to the gradation or gradations specified in Table 3 when tested in accordance with ASTM C136 and ASTM C117. The gradations in Table 3 represent the limits that shall determine the suitability of aggregate for use from the sources of supply, be well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve, or vice versa. Table 3. Aggregate - HMA Pavements Sieve Size Percentage by Weight Passing Sieve 1 inch (25 mm) -- 3/4 inch (19 mm) 100 1/2 inch (12 mm) 79-99 3/8 inch (9 mm) 68-88 No. 4 (4.75 mm) 48-68 No. 8 (2.36 mm) 33-53 No. 16 (1.18 mm) 20-40 No. 30 (0.60 mm) 14-30 No. 50 (0.30 mm) 9-21 No. 100 (0.15 mm) 6-16 No. 200 (0.075 mm) 3-6 Asphalt Percent: Stone or gravel 5.0-7.5 Slag 6.5-9.5 The aggregate gradations shown are based on aggregates of uniform specific gravity. The percentages passing the various sieves shall be corrected when aggregates of varying specific gravities are used, as indicated in the Asphalt Institute MS -2 Mix Design Manual, 7th Edition. 403-3.3 RECLAIMED ASPHALT CONCRETE (RAP). RAP shall not be used. 403-3.4 JOB MIX FORMULA (JMF) LABORATORY. The Contractor's laboratory used to develop the JMF shall be accredited in accordance with ASTM D3666. The laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for developing the JMF must be listed on the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction. P-403-5 AC 150/5370-10G 7/21/2014 403-3.5 TEST SECTION. Prior to full production, the Contractor shall prepare and place a quantity of HMA according to the JMF. The amount of HMA shall be sufficient to construct a test section 300 feet long and 25 feet wide, placed in two lanes, with a longitudinal cold joint, and shall be of the same depth specified for the construction of the course which it represents. A cold joint for this test section is an exposed construction joint at least four (4) hours old or whose mat has cooled to less than 160°F (71 °C). The cold joint must be cut back using the same procedure that will be used during production in accordance with 403-4.12. The underlying grade or pavement structure upon which the test section is to be constructed shall be the same as the remainder of the course represented by the test section. The equipment used in construction of the test section shall be the same type and weight to be used on the remainder of the course represented by the test section. The test section shall be evaluated for acceptance as a single lot in accordance with the acceptance criteria in paragraph 403-5.1 and 403-5.2. The test section shall be divided into equal sublots. As a minimum the test section shall consist of three (3) sublots. The test section shall be considered acceptable if the average mat density of the test section cores is greater than or equal to 96% and the average joint density of the test section cores is greater than or equal to 94%. If the initial test section should prove to be unacceptable, the necessary adjustments to the JMF, plant operation, placing procedures, and/or rolling procedures shall be made. A second test section shall then be placed. If the second test section also does not meet specification requirements, both sections shall be removed at the Contractor's expense. Additional test sections, as required, shall be constructed and evaluated for conformance to the specifications. Any additional sections that are not acceptable shall be removed at the Contractor's expense. Full production shall not begin until an acceptable test section has been constructed and accepted in writing by the Engineer. Once an acceptable test section has been placed, payment for the initial test section and the section that meets specification requirements shall be made in accordance with paragraph 403-8.1. Job mix control testing shall be performed by the Contractor at the start of plant production and in conjunction with the calibration of the plant for the JMF. If the aggregates produced by the plant do not satisfy the gradation requirements or produce a mix that meets the JMF, it will be necessary to reevaluate and redesign the mix using plant -produced aggregates. Specimens shall be prepared and the optimum asphalt content determined in the same manner as for the original JMF tests. Contractor will not be allowed to place the test section until the Contractor Quality Control Program, showing conformance with the requirements of paragraph 403-6.1, has been approved, in writing, by the Engineer. CONSTRUCTION METHODS 403-4.1 WEATHER LIMITATIONS. The HMA shall not be placed upon a wet surface or when the surface temperature of the underlying course is less than specified in Table 4. The temperature requirements may be waived by the Engineer, if requested; however, all other requirements including compaction shall be met. TABLE 4. BASE TEMPERATURE LIMITATIONS Mat Thickness Base Temperature (Minimum) Degrees F Degrees C 3 inches or greater 40 4 Greater than 2 inches but less than 3 inches 45 7 P-403-6 AC 150/5370-10G 7/21/2014 403-4.2 HMA PLANT. Plants used for the preparation of HMA shall conform to the requirements of American Association of State Highway and Transportation Officials (AASHTO) M156 with the following changes: a. Requirements for All Plants Include: (1) Truck Scales. The HMA shall be weighed on approved scales furnished by the Contractor, or on certified public scales at the Contractor's expense. Scales shall be inspected and sealed as often as the Engineer deems necessary to assure their accuracy. Scales shall conform to the requirements of the General Provisions, subsection 90-01. In lieu of scales, and as approved by the Engineer, HMA weights may be determined by the use of an electronic weighing system equipped with an automatic printer that weighs the total HMA production and as often thereafter as requested by the Engineer. (2) Testing Facilities. The Contractor shall ensure laboratory facilities are provided at the plant for the use of the Engineer. The lab shall have sufficient space and equipment so that both testing representatives (Engineer's and Contractor's) can operate efficiently. The lab shall meet the requirements of ASTM D3666 including all necessary equipment, materials, and current reference standards to comply with the specifications and masonry saw with diamond blade for trimming pavement cores and samples. The plant testing laboratory shall have a floor space area of not less than 200 square feet, with a ceiling height of not less than 7-1/2 feet. The laboratory shall be weather tight, sufficiently heated in cold weather, air-conditioned in hot weather to maintain temperatures for testing purposes of 70°F ±5°F. The plant testing laboratory shall be located on the plant site to provide an unobstructed view, from one of its windows, of the trucks being loaded with the plant mix materials. In addition, the facility shall include the minimum: (a) Adequate artificial lighting (b) Electrical outlets sufficient in number and capacity for operating the required testing equipment and drying samples. (c) A minimum of two (2) Underwriter's Laboratories approved fire extinguishers of the appropriate types and class. (d) Work benches for testing. (e) Desk with chairs and file cabinet. (f) Sanitary facilities convenient to testing laboratory. (g) Exhaust fan to outside air. (h) Sink with running water. Failure to provide the specified facilities shall be sufficient cause for disapproving HMA plant operations. Laboratory facilities shall be kept clean, and all equipment shall be maintained in proper working condition. The Engineer shall be permitted unrestricted access to inspect the Contractor's laboratory facility and witness quality control activities. The Engineer will advise the Contractor in writing of any noted deficiencies concerning the laboratory facility, equipment, supplies, or testing personnel and procedures. When the deficiencies are serious enough to be adversely affecting the test results, the incorporation of the materials into the work shall be suspended immediately and will not be permitted to resume until the deficiencies are satisfactorily corrected. (3) Inspection of Plant. The Engineer, or Engineer's authorized representative, shall have access, at all times, to all areas of the plant for checking adequacy of equipment; inspecting operation of the plant: verifying weights, proportions, and material properties; and checking the temperatures maintained in the preparation of the mixtures. (4) Storage Bins and Surge Bins. The HMA stored in storage and surge bins shall meet the same requirements as HMA loaded directly into trucks and may be permitted under the following conditions: P-403-7 AC 150/5370-10G 7/21/2014 (a) Stored in non -insulated bins for a period of time not to exceed three (3) hours. (b) Stored in insulated storage bins for a period of time not to exceed eight (8) hours. If the Engineer determines that there is an excessive amount of heat loss, segregation or oxidation of the HMA due to temporary storage, no temporary storage will be allowed. 403-4.3 HAULING EQUIPMENT. Trucks used for hauling HMA shall have tight, clean, and smooth metal beds. To prevent the HMA from sticking to the truck beds, the truck beds shall be lightly coated with a minimum amount of paraffin oil, lime solution, or other material approved by the Engineer. Petroleum products shall not be used for coating truck beds. Each truck shall have a suitable cover to protect the mixture from adverse weather. When necessary, to ensure that the mixture will be delivered to the site at the specified temperature, truck beds shall be insulated or heated and covers shall be securely fastened. 403-4.3.1 MATERIAL TRANSFER VEHICLE (MTV). Material transfer Vehicles shall be required due to the improvement in smoothness and decrease in both physical and thermal segregation. To transfer the material from the hauling equipment to the paver, use a self-propelled, material transfer vehicle with a swing conveyor that can deliver material to the paver without making contact with the paver. The MTV shall be able to move back and forth between the hauling equipment and the paver providing material transfer to the paver, while allowing the paver to operate at a constant speed. The Material Transfer Vehicle will have remixing and storage capability to prevent physical and thermal segregation. 403-4.4 HMA PAVERS. HMA pavers shall be self-propelled with an activated heated screed, capable of spreading and finishing courses of HMA that will meet the specified thickness, smoothness, and grade. The paver shall have sufficient power to propel itself and the hauling equipment without adversely affecting the finished surface. The paver shall have a receiving hopper of sufficient capacity to permit a uniform spreading operation. The hopper shall be equipped with a distribution system to place the HMA uniformly in front of the screed without segregation. The screed shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, or gouging the mixture. If, during construction, it is found that the spreading and finishing equipment in use leaves tracks or indented areas, or produces other blemishes in the pavement that are not satisfactorily corrected by the scheduled operations, the use of such equipment shall be discontinued and satisfactory equipment shall be provided by the Contractor. 403-4.4.1 AUTOMATIC GRADE CONTROL. The HMA paver shall be equipped with a control system capable of automatically maintaining the specified screed elevation. The control system shall be automatically actuated from either a reference line and/or through a system of mechanical sensors or sensor -directed mechanisms or devices that will maintain the paver screed at a predetermined transverse slope and at the proper elevation to obtain the required surface. The transverse slope controller shall be capable of maintaining the screed at the desired slope within ±0.1%. The controls shall be capable of working in conjunction with any of the following attachments: a. Ski -type device of not less than 30 feet in length b. Taut stringline (wire) set to grade c. Short ski or shoe d. Laser control P-403-8 AC 150/5370-10G 7/21/2014 403-4.5 ROLLERS. Rollers of the vibratory, steel wheel, and pneumatic -tired type shall be used. They shall be in good condition, capable of operating at slow speeds to avoid displacement of the HMA. The number, type, and weight of rollers shall be sufficient to compact the HMA to the required density while it is still in a workable condition. All rollers shall be specifically designed and suitable for compacting hot mix bituminous concrete and shall be properly used. Rollers that impair the stability of any layer of a pavement structure or underlying soils shall not be used. Depressions in pavement surfaces caused by rollers shall be repaired by the Contractor at their own expense. The use of equipment that causes crushing of the aggregate will not be permitted. 403-4.5.1 DENSITY DEVICE.. The Contractor shall have on site a density gauge during all paving operations in order to assist in the determination of the optimum rolling pattern, type of roller and frequencies, as well as to monitor the effect of the rolling operations during production paving. The Contractor shall also supply a qualified technician during all paving operations to calibrate the density gauge and obtain accurate density readings for all new HMA. These densities shall be supplied to the Engineer upon request at any time during construction. No separate payment will be made for supplying the density gauge and technician. 403-4.6 PREPARATION OF ASPHALT BINDER. The asphalt binder shall be heated in a manner that will avoid local overheating and provide a continuous supply of the bituminous material to the mixer at a uniform temperature. The temperature of the unmodified asphalt binder delivered to the mixer shall be sufficient to provide a suitable viscosity for adequate coating of the aggregate particles, but shall not exceed 325°F when added to the aggregate. The temperature of modified asphalt binder shall be no more than 350°F when added to the aggregate. 403-4.7 PREPARATION OF MINERAL AGGREGATE. The aggregate for the HMA shall be heated and dried. The maximum temperature and rate of heating shall be such that no damage occurs to the aggregates. The temperature of the aggregate and mineral filler shall not exceed 350°F when the asphalt binder is added. Particular care shall be taken that aggregates high in calcium or magnesium content are not damaged by overheating. The temperature shall not be lower than is required to obtain complete coating and uniform distribution on the aggregate particles and to provide a mixture of satisfactory workability. 403-4.8 PREPARATION OF HMA. The aggregates and the asphalt binder shall be weighed or metered and introduced into the mixer in the amount specified by the JMF. The combined materials shall be mixed until the aggregate obtains a uniform coating of asphalt binder and is thoroughly distributed throughout the mixture. Wet mixing time shall be the shortest time that will produce a satisfactory mixture, but not less than 25 seconds for batch plants. The wet mixing time for all plants shall be established by the Contractor, based on the procedure for determining the percentage of coated particles described in ASTM D2489, for each individual plant and for each type of aggregate used. The wet mixing time will be set to achieve 95% of coated particles. For continuous mix plants, the minimum mixing time shall be determined by dividing the weight of its contents at operating level by the weight of the mixture delivered per second by the mixer. The moisture content of all HMA upon discharge shall not exceed 0.5%. 403-4.9 PREPARATION OF THE UNDERLYING SURFACE. Immediately before placing the bituminous mixture, the underlying course shall be cleaned of all dust and debris. A prime coat or tack coat shall be applied in accordance with Item P-602 or P-603, if shown on the plans. 403-4.10 LAYDOWN PLAN, TRANSPORTING, PLACING, AND FINISHING. Prior to the placement of the HMA, the Contractor shall prepare a laydown plan for approval by the Engineer. This is to minimize the number of cold joints in the pavement. The laydown plan shall include the sequence of paving laydown by stations, width of lanes, temporary ramp locations, and laydown temperature. The laydown plan shall also P-403-9 AC 150/5370-10G 7/21/2014 include estimated time of completion for each portion of the work (that is, milling, paving, rolling, cooling, etc.). Modifications to the laydown plan shall be approved by the Engineer. The HMA shall be transported from the mixing plant to the site in vehicles conforming to the requirements of paragraph 403-4.3. Deliveries shall be scheduled so that placing and compacting of HMA is uniform with minimum stopping and starting of the paver. Hauling over freshly placed material shall not be permitted until the material has been compacted, as specified, and allowed to cool to atmospheric temperature. The Contractor shall use a material transfer vehicle to deliver HMA to the paver. The alignment and elevation of the paver shall be regulated from outside reference lines established for this purpose for the first lift of all runway and taxiway pavements. Successive lifts of HMA surface course may be placed using a ski, or laser control per paragraph 403-4.4.1, provided grades of the first lift of bituminous surface course meet the tolerances of paragraphs 403-5.2b(5) as verified by a survey. Contractor shall survey each lift of HMA surface course and certify to Engineer that every lot of each lift meets the grade tolerances of paragraph 403-5.2b(5) before the next lift can be placed. The initial placement and compaction of the HMA shall occur at a temperature suitable for obtaining density, surface smoothness, and other specified requirements but not less than 250°F Edges of existing HMA pavement abutting the new work shall be saw cut and carefully removed as shown on the drawings and coated with asphalt tack coat before new material is placed against it. Upon arrival, the mixture shall be placed to the full width by a bituminous paver. It shall be struck off in a uniform layer of such depth that, when the work is completed, it shall have the required thickness and conform to the grade and contour indicated. The speed of the paver shall be regulated to eliminate pulling and tearing of the HMA mat. Unless otherwise permitted, placement of the HMA shall begin along the centerline of a crowned section or on the high side of areas with a one-way slope. The HMA shall be placed in consecutive adjacent strips having a minimum width of 12.5 feet except where edge lanes require less width to complete the area. Additional screed sections shall not be attached to widen paver to meet the minimum lane width requirements specified above unless additional auger sections are added to match. The longitudinal joint in one course shall offset the longitudinal joint in the course immediately below by at least one foot; however, the joint in the surface top course shall be at the centerline of crowned pavements. Transverse joints in one course shall be offset by at least 10 feet from transverse joints in the previous course. Transverse joints in adjacent lanes shall be offset a minimum of 10 feet. On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the HMA may be spread and luted by hand tools. Areas of segregation in the course, as determined by the Engineer, shall be removed and replaced at the Contractor's expense. The area shall be removed by saw cutting and milling a minimum of 2 inches deep. The area to be removed and replaced shall be a minimum width of the paver and a minimum of 10 feet long. 403-4.11 COMPACTION OF MIXTURE. After placing, the HMA shall be thoroughly and uniformly compacted by power rollers. The surface shall be compacted as soon as possible when the mixture has attained sufficient stability so that the rolling does not cause undue displacement, cracking or shoving. The sequence of rolling operations and the type of rollers used shall be at the discretion of the Contractor. The speed of the roller shall, at all times, be sufficiently slow to avoid displacement of the hot mixture and be effective in compaction. Any displacement occurring as a result of reversing the direction of the roller, or from any other cause, shall be corrected at once. P-403-10 AC 150/5370-10G 7/21/2014 Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until the surface is of uniform texture, true to grade and cross-section, and the required field density is obtained. To prevent adhesion of the mixture to the roller, the wheels shall be equipped with a scraper and kept properly moistened using a water soluble asphalt release agent approved by the Engineer. In areas not accessible to the roller, the mixture shall be thoroughly compacted with approved power driven tampers. Tampers shall weigh not less than 275 pounds, have a tamping plate width not less than 15 inches, be rated at not less than 4,200 vibrations per minute, and be suitably equipped with a standard tamping plate wetting device. Any HMA that becomes loose and broken, mixed with dirt, contains check -cracking, or in any way defective shall be removed and replaced with fresh hot mixture and immediately compacted to conform to the surrounding area. This work shall be done at the Contractor's expense. Skin patching shall not be allowed. 403-4.12 JOINTS. The formation of all joints shall be made in such a manner as to ensure a continuous bond between the courses and obtain the required density. All joints shall have the same texture as other sections of the course and meet the requirements for smoothness and grade. The roller shall not pass over the unprotected end of the freshly laid HMA except when necessary to form a transverse joint. When necessary to form a transverse joint, it shall be made by means of placing a bulkhead or by tapering the course. The tapered edge shall be cut back to its full depth and width on a straight line to expose a vertical face prior to placing the adjacent lane. In both methods, all contact surfaces shall be coated with an asphalt tack coat before placing any fresh HMA against the joint. Longitudinal joints which are have been left exposed for more than four (4) hours; the surface temperature has cooled to less than 175°F; or are irregular, damaged, uncompacted or otherwise defective shall be cut back 3 inches to 6 inches to expose a clean, sound, uniform vertical surface for the full depth of the course. All cutback material shall be removed from the project. An asphalt tack coat or other product approved by the Engineer shall be applied to the clean, dry joint prior to placing any additional fresh HMA against the joint. Any laitance produced from cutting joints shall be removed by vacuuming and washing. The cost of this work shall be considered incidental to the cost of the HMA. 403-4.13 DIAMOND GRINDING. When required, diamond grinding shall be accomplished by sawing with saw blades impregnated with industrial diamond abrasive. The saw blades shall be assembled in a cutting head mounted on a machine designed specifically for diamond grinding that will produce the required texture and smoothness level without damage to the pavement. The saw blades shall be 1/8 -inch wide and there shall be a minimum of 55 to 60 blades per 12 inches of cutting head width; the actual number of blades will be determined by the Contractor and depend on the hardness of the aggregate. Each machine shall be capable of cutting a path at least 3 feet wide. Equipment that causes ravels, aggregate fractures, spalls or disturbance to the pavement will not be permitted. The depth of grinding shall not exceed 1/2 inch and all areas in which diamond grinding has been performed will be subject to the final pavement thickness tolerances specified. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. Areas that have been ground will be sealed with a P-608 surface treatment as directed by the Engineer. It may be necessary to seal a larger area to avoid surface treatment creating any conflict with runway or taxiway markings. 403-4.14 NIGHTTIME PAVING REQUIREMENTS. Paving during nighttime construction shall require the following: a. All paving machines, rollers, distribution trucks and other vehicles required by the Contractor for his operations shall be equipped with artificial illumination sufficient to safely complete the work. b. Minimum illumination level shall be 20 horizontal foot-candles and maintained in the following areas: (1) An area of 30 feet wide by 30 feet long immediately behind the paving machines during the operations of the machines. P-403-11 AC 150/5370-10G 7/21/2014 (2) An area 15 feet wide by 30 feet long immediately in front and back of all rolling equipment, during operation of the equipment. (3) An area 15 feet wide by 15 feet long at any point where an area is being tack coated prior to the placement of pavement. c. As partial fulfillment of the above requirements, the Contractor shall furnish and use, complete artificial lighting units with a minimum capacity of 3,000 watt electric beam lights, affixed to all equipment in such a way to direct illumination on the area under construction. d. A lighting plan must be submitted by the Contractor and approved by the Engineer prior to the start of any nighttime work. MATERIAL ACCEPTANCE 403-5.1 ACCEPTANCE SAMPLING AND TESTING. Unless otherwise specified, all acceptance sampling and testing necessary to determine conformance with the requirements specified in this section will be performed by the Engineer at no cost to the Contractor except that coring as required in this section shall be completed and paid for by the Contractor. Testing organizations performing these tests shall be accredited in accordance with ASTM D3666. The laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for acceptance sampling and testing must be listed on the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction. All equipment in Contractor furnished laboratories shall be calibrated by an independent testing organization prior to the start of operations. a. Hot Mixed Asphalt.. Plant -produced HMA shall be tested for air voids and stability and flow on a lot basis. Sampling shall be from material deposited into trucks at the plant or from trucks at the job site. Samples shall be taken in accordance with ASTM D979. A standard lot shall be equal to one day's production or 2000 tons whichever is smaller. If the day's production is expected to exceed 2000 tons, but less than 4000 tons, the lot size shall be 1/2 day's production. If the day's production exceeds 4000 tons, the lot size shall be an equal sized fraction of the day's production, but shall not exceed 2000 tons. Where more than one plant is simultaneously producing HMA for the job, the lot sizes shall apply separately for each plant. (1) Sampling. Each lot will consist of four equal sublots. Sufficient HMA for preparation of test specimens for all testing will be sampled by the Engineer on a random basis, in accordance with the procedures contained in ASTM D3665. Samples will be taken in accordance with ASTM D979. The sample of HMA may be put in a covered metal tin and placed in an oven for not less than 30 minutes nor more than 60 minutes to stabilize to compaction temperature. The compaction temperature of the specimens shall be as specified in the JMF. (2) Testing. Sample specimens shall be tested for stability and flow in accordance with ASTM D6927. Air voids will be determined by the Engineer in accordance with ASTM D3203. One set of laboratory compacted specimens will be prepared for each sublot in accordance with ASTM D6926 at the number of blows required by paragraph 403-3.2, Table 1. Each set of laboratory compacted specimens will consist of three test specimens prepared from the same sample. The manual hammer in ASTM D6926 shall be used. P-403-12 AC 150/5370-10G 7/21/2014 Prior to testing, the bulk specific gravity of each test specimen shall be measured by the Engineer in accordance with ASTM D2726 using the procedure for laboratory -prepared thoroughly dry specimens for use in computing air voids and pavement density. For air voids determination, the theoretical maximum specific gravity of the mixture shall be measured one time for each sublot in accordance with ASTM D2041. The value used in the air voids computation for each sublot shall be based on theoretical maximum specific gravity measurement for the sublot. The stability and flow for each sublot shall be computed by averaging the results of all test specimens representing that sublot. (3) Acceptance. Acceptance of plant produced HMA for stability, flow, and air voids shall be determined by the Engineer in accordance with the requirements of paragraph 403- 5.1. b. In -Place HMA. HMA placed in the field shall be tested for mat and joint density on a lot basis. A standard lot shall be equal to one day's production or 2000 tons whichever is smaller. If the day's production is expected to exceed 2000 tons, but less than 4000 tons, the lot size shall be 1/2 day's production. If the day's production exceeds 4000 tons, the lot size shall be an equal sized fraction of the day's production, but shall not exceed 2000 tons. (1) Mat Density. The lot size shall be the same as that indicated in paragraph 403-5.1a The lot shall be divided into four equal sublots. One core of finished, compacted HMA shall be taken by the Contractor from each sublot. Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D3665. Cores for mat density shall not be taken closer than one foot from a transverse or longitudinal joint. (2) Joint Density. The lot size shall be the total length of longitudinal joints constructed by a lot of HMA as defined in paragraph 403-5.1a. The lot shall be divided into four equal sublots. One core of finished, compacted HMA shall be taken by the Contractor from each sublot. Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D3665. All cores for joint density shall be taken centered on the joint. The minimum core diameter for joint density determination shall be 5 inches. (3) Sampling. Samples shall be neatly cut with a diamond core drill bit. Samples will be taken in accordance with ASTM D979. The minimum diameter of the sample shall be 5 inches. Samples that are defective, as a result of sampling, shall be discarded and another sample taken. The Contractor shall furnish all tools, labor, and materials for cutting samples, cleaning, and filling the cored pavement. Cored pavement shall be cleaned and core holes shall be filled in a manner acceptable to the Engineer and within one day after sampling. Laitance produced by the coring operation shall be removed immediately. The top most lift of bituminous material shall be completely bonded to the underlying layers of bituminous material. If any of the cores reveal that the surface is not bonded to the bituminous layer immediately below the surface then additional cores shall be taken as directed by the Engineer in accordance with paragraph 403-5.1 b to determine the extent of any delamination. All delaminated areas shall be completely removed by milling to the limits and depth and replaced as directed by the Engineer at no additional cost. (4) Testing. The bulk specific gravity of each cored sample will be measured by the Engineer in accordance with ASTM D2726. Samples will be taken in accordance with ASTM D979. The percent compaction (density) of each sample will be determined by dividing the bulk specific gravity of each sublot sample by the average bulk specific gravity of all laboratory prepared specimens for the lot, as determined in paragraph 403-5.1a(2). The bulk specific gravity used to determine the joint density at joints formed between different lots shall be the lowest of the bulk specific gravity values from the two different lots. (5) Acceptance. Acceptance of field placed HMA for mat density will be determined by the Engineer in accordance with the requirements of paragraph 403-5.2b(1). Acceptance for joint density will be determined by the Engineer in accordance with the requirements of paragraph 403-5.2b(2). P-403-13 AC 150/5370-1OG 7/21/2014 c. Partial Lots HMA. When operational conditions cause a lot to be terminated before the specified number of tests have been made for the lot, or when the Contractor and Engineer agree in writing to allow overages or other minor tonnage placements to be considered as partial lots, the following procedure will be used to adjust the lot size and the number of tests for the lot. The last batch produced where production is halted will be sampled, and its properties shall be considered as representative of the particular sublot from which it was taken. In addition, an agreed to minor placement will be sampled, and its properties shall be considered as representative of the particular sublot from which it was taken. Where three sublots are produced, they shall constitute a lot. Where one or two sublots are produced, they shall be incorporated into the next lot, and the total number of sublots shall be used in the acceptance plan calculation, that is, n = 5 or n = 6, for example. Partial lots at the end of asphalt production on the project shall be included with the previous lot. The lot size for field placed material shall correspond to that of the plant material, except that, in no cases, shall less than three (3) cored samples be obtained, that is, n = 3. 403-5.2 ACCEPTANCE CRITERIA. a. General. Acceptance will be based on the following characteristics of the HMA and completed pavement and test results: (1) Air Voids (2) Mat density (3) Joint density (4) Thickness (5) Smoothness (6) Grade (7) Stability (8) Flow Mat density will be evaluated for acceptance in accordance with paragraph 403-5.2b(1). Stability and flow will be evaluated for acceptance in accordance with paragraph 403-5.1. Joint density will be evaluated for acceptance in accordance with paragraph 403-5.2b(2). Thickness will be evaluated by the Engineer for compliance in accordance with paragraph 403- 5.2b(3). for grade will be based on the criteria contained in paragraph 403-5.2b(5). Acceptance The Engineer may at any time reject and require the Contractor to dispose of any batch of HMA which is rendered unfit for use due to contamination, segregation, incomplete coating of aggregate, or improper mix temperature. Such rejection may be based on only visual inspection or temperature measurements. In the event of such rejection, the Contractor may take a representative sample of the rejected material in the presence of the Engineer, and if it can be demonstrated in the laboratory, in the presence of the Engineer, that such material was erroneously rejected, payment will be made for the material at the contract unit price. b. Acceptance Criteria. (1) Mat Density. Acceptance of each lot of plant produced material for mat density shall be based on the average of all of the densities taken from the sublots. If the average mat density of the lot so established equals or exceeds 96%, the lot shall be acceptable. If the average mat density of the lot is below 96%, the lot shall be removed and replaced at the Contractor's expense. (2) Joint Density. Acceptance of each lot of plant produced HMA for joint density shall be based on the average of all of the joint densities taken from the sublots. If the average joint density of the lot so established equals or exceeds 94%, the lot shall be acceptable. If the average joint density of the lot P-403-14 AC 150/5370-10G 7/21/2014 is less than 94%, the Contractor shall stop production and evaluate the method of compacting joints. Production may resume once the reason for poor compaction has been determined and appropriate measures have been taken to ensure proper compaction. (3) Thickness. Thickness of each course shall be evaluated by the Engineer for compliance to the requirements shown on the plans. Measurements of thickness shall be made by the Engineer using the cores extracted for each sublet for density measurement. The maximum allowable deficiency at any point shall not be more than 1/4 inch less than the thickness indicated for the lift. Average thickness of lift, or combined lifts, shall not be less than the indicated thickness. Where thickness deficiency exceeds the specified tolerances, the lot or sublet shall be corrected by the Contractor at his expense by removing the deficient area and replacing with new pavement. The Contractor, at his expense, may take additional cores as approved by the Engineer to circumscribe the deficient area. ('1) Smoothness. The final surface shall be free from roller marks. After final rolling, but not later than 2,1 hours after placement, the surface of each lot shall be tested in both longitudinal and The Contractor shall furnish paving equipment and employ methods that produce a surface for each evaluated with a 12 foot straightedge. When the surface course smoothness exceeds specification tolerances which cannot be corrected by diamond grinding of the surface course, full depth removal and involving diamond grinding will be subject to the final pavement thickness tolerances specified. The • • -.: directed by the Engineer. a. Transverse Measurements. Transverse measurements will be taken for each lot more often as determined by the Engineer. 1) Testing shall be continuous across all joints, starting with one half the length of the straightedge at the edge of pavement section being tested and then moved ahead one-half the lengtfh of the straightedge for each successive measurement. Smoothness readings will not be made across grade •• .. • • - • . • e 9:- • . -9' or cross slope transitions. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface and allowing it to rest upon the two highest spots covered by its length, and measuring the maximum gap between the straightedge and the pavement surface in the area between these two high points. should not exceed 10% of the total area and these areas shall be retested after grinding. 2) The joint between lots shall be tested separately to facilitate smoothness straightedge on the pavement surface, with half the straightedge on one side of the joint and the other half of the straightedge on the other side of the joint. Measure the maximum gap between the straightedge and the pavement surface in the area between these two high points. One measurement shall be taken at the shall be furnished to the Engineer at the end of each days testing. 3) Longitudinal measurements. Longitudinal measurements will be taken for P-403-15 AC 150/5370-10G 7/21/2014 paving lanes are 20 ft or greater. The finished surface shall not vary more than 11'l inch when evaluated with a 12 foot straightedge. Smoothness readings will not bo made across grade changes or cross slope transitions; at these transition areas, the straightedge position shall bo adjusted to measure surface smoothness and not design grade or cross slope transitions. Testing shall be continuous across all joints, starting with one half the length of the straightedge at the edge of pavement section being tested and then moved ahead one half the length of the straightedge for each successive measurement. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the grinding per paragraph /103-1.13 or by removing and replacing full depth of surface course. Grinding will be grinding should not exceed 10% of the total area and those areas shall bo retested after grinding. Tho shall be stopped until corrective measures can be implemented. (5) Grade. Grade shall be evaluated on the first day of placement and then every 50 feet to allow adjustments to paving operations if measurements do not meet specification requirements. The Contractor must submit the survey data to the Engineer by the following day after measurements have been taken. The finished surface of the pavement shall not vary from the gradeline elevations and cross- sections shown on the plans by more than 1/2 inch. The finished grade of each lot will be determined by running levels at intervals of 50 feet or less longitudinally and all breaks in grade transversely (not to exceed 50 feet) to determine the elevation of the completed pavement. The Contractor shall pay the cost of surveying of the level runs that shall be performed by a licensed surveyor. The documentation, stamped and signed by a licensed surveyor, shall be provided by the Contractor to the Engineer. The lot size shall be 2000 square yards. When more than 15% of all the measurements within a lot are outside the specified tolerance, or if any one shot within the lot deviates 3/4 inch or more from planned grade, the Contractor shall remove the deficient area to the depth of the final course of pavement and replace with new material. Skin patching shall not be permitted. Isolated high points may be ground off providing the course thickness complies with the thickness specified on the plans. High point grinding will be limited to 15 square yard. The surface of the ground pavement shall have a texture consisting of grooves between 0.090 and 0.130 inches wide. The peaks and ridges shall be approximately 1/32 inch higher than the bottom of the grooves. The pavement shall be left in a clean condition. The removal of all of the slurry resulting from the grinding operation shall be continuous. The grinding operation should be controlled so the residue from the operation does not flow across other lanes of pavement. Areas in excess of 15 square yard will require removal and replacement of the pavement in accordance with the limitations noted above. Contractor shall apply a surface treatment per P-608 to all areas that have been subject to grinding. c. Density Outliers. If the tests within a lot include a very large or a very small value that appears to be outside the normal limits of variation, check for an outlier in accordance with ASTM E178, at a significance level of 5%, to determine if this value should be discarded. 403-5.3 RESAMPLING PAVEMENT FOR MAT DENSITY. a. General. Resampling of a lot of pavement will only be allowed for mat density and then, only if the Contractor requests same in writing, within 48 hours after receiving the written test results from the Engineer. A retest will consist of all the sampling and testing procedures contained in paragraphs 403-5.1. Only one resampling per lot will be permitted. (1) A redefined mat density shall be calculated for the resampled lot. The number of tests used to calculate the redefined mat density shall include the initial tests made for that lot plus the retests. P-403-16 AC 150/5370-10G 7/21/2014 (2) The cost for resampling and retesting shall be borne by the Contractor. b. Payment for Resampled Lots. The redefined mat density for a resampled lot shall be used to evaluate the acceptance of that lot in accordance with paragraph 403-5.2. c. Outliers Check for outliers in accordance with ASTM E178, at a significance level of 5%. 4035.4 LEVELING COURSE. Any course used for trueing and leveling shall meet the aggregate gradation in Table 3, paragraph 4033.2. The trueing and leveling course shall meet the requirements of paragraph 403-3.2, 403-5.1 for air voids [and for stability and flow], but shall not be subject to the density requirements of paragraph 4035.1. The leveling course shall be compacted with the same effort used to achieve density of the test section. The truing and leveling course shall not exceed the maximum lift thickness associated with each gradation in Table 3, paragraph 403 3.2. The leveling course is the first variable thickness lift of an overlay placed prior to subsequent courses. CONTRACTOR QUALITY CONTROL 403-6.1 GENERAL. The Contractor shall perform quality control sampling, testing, and inspection during all phases of the work and shall perform them at a rate sufficient to ensure that the work conforms to the contract requirements, and at minimum test frequencies required by paragraph 403-6.3, including but not limited to: a. Mix Design b. Aggregate Grading c. Quality of Materials d. Stockpile Management e. Proportioning f. Mixing and Transportation g. Placing and Finishing h. Joints i. Compaction j. Surface smoothness k. Personnel 1. Laydown Plan The Contractor shall perform quality control sampling, testing, and inspection during all phases of the work and shall perform them at a rate sufficient to ensure that the work conforms to the contract requirements, and at minimum test frequencies required by paragraph 403-6.3 and Section 100 of the General Provisions. As a part of the process for approving the Contractor's plan, the Engineer may require the Contractor's technician to perform testing of samples to demonstrate an acceptable level of performance. No partial payment will be made for materials that are subject to specific quality control requirements without an approved plan. 403-6.2 TESTING LABORATORY. The lab shall meet the requirements of ASTM D3666 including all necessary equipment, materials, and current reference standards to comply with the specifications. 403-6.3 QUALITY CONTROL TESTING. The Contractor shall perform all quality control tests necessary to control the production and construction processes applicable to these specifications and as set forth in the approved Quality Control Program. The testing program shall include, but not necessarily be limited to, tests for the control of asphalt content, aggregate gradation, temperatures, aggregate moisture, field compaction, and surface smoothness. A Quality Control Testing Plan shall be developed as part of the Quality Control Program. P-403-17 AC 150/5370-10G 7/21/2014 a. Asphalt Content. A minimum of two asphalt content tests shall be performed per lot in accordance with ASTM D6307 or ASTM D2172 if the correction factor in ASTM D6307 is greater than 1.0. The asphalt content for the lot will be determined by averaging the test results. b. Gradation. Aggregate gradations shall be determined a minimum of twice per lot from mechanical analysis of extracted aggregate in accordance with ASTM D5444 and ASTM C136, and ASTM C117. c. Moisture Content of Aggregate. The moisture content of aggregate used for production shall be determined a minimum of once per lot in accordance with ASTM C566. d. Moisture Content of HMA. The moisture content of the HMA shall be determined once per lot in accordance with ASTM D1461 e. Temperatures. Temperatures shall be checked, at least four times per lot, at necessary locations to determine the temperatures of the dryer, the asphalt binder in the storage tank, the HMA at the plant, and the HMA at the job site. f. In -Place Density Monitoring. The Contractor shall conduct any necessary testing to ensure that the specified density is being achieved. A nuclear gauge may be used to monitor the pavement density in accordance with ASTM D2950. g. Additional Testing. Any additional testing that the Contractor deems necessary to control the process may be performed at the Contractor's option. h. Monitoring. The Engineer reserves the right to monitor any or all of the above testing. 403-6.4 SAMPLING. When directed by the Engineer, the Contractor shall sample and test any material that appears inconsistent with similar material being sampled, unless such material is voluntarily removed and replaced or deficiencies corrected by the Contractor. All sampling shall be in accordance with standard procedures specified. 403-6.5 CONTROL CHARTS. The Contractor shall maintain linear control charts both for individual measurements and range (i.e., difference between highest and lowest measurements) for aggregate gradation, asphalt content, and VMA. The VMA for each sublot will be calculated and monitored by the Quality Control laboratory. Control charts shall be posted in a location satisfactory to the Engineer and shall be kept current. As a minimum, the control charts shall identify the project number, the contract item number, the test number, each test parameter, the Action and Suspension Limits applicable to each test parameter, and the Contractor's test results. The Contractor shall use the control charts as part of a process control system for identifying potential problems and assignable causes before they occur. If the Contractor's projected data during production indicates a problem and the Contractor is not taking satisfactory corrective action, the Engineer may suspend production or acceptance of the material. a. Individual Measurements. Control charts for individual measurements shall be established to maintain process control within tolerance for aggregate gradation, asphalt content, and VMA. The control charts shall use the JMF target values as indicators of central tendency for the following test parameters with associated Action and Suspension Limits: P-403-18 AC 150/5370-10G 7/21/2014 CONTROL CHART LIMITS FOR INDIVIDUAL MEASUREMENTS Sieve Action Limit Suspension Limit 3/ inch (19 mm) ±6% ±9% 1/2 inch (12 mm) ±6% ±9% % inch (9 mm) ±6% ±9% No. 4 (4.75 mm) ±6% ±9% No. 16 (1.18 mm) ±5% ±7.5% No. 50 (0.30 mm) ±3% ±4.5% No. 200 (0.075 mm) ±2% ±3% Asphalt Content ±0.45% ±0.70% VMA -1.00% -1.5% b. Range. Control charts for range shall be established to control process variability for the test parameters and Suspension Limits listed below. The range shall be computed for each lot as the difference between the two test results for each control parameter. The Suspension Limits specified below are based on a sample size of n = 2. Should the Contractor elect to perform more than two tests per lot, the Suspension Limits shall be adjusted by multiplying the Suspension Limit by 1.18 for n = 3 and by 1.27for n=4. CONTROL CHART LIMITS BASED ON RANGE (Based on n = 2) Sieve Suspension Limit '/% inch (12 mm) 11% % inch (9 mm) 11% No.4(4.75mm) 11% No. 16 (1.18 mm) 9% No. 50 (0.30 mm) 6% No. 200 (0.075 mm) 3.5% Asphalt Content 0.8% c. Corrective Action. The Contractor Quality Control Program shall indicate that appropriate action shall be taken when the process is believed to be out of tolerance. The Plan shall contain sets of rules to gauge when a process is out of control and detail what action will be taken to bring the process into control. As a minimum, a process shall be deemed out of control and production stopped and corrective action taken, if: (1) One point falls outside the Suspension Limit line for individual measurements or range; or (2) Two points in a row fall outside the Action Limit line for individual measurements. 403-6.6 QUALITY CONTROL REPORTS. The Contractor shall maintain records and shall submit reports of quality control activities daily, in accordance with the Contractor Quality Control Program described in General Provisions, Section 100. P-403-19 AC 150/5370-10G 7/21/2014 METHOD OF MEASUREMENT 403-7.1 MEASUREMENT. Plant mix bituminous concrete pavement shall be measured by the number of tons of HMA used in the accepted work. Recorded batch weights or truck scale weights will be used to determine the basis for the tonnage. BASIS OF PAYMENT 403-8.1 PAYMENT. Payment for a lot of HMA meeting all acceptance criteria as specified in paragraph 403-5.2 shall be made at the contract unit price per ton for HMA. The price shall be compensation for furnishing all materials, for all preparation, mixing, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-403-8.1 HMA Base Course (6") — per Ton AASHTO M156 ASTM C29 ASTM C88 ASTM C117 ASTM C127 ASTM C131 ASTM C136 ASTM C183 ASTM C566 ASTM D75 ASTM D979 ASTM D1073 ASTM D1074 ASTM D1461 TESTING REQUIREMENTS Standard Specification for Requirements for Mixing Plants for Hot -Mixed, Hot- Laid Bituminous Paving Mixtures Standard Test Method for Bulk Density ("Unit Weight") and Voids in Aggregate Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate Standard Test Method for Materials Finer than 75 -pm (No. 200) Sieve in Mineral Aggregates by Washing Standard Test Method for Density, Relative Density (Specific Gravity), and Absorption of Coarse Aggregate Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine Standard Standard Standard Standard Standard Standard Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates Practice for Sampling and the Amount of Testing of Hydraulic Cement Test Method for Total Evaporable Moisture Content of Aggregate byDrying Practice for Sampling Aggregates Practice for Sampling Bituminous Paving Mixtures Specification for Fine Aggregate for Bituminous Paving Mixtures Test Method for Compressive Strength of Bituminous Mixtures Standard Test Method for Moisture or Volatile Distillates in Bituminous Paving Mixtures P-403-20 AC 150/5370-10G 7/21/2014 ASTM D2041 ASTM D2172 ASTM D2419 ASTM D2489 ASTM D2726 ASTM D2950 ASTM D3203 ASTM D3665 ASTM D3666 ASTM D4125 ASTM D4318 ASTM D4791 ASTM D4867 ASTM D5444 ASTM D5581 ASTM D6307 ASTM D6926 ASTM D6927 ASTM D6752 ASTM Ell ASTM E178 AASHTO T030 AASHTO T110 Standard Test Method for Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures Standard Test Method for Quantitative Extraction of Bitumen from Bituminous Paving Mixtures Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate Standard Practice for Estimating Degree of Particle Coating of Bituminous -Aggregate Mixtures Standard Test Method for Bulk Specific Gravity and Density of Non -Absorptive Compacted Bituminous Mixtures Standard Test Method for Density of Bituminous Concrete in Place by Nuclear Methods Standard Test Method for Percent Air Voids in Compacted Dense and Open Bituminous Paving Mixtures Standard Practice for Random Sampling of Construction Materials Standard Specification for Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials Standard Test Methods for Asphalt Content of Bituminous mixtures by the Nuclear Method Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils Standard Test Method for Flat Particles, Elongated Particles, or Flat and Elongated Particles in Coarse Aggregate Standard Test Method for Effect of Moisture on Asphalt Concrete Paving Mixtures Standard Test Method for Mechanical Size Analysis of Extracted Aggregate Standard Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus (6 inch -Diameter Specimen) Standard Test Method for Asphalt Content of Hot -Mix Asphalt by Ignition Method Standard Practice for Preparation of Bituminous Specimens Using Marshall Apparatus Standard Test Method for Marshall Stability and Flow of Bituminous Mixtures Standard Test Method for Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Automatic Vacuum Sealing Method Standard Specification for Woven Wire Test Sieve Cloth and Test Sieves Standard Practice for Dealing with Outlying Observations Standard Method of Test for Mechanical Analysis of Extracted Aggregate Standard Method of Test for Moisture or Volatile Distillates in Hot Mix Asphalt (HMA) P-403-21 AC 150/5370-1OG 7/21/2014 AASHTO T275 Standard Method of Test for Bulk Specific Gravity (Gmb) of Compacted Hot Mix Asphalt (HMA) Using Paraffin -Coated Specimens). Asphalt Institute Handbook MS -26 Asphalt Binder Asphalt Institute MS -2 Mix Design Manual, 7th Edition MATERIAL REQUIREMENTS ASTM D242 Standard Specification for Mineral Filler for Bituminous Paving Mixtures ASTM D946 Standard Specification for Penetration -Graded Asphalt Cement for Use in Pavement Construction ASTM D3381 Standard Specification for Viscosity -Graded Asphalt Cement for Use in Pavement Construction ASTM D4552 Standard Practice for Classifying Hot -Mix Recycling Agents ASTM D6373 Standard Specification for Performance Graded Asphalt Binder END OF ITEM P-403 P-403-22 AC 150/5370-1 OG ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT DESCRIPTION 7/21/2014 501-1.1 This work shall consist of pavement composed of portland cement concrete (PCC), 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. Fine and Coarse aggregates to be used in all concrete shall be evaluated and tested by the Contractor for alkali -aggregate reactivity in accordance with both ASTM C1260 and ASTM C1567. Aggregate and mix proportion reactivity tests shall be performed for each project. (1) Coarse and fine aggregate shall be tested separately in accordance with ASTM C1260. The aggregate shall be considered innocuous if the expansion of test specimens, tested in accordance with ASTM C1260, does not exceed 0.10% at 28 days (30 days from casting). (2) Combined coarse and fine aggregate shall be tested in accordance with ASTM C1567, modified for combined aggregates, using the proposed mixture design proportions of aggregates, cementitious materials, and/or specific reactivity reducing chemicals. If lithium nitrate is proposed for use with or without supplementary cementitious materials, the aggregates shall be tested in accordance with Corps of Engineers (COE) Concrete Research Division (CRD) C662. If lithium nitrate admixture is used, it shall be nominal 30% ±0.5% weight lithium nitrate in water. (3) If the expansion of the proposed combined materials test specimens, tested in accordance with ASTM C1567, modified for combined aggregates, or COE CRD C662, does not exceed 0.10% at 28 days, the proposed combined materials will be accepted. If the expansion of the proposed combined materials test specimens is greater than 0.10% at 28 days, the aggregates will not be accepted unless adjustments to the combined materials mixture can reduce the expansion to less than 0.10% at 28 days, or new aggregates shall be evaluated and tested. b. Fine Aggregate. Fine aggregate shall conform to the requirements of ASTM C33. Grading of the fine aggregate, as delivered to the mixer, shall conform to the requirements of ASTM C33 and shall have a fineness modulus of not less than 2.50 nor more than 3.40. The soundness loss shall not exceed 10% when sodium sulfate is used or 15% when magnesium sulfate is used, after five cycles, when tested per ASTM C88. The amount of deleterious material in the fine aggregate shall not exceed the following limits: Limits for Deleterious Substances in Fine Aggregate for Concrete Deleterious material ASTM Percentage by Mass Clay Lumps and friable particles ASTM C142 1.0 Material finer than 0.075mm (No. 200 sieve) ASTM C117 3.0 P-501-1 AC 150/5370-1 OG 7/21/2014 Lightweight particles ASTM C123 using a medium with a density of Sp. Gr. of 2.0 0.5 Total of all deleterious Material ASTM C142 3.0 c. Coarse Aggregate. Gradation, within the separated size groups, shall meet the coarse aggregate grading requirements of ASTM C33 when tested in accordance with ASTM C136. When the nominal maximum size of the aggregate is greater than one inch, the aggregates shall be furnished in two size groups. Aggregates delivered to the mixer shall consist of crushed stone, crushed or uncrushed gravel, air-cooled iron blast furnace slag, crushed recycled concrete pavement, or a combination. The aggregates should be free of ferrous sulfides, such as pyrite, that would cause "rust" staining that can bleed through pavement markings. Steel blast furnace slag shall not be permitted. The aggregate shall be composed of clean, hard, uncoated particles. Dust and other coating shall be removed from the aggregates by washing. The percentage of wear shall be no more than 40% when tested in accordance with ASTM C 131. The quantity of flat, elongated, and flat and elongated particles in any size group coarser than 3/8 sieve (9 mm) shall not exceed 8% by weight when tested in accordance with ASTM D4791. A flat particle is defined as one having a ratio of width to thickness greater than 5. An elongated particle is one having a ratio of length to width greater than 5. The soundness loss shall not exceed 12% when sodium sulfate is used or 18% when magnesium sulfate is used, after five cycles, when tested per ASTM C88. The amount of deleterious material in the coarse aggregate shall not exceed the following limits: Limits for Deleterious Substances in Coarse Aggregate for Concrete Deleterious material ASTM Percentage by Mass Clay Lumps and friable particles ASTM C142 1.0 Material finer than No. 200 sieve (0.075mm) ASTM C117 1.0 Lightweight particles ASTM C123 using a medium with a density of Sp. Gr. of 2.0 0.5 Chert (less than 2.40 Sp Gr.) ASTM C123 using a medium with a density of Sp. Gr. of 2.40) 1.0 Total of all deleterious Material 3.0 Table 1. Gradation For Coarse Aggregate (ASTM C33) P-501-2 AC 150/5370-10G 7/21/2014 Sieve Designations (square openings) Percentage by Weight Passing Sieves From 1-1/2 inch to No. 4 (38 mm - 4.75 mm) #4 1-1/2 inch - 3/4 inch #67 3/4 inch - No. 4 inch mm 2-1/2 60 --- --- 2 50 100 --- 1-1/2 38 90-100 --- 1 25 20-55 100 3/4 19 0-15 90-100 1/2 13 --- --- 3/8 9 0-5 20-55 No. 4 4.75 --- 0-10 No. 8 2.36 --- 0-5 (1) Aggregate susceptibility to Disintegration (D) Cracking. Aggregates that have a history of D -cracking shall not be used. Coarse aggregate may be accepted from sources that have a 20 year service history for the same gradation to be supplied with no durability issues. Aggregates that do not have a record of 20 years of service without major repairs (less than 5% of slabs replaced) in similar conditions without D -cracking shall not be used unless it meets the following: (a) Material currently being produced shall have a durability factor >_95 using ASTM C666 procedure B. Coarse aggregates that are crushed granite, calcite cemented sandstone, quartzite, basalt, diabase, rhyolite or trap rock are considered to meet the D -cracking test but must meet all other quality tests. Aggregates meeting State Highway Department material specifications may be acceptable. (b) The Contractor shall submit a current certification that the aggregate does not have a history of D -cracking and that the aggregate meets the state specifications for use in PCC pavement for use on interstate highways. Certifications, tests and any history reports must be for the same gradation as being proposed for use on the project. Certifications which are not dated or which are over one (1) year old or which are for different gradations will not be accepted. Test results will only be accepted when tests were performed by a State Department of Transportation (DOT) materials laboratory or an accredited laboratory. (2) Combined aggregate gradation. If substituted for the grading requirements specified for coarse aggregate and for fine aggregate and when approved by the Engineer, the combined aggregate grading shall meet the following requirements: (a) The materials selected and the proportions used shall be such that when the Coarseness Factor (CF) and the Workability Factor (WF) are plotted on a diagram as described in d. below, the point thus determined shall fall within the parallelogram described therein. (b) The CF shall be determined from the following equation CF = (cumulative percent retained on the 3/8 in. sieve)(100) / (cumulative percent retained on the No. 8 sieve) P-501-3 AC 150/5370-10G 7/21/2014 (c) The Workability Factor WF is defined as the percent passing the No. 8 sieve based on the combined gradation. However, WF shall be adjusted, upwards only, by 2.5 percentage points for each 94 pounds of cementitious material per cubic meter yard greater than 564 pounds per cubic yard. (d) A diagram shall be plotted using a rectangular scale with WF on the Y-axis with units from 20 (bottom) to 45 (top), and with CF on the X-axis with units from 80 (left side) to 30 (right side). On this diagram a parallelogram shall be plotted with corners at the following coordinates (CF -75, WF- 28), (CF -75, WF -40), (CF -45, WF -32.5), and (CF -45, WF -44.5). If the point determined by the intersection of the computed CF and WF does not fall within the above parallelogram, the grading of each size of aggregate used and the proportions selected shall be changed as necessary. 501-2.2 CEMENT. Cement shall conform to the requirements of ASTM C150 Type II. If aggregates are deemed innocuous when tested in accordance with paragraph 501-2.1.a.1 and accepted in accordance with paragraph 501-2.1.a.2, higher equivalent alkali content in the cement may be allowed if approved by the Engineer and FAA. If cement becomes partially set or contains lumps of caked cement, it shall be rejected. Cement salvaged from discarded or used bags shall not be used. 501-2.3 CEMENTITIOUS MATERIALS. a. Fly Ash. Fly ash shall meet the requirements of ASTM C618, with the exception of loss of ignition, where the maximum shall be less than 6%. Fly ash for use in mitigating alkali -silica reactivity shall have a Calcium Oxide (CaO) content of less than 13% and a total available alkali content less than 3% per ASTM C311. Fly ash produced in furnace operations using liming materials or soda ash (sodium carbonate) as an additive shall not be acceptable. The Contractor shall furnish the previous three most recent, consecutive ASTM C618 reports for each source of fly ash proposed in the mix design, and shall furnish each additional report as they become available during the project. The reports can be used for acceptance or the material may be tested independently by the Engineer. b. Slag cement (ground granulated blast furnace (GGBF)). Slag cement shall conform to ASTM C989, Grade 100 or Grade 120. Slag cement shall be used only at a rate between 25% and 55% of the total cementitious material by mass. c. Raw or calcined natural pozzolan. Natural pozzolan shall be raw or calcined and conform to ASTM C618, Class N, including the optional requirements for uniformity and effectiveness in controlling Alkali -Silica reaction and shall have a loss on ignition not exceeding 6%. Class N pozzolan for use in mitigating Alkali -Silica Reactivity shall have a total available alkali content less than 3%. 501-2.4 JOINT SEAL. The joint seal for the joints in the concrete pavement shall meet the requirements of Item Item P-605 and shall be of the type specified in the plans. 501-2.5 ISOLATION JOINT FILLER. Premolded joint filler for isolation joints shall conform to the requirements of ASTM D175 and shall be where shown on the plans. The filler for each joint shall be furnished in a single piece for the full depth and width required for the joint, unless otherwise specified by the Engineer. When the use of more than one piece is required for a joint, the abutting ends shall be fastened securely and held accurately to shape by stapling or other positive fastening means satisfactory to the Engineer. 501-2.6 STEEL REINFORCEMENT. Reinforcing shall consist of deformed and plan carbon -steel bars conforming to the requirements of ASTM A615. 501-2.7 DOWEL AND TIE BARS. Dowel bars shall be plain steel bars conforming to ASTM A615 and shall be free from burring or other deformation restricting slippage in the concrete. Before delivery to the P-501-4 AC 150/5370-10G 7/21/2014 construction site each dowel bar shall be epoxy coated per ASTM A1078. The dowels shall be coated with a bond -breaker recommended by the manufacturer. Dowel sleeves or inserts are not permitted. Grout retention rings shall be fully circular metal or plastic devices capable of supporting the dowel until the grout hardens. Tie bars shall be deformed steel bars and conform to the requirements of ASTM A615. Tie bars designated as Grade 60 in ASTM A615 or ASTM A706 shall be used for construction requiring bent bars. 501-2.8 WATER. Water used in mixing or curing shall be potable, clean, free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product, except that non -potable water, or water from concrete production operations, may be used if it meets the requirements of ASTM C1602. 501-2.9 MATERIALS FOR CURING CONCRETE. 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 C309, 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 C171. c. White burlap -polyethylene sheeting for curing concrete shall conform to the requirements of ASTM C171. d. Waterproof paper for curing concrete shall conform to the requirements of ASTM C171. 501-2.10 ADMIXTURES. 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 C260 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. b. Water -reducing admixtures. Water -reducing admixture shall meet the requirements of ASTM C494, Type A, B, or D. ASTM C494, Type F and G high range water reducing admixtures and ASTM C1017 flowable admixtures shall not be used. c. Other admixtures. The use of set retarding, and set -accelerating admixtures shall be approved by the Engineer. Retarding shall meet the requirements of ASTM C494, Type A, B, or D and set - accelerating shall meet the requirements of ASTM C494, Type C. Calcium chloride and admixtures containing calcium chloride shall not be used. d. Lithium Nitrate. The lithium admixture shall be a nominal 30% aqueous solution of Lithium Nitrate, with a density of 10 pounds/gallon, and shall have the approximate chemical form as shown below: Constituent: Limit (Percent by Mass); LiNO3 (Lithium Nitrate) 30 ±0.5 SO4 (Sulfate Ion) 0.1 (max) CI (Chloride Ion) 0.2 (max) Na (Sodium Ion) 0.1 (max) K (Potassium Ion) 0.1 (max) P-501-5 AC 150/5370-10G 7/21/2014 Provide a trained manufacturer's representative to supervise the lithium nitrate admixture dispensing and mixing operations. 501-2.11 EPDXY-RESIN. All epoxy -resin materials shall be two -component materials conforming to the requirements of ASTM C881, Class as appropriate for each application temperature to be encountered, except that in addition, the materials shall meet the following requirements: a. Material for use for embedding dowels and anchor bolts shall be Type IV, Grade 3. b. Material for use as patching materials for complete filling of spalls and other voids and for use in preparing epoxy resin mortar shall be Type III, Grade as approved. c. Material for use for injecting cracks shall be Type IV, Grade 1. d. Material for bonding freshly mixed Portland cement concrete or mortar or freshly mixed epoxy resin concrete or mortar to hardened concrete shall be Type V, Grade as approved. 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 for each material, the test results, and a statement that the material passed or failed. The Engineer may request samples for testing, prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications. Contractor shall not place more than 300 CY per day. MIX DESIGN 501-3.1 GENERAL. No concrete shall be placed until the mix design has been submitted to the Engineer for review and the Engineer has taken appropriate action. The Engineer's review shall not relieve the Contractor of the responsibility to select and proportion the materials to comply with this section. 501-3.2 PROPORTIONS. The laboratory preparing the mix design shall be accredited in accordance with ASTM C1077. The mix design for all Portland cement concrete placed under P-501 shall be stamped or sealed by the responsible professional Engineer of the laboratory. Concrete shall be proportioned to achieve a 28 -day flexural strength that meets or exceeds the acceptance criteria contained in paragraph 501-5.2 for a flexural strength of 650 psi per ASTM C78. The mix shall be developed using the procedures contained in the Portland Cement Association's (PCA) publication, "Design and Control of Concrete Mixtures". The minimum cementitious material shall be adequate to ensure a workable, durable mix. The minimum cementitious material (cement plus fly ash, or slag cement) shall be 517 pounds per cubic yard. 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 Flexural strength test specimens shall be prepared in accordance with ASTM C192 and tested in accordance with ASTM C78. The mix determined shall be workable concrete having a maximum allowable slump between one and two inches as determined by ASTM C143. For slip -form concrete, the slump shall be between 1/2 inch and 1-1/2 inch. At the start of the project, the Contractor shall determine a maximum allowable slump for slip -form pavement which will produce in-place pavement to control the edge slump. The selected slump shall be applicable to both pilot and fill-in lanes. Before the start of paving operations and after approval of all material to be used in the concrete, the Contractor shall submit a mix design showing the proportions and flexural strength obtained from the P-501-6 AC 150/5370-10G 7/21/2014 concrete at seven (7) and 28 days. The mix design shall include copies of test reports, including test dates, and a complete list of materials including type, brand, source, and amount of cement, fly ash, ground slag, coarse aggregate, fine aggregate, water, and admixtures. The mix design shall be submitted to the Engineer at least 30 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. If a change in sources is made, or admixtures added or deleted from the mix, a new mix design must be submitted to the Engineer for approval. The results of the mix design shall include a statement giving the maximum nominal coarse aggregate size and the weights and volumes of each ingredient proportioned on a one cubic yard (meter) basis. Aggregate quantities shall be based on the mass in a saturated surface dry condition. The recommended mixture proportions shall be accompanied by test results demonstrating that the proportions selected will produce concrete of the qualities indicated. Trial mixtures having proportions, slumps, and air content suitable for the work shall be based on methodology described in PCA's publication, Design and Control of Concrete Mixtures, modified as necessary to accommodate flexural strength. The submitted mix design shall be stamped or sealed by the responsible professional Engineer of the laboratory and shall include the following items as a minimum: a. Coarse, fine, and combined aggregate gradations and plots including fineness modulus of the fine aggregate. b. Reactivity Test Results. c. Coarse aggregate quality test results, including deleterious materials. d. Fine aggregate quality test results, including deleterious materials. e. Mill certificates for cement and supplemental cementitious materials. f. Certified test results for all admixtures, including Lithium Nitrate if applicable. g. Specified flexural strength, slump, and air content. h. Recommended proportions/volumes for proposed mixture and trial water-cementitious materials ratio, including actual slump and air content. i. Flexural and strength summaries and plots, including all individual beam a4 cylinder breaks. j. Correlation ratios for acceptance testing and Contractor Quality Control testing, when applicable. k. Historical record of test results documenting production standard deviation, when applicable. 501-3.3 CEMENTITIOUS MATERIALS. a. Fly Ash. When fly ash is used as a partial replacement for cement, the replacement rate shall be determined from laboratory trial mixes, and shall be between 20 and 30% by weight of the total cementitious material. If fly ash is used in conjunction with slag cement the maximum replacement rate shall not exceed 10% by weight of total cementitious material. b.Slag cement (ground granulated blast furnace (GGBF)). Slag cement may be used. The slag cement, or slag cement plus fly ash if both are used, may constitute between 25 to 55% 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°F the percent slag cement shall not exceed 30% by weight. P-501-7 AC 150/5370-10G 7/21/2014 c. Raw or calcined natural pozzolan. Natural pozzolan may be used in the mix design. When pozzolan is used as a partial replacement for cement, the replacement rate shall be determined from laboratory trial mixes, and shall be between 20 and 30% by weight of the total cementitious material. If pozzolan is used in conjunction with slag cement the maximum replacement rate shall not exceed 10% by weight of total cementitious material. 501-3.4 ADMIXTURES. a. Air -Entraining admixtures. Air -entraining admixture is to be added in such a manner that will ensure uniform distribution of the agent throughout the batch. The air content of freshly mixed air - entrained concrete shall be based upon trial mixes with the materials to be used in the work adjusted to produce concrete of the required plasticity and workability. The percentage of air in the mix shall be 4.5%. Air content shall be determined by testing in accordance with ASTM C231 for gravel and stone coarse aggregate and ASTM C173 for slag and other highly porous coarse aggregate. b. Water -reducing admixtures. Water -reducing 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 C494. c. Other admixtures. Set controlling, and other approved admixtures shall be added to the mix in the manner recommended by the manufacturer and in the amount necessary to comply with the specification requirements. Tests shall be conducted on trial mixes, with the materials to be used in the work, in accordance with ASTM C 494. d. Lithium nitrate. Lithium nitrate shall be added to the mix in the manner recommended by the manufacturer and in the amount necessary to comply with the specification requirements in accordance with paragraph 501-2.10d. 501-3.5 CONCRETE MIX DESIGN LABORATORY. The Contractor's laboratory used to develop the concrete mix design shall be accredited in accordance with ASTM C1077. The laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for developing the concrete mix design must be listed on the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction. CONSTRUCTION METHODS 501-4.1 EQUIPMENT. Equipment necessary for handling materials and performing all parts of the work shall be approved by the Engineer, but does not relieve the Contractor of the responsibility for the proper operation of equipment and maintaining the equipment in good working condition. 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 C94. 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. Central plant mixers shall conform to the requirements of ASTM C94. 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 P-501-8 AC 150/5370-10G 7/21/2014 3/4 inch 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 hauling concrete and truck agitators used for hauling central -mixed concrete shall conform to the requirements of ASTM C94. (4) Nonagitator trucks. Nonagitating hauling equipment shall conform to the requirements of ASTM C94. (5) Transfer and spreading equipment. Equipment for transferring concrete from the transporting equipment to the paving lane in front of the paver shall be specially manufactured, self- propelled transfer equipment which will accept the concrete outside the paving lane and will transfer and spread it evenly across the paving lane in front of the paver and strike off the surface evenly to a depth which permits the paver to operate efficiently. c. Finishing Equipment. The standard method of constructing concrete pavements shall be with an approved slip -form paving equipment designed and operated to spread, consolidate, screed, and float- finish the freshly placed concrete in one complete pass of the machine so that the end result is a dense and homogeneous pavement which is achieved with a minimum of hand finishing. The paver - finisher shall be a heavy duty, self-propelled machine designed specifically for paving and finishing high quality concrete pavements. It shall weigh at least 2,200 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 yard of cement concrete pavement or requiring individual placement areas of less than 500 square yard, or irregular areas at locations inaccessible to slip -form paving equipment, concrete pavement may be placed with approved placement and finishing equipment using stationary side forms. Hand screeding and float finishing may only be used on small irregular areas as allowed by the Engineer. d. Vibrators. Vibrator shall be the internal 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 inch. The number, spacing, and frequency shall be as necessary to provide a dense and homogeneous pavement and meet the recommendations of American Concrete Institute (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. Hand held vibrators may be used in irregular areas only, but shall meet the recommendations of ACI 309R, 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. Early -entry saws may be used, subject to demonstration and approval of the Engineer. f. Side Forms. Straight side forms shall be made of steel and shall be furnished in sections not less than 10 feet 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 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 P-501-9 AC 150/5370-10G 7/21/2014 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 in 10 feet, and the upstanding leg shall not vary more than 1/4 inch. The forms shall contain provisions for locking the ends of abutting sections together tightly for secure setting. 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 ensure 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 true line by more than 1/8 inch 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 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 operations, it shall be corrected by additional compaction and retested at the option of the Engineer before the concrete is placed except when stabilized subbases are being constructed. If damage occurs on a stabilized subbase, it shall be corrected full depth by the Contractor. If traffic is allowed to use the prepared grade, the grade shall be checked and corrected immediately before the placement of concrete. The prepared grade shall be moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from concrete. The underlying surface shall be protected so that it will be entirely free of frost when concrete is 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 filled and compacted to a condition similar to that of the surrounding grade. The underlying surface shall be protected so that it will be entirely free from frost when the P-501-10 AC 150/5370-10G 7/21/2014 concrete is placed. The use of chemicals to eliminate frost in the underlying surface shall not be permitted. The template shall be maintained in accurate adjustment, at all times by the Contractor, and shall be checked daily. 501-4.5 HANDLING, MEASURING, AND BATCHING MATERIAL. The batch plant site, layout, 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 from different sources shall be stockpiled, weighed and batched separately at the concrete batch plant. Aggregates that have become segregated or mixed with earth or foreign material shall not be used. All aggregates produced or handled by hydraulic methods, and washed aggregates, shall be stockpiled or binned for draining at least 12 hours before being batched. Rail shipments requiring more than 12 hours will be accepted as adequate binning only if the car bodies permit free drainage. Batching plants shall be equipped to proportion aggregates and bulk cement, by weight, automatically using interlocked proportioning devices of an approved type. When 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 specified is present in each batch. 501-4.6 MIXING CONCRETE. The concrete may be mixed at the work site, in a central mix plant or in truck mixers. The mixer shall be of an approved type and capacity. Mixing time shall be measured from the time all materials, except water, are emptied into the drum. All concrete shall be mixed and delivered to the site in accordance with the requirements of ASTM C94. Mixed concrete from the central mixing plant shall be transported in truck mixers, truck agitators, or non - agitating trucks. The elapsed time from the addition of cementitious material to the mix until the concrete is deposited in place at the work site shall not exceed 30 minutes when the concrete is hauled in non - agitating 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 additional 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°F and shall not be resumed until an ascending air temperature in the shade and away from artificial heat reaches 35°F. 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°F 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°F. 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 P-501-11 AC 150/5370-10G 7/21/2014 b. Hot Weather. During periods of hot weather when the maximum daily air temperature exceeds 85°F, 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°F. 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. When necessary, wind screens shall be provided to protect the concrete from an evaporation rate in excess of 0.2 psf per hour. 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 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. c. Temperature Management Program. 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 shall 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; and anticipated evaporation rate using Figure 11-8, PCA, Design and Control of Concrete Mixtures. (3) Anticipated timing of initial sawing of joint. (4) Anticipated number and type of saws to be used. 501-4.8 PLACING CONCRETE. 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. The finished concrete product must be dense and homogeneous, without segregation and conforming to the standards in this specification. Backhoes and grading equipment shall not be used to distribute the concrete in front of the paver. Front end loaders will not be used. All concrete shall be consolidated without voids or segregation, including under and around all load -transfer devices, joint assembly units, and other features embedded in the pavement. 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, based on the average of four field cured specimens per 2,000 cubic yards lot of concrete placed. A lot is considered a day's production. Contractor cannot place more than 300 cubic yards per day. 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 flexural strength of 400 psi. The Contractor shall have available materials for the protection of the concrete during inclement weather. Such protective materials shall consist of rolled polyethylene sheeting at least 4 mils 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. P-501-12 AC 150/5370-1OG 7/21/2014 a. Slip -Form Construction. The concrete shall be distributed uniformly into final position by a self- propelled slip -form paver without delay. 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 for slipform and at the end of the dowels for the fill-in lanes. 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 and 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 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. Not more than 15% of the total free edge of each 500 foot segment of pavement, or fraction thereof, shall have an edge slump exceeding 1/4 inch, and none of the free edge of the pavement shall have an edge slump exceeding 3/8 inch. (The total free edge of 500 feet of pavement will be considered the cumulative total linear measurement of pavement edge originally constructed as nonadjacent to any existing pavement; that is, 500 feet of paving lane originally constructed as a separate lane will have 1,000 feet of free edge, 500 feet 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 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 as directed by the Engineer.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 or greater than the specified pavement thickness. P-501-13 AC 150/5370-1OG 7/21/2014 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 foundation 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 applied 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. Concrete shall be spread, screeded, shaped and consolidated by one or more self-propelled machines. These machines shall uniformly distribute and consolidate 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 equal to that of concrete delivery. Concrete for the full paving width shall be effectively 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. Concrete shall be consolidated with the specified type of lane -spanning, gang - mounted, mechanical, immersion type vibrating equipment mounted in front of the paver, supplemented, in rare instances as specified, by hand -operated vibrators. The vibrators shall be inserted into the concrete to a depth that will provide the best full -depth consolidation but not closer to the underlying material than 2 inches. Excessive vibration shall not be permitted. If the vibrators cause visible tracking in the paving lane, the paving operation shall be stopped and equipment and operations modified to prevent it. Concrete in small, odd -shaped slabs or in isolated locations inaccessible to the gang -mounted vibration equipment shall be vibrated with an approved hand -operated immersion vibrator operated from a bridge spanning the area. Vibrators shall not be used to transport or spread the concrete. Hand -operated vibrators shall not be operated in the concrete at one location for more than 20 seconds. Insertion locations for hand -operated vibrators shall be between 6 to 15 inches on centers. For each paving train, P-501-14 AC 150/5370-10G 7/21/2014 at least one additional vibrator spud, or sufficient parts for rapid replacement and repair of vibrators shall be maintained at the paving site at all times. Any evidence of inadequate consolidation (honeycomb along the edges, large air pockets, or any other evidence) shall require the immediate stopping of the paving operation and adjustment of the equipment or procedures as approved by the Engineer. If a lack of consolidation of the concrete is suspected by the Engineer, referee testing may be required. Referee testing of hardened concrete will be performed by the Engineer by cutting cores from the finished pavement after a minimum of 24 hours curing. Density determinations will be made by the Engineer based on the water content of the core as taken. ASTM C642 shall be used for the determination of core density in the saturated -surface dry condition. When required, referee cores will be taken at the minimum rate of one for each 500 cubic yards of pavement, or fraction. The Contractor shall be responsible for all referee testing cost if they fail to meet the required density. The average density of the cores shall be at least 97% of the original mix design density, with no cores having a density of less than 96% of the original mix design density. Failure to meet the referee tests will be considered evidence that the minimum requirements for vibration are inadequate for the job conditions. Additional vibrating units or other means of increasing the effect of vibration shall be employed so that the density of the hardened concrete conforms to the above 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 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 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 from their designated position and shall be true to line with not more than 1/4 inch variation in 10 feet. The surface across the joints shall be tested with a 12 feet straightedge as the joints are finished and any irregularities in excess of 1/4 inch 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. Longitudinal construction joints shall be slip -formed or formed against side forms 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 P-501-15 AC 150/5370-1OG 7/21/2014 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 wide and to the depth shown on the plans. c. Isolation (expansion). Isolation 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. 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. Tie bars shall not be painted, greased, or enclosed in sleeves. When slip -form operations call for tie bars, two- piece hook bolts can be installed. e. Dowel bars. Dowel bars or other load -transfer units of an approved type shall be placed across joints as shown on the plans. They shall be of the dimensions and spacings as shown and held rigidly in the middle of the slab depth in the proper horizontal and vertical alignment by an approved assembly device to be left permanently in place. The dowel or load -transfer and joint devices shall be rigid enough to permit complete assembly as a unit ready to be lifted and placed into position. The dowels shall be coated with a bond -breaker or other lubricant recommended by the manufacturer and approved by the Engineer. f. Dowels bars at longitudinal construction joints shall be bonded in drilled holes. g. Placing dowels and tie bars. The method used in installing and holding dowels in position shall ensure that the error in alignment of any dowel from its required horizontal and vertical alignment after the pavement has been completed will not be greater than 1/8 inch per feet. Except as otherwise specified below, horizontal spacing of dowels shall be within a tolerance of ±5/8 inch. The vertical location on the face of the slab shall be within a tolerance of ±1/2 inch. The vertical alignment of the dowels shall be measured parallel to the designated 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. The horizontal alignment shall be checked with a framing square. Dowels shall not be placed closer than 0.6 times the dowel bar length to the planned joint line. If the last regularly spaced longitudinal dowel is closer than that dimension, it shall be moved away from the joint to a location 0.6 times the dowel bar length, but not closer than 6 inches to its nearest neighbor. The portion of each dowel intended to move within the concrete or expansion cap shall be wiped clean and coated with a thin, even film of lubricating oil or light grease before the concrete is placed. Dowels shall be installed as specified in the following subparagraphs. (1) Contraction joints. Dowels and tie bars in longitudinal and transverse contraction joints within the paving lane shall be held securely in place, as indicated, by means of rigid metal frames or basket assemblies of an approved type. The basket assemblies shall be held securely in the proper location by means of suitable pins or anchors. Do not cut or crimp the dowel basket tie wires. At the Contractor's option, in lieu of the above, dowels and tie bars in contraction joints shall be installed near the front of the paver by insertion into the plastic concrete using approved equipment and procedures. P-501-16 AC 150/5370-10G 7/21/2014 Approval will be based on the results of a preconstruction demonstration, showing that the dowels and tie bars are installed within specified tolerances. (2) Construction joints. Install dowels and tie bars by the cast -in-place or the drill -and -dowel method. Installation by removing and replacing in preformed holes will not be permitted. Dowels and tie bars shall be prepared and placed across joints where indicated, correctly aligned, and securely held in the proper horizontal and vertical position during placing and finishing operations, by means of devices fastened to the forms. The spacing of dowels and tie bars in construction joints shall be as indicated. (3) Dowels installed in isolation joints and other hardened concrete. Install dowels for isolation joints and in other hardened concrete by bonding the dowels into holes drilled into the hardened concrete. The concrete shall have cured for seven (7) days or reached a minimum flexural strength of 450 psi before drilling commences. Holes 1/8 inch greater in diameter than the dowels shall be drilled into the hardened concrete using rotary -core drills. Rotary -percussion drills may be used, provided that excessive spalling does not occur to the concrete joint face. Modification of the equipment and operation shall be required if, in the Engineer's opinion, the equipment and/or operation is causing excessive damage. Depth of dowel hole shall be within a tolerance of ±1/2 inch of the dimension shown on the drawings. On completion of the drilling operation, the dowel hole shall be blown out with oil -free, compressed air. Dowels shall be bonded in the drilled holes using epoxy resin. Epoxy resin shall be injected at the back of the hole before installing the dowel and extruded to the collar during insertion of the dowel so as to completely fill the void around the dowel. Application by buttering the dowel will not be permitted. The dowels shall be held in alignment at the collar of the hole, after insertion and before the grout hardens, by means of a suitable metal or plastic grout retention ring fitted around the dowel. Dowels required to be installed in any joints between new and existing concrete shall be grouted in holes drilled in the existing concrete, all as specified above. 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 wide and to the depth shown on the plans. The top of the slot shall be widened by sawing to provide adequate space for joint sealers as shown on the plans. Sawing shall commence, without regard to day or night, 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 and shall continue without interruption until all joints have been sawn. The joints shall be sawn at the required spacing. All slurry and debris produced in the sawing of joints shall be removed by vacuuming and washing. Curing compound or system shall be reapplied in the initial sawcut and maintained for the remaining cure period. 501-4.11 FINISHING. Finishing operations shall be a continuing part of placing operations starting immediately behind the strike -off of the paver. Initial finishing shall be provided by the transverse screed or extrusion plate. The sequence of operations shall be transverse finishing, longitudinal machine floating if used, straightedge finishing, texturing, and then edging of joints. Finishing shall be by the machine method. The hand method shall be used only on isolated areas of odd slab widths or shapes and in the event of a breakdown of the mechanical finishing equipment. Supplemental hand finishing for machine finished pavement shall be kept to an absolute minimum. Any machine finishing operation which requires appreciable hand finishing, other than a moderate amount of straightedge finishing, shall be immediately stopped and proper adjustments made or the equipment replaced. Any operations which produce more than 1/8 inch of mortar -rich surface (defined as deficient in plus U.S. No. 4 (4.75 mm) sieve size aggregate) shall be halted immediately and the equipment, mixture, or procedures modified as necessary. Compensation shall be made for surging behind the screeds or extrusion plate and settlement during hardening and care shall be taken to ensure that paving and finishing machines are properly adjusted so that the finished surface of the concrete (not just the cutting edges of the screeds) will be at the required line and grade. Finishing equipment and tools shall be maintained clean and in an approved condition. At no time shall water be added to the surface of the slab with the finishing equipment or tools, or in any other way, except for fog (mist) sprays specified to prevent plastic shrinkage cracking. P-501-17 AC 150/5370-10G 7/21/2014 a. Machine finishing with slipform pavers. The slipform paver shall be operated so that only a very minimum of additional finishing work is required to produce pavement surfaces and edges meeting the specified tolerances. Any equipment or procedure that fails to meet these specified requirements shall immediately be replaced or modified as necessary. A self-propelled non -rotating pipe float may be used while the concrete is still plastic, to remove minor irregularities and score marks. Only one pass of the pipe float shall be allowed. If there is concrete slurry or fluid paste on the surface that runs over the edge of the pavement, the paving operation shall be immediately stopped and the equipment, mixture, or operation modified to prevent formation of such slurry. Any slurry which does run down the vertical edges shall be immediately removed by hand, using stiff brushes or scrapers. No slurry, concrete or concrete mortar shall be used to build up along the edges of the pavement to compensate for excessive edge slump, either while the concrete is plastic or after it hardens. b. Machine finishing with fixed forms. The machine shall be designed to straddle the forms and shall be operated to screed and consolidate the concrete. Machines that cause displacement of the forms shall be replaced. The machine shall make only one pass over each area of pavement. If the equipment and procedures do not produce a surface of uniform texture, true to grade, in one pass, the operation shall be immediately stopped and the equipment, mixture, and procedures adjusted as necessary. c. Other types of finishing equipment. Clary screeds, other rotating tube floats, or bridge deck finishers are not allowed on mainline paving, but may be allowed on irregular or odd -shaped slabs, and near buildings or trench drains, subject to the Engineer's approval. Bridge deck finishers shall have a minimum operating weight of 7500 pounds and shall have a transversely operating carriage containing a knock -down auger and a minimum of two immersion vibrators. Vibrating screeds or pans shall be used only for isolated slabs where hand finishing is permitted as specified, and only where specifically approved. d. Hand Finishing. Hand finishing methods will not be permitted, except under the following conditions: (1) in the event of breakdown of the mechanical equipment, hand methods may be used to finish the concrete already deposited on the grade and (2) in areas of narrow widths or of irregular dimensions where operation of the mechanical equipment is impractical. Use hand finishing operations only as specified below. (1) Equipment and screed. In addition to approved mechanical internal vibrators for consolidating the concrete, provide a strike -off and tamping screed and a longitudinal float for hand finishing. The screed shall be at least one foot longer than the width of pavement being finished, of an approved design, and sufficiently rigid to retain its shape, and shall be constructed of metal or other suitable material shod with metal. The longitudinal float shall be at least 10 feet long, of approved design, and rigid and substantially braced, and shall maintain a plane surface on the bottom. Grate tampers (jitterbugs) shall not be used. (2) Finishing and floating. As soon as placed and vibrated, the concrete shall be struck off and screeded to the crown and cross-section and to such elevation above grade that when consolidated and finished, the surface of the pavement will be at the required elevation. In addition to previously specified complete coverage with handheld immersion vibrators, the entire surface shall be tamped with the strike- off and tamping template, and the tamping operation continued until the required compaction and reduction of internal and surface voids are accomplished. Immediately following the final tamping of the surface, the pavement shall be floated longitudinally from bridges resting on the side forms and spanning but not touching the concrete. If necessary, additional concrete shall be placed, consolidated and screeded, and the float operated until a satisfactory surface has been produced. The floating operation shall be advanced not more than half the length of the float and then continued over the new and previously floated surfaces. e. 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 12 -foot P-501-18 AC 150/5370-1OG 7/21/2014 straightedge swung from handles 3 feet 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 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 - handled wood floats shall be confined to a minimum; they may be used only in emergencies and in areas not accessible to finishing equipment. This straight -edging is not a replacement for the straightedge testing of paragraph 501-5.2e(3), Smoothness. 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 to the satisfaction of the Engineer. 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 inch in depth. 501-4.13 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 shall be sprayed uniformly with white pigmented curing compound immediately after the finishing of the surface and before the set of the concrete has taken place. The curing compound shall not be applied during rainfall. Curing compound shall be applied by mechanical sprayers under pressure at the rate of one gallon to not more than 150 sq ft. The spraying equipment shall be of the fully atomizing type equipped with a tank agitator. At the time of use, the compound shall be in a thoroughly mixed condition with the pigment uniformly dispersed throughout the vehicle. During application the compound shall be stirred continuously by mechanical means. Hand spraying of odd widths or shapes and concrete surfaces exposed by the removal of forms will be permitted. When hand spraying is approved by the Engineer, a double application rate shall be used to ensure 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 equal to that provided for the surface. Curing shall be applied immediately after the bleed water is gone from the surface. b. White burlap -polyethylene sheets. The surface of the pavement shall be entirely covered with the sheeting. The sheeting used shall be such length (or width) that it will extend at least twice the thickness of the pavement beyond the edges of the slab. The sheeting shall be placed so that the entire P-501-19 AC 150/5370-10G 7/21/2014 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 seven (7) days after the concrete has been placed. • • 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 _ forms are stripped, the vertical walls shall also bo kept moist. It shall bo the responsibility of the Contractor to prevent ponding of the curing water on the subbase. • d. Concrete protection for cold weather. The concrete shall be maintained at an ambient temperature of at least 50°F 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 damaged shall be removed and replaced at the Contractor's expense. e. Concrete protection for hot weather. Concrete should be continuous moisture cured for the entire curing period and shall commence as soon as the surfaces are finished and continue for at least 24 hours. However, if moisture curing is not practical beyond 24 hours, the concrete surface shall be protected from drying with application of a liquid membrane -forming curing compound while the surfaces are still damp. Other curing methods may be approved by the Engineer. 501-4.14 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 per the methods indicated in paragraph 501-4.13. Major honeycombed areas shall be considered as defective work and shall be removed and replaced in accordance with paragraph 501-5.2(0. 501-4.15 SAW -CUT GROOVING. If shown on the plans, grooved surfaces shall be provided in accordance with the requirements of Item P-621. 501-4.16 SEALING JOINTS. The joints in the pavement shall be sealed in accordance with Item P-605. 501-4.17 PROTECTION OF PAVEMENT. The Contractor shall protect the pavement and its appurtenances against both public traffic and traffic caused by the Contractor's employees and agents until accepted by the Engineer. 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. Aggregates, rubble, or other similar construction materials shall not be placed on airfield pavements. Traffic shall be excluded from the new pavement by erecting and maintaining barricades and signs until the concrete is at least seven (7) days old, or for a longer period if directed by the Engineer. In paving intermediate lanes between newly paved pilot lanes, operation of the hauling and paving equipment will be permitted on the new pavement after the pavement has been cured for seven (7) days and the joints have been sealed or otherwise protected, and the concrete has attained a minimum field cured flexural strength of 550 psi and approved means are furnished to prevent damage to the slab edge. All new and existing pavement carrying construction traffic or equipment shall be continuously kept completely clean, and spillage of concrete or other materials shall be cleaned up immediately upon occurrence. Damaged pavements shall be removed and replaced at the Contractor's expense. Slabs shall be removed to the full depth, width, and length of the slab. P-501-20 AC 150/5370-10G 7/21/2014 501-4.18 OPENING TO TRAFFIC. The pavement shall not be opened to traffic until test specimens molded and cured in accordance with ASTM C31 have attained a flexural strength of 550 Ib / square inch when tested in accordance with ASTM C78. 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. 501-4.19 REPAIR, REMOVAL, REPLACEMENT OF SLABS. a. General. New pavement slabs that are broken or contain cracks or are otherwise defective or unacceptable shall be removed and replaced or repaired, as directed by the Engineer and as specified hereinafter at no cost to the Owner. Spalls along joints shall be repaired as specified. Removal of partial slabs is not permitted. Removal and replacement shall be full depth, shall be full width of the slab, and the limit of removal shall be normal to the paving lane and to each original transverse joint. The Engineer will determine whether cracks extend full depth of the pavement and may require cores to be drilled on the crack to determine depth of cracking. Such cores shall be 4 inch diameter, shall be drilled by the Contractor and shall be filled by the Contractor with a well consolidated concrete mixture bonded to the walls of the hole with epoxy resin, using approved procedures. Drilling of cores and refilling holes shall be at no expense to the Owner. All epoxy resin used in this work shall conform to ASTM C881, Type V. Repair of cracks as described in this section shall not be allowed if in the opinion of the Engineer the overall condition of the pavement indicates that such repair is unlikely to achieve an acceptable and durable finished pavement. No repair of cracks shall be allowed in any panel that demonstrates segregated aggregate with an absence of coarse aggregate in the upper 1/8 inch of the pavement surface. b. Shrinkage Cracks. Shrinkage 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 by the Engineer. Care shall be taken to assure 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 accordance 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 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 inches in depth, that extend into the interior area. d. Cracks Close To and Parallel To Joints. All cracks essentially parallel to original joints, extending full depth of the slab, and lying wholly within 6 inches either side of the joint shall be treated as specified here. Any crack extending more than 6 inches from the joint shall be treated as specified above in subparagraph c. (1) Full Depth Cracks Present, Original Joint Not Opened. When the original un -cracked joint has not opened, the crack shall be sawed and sealed, and the original joint filled with epoxy resin as specified below. The crack shall be sawed with equipment specially designed to follow random cracks. The reservoir for joint sealant in the crack shall be formed by sawing to a depth of 3/4 inches, ±1/16 inch, and to a width of 5/8 inch, ±1/8 inch. Any equipment or procedure which causes raveling or spalling along the crack shall be modified or replaced to prevent such raveling or spalling. 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 P-501-21 AC 150/5370-10G 7/21/2014 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 joint which is cracked only for the remained of the width, it shall 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 Joint Also Cracked. At a 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, unless there are dowels present, all edges of the slab shall be cut full depth with a concrete saw. All saw cuts shall be perpendicular to the slab surface. If dowels, or tie bars are present along any edges, these edges shall be sawed full depth just beyond the end of the dowels or tie bars. These joints shall then be carefully sawed on the joint line to within one inch of the depth of the dowel or tie bar. 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 vertical lift, and approved safe lifting devices used for attachment to the slabs. The narrow strips along doweled edges shall be carefully broken up and removed using light, hand-held jackhammers, 30 Ib or less, or other approved similar equipment. Care shall be taken to prevent damage to the dowels, tie bars, or to concrete to remain in place. The joint face below dowels shall be suitably trimmed so that there is not abrupt offset in any direction greater than 1/2 inch and no gradual offset greater than one inch when tested in a horizontal direction with a 12 - foot 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 deep occurs at any point along any edge, the area shall 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 deep occurs, the entire slab containing the underbreak shall be removed and replaced. Where there are no dowels or tie bars, or where they have been damaged, dowels or tie bars 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 portions of dowels shall be painted and lightly oiled. All four (4) edges of the new slab shall contain dowels 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 cut at least one inch outside the spalled area and to a depth of at least 2 inch. 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 of visually 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 III, Grade 1, 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. P-501-22 AC 150/5370-10G 7/21/2014 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. in size, and mortar shall be used for the smaller ones. Any spall less than 0.1 cu. ft. shall be repaired only with epoxy resin mortar or a Grade III 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 III, 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 layers not over 2 inches thick. The time interval between placement of additional layers shall be such that the temperature of the epoxy resin material does not exceed 140°F 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 shall be removed and replaced as previously specified If any spall would require over 25% of the length of any single joint to be repaired, the entire slab shall be removed and replaced. Repair of spalls as described in this section shall not be allowed if in the opinion of the Engineer the overall condition of the pavement indicates that such repair is unlikely to achieve an acceptable and durable finished pavement. No repair of spalls shall be allowed in any panel that demonstrates segregated aggregate with a significant absence of coarse aggregate in the upper one - eight (1/8th) inch of the pavement surface. g. Diamond grinding of PCC surfaces. Diamond grinding of the hardened concrete with an approved diamond grinding machine should not be performed until the concrete is 14 days or more old and concrete has reached full minimum strength. When required, diamond grinding shall be accomplished by sawing with saw blades impregnated with industrial diamond abrasive. The saw blades shall be assembled in a cutting head mounted on a machine designed specifically for diamond grinding that will produce the required texture and smoothness level without damage to the pavement. The saw blades shall be 1/8 -inch wide and there shall be a minimum of 55 to 60 blades per 12 inches of cutting head width; the actual number of blades will be determined by the Contractor and depend on the hardness of the aggregate. Each machine shall be capable of cutting a path at least 3 feet wide. Equipment that causes ravels, aggregate fractures, spalls or disturbance to the joints will not be permitted. The area corrected by diamond grinding the surface of the hardened concrete should not exceed 10% of the total area of any sublot. The depth of diamond grinding shall not exceed 1/2 inch and all areas in which diamond grinding has been performed will be subject to the final pavement thickness tolerances specified. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. All pavement areas requiring plan grade or surface smoothness corrections in excess of the limits specified above, may require removing and replacing in conformance with paragraph 501- 4.19. 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 present, the joint between the removal area and adjoining pavement to stay in place, including dowels or tie bars, shall first be cut full depth with a standard diamond -type concrete saw. If dowels are present at this joint, the saw cut shall be made full depth just beyond the end of dowels. The edge shall then be carefully sawed on the joint line to within one inch of the top of the dowel. Next, a full depth saw cut shall be made parallel to the joint at least 24 inches from the joint and at least 12 inches from the end of any dowels. All pavement between this last saw cut and the joint line shall be carefully broken up and removed using hand-held jackhammers, 30 Ib or less, or the approved light - P -501-23 AC 150/5370-10G 7/21/2014 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 are present, care shall be taken to produce an even, vertical joint face below the dowels. If the Contractor is unable to produce such a joint face, or if underbreak or other distress occurs, the Contractor shall saw the dowels flush with the joint. The Contractor 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 501- 4.10g. 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 501-4.10g. The joint face shall be sawed or otherwise trimmed so that there is no abrupt offset in any direction greater than 1/2 inches and no gradual offset greater than one inch when tested in a horizontal direction with a 12 -foot 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. (1) SpaII repair. Spalls shall be repaired where indicated and where directed by the Engineer. Repair materials and procedures shall be as previously specified in subparagraph 501-4.19f. (2) Underbreak repair. All underbreak shall be repaired. First, all 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 joint 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 material adjacent to the edge and 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 501-4.20b(2). 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 necessary to determine conformance with the requirements specified in this section, with the exception of coring for thickness determination, will be performed by the Engineer at no cost to the Contractor. The Contractor shall bear the cost of providing curing facilities for the strength specimens, per paragraph 501-5.1a(3), and coring and filling operations, per paragraph 501-5.1b(1). Testing organizations performing these tests shall be accredited in accordance with ASTM C1077. The laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for acceptance sampling and testing must be listed on the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction. Concrete shall be accepted for strength and thickness on a lot basis A lot shall consist of a day's production. nate--exceed 2,000 square yards. Contractor shall not construct more than 300 cubic yards per day. P-501-24 AC 150/5370-10G 7/21/2014 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 D3665. The concrete shall be sampled in accordance with ASTM C172. (2) Testing. Two (2) specimens shall be made from each sample. Specimens shall be made in accordance with ASTM C31 and the flexural strength of each specimen shall be determined in accordance with ASTM C78. 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 1/10 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 C31. (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°F, and loss of moisture from the specimens must be prevented. The specimens may be stored in tightly constructed wooden boxes, damp sand pits, temporary buildings at construction sites, under wet burlap in favorable weather, or in heavyweight closed plastic bags, or using other suitable methods, provided the temperature and moisture loss requirements are met. (4) Acceptance. Acceptance of pavement for flexural strength will be determined by the Engineer in accordance with paragraph 501-5.2b. 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 D3665. Areas, such as thickened edges, with planned variable thickness, shall be excluded from sample locations. Cores shall be neatly cut with a core drill. The Contractor shall furnish all tools, labor, and materials for cutting samples and filling the cored hole. Core holes shall be filled by the Contractor with a non -shrink grout approved by the Engineer within one day after sampling. (2) Testing. The thickness of the cores shall be determined by the Engineer by the average caliper measurement in accordance with ASTM C174. (3) Acceptance. Acceptance of pavement for thickness shall be determined by the Engineer in accordance with paragraph 501-5.2c. c. Partial Lots. When operational conditions cause a lot to be terminated before the specified number of tests have been made for the lot, or when the Contractor and Engineer agree in writing to P-501-25 AC 150/5370-10G 7/21/2014 allow overages or minor placements to be considered as partial lots, the following procedure will be used to adjust the lot size and the number of tests for the lot. Where three sublots have been produced, they shall constitute a lot. Where one or two sublots have been produced, they shall be incorporated into the next lot or the previous lot and the total number of sublots shall be used in the acceptance criteria calculation, that is, 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 E178, at a significance level of 5%. Outliers shall be discarded, and the percentage of material within specification limits (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 discussed in paragraph 501-5.2e: (1) Flexural strength (2) Thickness (3) Smoothness (4) Grade (5) Edge slump Flexural strength and thickness shall be evaluated for acceptance on a lot basis using the method of estimating PWL. Acceptance using PWL considers the variability (standard deviation) of the material and the testing procedures, as well as the average (mean) value of the test results to calculate the percentage of material that is above the lower specification tolerance limit (L). Acceptance for flexural strength will be based on the criteria contained in accordance with paragraph 501-5.2e(1). Acceptance for thickness will be based on the criteria contained in paragraph 501-5.2e(2). Acceptance for smoothness will be based on the criteria contained in paragraph 501- 5.2e(3). Acceptance for grade will be based on the criteria contained in paragraph 501-5.2e(4). The Engineer may at any time, notwithstanding previous plant acceptance, reject and require the Contractor to dispose of any batch of concrete mixture which is rendered unfit for use due to contamination, segregation, or improper slump. Such rejection may be based on only visual inspection. In the event of such rejection, the Contractor may take a representative sample of the rejected material in the presence of the Engineer, and if it can be demonstrated in the laboratory, in the presence of the Engineer, that such material was erroneously rejected, payment will be made for the material at the contract unit price. b. Flexural Strength. Acceptance of each lot of in-place pavement for flexural strength shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher. c. Pavement Thickness. Acceptance of each lot of in-place pavement shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher. d. Percentage of Material Within Limits (PWL). The 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 P-501-26 AC 150/5370-10G 7/21/2014 Thickness Lot Plan Thickness in inches, - 0.50 in e. Acceptance Criteria. (1) Flexural Strength. If the PWL of the lot equals or exceeds 90%, 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%, 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, but not later than 48 hours after placement, the surface of each lot shall be tested in both longitudinal and transverse directions for smoothness to reveal all surface irregularities exceeding the tolerances specified. The Contractor shall furnish paving equipment and employ methods that produce a surface for each section of pavement having an average profile index meeting the requirements of paragraph 501-8.1c when evaluated with a profilograph; and the finished surface of the pavement shall not vary more than 1/4 inch when evaluated with a 12 -foot straightedge. When the surface smoothness exceeds specification tolerances which cannot be corrected by diamond grinding of the pavement, full depth removal and replacement of pavement shall be to the limit of the longitudinal placement. Corrections involving diamond grinding will be subject to the final pavement thickness tolerances specified. (a) Transverse measurements. Transverse measurements will be taken for each lot placed. Transverse measurements will be taken perpendicular to the pavement centerline each 50 feet or more often as determined by the Engineer. (i) Testing shall be continuous across all joints, starting with one-half the length of the straight edge at the edge of pavement section being tested and then moved ahead one-half the length of the straight edge for each successive measurement. Smoothness readings will not be made across grade changes or cross slope transitions; at these transition areas, the straightedge position shall be adjusted to measure surface smoothness and not design grade or cross slope transitions. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface and allowing it to rest upon the two highest spots covered by its length, and measuring the maximum gap between the straightedge and the pavement surface in the area between these two high points. Deviations on final pavement > 1/4 inch in transverse direction shall be corrected with diamond grinding per paragraph 501-4.19g or by removing and replacing full depth of pavement. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested after grinding. (ii) The joint between lots shall be tested separately to facilitate smoothness between lots. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface, with half the straightedge on one side of the joint and the other half of the straightedge on the other side of the joint. Measure the maximum gap between the straightedge and the pavement surface in the area between these two high points. One measurement shall be taken at the joint every 50 feet or more often if directed by the Engineer. Maximum gap on final pavement surface > 1/4 inch in transverse direction shall be corrected with diamond grinding per paragraph 501-4.19g or by removing and replacing full depth of surface. Each measurement shall be recorded and a copy of the data shall be furnished to the Engineer at the end of each days testing. (b) Longitudinal measurements. Longitudinal measurements will be taken for each lot placed. Longitudinal tests will be parallel to the centerline of paving; at the center of paving lanes when widths of paving lanes are less than 20 feet; and at the one third points of paving lanes when widths of paving lanes are 20 ft or greater. P-501-27 AC 150/5370-10G 7/21/2014 (i) Longitudinal Short Sections. Longitudinal Short Sections are when the longitudinal lot length is less than 200 feet and areas not requiring a profilograph. When approved by the Engineer, the first and last 15 feet of the lot can also be considered as short sections for smoothness. The finished surface shall not vary more than 1/4 inch when evaluated with a 12 -foot straightedge. Smoothness readings will not be made across grade changes or cross slope transitions, at these transition areas, the straightedge position shall be adjusted to measure surface smoothness and not design grade or cross slope transitions. Testing shall be continuous across all joints, starting with one- half the length of the straight edge at the edge of pavement section being tested and then moved ahead one-half the length of the straight edge for each successive measurement. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface and allowing it to rest upon the two highest spots covered by its length, and measuring the maximum gap between the straightedge and the pavement surface in the area between these two high points. Deviations on final pavement surface > 1/4 inch in longitudinal direction will be corrected with diamond grinding per paragraph 501-4.19g or by removing and replacing full depth of surface. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested after grinding. (ii) Profilograph Testing. Profilograph testing shall be performed by the contractor using approved equipment and procedures as described as ASTM E1274. The equipment shall utilize electronic recording and automatic computerized reduction of data to indicate "must grind" bumps and the Profile Index for the pavement using a 0.2 inch blanking band. The bump template must span one inch with an offset of 0.4 inches. The profilograph must be calibrated prior to use and operated by a factory or State DOT approved operator. Profilograms shall be recorded on a longitudinal scale of one inch equals 25 feet and a vertical scale of one inch equals one inch. A copy of the reduced tapes shall be furnished to the Engineer at the end of each days testing. The pavement must have an average profile index meeting the requirements of paragraph 501-8.1c. Deviations on final surface in longitudinal direction shall be corrected with diamond grinding per paragraph 501-4.19g or by removing and replacing full depth of pavement. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested after grinding. Where corrections are necessary, second profilograph runs shall be performed to verify that the corrections produced an average profile index of 15 inches per mile or less. If the initial average profile index was less than 15 inches, only those areas representing greater than 0.4 inch deviation will be re -profiled for correction verification. «1) Final profilograph of taxiway. Final profilograph, full length of runway, shall bo performed to facilitate testing of smoothness between lots. Profilograph testing shall be performed by the contractor using approved equipment and procedures as described as ASTM E127,1. The pavement must have an average profile index meeting the requirements of paragraph 501 8.1c. The equipment shall utilize electronic recording and automatic computerized reduction of data to indicate "must grind" bumps and the Profile Index for the pavement using a 0.2 inch blanking band. The bump template must span one inch with an offset of OA inches. The profilograph must be calibrated prior to use and operated by a factory or State DOT approved, trained operator. Profilograms shall be recorded on a longitudinal tapes shall be furnished to the Engineer at the end of each days testing. Profilograph of final runway shall be performed one foot right and left of runway centerline and 15 feet right and left of centerline. Any 11 Smoothness testing indicated in the above paragraphs except paragraph (iii) shall be performed within 48 hours of placement of material. Smoothness texting indicated in paragraph (iii) shall be performed within •18 hours final paving completion. The primary purpose of smoothness testing is to identify areas that may be prone to ponding of water which could lead to hydroplaning of aircraft. If the P-501-28 AC 150/5370-10G 7/21/2014 contractor's machines and/or methods are producing significant areas that need corrective actions then production should be stopped until corrective measures can be implemented. If corrective measures are not implemented and when directed by the Engineer, production shall be stopped until corrective measures can be implemented. (4) Grade. An evaluation of the surface grade shall be made by the Engineer for compliance to the tolerances contained below. The finish grade will be determined by running levels at intervals of 50 ft or less longitudinally and all breaks in grade transversely (not to exceed 50 ft) to determine the elevation of the completed pavement. The Contractor shall pay the costs of surveying the level runs, and this work shall be performed by a licensed surveyor. The documentation, stamped and signed by a licensed surveyor, shall be provided by the Contractor to the Engineer. (a) Lateral Deviation. Lateral deviation from established alignment of the pavement edge shall not exceed plus or minus 0.10 foot in any lane. (b) Vertical Deviation. Vertical deviation from established grade shall not exceed plus or minus 0.04 foot at any point. (5) Edge Slump. 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 as directed by the Engineer in accordance with paragraph 501-4.8a. 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. Removal and replacement shall be in accordance with paragraph 501-4.20. 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 b. Aggregate Gradation c. Quality of Materials d. Stockpile Management e. Proportioning f. Mixing and Transportation g. Placing and Consolidation h. Joints i. Dowel Placement and Alignment j. Flexural or Compressive Strength k. Finishing and Curing 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. Fine Aggregate. P-501-29 AC 150/5370-10G 7/21/2014 (1) Gradation. A sieve analysis shall be made at least twice daily in accordance with ASTM C 136 from randomly sampled material taken from the discharge gate of storage bins or from the conveyor belt. (2) Moisture Content. If an electric moisture meter is used, at least two direct measurements of moisture content shall be made per week to check the calibration. If direct measurements are made in lieu of using an electric meter, two tests shall be made per day. Tests shall be made in accordance with ASTM C 70 or ASTM C 566. b. Coarse Aggregate. (1) Gradation. A sieve analysis shall be made at least twice daily for each size of aggregate. Tests shall be made in accordance with ASTM C 136 from randomly sampled material taken from the discharge gate of storage bins or from the conveyor belt. (2) Moisture Content. If an electric moisture meter is used, at least two direct measurements of moisture content shall be made per week to check the calibration. If direct measurements are made in lieu of using an electric meter, two tests shall be made per day. Tests shall be made in accordance with ASTM C 566. c. Slump. Four slump tests shall be performed for each lot of material produced in accordance with the lot size defined in paragraph 501-5.1. One test shall be made for each sublot. Slump tests shall be performed in accordance with ASTM C143 from material randomly sampled from material discharged from trucks at the paving site. Material samples shall be taken in accordance with ASTM C172. d. Air Content. Four air content tests, shall be performed for each lot of material produced in accordance with the lot size defined in paragraph 501-5.1. One test shall be made for each sublot. Air content tests shall be performed in accordance with ASTM C231 for gravel and stone coarse aggregate and ASTM C173 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 C172. e. Four unit weight and yield tests shall be made in accordance with ASTM C 138. The samples shall 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 shall maintain linear control charts for fine and coarse aggregate gradation, slump, moisture content and air content. Control charts shall be posted in a location satisfactory to the Engineer and shall be kept up to date at all times. As a minimum, the control charts shall identify the project number, the contract item number, the test number, each test parameter, the Action and suspension Limits, or Specification limits, applicable to each test parameter, and the Contractor's test results. The Contractor shall use the control charts as part of a process control system for identifying potential problems and assignable causes before they occur. If the Contractor's projected data during production indicates a potential problem and the Contractor is not taking satisfactory corrective action, the Engineer may halt production or acceptance of the material. a. Fine and Coarse Aggregate Gradation. The Contractor shall record the running average of the last five gradation tests for each control sieve on linear control charts. Specification limits contained in the Lower Specification Tolerance Limit (L) table above and the Control Chart Limits table below shall be superimposed on the Control Chart for job control. b. Slump and Air Content. The Contractor shall maintain linear control charts both for individual measurements and range (that is, difference between highest and lowest measurements) for slump and air content in accordance with the following Action and Suspension Limits. P-501-30 AC 150/5370-10G 7/21/2014 CONTROL CHART LIMITS Control Parameter Individual Measurements Range Suspension Limit Action Limit I Suspension Limit Slip Form: Slump +0 to -1 inch +0.5 to -1.5 inch ± 1.5 inch Air Content ±1.2% ± 1.8% ± 2.5% Fixed Form Slump + 0.5 to -1 inch +1 to -1.5 inch ± 1.5 inch Air Content ± 1.2% ± 1.8% ± 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 specification limits in paragraph 501-2.1, 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%, the scale settings for the aggregate batcher and water batcher shall be adjusted. c. Slump. The Contractor shall halt production and make appropriate adjustments whenever: (1) one point falls outside the Suspension Limit line for individual measurements or range; or (2) two points in a row fall outside the Action Limit line for individual measurements. d. Air Content. The Contractor shall halt production and adjust the amount of air -entraining admixture whenever: (1) one point falls outside the Suspension Limit line for individual measurements or range; or (2) two points in a row fall outside the Action Limit line for individual measurements. Whenever a point falls outside the Action Limits line, the air -entraining admixture dispenser shall be calibrated to ensure that it is operating correctly and with good reproducibility. METHOD OF MEASUREMENT 501-7.1 Portland cement concrete pavement shall be measured by the number of square yards of either plain or reinforced pavement of the specified thickness with silicone joint sealant, as specified in-place, completed and accepted. P-501-31 AC 150/5370-10G 7/21/2014 501-7.2 Portland cement concrete pavement shall be measured by the number of square yards of either plain or reinforced pavement of the specified thickness with compression joint sealant, as specified in- place, completed and accepted. The Contractor's Quality Control Plan shall not be measured separately but shall be considered an incidental aspect of the pavement construction. BASIS OF PAYMENT 501-8.1 PAYMENT. Payment for concrete pavement meeting all acceptance criteria as specified in paragraph 501-5.2 Acceptance Criteria shall be based on results of sm^ ss, strength and thickness tests. Payment for acceptable lots of concrete pavement shall be adjusted in accordance with paragraph 501-8.1a for strength and thickness and 501-8.1c for smoothness, subject to the limitation that: The total project payment for concrete pavement shall not exceed 100 percent of the product of the contract unit price and the total number of square yards of concrete pavement used in the accepted work (See Note 1 under the Price Adjustment Schedule table below). 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. a. Basis of Adjusted Payment. The pay factor for each individual lot shall be calculated in accordance with the Price Adjustment Schedule table below. A pay factor shall be calculated for both flexural strength and thickness. The lot pay factor shall be the higher of the two values when calculations for both flexural strength and thickness are 100% or higher. The lot pay factor shall be the product of the two values when only one of the calculations for either flexural strength or thickness is 100% 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%. PRICE ADJUSTMENT SCHEDULE 1 Percentage of Materials Within Specification Limits (PWL) Lot Pay Factor (Percent of Contract Unit Price) 96 — 100 106 90 — 95 PWL + 10 75 — 90 0.5 PWL + 55 55 — 74 1.4 PWL — 12 Below 55 Reject2 1 Although it is theoretically possible to achieve a pay factor of 106% for each lot, actual payment in excess of 100% shall be subject to the total project payment limitation specified in paragraph 501-8.1. 2 The lot shall be removed and replaced. However, if the Engineer and the FAA have decided to allow the rejected lot to remain in accordance with Section 50-02 after the Engineer and Contractor agree in writing that the lot shall not be removed, it shall be paid for at 50% of the contract unit price and the total project payment limitation shall be reduced by the amount withheld for the rejected lot. For each lot accepted, the adjusted contract unit price shall be the product of the lot pay factor for the lot and the contract unit price. Payment shall be subject to the total project payment limitation specified in paragraph 501-8.1. Payment in excess of 100% 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%. P-501-32 AC 150/5370-10G 7/21/2014 b. Payment. Payment shall be made under: Item P-501-8.1 Portland Cement Concrete Pavement (15") — per square yard 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: (Square yard in section) x (original unit price per square yard) 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 Ib 30,000 Ib or Less Short Sections 0-7 0-10 0-15 0.00 7.1-9 10.1-11 15.1-16 0.02 9.1-11 11.1-12 16.1-17 0.04 11.1-13 12.1-13 17.1-18 0.06 13.1-14 13.1-14 18.1-20 0.08 14.1-15 14.1-15 20.1-22 0.10 15.1 and up 15.1 and up 22.1 and up Corrective work required TESTING REQUIREMENTS ASTM C31 Standard Practice for Making and Curing Concrete Test Specimens in the Field ASTM C39 Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens ASTM C70 Standard Test Method for Surface Moisture in Fine Aggregate ASTM C78 ASTM C88 ASTM C117 ASTM C131 ASTM C136 Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Third -Point Loading) Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate Standard Test Method for Materials Finer Than 75 -pm (No. 200) Sieve in Mineral Aggregates by Washing Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates P-501-33 AC 150/5370-1OG 7/21/2014 ASTM C138 Standard Test Method for Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete ASTM C142 Standard Test Method for Clay Lumps and Friable Particles in Aggregates ASTM C143 Standard Test Method for Slump of Hydraulic -Cement Concrete ASTM C172 Standard Practice for Sampling Freshly Mixed Concrete ASTM C173 Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method ASTM C174 Standard Test Method for Measuring Thickness of Concrete Elements Using Drilled Concrete Cores ASTM C227 Standard Test Method for Potential Alkali Reactivity of Cement -Aggregate Combinations (Mortar -Bar Method) ASTM C231 Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C289 Standard Test Method for Potential Alkali -Silica Reactivity of Aggregates (Chemical Method) ASTM C295 Standard Guide for Petrographic Examination of Aggregates for Concrete ASTM C114 Standard Test Methods for Chemical Analysis of Hydraulic Cement ASTM C311 Standard Test Methods for Sampling and Testing Fly Ash or Natural Pozzolans for Use in Portland Cement Concrete ASTM C566 Standard Test Method for Total Evaporable Moisture Content of Aggregates by Drying ASTM C642 Standard Test Method for Density, Absorption, and Voids in Hardened Concrete ASTM C666 Standard Test Method for Resistance of Concrete to Rapid Freezing and Thawing ASTM C1077 Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation ASTM C1260 Standard Test Method for Potential Alkali Reactivity of Aggregates (Mortar -Bar Method) ASTM C1567 Standard Test Method for Determining the Potential Alkali -Silica Reactivity of Combinations of Cementitious Materials and Aggregate (Accelerated Mortar -Bar Method) ASTM C1602 ASTM D3665 ASTM D4791 Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete Standard Practice for Random Sampling of Construction Materials Standard Test Method for Flat Particles, Elongated Particles, or Flat and Elongated Particles in Coarse Aggregate P-501-34 AC 150/5370-10G 7/21/2014 ASTM E178 ASTM E1274 Standard Practice for Dealing With Outlying Observations Standard Test Method for Measuring Pavement Roughness Using a Profilograph U.S. Army Corps of Engineers (USACE) Concrete Research Division (CRD) C662 Determining the Potential Alkali -Silica Reactivity of Combinations of Cementitious Materials, Lithium Nitrate Admixture and Aggregate (Accelerated Mortar -Bar Method) ASTM A184 ASTM A615 ASTM A704 ASTM A706 ASTM A714 ASTM A775 ASTM A934 ASTM A996 ASTM A1064 ASTM A1078 ASTM C33 ASTM C94 ASTM C150 ASTM C171 ASTM C260 ASTM C309 ASTM C494 ASTM C595 MATERIAL REQUIREMENTS Standard Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement Standard Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement Standard Specification for High -Strength Low -Alloy Welded and Seamless Steel Pipe Standard Specification for Epoxy -Coated Steel Reinforcing Bars Standard Specification for Epoxy -Coated Prefabricated Steel Reinforcing Bars Standard Specification for Rail -Steel and Axle -Steel Deformed Bars for Concrete Reinforcement Standard Specification for Carbon -Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete Standard Specification for Epoxy -Coated Steel Dowels for Concrete Pavement Standard Specification for Concrete Aggregates Standard Specification for Ready -Mixed Concrete Standard Specification for Portland Cement Standard Specification for Sheet Materials for Curing Concrete Standard Specification for Air -Entraining Admixtures for Concrete Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete Standard Specification for Chemical Admixtures for Concrete Standard Specification for Blended Hydraulic Cements P-501-35 AC 150/5370-1 OG ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete ASTM C881 Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete 7/21/2014 ASTM C989 Standard Specification for Slag Cement for Use in Concrete and Mortars ASTM D1751 Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types) ASTM D1752 Standard Specification for Preformed Sponge Rubber and Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving And Structural Construction ACI 211.1 Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete ACI 305R Guide to Hot Weather Concreting ACI 306R Guide to Cold Weather Concreting ACI 309R Guide for Consolidation of Concrete AC 150/5320-6 Airport Pavement Design and Evaluation PCA Design and Control of Concrete Mixtures END ITEM P-501 P-501-36 AC 150/5370-1OG 7/21/2014 ITEM P-602 BITUMINOUS PRIME COAT DESCRIPTION 602-1.1 This item shall consist of an application of bituminous material on the prepared base course in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. MATERIALS 602-2.1 BITUMINOUS MATERIAL. The bituminous material shall be an emulsified asphalt indicated in ASTM D3628 as a bituminous application for prime coat appropriate to local conditions or as designated by the Engineer. CONSTRUCTION METHODS 602-3.1 WEATHER LIMITATIONS. The prime coat shall be applied only when the existing surface is dry; the atmospheric temperature is 50°F or above, and the temperature has not been below 35°F for the 12 hours prior to application; and when the weather is not foggy or rainy. The temperature requirements may be waived when directed by the Engineer. 602-3.2 EQUIPMENT. The equipment shall include a self -powered pressure bituminous material distributor and equipment for heating bituminous material. Provide a distributor with pneumatic tires of such size and number that the load produced on the base surface does not exceed 65.0 psi of tire width to prevent rutting, shoving or otherwise damaging the base, surface or other layers in the pavement structure. Design and equip the distributor to spray the bituminous material in a uniform coverage at the specified temperature, at readily determined and controlled rates from 0.05 to 2.0 gallons per square yard, with a pressure range of 25 to 75 psi and with an allowable variation from the specified rate of not more than ±5%, and at variable widths. Include with the distributor equipment a separate power unit for the bitumen pump, full -circulation spray bars, tachometer, pressure gauges, volume -measuring devices, adequate heaters for heating of materials to the proper application temperature, a thermometer for reading the temperature of tank contents, and a hand hose attachment suitable for applying bituminous material manually to areas inaccessible to the distributor. Equip the distributor to circulate and agitate the bituminous material during the heating process. If the distributor is not equipped with an operable quick shutoff valve, the prime operations shall be started and stopped on building paper. The Contractor shall remove blotting sand prior to asphalt concrete lay down operations at no additional expense to the Owner. A power broom and power blower suitable for cleaning the surfaces to which the bituminous coat is to be applied shall be provided. 602-3.3 APPLICATION OF BITUMINOUS MATERIAL. Immediately before applying the prime coat, the full width of the surface to be primed shall be swept with a power broom to remove all loose dirt and other objectionable material. The bituminous material shall be uniformly applied with a bituminous distributor at the rate of 0.15 to 0.30 gallons per square yard depending on the base course surface texture. The type of bituminous material and application rate shall be approved by the Engineer prior to application. Following application of the bituminous material and prior to application of the succeeding layer of pavement, allow the bituminous coat to cure and to obtain evaporation of any volatiles or moisture. Maintain the coated surface until the succeeding layer of pavement is placed, by protecting the surface against damage and by repairing and recoating deficient areas. Allow the prime coat to cure without being disturbed for a period of at least 48 hours or longer, as may be necessary to attain penetration into the treated course. Furnish and spread enough sand to effectively blot up and cure excess bituminous material. Keep traffic P-602-1 AC 150/5370-10G 7/21/2014 off surfaces freshly treated with bituminous material. Provide sufficient warning signs and barricades so that traffic will not travel over freshly treated surfaces. 602-3.4 TRIAL APPLICATIONS. Before providing the complete bituminous coat, the Contractor shall apply three lengths of at least 100 feet for the full width of the distributor bar to evaluate the amount of bituminous material that can be satisfactorily applied with the equipment. Apply three different trial application rates of bituminous materials within the application range specified in paragraph 602-3.3. Other trial applications will be made using various amounts of material as deemed necessary by the Engineer. 602-3.5 BITUMINOUS MATERIAL CONTRACTOR'S RESPONSIBILITY. The Contractor shall provide a statement of source and character of the proposed bituminous material which must be submitted to and approved by the Engineer before any shipment of bituminous materials to the project. The Contractor shall furnish vendor's certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The test reports shall be provided to and approved by the Engineer before the bituminous material is applied. If the bituminous material does not meet the specifications, it shall be replaced at the Contractor's expense. Furnishing the vendor's certified test report for the bituminous material shall not be interpreted as basis for final acceptance. 602-3.6 FREIGHT AND WEIGH BILLS. The Contractor shall submit waybills and delivery tickets during the progress of the work. Before the final estimate is allowed, file with the Engineer certified waybills and certified delivery tickets for all bituminous materials used in the construction of the pavement covered by the contract. Do not remove bituminous material from storage until the initial outage and temperature measurements have been taken. The delivery or storage units will not be released until the final outage has been taken. METHOD OF MEASUREMENT 602-4.1 The bituminous material for prime coat shall not be measured for separate payment. be measured by the gallon. Volume shall be corrected to the volume at 60°F in accordance with ASTM D1250. Tie measured quantities are not 10% over the specified application rate. Any amount of bituminous material BASIS OF PAYMENT 602-5.1 The bituminious material for tack coat shall not be paid for separately, but shall be considered subsidiary to the item in which it is contained: Item P-403. Payment shall be mado at tho contract unit price per gallon for bituminous prime coat. This price shall be full compensation for furnishing tools, and incidentals necessary to complete this item. Payment will be made under: Item P-602-5.1 Bituminous Prime Coat—per Gallon TESTING REQUIREMENTS ASTM D1250 Standard Guide for Use of the Petroleum Measurement Tables MATERIAL REQUIREMENTS ASTM D977 Standard Specification for Emulsified Asphalt P-602-2 AC 150/5370-1OG 7/21/2014 ASTM D2028 Standard Specification for Cutback Asphalt (Rapid -Curing Type) ASTM D2397 Standard Specification for Cationic Emulsified Asphalt ASTM D3628 Standard Practice for Selection and Use of Emulsified Asphalts END OF ITEM P-602 P-602-3 AC 150/5370-1OG 7/21/2014 Page Intentionally Left Blank P-602-4 AC 150/5370-1OG 7/21/2014 ITEM P-603 BITUMINOUS TACK COAT DESCRIPTION 603-1.1 This item shall consist of preparing and treating a bituminous or concrete surface with bituminous material in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. MATERIALS 603-2.1 BITUMINOUS MATERIALS. The bituminous material shall be an emulsified asphalt indicated in ASTM D3628 as a bituminous application for tack coat appropriate to local conditions or as designated by the Engineer. CONSTRUCTION METHODS 603-3.1 WEATHER LIMITATIONS. The tack coat shall be applied only when the existing surface is dry and the atmospheric temperature is 50°F or above; the temperature has not been below 35°F for the 12 hours prior to application; and when the weather is not foggy or rainy. The temperature requirements may be waived when directed by the Engineer. 603-3.2 EQUIPMENT. The Contractor shall provide equipment for heating and applying the bituminous material. Provide a distributor with pneumatic tires of such size and number that the load produced on the base surface does not exceed 65.0 psi of tire width to prevent rutting, shoving or otherwise damaging the base, surface or other layers in the pavement structure. Design and equip the distributor to spray the bituminous material in a uniform coverage at the specified temperature, at readily determined and controlled rates from 0.05 to 2.0 gallons per square yard, with a pressure range of 25 to 75 psi and with an allowable variation from the specified rate of not more than ±5%, and at variable widths. Include with the distributor equipment a separate power unit for the bitumen pump, full -circulation spray bars, tachometer, pressure gauges, volume -measuring devices, adequate heaters for heating of materials to the proper application temperature, a thermometer for reading the temperature of tank contents, and a hand hose attachment suitable for applying bituminous material manually to areas inaccessible to the distributor. Equip the distributor to circulate and agitate the bituminous material during the heating process. If the distributor is not equipped with an operable quick shutoff valve, the tack operations shall be started and stopped on building paper. The Contractor shall remove blotting sand prior to asphalt concrete lay down operations at no additional expense to the Owner. A power broom and/or power blower suitable for cleaning the surfaces to which the bituminous tack coat is to be applied shall be provided. 603-3.3 APPLICATION OF BITUMINOUS MATERIAL. Immediately before applying the tack coat, the full width of surface to be treated shall be swept with a power broom and/or power blower to remove all loose dirt and other objectionable material. Emulsified asphalt shall be diluted by the addition of water when directed by the Engineer and shall be applied a sufficient time in advance of the paver to ensure that all water has evaporated before the overlying mixture is placed on the tacked surface. The bituminous material including vehicle shall be uniformly applied with a bituminous distributor at the rate of 0.05 to 0.10 gallons per square yard depending on the condition of the existing surface. The type of bituminous material and application rate shall be approved by the Engineer prior to application. P-603-1 AC 150/5370-10G 7/21/2014 After application of the tack coat, the surface shall be allowed to cure without being disturbed for the period of time necessary to permit drying and setting of the tack coat. This period shall be determined by the Engineer. The Contractor shall protect the tack coat and maintain the surface until the next course has been placed. 603-3.4 BITUMINOUS MATERIAL CONTRACTOR'S RESPONSIBILITY. The Contractor shall provide a statement of source and character of the proposed bituminous material which must be submitted and approved by the Engineer before any shipment of bituminous materials to the project. The Contractor shall furnish the vendor's certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The tests reports shall be provided to and approved by the Engineer before the bituminous material is applied. If the bituminous material does not meet the specifications, it shall be replaced at the Contractor's expense. Furnishing the vendor's certified test report for the bituminous material shall not be interpreted as a basis for final acceptance. 603-3.5 FREIGHT AND WEIGH BILLS. The Contractor shall submit waybills and delivery tickets, during progress of the work. Before the final statement is allowed, file with the Engineer certified waybills and certified delivery tickets for all bituminous materials used in the construction of the pavement covered by the contract. Do not remove bituminous material from storage until the initial outage and temperature measurements have been taken. The delivery or storage units will not be released until the final outage has been taken. METHOD OF MEASUREMENT 603 4.1 The bituminous material for tack coat shall not be measured for separate payment. be measured by the gallon. Volume shall be corrected to the volume at 60°F in accordance with ASTM D1250. Tho 12149 -Fe than 10% over the specified application rate for each application will be deducted from the measured BASIS OF PAYMENT 603.5-1 The bituminous material for tack coat shall not be paid for separately, but shall be considered subsidiary to the item in which it is contained: Item P-401 or P-403. Payment shall bo equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-603-5.1 Bituminous Tack Coat—per Gallon MATERIAL REQUIREMENTS ASTM D633 Standard Volume Correction Table for Road Tar ASTM D977 Standard Specification for Emulsified Asphalt ASTM D1250 Standard Guide for Use of the Petroleum Measurement Tables ASTM D2028 Standard Specification for Cutback Asphalt (Rapid -Curing Type) P-603-2 AC 150/5370-1OG 7/21/2014 ASTM D2397 Standard Specification for Cationic Emulsified Asphalt ASTM D3628 Standard Practice for Selection and Use of Emulsified Asphalts END OF ITEM P-603 P-603-3 AC 150/5370-1OG 7/21/2014 Page Intentionally Left Blank P-603-4 AC 150/5370-1OG 7/21/2014 ITEM P-605 JOINT SEALANTS FOR CONCRETE PAVEMENTS DESCRIPTION 605-1.1 This item shall consist of providing and installing a resilient and adhesive joint sealing material capable of effectively sealing joints and cracks in rigid pavements. MATERIALS 605-2.1 JOINT SEALERS. Joint sealant materials shall meet the requirements of ASTM D5893. In areas where proposed concrete abuts existing asphalt pavement, the constructor shall use hot poured joint sealant that meets the requirements of ASTM D 6690 and the details in the plans. Each lot or batch of sealant 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 sealant meets the requirements of this specification. 605-2.2 BACKER ROD. The material furnished shall be a compressible, non -shrinking, non -staining, non - absorbing material that is non-reactive with the joint sealant. The material shall have a water absorption of not more than 5% when tested in accordance with ASTM C509. The backer -rod material shall be 25% ± 5 larger in diameter than the nominal width of the crack. Backer rod shall meet the requirements of ASTM D 5249 and shall be both non-reactive and non- adhesive to the concrete and the sealant material. 605-2.3 BACKUP MATERIALS. Provide backup material that is a compressible, nonshrinking, nonstaining, nonabsorbing material, nonreactive with the joint sealant. The material shall have a melting point at least 5°F greater than the pouring temperature of the sealant being used when tested in accordance with ASTM D789. The material shall have a water absorption of not more than 5% of the sample weight when tested in accordance with ASTM C509. The backup material shall be 25 ±5% larger in diameter than the nominal width of the crack. 605-2.4 BOND BREAKING TAPES. Provide backup material that is a compressible, nonshrinking, nonstaining, nonabsorbing material, nonreactive with the joint sealant. The material shall have a melting point at least 5°F greater than the pouring temperature of the sealant being used when tested in accordance with ASTM D789. The material shall have a water absorption of not more than 5% of the sample weight when tested in accordance with ASTM C509. The backup material shall be 25 ±5% larger in diameter than the nominal width of the crack. CONSTRUCTION METHODS 605-3.1 TIME OF APPLICATION. Joints shall be sealed as soon after completion of the curing period as feasible and before the pavement is opened to traffic, including construction equipment. The pavement temperature shall be 50°F and rising at the time of application of the poured joint sealing material. Do not apply sealant if moisture is observed in the joint. Prior to beginning the sealing operation, the Contractor shall have the sealant supplier demonstrate, to the satisfaction of the Engineer, the cleaning and installation procedures for the joint sealant to be installed on the project. 605-3.2 EQUIPMENT. Machines, tools, and equipment used in the performance of the work required by this section shall be approved before the work is started and maintained in satisfactory condition at all times. P-605-1 AC 150/5370-1OG 7/21/2014 Submit a list of proposed equipment to be used in performance of construction work including descriptive data, 14 days prior to use on the project. a. Tractor -Mounted Routing Tool. Provide a routing tool, used for removing old sealant from the joints, of such shape and dimensions and so mounted on the tractor that it will not damage the sides of the joints. The tool shall be designed so that it can be adjusted to remove the old material to varying depths as required. The use of V-shaped tools or rotary impact routing devices will not be permitted. Hand -operated spindle routing devices may be used to clean and enlarge random cracks. b. Concrete Saw. Provide a self-propelled power saw, with water-cooled diamond or abrasive saw blades, for cutting joints to the depths and widths specified or for refacing joints or cleaning sawed joints where sandblasting does not provide a clean joint. c. Sandblasting Equipment. Sandblasting is not allowed. d. Waterblasting Equipment. Include with the waterblasting equipment a trailer -mounted water tank, pumps, high-pressure hose, wand with safety release cutoff control, nozzle, and auxiliary water resupply equipment. Provide water tank and auxiliary resupply equipment of sufficient capacity to permit continuous operations. The nozzle shall have an adjustable guide that will hold the nozzle aligned with the joint approximately one inch above the pavement surface. Adjust the height, angle of inclination and the size of the nozzle as necessary to obtain satisfactory results. A pressure gauge mounted at the pump shall show at all times the pressure in psi at which the equipment is operating. e. Hand Tools. Hand tools may be used, when approved, for removing defective sealant from a crack and repairing or cleaning the crack faces. f. Hot Poured Sealing Equipment. The unit applicators used for heating and installing ASTM D6690 a nozzle shaped for inserting in the joint to bo filled; positive temperature devices for controlling the of the sealant. The applicator unit shall be designed so that the sealant will circulate through the delivery hose and return to the inner kettle when not in use. g. Two -Component, Cold -Applied, Machine Mix Sealing Equipment. Provide equipment used for proportioning, mixing, and installing Federal Specification SS -S-200 Type M joint sealants designed to deliver two semifluid components through hoses to a portable mixer at a preset ratio of one (1) to one (1) by volume using pumps with an accuracy of±5% for the quantity of each component. The reservoir for each component shall be equipped with mechanical agitation devices that will maintain the components in a uniform condition without entrapping air. Incorporate provisions to permit thermostatically controlled indirect heating of the components, when required. However, immediately prior to proportioning and mixing, the temperature of either component shall not exceed 90°F (32°C). Provide screens near the top of each reservoir to remove any foreign particles or partially polymerized material that could clog fluid lines or otherwise cause misproportioning or improper mixing of the two components. Provide equipment capable of thoroughly mixing the two components through a range of application rates of 10 to 60 gallons per hour and through a range of application pressures from 50 to 1500 psi as required by material, climatic, or operating conditions. Design the mixer for the easy removal of the supply lines for cleaning and proportioning of the components. The mixing head shall accommodate nozzles of different types and sizes as may be required by various operations. The dimensions of the nozzle shall be such that the nozzle tip will extend into the joint to allow sealing from the bottom of the joint to the top. Maintain the initially approved equipment in good working condition, serviced in accordance with the supplier's instructions, and unaltered in any way without obtaining prior approval. h. Two -Component, Cold -Applied, Hand -Mix Sealing Equipment. Mixing equipment for Federal Specification SS -S-200 Type H sealants shall consist of a slow -speed electric drill or air -driven mixer with P-605-2 AC 150/5370-10G 7/21/2014 a stirrer in accordance with the manufacturer's recommendations. Submit printed copies of manufacturer's recommendations 14 days prior to use on the project where installation procedures, or any part thereof, are required to be in accordance with those recommendations. Installation of the material will not be allowed until the recommendations are received. Failure to furnish these recommendations can be cause for rejection of the material. i. Cold -Applied, Single -Component Sealing Equipment. The equipment for installing ASTM D5893 single component joint sealants shall consist of an extrusion pump, air compressor, following plate, hoses, and nozzle for transferring the sealant from the storage container into the joint opening. The dimension of the nozzle shall be such that the tip of the nozzle will extend into the joint to allow sealing from the bottom of the joint to the top. Maintain the initially approved equipment in good working condition, serviced in accordance with the supplier's instructions, and unaltered in any way without obtaining prior approval. Small hand-held air -powered equipment (i.e., caulking guns) may be used for small applications. 605-3.3 PREPARATION OF JOINTS. a. Sawing. All joints shall be sawed in accordance with specifications and plan details. Immediately after sawing the joint, the resulting slurry shall be completely removed from joint and adjacent area by flushing with a jet of water, and by use of other tools as necessary. b. Sealing. •• •• _ e - - _ _ _ • • _ • _ _ • _ - thoroughly cleaned of all remaining laitance, curing compound, and other foreign material. Cleaning shall be accomplished by sandblasting. Sandblasting shall be accomplished in a minimum of two passes. One pass per joint face with the nozzle e 111111 cleaning, the joints shall be blown out with compressed air free of oil and water. Only air compressors with operable oil and water traps shall be used to prepare the joints for coaling. Tho joint faces shall bo surface dry when the seal is applied. Immediately before sealing, the joints shall be thoroughly cleaned of all remaining laitance, curing compound, filler, protrusions of hardened concrete, old sealant and other foreign material from the sides and upper edges of the joint space to be sealed. Cleaning shall be accomplished by waterblaster as specified in paragraph 605-3.2. The newly exposed concrete joint faces and the pavement surface extending a minimum of 1/2 inch from the joint edge shall be sandblasted waterblasted clean. Waterblasting Sandblasting shall 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 than 3 inches from it. After final cleaning and immediately prior to sealing, blow out the joints with compressed air and leave them completely free of debris and water. The joint faces shall be surface dry when the seal is applied. c. Back -Up Material. When the joint opening is of a greater depth than indicated for the sealant depth, plug or seal off the lower portion of the joint opening using a back-up material to prevent the entrance of the sealant below the specified depth. Take care to ensure that the backup material is placed at the specified depth and is not stretched or twisted during installation. d. Bond -Breaking Tape. Where inserts or filler materials contain bitumen, or the depth of the joint opening does not allow for the use of a backup material, insert a bond -breaker separating tape to prevent incompatibility with the filler materials and three -sided adhesion of the sealant. Securely bond the tape to the bottom of the joint opening so it will not float up into the new sealant. 605-3.4 INSTALLATION OF SEALANTS. Joints shall be inspected for proper width, depth, alignment, and preparation, and shall be approved by the Engineer before sealing is allowed. Sealants shall be installed in accordance with the following requirements: Immediately preceding, but not more than 50 feet ahead of the joint sealing operations, perform a final cleaning with compressed air. Fill the joints from the bottom up to 1/4 inch ±1/16 inch below the pavement surface. Remove and discard excess or spilled sealant from the pavement by approved methods. Install P-605-3 AC 150/5370-10G 7/21/2014 the sealant in such a manner as to prevent the formation of voids and entrapped air. In no case shall gravity methods or pouring pots be used to install the sealant material. Traffic shall not be permitted over newly sealed pavement until authorized by the Contracting Officer. When a primer is recommended by the manufacturer, apply it evenly to the joint faces in accordance with the manufacturer's instructions. Check the joints frequently to ensure that the newly installed sealant is cured to a tack -free condition within the time specified. 605-3.5 INSPECTION. The Contractor shall inspect the joint sealant for proper rate of cure and set, bonding to the joint walls, cohesive separation within the sealant, reversion to liquid, entrapped air and voids. Sealants exhibiting any of these deficiencies at any time prior to the final acceptance of the project shall be removed from the joint, wasted, and replaced as specified at no additional cost to the airport. 605-3.6 CLEAN-UP. Upon completion of the project, remove all unused materials from the site and leave the pavement in a clean condition. METHOD OF MEASUREMENT 605-4.1 Joint sealing material shall not be measured separately for payment, as it shall be considered subsidiary to the item in which it is contained. Joint sealing material shall be measured by the [gallon] [pound] [linear foot] of sealant in place, completed, and accepted. BASIS OF PAYMENT 605-5.1 Payment for joint sealing material shall not be made separately, as it shall be considered subsidiary to the item in which it is contained. Payment for joint coaling material shall be made at the contract unit price per [gallon] [pound] [linear foot]. The price shall be full compensation for furnishing all and incidentals necessary to complete the item. Payment will be made under: Item P -605-5.1a Joint Sealing Filler — per Gallon Item P -605-5.1b Joint Sealing Filler — per Pound Item P 605 5.1c Joint Sealing Filler per Linear Foot ASTM D412 ASTM C509 ASTM D1644 AC 150/5340-30 ASTM D789 ASTM D5893 TESTING REQUIREMENTS Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers — Tension Standard Specification for Elastomeric Cellular Preformed Gasket and Sealing Material Standard Test Methods for Nonvolatile Content of Varnishes MATERIAL REQUIREMENTS Design and Installation Details for Airport Visual Aids Standard Test Method for Determination of Relative Viscosity of Polyamide (PA) Standard Specification for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements P-605-4 AC 150/5370-1OG 7/21/2014 ASTM D6690 Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements ASTM D5249 Standard Specification for Backer Material for Use with Cold- and Hot -Applied Joint Sealants in Portland -Cement Concrete and Asphalt Joints END OF ITEM P-605 P-605-5 AC 150/5370-1OG 7/21/2014 Page Intentionally Left Blank P-605-6 AC 150/5370-1OG 7/21/2014 ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE DESCRIPTION 610-1.1 This item shall consist of plain and reinforced structural Portland cement concrete (PCC), prepared and constructed in accordance with these specifications, at the locations and of the form and dimensions shown on the plans. This specification shall be used for all structural and miscellaneous concrete including signage bases. MATERIALS 610-2.1 GENERAL. Only approved materials, conforming to the requirements of these specifications, shall be used in the work. Materials may be subject to inspection and tests at any time during their preparation or use. The source of all materials shall be approved by the Engineer before delivery or use in the work. Representative preliminary samples of the materials shall be submitted by the Contractor, when required, for examination and test. Materials shall be stored and handled to ensure 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 in them. The use of pit -run aggregates shall not be permitted unless the pit -run aggregate has been screened and washed, and all fine and coarse aggregates stored separately and kept clean. The mixing of different aggregates from different sources in one storage stockpile or alternating batches of different aggregates shall not be permitted. a. Reactivity. Fine and Coarse aggregates to be used in all concrete shall be evaluated and tested by the Contractor for alkali -aggregate reactivity in accordance with both ASTM C1260 and C1567. Aggregate and mix proportion reactivity tests shall be performed for each project. (1) Coarse and fine aggregate shall be tested separately in accordance with ASTM C1260. The aggregate shall be considered innocuous if the expansion of test specimens, tested in accordance with ASTM C1260, does not exceed 0.10% at 28 days (30 days from casting). (2) Combined coarse and fine aggregate shall be tested in accordance with ASTM C1567, modified for combined aggregates, using the proposed mixture design proportions of aggregates, cementitious materials, and/or specific reactivity reducing chemicals. If lithium nitrate is proposed for use with or without supplementary cementitious materials, the aggregates shall be tested in accordance with Corps of Engineers (COE) CRD C662. If lithium nitrate admixture is used, it shall be nominal 30% ±0.5% weight lithium nitrate in water. (3) If the expansion of the proposed combined materials test specimens, tested in accordance with ASTM C1567, modified for combined aggregates, or COE CRD C662, does not exceed 0.10% at 28 days, the proposed combined materials will be accepted. If the expansion of the proposed combined materials test specimens is greater than 0.10% at 28 days, the aggregates will not be accepted unless adjustments to the combined materials mixture can reduce the expansion to less than 0.10% at 28 days, or new aggregates shall be evaluated and tested. 610-2.2 COARSE AGGREGATE. The coarse aggregate for concrete shall meet the requirements of ASTM C33. 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 the following gradation shown in the table below when tested per ASTM C136. P-610-1 AC 150/5370-10G 7/21/2014 Gradation For Coarse Aggregate Sieve Designation (square openings) Percentage by Weight Passing Sieves 1" No. 4 to 3/4 in. (4.75-19 mm) 100 No. 4 to 1 in. (4.75-25 mm) 90-100 No. 4 to 1-1/2 in. (4.75-38 mm) No. 30 (0.60 mm) 610-2.2.1 AGGREGATE SUSCEPTIBILITY TO DURABILITY (D) CRACKING. Coarse aggregate may be accepted from sources that have a 20 year service history for the same gradation to be supplied with no durability issues. a. Material currently being produced shall have a durability factor >_ 95 using ASTM C666. Coarse aggregates that are crushed granite, calcite cemented sandstone, quartzite, basalt, diabase, rhyolite or trap rock are considered to meet the D -cracking test but must meet all other quality tests. Aggregates meeting State Highway Department material specifications may be acceptable with concurrence of the FAA. b. The Contractor shall submit a current certification that the aggregate does not have a history of D - cracking and that the aggregate meets the state specifications for use in PCC pavement for use on interstate highways. Certifications, tests and any history reports must be for the same gradation as being proposed for use on the project. Certifications which are not dated or which are over one (1) year old or which are for different gradations will not be accepted. Test results will only be accepted when tests were performed by a State Department of Transportation (DOT) materials laboratory or an accredited laboratory. 610-2.3 FINE AGGREGATE. The fine aggregate for concrete shall meet the requirements of ASTM C33. The fine aggregate shall be well graded from fine to coarse and shall meet the requirements of the table below when tested in accordance with ASTM C136: Gradation For Fine Aaareaate Sieve Designation (square openings) Percentage by Weight Passing Sieves 3/8 inch (9 mm) 100 No. 4 (4.75 mm) 95-100 No. 16 (1.18 mm) 45-80 No. 30 (0.60 mm) 25-55 No. 50 (0.30 mm) 10-30 No. 100 (0.15 mm) 2-10 Blending will be permitted, if necessary, 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, if the deficiency does not exceed 5% and is remedied by the addition of pozzolanic or cementitious materials other than Portland cement, as specified in paragraph 610-2.6, 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 C150 Type II. If aggregates are deemed innocuous when tested in accordance with paragraph 610-2.1.a.1 and accepted in accordance with paragraph 610-2.1.a.3, higher equivalent alkali content in the cement may P-610-2 AC 150/5370-10G 7/21/2014 be allowed if approved by the Engineer and FAA. If cement becomes partially set or contains lumps of caked cement, it shall be rejected. Cement salvaged from discarded or used bags shall not be used. The Contractor shall furnish vendors' certified test reports for each carload, or equivalent, of cement shipped to the project. The report shall be delivered to the Engineer before use of the cement is granted. All test reports shall be subject to verification by testing sample materials received for use on the project. 610-2.5 WATER. The water used in concrete shall be fresh, clean and potable; free from injurious amounts of oils, acids, alkalies, salts, organic materials or other substances deleterious to concrete. 610-2.6 ADMIXTURES AND SUPPLEMENTARY CEMENTITIOUS MATERIAL. 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 C260 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. b. Water -reducing admixtures. Water -reducing admixture shall meet the requirements of ASTM C494, Type A, B, or D. ASTM C494, Type F and G high range water reducing admixtures and ASTM C1017 flowable admixtures shall not be used. c. Other chemical admixtures. The use of set retarding, and set- accelerating admixtures shall be approved by the Engineer. Retarding shall meet the requirements of ASTM C494, Type A, B, or D and set- accelerating shall meet the requirements of ASTM C494, Type C. Calcium chloride and admixtures containing calcium chloride shall not be used. d. Lithium nitrate. The lithium admixture shall be a nominal 30% aqueous solution of Lithium Nitrate, with a density of 10 pounds/gallon, and shall have the approximate chemical form as shown below: Constituent Limit (Percent by Mass) LiNO3 (Lithium Nitrate) 30 ±0.5 SO4 (Sulfate Ion) 0.1 (max) CI (Chloride Ion) 0.2 (max) Na (Sodium Ion) 0.1 (max) K (Potassium Ion) 0.1 (max) Provide a trained representative to supervise the lithium nitrate admixture dispensing and mixing operations. e. Fly ash. Fly ash shall meet the requirements of ASTM C618, with the exception of loss of ignition, where the maximum shall be less than 6%. Fly ash for use in mitigating alkali -silica reactivity shall have a Calcium Oxide (CaO) content of less than 13%. 610-2.7 PREMOLDED JOINT MATERIAL. Premolded joint material for expansion joints shall meet the requirements of ASTM D1751. 610-2.8 JOINT FILLER. The filler for joints shall meet the requirements of Item P-605, unless otherwise specified. P-610-3 AC 150/5370-10G 7/21/2014 610-2.9 STEEL REINFORCEMENT. Reinforcing shall consist of reinforcing steel and welded wire fabric conforming to the requirements of ASTM A615, ASTM A706, ASTM A775, ASTM A934 and ASTM A1064. 610-2.10 MATERIALS FOR CURING CONCRETE. Curing materials shall conform to ASTM C309. 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 here. All machinery and equipment used by the Contractor on the work, shall be of sufficient size to meet the requirements of the 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 3500 psi in 28 days as determined by test cylinders made in accordance with ASTM C31 and tested in accordance with ASTM C39. The concrete shall contain not less than 470 pounds of cement per cubic yard. The concrete shall contain 5% of entrained air, ±1 %, as determined by ASTM C231 and shall have a slump of not more than 4 inches as determined by ASTM C143. 610-3.3 ACCEPTANCE SAMPLING AND TESTING. Concrete for each structure will be accepted on the basis of the compressive strength specified in paragraph 610-3.2. The concrete shall be sampled in accordance with ASTM C172. Concrete cylindrical compressive strength specimens shall be made in accordance with ASTM C31 and tested in accordance with ASTM C39. The Contractor shall cure and store the test specimens under such conditions as directed by the Engineer. The Engineer will make the actual tests on the specimens at no expense to the Contractor. 610-3.4 QUALIFICATIONS FOR CONCRETE TESTING SERVICE. Perform concrete testing by an approved laboratory and inspection service experienced in sampling and testing concrete. Testing agency must meet the requirements of ASTM C1077 or ASTM E329. 610-3.5 PROPORTIONING AND MEASURING DEVICES. When package cement is used, the quantity for each batch shall be equal to one or more whole sacks of cement. The aggregates shall be measured separately by weight. If aggregates are delivered to the mixer in batch trucks, the exact amount for each mixer charge shall be contained in each batch compartment. Weighing boxes or hoppers shall be approved by the Engineer and shall provide means of regulating the flow of aggregates into the batch box so the required, exact weight of aggregates is obtained. 610-3.6 CONSISTENCY. The consistency of the concrete shall be determined by the slump test specified in ASTM C143. 610-3.7 MIXING. Concrete may be mixed at the construction site, at a central point, or wholly or in part in truck mixers. The concrete shall be mixed and delivered in accordance with the requirements of ASTM C94. 610-3.8 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 without permission of the Engineer. If permission is granted for mixing under such conditions, aggregates or water, or both, shall be heated and the concrete shall be placed at a temperature not less than 50°F nor more than 100°F. The Contractor shall be held responsible for any defective work, resulting from freezing or injury in any manner during placing and curing, and shall replace such work at his expense. Retempering of concrete by adding water or any other material shall not be permitted. P-610-4 AC 150/5370-10G 7/21/2014 The rate of delivery of concrete to the job shall be sufficient to allow uninterrupted placement of the concrete. 610-3.9 FORMS. Concrete shall not be placed until all the forms and reinforcements have been inspected and approved by the Engineer. Forms shall be of suitable material and shall be of the type, size, shape, quality, and strength to build the structure as shown 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 surfaces of forms shall be smooth and free from irregularities, dents, sags, and holes. The Contractor shall be responsible for their adequacy. The internal form ties shall be arranged so no metal will show in the concrete surface or discolor the surface when exposed to weathering when the forms are removed. All forms shall be wetted with water or with a non -staining mineral oil, which shall be applied immediately before the concrete is placed. Forms shall be constructed so they can be removed without injuring the concrete or concrete surface. The forms shall not be removed until at least 30 hours after concrete placement for vertical faces, walls, slender columns, and similar structures. Forms supported by falsework under slabs, beams, girders, arches, and similar construction shall not be removed until tests indicate the concrete has developed at least 60% of the design strength. 610-3.10 PLACING REINFORCEMENT. All reinforcement shall be accurately placed, as shown on the plans, and shall be firmly held in position during concrete placement. Bars shall be fastened together at intersections. The reinforcement shall be supported by approved metal chairs. Shop drawings, lists, and bending details shall be supplied by the Contractor when required. 610-3.11 EMBEDDED ITEMS. Before placing concrete, all embedded items shall be firmly and securely fastened in place as indicated. All embedded items shall be clean and free from coating, rust, scale, oil, or any foreign matter. The concrete shall be spaded and consolidated around and against embedded items. The embedding of wood shall not be allowed. 610-3.12 PLACING CONCRETE. All concrete shall be placed during daylight hours, unless otherwise approved. The concrete shall not be placed until the depth and condition of foundations, the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved reviewed by the Engineer. Concrete shall be placed as soon as practical after mixing, but in no case later than one (1) hour after water has been added to the mix. The method and manner of placing shall avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. The concrete shall not be dropped from a height of more than 5 feet. Concrete shall be deposited as nearly as practical in its final position to avoid segregation due to rehandling or flowing. Do not subject concrete to procedures which cause segregation. Concrete shall be placed on clean, damp surfaces, free from running water, or on a properly consolidated soil foundation. 610-3.13 VIBRATION. Vibration shall follow the guidelines in American Concrete Institute (ACI) Committee 309, Guide for Consolidation of Concrete. Where bars meeting ASTM A775 or A934 are used, the vibrators shall be equipped with rubber or non-metallic vibrator heads. Furnish a spare, working, vibrator on the job site whenever concrete is placed. Consolidate concrete slabs greater than 4 inches in depth with high frequency mechanical vibrating equipment supplemented by hand spading and tamping. Consolidate concrete slabs 4 inches or less in depth by wood tampers, spading, and settling with a heavy leveling straightedge. Operate internal vibrators with vibratory element submerged in the concrete, with a minimum frequency of not less than 6000 cycles per minute when submerged. Do not use vibrators to transport the concrete in the forms. Penetrate the previously placed lift with the vibrator when more than one lift is required. Use external vibrators on the exterior surface of the forms when internal vibrators do not provide adequate consolidation of the concrete. Vibrators shall be manipulated to work the concrete thoroughly around the reinforcement and embedded fixtures and into corners and angles of the forms. The vibration at any point shall be of sufficient duration to accomplish compaction but shall not be prolonged to where segregation occurs. Concrete deposited under water shall be carefully placed in a P-610-5 AC 150/5370-10G 7/21/2014 compact mass in its final position by means of a tremie or other approved method and shall not be disturbed after placement. 610-3.14 CONSTRUCTION JOINTS. If the placement 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, provisions shall be made for grooves, steps, reinforcing bars or other devices as specified. 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. 610-3.15 EXPANSION JOINTS. Expansion joints shall be constructed at such points and dimensions as indicated on the drawings. The premolded filler shall be cut to the same shape as the surfaces being joined. The filler shall be fixed firmly against the surface of the concrete already in place so that it will not be displaced when concrete is deposited against it. 610-3.16 DEFECTIVE WORK. Any defective work discovered after the forms have been removed, which in the opinion of the Engineer cannot be repaired satisfactorily, shall be immediately removed and replaced at the expense of the Contractor. Defective work shall include deficient dimensions, or bulged, uneven, or honeycomb on the surface of the concrete. 610-3.17 SURFACE FINISH. All exposed concrete surfaces shall be true, smooth, and free from open or rough areas, depressions, or projections. All concrete horizontal plane surfaces shall be brought flush to the proper elevation with the finished top surface 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. 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 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 finishing machine. 610-3.18 CURING AND PROTECTION. All concrete shall be properly cured and protected by the Contractor. The concrete shall be protected from the weather, flowing water, and from defacement of any nature during the project. The concrete shall be cured by covering with an approved material as soon as it has sufficiently hardened. Water -absorptive coverings shall be thoroughly saturated when placed and kept saturated for at least three (3) days following concrete placement. 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 air currents. Wooden forms shall be kept wet at all times until removed to prevent opening of joints and drying out of the concrete. Traffic shall not be allowed on concrete surfaces for seven (7) days after the concrete has been placed. 610-3.19 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. 610-3.20 COLD WEATHER PLACING. When concrete is placed at temperatures below 40°F, 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 to place the concrete at temperatures between 50°F and 100°F. Calcium chloride may be incorporated in the mixing water when directed by the Engineer. Not more than 2 pounds of Type 1 nor more than 1.6 pounds 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, P-610-6 AC 150/5370-10G 7/21/2014 framework, heating apparatus, etc., to enclose and protect the structure and maintain the temperature of the mix at not less than 50°F until at least 60% of the designed strength has been attained. 610-3.21 HOT WEATHER PLACING. Concrete shall be properly placed and finished with procedures previously submitted. The concrete -placing temperature shall not exceed 90°F when measured in accordance with ASTM C1064. Cooling of the mixing water and aggregates, or both, may be required to obtain an adequate placing temperature. A retarder meeting the requirements of paragraph 610-2.6 may be used to facilitate placing and finishing. Steel forms and reinforcement shall be cooled prior to concrete placement when steel temperatures are greater than 120°F. Conveying and placing equipment shall be cooled if necessary to maintain proper concrete -placing temperature. Submit the proposed materials and methods for review and approval by the Engineer, if concrete is to be placed under hot weather conditions. 610-3.22 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 start until after final curing and shall be done only when the concrete is completely dry. The cleaning and filling shall be done with proper equipment to obtain a neat looking joint free from excess filler. METHOD OF MEASUREMENT 610-4.1 Portland cement concrete Concrete Pipe Encasement shall be measured by the number of cubic yards of concrete complete in place and accepted. In computing the yardage of concrete for payment, the dimensions used shall be those shown on the plans or ordered by the Engineer. No measurements or other allowances shall be made for forms, 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 Portland cement concrete, unless otherwise noted, shall not be measured separately for payment, as it shall be considered subsidiary to the item in which it is contained. 610-4.3 Reinforcing steel shall not be measured separately for payment, as it shall be considered subsidiary to the item in which it is contained be measured by the calculated theoretical number of deformed bars shall be the weight of plain square or round bars of equal nominal size. If so indicated ori the weight of metal pipes and drains, metal conduits BASIS OF PAYMENT 610-5.1 Payment shall be made at the contract unit price for concrete pipe encasement per cubic yard for structural Portland cement concrete and per pound 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. 610-5.1 Payment shall not be made separately for portland cement concrete nor reinforcing steel, unless otherwise noted. It shall be considered subsidiary to the item in which they are contained. Payment will be made under: Item P-610-5.1 Concrete Pipe Encasement — per Cubic Yard Item P 610 5.1 Structural Portland Cement Concrete per Cubic Yard Item P-6105.2 Steel Reinforcement — per Pound P-610-7 AC 150/5370-1OG 7/21/2014 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 Construction and Criteria for Laboratory Evaluation ASTM C 1260 Potential Alkali Reactivity of Aggregates (Mortar -Bar Method) ASTM C31 Standard Practice for Making and Curing Concrete Test Specimens in the Field ASTM C39 Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C138 Standard Test Method for Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete ASTM C143 Standard Test Method for Slump of Hydraulic -Cement Concrete ASTM C231 Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C666 Standard Test Method for Resistance of Concrete to Rapid Freezing and Thawing ASTM C1017 Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete ASTM C1064 Standard Test Method for Temperature of Freshly Mixed Hydraulic -Cement Concrete ASTM C1077 Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation ASTM C1260 Standard Test Method for Potential Alkali Reactivity of Aggregates (Mortar -Bar Method) ASTM C1567 Standard Test Method for Determining the Potential Alkali -Silica Reactivity of Combinations of Cementitious Materials and Aggregates (Accelerated Mortar- Bar Method) ASTM E329 Standard Specification for Agencies Engaged in Construction Inspection, Testing, or Special Inspection P-610-8 AC 150/5370-10G 7/21/2014 U.S. Army Corps of Engineers (USACE) Concrete Research Division (CRD) C662 Determining the Potential Alkali -Silica Reactivity of Combinations of Cementitious Materials, Lithium Nitrate Admixture and Aggregate (Accelerated 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 ASTM A184 Standard Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement ASTM A185 Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete ASTM A615 Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement P-610-9 AC 150/5370-10G 7/21/2014 ASTM A704 Standard Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement ASTM A706 Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement ASTM A775 Standard Specification for Epoxy -Coated Steel Reinforcing Bars ASTM A934 Standard Specification for Epoxy -Coated Prefabricated Steel Reinforcing Bars ASTM A1064 Standard Specification for Carbon -Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete ASTM C33 Standard Specification for Concrete Aggregates ASTM C94 Standard Specification for Ready -Mixed Concrete ASTM C150 Standard Specification for Portland Cement ASTM C171 Standard Specification for Sheet Materials for Curing Concrete ASTM C172 Standard Practice for Sampling Freshly Mixed Concrete ASTM C260 Standard Specification for Air -Entraining Admixtures for Concrete ASTM C309 Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete ASTM C494 Standard Specification for Chemical Admixtures for Concrete ASTM C595 Standard Specification for Blended Hydraulic Cements ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete ASTM D1751 Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Asphalt Types) ASTM D1752 Standard Specification for Preformed Sponge Rubber Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction ACI 305R Hot Weather Concreting ACI 306R Cold Weather Concreting ACI 309R Guide for Consolidation of Concrete END OF ITEM P-610 P-610-10 AC 150/5370-10G 7/21/2014 ITEM P-620 RUNWAY AND TAXIWAY PAINTING DESCRIPTION 620-1.1 This item shall consist of the preparation and 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. The terms "paint" and "marking material" as well as "painting" and "application of markings" are interchangeable throughout this specification. 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. All material shall arrive in sealed containers 55 gallons or smaller for inspection by the Engineer. Material shall not be loaded into the equipment until inspected by the Engineer. 620-2.2 MARKING MATERIALS. Paint shall be waterborne in accordance with the requirements of paragraph 620-2.2a. Paint shall be furnished in 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 -1952E, Type II. The non- volatile portion of the vehicle for all paint types shall be composed of a 100% acrylic polymer as determined by infrared spectral analysis. b. PREFORMED THERMOPLASTIC AIRPORT PAVEMENT MARKINGS. Markings must be composed of ester modified resins in conjunction with aggregates, pigments, and binders that have been factory produced as a finished product. The material must be impervious to degradation by aviation fuels, motor fuels, and lubricants. (1) The markings must be able to be applied in temperatures as low as 35°F without any special storage, preheating, or treatment of the material before application. (a) The markings must be supplied with an integral, non- reflectorized black border. (2) Graded Glass Beads. (a) The material must contain a minimum of 30% intermixed graded glass beads by weight. The intermixed beads shall conform to Federal Specification TT -B -1325D, Type IV. (b) The material must have factory applied coated surface beads in addition to the intermixed beads at a rate of one (1) Ib (±10%) per 10 square feet. These factory applied coated surface beads shall have a minimum of 90% true spheres, minimum refractive index of 1.50, and meet the following gradation. Size Gradation Retained, % Passing, US Mesh pm 12 1700 0 — 2 98 — 100 14 1400 0 - 3.5 96.5 — 100 16 1180 2 — 25 75 — 98 18 1000 28 — 63 37 — 72 P-620-1 AC 150/5370-10G 7/21/2014 20 850 63-72 28-37 30 600 67 — 77 23 — 33 50 300 89 — 95 5 — 11 80 200 97 — 100 0 — 3 (3) Heating Indicators. The material manufacturer shall provide a method to indicate that the material has achieved satisfactory adhesion and proper bead embedment during application and that the installation procedures have been followed. (4) Pigments. Percent by weight. (a) White: Titanium Dioxide, ASTM D476, type II shall be 10% minimum. (b) Yellow and Colors: Titanium Dioxide, ASTM D476, type II shall be 1% minimum. Organic yellow, other colors, and tinting as required to meet color standard. (5) 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 in amounts exceeding permissible limits as specified in relevant Federal Regulations. (6) Daylight Directional Reflectance. (a) White: The daylight directional reflectance of the white paint shall not be less than 75% (relative to magnesium oxide), when tested in accordance with ASTM E2302. (b) Yellow: The daylight directional reflectance of the yellow paint shall not be less than 45% (relative to magnesium oxide), when tested in accordance with ASTM E2302. 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 (7) Skid Resistance. The surface, with properly applied and embedded surface beads, must provide a minimum resistance value of 45 BPN when tested according to ASTM E303. (8) Thickness. The material must be supplied at a nominal thickness of 65 mil. (9) Environmental Resistance. The material must be resistant to deterioration due to exposure to sunlight, water, salt, or adverse weather conditions and impervious to aviation fuels, gasoline, and oil. (10) Retroreflectivity. The material, when applied in accordance with manufacturer's guidelines, must demonstrate a uniform level of nighttime retroreflection when tested in accordance to ASTM E1710. (11) Packaging. Packaging shall protect the material from environmental conditions until installation. (12) Preformed Thermoplastic Airport Pavement Marking Requirements. P-620-2 AC 150/5370-10G 7/21/2014 (a) The markings must be a resilient thermoplastic product with uniformly distributed glass beads throughout the entire cross- sectional area. The markings must be resistant to the detrimental effects of aviation fuels, motor fuels and lubricants, hydraulic fluids, deicers, anti-icers, protective coatings, etc. Lines, legends, and symbols must be capable of being affixed to asphalt and/or Portland cement concrete pavements by the use of a large radiant heater. Colors shall be available as required. (b) The markings must be capable of conforming to pavement contours, breaks, and faults through the action of airport traffic at normal pavement temperatures. The markings must be capable of fully conforming to grooved pavements, including pavement grooving per advisory circular (AC) 150/5320-12, current version. The markings shall have resealing characteristics, such that it is capable of fusing with itself and previously applied thermoplastics when heated with a heat source per manufacturer's recommendation. (c) Multicolored markings must consist of interconnected individual pieces of preformed thermoplastic pavement marking material, which through a variety of colors and patterns, make up the desired design. The individual pieces in each large marking segment (typically more than 20 feet long) must be factory assembled with a compatible material and interconnected so that in the field it is not necessary to assemble the individual pieces within a marking segment. Obtaining multicolored effect by overlaying materials of different colors is not acceptable due to resulting inconsistent marking thickness and inconsistent application temperature in the marking/substrate interface. (d) The marking material must set up rapidly, permitting the access route to be re -opened to traffic after application. (e) The marking material shall have an integral color throughout the thickness of the marking material. 620-2.3 REFLECTIVE MEDIA. Glass beads shall meet the requirements for Federal Specification TT -B - 1325D, Type III, gradation A. 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 and rising and the pavement surface temperature is at least 5°F above the dew point or meets the manufacturer's recommendations. Markings shall not be applied when the pavement temperature is greater than 130°F. Markings shall not be applied when the wind speed exceeds 10 mph unless windscreens are used to shroud the material guns. 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 or airless -type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the required coverage and shall apply markings of uniform cross-sections and clear-cut edges without running or spattering and without over spray. 620-3.3 PREPARATION OF SURFACE. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, laitance, or other foreign material that would reduce the bond between the paint and the pavement. The area to be painted shall be cleaned by waterblasting or by other methods as required to remove all contaminants while minimizing damage to the pavement surface. Use P-620-3 AC 150/5370-10G 7/21/2014 of any chemicals or impact abrasives during surface preparation shall be approved in advance by the Engineer. After the cleaning operations, sweeping, blowing, or rinsing with pressurized water shall be performed to ensure the surface is clean and free of grit or other debris left from the cleaning process. 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. At least 24 hours prior to remarking existing markings, existing markings must be removed such 100% of the existing markings are removed. After removal, the surface shall be cleaned of all residue or debris either with sweeping or blowing with compressed air or both. Prior to the application of any markings, the Contractor shall certify in writing that the surface has been prepared in accordance with the paint manufacturer's requirements, that the application equipment is appropriate for the type of marking paint and that environmental conditions are appropriate for the material being applied. This certification along with a copy of the paint manufacturer's surface preparation and application requirements must be submitted and approved by the Engineer prior to the initial application of markings. 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. Glass beads shall be applied to all final pavement markings except black colored markings. 620-3.5 APPLICATION. Paint shall be applied at the locations and to the dimensions and spacing shown on the plans. Paint shall not be applied until the layout and condition of the surface has been approved by the Engineer. The edges of the markings shall not vary from a straight line more than 1/2 inch in 50 feet, and marking dimensions and spacings shall be within the following tolerances: Dimension and Spacing Tolerance 36 inch or less ±1/2 inch greater than 36 inch to 6 feet ±1 inch greater than 6 feet to 60 feet ±2 inch greater than 60 feet ±3 inch The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate 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. Prior to the initial application of markings, the Contractor shall certify in writing that the surface has been prepared in accordance with the paint manufacturer's requirements, that the application equipment is appropriate for the marking paint and that environmental conditions are appropriate for the material being applied. This certification along with a copy of the paint manufactures application and surface preparation requirements must be submitted to the Engineer prior to the initial application of markings. 620-3.6 TEST STRIP. Prior to the full application of airfield markings, the Contractor shall produce a test strip in the presence of the Engineer. The test strip shall include the application of a minimum of 5 gallons of paint and application of 35 lbs of Type 1/50 lbs of Type 111 glass beads. The test strip shall be used to establish thickness/darkness standard for all markings. The test strip shall cover no more than the maximum area prescribed in Table 1 (e.g., for 5 gallons of waterborne paint shall cover no more than 575 square feet). TABLE 1. APPLICATION RATES FOR PAINT AND GLASS BEADS (See Note Regarding Red and Pink Paint) P-620-4 AC 150/5370-10G 7/21/2014 Paint Type Paint Square feet per gallon, ft2/gal Glass Beads, Type I, Gradation A Pounds per gallon of paint—Ib./gal. Glass Beads, Type III Pounds per gallon of paint—Ib./gal. Glass Beads, Type IV Pounds per gallon of paint—Ib./gal. Waterbornez Type I or II 115 ft /gal max 7Ib./gal. minimum 10 Ib./gal. minimum __ A minimum period of 24 hours shall elapse between placement of a proposed pavement and the first application of pavement marking. A minimum period of 30 days shall elapse between placement of a proposed pavement and the final application of the pavement marking. All glass beads shall only be included in the final application of the pavement markings. 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 that is properly designed for attachment to the marking machine and suitable for dispensing glass beads. Glass beads shall be applied at the rate shown in Table 1. Glass beads shall not be applied to black paint or green paint. Glass beads shall adhere to the cured paint or all marking operations shall cease until corrections are made. Different bead types shall not be mixed. Regular monitoring of glass bead embedment should be performed. All emptied containers shall be returned to the paint storage area for checking by the Engineer. The containers shall not be removed from the airport or destroyed until authorized by the Engineer. 620-3.7 APPLICATION – PREFORMED AIRPORT PAVEMENT MARKINGS. a. Asphalt and Portland Cement To ensure minimum single -pass application time and optimum bond in the marking/substrate interface, the materials must be applied using a variable speed self- propelled mobile heater with an effective heating width of no less than 16 feet and a free span between supporting wheels of no less than 18 feet. The heater must emit thermal radiation to the marking material in such a manner that the difference in temperature of 2 inches wide linear segments in the direction of heater travel must be within 5% of the overall average temperature of the heated thermoplastic material as it exits the heater. The material must be able to be applied at ambient and pavement temperatures down to 35°F without any preheating of the pavement to a specific temperature. The material must be able to be applied without the use of a thermometer. The pavement shall be clean, dry, and free of debris. A non-volatile organic content (non-VOC) sealer with a maximum applied viscosity of 250 centiPoise must be applied to the pavement shortly before the markings are applied. The supplier must enclose application instructions with each box/package. 620-3.8 PROTECTION AND CLEANUP. After application of the markings, all markings shall be protected from damage until dry. All surfaces shall be protected from excess moisture and/or rain and from disfiguration by spatter, splashes, spillage, or drippings. The Contractor shall remove from the work area all debris, waste, loose or unadhered reflective media, and by-products generated by the surface preparation and application operations to the 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. 620-3.9 REMOVAL OF EXISTING MARKINGS. The existing pavement markings shown on the plans to be removed shall be removed without damaging the existing pavement. The markings shall be removed through the use of high-pressure water or other methods approved by the Engineer before removal operations begin. For areas to be repainted, the existing painted surface P-620-5 AC 150/5370-10G 7/21/2014 shall be cleaned by high-pressure water blasting or sand blasting, as required, to remove all foreign material which would reduce the bond between the new paint and the old paint. METHOD OF MEASUREMENT 620-4.1 The quantity of runway and taxiway markings to be paid for shall be the number of square feet of painting performed in accordance with the specifications and accepted by the Engineer. The quantity of runway and taxiway markings to be paid for shall be [ the number of square feet of painting and the number of pounds of reflective media ] [ the number of square feet of preformed markings ] [ one complete item in place ] performed in accordance with the specifications and accepted by the Engineer. 620-4.2 Pavement marking removal shall be measured by number of square feet of markings removed 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 for runway and taxiway painting 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. 620-5.2 Payment shall be made at the contract unit price per square foot for paint removal. The 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 -620-5.1a Item P -620-5.1b Item P-620-5.2 ASTM C371 ASTM D92 ASTM D711 ASTM D968 ASTM D1652 Pavement Markings (Yellow) With Reflective Media — per square foot Pavement Markings (Black) Without Reflective Media — per square foot Pavement Marking Removal — per square foot TESTING REQUIREMENTS Standard Test Method for Wire -Cloth Sieve Analysis of Nonplastic Ceramic Powders Standard Test Method for Flash and Fire Points by Cleveland Open Cup Tester Standard Test Method for No -Pick -Up Time of Traffic Paint Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive Standard Test Method for Epoxy Content of Epoxy Resins P-620-6 AC 150/5370-1OG 7/21/2014 ASTM D2074 Standard Test Method for Total, Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method ASTM D2240 Standard Test Method for Rubber Property - Durometer Hardness ASTM D7585 Standard Practice for Evaluating Retroreflective Pavement Markings Using Portable Hand -Operated Instruments ASTM E1710 Standard Test Method for Measurement of Retroreflective Pavement Marking Materials with CEN -Prescribed Geometry Using a Portable Retroreflectometer ASTM E2302 Standard Test Method for Measurement of the Luminance Coefficient Under Diffuse Illumination of Pavement Marking Materials Using a Portable Reflectometer ASTM G154 Standard Practice for Operating Fluorescent Ultraviolet (UV) Lamp Apparatus for Exposure of Nonmetallic Materials MATERIAL REQUIREMENTS ASTM D476 Standard Classification for Dry Pigmentary Titanium Dioxide Products 40 CFR Part 60, Appendix A-7, Method 24 Determination of volatile matter content, water content, density, volume solids, and weight solids of surface coatings 29 CFR Part 1910.1200 Hazard Communication FED SPEC TT -B -1325D Beads (Glass Spheres) Retro -Reflective American Association of State Highway and Transportation Officials (AASHTO) M247 Standard Specification for Glass Beads Used in Pavement Markings FED SPEC TT -P -1952E Paint, Traffic and Airfield Marking, Waterborne Commercial Item Description A -A -2886B Paint, Traffic, Solvent Based FED STD 595 Colors used in Government Procurement AC 150/5340-1 Standards for Airport Markings END OF ITEM P-620 P-620-7 This page intentionally left blank AC 150/5370-1OG 7/21/2014 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 Federal Specification JJJ-S-181, Federal Specification, Seeds, Agricultural. Seed shall be furnished separately or in mixtures in standard containers labeled in conformance with the Agricultural Marketing Service (AMS) Seed Act and applicable state seed laws with the seed name, lot number, net weight, percentages of purity and of germination and hard seed, and percentage of maximum weed seed content clearly marked for each kind of seed. The Contractor shall furnish the Engineer duplicate signed copies of a statement by the vendor certifying that each lot of seed has been tested by a recognized laboratory for seed testing within six (6) months of date of delivery. This statement shall include: name and address of laboratory, date of test, lot number for each kind of seed, and the results of tests as to name, percentages of purity and of germination, and percentage of weed content for each kind of seed furnished, and, in case of a mixture, the proportions of each kind of seed. Wet, moldy, or otherwise damaged seed will be rejected. Seeds shall be applied as follows: specified in the Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, Item 164 Table 2 for the Corpus Christi District. Seed Minifnum-Seed Purity (Percent) 11Ain n Genninatio n (Percent) Rate-of Application ** * * * * Seeding sha I be performed during the period be ween [__] and [_] otherwise approved by the Engineer. inclusive, unless 901-2.2 LIME. Lime shall be ground limestone containing not less than 85% of total carbonates, and shall be ground to such fineness that 90% will pass through a No. 20 mesh sieve and 50% will pass through a No. 100 mesh sieve. Coarser material will be acceptable, providing the rates of application are increased to provide not less than the minimum quantities and depth specified in the special provisions on the basis of the two sieve requirements above. Dolomitic lime or a high magnesium lime shall contain at least 10% of magnesium oxide. Lime shall be applied at the rate of [ ]. All liming materials shall conform to the requirements of ASTM C 602. 901-2.3 FERTILIZER. Fertilizer shall be standard commercial fertilizers supplied separately or in mixtures containing the percentages of total nitrogen, available phosphoric acid, and water-soluble potash. They shall be applied at the rate and to the depth specified, and shall meet the requirements of applicable state laws. They shall be furnished in standard containers with name, weight, and guaranteed analysis of contents clearly marked thereon. No cyanamide compounds or hydrated lime shall be permitted in mixed fertilizers. The fertilizers may be supplied in one of the following forms: T-901-1 AC 150/5370-10G 7/21/2014 a. A dry, free-flowing fertilizer suitable for application by a common fertilizer spreader; b. A finely -ground fertilizer soluble in water, suitable for application by power sprayers; or c. A granular or pellet form suitable for application by blower equipment. Fertilizers shall be 10-20-10 commercial fertilizer and shall be spread at the rate of 600 lbs/acre. Contractor can utilize another commercial fertilizer and apply at a rate equal to at least 60 Ib. of nitrogen per acre. 901-2.4 SOIL FOR REPAIRS. The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be repaired. The soil shall be relatively free from large stones, roots, stumps, or other materials that will interfere with subsequent sowing of seed, 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 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 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 as a result of grading operations and, if immediately prior to seeding, the top 3 inches of soil is loose, friable, reasonably free from large clods, rocks, large roots, or other undesirable matter, and if shaped to the required grade. 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. Clods shall be broken and the top 3 inches of soil shall be worked into a satisfactory seedbed by discing, or by use of cultipackers, rollers, drags, harrows, or other appropriate means. 901-3.2 DRY APPLICATION METHOD. only on seedbeds that have previously been prepared as described above. The lime shall then be worked smooth finish. b. Fertilizing. Following advance preparations and cleanup fertilizer shall be uniformly spread at the rate that will provide not less than the minimum quantity stated in paragraph 901-2.3. c. Seeding. Grass seed shall be sown at the rate specified in paragraph 901-2.1 immediately after fertilizing. The fertilizer and seed shall be raked within the depth range stated in the special provisions. Seeds of legumes, either alone or in mixtures, shall be inoculated before mixing or sowing, in accordance with the instructions of the manufacturer of the inoculant. When seeding is required at other than the seasons shown on the plans or in the special provisions, a cover crop shall be sown by the same methods required for grass and legume seeding. T-901-2 AC 150/5370-10G 7/21/2014 d. Rolling. After the seed has been properly covered, the seedbed shall be immediately compacted by means of an approved lawn roller, weighing 40 to 65 pounds per foot of width for clay soil (or any soil having a tendency to pack), and weighing 150 to 200 pounds per foot of width for sandy or light soils. 901-3.3 WET APPLICATION METHOD. a. General. The Contractor may elect to apply seed and fertilizer (and lime, if required) by spraying them on the previously prepared seedbed in the form of an aqueous mixture and by using the methods and equipment described herein. The rates of application shall be as specified in the special provisions. b. Spraying Equipment. The spraying equipment shall have a container or water tank equipped with a liquid level gauge calibrated to read in increments not larger than 50 gallons 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 per minute at a pressure of 100 Ib / sq inches. 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 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 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. 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 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 of lime shall be added to and mixed with each 100 gallons of water. Seed and fertilizer shall be mixed together in the relative proportions specified, but not more than a total of 220 pounds of these combined solids shall be added to and mixed with each 100 gallons 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. Brackish water shall not be used at any time. The Contractor shall identify to the Engineer all sources of water at least two (2) weeks prior to use. The Engineer may take samples of the water at the source or from the tank at any time and have a laboratory test the samples for chemical and saline content. The Contractor shall not use any water from any source that is disapproved by the Engineer following such tests. All mixtures shall be constantly agitated from the time they are mixed until they are finally applied to the seedbed. All such mixtures shall be used within two (2) hours from the time they were mixed or they shall be wasted and disposed of at approved locations. T-901-3 AC 150/5370-10G 7/21/2014 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, 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 worked 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 ensure 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. 901-3.4 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 gullied or otherwise damaged following seeding shall be repaired by regrading and reseeding as directed. The Contractor shall mow, water as directed, and otherwise maintain seeded areas in a satisfactory condition until final inspection and acceptance of the work. When either the dry or wet application method outlined above is used for work done out of season, it will be required that the Contractor establish a good stand of grass of uniform color and density to the satisfaction of the Engineer. A grass stand shall be considered adequate when bare spots are one square foot or less, randomly dispersed, and do not exceed 3% of the area seeded. METHOD OF MEASUREMENT 901-4.1 The quantity of seeding to be paid for shall be the number of units acre measured on the ground surface, completed and accepted. Seeding shall be measured to the nearest tenth (0.1) of an acre. Lime -and fertilizer will not be measured for separate payment but will be considered subsidiary to seeding. BASIS OF PAYMENT 901-5.1 Payment shall be made at the contract unit price per acre or fraction thereof, which price and payment shall be full compensation for furnishing and placing all material and for all labor, equipment, tools, and incidentals necessary to complete the work prescribed in this item. Payment will be made under: Item T-901-5.1 Seeding — per acre MATERIAL REQUIREMENTS ASTM C 602 Agricultural Liming Materials T-901-4 AC 150/5370-1OG 7/21/2014 ASTM D 977 FED SPEC JJJ-S-181 Emulsified Asphalt Seeds, Agriculture END OF ITEM T-901 T-901-5 This page intentionally left blank AC 150/5370-1OG 7/21/2014 ITEM T-904 SODDING DESCRIPTION 904-1.1 This item shall consist of furnishing, hauling, and placing approved live sod on prepared areas in accordance with this specification at the locations shown on the plans or as directed by the Engineer. MATERIALS 904-2.1 SOD. Sod furnished by the Contractor shall have a good cover of living or growing grass. This shall be interpreted to include grass that is seasonally dormant during the cold or dry seasons and capable of renewing growth after the dormant period. All sod shall be obtained from areas where the soil is reasonably fertile and contains a high percentage of loamy topsoil. Sod shall be cut or stripped from living, thickly matted turf relatively free of weeds or other undesirable foreign plants, large stones, roots, or other materials that might be detrimental to the development of the sod or to future maintenance. At least 70% of the plants in the cut sod shall be composed of the species stated in the Texas Department of Transportation Standard Specifications for Construction Maintenance of Highways, Streets and Bridges, Item 162 special provisions, and any vegetation more than 6 inches in height shall be mowed to a height of 3 inches or less before sod is lifted. Sod, including the soil containing the roots and the plant growth showing above, shall be cut uniformly to a thickness not less than that stated in the special provisions. Texas Department of Transportation Standard Specifications for Construction Maintenance of Highways, Streets and Bridges, Item 162. Type of sod shall be of the type specified in the Texas Department of Transportation Standard Specifications for Construction Maintenance of Highways, Streets and Bridges, Item 162. 904 2.2 LIME. Lime shall be ground limestone containing not less than 85% of total carbonates, and shall be ground to such fineness that 90% will pass through a No. 20 mesh sieve and 50% will pass through a .. . . to provide not less than the minimum quantities and depth specified in the special provisions on the basis of the two sieve requirements above. Dolomitic lime or a high magnesium lime shall contain at least 10% requirements of ASTM C602. 904-2.3 FERTILIZER. Fertilizer shall be standard commercial fertilizers supplied separately or in mixtures containing the percentages of total nitrogen, available phosphoric acid, and water-soluble potash. They shall be applied at the rate and to the depth specified, and shall meet the requirements of applicable state laws. They shall be furnished in standard containers with name, weight, and guaranteed analysis of contents clearly marked thereon. No cyanamide compounds or hydrated lime shall be permitted in mixed fertilizers. The fertilizers may be supplied in one of the following forms: a. A dry, free-flowing fertilizer suitable for application by a common fertilizer spreader; b. A finely -ground fertilizer soluble in water, suitable for application by power sprayers; or c. A granular or pellet form suitable for application by blower equipment. Fertilizers shall be 10-20-10 commercial fertilizer and shall be spread at the rate of 8001bs/acre. 904-2.4 WATER. The water shall be sufficiently free from oil, acid, alkali, salt, or other harmful materials that would inhibit the growth of grass. It shall be subject to the approval of the Engineer prior to use. 904-2.5 SOIL FOR REPAIRS. The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be repaired. The soil shall be relatively T-904-1 AC 150/5370-10G 7/21/2014 free from large stones, roots, stumps, or other materials that will interfere with subsequent sowing of seed, compacting, and establishing turf, and shall be approved by the Engineer before being placed. CONSTRUCTION METHODS 904-3.1 GENERAL. Areas to be solid, strip, or spot sodded shall be shown on the plans. Areas requiring special ground surface preparation such as tilling and those areas in a satisfactory condition that are to remain undisturbed shall also be shown on the plans. Suitable equipment necessary for proper preparation of the ground surface and for the handling and placing of all required materials shall be on hand, in good condition, and shall be approved by the Engineer before the various operations are started. The Contractor shall demonstrate to the Engineer before starting the various operations that the application of required materials will be made at the specified rates. 904-3.2 PREPARING THE GROUND SURFACE. After grading of areas has been completed and before applying fertilizer and limestone, areas to be sodded shall be raked or otherwise cleared of stones larger than 2 inches in any diameter, sticks, stumps, and other debris which might interfere with sodding, growth of grasses, or subsequent maintenance of grass -covered areas. If any damage by erosion or other causes occurs after grading of areas and before beginning the application of fertilizer and ground limestone, the Contractor shall repair such damage. This may include filling gullies, smoothing irregularities, and repairing other incidental damage. 904-3.3 APPLYING FERTILIZER AND GROUND LIMESTONE. Following ground surface preparation, fertilizer shall be uniformly spread at a rate which will provide not less than the minimum quantity of each fertilizer ingredient, as stated in the special provisions. If use of ground limestone is required, it shall then be spread at a rate that will provide not less than the minimum quantity stated in the special provisions. These materials shall be incorporated into the soil to a depth of not less than 2 inches by discing, raking, or other suitable methods. Any stones larger than 2 inches in any diameter, large clods, roots, and other litter brought to the surface by this operation shall be removed. 904-3.4 OBTAINING AND DELIVERING SOD. After inspection and approval of the source of sod by the Engineer, the sod shall be cut with approved sod cutters to such a thickness that after it has been transported and placed on the prepared bed, but before it has been compacted, it shall have a uniform thickness of not less than 2 inches. Sod sections or strips shall be cut in uniform widths, not less than 10 inches, and in lengths of not less than 18 inches, but of such length as may be readily lifted without breaking, tearing, or loss of soil. Where strips are required, the sod must be rolled without damage with the grass folded inside. The Contractor may be required to mow high grass before cutting sod. The sod shall be transplanted within 24 hours from the time it is stripped, unless circumstances beyond the Contractor's control make storing necessary. In such cases, sod shall be stacked, kept moist, and protected from exposure to the air and sun and shall be kept from freezing. Sod shall be cut and moved only when the soil moisture conditions are such that favorable results can be expected. Where the soil is too dry, permission to cut sod may be granted only after it has been watered sufficiently to moisten the soil to the depth the sod is to be cut. 904-3.5 LAYING SOD. Sodding shall be performed only during the seasons when satisfactory results can be expected. Frozen sod shall not be used and sod shall not be placed upon frozen soil. Sod may be transplanted during periods of drought with the approval of the Engineer, provided the sod bed is watered to moisten the soil to a depth of at least 4 inches immediately prior to laying the sod. The sod shall be moist and shall be placed on a moist earth bed. Pitch forks shall not be used to handle sod, and dumping from vehicles shall not be permitted. The sod shall be carefully placed by hand, edge to edge and with staggered joints, in rows at right angles to the slopes, commencing at the base of the area to be sodded and working upward. The sod shall immediately be pressed firmly into contact with the T-904-2 AC 150/5370-10G 7/21/2014 sod bed by tamping or rolling with approved equipment to provide a true and even surface, and ensure knitting without displacement of the sod or deformation of the surfaces of sodded areas. Where the sod may be displaced during sodding operations, the workmen, when replacing it, shall work from ladders or treaded planks to prevent further displacement. Screened soil of good quality shall be used to fill all cracks between sods. The quantity of the fill soil shall not cause smothering of the grass. Where the grades are such that the flow of water will be from paved surfaces across sodded areas, the surface of the soil in the sod after compaction shall be set approximately one inch below the pavement edge. Where the flow will be over the sodded areas and onto the paved surfaces around manholes and inlets, the surface of the soil in the sod after compaction shall be placed flush with pavement edges. On slopes steeper than one (1) vertical to 2-1/2 horizontal and in v -shaped or flat -bottom ditches or gutters, the sod shall be pegged with wooden pegs not less than 12 inches in length and have a cross- sectional area of not less than 3/4 sq inch. The pegs shall be driven flush with the surface of the sod. 904-3.6 WATERING. Adequate water and watering equipment must be on hand before sodding begins, and sod shall be kept moist until it has become established and its continued growth assured. In all cases, watering shall be done in a manner that will avoid erosion from the application of excessive quantities and will avoid damage to the finished surface. 904-3.7 ESTABLISHING TURF. a. General. The Contractor shall provide general care for the sodded areas as soon as the sod has been laid and shall continue until final inspection and acceptance of the work. b. Protection. All sodded areas shall be protected against traffic or other use by warning signs or barricades approved by the Engineer. c. Mowing. The Contractor shall mow the sodded areas with approved mowing equipment, depending upon climatic and growth conditions and the needs for mowing specific areas. In the event that weeds or other undesirable vegetation are permitted to grow to such an extent that, either cut or uncut, they threaten to smother the sodded species, they shall be mowed and the clippings raked and removed from the area. 904-3.8 REPAIRING. When the surface has become gullied or otherwise damaged during the period covered by this contract, the affected areas shall be repaired to re-establish the grade and the condition of the soil, as directed by the Engineer, and shall then be sodded as specified in paragraph 904-3.5. METHOD OF MEASUREMENT 904-4.1 This item shall be measured on the basis of the area in square yards of the surface covered with sod and accepted. BASIS OF PAYMENT 904-5.1 This item will be paid for on the basis of the contract unit price per square yard for sodding, which price shall be full compensation for all labor, equipment, material, staking, and incidentals necessary to satisfactorily complete the items as specified. Payment will be made under: Item T-904-5.1 Sodding — per square yard MATERIAL REQUIREMENTS T-904-3 AC 150/5370-1OG 7/21/2014 ASTM C 602 Standard Specification for Agricultural Liming Materials END OF ITEM T-904 T-904-4 AC 150/5370-1OG 7/21/2014 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. 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 sod 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. Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means, shall be removed. 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 testing 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 sieve as determined by the wash test in accordance with ASTM C 117. Topsoil testing shall be completed and paid for by the Contractor. Natural topsoil may be amended by the Contractor with approved materials and methods to meet the above specifications. 905-2.2 INSPECTION AND TESTS. Within 10 days following acceptance of the bid, the Engineer shall be notified of the source of topsoil to be furnished by the Contractor. The topsoil shall be inspected to determine if the selected soil meets the requirements specified and to determine the depth to which stripping will be permitted. At this time, the Contractor may be required to take representative soil samples from several locations within the area under consideration and to the proposed stripping depths, for testing purposes as specified in paragraph 905-2.1. 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 to facilitate bonding of the topsoil to the covered subgrade soil. The surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches in any diameter and all litter or other material which may be detrimental to proper bonding, the rise of capillary moisture, 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 topsoiled, which have been established by others as shown on the plans, shall be maintained in a true and even condition. Where grades have not been established, the areas shall be T-905-1 AC 150/5370-10G 7/21/2014 smooth -graded and the surface left at the prescribed grades in an even and compacted condition to prevent 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, which 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 suitable topsoil is available on the site, the Contractor shall remove this material from the designated areas and to the depth as directed by the Engineer. The topsoil shall be spread on areas already tilled and smooth -graded, or stockpiled in areas approved by the Engineer. Any topsoil stockpiled by the Contractor shall be rehandled and placed without additional compensation. Any topsoil 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 sufficiently 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 spread 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 evenly spread on the prepared areas to a uniform depth of inches after compaction, unless otherwise shown on the plans or stated in the special provisions. 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 spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other effective means, and all stones or rocks (2 inches or more in diameter), roots, litter, or any foreign matter shall be raked up and disposed 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 Engineer. 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. METHOD OF MEASUREMENT 905-4.1 Topsoil shall not be measured for separate payment but shall be considered subsidiary to the item in which it is contained. Topsoil obtained on the site shall be measured by the number of cubic yards of topsoil measured in its original position and stripped or excavated. Topsoil stockpiled by others measured in the stockpile. Topsoil shall be measured by volume in cubic yards computed by the method of end areas. 905-1.2 Topsoil obtained off the site shall be measured by the number of cubic yards of topsoil measured in its original position and stripped or excavated. Topsoil shall be measured by volume in cubic yards computed by the method of end areas. BASIS OF PAYMENT 905-5.1 Topsoil shall not be paid for separately but shall be considered subsidiary to the item in which it is contained. Payment will be made at the contract unit price per cubic yard for topsoiling T-905-2 AC 150/5370-1 OG 7/21/2014 necessary to complete the item. 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 Payment will be made under: Item T-905-5.1 Topsoiling, —per cubic yard TESTING MATERIALS ASTM C 117 Materials Finer than 75-µm (No. 200) Sieve in Mineral Aggregates by Washing END OF ITEM T-905 T-905-3 AC 150/5370-1OG 7/21/2014 Page Intentionally Left Blank T-905-4 ITEM SS -300 BASIC ELECTRICAL REQUIREMENTS DESCRIPTION 300-1.1 This item shall consist of furnishing and installing complete electrical systems as defined in the plans and in these specifications. The work includes the installation, connection and testing of new electrical systems, equipment and all required appurtenances to construct and demonstrate proper operation of the completed electrical systems. 300-1.2 The Contractor shall maintain current copies of all referenced and applicable advisory circulars and standards on the job site. The Contractor is responsible to make known to the Engineer any conflict between plans and specifications that he observes or of which he is made aware. 300-1.3 This work shall consist of lockout/tagout and constant current regulator calibration procedures at the airport electrical vault in accordance with the design and details shown in the plans and in compliance with these specification documents. EQUIPMENT AND MATERIALS 300-2.1 STANDARDS. a. Applicable National Fire Protection Association (NFPA) codes, including but not limited to: (1) NFPA 70 - National Electrical Code. (2) NFPA 70E - Standard for Electrical Safety in the Workplace. (3) NFPA 101 - Life Safety Code. (4) Internet Website: http://www.nfpa.org b. Applicable Code of Federal Regulations (CFR) codes, including but not limited to: (1) 29 CFR 1910 - Occupational Safety and Health Standards (OSHA) (2) 29 CFR 1926 - Safety and Health Regulations for Construction. (3) Internet Website: http://www.qpoaccess.qov/cfr/index.html c. ANSI/IEEE C2 - National Electrical Safety Code. d. NECA 1 — Standard for Good Workmanship in Electrical Construction. e. Applicable Federal, State and Local Electrical Codes. f. Applicable Federal, State and Local Energy Codes. g. Applicable Federal, State and Local Building Codes. h. Applicable Federal, State and Local Fire Codes. Applicable City Electrical Code. j. Applicable City Ordinances pertaining to electrical work. k. Applicable Federal, State and Local - Environmental, Health and Safety Laws and Regulations. Contractor shall utilize the most current editions of standards, which are current at time of bid and as recognized by the Authority Having Jurisdiction forthe respective standard. 300-2.2 GENERAL. a. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) specifications shall be certified and listed under Advisory Circular (AC) 150/5345-53, Airport Lighting Equipment Certification Program, current version on the date that the submittals are received by the Engineer. b. Airport lighting equipment and materials shall also meet the Buy American Preference requirements in 49 USC 50101 and the Aviation Safety and Capacity Expansion Act. The equipment shall be approved and listed on the FAA "Equipment Meeting Buy American Requirements" list located at www.faa.gov/airports/aip/procurement/federai contract provisions/, current version on the date that the submittals are received by the Engineer, or the Contractor may submit a signed formal letter from the SS -300-1 manufacturer that clearly lists the specific equipment, model number, location where it is manufactured, and statement certifying that the equipment and/or materials meet the Buy American Preference requirements. c. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturers certification of compliance with the applicable specification when requested by the Engineer. All equipment and materials shall be new and meet applicable manufacturer's standards. All other electrical components and products, not covered under the FAA equipment certification program, shall be tested and listed by an OSHA accepted, nationally recognized testing laboratory (NRTL) to conform to the standards indicated in these contract documents and to the industry standards required in the NEC, NEMA, IEEE, UL, and applicable FAA advisory circulars. d. Manufacturer's certifications shall not relieve the Contractor of the Contractor's responsibility to provide materials in accordance with these specifications and acceptable to the Engineer. Materials supplied and/or installed that do not materially comply with these specifications shall be removed, when directed by the Engineer and replaced with materials, which do comply with these specifications, at the sole cost of the Contractor. e. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify pertinent products or models applicable to this project. Indicate all optional equipment and delete non -pertinent data. Submittals for components or electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be boldly and clearly made with arrows or circles (highlighting is not acceptable). Contractor is solely responsible for delays in project accruing directly or indirectly from late submissions or resubmissions of submittals. f. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the Contract Documents plans and specifications. The Engineer reserves the right to reject any and all equipment, materials or procedures, which, in the Engineer's opinion, does not meet the system design and the standards and codes, specified herein. g. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve (12) months from final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. (1) All LED light fixtures, with the exception of obstruction lighting, shall be warranted by the manufacturer for a minimum of 4 years after date of installation, final acceptance testing by the Engineer, and Owner's beneficial use of the equipment, inclusive of all electronics. Refer to FAA Engineering Brief No. 67D for additional requirements. h. The Contractor shall prepare and submit information required by the individual Specification sections sufficiently in advance of the related work to allow an appropriate review time by the OAR. The types of submittals are indicated in the individual Specification sections. During the preconstruction conference, the Contractor shall review his submittal schedule and procedures, including notifying the OAR whether electronic submittals or paper submittals will be provided for all submittal packages in the project. Mixing of package types will not be allowed. The Contractor shall provide one of the following submittal package types: 1. Submit electronic submittals via email as PDF electronic files directly to the OAR's designated representative, or post these PDF electronic files directly to the OAR's FTP site specifically SS -300-2 established for this project. Electronic submittals shall be in Adobe Acrobat (*.PDF) format and shall be legible when printed. 2. Submit six (6) paper submittal copies via mail or other courier service to the OAR's designated representative. Submittals shall be neat, organized, and easy to interpret. Assemble complete submittal package into a single indexed electronic file or hard cover bound book, incorporating submittal requirements of an individual Specification section, the transmittal form with unique submittal numbering system, and electronic links or tabs enabling navigation to each item. Unless approved otherwise by the OAR, all submittals for the individual Specification section shall be submitted at one time. Submittals must come directly from the Prime Contractor; submittals from subcontractors or suppliers will not be reviewed. Incomplete submittals are unacceptable, will be considered nonresponsive, and will be returned for resubmittal without review. Faxed submittals or submittals with extremely small or otherwise unreadable print will not be accepted. Submittals not required by the Contract Documents will be returned by the OAR without action. The Contractor shall retain complete copies of submittals on project site. Use only final submittals that are marked with approval notation from OAR's submittal review stamp with comments form. Resubmittals shall continue the unique, sequential, submittal numbering system. Resubmittals without unique numbering, example resubmittals transmitted as 005A or 005REV, are unacceptable and will be returned un -reviewed. After approval of submitted equipment, the Contractor shall supply the following Operation and Maintenance Manual documentation to the Owner. Two (2) complete sets of documentation shall be supplied for each model of equipment. The documentation shall be securely bound in heavy-duty 3 -ring binders. The information for each piece of equipment shall be indexed using typewritten label tabs. The spine of each binder shall have a typewritten label, which indicates the included equipment types. The documentation shall include: (1) Approved Submittals and Shop Drawings (2) Cable Splicer Qualifications, Type and Voltage (3) State Contractors License with Electrical Classification (4) Master, Journeyman and Apprentice Electrician Licenses and Certifications (5) Lockout/Tagout Program (6) Regulator Load and Calibration Reports for testing, checking and adjusting all regulators in the electrical vault (7) Megger Test Reports (8) Ground Rod Test Reports (9) Installation Manuals (10) Operation Manuals (11) Maintenance Manuals (12) Parts Lists, including recommended spare parts. Recommended spare parts shall be furnished with the respective equipment. j. After approval of the O&M Manuals, the Contractor shall provide three (3) complete electronic copies of all documentation in Adobe PDF file format on CD -R (non-rewriteable) discs storage media. The electronic files shall contain searchable text and include a hyperlink index for ease in locating information with the PDF file. (1) Electronic PDF copies of the O&M manuals shall be saved within a "specific job number and project name" folder on the ALCMS computer system. SS -300-3 k. All requirements herein Item SS -300 shall be applicable to all referenced sections in these contract documents and applicable to all sections which reference Item SS -300. The Contractor is the single source of responsibility for the installation and integration of the airport's lighting, power, and control systems. New airport lighting equipment and materials shall be fully compatible with all other new and existing airport lighting equipment and systems. Any non- compatible components furnished by the Contractor shall be replaced at no additional cost to the Owner with a similar unit that is approved by the Engineer and compatible with the remainder of the airport lighting system. 300-2.3 OPERATION AND MAINTENANCE DATA. Assemble a complete set of operation and maintenance data indicating operation and maintenance of each system, subsystem, and piece of equipment. Provide bound hard copies and electronic copies as noted in section 300-2.2. a. Certificate of Substantial Completion, Release and Contractor's Affidavit, executed copies. b. Final approved equipment submittals, including product data sheets and shop drawings, clearly labeled. c. Preventive maintenance programs for the visual aid facilities and equipment installed in this project, including the applicable equipment sections within Chapter 5 "Preventive Maintenance" from AC 150/5340-26 (latest edition) "Maintenance of Airport Visual Aid Facilities". d. Installation manuals: Description of function, installation and calibration manuals, normal operating characteristics and limitations, performance curves, engineering data and tests, and complete nomenclature and commercial numbers of all replaceable parts. e. Operations manuals: Manufacturer's printed operating instructions and procedures to include start-up, break-in, routine and normal operating instructions; regulation, control, stopping, shutdown, and emergency instructions; summer and winter operating instructions; and all programming and equipment settings. f. Maintenance manuals: Maintenance procedures for routine preventative maintenance and troubleshooting; disassembly, repair, and reassembly; aligning and adjusting instructions. g. Service manuals: Servicing instructions and lubrication charts and schedules, including the names and telephone numbers of personnel to contact for both routine periodic and warranty service for equipment and materials provided under this Specification. h. Final test reports, clearly labeled, including but not limited to, insulation resistance test reports, ground rod impedance test reports, cable pulling tension values logs, and equipment certification tests. Final certified calibration sheets for all equipment and instruments, including but not limited to, constant current regulator calibration reports. 300-2.4 WIRE. Unless otherwise indicated, conductors No. 10 AWG and smaller shall be solid, and conductors No. 8 AWG and larger shall be stranded. For electrical work of 600 volts or less, all conductors, terminations, terminal blocks, lugs, connectors, devices and equipment shall be listed, marked, and rated 75 degrees C minimum unless otherwise noted. SS -300-4 Use pulling means, including fish tape, cable, rope, and basket -weave wire/cable grips that will not damage cables or raceway. Pull ropes and pull wires shall have sufficient tensile strength for the cable(s) to be pulled and installed. Damaged cable or raceway shall be replaced at no additional cost to the Owner. Install pull wires in empty raceways. Use a polypropylene plastic line with not less than 200 pound tensile strength. Secure and leave at least 12 inches of slack at each end of pull wire to prevent it from slipping back into the conduit. Cap spare raceways with removable tapered plugs, designed for this purpose. Colorable L-824 cable in solid non -fading colors shall not be used for permanent series circuit identification. The color coding shall be continuous throughout the facility and airfield for each series circuit and conductor so that the circuit and conductor are readily identifiable. Mixing of colors for a series circuit is unacceptable. 300-2.5 CONCRETE. Concrete shall conform to Item P-610, Structural Portland Cement Concrete, with a minimum 28 -day compressive strength of 3500 PSI (unless otherwise noted) using 1 -inch (25 -mm) maximum size coarse aggregate, as determined by test cylinders made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. Flowable backfill material may only be used where specifically indicated in the Plan details. CONSTRUCTION METHODS 300-3.1 LOCKOUT/TAGOUT PROGRAM. The Contractor shall provide a complete copy of an electrical energy source Lockout/Tagout Program to the Owner, with copy to the Engineer. The document shall clearly identify the on-site master electricians and their contact information, including office and mobile telephone numbers. The Lockout/Tagout Program shall comply with Part 1910 — Occupational Safety and Health Standards (OSHA) Subpart S — Electrical, and meet the requirements of 29 CFR 1910.147, The Control of Hazardous Energy (Lockout/Tagout), including requirements listed in 1910.331 through 1910.335. Implementation of the Lockout/Tagout Program and all other related safety requirements are the sole responsibility of the Contractor. 300-3.2 SAFETY PROGRAM. The Contractor shall implement an electrical safety program that complies with NFPA 70E and 29 CFR 1926. Implementation of the Electrical Safety Program, determining and providing proper Personal Protective Equipment (PPE), training and enforcing personnel to wear the prescribed PPE, conducting work area safety inspections (including correcting deficiencies), and all other related safety requirements are the sole responsibility of the Contractor. All work involved in the preparation and implementation of the safety program will not be measured for separate payment, but will be considered subsidiary to the lockout/tagout bid item. 300-3.3 PRECONSTRUCTION MEETING. A preconstruction meeting will be held with the Airport, FAA, Engineer and Contractor, prior to any work. Complete submittals and shop drawings will be submitted at this time for review. An equipment procurement schedule will be provided by the Contractor with an anticipated field construction start date. The progress construction schedule will be submitted for review each week and shall outline all installation, testing and demolition work. SS -300-5 300-3.4 GENERAL. In general, the various electrical equipment and material to be installed by the various trades under this specification shall be run as indicated, as specified herein, as required by particular conditions at the site, and as required to conform to the generally accepted standards so as to complete the work in a neat and satisfactory manner. The following is a general outline concerning the running of various systems and is to be excepted where the drawings or conditions at the buildings necessitate deviating from these standards. The drawings and specifications are complementary; any work required by one, but not by the other, shall be performed as though required by both. All conduits shall be run exposed in the equipment rooms, or run concealed as indicated. The construction details of the building are illustrated on the drawings. Each Contractor shall thoroughly acquaint himself with the details before submitting his bid as no allowances will be made because of the Contractors unfamiliarity with these details. The electrical plans do not give exact locations, etc., and do not show all the offsets, control lines, junction boxes, and other installation details. Each Contractor shall carefully lay out his work at the site to conform to the job conditions, to conform to details of installation supplied by the manufacturers of the equipment to be installed, and thereby to provide complete operating systems. The electrical plans show diagrammatically the locations of the various electrical outlets and apparatus and the method of circulating and controlling them. Exact locations of these outlets and apparatus shall be determined by reference to the general plans and to all detail drawings, etc., by measurements at the buildings, and in cooperation with other crafts, and in all cases shall be subject to the approval of the Engineer. The Engineer reserves the right to make any reasonable change in location of any outlet or apparatus before installation, without additional cost to the Owner. These Specifications and the accompanying Drawings are intended to cover systems which will not interfere with the structure of the buildings, which will fit into the several available spaces, and which will insure complete and satisfactory systems. Each bidder shall be responsible for the proper fitting of his material and apparatus into the buildings. Should the particular equipment which any bidder proposes to install require other space conditions than those indicated on the Drawings, he shall arrange for such space with the Engineer before submitting his bid. Should changes become necessary on account of failure to comply with this clause, the Contractor shall make such changes at the Contractor's expense. Should the particular equipment which any bidder proposes to install require other installation methods, such as larger light base junction structures, etc., he shall include all such equipment and appurtenances in his bid. Should changes become necessary on account of failure to coordinate equipment requirements and comply with this clause, the Contractor shall make such changes at the Contractor's expense. The Contractor shall be responsible to see that each party furnishes electrical equipment which meets the electrical requirements specified herein and that all systems work together to produce the specified operation. Where two or more units of the same kind or class of equipment are required, these shall be products of a single manufacturer; however, the component parts need not be the products of one manufacturer. Each Contractor shall submit working scale drawings of all his apparatus and equipment which in any way varies from these Specifications and Plans, which shall be checked by the Engineer and approved before the work is started, and interferences with the structural conditions shall be corrected by the Contractor before the work proceeds. SS -300-6 Electrical equipment, such as switchgear, switchboards, panelboards, load centers and other power supply equipment, shall not be used as a common enclosure, pull box or junction box for routing conductors of different systems, unless the equipment is specifically designed for this purpose and indicated as such on the Plans. All electrical equipment shall be securely mounted as indicated in the plans, as required by the contract specifications, as required by guidelines and codes, and as required by the manufacturer using hardware compliant with the environmental conditions. Interior components of electrical enclosures shall be securely mounted using appropriate hardware within the enclosure. Adhesives or adhesive tapes/strips are not allowed and are prohibited. Electrical components, including but not limited to, relays, circuit boards, electronics, etc, shall be installed within approved enclosures. The Contractor shall keep ends of conduits, including those extending through roofs, equipment and fixtures covered or closed with caps or plugs to prevent foreign material from entering during construction. Where portions of raceways are known to be subjected to different temperatures, where condensation is a problem, and where passing from interior to exterior of a building, the portion of raceway or sleeve shall be filled with an approved material to prevent the circulation of air, prevent condensation, and prevent moisture entry. Sealing of raceways shall not occur until after the conductors and cables have been installed, tested and accepted by the Engineer. The Contractor shall install any temporary lines and connections required to maintain electric services and safely remove and dispose of them when complete. All temporary wiring shall conform to OSHA standards. Remove temporary services when work is complete. Any damage to electrical equipment caused by the Contractor shall be repaired at no cost to the Owner. All non-current carrying parts and neutrals shall be grounded as indicated on the Drawings or as required by the Codes. White and/or gray outer finish conductors may only be used as grounded conductors or neutral conductors in accordance with NEC. Install insulated green equipment grounding conductors with all feeder and branch circuits. Provide separate insulated equipment grounding conductors from grounding system to each electrical equipment, telecommunication equipment, other special electrical system equipment, and appurtenance item location in accordance with NFPA 70 and other applicable standard requirements. The bidder shall inspect the site, thoroughly acquaint himself with conditions to be met and work to be accomplished. Failure to comply with this shall not constitute grounds for any additional payments. Where electrical equipment is installed that causes electrical noise interference with other systems either existing or installed under this contract, the offending equipment shall be equipped with isolating trans- formers, filters, reactors, shielding, or any other means as required for the satisfactory suppression of the interferences, as determined by the Engineer. All junction boxes, expansion joints, flexible connections, instruments and similar items requiring servicing or repairs shall be installed in an accessible location. SS -300-7 All salvage and equipment removed by the work shall remain the property of the Owner. Material removed from the project shall be stored on the project site where and as directed. Debris shall be removed from the job site and disposed of by the Contractor. The Contractor shall maintain his work area clean and orderly at all times. Debris shall be removed promptly. The electrical system shall be thoroughly cleaned inside and outside of all enclosures to remove all metal shavings or other work debris, dust, concrete splatter, plaster, paint and lint. The Contractor shall do all excavating and backfilling made necessary by electrical work and shall remove all surplus or supply any earth required to establish the proper finished grade. The Contractor shall do all cutting and patching made necessary by electrical work, but in no case shall he cut through or into any structural member without written permission of the Engineer. All steel conduits, supports, channels, fittings, nuts, bolts, etc. shall be galvanized, corrosion -resistant type unless otherwise noted. An approved anti -seize compound shall be used on all threads to prevent equipment and thread damage. Equipment shall be installed in accordance with manufacturer's recommendation. Make all final electrical connections and coordinate all items with other trades. Correct unnecessary damage caused due to installation of work, brought about through carelessness or lack of coordination. All openings, sleeves, and holes to be properly sealed, fire proofed and water proofed. Any water leaks arising from project construction will be immediately corrected to the satisfaction of the Owner and the Engineer. 300-3.5 DUCT AND CONDUIT. Conduits shall be galvanized rigid steel unless otherwise indicated or specified. Refer to one -line diagram conduit notes for specific requirements. Conduit runs shall be one trade size continuously with no reducers allowed. Changing of conduit size is only permitted at manholes, handholes, and boxes and conduit bodies used as outlet, device, junction, or pull boxes, including approved, listed fittings with removable covers. Use an approved, listed adapter/coupling to convert to other types of conduit. Reducer couplings are not allowed. For underground service entrance, feeder and branch circuit raceways, offsets and bends over 30 degrees and elbows in Schedule 40 PVC conduit runs shall be Schedule 80 PVC conduit. Underground service entrance PVC conduits shall be concrete encased unless otherwise noted. Underground PVC conduits shall be concrete encased under driveways, roadways, parking lots and other paved areas. Non-encased conduits shall convert to concrete encased ducts under all paved areas and shall extend at least 3 feet beyond the edges of the pavement unless otherwise noted. The Contractor shall provide a staked centerline or offset for the duct and manhole system - utilizing the drawings and a site inspection of the existing grounds, grades and utility crossings. The Owner and Engineer shall approve the staking plan that shall be indicated on a drawing submitted for approval before starting any excavation for the ducts. The staking plan shall indicate the proposed location, elevation and dimensions of manholes and handholes. The Engineer reserves the right to adjust duct, manhole and handhole locations and elevations before installation at no additional cost to the Owner. The bottom surface of trenches shall be essentially smooth and free from coarse aggregate. Install grounding -and -bonding type bushings and bonding jumpers on all service entrance conduits and on all feeder and branch circuit conduits. SS -300-8 Use conduit bushings at each conduit termination. Where No. 4 AWG or larger ungrounded wire is installed, use insulated bushings. When EMT is allowed, utilize only steel compression fittings. Die-cast and set -screw fittings shall not be used. Use double lock nuts at each conduit termination. Use weather tight hubs in damp and wet locations. Sealing lock nuts shall not be used. Grounding continuity to rigid metal conduit shall be accomplished by grounding bushings/adapters with lugs for connection to grounding counterpoise and/or grounding electrode conductor as defined by NEC. All exposed wiring shall be run in not less than 1/2 inch (12 mm) galvanized rigid steel conduit. All conduits shall be installed to provide for drainage. Conduit shall be attached to wooden structures with galvanized pipe straps and fastened with galvanized wood screws not less than No. 8 nor less than 1-1/4 inches (31 mm) long. There shall be at least two fastenings for each 10 -foot (3 m) length. Existing ducts may require clearing before use. It is the responsibility of the Contractor to locate the existing ducts, identify empty or partially empty conduits and clear the conduits as required. Where new cable is to be installed in existing duct, the full length of the duct shall be cleared of debris by mechanical means before the installation of the new cable. Acceptable methods of clearing existing ducts include "hydro -jetting" and "roto -rooting." All existing cables in each re -used duct shall be replaced for the length of the duct and properly spliced in a method approved by the Engineer. Clearing of existing duct banks or conduits is incidental to the cable pay item. Dedicated ground rods shall be installed and exothermically welded to the counterpoise wire at each end of a duct bank crossing under pavement. For concrete markers, the impression of letters shall be done in a manner, approved by the Engineer, to effect a neat, professional appearance. The letters shall be stenciled neatly. After placement, all markers shall be given one coat of high -visibility aviation orange paint, as approved by the Engineer. Existing concrete markers or survey pins for runway thresholds, duct/conduit/cable/splice markings, utility line markings, taxiway points of tangency markings, or other similar items shall be removed and reinstalled or replaced, depending on the project work requirements, as required by a registered professional surveyor to the satisfaction of the Owner and the Engineer. 300-3.6 JUNCTION BOXES AND CONCRETE STRUCTURES. Junction cans shall have both internal and external ground lugs. Size (diameter) and depth shall be as specified in the plans. Galvanized cans shall have an external ground lug for mechanical connection/bolting ground clamps bonding. For concrete structures, each cover and frame shall be galvanized and have a spring assisted, latching mechanism allowing one individual to open the manhole hinged cover(s) using the recessed lifting handles. For manholes and handholes, cables shall be well supported on the walls using heavy-duty non-metallic cable racks with multiple arms per stanchion and wide type wire ties for securing the cables. Handholes shall have at least one stanchion on each wall and manholes shall have at least two stanchions on each wall. Adjustable arms shall lock into the stanchion. Stanchion and arm lengths shall be appropriate for the manhole or handhole size and the amount of cables to be supported. At least one spare unused arm SS -300-9 stall be installed at each stanchion position. Stainless steel hardware shall be used to securely mount and secure the cable racks to the walls. 300-3.7 BACKFILL, COMPACTION, AND RESTORATION. Refer to the backfill, compaction and restoration requirements within Item P-152 where other compaction requirements are specified (under pavements, embankments, etc.) Trenches shall be backfilled and compacted in 6" layers to 90% maximum density for cohesive soils and to 100% maximum density for non -cohesive soils, as determined by ASTM D698. The in-place field density shall be determined in accordance with ASTM D1556, D2167, or D6938. Backfilling from two directions will not be allowed. No backfilling will be accomplished without the approval of the OAR. The Contractor shall ensure all trenches are inspected prior to being covered and prior to encasement. Any uninspected trenches which are prematurely covered shall be exposed for inspection at the OAR and Owner's convenience at no additional cost to the Owner. The OAR will coordinate with the Contractor for advance scheduling of trench inspection. Following restoration of all trenching near airport movement surfaces, the Contractor shall thoroughly visually inspect the area for foreign object debris (FOD), and remove any such FOD that is found. This FOD inspection and removal shall be considered incidental to the pay item of which it is a component part. All concrete/asphalt pavement removal and repair work shall be installed as separate pay items in accordance with Specification P-101 Surface Preparation. The subgrade below the removed pavement shall be compacted to 90% maximum density for cohesive soils and to 100% maximum density for non -cohesive soils, as determined by ASTM D698. The in-place field density shall be determined in accordance with ASTM D1556, D2167, or D2922. Subgrade preparation will not be measured for separate payment, but will be considered subsidiary to Specification P-101 Surface Preparation. 300-3.8 CABLE AND UTILITY COORDINATION. The existing and the proposed locations of lighting cable are approximate. The Contractor shall be responsible for field locating and identifying the existing lighting circuits to determine their exact routing. The Contractor shall also be responsible for maintaining the lighting systems in a working condition until the new lighting circuits have been installed and tested. The Contractor shall proactively and expeditiously accomplish this cable identification work prior to performing any modifications to the lighting circuits. Coordinate identification work with the Owner and Engineer and make all corrections, additions, etc. on the as -built drawings. Underground cable and utilities exist within and adjacent to the limits of construction. An attempt has been made to locate these cables and utilities on the Plans. All existing cable and utilities may not be shown on the Plans and the location of the cables and utilities shown may vary from the location shown on the Plans. Prior to beginning of any type of excavation, the Contractor shall contact the utilities, the airport maintenance staff, FAA field personnel and other organizations as required and make arrangements for the location of the utilities on the ground. The Contractor shall maintain the cable and utility location markings until they are no longer required. The Contractor shall replace or repair any underground cable or utility that has been damaged by the Contractor during excavation to the satisfaction of the owner of the cable or utility at no additional cost to the Owner. 300-3.9 WIRING. The Contractor shall furnish all labor and materials and shall make complete electrical connections in accordance with the wiring diagram furnished with the project plans. The electrical installation shall conform to the requirements of the latest edition of National Fire Protection Association, NFPA-70, National Electrical Code. 300-3.10 5 kV CABLE CONNECTIONS. SS -300-10 Cable splicing/terminating personnel shall be licensed electricians who have the minimum continuous experience in terminating/splicing medium voltage cable as listed in Item L-108. The qualifications for these airfield lighting cable splicers shall be submitted for review and approval by the Engineer prior to any work. The Engineer may request sample splices be performed in his presence by the proposed personnel to clearly demonstrate that they have the skill and experience to perform this work. Connector kits and cables shall be provided in sufficient quantity by the Contractor in demonstrating these qualifications at no additional cost to the Owner. Field -attached plug-in splices using FAA certified L-823 plug and receptacle connector kits, properly sized to the cable being used, shall be installed as shown in the plans. This work shall include the taping and heat shrinking. Refer to Item L-108 for additional requirements. As an option, the Contractor may utilize enhanced FAA certified L-823 connector kits, such as the Amerace 54Super Kit. These kits do not require taping or heat shrinking. These kits shall be installed in accordance with the manufacturer's installation requirements. Note that the mixing of connector kits is unacceptable. The Contractor shall clearly list and submit the connector kits he proposes to utilize on the project for approval prior to any field construction work, and he shall only install that type during construction unless otherwise noted by the Engineer. 300-3.11 REMOVAL AND RELOCATION OF EXISTING EQUIPMENT. The Contractor shall carefully remove all salvageable equipment as indicated on the Plans. Any equipment which is damaged during the removal operation shall be subject to a reduction in payment for removal of the equipment. All equipment which is removed during this project shall be transported to a site on the Airfield or removed from the Airfield and properly disposed of as directed by the Owner and the Engineer. The Contractor shall carefully relocate existing equipment as indicated in the Plans. Any equipment that is damaged during the relocation operation shall be replaced at no additional cost to the Owner. Any existing electrical equipment, conduit, cables, etc. that is damaged during construction shall be replaced at no additional cost to the Owner to the satisfaction of the Owner and the Engineer. 300-3.12 CERTIFICATION AND PERFORMANCE. Equipment and materials covered by FAA Advisory Circulars are referred to by item numbers and approved equipment is listed within the AC 150/5345-53 Airport Lighting Equipment Certification Program's monthly Addendum, which contains a complete and updated listing of the certified equipment and manufacturers, and is listed in the FAA Buy American Preference equipment list, which is also updated monthly. The Contractor shall provide and install new certified equipment that works reliably and efficiently with the existing equipment to remain in service. The Contractor shall provide any additional accessories and/or appurtenances required to provide fully functional electrical systems to the satisfaction of the Owner and Engineer, at no additional cost to the Owner. The Contractor shall ascertain that all lighting system components furnished (including FAA certified and approved equipment) are compatible in all respects with each other and the remainder of the new and existing systems. Any non -compatible components furnished by the Contractor shall be replaced at no additional cost to the Owner with a similar unit that is approved by the Engineer and compatible with the remainder of the airport lighting system. 300-3.13 AS -BUILT DRAWINGS. Before work is started, the Contractor shall obtain at his expense one (1) full-sized set of prints for As -Built records; the Engineer will supply the tracings at printing cost to the Contractor. The Contractor shall locate all underground and concealed work, identifying all equipment, conduit, circuit numbers, motors, feeders, breakers, switches, and starters. The Contractor will certify accuracy by endorsement. As -Built drawings shall be correct in every detail, so Owner can properly operate, maintain, and repair exposed and concealed work. SS -300-11 The As -Built drawings shall indicate all control system labeling and marking. The Contractor shall store the As -Built drawings on the site. Drawings shall not be rolled. Make corrections, additions, etc., with pencil, with date and authorization of change. As -Built drawings must be submitted to Engineer before project will be accepted. Minor deviations from the Plans and Specifications shall be as approved by the Engineer. Upon completion of the installation, the Contractor shall adjust the systems to the satisfaction of the Engineer. 300-3.14 TESTING. General Electrical Testing: Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification and certify compliance with test parameters. Tests shall be conducted in the presence of the Engineer and shall be to his/her satisfaction. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. Perform infrared scan tests and inspections of service and power distribution equipment at the respective hangars and provide reports. Electrical equipment will be considered defective if it does not pass tests and inspections. Reports shall include notations of deficiencies, remedial action taken and observations after remedial action. System and Equipment Testing: All installations shall be fully tested by continuous operation for not less than 24 hours as completed systems prior to acceptance. These tests shall include the functioning of each control not less than 10 times. Airport lighting equipment and special systems shall be tested in accordance with applicable FAA Advisory Circular requirements and the manufacturer's installation instructions. These tests shall also include those system requirements listed within AC 150/5340-26 Maintenance of Airport Visual Aid Facilities. Test equipment and instruments utilized by the Contractor shall have been calibrated following the manufacturer's recommended schedule to verify their accuracy prior to performing the testing work. The Contractor shall provide instrument calibration certificates on test equipment when requested by the Engineer. Retesting work due to inaccurate or defective instruments shall be performed by the Contractor to the satisfaction of the Engineer at no additional cost to the Owner. a. Regulator Calibration: The Contractor shall check and calibrate both new and existing regulators utilizing the enclosed "Constant Current Regulator Calibration Report". Refer to the material section on constant current regulators for additional requirements. New regulators are calibrated at the factory prior to shipping, while existing regulators typically need checks and calibrations on a routine basis so that they do not get out of tolerance. The intent is to check and/or calibrate these regulators using a high accuracy meter prior to energizing and placing the airfield lighting system in service. Utilize a high accuracy true RMS ammeter with high accuracy clamp -on current probe when making these measurements (use round type probes, accuracy + or — 2% required, sized per the cable diameter and circuit ampacity to achieve the best accuracy). Adjust regulators per manufacturer's instructions to meet the output currents on each brightness step as listed in Tables 5-2 and 5-3 in AC 150/5340-26. b. Megger Testing: SS -300-12 The Contractor shall perform megger testing on each existing regulator circuit prior to any work on the electrical system. This information shall be recorded and documented by the Contractor and submitted to the Engineer. The Contractor shall perform megger tests on each regulator circuit after the acceptance test period. This acceptance test information shall be recorded and documented by the Contractor and submitted to the Engineer. Megger test shall be performed in accordance with the requirements of Item L-108. The Contractor shall submit his initial megger test reports on the enclosed "Insulation - Resistance Test Report" form prior to any work on the electrical system. This report shall be submitted to the Engineer and approved by the Owner prior to Contractor proceeding with his work. After final acceptance testing has been completed, the Contractor shall complete and submit his final megger test reports to the Engineer and insert copies of the initial and final megger test reports in the Operation and Maintenance Manuals. Megger testing shall be performed using an insulation meter, such as a Fluke 1507 Insulation Resistance Multimeter, Ideal 61-797 Digital Insulation Meter, or approved equal having an insulation test range up to 10 Gigohms or greater. Insulation resistance testers for 5kV series circuits shall utilize the 1000V DC source output for testing. The test equipment shall be submitted for review and approval by the Engineer prior to performing the tests. The Contractor shall be responsible to maintain an insulation resistance equal to minimum 80% of the initial testing value through the end of the contract warranty period. This requirement is based on AC 150/5340-26C which states that resistance values inevitably decline over the service life of the circuit and that a 10-20 percent decline per year is considered normal. Note that AC 150/5340-26C cancels AC 150/5340-26B; thus refer to the current edition of the maintenance AC for requirements in this project. For existing circuit insulation resistance requirements, refer to "Existing Circuits" section of Item L-108. The insulation resistance to ground for 600V rated cables shall be not less than 100 Megohms when measured per NETA standards. The installations shall be tested in operation as a completed unit prior to acceptance. Tests shall include taking megger and voltage readings in accordance with manufacturer's requirements. Testing equipment shall be furnished by the Contractor. c. Ground Rod Impedance Testing: The enclosed "Ground Rod Impedance Test Report" form shall be used and testing shall be performed in the presence of the Engineer. As -Built drawings shall indicate the location of all installed ground rods. Each ground rod shall have a unique identifier that corresponds with its submitted ground impedance test report. Three -pole fall -of -potential testers that can measure the ground resistance of a ground rod using auxiliary electrodes (staked testing), such as a Fluke 1621 Earth Ground Tester, shall be used for testing individual dedicated equipment ground rods at fixtures and equipment, or for testing isolated counterpoise ground rods not yet connected to the counterpoise wire. SS -300-13 Clamp -on testers that can measure the ground resistance of a ground rod without using auxiliary ground rods (stakeless testing), such as a Fluke 1630 Earth Ground Clamp Meter or approved equal, shall be used for testing counterpoise ground rods which have already been connected to the counterpoise wire, or ground ring ground rods which have already been connected to the established ground ring system. Ground impedance test equipment shall be submitted for review and approval by the Engineer prior to performing the tests. If the ground rod's impedance exceeds 25 ohms, an additional rod shall be driven in a location suitable and approved by the Engineer. However, the additional rod must satisfy the requirements of NEC 250.53 and not be less than 6 feet away from any other ground rod electrode. Additional ground rods shall not be measured for separate payment but shall be considered subsidiary to the counterpoise or respective equipment pay item. The Contractor shall perform additional tests if required and requested by the Engineer at no additional cost. The Contractor shall coordinate with the resident Engineer to approve tests daily before proceeding. The Contractor shall fill out a separate test report for each date. Test reports shall be submitted weekly to the Engineer. 300-3.15 INSPECTION FEES AND PERMITS. Obtain and pay for all necessary permits and inspection fees required for electrical installation. 300-3.16 WORK SUPERVISION. State of Texas: The electrical contractor (whether the general contractor or a subcontractor) shall be a licensed contractor in the state of Texas having an electrical classification suitable for performing the work required in these contract documents. The Contractor shall designate in writing the qualified electrical supervisor who shall provide supervision to all electrical work on this project. The minimum qualifications for the electrical supervisor shall be a master electrician as defined by Texas Electrical Safety and Advisory Board. The supervisor or his appointed alternate possessing at least a journeyman electrician license shall be on site whenever electrical work is being performed. The qualifications of the electrical supervisor shall be subject to approval of the Owner and the OAR. All master and journeyman electricians shall be licensed in accordance with Texas Board Requirements. The website located at http://www.license.state.tx.us publishes the text of this statutory requirement. No unlicensed electrical workers shall perform electrical work on this project. Apprentice electricians in a ratio of not more than one apprentice per journeyman electrician will be allowed if the apprentices are licensed and actively participating in an apprenticeship program recognized and approved by the Texas Electrical Safety and Advisory Board. 300-3.17 TRAINING. The training classes shall be coordinated with the Owner and Engineer in advance of the final acceptance testing. Comprehensive operational and maintenance training materials shall be provided by the equipment manufacturer and the Contractor (see section 2.3 OPERATION AND MAINTENANCE DATA). a. Operations: (1) 2 hours (2) 4-6 staff (3) Vault and airfield (4) Provide an equipment list per this project SS -300-14 (5) Provide training materials covering all installed equipment (6) Provide hands on troubleshooting specifics b. Maintenance (1) 2 hours (2) 4-6 staff (3) Vault and airfield (4) Provide an equipment list per this project (5) Provide training materials covering all installed equipment (6) Provide hands on troubleshooting specifics c. Preventive Maintenance Program Recommendations (1) Provide an equipment list per this project (2) List failure scenarios and what to do. (3) Provide technical assistance points of contact and phone numbers. Schedule the training with the Owner at least 10 days in advance and notify the Engineer. Provide hands-on demonstrations and training of equipment components and functions, including adjusting, operating and maintaining the lighting equipment and systems. Coordinate the training schedule with the Owner in advance, so that the Owner may record the training if desired. Provide 4 - hours training for the operational personnel and 4 -hours training for the maintenance personnel. METHOD OF MEASUREMENT 300-4.1 The quantity of lockout/tagout and constant current regulator calibration procedures to be paid for shall consist of all lockout/tagout procedure work and all constant current regulator calibration work completed in place, accepted and ready for operation. This item does not include measurement for constant current regulator equipment. 300-4.2 The quantity of localizer ground check point survey marker, installed to be paid for shall consist of all work to survey the location of the existing localizer ground check point survey marker, survey the location of the new localizer ground check point marker in the new pavement, and the installation of the new localizer ground check point survey marker, accepted and ready for use. BASIS OF PAYMENT 300-5.1 Payment will be made at the contract unit price for each complete item, measured as provided above, and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer. Payment will be made under: Item SS -300-5.1 Lockout/Tagout and Constant Current Regulator Calibration Procedures -- per Lump Sum Item SS -300-5.2 Localizer Ground Check Point Survey Marker, Installed -- per Lump Sum Fed.Spec.J-C-30 Fed. Spec. W -C-1094 MATERIAL REQUIREMENTS Cable and Wire, Electrical (Power, Fixed Installation) Conduit and Conduit Fittings; Plastic, Rigid SS -300-15 Fed. Spec. W -P-115 Panel, Power Distribution Fed. Std. 595 Colors Underwriters Rigid Metal Conduit Laboratories Standard 6 Underwriters Laboratories Standard 514 Fittings for Conduit and Outlet Boxes Underwriters Laboratories Schedule 40 and 80 Rigid PVC Conduit (for Direct Burial) Laboratories Standard 651 Underwriters Laboratories Standard 1242 Intermediate Metal Conduit CFR 1910 Occupational Safety and Health Regulations CFR 1926 Safety and Health Regulations for Construction ANSI/IEEE C2 National Electrical Safety Code NFPA 70 National Electrical Code (NEC) NFPA 70E Standard for Electrical Safety in the Workplace NFPA 101 Life Safety Code NFPA 780 Standard for the Installation of Lightning Protection Systems 29 CFR 1910 Occupational Safety and Health Standards (OSHA) 29 CFR 1926 Safety and Health Regulations for Construction Jaquith Industries, Inc. The Design, Installation, and Maintenance of In -Pavement Airport Lighting FAA ADVISORY CIRCULARS AC 150/5300-13 Airport Design AC 150/5340-18 Standards for Airport Sign Systems AC 150/5340-26 Maintenance of Airport Visual Aid Facilities AC 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-3 Specification for L-821 Panels for Control of Airport Lighting AC 150/5345-5 Specifications for Airport Lighting Circuit Selector Switch SS -300-16 AC 150/5345-7 Specification for L-824 for Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-10 Specification for Constant Current Regulators and Regulator Monitors AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors AC 150/5345-28 Standard for Precision Approach Path Indicator (PAPI) Systems AC 150/5345-39 Specification for L-853 Runway and Taxiway Retroreflective Markers AC 150/5345-42 Specification for Airport Light Base and Transformer Housings, Junction Boxes, and Accessories AC 150/5345-44 Specification for Taxiway and Runway Signs AC 150/5345-46 Specification for Runway and Taxiway Light Fixtures AC 150/5345-47 Isolation Transformers for Airport Lighting Systems AC 150/5346-49 Specification L-854, Radio Control Equipment AC 150/5345-51 Specification for Discharge -Type Flashing Light Equipment AC 150/5345-53 Airport Lighting Equipment Certification Program AC 150/5345-56 Specification for L-890 Airport Lighting Control and Monitoring System (ALCMS) END OF ITEM SS -300 SS -300-17 CONSTANT CURRENT REGULATOR CALIBRATION REPORT Standard Requirements: FAA AC 150/5340-26 (latest edition) Maintenance of Airport Visual Aid Facilities Owner / Sponsor: Engineer: Garver, LLC Airport: Contractor: Project Title: Garver Project Number: Vault ID / Location: Date: Weather / Site Conditions: Last Two Weeks of Rain: inches Constant Current Regulator #: Serves: Completed Comments 1. Check all control equipment for proper operation. ❑ 2. Perform short-circuit test. Record results and ❑ recalibrate if necessary. 3. Perform open -circuit test on regulators with open circuit protection. Open circuit protective device should de -energize the regulator. Record results. 0 4. Check and record regulator input voltage and current. ❑ Input Voltage: Input Current: 5. Check and record regulator output load. ❑ (ONLY if regulator has monitoring package) Volt -Amperes: 6. Check and record output current on each brightness ❑ step. If output current is outside of the allowable range, adjust the regulator's on -board potentiometer to re -calibrate the output current within the allowable range. Re-record the new output current on this form. 3 -Step CCR 5 -Step CCR B10: B30: B100: 1: 2: 3: 4: 5: Nominal: 4.8A 5.5A 6.6A 2.8A 3.4A 4.1A 5.2A 6.6A Tested By: (Signature and Date) Test Equipment: (Manufacturer and Model No.) Engineer Witness: (Signature and Date) Owner / Sponsor Witness: (Signature and Date) SS -300-18 Owner / Sponsor: Airport: Project Title: Garver Project Number: Vault ID / Location: Date Initial / Final Tests: Weather / Site Conditions (Initial Test): Last Two Weeks of Rain: inches Weather / Site Conditions (Final Test): Last Two Weeks of Rain: INSULATION RESISTANCE TEST REPORT Engineer: Garver, LLC Contractor: inches Provide signature/date and manufacturer/model no. as required in the fields above. Owner / Sponsor: Initial Test Record — Owner Disposition Check one only: ❑ Proceed with Installation ❑ Hold SS -300-19 (Signature and Date) Initial Test Results Final Test Results Circuit Designation and Color Code Regulator Size (kW) Megger Reading Before ; Regulator Field Work (Megohms) ; Size (kW) Megger Reading After Field Work (Megohms) 1 2 3 4 5 6 Tested By: Test Equipment: Engineer Witness: Owner/Sponsor Witness: Provide signature/date and manufacturer/model no. as required in the fields above. Owner / Sponsor: Initial Test Record — Owner Disposition Check one only: ❑ Proceed with Installation ❑ Hold SS -300-19 (Signature and Date) GROUND ROD IMPEDANCE TEST REPORT Owner / Sponsor: Engineer: Garver, LLC Airport: Contractor: Project Title: Garver Project Number: Date: Fall -of -Potential Style Tester (F): Manufacturer: Clamp -On Style Tester (C): Manufacturer: Weather/ Site Conditions: Model #: Model #: Ground Rod # Test Equipment Style (F or C) Impedance Value (Ohms) Ground Rod # Test Equipment Style (F or C) Impedance Value (Ohms) Tested By: Engineer Witness: Provide signature/date in the fields above. SS -300-20 Page of ITEM SS -301 ELECTRICAL DEMOLITION AND RELOCATION WORK DESCRIPTION 301-1.1 This item shall consist of the removal and satisfactory disposal of existing runway and taxiway edge lights, guidance signs, markers, junction structures, pads, equipment, and other incidentals, all of which are not designated or permitted to remain, in accordance with this specification, the referenced specifications and drawings, and applicable advisory circulars. This work shall include the removal of indicated equipment, materials, and incidentals necessary for a complete item removal, including all restoration work, as a completed unit to the satisfaction of the OAR. 301-1.2 This item shall also consist of the relocation of existing lights, signs, systems and incidentals, in accordance with this specification, the referenced specifications and drawings, and applicable advisory circulars. This work shall include the removal and storage of indicated equipment and materials, and reinstallation at the new location, including all incidentals necessary for a complete relocation, as a completed unit to the satisfaction of the OAR. 301-1.3 The Contractor shall maintain current copies of all referenced and applicable advisory circulars on the job site. The Contractor is responsible to make known to the OAR any conflict between plans and specifications that he observes or of which he is made aware. MATERIALS 301-2.1 All backfill and repair materials used in electrical demolition, repair and restoration work shall comply with the referenced specifications and be approved by the OAR. Airport lighting equipment and materials shall meet the requirements outlined in Item SS -300. For pre -cast or prefabricated concrete encased light base installations, the Contractor shall submit and coordinate the construction of the proposed pre -cast units with the OAR onsite to review and approve the construction process. The Contractor shall submit his proposed installation process for review and approval by the OAR. The Contractor shall provide additional items and work if required and requested by the OAR for the construction and installation of the pre -cast units at no additional cost to the Owner. CONSTRUCTION METHODS 301-3.1 GENERAL. No demolition shall be started until the removal and/or relocation work has been laid out and approved by the OAR. All material shall be disposed of off-site. All hauling and disposal will be considered a necessary and incidental part of the work. Hauling 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 hauling on any part of the work. The Contractor shall remove all existing underground cable, which is unused or rendered unusable by this project, when such is exposed or made accessible during the course of this work. All such wiring removed shall become property of the Contractor and shall be immediately removed from the project. Wiring in conduit shall be removed as indicated or if new wiring is shown to be installed in its place. Existing wiring shall not be reused or reinstalled. Wiring not exposed shall be abandoned in place, if a reasonable effort will not remove it. No measurement or payment will be made for this cable removal work. Damage to turf or other systems will not be permitted in order to salvage or retrieve existing cable. Any damage to electrical equipment, systems, structures, conduits, cables, and accessories or other SS -301-1 utilities, designated to remain in place, shall be repaired or replaced expeditiously at no additional cost to the Owner and to the satisfaction of the Owner and OAR. Holes, ditches, or other abrupt changes in elevation caused by the removal operations that could obstruct drainage or be considered hazardous or unsightly shall be backfilled, compacted, and left in a workmanlike condition. Trenches or voids resulting from the removal or demolition of existing electrical equipment or other structures shall be filled with approved material placed in layers in accordance with Item P-152. Concrete foundations and pads to be removed shall be obliterated full depth. 301-3.2 REMOVAL AND/OR RELOCATION OF LIGHT FIXTURES AND EQUIPMENT. Light fixtures and other equipment which are to be removed shall be carefully excavated. All concrete bases and concrete anchors shall be removed by the Contractor. The removed lights, guidance signs, isolation transformers and wiring harnesses shall then be given to the Owner, or properly disposed of if so directed by the Owner. The ground in the area of the removed lighting equipment shall be backfilled and properly compacted. Light fixtures and equipment which are to be relocated shall be stored on site and reinstalled with new lamps, new transformers, and all other new required accessories as indicated in the plans. 301-3.3 REMOVAL OF EXISTING EQUIPMENT. The Contractor shall carefully remove all salvageable equipment as indicated in the plans. Any equipment that is damaged during the removal and/or relocation operation shall be subject to a reduction in payment for removal and/or relocation of the equipment. All equipment that is removed during this project shall be transported to a site on the Airfield or removed from the Airfield and properly disposed of as directed by the Owner and the OAR. 301-3.4 RELOCATION OF EXISTING EQUIPMENT. Existing equipment that is to be relocated shall be carefully disconnected from the existing electrical system. The equipment shall be stored on site in an enclosed area protected from the weather as directed by the Owner and OAR. The Contractor shall remove existing concrete bases and shall backfill and compact these areas to match existing. The electrical power circuit shall be field located and extended to the new installation location unless otherwise noted in the Plans. Coordinate the extension of the electrical service with the extension of the electrical duct serving the equipment and install duct, splice and cable markers to mark the new complete route. Refer to the plans for additional installation requirements concerning the relocation of existing lights, signs, systems and incidentals. Any equipment that is damaged during the relocation operation shall be subject to a reduction in payment for removal and/or relocation of the equipment. Any equipment that is damaged during the relocation operation shall be repaired or replaced by the Contractor at his expense to the satisfaction of the Owner and OAR. METHOD OF MEASUREMENT 301-4.1 The quantity of existing lights or guidance signs, removed, to be measured under this item shall be the number of each complete unit removed, and accepted by the OAR. This item shall include removing and storing the existing equipment as directed by the OAR. Where the light base and concrete structure are indicated to be removed or demolished, the item shall include restoring the area to match existing, including removing the complete concrete item, filling and tamping all holes with earth, and clearing and leveling the site. Where the light base and concrete structure are to remain, a new blank cover shall be installed for protecting SS -301-2 the light base during the construction work. Blank covers shall be removed when the existing equipment is reinstalled and given to the Owner after completion of construction work in the respective area. 301-4.2 The quantity of existing lights or guidance signs, relocated, to be measured under this item shall be the number of each complete unit removed, stored, and reinstalled at the new location, complete with new isolation transformer, new concrete bases and cans, new base plates, new cover plates, new gaskets, new frangible couplings, new bolts and washers, new connectors, new safety ground rods, new sign panels as shown in the sign index, and new appurtenances, as completed units in place, ready for operation, and accepted by the OAR. Existing transformers, couplings, columns, gaskets, cables, connectors, bolts, washers, etc. shall not be reused. Provide new ancillary equipment for reinstalling and connecting the existing lights. This work shall also include removal of the old concrete pads and appurtenances, filling and tamping all holes with earth, restoring the area to match existing, and clearing and leveling the site. BASIS OF PAYMENT 301-5.1 Payment will be made at the contract unit price for each complete item, measured as provided above, and accepted by the OAR. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the OAR. Payment will be made under: Item SS -301-5.1 Item SS -301-5.2 Item SS -301-5.3 Item SS -301-5.4 Item SS -301-5.5 Item SS -301-5.6 Existing Concrete Encased, Electrical Junction Structure, Removed -- per Each Existing Base Mounted Edge Light, Removed -- per Each Existing Base Mounted Guidance Sign, Removed -- per Each Existing L -861T Base Mounted Taxiway Edge Light, Relocated -- per Each Existing Vehicle Stop Sign, Removed -- per Each Existing Base Mounted, 1 -Module Guidance Sign, Relocated with New Panels-- per Each END OF ITEM SS -301 SS -301-3 This page intentionally left blank ITEM SS -310 AIRPORT LIGHTING SYSTEMS DESCRIPTION 310-1.1 This item shall consist of furnishing and installing airport taxiway edge lighting systems and guidance signs in accordance with this specification, the referenced specifications and drawings, and applicable advisory circulars. The system shall be installed at the locations and in accordance with the dimensions, design and details shown on the plans. This work shall include the furnishing of all equipment, materials, services and incidentals necessary to place it in operating condition as a completed unit to the satisfaction of the OAR. 310-1.2 Additional details pertaining to the lighting system covered in this item are contained in the advisory circular, AC 150/5340-30, Design and Installation Details for Airport Visual Aids. 310-1.3 The Contractor shall maintain current copies of all referenced and applicable advisory circulars on the job site. The Contractor is responsible to make known to the OAR any conflict between plans and specifications that he observes or of which he is made aware. EQUIPMENT AND MATERIALS 310-2.1 GENERAL. a. Airport lighting equipment and materials shall meet the requirements outlined in Item SS -300. b. For pre -cast or prefabricated concrete encased light base installations, the Contractor shall submit and coordinate the construction of the proposed pre -cast units with the OAR onsite to review and approve the construction process. The Contractor shall submit his proposed installation process for review and approval by the OAR. The Contractor shall provide additional items and work if required and requested by the OAR for the construction and installation of the pre -cast units at no additional cost to the Owner. 310-2.2 LIGHT FIXTURES. Airfield lights shall be supplied with all features and accessories including isolation transformers, light bases, base covers, safety ground rods, concrete pads and incidentals required for a complete installation as defined in these Specifications and as shown on the plans. a. Medium Intensity Taxiway Lights (MITL): (1) Taxiway edge elevated lights shall be L-861T(L), LED lamp, omnidirectional blue lens. (2) Taxiway edge in -pavement lights shall be L-852T(L), LED lamp, Class 2, Style 3 (low profile), omnidirectional blue lens, mounted on a 12" diameter L-8688 light base. 310-2.3 LAMPS. Lamps for elevated edge lights shall be LED type as specified. 310-2.4 SPARE EQUIPMENT INCLUDING FIXTURES AND SPARE SIGN REPLACEMENT COMPONENTS. Provide 10 percent spare fixtures of each type installed for lights. Provide 10 percent spare sign replacement components of each type installed for signs. Spare fixtures and spare sign replacement components shall not be measured for separate payment but shall be considered subsidiary to the respective light fixture or sign pay items. If 10 percent of each type of light fixture is not a whole number of fixtures, the Contractor shall round -up to the next whole number. a. A spare elevated LED fixture unit shall be one complete, ready -to -install fixture, including the coupling, column, head housing assembly, cordset, LED power supply assembly, LED assembly, and lens assembly. b. A spare sign replacement component unit shall include the LED light tube assembly and SS -310-1 LED power supply assembly. The spare fixtures and spare sign replacement components shall be delivered and stored as directed by the Owner, with transmittal receipt signed by Owner's representative. A signed copy shall be forwarded to the OAR with an additional signed copy placed in the O&M manuals. 310-2.5 GUIDANCE SIGNS. Guidance signs shall be L -858(L), meeting the criteria set forth in AC 150/5345-44, Specification for Taxiway and Runway Signs, and suitable for base mounting. Each unit shall be furnished with the required panels, mounting assemblies, frangible couplings, transformer, intensity control, identification tag, metal tethers, fasteners and safety ground rods. Style 2 and Style 3 signs shall meet the luminance requirements in AC 150/5345-44 throughout the current ranges of the associated series circuit. Guidance signs shall have an integral on/off switch for airport maintenance use. Signs shall be furnished with permanent type nameplates that are both weather and sunlight resistant. Nameplates which are completed with ink markers or similar methods will not be accepted. Refer to the guidance sign index in the Plans for information on each sign's size, style, class and mode. The complete sign installation shall be designed to withstand a 200 -mph wind load. Guidance signs shall be Size 2 (15" Legend), Style 2 (3 -step circuit), Class 1 (operation range from -4 degrees F to 131 degrees F), Mode 2 (withstand wind loads of 200 mph). 310-2.6 ISOLATION TRANSFORMERS. New isolation transformers shall be Type L-830 and have a wattage rating suitable for the wattage of the fixture and sign lamps. The transformer shall be listed in FAA Circular AC 150/5345-47. Provide 10 percent spare isolation transformers of each type installed for lights, signs and other equipment. Spare transformers shall not be measured for separate payment but shall be considered subsidiary to the respective light fixture or sign pay items. If 10 percent of each type of transformer is not a whole number of transformers, the Contractor shall round -up to the next whole number. CONSTRUCTION METHODS 310-3.1 GENERAL. The installation and testing details for the lighting system shall be as specified in the applicable advisory circulars. The Contractor is responsible for all surveying and measurement which is required to accurately position and aim airfield lighting systems and equipment. Airfield lighting systems and equipment that are improperly installed shall be removed and re -installed correctly as directed by the OAR. No payment will be made for the removal and reinstallation of airfield lighting systems and equipment improperly installed. All remedial work shall be to the satisfaction of the OAR. 310-3.2 LIGHTING LAYOUT PLANS. The Contractor shall stake the airfield lighting systems, prior to installation of any trench, cable or lighting apparatus. The intent is to stake the installation at the locations indicated, noting any deviation from plan dimensions to the OAR prior to installation. The Contractor shall obtain the services of an experienced and licensed surveyor to perform this work. The OAR shall provide electronic CADD files to the Contractor for this staking work. The Contractor shall stake the items and his surveyor shall provide a CADD file submittal back to the OAR. Based upon this submittal, the OAR shall coordinate and provide directions on any adjustments necessary to meet existing SS -310-2 field condition requirements and comply with FAA Advisory Circular requirements on the layout and spacing of equipment. The Contractor and his surveyor shall then make any electronic CADD file spacing adjustments and/or field staking adjustments prior to installation at no additional cost to the Owner. Refer to General Provisions Section 50 Control of Work for additional construction layout and staking requirements. 310-3.3 PLACING THE EQUIPMENT. The equipment shall be mounted on concrete pads as shown in the plans. Secure the equipment and make all final connections. 310-3.4 MOUNTING, LEVELING, AND AIMING. The concrete support to which the equipment is fastened shall be accurately leveled before mounting the equipment. The units shall be properly aimed, as recommended by the manufacturer of the supplied equipment. This adjustment shall be accomplished using factory -approved aiming devices and techniques. 310-3.5 PLACING LIGHTS. All equipment shall be installed at locations indicated in the plans. Lights shall be laid out by locating the two control points by station as indicated on the plans and measuring the indicated individual separation distances. Light bases shall be located within 1 inch +/- longitudinally and 0.5 inches +/- transversely of the location indicated unless deviation is approved by the OAR. Excavation for installation of light bases shall be backfilled with at least 4 inches of granular leveling course, as approved by the OAR. Fixture height shall be as indicated on the Drawings. For pre -cast or prefabricated concrete encased light base installations, a leveling course of sand shall be placed in the bottom of the excavated hole, sufficient for accurately installing, leveling and placing the lights in accordance with the requirements in this specification and AC 150/5340-30. Concrete encased light bases shall be allowed to cure a minimum of 7 days prior to installation. Utilize a bubble level device to level all light fixtures in the horizontal light plane during the day, and then check at night to ensure uniformity in light output. Provide factory -approved alignment tools and aiming devices to properly level and align fixtures as required by the FAA Advisory Circulars and manufacturer's installation instructions. After all light fixture installations are completed and accepted by the OAR, these alignment tools and aiming devices shall become property of the Owner and shall be delivered and stored as directed by the Owner. 310-3.6 PLACING SIGNS. All signs shall be installed at the approximate location indicated in the plans. The specific requirements for sign location are specified in AC 150/5340-18, Standards for Airport Sign Systems. Specific requirements of this AC are also shown on the Plans. Signs shall be located within 1 inch +/- longitudinally or 0.5 inches +/- transversely of the required location unless deviation is approved by the OAR. The locations for the signs shall be staked by the Contractor and approved by the OAR before installation begins. Provide single module signs with one tether. Provide multiple module signs with a tether at both ends. 310-3.7 TRANSFORMER INSTALLATION. The transformer for base mounted fixtures shall be placed inside the base. The transformer for stake mounted fixtures shall be located uniformly as shown on the plans. The primary cable connections shall be made with L-823 connectors as described in Item L-108 and have 3 feet of slack cable. The secondary leads connected to the lamp leads by means of a disconnecting plug and receptacle provided with the unit, and this joint shall not be taped. The secondary joint shall be fastened with a holding ring provided for this purpose. 310-3.8 UNIT ASSEMBLY. All electrical equipment, including edge lights, guidance signs and other visual aid units shall be assembled in accordance with the manufacturer's installation procedures. Anti -seize compound shall be used on all screws, nuts, and threads, including frangible coupling threads. If coated SS -310-3 bolts are used (ceramic metallic/fluoropolymer coating), then do not apply anti -seize compound. Provide and install all spacers, shims, and gaskets as required, and verify they are in place before installing the light fixture on the base. Bolts and washers for new and existing bases shall be new. Do not reuse existing hardware. The minimum thread engagement into top flange of the base shall be 0.5 inches. Coordinate recommended torque values with the light fixture manufacturer, light base can manufacturer, stainless steel bolts and hardware used, and exact anti -seize compound used, in order to prevent light base thread damage. Utilize a dial -type torque wrench for accuracy and to prevent over -tightening bolts. Never use impact wrenches/drills when removing or installing bolts. 310-3.9 IDENTIFICATION NUMBERS. An identifying number shall be assigned to each light and sign in accordance with the plans or as approved by the OAR and Owner. This number shall be assembled according to the airfield equipment identification tag detail in the Drawings. 310-3.10 TEMPORARY AIRFIELD LIGHTING. Refer to the Airfield Lighting Phasing Plans and Details for additional requirements. Existing lighting circuits shall remain operational by use of temporary circuits. New lighting circuits shall also be connected and remain operational by use of temporary circuits. This item shall include all work to maintain the existing and new lighting circuits during construction and allow all taxiways and runways in operation to remain lighted, including that portion through the construction area, as indicated in the Phasing Plans and as directed by the OAR. The Contractor shall perform initial field work including location and verification of existing circuits and submit plans for the temporary airfield lighting required in each work phase, for review and approval by the OAR and Owner, prior to starting work of that phase. This work shall include megger testing of circuits and circuit segments before and after installation and connection of jumpers. The Contractor shall install couplings and other required fittings/appurtenances in conduit systems at last pavement joint within each phase for connecting to conduit systems in the next phase, or for connecting to existing conduit systems to remain. 310-3.11 TESTING. The installation shall be tested in operation as a completed unit prior to acceptance. Tests shall include taking megger and voltage readings as outlined in Item SS -300 and Item L-108. Testing equipment shall be furnished by the Contractor. Refer to Item L-108 for additional test requirements. Tests shall be conducted in the presence of the OAR and shall be to his/her satisfaction. All installations shall be fully tested by continuous operation for not less than 24 hours as completed systems prior to acceptance. These tests shall include the functioning of each control not less than 10 times. Equipment and materials covered by FAA Advisory Circulars are referred to by item numbers and approved equipment is listed within the AC 150/5345-53 Airport Lighting Equipment Certification Program's monthly Addendum, which contains a complete and updated listing of the certified equipment and manufacturers, and is listed in the FAA Buy American Preference equipment list, which is also updated monthly. The Contractor shall provide and install new certified equipment that works reliably and efficiently with the existing equipment to remain in service. The Contractor shall provide any additional accessories and/or appurtenances required to provide fully functional electrical systems to the satisfaction of the Owner and OAR, at no additional cost to the Owner. The Contractor shall ascertain that all lighting system components furnished (including FAA certified and approved equipment) are compatible in all respects with each other and the remainder of the new and existing systems. Any non -compatible components furnished by the Contractor shall be replaced at no additional cost to the Owner with a similar unit that is approved by the OAR and compatible with the remainder of the airport lighting system. SS -310-4 METHOD OF MEASUREMENT 310-4.1 The quantity of lights of each type to be measured for under this item shall be the number of each installed, complete with isolation transformers, lamps, junction cans, base plates, gaskets, couplings, specified height columns, concrete bases, cables, connectors, safety ground rods, bolts/hardware, and all other required appurtenances, as completed units in place, ready for operation, and accepted by the OAR. See section on Spare Equipment for information on spare fixture requirements. 310-4.2 The quantity of owner -furnished guidance signs of each type to be measured for under this item shall be the number of each sign provided by the owner, complete with isolation transformers, new sign panels, junction cans, concrete bases/pads, cables, connectors, safety ground rods, tethers, and all other required appurtenances, as completed units in place, ready for operation, and accepted by the OAR. 310-4.3 Temporary airfield lighting shall be measured as a lump sum complete item, including all work completed in place and ready for operation, and including the installation, protection, and removal of all temporary cables, conduits, lighting, grounding, marking, and associated items and appurtenances, as indicated in the Drawings and as directed by the OAR. BASIS OF PAYMENT 310-5.1 Payment will be made at the contract unit price for each complete item, measured as provided above, and accepted by the OAR. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the OAR. Payment will be made under: Item SS -310-5.1 L-861 T(L) Base Mounted Taxiway Edge Light, Installed -- per Each Item SS -310-5.2 L-861T(L) Base Mounted Taxiway Edge Light, Installed with 18" Shallow Base Can -- per Each Item SS -310-5.3 Owner -Furnished L-858, 2 -Module, Base Mounted Guidance Sign, Installed on New Foundation with New Sign Panels -- per Each Item SS -310-5.4 Owner -Furnished L-858, 3 -Module, Base Mounted Guidance Sign, Installed on New Foundation with New Sign Panels -- per Each Item SS -310-5.5 Existing Guidance Sign Renovated with New Sign Panels -- per Each Item SS -310-5.6 Vehicle Stop Sign -- per Each Item SS -310-5.7 L-852T(L) Low Profile Base Mounted In -pavement Taxiway Edge Light, Installed in Existing Pavement -- per Each Item SS -310-5.8 Temporary Airfield Lighting -- per Lump Sum END OF ITEM SS -310 SS -310-5 This page intentionally left blank AC 150/5370-1 OG ITEM L-108 UNDERGROUND POWER CABLE FOR AIRPORTS DESCRIPTION 7/21/2014 108-1.1 This item shall consist of furnishing and installing power cables that are direct buried and furnishing and/or installing power cables within conduit or duct banks per these specifications at the locations shown on the plans. It includes excavation and backfill of trench for direct -buried cables only. Also included are the installation of counterpoise wires, ground wires, ground rods and connections, cable splicing, cable marking, cable testing, and all incidentals necessary to place the cable in operating condition as a completed unit to the satisfaction of the Engineer. This item shall not include the installation of duct banks or conduit, trenching and backfilling for duct banks or conduit, or furnishing or installation of cable for FAA owned/operated facilities. Requirements and payment for trenching and backfilling for the installation of underground conduit and duct banks is in Item L-110, Airport Underground Electrical Duct Banks and Conduits. EQUIPMENT AND MATERIALS 108-2.1 GENERAL. a. Airport lighting equipment and materials covered by advisory circulars (AC) shall be approved under the Airport Lighting Equipment Certification Program per AC 150/5345-53, current version. b. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification, when requested by the Engineer. c. Manufacturer's certifications shall not relieve the Contractor of the responsibility to provide materials per these specifications. Materials supplied and/or installed that do not comply with these specifications shall be removed (when directed by the Engineer) and replaced with materials that comply with these specifications at the Contractor's cost. d. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify products or models applicable to this project. Indicate all optional equipment and delete any non -pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment to which they apply on each submittal sheet. Markings shall be made bold and clear with arrows or circles (highlighting is not acceptable). The Contractor is solely responsible for delays in the project that may accrue directly or indirectly from late submissions or resubmissions of submittals. e. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the plans and specifications. The Contractor's submittals shall be neatly bound in a properly sized 3 - ring binder, tabbed by specification section. The Engineer reserves the right to reject any and all equipment, materials, or procedures that do not meet the system design and the standards and codes, specified in this document. f. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for at least twelve (12) months from the date of final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. The Contractor shall be responsible to maintain a minimum insulation resistance per AC 150/5340-26B, Maintenance Airport Visual aid Facilities, Table 5- L-108-1 AC 150/5370-10G 7/21/2014 1 and paragraph 5.1.3.1, with isolation transformers connected in new circuits and new segments of existing circuits through the end of the contract warranty period. 108-2.2 CABLE. Underground cable for airfield lighting facilities (runway and taxiway lights and signs) shall conform to the requirements of AC 150/5345-7, Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits latest edition. Conductors for use on 6.6 ampere primary airfield lighting series circuits shall be single conductor, seven strand, #8 American wire gauge AWG), L-824 Type C, 5,000 volts, nonshielded, with cross-linked polyethylene insulation. Conductors for use on 20 ampere primary airfield lighting series circuits shall be single conductor, seven strand, #6 AWG, L-82'1 [Type B] [Type C], 5,000 volts, nonshielded, with [ethylene propylene insulation] [cross-linked polyethylene insulation]. L 824 conductors for use on the L-830 secondary of airfield lighting series circuits shall be sized in accordance with the manufacturer's recommendations. All other conductors shall comply with FAA and National Electric Code (NEC) requirements. Conductor sizes noted above shall not apply to leads furnished by manufacturers on airfield lighting transformers and fixtures. Wire for electrical circuits up to 600 volts shall comply with Specification L-824 and/or Federal Specification J -C-30 and shall be type THWN-2, 75°C. Conductors for parallel (voltage) circuits shall be sized and installed in accordance with NFPA-70, National Electrical Code. Unless noted otherwise, all 600 -volt and less non -airfield lighting conductor sizes are based on a 75°C, THWN-2, 600 volt insulation, copper conductors, not more than three single insulated conductors, in raceway, in free air. The conduit/duct sizes are based on the use of THWN-2, 600 volt insulated conductors. The Contractor shall make the necessary increase in conduit/duct sizes for other types of wire insulation. In no case shall the conduit/duct size be reduced. The minimum power circuit wire size shall be #12 AWG. Conductor sizes may have been adjusted due to voltage drop or other engineering considerations. Equipment provided by the Contractor shall be capable of accepting the quantity and sizes of conductors shown in the Contract Documents. All conductors, pigtails, cable step-down adapters, cable step-up adapters, terminal blocks and splicing materials necessary to complete the cable termination/splice shall be considered incidental to the respective pay items provided. Cable type, size, number of conductors, strand and service voltage shall be as specified in the Contract Document. 108-2.3 BARE COPPER WIRE (COUNTERPOISE, BARE COPPER WIRE GROUND AND GROUND RODS). Wire for counterpoise or ground installations for airfield lighting systems shall be No. 6 AWG bare solid copper wire for counterpoise and/or No. 6 AWG insulated stranded for ground wire per ASTM B3 and ASTM B8, and shall be bare copper wire per ASTM B33. See AC 150/5340-30 for additional details about counterpoise and ground wire types and installation. For voltage powered circuits, the equipment ground conductor shall be minimum No. 6 AWG, 600V rated, Type XHHW insulated, green color, stranded copper equipment ground conductor. Ground rods shall be copper -clad steel. The ground rods shall be of the length and diameter specified on the plans, but in no case be less than 10 feet (2.54 m) long and 3/4 inch (19 mm) in diameter. 108-2.4 CABLE CONNECTIONS. In-line connections or splices of underground primary cables shall be of the type called for on the plans, and shall be one of the types listed below. No separate payment will be made for cable connections. a. The Cast Splice. A cast splice, employing a plastic mold and using epoxy resin equivalent to that manufactured by 3MTM Company, "Scotchcast" Kit No. 82-B, or as manufactured by Hysol® Corporation, "Hyseal Epoxy Splice" Kit No. E1135, or an approved equivalent, used for potting the splice is acceptable. L-108-2 AC 150/5370-10G 7/21/2014 b. The Field -Attached Plug -In Splice. Figure 3 of AC 150/5345-26, Specification for L-823 Plug and Receptacle, Cable Connectors, employing connector kits, is acceptable for field attachment to single conductor cable. It shall be the Contractor's responsibility to determine the outside diameter of the cable to be spliced and to furnish appropriately sized connector kits and/or adapters and heat shrink tubing with integral sealant. c. The Factory -Molded Plug-in Splice. Specification for L-823 Connectors, Factory -Molded to Individual Conductors, is acceptable. d. The Taped or Heat -Shrink Splice. Taped splices employing field -applied rubber, or synthetic rubber tape covered with plastic tape is acceptable. The rubber tape should meet the requirements of ASTM D4388 and the plastic tape should comply with Military Specification MIL -I-24391 or Commercial Item Description A -A-55809. Heat shrinkable tubing shall be heavy -wall, self-sealing tubing rated for the voltage of the wire being spliced and suitable for direct -buried installations. The tubing shall be factory coated with a thermoplastic adhesive -sealant that will adhere to the insulation of the wire being spliced forming a moisture- and dirt -proof seal. Additionally, heat shrinkable tubing for multi -conductor cables, shielded cables, and armored cables shall be factory kits that are designed for the application. Heat shrinkable tubing and tubing kits shall be manufactured by Tyco Electronics/ Raychem Corporation, Energy Division, or approved equivalent. In all the above cases, connections of cable conductors shall be made using crimp connectors using a crimping tool designed to make a complete crimp before the tool can be removed. All L -823/L-824 splices and terminations shall be made per the manufacturer's recommendations and listings. All connections of counterpoise, grounding conductors and ground rods shall be made by the exothermic process or approved equivalent, except that a light base ground clamp connector shall be used for attachment to the light base. See AC 150/5340-30 for additional information about methods of attaching a ground to a galvanized light base. All exothermic connections shall be made per the manufacturer's recommendations and listings. 108-2.5 SPLICER QUALIFICATIONS. Every airfield lighting cable splicer shall be qualified in making airport cable splices and terminations on cables rated at or above 5,000 volts AC. The Contractor shall submit to the Engineer proof of the qualifications of each proposed cable splicer for the airport cable type and voltage level to be worked on. Cable splicing/terminating personnel shall have a minimum of three (3) years continuous experience in terminating/splicing medium voltage cable. 108-2.6 CONCRETE. Concrete for cable markers shall be per Specification Item P-610, Structural Portland Cement Concrete - 108 -2.7 FLOWABLE BACKFILL. Flowable material used to backfill trenches for power cable trenches shall conform to the requirements of Item P-153, Controlled Low Strength Material. 108-2.8 CABLE IDENTIFICATION TAGS. Cable identification tags shall be made from a non -corrosive material with the circuit identification stamped or etched onto the tag. The tags shall be of the type as detailed on the plans. 108-2.9 TAPE. Electrical tapes shall be ScotchlM Electrical Tapes—ScotchlM 88 (1-1/2 inch (38 mm) wide) and ScotchTM 130C® linerless rubber splicing tape (2 -inch (50 mm) wide), as manufactured by the Minnesota Mining and Manufacturing Company (3MTM), or an approved equivalent. 108-2.10 ELECTRICAL COATING. Electrical coating shall be ScotchkoteTM as manufactured by 3MTM, or an approved equivalent. 108-2.11 EXISTING CIRCUITS. Whenever the scope of work requires connection to an existing circuit, the circuit's insulation resistance shall be tested, in the presence of the Engineer. The test shall be L-108-3 AC 150/5370-10G 7/21/2014 performed per this item and prior to any activity that will affect the respective circuit. The Contractor shall record the results on forms acceptable to the Engineer. When the work affecting the circuit is complete, the circuit's insulation resistance shall be checked again, in the presence of the Engineer. The Contractor shall record the results on forms acceptable to the Engineer. The second reading shall be equal to or greater than the first reading or the Contractor shall make the necessary repairs to the circuit to bring the second reading above the first reading. All repair costs including a complete replacement of the L-823 connectors, L-830 transformers and L-824 cable, if necessary, shall be borne by the Contractor. All test results shall be submitted in the Operation and Maintenance (O&M) Manual. 108-2.12 DETECTABLE WARNING TAPE. Plastic, detectable, American Public Works Association (APWA) Red (electrical power lines, cables, conduit and lighting cable) with continuous legend magnetic tape shall be polyethylene film with a metalized foil core and shall be 3-6 inches (75-150 mm) wide. Detectable tape is incidental to the respective bid item. CONSTRUCTION METHODS 108-3.1 GENERAL. The Contractor shall install the specified cable at the approximate locations indicated on the plans. Unless otherwise shown on the plans, all cable required to cross under pavements expected to carry aircraft loads shall be installed in concrete encased duct banks. Wherever possible, cable shall be run without splices, from connection to connection. Cable connections between lights will be permitted only at the light locations for connecting the underground cable to the primary leads of the individual isolation transformers. The Contractor shall be responsible for providing cable in continuous lengths for home runs or other long cable runs without connections unless otherwise authorized in writing by the Engineer or shown on the plans. In addition to connectors being installed at individual isolation transformers, L-823 cable connectors for maintenance and test points shall be installed at locations shown on the plans. Cable circuit identification markers shall be installed on both sides of the L-823 connectors installed or at least once in each access point where L-823 connectors are not installed. Provide not less than 3 feet (1 m) of cable slack on each side of all connections, isolation transformers, light units, and at points where cable is connected to field equipment. Where provisions must be made for testing or for future above grade connections, provide enough slack to allow the cable to be extended at least one foot (30 cm) vertically above the top of the access structure. This requirement also applies where primary cable passes through empty light bases, junction boxes, and access structures to allow for future connections, or as designated by the Engineer. Primary airfield lighting cables installed shall have cable circuit identification markers attached on both sides of each L-823 connector and on each airport lighting cable entering or leaving cable access points, such as manholes, hand holes, pull boxes, junction boxes, etc. Markers shall be of sufficient length for imprinting the cable circuit identification legend on one line, using letters not less than 1/4 inch (6 mm) in size. The cable circuit identification shall match the circuits noted on the construction plans. 108-3.2 INSTALLATION IN DUCT BANKS OR CONDUITS. This item includes the installation of the cable in duct banks or conduit per the following paragraphs. The maximum number and voltage ratings of cables installed in each single duct or conduit, and the current -carrying capacity of each cable shall be per the latest version of the National Electric Code, or the code of the local agency or authority having jurisdiction. The Contractor shall make no connections or splices of any kind in cables installed in conduits or duct banks. L-108-4 AC 150/5370-10G 7/21/2014 Unless otherwise designated in the plans, where ducts are in tiers, use the lowest ducts to receive the cable first, with spare ducts left in the upper levels. Check duct routes prior to construction to obtain assurance that the shortest routes are selected and that any potential interference is avoided. Duct banks or conduits shall be installed as a separate item per Item L-110, Airport Underground Electrical Duct Banks and Conduit. The Contractor shall run a mandrel through duct banks or conduit prior to installation of cable to ensure that the duct bank or conduit is open, continuous and clear of debris. The mandrel size shall be compatible with the conduit size. The Contractor shall swab out all conduits/ducts and clean light bases, manholes, etc., interiors immediately prior to pulling cable. Once cleaned and swabbed, the light bases and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts, light bases, manholes, etc., is incidental to the pay item of the item being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be re- cleaned at the Contractor's expense. The Contractor shall verify existing ducts proposed for use in this project as clear and open. The Contractor shall notify the Engineer of any blockage in the existing ducts. The cable shall be installed in a manner that prevents harmful stretching of the conductor, damage to the insulation, or damage to the outer protective covering. The ends of all cables shall be sealed with moisture - seal tape providing moisture -tight mechanical protection with minimum bulk, or alternately, heat shrinkable tubing before pulling into the conduit and it shall be left sealed until connections are made. Where more than one cable is to be installed in a conduit, all cable shall be pulled in the conduit at the same time. The pulling of a cable through duct banks or conduits may be accomplished by hand winch or power winch with the use of cable grips or pulling eyes. Maximum pulling tensions shall not exceed the cable manufacturer's recommendations. A non -hardening cable -pulling lubricant recommended for the type of cable being installed shall be used where required. The Contractor shall submit the recommended pulling tension values to the Engineer prior to any cable installation. If required by the Engineer, pulling tension values for cable pulls shall be monitored by a dynamometer in the presence of the Engineer. Cable pull tensions shall be recorded by the Contractor and reviewed by the Engineer. Cables exceeding the maximum allowable pulling tension values shall be removed and replaced by the Contractor at the Contractor's expense. The manufacturer's minimum bend radius or NEC requirements (whichever is more restrictive) shall apply. Cable installation, handling and storage shall be per manufacturer's recommendations. During cold weather, particular attention shall be paid to the manufacturer's minimum installation temperature. Cable shall not be installed when the temperature is at or below the manufacturer's minimum installation temperature. At the Contractor's option, the Contractor may submit a plan, for review by the Engineer, for heated storage of the cable and maintenance of an acceptable cable temperature during installation when temperatures are below the manufacturer's minimum cable installation temperature. Cable shall not be dragged across base can or manhole edges, pavement or earth. When cable must be coiled, lay cable out on a canvas tarp or use other appropriate means to prevent abrasion to the cable jacket. 108-3.3 INSTALLATION OF DIRECT -BURIED CABLE IN TRENCHES. Unless otherwise specified, the Contractor shall not use a cable plow for installing the cable. Cable shall be unreeled uniformly in place alongside or in the trench and shall be carefully placed along the bottom of the trench. The cable shall not be unreeled and pulled into the trench from one end. Slack cable sufficient to provide strain relief shall be placed in the trench in a series of S curves. Sharp bends or kinks in the cable shall not be permitted. Where cables must cross over each other, a minimum of 3 inches (75 mm) vertical displacement shall be provided with the topmost cable depth at or below the minimum required depth below finished grade. a. Trenching. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for cables may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of surface is disturbed. Graders L-108-5 AC 150/5370-1OG 7/21/2014 shall not be used to excavate the trench with their blades. The bottom surface of trenches shall be essentially smooth and free from coarse aggregate. Unless otherwise specified, cable trenches shall be excavated to a minimum depth of 18 inches (0.5 m) below finished grade per NEC Table 300.5, except as follows: (1) When off the airport or crossing under a roadway or driveway, the minimum depth shall be 36 inches (91 cm) unless otherwise specified. (2) Minimum cable depth when crossing under a railroad track, shall be 42 inches (1 m) unless otherwise specified. Dewatering necessary for cable installation, erosion and turbidity control, per Federal, state, and local requirements is incidental to its respective pay items as part of Item L-108. The cost of all excavation regardless of type of material encountered, shall be included in the unit price bid for the L-108 Item. The Contractor shall excavate all cable trenches to a width not less than 6 inches (150 mm). Unless otherwise specified on the plans, all cables in the same location and running in the same general direction shall be installed in the same trench. When rock is encountered, the rock shall be removed to a depth of at least 3 inches (75 mm) below the required cable depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 1/4 inch (6 mm) sieve. Flowable backfill material may alternatively be used. The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All such rock removal shall be performed and paid for under and subsidiary to the respective trenching or conduit or duct bank pay item. Duct bank or conduit markers temporarily removed for trench excavations shall be replaced as required. It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation. Where existing active cables cross proposed installations, the Contractor shall ensure that these cables are adequately protected. Where crossings are unavoidable, no splices will be allowed in the existing cables, except as specified on the plans. Installation of new cable where such crossings must occur shall proceed as follows: (1) Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely no damage has occurred. (2) Trenching, etc., in cable areas shall then proceed, with approval of the Engineer, with care taken to minimize possible damage or disruption of existing cable, including careful backfilling in area of cable. In the event that any previously identified cable is damaged during the course of construction, the Contractor shall be responsible for the complete repair or replacement. b. Backfilling. After the cable has been installed, the trench shall be backfilled. The first layer of backfill in the trench shall be 3 inches (75 mm) deep, loose measurement, and shall be either earth or sand containing no mineral aggregate particles that would be retained on a 1/4 inch (6 mm) sieve. This layer shall not be compacted. The second layer shall be 5 inches (125 mm) deep, loose measurement, and shall contain no particles that would be retained on a one inch (25 mm) sieve. The remaining third and subsequent layers of backfill shall not exceed 8 inches (20 cm) of loose measurement and be excavated or imported material and shall not contain stone or aggregate larger than 4 inches (100 mm) maximum diameter. L-108-6 AC 150/5370-10G 7/21/2014 The second and subsequent layers shall be thoroughly tamped and compacted to at least the density of the adjacent undisturbed soil, and to the satisfaction of the Engineer. If necessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required. If the cable is to be installed in locations or areas where other compaction requirements are specified (under pavements, embankments, etc.) the compaction requirements per Item P-152 for that area shall be followed. Trenches shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface, except that when turf is to be established over the trench, the backfilling shall be stopped at an appropriate depth consistent with the type of turfing operation to be accommodated. A proper allowance for settlement shall also be provided. Any excess excavated material shall be removed and disposed of per the plans and specifications. Underground electrical warning (caution) tape shall be installed in the trench above all direct -buried cable. Contractor shall submit a sample of the proposed warning tape for acceptance by the Engineer. If not shown on the plans, the warning tape shall be located 6 inches (150 mm) above the direct -buried cable or the counterpoise wire if present. A 3-6 inch (75 - 150 mm) wide polyethylene film detectable tape, with a metalized foil core, shall be installed above all direct buried cable or counterpoise. The tape shall be of the color and have a continuous legend as indicated on the plans. The tape shall be installed 8 inch (200 mm) minimum below finished grade. c. Restoration. Following restoration of all trenching near airport movement surfaces, the Contractor shall visually inspect the area for foreign object debris (FOD) and remove any that is found. Where soil and sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by work shall be restored to its original condition. The restoration shall include the topsoiling and seeding as shown on the plans. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. When trenching is through paved areas, restoration shall be equal to existing conditions and compaction shall meet the requirements of Item P-152. Restoration shall be considered incidental to the pay item of which it is a component part. 108-3.4 CABLE MARKERS FOR DIRECT -BURIED CABLE. The location of direct buried circuits shall be marked by a concrete slab marker, 2 feet (60 cm) square and 4-6 inch (10 - 15 cm) thick, extending approximately one inch (25 mm) above the surface. Each cable run from a line of lights and signs to the equipment vault shall be marked at approximately every 200 feet (61 m) along the cable run, with an additional marker at each change of direction of cable run. All other direct -buried cable shall be marked in the same manner. Cable markers shall be installed directly above the cable. The Contractor shall impress the word "CABLE" and directional arrows on each cable marking slab. The letters shall be approximately 4 inches (100 mm) high and 3 inches (75 mm) wide, with width of stroke 1/2 inch (12 mm) and 1/4 inch (6 mm) deep. At the location of each underground cable connection, except at lighting units, or isolation transformers, or power a concrete marker slab must mark adapters placed above the connection. The Contractor shall impress the word "SPLICE" on each slab. The Contractor also shall impress additional circuit identification symbols on each slab as directed by the Engineer. All cable markers and splice markers shall be painted international orange. Paint shall be specifically manufactured for uncured exterior concrete. After placement, all cable or splice markers shall be given one coat of high -visibility aviation orange paint as approved by the Engineer. Furnishing and installation of cable markers is incidental to the respective cable pay item. 108-3.5 SPLICING. Connections of the type shown on the plans shall be made by experienced personnel regularly engaged in this type of work and shall be made as follows: L-108-7 AC 150/5370-10G 7/21/2014 a. Cast splices. These shall be made by using crimp connectors for jointing conductors. Molds shall be assembled, and the compound shall be mixed and poured per the manufacturer's instructions and to the satisfaction of the Engineer. b. Field -attached plug-in splices. These shall be assembled per the manufacturer's instructions. These splices shall be made by plugging directly into mating connectors. In all cases the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 inches (38 mm) on each side of the joint. c. Factory -molded plug-in splices. These shall be made by plugging directly into mating connectors. In all cases, the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1- 1/2 inches (38 mm) on each side of the joint. d. Taped or heat -shrink splices. A taped splice shall be made in the following manner: Bring the cables to their final position and cut so that the conductors will butt. Remove insulation and jacket allowing for bare conductor of proper length to fit compression sleeve connector with 1/4 inch (6 mm) of bare conductor on each side of the connector. Prior to splicing, the two ends of the cable insulation shall be penciled using a tool designed specifically for this purpose and for cable size and type. Do not use emery paper on splicing operation since it contains metallic particles. The copper conductors shall be thoroughly cleaned. Join the conductors by inserting them equidistant into the compression connection sleeve. Crimp conductors firmly in place with crimping tool that requires a complete crimp before tool can be removed. Test the crimped connection by pulling on the cable. Scrape the insulation to assure that the entire surface over which the tape will be applied (plus 3 inches (75 mm) on each end) is clean. After scraping wipe the entire area with a clean lint -free cloth. Do not use solvents. Apply high-voltage rubber tape one-half lapped over bare conductor. This tape should be tensioned as recommended by the manufacturer. Voids in the connector area may be eliminated by highly elongating the tape, stretching it just short of its breaking point. Throughout the rest of the splice less tension should be used. Always attempt to exactly half -lap to produce a uniform buildup. Continue buildup to 1-1/2 times cable diameter over the body of the splice with ends tapered a distance of approximately one inch (25 mm) over the original jacket. Cover rubber tape with two layers of vinyl pressure -sensitive tape one-half lapped. Do not use glyptol or lacquer over vinyl tape as they react as solvents to the tape. No further cable covering or splice boxes are required. Heat shrinkable tubing shall be installed following manufacturer's instructions. Direct flame heating shall not be permitted unless recommended by the manufacturer. Cable surfaces within the limits of the heat - shrink application shall be clean and free of contaminates prior to application. Surfaces of equipment or conductors being terminated or connected shall be prepared in accordance with industry standard practice and manufacturer's recommendations. All surfaces to be connected shall be thoroughly cleaned to remove all dirt, grease, oxides, nonconductive films, or other foreign material. Paints and other nonconductive coatings shall be removed to expose base metal. Clean all surfaces at least 1/4 inch (6.4 mm) beyond all sides of the larger bonded area on all mating surfaces. Use a joint compound suitable for the materials used in the connection. Repair painted/coated surface to original condition after completing the connection. 108-3.6 BARE COUNTERPOISE WIRE INSTALLATION FOR LIGHTNING PROTECTION AND GROUNDING. If shown on the plans or included in the job specifications, bare solid #6 AWG copper counterpoise wire shall be installed for lightning protection of the underground cables. The Engineer shall select one of two methods of lightning protection for the airfield lighting circuit based on the frequency of local lightning: L-108-8 AC 150/5370-1OG 7/21/2014 a. Equipotential. — may be used by the Engineer for areas that have high rates of lightning strikes. This is where the counterpoise is bonded to the light base (edge lights included) and counterpoise size is determined by the Engineer. b. Isolation used in areas where lightning strikes are not common. The counterpoise is not bonded to edge light fixtures, in pavement fixtures are bonded to the counterpoise. Counterpoise size is selected by the Engineer. Counterpoise wire shall be installed in the same trench for the entire length of buried cable, conduits and duct banks that are installed to contain airfield cables. For raceways installed under pavement; for raceways and cables not installed adjacent to the full strength pavement edge; for fixtures installed in full strength pavement and shoulder pavement and for optional method of edge lights installed in turf (stabilized soils); and for raceways or cables adjacent to the full strength pavement edge, the counterpoise conductor shall be centered over the raceway or cable to be protected as described below. The counterpoise conductor shall be installed no less than 8 inches (203 mm) above the raceway or cable to be protected, except as permitted below. The minimum counterpoise conductor height above the raceway or cable to be protected shall be permitted to be adjusted subject to coordination with the airfield lighting and pavement designs. Where raceway is installed by the directional bore, jack and bore, or other drilling method, the counterpoise conductor shall be permitted to be installed concurrently with the directional bore, jack and bore, or other drilling method raceway, external to the raceway or sleeve. The counterpoise conductor shall be installed no more than 12 inches (305 mm) above the raceway or cable to be protected. The counterpoise conductor height above the protected raceway(s) or cable(s) shall be calculated to ensure that the raceway or cable is within a 45 -degree area of protection. The counterpoise conductor shall be bonded to each metallic light base, mounting stake, and metallic airfield lighting component. All metallic airfield lighting components in the field circuit on the output side of the constant current regulator (CCR) or other power source shall be bonded to the airfield lighting counterpoise system. The counterpoise wire shall also be exothermically welded to ground rods installed as shown on the plans but not more than 500 feet (150 m) apart around the entire circuit. The counterpoise system shall be continuous and terminate at the transformer vault or at the power source. It shall be securely attached to the vault or equipment external ground ring or other made electrode -grounding system. The connections shall be made as shown on the plans and in the specifications. If shown on the plans or in the specifications, a separate equipment (safety) ground system shall be provided in addition to the counterpoise wire using one of the following methods: c. A ground rod installed at and securely attached to each light fixture base, mounting stake, and to all metal surfaces at junction/access structures via #6 AWG wire. d. For parallel voltage systems only, install a #6 AWG green insulated equipment ground conductor internal to the conduit system and securely attached it to each light fixture base internal grounding lug and to all metal surfaces at junction/access structures. Dedicated ground rods shall be installed and exothermically welded to the counterpoise wires at each end of a duct bank crossing under pavement. Where an existing airfield lighting system is being extended or modified, the new counterpoise conductors shall be interconnected to existing counterpoise conductors at each intersection of the new and existing airfield lighting counterpoise systems. L-108-9 AC 150/5370-10G 7/21/2014 108-3.7 COUNTERPOISE INSTALLATION ABOVE MULTIPLE CONDUITS AND DUCT BANKS. Counterpoise wires shall be installed above multiple conduits/duct banks for airfield lighting cables, with the intent being to provide a complete area of protection over the airfield lighting cables. When multiple conduits and/or duct banks for airfield cable are installed in the same trench, the number and location of counterpoise wires above the conduits shall be adequate to provide a complete cone of protection measured 22-1/2 degrees each side of vertical. Where duct banks pass under pavement to be constructed in the project, the counterpoise shall be placed above the duct bank. Reference details on the construction plans. 108-3.8 COUNTERPOISE INSTALLATION AT EXISTING DUCT BANKS. When airfield lighting cables are indicated on the plans to be routed through existing duct banks, the new counterpoise wiring shall be terminated at ground rods at each end of the existing duct bank where the cables being protected enter and exit the duct bank. The new counterpoise conductor shall be bonded to the existing counterpoise system. 108-3.9 EXOTHERMIC BONDING. Bonding of counterpoise wire shall be by the exothermic welding process. Only personnel experienced in and regularly engaged in this type of work shall make these connections. Contractor shall demonstrate to the satisfaction of the Engineer, the welding kits, materials and procedures to be used for welded connections prior to any installations in the field. The installations shall comply with the manufacturer's recommendations and the following: a. All slag shall be removed from welds. b. Using an exothermic weld to bond the counterpoise to a lug on a galvanized light base is not recommended unless the base has been specially modified. Consult the manufacturer's installation directions for proper methods of bonding copper wire to the light base. See also AC 150/5340-30 for galvanized light base exception. c. If called for in the plans, all buried copper and weld material at weld connections shall be thoroughly coated with 6 mm of 3MTM ScotchkoteTM, or approved equivalent, or coated with coal tar Bitumastic® material to prevent surface exposure to corrosive soil or moisture. 108-3.10 TESTING. The Contractor shall furnish all necessary equipment and appliances for testing the airport electrical systems and underground cable circuits before and after installation. The Contractor shall perform all tests in the presence of the Engineer. The Contractor shall demonstrate the electrical characteristics to the satisfaction of the Engineer. All costs for testing are incidental to the respective item being tested. For phased projects, the tests must be completed by phase. The Contractor must maintain the test results throughout the entire project as well as during the warranty period that meet the following: a. Earth resistance testing methods shall be submitted to the Engineer for approval. Earth resistance testing results shall be recorded on an approved form and testing shall be performed in the presence of the Engineer. All such testing shall be at the sole expense of the Contractor. b. Should the counterpoise or ground grid conductors be damaged or suspected of being damaged by construction activities the Contractor shall test the conductors for continuity with a low resistance ohmmeter. The conductors shall be isolated such that no parallel path exists and tested for continuity. The Engineer shall approve of the test method selected. All such testing shall be at the sole expense of the Contractor. After installation, the Contractor shall test and demonstrate to the satisfaction of the Engineer the following: L-108-10 AC 150/5370-10G 7/21/2014 c. That all affected lighting power and control circuits (existing and new) are continuous and free from short circuits. d. That all affected circuits (existing and new) are free from unspecified grounds. e. That the insulation resistance to ground of all new non -grounded high voltage series circuits or cable segments is not less than 500 megohms. f. That the insulation resistance to ground of all new non -grounded conductors of new multiple circuits or circuit segments is not less than 100 megohms. g. That all affected circuits (existing and new) are properly connected per applicable wiring diagrams. h. That all affected circuits (existing and new) are operable. Tests shall be conducted that include operating each control not less than 10 times and the continuous operation of each lighting and power circuit for not less than 1/2 hour. i. That the impedance to ground of each ground rod does not exceed 25 ohms prior to establishing connections to other ground electrodes. The fall -of -potential ground impedance test shall be used, as described by American National Standards Institute/Institute of Electrical and Electronic Engineers (ANSI/IEEE) Standard 81, to verify this requirement. As an alternate, clamp -on style ground impedance test meters may be used to satisfy the impedance testing requirement. Test equipment and its calibration sheets shall be submitted for review and approval by the Engineer prior to performing the testing. Two copies of tabulated results of all cable tests performed shall be supplied by the Contractor to the Engineer. Where connecting new cable to existing cable, ground resistance tests shall be performed on the new cable prior to connection to the existing circuit. There are no approved "repair" procedures for items that have failed testing other than complete replacement. METHOD OF MEASUREMENT 108-4.1 Trenching shall be measured by the linear feet (meters) of trench, including the excavation, backfill, and restoration, completed, measured as excavated, and accepted as satisfactory. When specified, separate measurement shall be made for trenches of various specified widths. The cost of all excavation, backfill, dewatering and restoration regardless of the type of material encountered shall be included in the unit price bid for the work. 108-4.2 Cable or counterpoise wire installed in trench, duct bank or conduit shall be measured by the number of linear feet (meters) installed and grounding connectors, and trench marking tape ready for operation, and accepted as satisfactory. Separate measurement shall be made for each cable or counterpoise wire installed in trench, duct bank or conduit. The measurement for this item shall include additional quantities required for slack. 108 4.3 Ground rods shall be measured by each [10 foot] section installed complete. BASIS OF PAYMENT 108-5.1 Payment will be made at the contract unit price for trenching, cable and bare counterpoise wire installed in trench (direct -buried), or cable and equipment ground installed in duct bank or conduit, in place by the Contractor and accepted by the Engineer. This price shall be full compensation for furnishing all L-108-11 AC 150/5370-1OG 7/21/2014 materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals, including ground rods and ground connectors and trench marking tape, necessary to complete this item. Payment will be made under: Item L-108-5.1 No. 8 AWG, 5 kV, L-824, Type C Cable, Installed in Trench, Duct Bank or Conduit - per Linear Foot Item L-108-5.2 No. 6 AWG, Solid, Bare Counterpoise Wire, Installed in Trench, Above the Duct Bank or Conduit, Including Ground Rods and Ground Connectors - per Linear Foot MATERIAL REQUIREMENTS AC 150/5340-26 Maintenance of Airport Visual Aid Facilities AC 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors AC 150/5345-53 Airport Lighting Equipment Certification Program Commercial Item Description A -A-59544 Cable and Wire, Electrical (Power, Fixed Installation) Commercial Item Description A -A-55809 Insulation Tape, Electrical, Pressure -Sensitive Adhesive, Plastic ASTM B3 Standard Specification for Soft or Annealed Copper Wire ASTM B8 Standard Specification for Concentric -Lay -Stranded Copper Conductors, Hard, Medium -Hard, or Soft ASTM B33 Standard Specification for Tin -Coated Soft or Annealed Copper Wire for Electrical Purposes ASTM D33 Tinned Soft of Annealed Copper Wire for Electrical Purposes ASTM D4388 Standard Specification for Nonmetallic Semi -Conducting and Electrically Insulating Rubber Tapes FED SPEC J -C-30 Cable and Wire, Electrical (Power, Fixed Installation) MIL -I-24391 Insulation Tape, Electrical, Plastic, Pressure Sensitive MIL -P-21035 Paint High Zinc Duct Content, Galvanizing Repair L-108-12 AC 150/5370-1OG 7/21/2014 NFPA-70 NFPA-780 MIL -S -23586F ANSI/IEEE STD 81 REFERENCE DOCUMENTS National Electrical Code (NEC) Standard for the Installation of Lightning Protection Systems Performance Specification: Sealing Compound (with Accelerator), Silicone Rubber, Electrical IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System END OF ITEM L-108 L-108-13 This page intentionally left blank ITEM L-110 AIRPORT UNDERGROUND ELECTRICAL DUCT BANKS AND CONDUITS DESCRIPTION 110-1.1 This item shall consist of underground electrical conduits and duct banks (single or multiple conduits encased in concrete or buried in sand) installed per this specification at the locations and per the dimensions, designs, and details shown on the plans. This item shall include furnishing and installing of all underground electrical duct banks and individual and multiple underground conduits. It shall also include all turfing trenching, backfilling, removal, and restoration of any paved or turfed areas; concrete encasement, mandrelling, pulling lines, duct markers, plugging of conduits, and the testing of the installation as a completed system ready for installation of cables per the plans and specifications. This item shall also include furnishing and installing conduits and all incidentals for providing positive drainage of the system. Verification of existing ducts is incidental to the pay items provided in this specification. EQUIPMENT AND MATERIALS 110-2.1 GENERAL. a. All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when requested by the Engineer. b. Manufacturer's certifications shall not relieve the Contractor of the responsibility to provide materials per these specifications and acceptable to the Engineer. Materials supplied and/or installed that do not comply with these specifications shall be removed, when directed by the Engineer and replaced with materials, that comply with these specifications, at the Contractor's cost. c. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify products or models applicable to this project. Indicate all optional equipment and delete non -pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be made bold and clear with arrows or circles (highlighting is not acceptable). The Contractor is solely responsible for delays in project that accrue directly or indirectly from late submissions or resubmissions of submittals. d. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the plans and specifications. The Contractor's submittals shall be neatly bound in a properly sized 3 - ring binder, tabbed by specification section. The Engineer reserves the right to reject any and all equipment, materials or procedures that do not meet the system design and the standards and codes specified in this document. e. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve (12) months from final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. 110-2.2 STEEL CONDUIT. Rigid galvanized steel (RGS) conduit and fittings shall be hot dipped galvanized inside and out and conform to the requirements of Underwriters Laboratories Standards 6, 514B, and 1242. All RGS conduits or RGS elbows installed below grade, in concrete, permanently wet locations or other similar environments shall be painted with a 10 mil thick coat of asphaltum sealer or shall have a factory bonded polyvinyl chloride (PVC) cover. Any exposed galvanizing or steel shall be coated with 10 L-110-1 mil of asphaltum sealer. When using PVC coated RGS conduit, care shall be exercised not to damage the factory PVC coating. Damaged PVC coating shall be repaired per the manufacturer's written instructions. 110-2.3 PLASTIC CONDUIT. Plastic conduit and fittings -shall conform to the following requirements: • UL 514B covers W -C -1094 -Conduit fittings all types, classes 1 thru 3 and 6 thru 10. • UL 514C covers W -C-1094- all types, Class 5 junction box and cover in plastic (PVC). • UL 651 covers W -C -1094 -Rigid PVC Conduit, types 1 and 11, Class 4. • UL 651A covers W -C -1094 -Rigid PVC Conduit and high density polyethylene (HDPE) Conduit type 111 and Class 4. Underwriters Laboratories Standards UL -651 and Article 352 of the current National Electrical Code shall be one of the following, as shown on the plans: a. Type 1 — Schedule 40 PVC suitable for underground use either direct -buried or encased in concrete. b. Type 11 — Schedule 40 PVC suitable for either above ground or underground use. c. Type 111 — Schedule 80 PVC suitable for either above ground or underground use either direct - buried or encased in concrete. d. Type 111 — HDPE pipe, minimum standard dimensional ratio (SDR) 11, suitable for placement with directional boring under pavement. The type of solvent cement shall be as recommended by the conduit/fitting manufacturer. 110 2.4 SPLIT CONDUIT. Split conduit shall be pre manufactured for the intended purpose and shall be made of steel or plastic. 110-2.5 CONDUIT SPACERS. Conduit spacers shall be prefabricated interlocking units manufactured for the intended purpose. They shall be of double wall construction made of high grade, high density polyethylene complete with interlocking cap and base pads, They shall be designed to accept No. 4 reinforcing bars installed vertically. 110-2.6 CONCRETE. Concrete shall conform to Item P-610, Structural Portland Cement Concrete, using 1 inch maximum size coarse aggregate with a minimum 28 -day compressive strength of 3500 psi. Where reinforced duct banks are specified, reinforcing steel shall conform to ASTM A615 Grade 60. Concrete and reinforcing steel are incidental to the respective pay item of which they are a component part. 110-2.7 FLOWABLE BACKFILL. Flowable material used to back fill conduit and duct bank trenches shall conform to the requirements of Item P-153, Controlled Low Strength Material. Fill shall be designed to achieve a 28 -day compressive strength of 200 psi (1.4 MPa) under pavement. 110-2.8 DETECTABLE WARNING TAPE. Plastic, detectable, American Public Works Association (APWA) Red (electrical power lines, cables, conduit and lighting cable) with continuous legend magnetic tape shall be polyethylene film with a metallized foil core and shall be 3-6 inches (75-150 mm) wide. Detectable tape is incidental to the respective bid item. CONSTRUCTION METHODS L-110-2 110-3.1 GENERAL. The Contractor shall install underground duct banks and conduits at the approximate locations indicated on the plans. The Engineer shall indicate specific locations as the work progresses, if required to differ from the plans. Duct banks and conduits shall be of the size, material, and type indicated on the plans or specifications. Where no size is indicated on the plans or in the specifications, conduits shall be not less than 2 inches (50 mm) inside diameter or comply with the National Electrical Code based on cable to be installed, whichever is larger. All duct bank and conduit lines shall be laid so as to grade toward access points and duct or conduit ends for drainage. Unless shown otherwise on the plans, grades shall be at least 3 inches (75 mm) per 100 feet (30 m). On runs where it is not practicable to maintain the grade all one way, the duct bank and conduit lines shall be graded from the center in both directions toward access points or conduit ends, with a drain into the storm drainage system. Pockets or traps where moisture may accumulate shall be avoided. No duct bank or underground conduit shall be less than 18 inches (0.5 m) below finished grade. Where under pavement, the top of the duct bank shall not be less than 18 inches (0.5 m) below the subgrade. The Contractor shall mandrel each individual conduit whether the conduit is direct -buried or part of a duct bank. An iron -shod mandrel, not more than 1/4 inch (6 mm) smaller than the bore of the conduit shall be pulled or pushed through each conduit. The mandrel shall have a leather or rubber gasket slightly larger than the conduit hole. The Contractor shall swab out all conduits/ducts and clean base can, manhole, pull boxes, etc., interiors IMMEDIATELY prior to pulling cable. Once cleaned and swabbed the light bases, manholes, pull boxes, etc., and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts, base cans, manholes, etc., is incidental to the pay item of the item being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be recleaned at the Contractor's expense. All accessible points shall be kept closed when not installing cable. The Contractor shall verify existing ducts proposed for use in this project as clear and open. The Contractor shall notify the Engineer of any blockage in the existing ducts. For pulling the permanent wiring, each individual conduit, whether the conduit is direct -buried or part of a duct bank, shall be provided with a 200 pound (90 kg) test polypropylene pull rope. The ends shall be secured and sufficient length shall be left in access points to prevent it from slipping back into the conduit. Where spare conduits are installed, as indicated on the plans, the open ends shall be plugged with removable tapered plugs, designed for this purpose. All conduits shall be securely fastened in place during construction and shall be plugged to prevent contaminants from entering the conduits. Any conduit section having a defective joint shall not be installed. Ducts shall be supported and spaced apart using approved spacers at intervals not to exceed 5 feet (1.5 m). Unless otherwise shown on the plans, concrete encased duct banks shall be used when crossing under pavements expected to carry aircraft loads, such as runways, taxiways, taxilanes, ramps and aprons. When under paved shoulders and other paved areas, conduit and duct banks shall be encased using flowable fill for protection. All conduits within concrete encasement of the duct banks shall terminate with female ends for ease in current and future use. Install factory plugs in all unused ends. Do not cover the ends or plugs with concrete. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for conduits and duct banks may be excavated manually or with mechanical trenching equipment unless in pavement, in which case they shall be excavated with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Blades of graders shall not be used to excavate the trench. When rock is encountered, the rock shall be removed to a depth of at least 3 inches (75 mm) below the required conduit or duct bank depth and it shall be replaced with bedding material of earth or sand L-110-3 containing no mineral aggregate particles that would be retained on a 1/4 inch (6 mm) sieve. Flowable backfill may alternatively be used The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All such rock removal shall be performed and paid for under and subsidiary to the respective trenching or conduit or duct bank pay item. Underground electrical warning (Caution) tape shall be installed in the trench above all underground duct banks and conduits in unpaved areas. Contractor shall submit a sample of the proposed warning tape for approval by the Engineer. If not shown on the plans, the warning tape shall be located 6 inches above the duct/conduit or the counterpoise wire if present. Joints in plastic conduit shall be prepared per the manufacturer's recommendations for the particular type of conduit. Plastic conduit shall be prepared by application of a plastic cleaner and brushing a plastic solvent on the outside of the conduit ends and on the inside of the couplings. The conduit fitting shall then be slipped together with a quick one-quarter turn twist to set the joint tightly. Where more than one conduit is placed in a single trench, or in duct banks, joints in the conduit shall be staggered a minimum of 2 feet (60 cm). Changes in direction of runs exceeding 10 degrees, either vertical or horizontal, shall be accomplished using manufactured sweep bends. Whether or not specifically indicated on the drawings, where the soil encountered at established duct bank grade is an unsuitable material, as determined by the Engineer, the unsuitable material shall be removed per Item P-152 and replaced with suitable material. Alternatively, additional duct bank supports that are adequate and stable shall be installed, as approved by the Engineer. All excavation shall be unclassified and shall be considered incidental to the respective L-110 pay item of which it is a component part. Dewatering necessary for duct installation, erosion and turbidity control, per Federal, state, and local requirements is incidental to its respective pay item as a part of Item L-110. The cost of all excavation regardless of type of material encountered, shall be included in the unit price bid for the L-110 Item. Unless otherwise specified, excavated materials that are deemed by the Engineer to be unsuitable for use in backfill or embankments shall be removed and disposed of offsite. Any excess excavation shall be filled with suitable material approved by the Engineer and compacted per Item P-152. It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation. Where existing active cables cross proposed installations, the Contractor shall ensure that these cables are adequately protected. Where crossings are unavoidable, no splices will be allowed in the existing cables, except as specified on the plans. Installation of new cable where such crossings must occur shall proceed as follows: a. Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely no damage has occurred. b. Trenching, etc., in cable areas shall then proceed with approval of the Engineer, with care taken to minimize possible damage or disruption of existing cable, including careful backfilling in area of cable. In the event that any previously identified cable is damaged during the course of construction, the Contractor shall be responsible for the complete repair. 110-3.2 DUCT BANKS. Unless otherwise shown in the plans, duct banks shall be installed so that the top of the concrete envelope is not less than 18 inches (0.5 m) below the bottom of the base or stabilized base course layers where installed under runways, taxiways, aprons, or other paved areas, and not less than 18 inches (0.5 m) below finished grade where installed in unpaved areas. L-110-4 Unless otherwise shown on the plans, duct banks under paved areas shall extend at least 3 feet (1 m) beyond the edges of the pavement or 3 feet (1 m) beyond any under drains that may be installed alongside the paved area. Trenches for duct banks shall be opened the complete length before concrete is placed so that if any obstructions are encountered, provisions can be made to avoid them. Unless otherwise shown on the plans, all duct banks shall be placed on a layer of concrete not less than 3 inches (75 mm) thick prior to its initial set. The Contractor shall space the conduits not less than 3 inch (75 mm) apart (measured from outside wall to outside wall). All such multiple conduits shall be placed using conduit spacers applicable to the type of conduit. As the conduit laying progresses, concrete shall be placed around and on top of the conduits not less than 3 inches (75 mm) thick unless otherwise shown on the plans. All conduits shall terminate with female ends for ease of access in current and future use. Install factory plugs in all unused ends. Do not cover the ends or plugs with concrete. Conduits forming the duct bank shall be installed using conduit spacers. No. 4 reinforcing bars shall be driven vertically into the soil a minimum of 6 inches (150 mm) to anchor the assembly into the earth prior to placing the concrete encasement. For this purpose, the spacers shall be fastened down with locking collars attached to the vertical bars. Spacers shall be installed at 5 -foot (1.5-m) intervals. Spacers shall be in the proper sizes and configurations to fit the conduits. Locking collars and spacers shall be submitted to the Engineer for review prior to use. When specified, the Contractor shall reinforce the bottom side and top of encasements with steel reinforcing mesh or fabric or other approved metal reinforcement. When directed, the Contractor shall supply additional supports where the ground is soft and boggy, where ducts cross under roadways, or where shown on the plans. Under such conditions, the complete duct structure shall be supported on reinforced concrete footings, piers, or piles located at approximately 5 -foot (1.5-m) intervals. All pavement surfaces that are to have ducts installed therein shall be neatly saw cut to form a vertical face. All excavation shall be included in the contract with price for the duct. Install a plastic, detectable, color as noted, 3 to 6 inches (75 to 150 mm) wide tape, 8 inches (200 mm) minimum below grade above all underground conduit or duct lines not installed under pavement. Utilize the 3 -inch (75 -mm) wide tape only for single conduit runs. Utilize the 6 -inch (150 -mm) wide tape for multiple conduits and duct banks. For duct banks equal to or greater than 24 inches (600 mm) in width, utilize more than one tape for sufficient coverage and identification of the duct bank as required. When existing cables are to be placed in split duct, encased in concrete, the cable shall be carefully located and exposed by hand tools. Prior to being placed in duct, the Engineer shall be notified so that he may inspect the cable and determine that it is in good condition. Where required, split duct shall be installed as shown on the drawings or as required by the Engineer. 110-3.3 CONDUITS WITHOUT CONCRETE ENCASEMENT. Trenches for single -conduit lines shall be not less than 6 inches (150 mm) nor more than 12 inches (300 mm) wide. The trench for 2 or more conduits installed at the same level shall be proportionately wider. Trench bottoms for conduits without concrete encasement shall be made to conform accurately to grade so as to provide uniform support for the conduit along its entire length. Unless otherwise shown on the plans, a layer of fine earth material, at least 4 inches (100 mm) thick (loose measurement) shall be placed in the bottom of the trench as bedding for the conduit. The bedding material shall consist of soft dirt, sand or other fine fill, and it shall contain no particles that would be retained on a 1/4 inch (6 mm) sieve. The bedding material shall be tamped until firm. Flowable backfill may alternatively be used. Unless otherwise shown on plans, conduits shall be installed so that the tops of all conduits within the Airport's secured area where trespassing is prohibited are at least 18 inches (0.5 m) below the finished grade. Conduits outside the Airport's secured area shall be installed so that the tops of the conduits are at least 24 inches (60 cm) below the finished grade per National Electric Code (NEC), Table 300.5. L-110-5 When two or more individual conduits intended to carry conductors of equivalent voltage insulation rating are installed in the same trench without concrete encasement, they shall be spaced not less than 3 inches (75 mm) apart (measured from outside wall to outside wall) in a horizontal direction and not less than 6 inches (150 mm) apart in a vertical direction. Where two or more individual conduits intended to carry conductors of differing voltage insulation rating are installed in the same trench without concrete encasement, they shall be placed not less than 3 inches (75 mm) apart (measured from outside wall to outside wall) in a horizontal direction and lot less than 6 inches (150 mm) apart in a vertical direction. Trenches shall be opened the complete length between normal termination points before conduit is installed so that if any unforeseen obstructions are encountered, proper provisions can be made to avoid them. Conduits shall be installed using conduit spacers. No. 4 reinforcing bars shall be driven vertically into the soil a minimum of 6 inches (150 mm) to anchor the assembly into the earth while backfilling. For this purpose, the spacers shall be fastened down with locking collars attached to the vertical bars. Spacers shall be installed at 5 -foot (1.5-m) intervals. Spacers shall be in the proper sizes and configurations to fit the conduits. Locking collars and spacers shall be submitted to the Engineer for review prior to use. 110-3.4 MARKERS. The location of each end and of each change of direction of conduits and duct banks shall be marked by a concrete slab marker 2 feet (60 cm) square and 4 - 6 inches (100 - 150 mm) thick extending approximately one inch (25 mm) above the surface. The markers shall also be located directly above the ends of all conduits or duct banks, except where they terminate in a junction/access structure or building. Each cable or duct run from a line of lights and signs to the equipment vault must be marked at approximately every 200 feet (61 m) along the cable or duct run, with an additional marker at each change of direction of cable or duct run. The Contractor shall impress the word "DUCT" or "CONDUIT" on each marker slab. Impression of letters shall be done in a manner, approved by the Engineer, for a neat, professional appearance. All letters and words must be neatly stenciled. After placement, all markers shall be given one coat of high -visibility orange paint, as approved by the Engineer. The Contractor shall also impress on the slab the number and size of conduits beneath the marker along with all other necessary information as determined by the Engineer. The letters shall be 4 inches (100 mm) high and 3 inches (75 mm) wide with width of stroke 1/2 inch (12 mm) and 1/4 inch (6 mm) deep or as large as the available space permits. Furnishing and installation of duct markers is incidental to the respective duct pay item. 110-3.5 BACKFILLING FOR CONDUITS. For conduits, 8 inches (200 mm) of sand, soft earth, or other fine fill (loose measurement) shall be placed around the conduits ducts and carefully tamped around and over them with hand tampers. The remaining trench shall then be backfilled and compacted per Item P-152 "Excavation and Embankment" except that material used for back fill shall be select material not larger than 4 inches (100 mm) in diameter. Flowable backfill may alternatively be used. Trenches shall not contain pools of water during back filling operations. The trench shall be completely backfilled and tamped level with the adjacent surface; except that, where sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of per instructions issued by the Engineer. 110-3.6 BACKFILLING FOR DUCT BANKS. After the concrete has cured, the remaining trench shall be backfilled and compacted per Item P-152 "Excavation and Embankment" except that the material used for backfill shall be select material not larger than 4 inches (100 mm) in diameter. In addition to the requirements of P-152, where duct banks are installed under pavement, one moisture/density test per lift L-110-6 shall be made for each 250 linear feet (76 m) of duct bank or one work period's construction, whichever is less. Flowable backfill may alternatively be used. Trenches shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface; except that, where sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of per instructions issued by the Engineer. 110-3.7 Restoration. Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the work shall be restored to its original condition. The restoration shall include topsoiling and seeding shown on the plans. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. All restoration shall be considered incidental to the respective L-110 pay item. Following restoration of all trenching near airport movement surfaces, the Contractor shall thoroughly visually inspect the area for foreign object debris (FOD), and remove any such FOD that is found. This FOD inspection and removal shall be considered incidental to the pay item of which it is a component part. METHOD OF MEASUREMENT 110-4.1 Underground conduits and duct banks shall be measured by the linear feet (meter) of conduits and duct banks installed, including encasement, locator tape, trenching and backfill with designated material, and for drain lines, the termination at the drainage structure, all measured in place, completed, and accepted. Separate measurement shall be made for the various types and sizes. BASIS OF PAYMENT 110-5.1 Payment will be made at the contract unit price per linear foot for each type and size of conduit and duct bank completed and accepted, including trench and backfill with the designated material, and, for drain lines, the termination at the drainage structure. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item per the provisions and intent of the plans and specifications. Payment will be made under: Item L-110-5.1 Item L-110-5.2 Item L-110-5.3 Item L-110-5.4 Item L-110-5.5 Non -Encased, Electrical Conduit, 1 -Way 2"C - per Linear Foot Concrete Encased, Electrical Conduit, 1 -Way 2"C — per Linear Foot Concrete Encased, Electrical Conduit, 1 -Way 2"C with Sawcut Pavement Repair — per Linear Foot Non -Encased, Electrical Duct Bank, 2 -Way 2"C - per Linear Foot Concrete Encased, Electrical Duct Bank, 2 -Way 2"C - per Linear Foot L-110-7 Advisory Circular (AC) 150/5340-30 AC 150/5345-53 ASTM A615 ASTM D1556 ASTM D1557 ASTM D2167 ASTM D2922 NFPA-70 MATERIAL REQUIREMENTS Design and Installation Details for Airport Visual Aids Airport Lighting Equipment Certification Program Underwriters Laboratories Standard 6 Underwriters Laboratories Standard 514B Underwriters Laboratories Standard 514C Underwriters Laboratories Standard 1242 Underwriters Laboratories Standard 651 Underwriters Laboratories Standard 651A Standard Specification for Deformed and Plain Carbon - Steel Bars for Concrete Reinforcement Standard Test Method for Density and Unit Weight of Soil in Place by the Sand -Cone Method Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft- Ibf/ft3(2,700 kN-m/m3)) Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method Standard Test Methods for Density of Soil and Soil - Aggregate in Place by Nuclear Methods (Shallow Depth) National Electrical Code (NEC) Electrical Rigid Metal Conduit - Steel Conduit, Tubing, and Cable Fittings Nonmetallic Outlet Boxes, Flush -Device Boxes, and Covers Electrical Intermediate Metal Conduit Steel Schedule 40, 80, Type EB and A Rigid PVC Conduit and Fittings Type EB and A Rigid PVC Conduit and HDPE Conduit END OF ITEM L-110 L-110-8 ITEM L-115 ELECTRICAL MANHOLES AND JUNCTION STRUCTURES DESCRIPTION 115-1.1 This item shall consist of electrical manholes and junction structures (hand holes, pull boxes, junction cans, etc.) installed per this specification, at the indicated locations and conforming to the lines, grades and dimensions shown on the plans or as required by the Engineer. This item shall include the installation of each electrical manhole and/or junction structures with all associated excavation, backfilling, sheeting and bracing, concrete, reinforcing steel, ladders, appurtenances, testing, dewatering and restoration of surfaces to the satisfaction of the Engineer. EQUIPMENT AND MATERIALS 115-2.1 GENERAL. a. All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when so requested by the Engineer. b. Manufacturer's certifications shall not relieve the Contractor of the responsibility to provide materials per these specifications. Materials supplied and/or installed that do not comply with these specifications shall be removed (when directed by the Engineer) and replaced with materials that comply with these specifications at the Contractor's cost. c. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify products or models applicable to this project. Indicate all optional equipment and delete any non -pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment to which they apply on each submittal sheet. Markings shall be made bold and clear with arrows or circles (highlighting is not acceptable). The Contractor is solely responsible for delays in the project that may accrue directly or indirectly from late submissions or resubmissions of submittals. d. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the plans and specifications. The Contractor's submittals shall be neatly bound in a properly sized 3 - ring binder, tabbed by specification section. The Engineer reserves the right to reject any and all equipment, materials or procedures that do not meet the system design and the standards and codes, specified in this document. e. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve (12) months from the date of final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. 115-2.2 CONCRETE STRUCTURES. Cast -in-place concrete structures shall be per the details and dimensions shown on the plans. Provide precast concrete structures where shown on the plans. Precast concrete structures shall be an approved standard design of the manufacturer. Precast units shall have mortar or bitumastic sealer placed between all joints to make them watertight. The structure shall be designed to withstand 100,000 Ib. aircraft L-115-1 wheel loads, unless otherwise shown on the plans. Openings or knockouts shall be provided in the structure as detailed on the plans. Threaded inserts and pulling eyes shall be cast in as shown. If the Contractor chooses to propose a different structural design, signed and sealed shop drawings, design calculations, and other information requested by the Engineer shall be submitted by the Contractor to allow for a full evaluation by the Engineer. The Engineer shall review per the process defined in the General Provisions. 115-2.3 JUNCTION BOXES. Junction boxes shall be L-867 Class 1 (non -load bearing) or L-868 Class 1 (load bearing) airport light bases that are encased in concrete. The light bases shall have a galvanized steel blank cover, gasket, and stainless steel or coated steel hardware per FAA Engineering Brief (EB) #83. Covers shall be 3/8 -inch (9 -mm) thickness for L-867 and 3/4 -inch (19 -mm) thickness for L-868. 115-2.4 MORTAR. The mortar shall be composed of one part of Portland cement and two parts of mortar sand, by volume. The Portland cement shall be per the requirements in ASTM C150, Type I. The sand shall be per the requirements in ASTM C144. Hydrated lime may be added to the mixture of sand and cement in an amount not to exceed 15% of the weight of cement used. The hydrated lime shall meet the requirements of ASTM C6. Water shall be potable, reasonably clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product. 115-2.5 CONCRETE. All concrete used in structures shall conform to the requirements of Item P-610, Structural Portland Cement Concrete. 115-2.6 FRAMES AND COVERS. The frames shall conform to one of the following requirements: a. ASTM A48 Gray iron castings b. ASTM A47 Malleable iron castings c. ASTM A27 Steel castings d. ASTM A283, Grade D Structural steel for grates and frames e. ASTM A536 Ductile iron castings f. ASTM A897 Austempered ductile iron castings All castings specified shall withstand a maximum tire pressure of 250 psi and maximum aircraft wheel load of 100,000 lbs. All castings or structural steel units shall conform to the dimensions shown on the plans and shall be designed to support the loadings specified. Each frame and cover 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 A123. Each cover shall have the word "ELECTRIC" or other approved designation cast on it. Each frame and cover shall be as shown on the plans or approved equivalent. No cable notches are required. L-115-2 Each manhole shall be provided with a "DANGER -- PERMIT -REQUIRED CONFINED SPACE, DO NOT ENTER" safety warning sign as detailed in the Contract Documents and in accordance with OSHA 1910.146 (c)(2). 115 2.7 LADDERS. Ladders, if specified, shall be galvanized steel oras shown on the plans. 115-2.8 REINFORCING STEEL. All reinforcing steel shall be deformed bars of new billet steel meeting the requirements of ASTM A615, Grade 60. 115-2.9 BEDDING/SPECIAL BACKFILL. Bedding or special backfill shall be as shown on the plans. 115-2.10 FLOWABLE BACKFILL. Flowable material used to backfill shall conform to the requirements of Item P-153, Controlled Low Strength Material. 115-2.11 CABLE TRAYS. Cable trays shall be of galvanized steel, plastic, or aluminum. Cable trays shall be located as shown on the plans. 115-2.12 PLASTIC CONDUIT. Plastic conduit shall comply with Item L-110, Airport Underground Electrical Duct Banks and Conduits. 115-2.13 CONDUIT TERMINATORS. Conduit terminators shall be pre -manufactured for the specific purpose and sized as required or as shown on the plans. 115 2.14 PULLING IN IRONS. Pulling in irons shall be manufactured with 7/8 inch (22 mm) diameter hot 1/2 inch (12 mm) diameter with an ultimate strength of 270,000 psi (1862 Mpa)). Where stress relieved surfaces shall be encapsulated with a polyester coating to prevent corrosion. 115-2.15 GROUND RODS. Ground rods shall be one piece, copper clad steel. The ground rods shall be of the length and diameter specified on the plans, but in no case shall they be less than 8 feet (2.4 m) long nor less than 5/8 inch (16 mm) in diameter. CONSTRUCTION METHODS 115-3.1 UNCLASSIFIED EXCAVATION. It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation. Damage to utility lines, through lack of care in excavating, shall be repaired or replaced to the satisfaction of the Engineer without additional expense to the Owner. The Contractor shall perform excavation for 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 structure footings shown. All excavation shall be unclassified and shall be considered incidental to the respective L-115 pay item of which it is a component part. Dewatering necessary for L-115 structure installation, erosion and turbidity control, per Federal, state, and local requirements is incidental to its respective pay item as a part of Item L-115. The cost of all excavation regardless of type of material encountered, shall be included in the unit price bid for the L-115 Item. Boulders, logs and all other objectionable material encountered in excavation shall be removed. All rock and other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped or serrated, as directed by the Engineer. All seams, crevices, 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. Excavation to final grade shall not be made until just before the concrete or reinforcing is to be placed. L-115-3 The Contractor shall provide all bracing, sheeting and shoring necessary to implement and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheeting and shoring shall be included in the unit price bid for the structure. Unless otherwise provided, bracing, sheeting and 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. After each excavation is completed, the Contractor shall notify the Engineer. Structures shall be placed after the Engineer has approved the depth of the excavation and the suitability of the foundation material. Prior to installation the Contractor shall provide a minimum of 6 inches (150 mm) of sand or a material approved by the Engineer as a suitable base to receive the structure. The base material shall be compacted and graded level and at proper elevation to receive the structure in proper relation to the conduit grade or ground cover requirements, as indicated on the plans. 115-3.2 CONCRETE STRUCTURES. Concrete structures shall be built on prepared foundations conforming to the dimensions and form indicated on the plans. The concrete and construction methods shall conform to the requirements specified in Item P-610. Any reinforcement required shall be placed as indicated on the plans and shall be approved by the Engineer before the concrete is placed. 115-3.3 PRECAST UNIT INSTALLATIONS. Precast units shall be installed plumb and true. Joints shall be made watertight by use of sealant at each tongue -and -groove joint and at roof of manhole. Excess sealant shall be removed and severe surface projections on exterior of neck shall be removed. 115-3.4 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 Engineer 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. Field connections shall be made with bolts, unless indicated otherwise. Welding will not be permitted unless shown otherwise on the approved shop drawings and written permission is granted by the casting manufacturer. Erection equipment shall be suitable and safe for the workman. Errors in shop fabrication or deformation resulting from handling and transportation that prevent the proper assembly and fitting of parts shall be reported immediately to the Engineer and approval of the method of correction shall be obtained. Approved corrections shall be made at Contractor's expense. Anchor bolts and anchors shall be properly located and built into connection work. Bolts and anchors shall be preset by the use of templates or such other methods as may be required to locate the anchors and anchor bolts accurately. Pulling -in irons shall be located opposite all conduit entrances into structures to provide a strong, convenient attachment for pulling -in blocks when installing cables. Pulling -in irons shall be set directly into the concrete walls of the structure. 115 3.5 INSTALLATION OF LADDERS. Ladders shall be installed such that they may be removed if 115-3.6 REMOVAL OF SHEETING AND BRACING. In general, all sheeting and bracing used to support the sides of trenches or other open excavations shall be withdrawn as the trenches or other open excavations are being refilled. That portion of the sheeting extending below the top of a structure shall be withdrawn, unless otherwise directed, before more than 6 inches (150 mm) of material is placed above the L-115-4 top of the structure and before any bracing is removed. Voids left by the sheeting shall be carefully refilled with selected material and rammed tight with tools especially adapted for the purpose or otherwise as may be approved. The Engineer may order the Contractor to delay the removal of sheeting and bracing if, in his judgment, the installed work has not attained the necessary strength to permit placing of backfill. 115-3.7 BACKFILLING. After a structure has been completed, the area around it shall be backfilled in horizontal layers not to exceed 6 inches (150 mm) in thickness measured after compaction to the density requirements in Item P-152. Each layer shall be deposited all around the structure to approximately the same elevation. The top of the fill shall meet the elevation shown on the plans or as directed by the Engineer. Backfill shall not be placed against any structure until permission is given by the Engineer. In the case of concrete, such permission shall not be given 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. Where required, the Engineer may direct the Contractor to add, at his own expense, sufficient water during compaction to assure a complete consolidation of the backfill. The Contractor shall be responsible for all damage or injury done to conduits, duct banks, structures, property or persons due to improper placing or compacting of backfill. 115-3.8 CONNECTION OF DUCT BANKS. To relieve stress of joint between concrete -encased duct banks and structure walls, reinforcement rods shall be placed in the structure wall and shall be formed and tied into duct bank reinforcement at the time the duct bank is installed. 115-3.9 GROUNDING. A ground rod shall be installed in the floor of all concrete structures so that the top of rod extends 6 inches (150 mm) above the floor. The ground rod shall be installed within one foot (30 cm) of a corner of the concrete structure. Ground rods shall be installed prior to casting the bottom slab. Where the soil condition does not permit driving the ground rod into the earth without damage to the ground rod, the Contractor shall drill a 4 inch (100 mm) diameter hole into the earth to receive the ground rod. The hole around the ground rod shall be filled throughout its length, below slab, with Portland cement grout. Ground rods shall be installed in precast bottom slab of structures by drilling a hole through bottom slab and installing the ground rod. Bottom slab penetration shall be sealed watertight with Portland cement grout around the ground rod. A grounding bus of 4/0 bare stranded copper shall be exothermically bonded to the ground rod and loop the concrete structure walls. The ground bus shall be a minimum of one foot (30 cm) above the floor of the structure and separate from other cables. No. 2 American wire gauge (AWG) bare copper pigtails shall bond the grounding bus to all cable trays and other metal hardware within the concrete structure. Connections to the grounding bus shall be exothermic. If an exothermic weld is not possible, connections to the grounding bus shall be made by using connectors approved for direct burial in soil or concrete per UL 467. Hardware connections may be mechanical, using a lug designed for that purpose. 115-3.10 CLEANUP AND REPAIR. After erection of all galvanized items, damaged areas shall be repaired by applying a liquid cold -galvanizing compound per MIL -P-21035. Surfaces shall be prepared and compound applied per the manufacturer's recommendations. Prior to acceptance, the entire structure shall be cleaned of all dirt and debris. 115-3.11 RESTORATION. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt and rubbish from the site. The Contractor shall restore all disturbed areas equivalent to or better than their original condition. All sodding, grading and restoration shall be considered incidental to the respective L-115 pay item. L-115-5 The Contractor shall grade around structures as required to provide positive drainage away from the structure. Areas with special surface treatment, such as roads, sidewalks, or other paved areas shall have backfill compacted to match surrounding areas, and surfaces shall be repaired using materials comparable to original materials. Following restoration of all trenching near airport movement surfaces, the Contractor shall thoroughly visually inspect the area for foreign object debris (FOD), and remove any such FOD that is found. This FOD inspection and removal shall be considered incidental to the pay item of which it is a component part. After all work is completed, the Contractor shall remove all tools and other equipment, leaving the entire site free, clear and in good condition. 115-3.12 INSPECTION. Prior to final approval, the electrical structures shall be thoroughly inspected for conformance with the plans and this specification. Any indication of defects in materials or workmanship shall be further investigated and corrected. The earth resistance to ground of each ground rod shall not exceed 25 ohms. Each ground rod shall be tested using the fall -of -potential ground impedance test per American National Standards Institute / Institute of Electrical and Electronic Engineers (ANSI/IEEE) Standard 81. This test shall be performed prior to establishing connections to other ground electrodes. 115-3.13 MANHOLE ELEVATION ADJUSTMENTS. The Contractor shall adjust the tops of existing manholes in areas designated in the Contract Documents to the new elevations shown. The Contractor to the new elevations. The existing top elevation of each manhole to bo adjusted sh field and subtracted/added from the proposed top elevation. manhole access. The Contractor shall then install precast concrete sections or grade rings of the required dimensions to adjust the manhole top to the new proposed elevation or shall cut the existing manholo walls to shorten the existing structure, as required by final grades. Finally, the Contractor shall reinstall the er on top and check the new top elevation. 115-3.14 DUCT EXTENSION TO EXISTING DUCTS. Where existing concrete encased ducts are to be extended, the duct extension shall be concrete encased plastic conduit. The fittings to connect the ducts together shall be standard manufactured connectors designed and approved for the purpose. The duct extensions shall be installed according to the concrete encased duct detail and as shown on the plans. METHOD OF MEASUREMENT 115-4.1 Electrical manholes and junction structures shall be measured by each unit completed in place and accepted. The following additional items are specifically included in each unit: • All Required Excavation, Dewatering • Sheeting and Bracing • All Required Backfilling with On -Site Materials • Restoration of All Surfaces and Finished Grading, Sodding • All Required Connections L-115-6 • Dewatering If Required • Temporary Cables and Connections • Ground Rod Testing 115 4.2 Manhole elevation adjustments shall be measured by the completed unit installed, in place, completed, and accepted. Separate measurement shall not be made for the various types and sizes. BASIS OF PAYMENT 115-5.1 The accepted quantity of electrical manholes and junction structures will be paid for at the Contract unit price per each, complete and in place. 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 appurtenances and connections to duct banks 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. 115-5.2 Payment shall be made at the contract unit price for manhole elevation adjustments. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary, including but not limited to, spacers, concrete, rebar, dewatering, excavating, backfill, topsoil, sodding and pavement restoration, where required, to complete this item as shown in the plans and to the satisfaction of the Engineer. Payment will be made under: Item L-115-5.1 Concrete Encased Electrical Junction Structure, L-867 Class 1, Size 16" Diameter by 24" Depth - per Each MATERIAL REQUIREMENTS ANSI/IEEE STD 81 IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System (AC) 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits Advisory Circular AC 150/5345-26 AC 150/5345-42 AC 150/5340-30 AC 150/5345-53 Commercial Item Description A -A 59544 ASTM A27 Specification for L-823 Plug and Receptacle, Cable Connectors Specification for Airport Light Bases, Transformer Housings, Junction Boxes, and Accessories Design and Installation Details for Airport Visual Aids Airport Lighting Equipment Certification Program Cable and Wre, Electrical (Power, Fixed Installation) Standard Specification for Steel Castings, Carbon, for General Application L-115-7 ASTM A47 Standard Specification for Ferritic Malleable Iron Castings ASTM A48 Standard Specification for Gray Iron Castings ASTM A123 Standard Specification for Zinc (Hot Dip Galvanized) Coatings on Iron and Steel Products ASTM A283 Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates ASTM A536 Standard Specification for Ductile Iron Castings ASTM A615 Standard Specification for Deformed and Plain Carbon - Steel Bars for Concrete Reinforcement ASTM A897 Standard Specification for Austempered Ductile Iron Castings ASTM C144 Standard Specification for Aggregate for Masonry Mortar ASTM C150 Standard Specification for Portland Cement ASTM C206 Standard Specification for Finishing Hydrated Lime FAA EB #83 In Pavement Light Fixture Bolts MIL -P-21035 Paint High Zinc Dust Content, Galvanizing Repair NFPA-70 National Electrical Code (NEC) END OF ITEM L-115 L-115-8 November 30, 2016 Garver, LLC 3010 Gaylord Parkway, Suite 190 Frisco, Texas 75034 Attention: Mr. Frank Mclllwain, Vice President • GEOTECHNICAL ENGINEERING • CONSTRUCTION MATERIALS ENGINEERING & TESTING • SOILS • ASPHALT • CONCRETE SUBJECT: SUBSURFACE INVESTIGATION, LABORATORY TESTING PROGRAM, AND PAVEMENT RECOMMENDATIONS FOR THE PROPOSED CORPUS CHRISTI INTERNATIONAL AIRPORT TAXIWAY K RECONSTRUCTION GARVER PROJECT NUMBER 16181176 Corpus Christi, Texas RETL Job No. — G116521 Dear Mr. Mclllwain, In accordance with our agreement, we have conducted a subsurface exploration for the above referenced project. The results of this investigation, together with our recommendations, are to be found in the accompanying report, one electronic copy of which is being transmitted to the client. Often, because of design and construction details that occur on a project, questions arise concerning soil conditions, and Rock Engineering and Testing Laboratory, Inc. (RETL), a Texas Professional Engineering Firm (No. — 2101), would be pleased to continue its role as Geotechnical Engineer during the project implementation. RETL also has great interest in providing materials testing and observation services during the construction phase of this project. If you will advise us of the appropriate time to discuss these engineering services, we will be pleased to meet with you at your convenience. If you have any questions, or if we can be of further assistance, please contact us at (361) 883- 4555. Sincerely, Brian J. Geiger, P.E. Geotechnical Engineer ROCK ENGINEERING & TESTING LABORATORY, INC. www.rocktesting.com 6817 LEOPARD STREET • CORPUS CHRISTI. TEXAS 78409-1703 OFFICE: (361) 883-4555 • FAX: (361) 883-4711 10856 VANDALE ST, SAN ANTONIO, TEXAS 78216-3625 OFFICE: (210) 495-8000 • FAX: (210) 495-8015 No.1 ROUNOVILLE LANE • ROUND ROCK, TEXAS 78664 OFFICE: (512) 284-8022 • FAX: (512) 284-7764 SUBSURFACE INVESTIGATION, LABORATORY TESTING PROGRAM, AND PAVEMENT RECOMMENDATIONS FOR THE PROPOSED CORPUS CHRISTI INTERNATIONAL AIRPORT TAXIWAY K RECONSTRUCTION GARVER PROJECT NUMBER 16181176 CORPUS CHRISTI, TEXAS RETL REPORT NUMBER: G116521 PREPARED FOR: GARVER, LLC 3010 GAYLORD PARKWAY, SUITE 190 FRISCO, TEXAS 75034 NOVEMBER 30, 2016 PREPARED BY: ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TEXAS 78409 PHONE: (361) 883-4555; FAX: (361) 883-4711 TEXAS BOARD OF ENGINEERS FIRM REGISTRATION NO. - 2101 Brian J. Geiger, P.E. Geotechnical Engineer Cell: 906 370 5196 TABLE OF CONTENTS Page INTRODUCTION 1 Authorization 1 Purpose and Scope 1 General 1 DESCRIPTION OF SITE 2 FIELD EXPLORATION 2 Scope 2 Drilling and Sampling Procedures 3 Field Tests and Measurements 3 LABORATORY TESTING PROGRAM 4 SUBSURFACE CONDITIONS 4 General 4 Soil Conditions 4 Groundwater Observations 5 PAVEMENT DISCUSSION AND RECOMMENDATIONS 6 Project Description 6 Potential Vertical Rise (PVR) Discussion 6 Pavement Considerations 6 Routine Maintenance of Pavement Systems 6 Concrete Flatwork Construction Considerations 6 CONSTRUCTION CONSIDERATIONS 7 Subgrade Preparation (Existing Lime Treated Soil) 7 Subgrade Preparation (Natural Clay) 7 Earthwork and Foundation Acceptance 7 GENERAL COMMENTS 8 APPENDIX Boring Location Plans Boring Logs B-1 through B-3 Key to Soil Classifications and Symbols CBR Test Results November 30, 2016 Attn: Mr. Frank Mclllwain RETL Job No.: G116521 TAXIWAY K RECONSTRUCTION (GARVER PROJECT NUMBER 16181176) Corpus Christi International Airport Corpus Christi, Texas INTRODUCTION This report presents the results of a soils exploration for the proposed Corpus Christi International Airport (CCIA) Taxiway K Reconstruction located in Corpus Christi, Texas. Authorization The work for this project was performed in accordance with RETL proposal number P102616B (Revision 1) dated November 1, 2016. The scope of work and fee was approved by issuance of AGREEMENT FOR SUBCONSULTANT PROFESSIONAL SERVICES — Taxiway Kilo: Garver Project No. 16181176, executed by Frank Mclllwain, Vice President for Garver, LLC and returned to RETL via email transmission on November 3, 2016. Purpose and Scope The purpose of this exploration was to evaluate the soil and groundwater conditions at the site and to provide pavement recommendations suitable for the proposed project. The scope of the exploration and analysis included the subsurface exploration, field and laboratory testing, engineering analysis and evaluation of the subsurface soils, provision of pavement recommendations, and preparation of this report. The scope of services did not include an environmental assessment. Any statements in this report, or on the boring logs, regarding odors, colors, unusual or suspicious items or conditions are strictly for the information of the client. General The exploration and analysis of the subsurface conditions reported herein are considered sufficient in detail and scope to provide pavement recommendations for the proposed project. The information submitted for the proposed project is based on project details provided by Garver, LLC and the soil information obtained at the boring locations. If the designers require additional soil parameters to complete the design of the proposed pavement systems, and this information can be obtained from the soil data and laboratory tests performed within the scope of work included in our proposal for this project, RETL will provide the additional information requested as a supplement to this report. The Geotechnical Engineer states that the findings, recommendations, specifications or professional advice contained herein have been presented after being prepared in a manner consistent with that level of care and skill ordinarily exercised by reputable members of the Geotechnical Engineer's profession practicing contemporaneously under similar conditions in the locality of the project. RETL operates in general accordance with "Standard Practice for Minimum Requirements for Agencies Engaged in the Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction, (ASTM D3740)." No other representations are expressed or implied, and no warranty or guarantee is included or intended. 1 of 14 November 30, 2016 Attn: Mr. Frank Mclllwain RETL Job No.: G116521 TAXIWAY K RECONSTRUCTION (GARVER PROJECT NUMBER 16181176) Corpus Christi International Airport Corpus Christi, Texas This report has been prepared for the exclusive use of Garver, LLC for the specific application for the proposed Taxiway K Reconstruction located at the Corpus Christi International Airport in Corpus Christi, Texas. DESCRIPTION OF SITE The proposed project site is located at the Corpus Christi International Airport, southwest of W Glasson Drive at the existing Taxiway K, therefore owner coordination was required to gain access to the site. The boring locations were located within existing asphalt concrete surfaced pavement areas at the time of our field investigation and the condition of the ground surface was firm and did not pose any significant difficulties to the drill crew moving their equipment around the site to perform the subsurface investigation. FIELD EXPLORATION Scope The field exploration, to evaluate the engineering characteristics of the subsurface materials, included reconnaissance of the project site, performing the boring operations, and obtaining disturbed split spoon samples and relatively undisturbed Shelby tube samples. During the sample recovery operations, the soils encountered were classified and recorded on the boring logs in accordance with "Standard Guide for Field Logging of Subsurface Exploration of Soil and Rock, (ASTM D5434)." Three borings were performed at this site for the purpose of providing geotechnical information. The table below provides the boring identification, boring depth, and GPS coordinates at the boring locations: BORING DEPTH (FT) GPS COORDINATES B-1 10 N 27.78097° W 97.51060° B-2 10 N 27.78047° W 97.51003° B-3 10 N 27.77990° W 97.50946° The GPS coordinates, obtained at the boring locations using a commercially available GPS, are provided in this report and on the boring logs. Garver, LLC determined the scope of the field work. RETL staked the borings in the field and performed the drilling operations. Upon completion of the drilling operations and obtaining the groundwater observations, the drill holes were backfilled with excavated soil, patched with a cold -mix, and the site cleaned as required. A Boring Location Plans are provided in the Appendix. The borings performed for this project were used to determine the classification and strengths of the subgrade soils. The information provided on the boring logs includes boring location, boring depth, soil classification, soil strengths and laboratory test results. The boring logs are included in the Appendix. 2 of 8 November 30, 2016 Attn: Mr. Frank Mclllwain RETL Job No.: G116521 TAXIWAY K RECONSTRUCTION (GARVER PROJECT NUMBER 16181176) Corpus Christi International Airport Corpus Christi, Texas Drilling and Sampling Procedures At the borehole locations, after the existing pavement constituents were penetrated and removed and measured for thickness, a drill rig equipped with a rotary head turning hollow stem augers was used to advance the boreholes boring termination depths. Disturbed samples were obtained employing split -barrel sampling procedures in general accordance with the procedures for "Penetration Test and Split -Barrel Sampling of Soils, (ASTM D1586)". Relatively undisturbed samples were obtained using thin-wall tube sampling procedures in accordance with the procedures for "Thin Walled Tube Sampling of Soils, (ASTM D1587)." The samples obtained by this procedure were extruded by a hydraulic ram and classified in the field. The samples were placed in plastic bags, marked according to boring number, depth and any other pertinent field data, stored in special containers and delivered to the laboratory for testing. Additionally, a bulk sample of the natural subgrade soils was obtained. The bulk sample was a composite sample from shallow test pits along the edge of the existing taxiway. Field Tests and Measurements Standard Penetration Tests (SPT) - During the sampling procedures, SPT were performed to obtain the standard penetration value of the soil. The standard penetration value (N) is defined as the number of blows of a 140 -pound hammer, falling 30 -inches, required to advance the split -barrel sampler 1 -foot into the soil. The sampler is lowered to the bottom of the previously cleaned drill hole and advanced by blows from the hammer. The number of blows is recorded for each of three successive 6 -inch penetrations. The "N" value is the sum of the second and third 6 -inch increment number of blows. The results of standard penetration tests indicate the relative density of cohesionless soils and comparative consistency of cohesive soils, thereby providing a basis for estimating the relative strength and compressibility of the soil profile components. Water Level Observations - Water level observations were obtained during the test boring operations and are noted on the boring logs provided in the Appendix. In relatively pervious soils, such as sandy soils, the indicated depths are usually reliable groundwater levels. In relatively impervious soils, a suitable estimate of the groundwater depth may not be possible, even after several days of observation. Seasonal variations, temperature, land -use, proximity to a creek, river or lake and recent rainfall conditions may influence the depth to the groundwater. The amount of water in open boreholes largely depends on the permeability of the soils encountered at the boring locations. Ground Surface Elevations - The ground surface elevations were not provided at the boring locations. Therefore, all depths referred to in this report are from the actual ground surface at the boring locations during the time of our field investigation. 3 of 8 November 30, 2016 Attn: Mr. Frank Mclllwain RETL Job No.: G116521 TAXIWAY K RECONSTRUCTION (GARVER PROJECT NUMBER 16181176) Corpus Christi International Airport Corpus Christi, Texas LABORATORY TESTING PROGRAM In addition to the field investigation, a laboratory testing program was conducted to determine additional pertinent engineering characteristics of the subsurface materials necessary in analyzing the behavior of the pavement system for the proposed project. The laboratory testing program included supplementary visual classification (ASTM D2487) and water content tests (ASTM D2216) on the samples. In addition, selected samples were subjected to Atterberg limits tests (ASTM D4318) and percent material finer than the #200 sieve tests (ASTM D1140). Estimated soil strengths were obtained using a hand penetrometer. The bulk sample was subjected to a standard Proctor test (ASTM D698) and California Bearing Ratio (CBR) tests (ASTM D1883). The laboratory testing program was conducted in general accordance with applicable ASTM Specifications. The results of these tests are to be found on the accompanying boring logs and test reports provided in the Appendix. SUBSURFACE CONDITIONS General The types of pavement bearing materials encountered in the test borings have been visually classified and are described in detail on the boring logs. The results of the standard penetration tests, strength tests, water level observations and other laboratory tests are presented on the boring logs in numerical form. Representative samples of the soils were placed in polyethylene bags and are now stored in the laboratory for further analysis, if desired. Unless notified to the contrary, the samples will be disposed of three months after issuance of this report. The stratification of the soil, as shown on the boring logs, represents the soil conditions at the actual boring locations. Variations may occur between, or beyond, the actual boring locations. Lines of demarcation represent the approximate boundary between different soil types, but the transition may be gradual, or not clearly defined. It should be noted that, whereas the test borings were drilled and sampled by experienced drillers, it is sometimes difficult to record changes in stratification within narrow limits. In the absence of foreign substances, it is also difficult to distinguish between discolored soils and clean soil fill. Soil Conditions The soil conditions encountered at the project site have been summarized and soil properties including soil classification, undrained shear strength, angle of internal friction and effective unit weight are provided in the following table: 4 of 8 November 30, 2016 Attn: Mr. Frank Mclllwain RETL Job No.: G116521 Soil Profile Table TAXIWAY K RECONSTRUCTION (GARVER PROJECT NUMBER 16181176) Corpus Christi International Airport Corpus Christi, Texas D GENERALIZED SOIL DESCRIPTION LL PI C 4 7e -#200 PP N 0-1% HMAC & Base Material Not Applicable 1'/2-3 Lime Treated Soil 53-55 17-18 2,100 0 110 19-49 --- 14-21 3-10 Fat CLAY 64-85 38-60 1,600 0 120 87-90 1.0-2.5 --- Where: D = Depth in feet below existing grade LL = Liquid limit (%) PI = Plasticity index C = Soil Cohesion, psf (undrained) = Angle of Internal Friction, deg. (undrained) ye = Effective soil unit weight, pcf -#200 = Percent passing the No. 200 sieve (%) PP = Pocket Penetrometer (tsf) N = Standard Penetration Test (blows per foot) Detailed descriptions of the soils encountered at the boring locations are provided on the boring logs included in the Appendix. A composite sample of the base material encountered at the boring locations was subjected to Atterberg limits tests and a phenolphthalein (lime indicator) test. The results of the Atterberg limits tests on the composite base sample are provided in the following table: BASE SAMPLE TEST RESULTS Borings Liquid Limit Plastic Limit Plasticity Index B-9 to B-10 41 25 16 Additionally, the phenolphthalein test indicated that lime was present in the composite base sample. Groundwater Observations Groundwater was not encountered during drilling and was not observed in the boreholes upon completion of the drilling operations. It should be noted that the borings were observed to stay open to the 10 -foot depth, the maximum termination depth of the borings, upon completion of the drilling operations. Therefore, based on observations made in the field and moisture contents obtained in the laboratory, it appears as if groundwater at the project location is at depths greater than 10 -feet, the maximum termination depth of the borings performed for proposed project at the time of our field investigation. It should be noted that the water levels in open boreholes may require several hours to several days to stabilize depending on the permeability of the soils and that groundwater levels at this site may be subject to seasonal conditions, recent rainfall, and drought or temperature effects. 5 of 8 November 30, 2016 Attn: Mr. Frank Mclllwain RETL Job No.: G116521 TAXIWAY K RECONSTRUCTION (GARVER PROJECT NUMBER 16181176) Corpus Christi International Airport Corpus Christi, Texas PAVEMENT DISCUSSION AND RECOMMENDATIONS Project Description Based on information provided to RETL, the project will include the reconstruction of a portion of Taxiway K at CCIA. The proposed reconstruction area has a footprint on the order of approximately 75 -feet by 700 -feet. Potential Vertical Rise (PVR) Discussion The laboratory test results indicate that the natural subsoils in the active zone at this site are high in plasticity. Based on our experience in the project area, the active zone is estimated to extend to a depth of approximately 15 -feet. Since the deepest boring for this investigation only extended to a depth of 10 -feet, the PVR cannot be calculated. Pavement Considerations In designing the proposed taxiway pavement, the existing subgrade conditions must be considered together with the expected traffic use and loading conditions. The recommended CBR and k -values for use in flexible and rigid pavement design are provided in the following table: SUBGRADE MATERIAL CBR K -VALUE Natural Fat Clay 2 50 pci Lime Stabilized Fill or Lime Stabilized Subgrade 10 200 pci Routine Maintenance of Pavement Systems During the lifespan of the pavement, periodic routine maintenance will be required such as crack sealing and seal coats for flexible pavements and joint maintenance for rigid pavement sections. Without proper maintenance, moisture infiltration into the base material and subgrade will result in rapid deterioration of the pavement system. RETL recommends that the owner protect their investment by incorporating an aggressive maintenance program. Concrete Flatwork Construction Considerations The change in moisture content of the plastic clay soils is the primary mechanism resulting in the volumetric changes of the supporting soils. Provisions in the site development should be made in order to maintain relative uniform moisture contents of the supporting soils. A number of measures may be used to attain a reduction in subsoil moisture content variations, thus reducing the soil's shrink/swell volume change potential. Some of these measures are outlined below: • During construction, positive drainage schemes should be implemented to prevent ponding of water on the subgrade. 6 of 8 November 30, 2016 Attn: Mr. Frank Mclllwain RETL Job No.: G116521 TAXIWAY K RECONSTRUCTION (GARVER PROJECT NUMBER 16181176) Corpus Christi International Airport Corpus Christi, Texas • Positive drainage should be maintained around the pavement, transmitting water away from the pavement. In addition, positive grades sloping away from the pavement should be designed and implemented. We recommend that effective site drainage plans be devised by others prior to commencement of construction to provide positive drainage away from the site improvements and off the site, both during, and after construction. • The top 2 -feet of utility trenches should be backfilled with low plasticity clays to assure the trenches do not serve as aqueducts that could transport water beneath the pavement due to excessive surface water infiltration. • Pavements should be designed to drain quickly with a minimum positive slope of 1 -percent. All project features beyond the scope of those discussed above should be planned and designed similarly to attain a region of relatively uniform moisture content within the pavement areas. Poor drainage schemes are generally the primary cause of pavement problems on clay soils. CONSTRUCTION CONSIDERATIONS Subqrade Preparation (Existing Lime Treated Soil) If the existing lime treated soil will be left in place as the subgrade, the upper 1 -foot of exposed subgrade soil shall be compacted to a minimum density of 98 -percent of the maximum dry density as determined by the standard Proctor test (ASTM D698) and at, or above, the optimum moisture content. If any soft areas are identified, the soils should be removed and re -compacted in place. Subqrade Preparation (Natural Clay) The upper 1 -foot of exposed subgrade soil shall be compacted to a minimum density of 95 - percent of the maximum dry density as determined by the standard Proctor test (ASTM D698) and at, or above, the optimum moisture content. If any soft areas are identified, the soils should be removed and re -compacted in place. Earthwork Acceptance Exposure to the environment may weaken the soils at the pavement bearing level if excavations remain open for long periods of time. Therefore, it is recommended that the pavement excavations be extended to final grade and the pavement be constructed as soon as possible to minimize potential damage to the bearing soils. The pavement bearing level should be free of loose soil, ponded water or debris and should be observed prior to concrete placement by the Geotechnical Engineer, or his designated representative. 7 of 8 November 30, 2016 Attn: Mr. Frank Mclllwain RETL Job No.: G116521 TAXIWAY K RECONSTRUCTION (GARVER PROJECT NUMBER 16181176) Corpus Christi International Airport Corpus Christi, Texas Pavement constituents should not be placed on soils that have been disturbed by rainfall or seepage. If the bearing soils are softened by surface water intrusion, or by desiccation, the unsuitable soils must be removed and be replaced with properly compacted soils or base material as directed by the Geotechnical Engineer. The Geotechnical Engineer, or his designated representative, should monitor subgrade preparation. As a guideline, density tests should be performed on the exposed subgrade soils and each subsequent lift of compacted select fill soils at a rate of one test per 3,000 square feet or a minimum of three in-place nuclear tests per testing interval, whichever is greater. Any areas not meeting the required compaction should be re -compacted and retested until compliance is met. GENERAL COMMENTS If significant changes are made in the character or location of the proposed project, a consultation should be arranged to review any changes with respect to the prevailing soil conditions. At that time, it may be necessary to submit supplementary recommendations. It is recommended that the services of RETL be engaged to test and evaluate the soils in the pavement excavations prior to concreting or placing pavement constituents in order to verify that the bearing soils are consistent with those encountered in the borings. RETL cannot accept any responsibility for any conditions that deviate from those described in this report, nor for the performance of the pavement if not engaged to also provide construction observation and testing for this project. If it is required for RETL to accept any liability, then RETL must agree with the plans and perform such observation during construction as we recommend. All sheeting, shoring, and bracing of trenches, pits and excavations should be made the responsibility of the contractor and should comply with all current and applicable local, state and federal safety codes, regulations and practices, including the Occupational Safety and Health Administration. 8 of 8 APPENDIX BORING LOCATION PLAN • GE13TECi1Nucp,L ENG1NEERCNG • 'CONSTRUCTION MATERIALS ENGINEERING & TESTING • SOILS ' ASPHALT . CONCRETE November 30, 2016 Attn: Mr. Frank McIllwain RETL Job No.: G116521 TAXIWAY K RECONSTRUCTION (GARVER PROJECT NUMBER 16181176) Corpus Christi International Airport Corpus Christi, Texas ROCK ENGINEERING & TESTING LABORATORY, INC. www. rvcktssting , cvrrti 6017 LEOPAIip Sum r • COPPUs Trx, s 7.8409-17C13 OFFrce {361) 883-4555 • F,x: 0611 883-4711 10956 Y6.NDALE St. SMI A4130190, TEx .S 76216-3625 OFFICE (2101495.8000 - Fou: (210) 495-8015 Na.1 ROCININILLE LANE • Ri1J D ROCK, TEX.'S 78064 OFFICE: (512} 294-0022 - FAx; (512) 2134-7754 co W 0 0 a c7 co co Z_ 0 0 z 0 0 0 0 J LOG OF BORING B-1 SHEET 1 of 1 /wNa rFs Rock Engineering & Testing Laboratory t�,c'` ' OC +0 c 6817 Leopard Street 0 Corpus risti, TX 78409-1703 pTelephone: 361-883-4555 � 9gro Fax: 361-883-4711 o4Q° 9y vx� CLIENT: Garver LLC PROJECT: CCIA - Taxiway K LOCATION: Corpus Christi, Texas NUMBER: G116521 DATE(S) DRILLED: 11/15/2016 - 11/15/2016 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SQ FT Tv: TONS/SQ FT Qc: TONS/SQ FT MOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) GROUNDWATER INFORMATION: Groundwater was not encountered during drilling. Dry and Open upon completion. SURFACE ELEVATION: N/A LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX DESCRIPTION OF STRATUM LL PL PI •ASPHALT 4 -inches. BASE MATERIAL 14 -inches. •' .�- . 4 ' 1 - S-1 14 ♦♦ 2 SS S-2 N=16 22 53 36 17 19 LIME TREATED SOIL moist, dark gray, presence of lime was determined using phenolphthalein, a lime -indicating solution, very stiff. 4- 4 5 - 6 7 - 8 - 9 SH S-3 S4SH SH S-5 P= 2.5 P= 2.5 P= I225 34 34 30 64 26 38 90 FAT CLAY moist, gray and brown, stiff. Same as above, brown. (CH) Same as above. 10 - Boring was terminated at a depth of 10 -feet. N - STANDARD PENETRATION TEST RESISTANCE Tv - TORVANE RESISTANCE P - POCKET PENETROMETER RESISTANCE REMARKS: Boring location and depth were determined by Garver, LLC. Drilling operations were performed by RETL at GPS Coordinates N 27.7809T W 97.51060° co W 0 0 a c7 co co Z_ 0 0 z 0 0 0 0 J LOG OF BORING B-2 SHEET 1 of 1 /wNa rFs Rock Engineering & Testing Laboratory t�,c'` ' OC +0 c 6817 Leopard Street 0 Corpus risti, TX 78409-1703 pTelephone: 361-883-4555 � 9gro Fax: 361-883-4711 o4Q° 9y vx� CLIENT: Garver LLC PROJECT: CCIA - Taxiway K LOCATION: Corpus Christi, Texas NUMBER: G116521 DATE(S) DRILLED: 11/15/2016 - 11/15/2016 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SQ FT Tv: TONS/SQ FT Qc: TONS/SQ FT MOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) GROUNDWATER INFORMATION: Groundwater was not encountered during drilling. Dry and Open upon completion. SURFACE ELEVATION: N/A LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX DESCRIPTION OF STRATUM LL PL PI •ASPHALT 4 -inches. BASE MATERIAL 14 -inches. •' .�- . 4 ' 1 - S-1 14 SS S-2 N= 21 34 LIME TREATED SOIL moist, dark gray, presence of lime was determined using phenolphthalein, a lime -indicating solution, very stiff. 4- 4 5 - 6 7 - 8 - 9 - SH S-3 S4SH SH S-5 P= 2.5 p= 1.5 P= 2 5 33 35 34 85 25 60 87 FAT CLAY moist, dark gray, stiff. (CH) Same as above, gray and brown. Same as above, brown. 10 - Boring was terminated at a depth of 10 -feet. N - STANDARD PENETRATION TEST RESISTANCE Tv - TORVANE RESISTANCE P - POCKET PENETROMETER RESISTANCE REMARKS: Boring location and depth were determined by Garver, LLC. Drilling operations were performed by RETL at GPS Coordinates N 27.7804T W 97.51003° co W 0 0 a c7 co co Z_ 0 0 z 0 0 0 0 J LOG OF BORING B-3 SHEET 1 of 1 /wNa rFs Rock Engineering & Testing Laboratory t�,c'` ' OC +0 c 6817 Leopard Street 0 Corpus risti, TX 78409-1703 pTelephone: 361-883-4555 � 9gro Fax: 361-883-4711 o4Q° 9y vx� CLIENT: Garver LLC PROJECT: CCIA - Taxiway K LOCATION: Corpus Christi, Texas NUMBER: G116521 DATE(S) DRILLED: 11/15/2016 - 11/15/2016 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SQ FT Tv: TONS/SQ FT Qc: TONS/SQ FT MOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) GROUNDWATER INFORMATION: Groundwater was not encountered during drilling. Dry and Open upon completion. SURFACE ELEVATION: N/A LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX DESCRIPTION OF STRATUM LL PL PI •ASPHALT 4 -inches. BASE MATERIAL 14 -inches. •' .�- . 4 ' 1 - S-1 13 ♦♦ 2 ss S-2 N=14 35 55 37 18 49 LIME TREATED SOIL moist, dark gray, presence of lime was determined using phenolphthalein, a lime -indicating solution, very stiff. 4- 4 5 - 6 7 - 8 - 9 - SH S-3 S4SH SH S-5 P= 2.5 P= 1.0 P= 2 5 33 37 31 66 23 43 89 FAT CLAY moist, dark gray, stiff. (CH) Same as above, gray and brown, firm. Same as above, brown, stiff. 10 - Boring was terminated at a depth of 10 -feet. N - STANDARD PENETRATION TEST RESISTANCE Tv - TORVANE RESISTANCE P - POCKET PENETROMETER RESISTANCE REMARKS: Boring location and depth were determined by Garver, LLC. Drilling operations were performed by RETL at GPS Coordinates N 27.77990° W 97.50946° \G 4 Rock Engineering & Testing Laboratory t•fis 6817 Leopard Street Corpus Christi, TX 78409-1703 t I Engineering & Testing Telephone: 361-883-4555 t1 0 C o Laboratory, Inc. Fax: 361-883-4711 KEY TO SOIL CLASSIFICATION AND SYMBOLS UNIFIED SOIL CLASSIFICATION SYSTEM TERMS CHARACTERIZING SOIL STRUCTURE MAJOR DIVISIONS SYMBOL NAME GW riwill I• '1 Well Graded Gravels or Gravel-Sand mixtures, little or no fines SLICKENSIDED - having inclined planes of weakness that are slick and glossy in appearance FISSURED - containing shrinkage cracks, frequently filled with fine sand or silt; usually more or less vertical LAMINATED (VARVED) - composed of thin layers of varying color and texture, usually grading from sand or silt at the bottom to clay at the top CRUMBLY - cohesive soils which break into small blocks or crumbs on drying CALCAREOUS - containing appreciable quantities of calcium carbonate, generally nodular WELL GRADED - having wide range in grain sizes and substantial amounts of all intermediate particle sizes POORLY GRADED - predominantlyof one grain size uniformly graded) or having a range of sizes with some intermediate size missing (gap or skip graded) GRAVEL AND GP o O l ° iv )0 c Poorly Graded Gravels or Gravel-Sand mixtures, little or no fines GRAVELLY SOILS GM o a ' J O 0 Silty Gravels, Gravel-Sand-Silt mixtures COARSE GC i/wsz Clayey Gravels, Gravel-Sand-Clay Mixtures GRAINED SOILS SW ee Well Graded Sands or Gravelly Sands, little or no fines SAND AND SP Poorly Graded Sands or Gravelly Sands, little or no fines SANDY SOILS SM Silty Sands, Sand-Silt Mixtures SC ,r/ �I /// Clayey Sands, Sand-Clay mixtures ML Inorganic Silts and very fine Sands, Rock Flour, Silty or Clayey fine Sands or Clayey Silts SILTS AND CLAYS LL < 50 CL// Inorganic Clays of low to medium plasticity, Gravelly Clays, Sandy Clays, Silty Clays, Lean Clays SYMBOLS FOR TEST DATA — Groundwater Level - (Initial Reading) 1 - Groundwater Level (Final Reading) — Shelby Tube Sample " — SPT Samples 1 11 — Auger Sample I — Rock Core FINE GRAINED OL -- — - Organic Silts and Organic Silt-Clays of low plasticity SOILS MH Inorganic Silts, Micaceous or Diatomaceous fine Sandy or Silty soils, Elastic Silts SILTS AND CLAYS LL > 50^ CH / Inorganic Clays of high plasticity, Fat Clays OH Organic Clays of medium to high plasticity, Organic Silts HIGHLY ORGANIC SOILS PT J/ 0 i, , „ Peat and other Highly Organic soils TERMS DESCRIBING CONSISTENCY OF SOIL COARSE GRAINED SOILS FINE GRAINED SOILS DESCRIPTIVE TERM NO. BLOWS/FT. STANDARD PEN. TEST DESCRIPTIVE TERM NO. BLOWS/FT. STANDARD PEN. TEST UNCONFINED COMPRESSION TONS PER SQ. FT. Very Loose Loose Medium Dense Very Dense 0 - 4 4 - 10 10 - 30 30 - 50 over 50 Very Soft Soft Firm Stiff Very Stiff Hard < 2 2 - 4 4 - 8 8 - 15 15 - 30 over 30 < 0.25 0.25 - 0.50 0.50 - 1.00 1.00 - 2.00 2.00 - 4.00 over 4.00 Field Classification for "Consistency' is determined with a 0.25" diameter penetrometer 01 co IQ ROCK ENGINEERING AND TESTING LABORATORY, INC. Compactive Effort: ASTM D698 PROJECT DESCRIPTION 1 MAXIMUM DRY UNIT WEIGHT (STD.) 1 CBR O - N (0 A 01 v 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CBR vs. 76 77 78 79 80 81 82 83 84 85 86 8 Dry Unit CCIA Taxiway K G116521 95.7 7 88 89 90 91 92 93 94 95 9 Weight (pcf) 25 Blows Density 2 @ 90.9 pcf O 3 @ 95.7 pcf O J O co \O J a) TEST DATE O O O Sheet List Table Sheet List Table CII c-oat PRaGGT ra.161 81176 _ SHEET HUMBER I MOWER I SHEET AA£ MN6�EA NUMBER SHEET ARE San Potricio County GENERAL CIVIL G001 COVER SHEET 6 0101 DEMOLRION PIAN 2 G41C2 SUMMARY OF ESTRAATEOOUANTRIES 6 MATERIAL 6102 IN GRADING E DRAINAGE MAN! „ wr Afu 1 FSTING 0103 °RAVINGS DRAINAGE PLAN II DIGITALLY SIGNED 13/308016 NOTESNEFUL COONSTRUCTION rym C-104 STORM INE PROFILE SAFETY 6 PHASING PLAN TESI GE. CNO r GROS TON SAFETY 6 PHASING PIAN NOTES II 22 23 Opt C-301 PAVING LAYOUT PLAN 6 PROFILE PAVING JOINT LAYOUT PUN-BASE BIDI NUECES BAY i � CONTROL NOTES L� 24 C.501 TYPICALING LTlgi560ETA0.5 G25 �1 GOt PROJECT UTOLRFIAN X11 C-502 M NAGE �TULGI GARNER ' 0-103 SORVEY CONTROL PUN 6.103 CONSTRUCT...A TY 6 PHASING PUN.OVERALL 28 27 C-503 C.SO4 DRAT NAGE DETAILS II DRAINAGE IN 9 yy13 10 G-104 CONSTRUCTION SAFETY 5 ERASING PLAASC505 OMINAGEDETAILS TAILS e 5 I G.105 CONSTRUCTION SAFETY 6 PHASING MAN - PRASE 0 29 C.506 DRAINAGE DETAIL.,E: \ 1` G4106 EROSION CONTROL LAYOUT PUN 30 GSC]PAVING TYPICAL SECTIONS&DETAILS ITroxS 31 cs0a PAWxG JOINT DETAILS. BASE BID lMARKINGS 0.106 n u PROJECTRAT LOCATON 35 0005, 37 .601 !1.1fl.cORPpj:AY 11cc 42 44 E-S06 45 E.509 ELECTRICAL IXL DETAISCROSS SECTIONS tv g Cry6 1Wwzt TaxiwAY K CROSS SECTIONS Q' } T TW . TaAIWAY K CROSS SECTIONS It 46 49 TWK.X] TWI4X4 TAXIWAY K CROSS SECTIONS III TAXIWAY K CROSS SECTIONS IV 50 TN'WX5TAXIWAY K CROSS SECTIONS O51 ‘4111......Lpihill TW696 TAXI WAY K CROSS SECTIONS VI A .5 PLANS FOR CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY pK CONSTRUCTION COVER SHEET CALL BEFORE YOU DIG! CORPUS CHRISTI, TEXAS CORPUS CHRISTI INTERNATIONAL AIRPORT ...60•061065. °IL°ate: L C81Ias 81 TAXIWAY K CONSTRUCTION BID DOCUMENTS THE LONE STAR AT 1-800-669-8344 Y CITY PROJECT No. E16451 GARVER PROJECT No. 16181176 AIP PROJECT NO. 3-48-0051-050-2013 PREPARED BY GARVER / TAXIWAY it PROJECT I'0fJ010X- 3755 S. CAPITAL OF TEXAS HWY, SUITE 325 VICIN I d P AUSTIN, TX 78704 (512)485-0009 7j+ �3GARVER Urtct-v ONSTEUoi'o4o�re7 TESTING SCHEDULE - BASE BID I TESTING SCHEDULE - BASE BID II GENERAL CONSULTI, SHEETG-OOP PROJE , no. 161811 76 DESCRIPTION RATE EST o .TITS DESCRIPTION RATE EST OUANTlTr gem °• °. °w°,� *FO D lznoaolc TPc °, 1. ,„DEEXIZ AND MO=,DRE1sRDr,.ELLBELOW PER„EEE„°<<,o,<E°°O A PROOF ROLL NA Eos,DRE...LIR,A,«BELOW AB. NV PEP o,DG°A. PERE. E.E. ° A BASEBIDImo” ,E�°� BASEBIDI ° R RE LL. �k. uT .., ". GRP. TOLERANCE M SUBBASE E1 . MC m.DE,RAER.N " . NEED"2E Hi ur CN _ ,,,, .R E. 1. CMA LIP �,� LAME 9-1E2, LME m-, 02c 11. �.:. .. .a., Nu AENA AD. DENNAV AE NEN 2„.2„. RATE GARVER "PPE "PEN." "-PA NATENDNAN 6 "NNE "EP". "-PA AAAE.PDAN 6 C8 55 IMO 1.1 0 s,aLrED BAsE CENENT,REA,ED BASE w ,o., LOT �.EOAn NIZ sr CRUSHED POOPED, BASE COURSE 9-209, '°' N.� O.B .�O sr E .R _ , E- NO DExsr REu,aruwia EOD.L N NA..a.000 ""'""'"'"E' "'s ER., k T 2 END RLms ... 1-0.6„...-0.- .H , ,... N .,.,. . , AUSTIN, TX 78704. As NENE. C7AANA'ATEDIN VERIFICATION F-5,3CONCRETE PORTLAND CEMENT CONCRETE EP 5013 OO =w L . Maws „ADE ,w�ONEEE 50 -FT ORD PER HHR r . 2R ni Li Mw� �... ° L.L„ .�... S,L ME,RRo iEP;on"D S PAVEMENTS GARNLALL Rrus mRREmam,ES NONEENEN GT PALMEAARPBORELUODr-AW01, CV = 5... AIR CONTENT. AND UNIT 1.101. - LOCATION IN PLANE A NEP "NANA 100 VS 111.161. 1 P 6.111 HE2EE 50 -FT P 50.1 APANA NENN" PEP "N. 312 8.11-11 111111 IN 111 AI 21 MP BOND HEE,. ."NNAANA ANN MA "NPA 3 NEP NANANA 12.1-2 151111, E'er TEMPERwORE. NMR rRa� ,EINCTUNAL POPS., CEHE NT :RT ,SER "ANA."O E ,"NANOE MORE 3. PER PEN A" ANEo areoNT NRT MR „.w, a or COURSE ..„1, EOON�. or JEN- DESCRIPIION CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION SWAM' OF ESTIMATED QUANTITIES & MATERIAL TESTING BULK SPECIFIC RWr E PA II O UNDERGROUND POWER owl r,oer. ...,.. °r PS NEEDED „ 0 BA ED UNDERGROUND POND, a- .Or- TESTINGSCHEDULE NOTES: ASPHALT CONTENT OPADATION PER LOS PEN N. 8. E2 1. THE ABOVE TESTING RATES ARE ONLY ANTICIPATED GUIDELINES, THE ENGINEER RESERVES THE RIGHT TO CONDUCT ADDRIONAL TESTING AT THE ENGINEER'S DISCRETION. RETEST FOR MLURES ARE NOT INCLUDED. NPANADDE "I.E. " 3.." AENPEPPA"E „EH. NEN 3 „E„.„„ BP EAD-1 II 2. MOISTURE CONTENTS TO BE INCLUDED 1MTH DENSITY TEST. ....II r 3. IN THE EVENT OF FAILURES. MOTIONAL TESTS WILL BE REQUIRED. IF EXCESSIVE ANC". A7P.3"3 EN' . ' P. PEPAEPENPE 2.0 MN os DRY Eosl000ccuss ON a PREVIOUS, TESTED SECTION, THE C, MAY ORDER RETESTS AS NECESSARY. ...PENN" NAPENCAP R "C.C.. P." 1 NEP NAPDNADPE BAAENIGG DERE,:+m,on HE„E.. as NMKT LE ,.00 BOPNOo T. „o, roR AS DIRECTED BY THE ENGINEER Ao R or LE. R .5 MCA LE. CONSTRUCTION NOTE p0,0„ H. _ DE,. .„, .E NEEDED _ CONCRETE PLACEMENT IS LIMITED TO sooc v_PER DAY UNDEPOROUND PARER LEM10--IOSH . NEEDED Mme- -.vm.E O O _. _ ae°N, NOTE ALL SCALESSHOWN WITHIN PLANS.T, IFTHEPRINTEDSETIS NOT FULL SIZE ADJUsrncoaDIrvc ,ot B01�LON0-DEME:+ .MEEDED 857 O.awETaEa:• DE s.A cnv vaoe Ec, gEi 6451 GENERAL NOTES PLL MATH A MINIMUM NOTICE OF 24 HOURS NO WORK OR TRAVEL WILL BE PERMTTED OUTSIDE THE CONSULTAN7 SHEET G-003 vROJEc 7 No.16181176 COMPLETE, REMOVE THE TEMPORARY HAUL ROADSSHOWN ON THE PHASING PLANS UPON CONSTRUCTION LIMITS SHOWN WTHOUT PRIOR APPROVAL BY AIRPORT OPERATIONS AND AN 1. CONTRACTOR ISRESPONSIBLE FOR MAIOAINING THE SITE IN A CLEAN NATURE. COMPLETION OF THE PROJECT AND SHALL RESTORE THE GROUND SURFACE AND TURF IN THE AREA AUTHORIZE WS ESCORT. NO WORK IS PERMITTED NOR ARE OPEN aCAVATIONS, STORED MATERIALS, TO ITS CONDITION PRIOR TO THIS CONSTRUCTION ST,KPILES OR EQUIPMENT ALLOWED 0UT5IDE OF THE WORK AREA AS SHOWN IN THE PLANS 2 THE CONTRACTOR SHALL COMPLETE ,L WORK IN ACCORDANCE MATH THE FAA ADVISORY CONSTRUCTION" CHOLA_ OR CURRENT VERSION, "OPERATION, SAFETY ON AIRPORTS DURING MAININGNGOPECONNS, THE AFFICCCTR SH,LBE LRESPONSIBLE TO d IM HOOT PRIOR COORDINATION WfTH AIRPDRTOPEMTIONs. R OR F THE BE INCIDENTAL FOR PROV DING AND PLOYEES TRAFFIC PERSONNEL 3 )ORT THE TOTAL PROJECT. REQUIRING ACCESS TO THOE CONSTTRRUCTON SOTE ARE REQUIRED TOO BESUPPLIEDWTHTP RN AT PLL OWNER, TIMES WHILE WTHIN THE PROJECT AREA IDENTIFIABLE HATS AND/OR OTHER TION AS APPROVED BY THE OAR, TO BE WO AUTHORIZED REPRESENTATIVE(OAR) PRIOR TO BEGINNBEGINNING CONSTRUCTION ANY ING CONNBE NSSTTRUCTTIIONTRTED TO HEG ADMINISTRATION ITYOF CORPUSACTOR SHALLPROVITHE OAR, AND DE UNRESTRICTEDDER,AVIATIONTO THE SITE 5 THE CONTRACTOR SH,L FURNISH AND MANTAIN A HANDHELD AIRCRAFT FREQUENCY RADIO FOR 01 EXISTING NS( TOPOGRAPHIC SURVEY) PROVIDED BY LNV ENGINEERING AS PART OF THESE FOR INSPECTION PURPOSES DURING THE ENTIRE CONSTRUCTION PERIOD EACH CREW CHIEF IN THE AOA, AND THE PROJECT SUPERINTENDENT ALL PERSONNEL MATH RADIOS UTILITYDRAWN. MAY NOT INCLUDE ALL UTILITIES, UNDERGROUND STRUCTURES, OR EXISTING FEATURES SHALL BE TRAINED IN THE R USE, PROPER PHRASEOLOGY, AND SHALL BE FLUENT IN ENGLISH NO AT THE SITE R IS THE RESPONSIBILITY OF THE CONTRACTOR TO PERFORM INSPECTION AND 2 PAVEMENT NT AREA) LOCATION SERVICES BEFORE DISTURBING THE SITE ANY DAMAGES TO EXISTING UTILITIES, L.SE MATERI, OR OTHER FOREIGN OBJECTS DEBRIS (FOD) WHICH MAYBECOMEAB HAZARD TO MATH°, CLEARANCE FROM THE ATCT THE CONTRACTOR SH,L MONITOR THE GROUND RADIO OR FEATURES THAT ARE TO REMAIN SHALL BE CORRECTED AT THE CONTRACTORS AIR AND GROUND OPERATIONS THE CONTRACTOR SH,L CONTROL FOD AT ,L TIMES AND MAY ES WHILE WORKING WTHIN THE AIRCRAFT OPERATIONS AREA (AOA) RADIO EXPENSE REQUIRE FULL TIME OPERATION WATER TRUCKS OR SWEEPERS IF, IN THE OPINION OF THE FREQUENCIES ARE MRPORT OR THE OAR, FOD ISNOT BEING ADEQUATE,CONTROLLED, THEY MAY SUSPEND WORK 5 ALL SUBMRTALS FOR ITEMS TO EE USED IN CONSTRUCTION OF THE P.JECT SHALL BE SUBMITTED AND MAKE NECESSARY ARRANGEMENTS FOR FOD CONTROL AT THE EXPENSE OF THE 1196 NR TRAFFIC CONTROL TOWER(ATCT), 1219-GROUND CONTROL TO THE OAR FOR REVIEW AND APPROVAL A MINIMUM 0E10 DAYS PRIOR TO THE ASS,IATED WORK UNLESS orHERWSESPECEED IN THE SPECIFICATIONS CEMENT of IF FOCO,R cTOR. 6 25 6 THE CONTRACTOR SHALL NOTIFY AIRPORT OPERATIONS AND THE OAR OF ANY CHAN GESIN ADEQUATE, MNNTAINED, THEY MAY SUSPEND WORK UNTIL THE SAFE, ISSUE IS RESOLVED THE THE AIRPORT SECUR, FENCE CO,RACTOR SH,L PROVO= A GUARD AT THE GATE ALLOWING CONSTRUCTION ACTIV, 72 HOURS IN ADVANCE TO,LOW TIME FOR COORDINATION , NOTAMS COSTS THE Ad RPORT, OAR, AND FAA INCUR TO MITIGATE THE SAFE, ISSUE THEREFORE SH,L BE PROJECT PERSONNEL TO ACCESS THE PROJECT SR= DURING THE HOURS OF OPERATION THE AND TO LOCATE AND MARK EXISTING FIELD CABLES AND TO AVOID UNSCHEDULED FACIL, DEDUCTED FROM THE PR.RESS PAYMENTS DUE THE CONTRACTOR CONTRACTOR SHALL BE RESPONSBLE FOR MA ,AINING A L. OF ,L PERSONNEL AND VEHICLES ,TAGES THE CO,RACTOR SH,L PROVIDE. DAYS NOTICE TOFAA PRIOR TO BEGINNING ACCESSING THE PROJECT SITE ADDITION, DATA REQUIRED TO BE .1,AINED IN THIS L. CONSTRUCTION. THE CONTRACTOR SHUL PROVIDE CONSTRUCTION SCHEDULE TO FAA. THE EKwTRATOR SH LDESIREr�AQuuIEE INDIMDUU TO BE ON-CALL AT NIGHT, ON YS TO ND ND TO OUTAGESSHOULD THEY OCCUR AIRPORT MANAGEMENT WHILE OPERATING ON THE AJRFIELD IN NON- MOVE., AREAS, THE GATE GUARDS SH,L UNDERGOSECUR, BADGE TRAINING, QUAL, FOR AND RECEIVE AN AIRPORT REMOVAL THAT ARE DAMAGED BY CONSTRUCTION EFFORTS THE CONTRACTOR SH,L BE DEPARTMENT VERIFY UTILITY LOCA7 THE CONTRACTOR TIONS 811 AlND LLONE STAR 1-BNO�s8344) EWORKIs27 THE CONTRACTOR SHALL REPAIR OR REPLACE ALL ITEMSNOT DESIGNATED FOR DEMOLITION srnarEDr OR GUARDS MUST HAVE THE ABILITY TO CONTACT AlRPoarOPERATIONS OR POLICEa CONTRACTOR SH,L NOT BEGIN ANY WORK UNTIL THE BARRICADES AND HAUL ROAD FLAGS RESPONSIBLE FOR THE IMMEDIATE REPAIR OF ANY DAMAGE TO AIRPORT INCLUDING BUT INSTULATION HASBEEN APPROVED BY THE OAR. '- SAFETY C RDSSOSED PAVEMETHE FENCES, EQUIPMENT, ETC CAUSED DURING CONSTRUCTION ALL REPAIRS MUST BE MADE IN ACCESS GATE LOCATION, CONSTRUCTION AREA, ACCESS / HAUL ROUTEMENTS AND 9 THE CONTRACTOR'S PROJECT SUPERINTENDS, SH,L PARTICIPATE IN ,L COORDINATION COORDINATION WTH THE AJRPORT, REPRESENTATIVE AND TO EQU, OR BETTER QU,I,AND IN RUNWAY SAFETY AREAS AND/OR ANY OTHER PERTINENT INFORMATION THESE CARDS WILL BE MEETINGS AND SH,L BE ON SITE DURING ALL ACTIVITIES COMPLIANCE WITH AIRPORT AND/OR FAA REQUIREMENTS ,L REPAIR AND REPLACEMENT COSTS SUPPLIED BY THE CONTRACTOR THESE SAFETY CARDS WILL BE SPECIFIC TO EACH INTERMEDIATE SH,L BEAT THE EX PENS= OF THE CONTRACTOR PHASE OF THE PROJECT THE CO,RACTOR IS RESPONSIBLE FOR DISTRIBUTING AND COLLECTING 11) COPPY ro TRHfSHALL OARP PRIOR PICTURES 1 ONECONTRACTOR BEGII BEGINNING OPERATIONS EENTIRE WORK AREA AND SUBMIT 2 A5 DRIVERS SHOWN IN THESE PLANS ,L WORK NOT IDENTIFIED MATHASPECIFIC TO BE SUBCONTRACTORS ON AIRPORT SECURI, DISTRIBUTING THE 1 REQUIRED/NCID TAL WORK TO COMPLErETHEPROJECT ANDS SO BE INCLUDED IN EENTBSNEoSUPPLIERRACTO R SUPPLIER BEGINS WORKING ON THE FLASHING AMBER BEACON . INTERNATIONAL ORANGE CHECKERED AG(DAYCHTONLY) w ICH THE COST OF THE PROJECT PAY ITEMS PROVIDEDIS RESPONSIBLE . IS VISIBLE 360 DEGREES AROUND THE VEHICLE, IN ACCORDANCE WITH FAA SPECIFICATION AC OPERATIONS, AS WELL AS GIVE THEM A TOUR OF THE PROJECT SITE, SHOW NG THEM THE SPECIFIC 150/5370-2F, OR LATEST VERSION 29 EACH CONSTRUCTION AREA SH,L BE SHAPED TO ALLOW DRAINAGE OF SURFACE OR GROUND WORK AREA, HAUL ROUTE AND THE MOVEMENT AREA THAT IS NOT TO BE ENTERED WRHOUT WATER DURING EACH WORK OPERATION IF NECESSARY, SURFACE OR GROUND WATER SHALL BE AIRPORT APPROV, 12 THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING HIS/HER OWN PROJECT OFFICE AND PUMPED IMMEDIATELY FROM EACH CONSTRUCTION AREA IN COMPLIANCE WTH THE EPA OR TCEQ COMPLETE ,ILI,SERVICES THE AIRPORT WILL NOT PROVIDE FACILITIES AND SERVICES TO THE REGULATIONS. THE COST OF DEWATERING SHUL BE SUBSIDIARY TO THE CONSTRUCTION. e ALL EMPLOYEESSHALL ENTESRDESL IGNATED CONTRACTOR, CONTRACTOR orlHETE WORKSPOIEArs THE CONTRACTOR DURING CONSTRUCTION THE CO,RACTOR, PERSONNEL ARE PROHIBITED FROM ,ILIZING THE AIRPORT TERMINAL THE CONTRACTOR SHALL PROVIDE OFFICE FACILITIES FOR THE 30 HAUL TRUCKS TRANSPORTING LOOSE MATERI,S OFF AIRPORT PROPER, SH,L USE LOAD , W SS AP VE AR RA SH BE PO SIBL AF RPR IN A SEPARATE BUILDIN G FROM THE CONTRACTOR, PROJECT OFFICE ASS.IATED COSTS COVERS AND SH,L BE LOCATED SUCH THAT NO SPILLAGE OCCURS DURING TRANSIT ALL CO,ROL TO AND FROM THE VARIOUS CONSTRUCTION AREAS IN THE SITE THE CONTRACTOR WILL BE SUBSIDIARY TO OTHER ITEMS IN THE CONTRACT CO,RACTOR EQUIPMENT MUST BE MNNTAINED IN GOOD WORKING ORDER CONTRACTOR SH,L NOT PERMIT ANY UNA,HORIZED CONSTRUCTION PERSONNEL OR TRAFFIC ON THE SITE VEHICLES THAT LEAK OR DRIP OIL AND/OR FLUIDS ONTO ANY PAVEMENT sTIIMMEDIATELY SIGNAGE AT THE ACCESS GATE, ,ONG THE DaIVERY ROUTE TO THE STORAGE AREA, PLANT SITE 13 THE CONTRACTOR,STAGING AREA FOR OFFICE STOCKPILE EQUIPMENT, OAR'S OFFICE REMOVED FROM THE PROJECT FOR REPAIR AND THE SPILL CLEANED UP. OR WORK SITE SH,L BE AS DIRECTED BYTHE OAR ANY SIGN PLACED IN THE COURSE OF THE MATERIALS STORAGE AND EMPLOYEE PARKING SH,L BE NO CLOSER THAN 25 FEET FROM ANY FENCE LINE THE SUGGESTED L.ATION ISSHOWN, OTHERS PROPOSED MAY BE ACCEPTABLE S PROJECT ISORY CIRCULAR, OR AS APPROVED IN WRITING FROM SHOP THE APPLICABLE FAA ADVTRAFFICE WTH THE MANUAL OF UNIFORM S PENDING AIRPORT APPROVxMAXIMUM STOCKPILE HEIGHT 1516 FEET. ADEQUATE SIGN SHUL I GROUND WATER, THE CONTRACTOR SH,L IMMEDIATELY NOT, THE AIRPORT OF THE SPILL THE PROVIDED DESIGNATING THIS GATE LOCATION ASTHE"CONSTRUCTION EMPLOYEE ENTRANCE' 14 STOCKPILED MATERIALSSHOULD BE CONSTRANED IN A MANNER TO PREVENT MOVEMENT CO,RACTOR WLL BE RESPONSIBLE FOR ,L COSTS INCURRED FOR CLEANUP OF CONTAMINATED MINIMUM REQUIREMENTS FOR AN ACCESS GATE AREAS FOLLOWS RESULTING FROM ARC., JET BLAST OR WIND CONDITIONS IN EXCESS OF 12 MPH AREAS ON AND OFF AIRPORT PROPERTY A ALL VEHICLES MUST STOP PRIOR TO ENTERING THE AIRPORT IF A GATE GUARD IS USED, 15 STOCKPILES AND STAGING AREAS WILL NOT BE PLACED WRHIN ANY WATER OF THE UN TED STATES 32 HAZARDOUS WASTE ,L SPILLS MUST BE REPORTED INAVEDIATE,TO THE OAR THEY MUST WiNT FOR THE GATE GUARD TO SIGN, THEM TO PROCEED ONLY AUTHORIZED INCLUDING WETLANDS CONTRACTORS, FAA PERSONNEL, AVIATION DEPARTMENT PERSONNEL, AND PROJECT OARS 33 IN THE EVENT THAT UNANTICIPATED HAZARDOUS MATERIALS ARE ENCOUNTERED DURING WILL BE,LOWED ACCESS ,L OTHERS WILL BE DENIED ACCESS OR THE., GUARD WILL ' fLOVEMAZTFHAECSLITTETT TH2CCO'MLPELSSTWOrTITESPRONTrDleTtlITPUTOPRITOVIT S CONSTRUCTION, WORK IN THE IMMEDIATE AREA IMLL CEASE AND THE OAR WILL BE NOTIFIED CONTACT ARPORT OPERATIONS FOR ASSISTANCE THE AIRPORT WILL FURNISH TRAINING AND PROCEDURESTO THE GATE GUARD THAT MUST BE FOLLOWED DURING THE PROJECT ORIGIN, CONDITION OR BETTER 34 IN THE EVENT THAT UNANTICIPATED ARCHEOLOGIC, DEPOSITS ARE ENCOUNTERED DURING CONSTRUCTION, WORK IN THE IMMEDIATE AREA WILL CFA, AND THE OAR SHALL BE NOTIFIED B DELIVERY VEHICLES FOR THE CO,RACTOR NEED TO CHECK IN AT THE., THE 17 OPEN TRENCHES, EXCAVATIONS, AND ST.KPILED MATERIAL LOCATED IN THE AOASH,L BE CONTRACTOR MUST MAINTAIN POSITIVE ESCORT CONTROL OF ALL DELIVERY VEHICLES PROMINENTLY MARKED WTH FLAGS AND LIGHTED BY APPROVED LIG, UNITS DURING H,RS OF 35 IN CASE OF EMERGENCY, CONTACT THE PROPER A,HORITIES, THEN THE AIRPORT AT 361-28,0171 WHILE ON SITE THE CONTRACTOR SH,L BE MINDFUL OF THE PRESENCE OF OTHER RESTRICTED VISBILRV AND DARKNESS. EXT. 1257. ACS, EQUIPMENT AND PERSONNEL CTORSH,LCONB nREORssHBLE FOR COORDINATE E RESPECTIVE MATERIAND 18 THE LIMITS OF CONSTRUCTION, MATERIAL STORAGE AREAS, PLANT SITE, EQUIPMENT STORAGE SECUR, NOTES COLLABORATE TO ENSURE THE OVERALL SECURI,OF THE AIRPORT Earl 1P' F.QtH JOS 0 - _,�"•( 44 SR p 1zno2o16 - GARNER 3755 S CAPITAL OF . TEXAS HWY, SUITE 325 7a7o REGISTRATION F-sx13 CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION GENERAL NOTES AREA, PARKING AREA, HAUL RO,ES, AND OTHER AREAS DEFINED AS REQUIRED FOR THE CONTRACT., EXCLUSIVE USE DURING CONSTRUCTION SH,L BE MARKED BY THE CONTRACTOR C ANY AND ALL FINES THAT MAY BE LEVIED ON THE A RPORT FOR A SAFETY/SECURITY THE CONTRACTOR SHALL ERECT AND MAINTAIN AROUND THE PERIMETER OF THESE AREAS 1 THE ARPORT MALL CONDUCT A TRAINING CLASS FOR THE CO,RACTOR TO ACQUAINT HIS VIOLATION IN CONNECTION WTH THE ACCESS GATE OR THE CONTRACTOR,ACTIVRIES SUITABLE FENCING, MARKING ANDOR WARNINGDEVCES MSIBLE FOR DAY/NIG, USE TEMPORARY SUPERVISORS WRH THE AIRPORT ACTIV, AND OPERATIONS THE CONTRACTOR SHALL CONDUCT SHALL BE PAID BY THE CONTRACTOR THE FAA OR A RPORT MAY ASSESS A FINE DE,NDING BARRICADES, FLAGGING AND FLASHING WARNING LIGHTS MALL BE REQUIRED AT CRITICAL ACCESS HIS CONSTRUCTION ACTIVITIES TO CONFORM TO ,L ROUTINE AND EMERGENCY AR TRAFFIC ON THE SERIOUSNESS OFTHE INFRACTION POINTS TYPE OF MARKING AND WARNING DEVICES SH,L BE APPROVED BY THE OWNER, THROUGH REQUIREMENTS AND GUIDELINES OF SAFETY SPECIFIED IN SPECI, PROMSIONS OF THE CONTRACT THE OAR DOCUMENTS AND FAA AC 150/537G-2F, AND THE CONSTRUCTION SAFETY S. PHASING PLAN WHICH D THE CONTRACTOR SHALL AT ,L TIMES ENSURE AGANST UNA,HORIZED ACCESS TOTH= ARE INCLUDED IN THE SPECIFICATIONS AIRFIELD 19 CONTRACTOR SH,L PROVIDE FLAGGERS AT ,L POINTS WHERE CONSTRUCTION TRAFFIC REGULARLY CROSSES ACTIVE AIRFIELD PAVEMENTS, OR AS SHOWN IN THE PLANS AIRCRAFT HAVE 2 ALL EMPLOYEES OF THE CONTRACTOR OR SUBCONTRACTORSSHALL RECEIVE VEHICLE E ALL VEHICLES OPERATING MATHIN THE AJRCRAFT OPERATION AREA (A.) MUST HAVER FLAG PROJECTTHE RIGHT, WAY AT ,L TIMES FLA.ERSSHALL HAVE TWO-WAY RADIO COMMUNICATIONSWTH OPERATOR/PEDESTRIAN TRAINING FROM THE PROJECT SUPERINTENDENT ALL EMPLOYEES SH,L OR BEACON, COWAN,/ LOGO / IDENTIFICATION ON BOTH SIDES OF THE VEHICLE THE THE CONTROL TOWER AND SHALL BE TRAINED BY THE AIRPORT IN PROPER COMMUNICATIONS RECEVE NEW TRAINING W-IEN MOVED TO DIFFERENT WORK AREAS OR PHASES OF THE E HOR'SSTAGING PROCEDURES VEHICLES CROSSING ACTIVE AIRFIELD MOVEMENT AREAS WITH OUT A FLAGGER THE AVIATION DEPARTMENT WILL PROVIDE VEHICLE OPERATOR/PEDESTRIAN TRAINING AND AREA AND NOT USED FOR CONSTRUCTION PURPOSES DO NOT REQUIRE OU RAC COMMUNICATESH,L BE EQUIPPED WTH A TWO-WAY RADIO TO WTH THE TOWER AND THE OPERATOR MUST BE TR, NED BY THEGRPORr. ARE PROJECT SUPERINTENDENT SH,L KEEP THE TR, NING MATERI,S ON FILE AND PROVIDE TO E FROM THE STAGING RA CVEHICLES ON PRIVATE DIRECT ACCESS ROUES TO AND AREA AND THE CONSTRUCTION WNRVLIMITS. 20 THE CONTRACTOR SHALL MAIN, N ALL EXISTING ACCESS AND HAUL ROADS 0,SIDE THE LIMITS OF AMATION DEPARTMENT PERSONNEL FOR INSPECTION UPON THEIR REQUEST FINES MAY BE CONSTRUCTION DURING CONSTRUCTION AND SH,L RESTORE THE ROADS TO A CONDRION EQU, ASSESSED FOR ENTERING UNAUTHORIZED AREAS F ,L VEHICLES ENTERING ARPORT OPERATIONS AREA WILL BE SEARCHED PER TSA, 49 CFR TO OR BETTER THAN ITS ORIGINAL CONDITION AT NO ADDITION, COST TO THE OWNER THE 1542 DOCUME, LOCATION OF ANY ADDRION, HAUL ROADS DESIRED BY THE CONTRACTOR IS SUBJECT TO THE 3 CONSTRUCTION WORK LIMITS ARE AS SHOWN ON THE PLANS ,L CONTRACTOR VEHICLES AND APPROV, OF THE AIRPORT AND OAR TRAFFIC SH,L REMAIN WTHIN THE DESIGNATED CONSTRUCTION LIMTS OR HAUL ROUTES ANY 21. THE CONTRACTOR IS RESPONSIBLE FOR CONSTRUCTING AND MAINTAINING TEMPORARY ACCESS THE USEOFAN aRPoaTOPERAnoNSECORT.AIRPORTOPERAnorvSWU PROVIDEANESCoaT p CM' P001101 /E16451 CONSTRUCTION SAFETY AND PHASING PLAN (CSPP) - PAGE 1 OF 2 L COORDINATION - GRASSES MTERIAcnvmoHAZTATI NA wd;.Taa goy) THE CON SHALL C` ARE ULL, CONRTRIOLAND volDcorvsTUCTION.OPERATION,SUCH MEETINGS_ IM FOR CRATRNNA LOIFEc ZARDS ON AE FOLLOW NG ITMs. A. CONTRACTOR PROGRESS MEEBOS-THE OWNER, OAR AND CONTRACTORNALL HOLD PROGRESS MEETINGS ON ACOORDINATED SCHEDULE ATWIL THE SCOPE OR SCHEDULE CHANGES - TH E OWNER AND/OR OAR WILL CALL SUCH C.RDI NATION CONFERENCES AS MAY SEEM EXPEDIENT TO IS ALL ATTEND ALL SUCH THE PURPOSE ...RING COORDI NATI ON OF THE WORK COVEREDRACT AN D/IXR SCOPEOR SCHEDULE CHANGEs.TE B STAIJDNG WATER E E COGE DURNG CONSTRUCTION TO AVOD STANDING WATER C. TALL GRASS AN D SEEDS - THE CONTRACTOR SHALL ADHERE TO THE REQUIREMENTS OF SECTION T-901, SEEDING FTHECONTRACT DOCUMENTSAN IT UNTIL ACCEPTANCE OF SITE DURING PERFORMANCE OF THIS PROJECT, THE AIRPORT RUNWAYS TAXIWAYS, AND AIRCRAFT PAR.NG APRON S SHAL L REMAIN IN USE BY AIRCRAFT THE SHALL BE PHASED TO REDUCE OPERATIONAL I MPACTS AT THE ill RPORT 0 POOR, MAIN,. ED FENCING AND GATES - THE CONTRACTOR SHALL IMMEDIATELY REPORT ANY DAMAGE TO GATES OR FENCES THE CONTRACTOR NEGLIGENCE TH E CONTRACTOR. TO AIRCRAFT OPERATIONS, ESTIMATED DURATION OF CLOSURES, TAXI ROUTES, ARFF ACCE. ROUTES, CONSTRUCTION STAG NG AR,S, E DISRUPTION OF EXISTING NA LDLI FE HABITAT - THE CONTRACTOR SHALL NOT, THE AIRPORT IMMEDIATELY OF ANY WILDLI FE SIGHTI NGS DISTANCES, HAZARD MARKING AN D LIGHTING, AND REQUICONSTRUCTION ACCE. AND HAUL ROUTES, NAVAJO RED LEAD TIME FOR NOTLIGHTING AND AMCING CHANGES, AVAILABLE RUNWAY LENGTH, DECLARED S 7 FOREIGN OBJECT DEBRIS(EDO) MANAGEMENT ACES ARE KEPT CLEAN FROM DIRT, M., AND OTHER DEBRIS FROM THE RAWIN. THE CONTRACTOR SHALL INSURE G-103 BSAF THE ENT SU NCI NI, OF CONTRACTORS WORK AREAS IS REQUIRED. SEE AC 150/5210-24, FOREGN OBJECT DEBRIST(FOO) CONSTRUCTION CONTRACTOR Es rRoHHE FOR CONSTRSE PLANS AT UCTION asSAFENG RryaWNGS MUST BE SUBMITTED AS PART OF THE MANAGEMENT FREQUENT EFoaFuN THAT DRnwwcs- SEE SHEET DEVIATES PROPOSES BID s. HAZARDOUS MATERIALS(HAZMAT) MANAGEMENT. T. AREASPOPE�Rano snoFEcoDBVAcorvsraucnaN AcnPHASING YLANSMAY TAKE UPro 30 Dnvs. VIT IF ANY CONSTRUCTION VEHICLE OR EQUIPMENT IS OPERATED wr76 IN A RPORT PROPER,, THE CONTRACTOR MUST BE ADEQUATELY PREPARED TO A IDENTIFICATION OF AFFECTED AREAS - SEE CONSTRUCTION SAFETY DRAW NGS FOR AIRFIELD AREAS OF OPERATIONS AFFECTED BY EXPEDIPOUSLY CONTAIN AND CLEAN-UP SPILLS RESULTING FROM FUEL OR HYDRAULIC FLUID LEAKS SPECIAL CARE MUST AL. BETAKEN WHEN CONSTRUCTION HANDLING NG ORFORFuaRiTINGHAZARDOUSM ERIALSON ARPORT PROPERTY. SEE AC 150/5320-15, MANAGEMENT OF AIRPORT INDUSTRIAL WASE B MITIGATION EFFORTS - SEE .PP AND CONSTRUCTION SAFETY DRAW N. FOR MTIGATION EFFORTS OF OPERATIONS AFFECTED BY CONSTRUCTION 4. PROTECTION OF NAVIGATION AIDS(NAVAIDS) 9. NOTIFICATION OF CONSTRUCTION ACTIVITIES A_ LIST.RESPON eBLEREP ES RED NTAnuP APPOINT OF ONT TLIST ITA LN BE COMPLETED AS PART OF EE SAFETY PLAN COMPLIANCE DOCUMENT THE CONTRACTOR MUST NOT CONDUCT ANY CONSTRUCTION ACTIV, WITH IN NAVIGATION, AID RESTRICTED AREAS NA THOUT PRIOR APPROVAL FROM THE LOCAL FAA ALM AV FACILITIES SECTOR REPRESENTATIVE NAVIGATIONAL Al.INCLU DE INSTRUMENT LANDING SYSTEM COMPONENTS AND VERY HIGH-FREQUEN, OMNIDIRECTI MAL RANGE ARPORT SURVEILLANCE RADAR. SUCH RESTRICTED AREAS ARE DEPICTED ON CONSTRUCTION PLANS. B NOTICES TO ARMEN(NOTAM)- BEFORE BEGINNING ANY CONSTRUCTION ACTIVITY TH E CONTRACTOR MUS, THROUGH THE AIRPORT OPERATOR, GIVE NOTICE USING THE NOTAM SYSTEM OF PROPOSED LOCATION, TIME, AND DATE OF COMMENCEMENT OF CONSTRUCTION UPON COMPLETION OF 5 CONTRACT. ACCESS WORK AND RETURN OF ALL SUCH AR,S TO STANDARD CONDITIONS, TH E CONTRACTOR MUST, THROUGH THE AIRPORT OPERATOR. VER, THE CANCELLATION OF ALL NOTICES ISSUED VIA THE NOTAM SYSTEM A LOCATION OF STOCKPILED MATERIALS - THE CONTRACTOR SHALL INSTALL A TEMPORARY FENCE AROUND HS CONSTRUCTION STAGING AREA TO SEPARATE HIS BATCH PLANT, MATERIAL STOCKPILE, EQUIPMENT STORAGE, AND PARKING AREAS FROM THE PUBLIC NO PERSONAL VEHICLES OF C EMERGENCY NOTIFICATION PROCEDURES - IN THE EVENT OF AN EMERGENCY TH E CONTRACTOR SHALL CALL 911, THEN NOT, THE OAR AND CONTRACTORS EMPLOYEES NA LL BE ALLOWED INSIDE THE SECURED AREA OF THE AIRPORT ALL MATERIAL DELIVERIES SHALL BE RECEIVED IN THE AIRPORT DISPATCH AT 361-28.01, EXT 1257 STAGING AREA RESERVED BY THE CONTRACTORTHIS STAG NG AR, STOCKPILED MATERIALS AN o EQUIPMENRT ARE NOT PERM ALLOWED w NNATHEEACTIVERUNWAYSAFFEETTY AREEAAINSD AIRPORT D COORDINATION NA TH ARFF PERSONNEL - ANY DEACTIVATION OF WATER LI NES OR HYDRANTS, REROUTING OF ACCESS ROUTES, OR USE OF FREE ZONE THE CONTRACTOR SHALL RECEIVE APPROVAL FROM THE OAR AND FAA AIR SPACING OFFICE PRIOR TO LOCATI NG STOCKPI LES OR HAZARDOUS MATERIALS ON THE AIRFIELD SHALL BE COORDINATED AND APPROVED BY THE A RFORT'S ARFF PER.NNEL PRIOR TO EXECUTION OF EQUIPMENT WITHIN THE OBJECT FREE AREA SAFE, AREA, OR OBSTACLE FREE ZONE NO STOCK, LE SHAL L BE GREATER THAN 1.FT IN HEIGHT SUCH ACTIVITIES B. SITE PARKING, EQUIPMENT STORAGE E FT AREAS, AND ACCESS AND HAUL ROUES. VEHICULAR TRAFFIC SHALL ALWAYS YIELD TOARCRAFT TRAFFIC. AIR SPACED THROUGH THE APPROPRIATE FAA REGIONAL OR DISTRICT OFFICE PRIOR TO USING SUCH EQUIPMENT ON SITE. WHEN ANY VEHICLE OTHER THAN ONE THAT HAS PRIOR APPROVAL FROM THE AaPoarOPERATOR. MUST TRAVEL OVER ANY PORTION OF AN SHurD0wN OF ANY NAVAJO (AIRPORT OR FAA OWNED) SH LL BE COORDINATED NATH THE FAA ATO 45 DAYS PRIOR TO THE PROPOSED SHUTDOWNVEHICLE MUST HA, A . ARCRAFT MOVEMENT AREA, IT NA LL BE ESCORTED AND PROPERLY IDENTIFIED TO OPERATE IN THOSE AR,S DURING DAYLIGHT HOURS. TH E REDUCED ISIBIL, MUST N£ EQUIPPED ATTACHEDF ACCESS TO ANY CRInCAL AR,S(I ELOCAUZER, GUDESLOPE ETC .)SHALL BE COORDINATED WITH THEOAR 72 HOURS BEFOREHAND . FLLAASHIrvc DOMEE-THYPELIGHT, THE COLOR COLOR OFNA-IICHs Iry AREAS DURING ORSAE CODES 10 INSPECTION REQUIREMENTS ALL CONSTRUCTION VEHICLES SHAL L BE CLEARLY 10ENTI RED FOR CONTROL PURPOSES BY PROMINENTLY DISPLAYING THE COMPANY NAME N A. DA, INSPECTIONS - THE CONTRACTOR SHALL PERFORM DAJ LY EACH SIDE OF THE VEHICLE AND INCLUDE A FLAG AND BEACON THE I DENI-IFICATION SYMBOLS SHOULD BE A MINIMUM 8 -INCH BLOCK -,PE CONFORMANCEWTH THE CONSTRUCTION SAFETY AND PHASING PLAN(P)INSPECTIONS ioINSURE ALL CONsraucnoN OPERATIONS ARE N CHARACTERS OF A CONTRASTING COLOR AND EASY TO READ THEY MAY BE APPLIED EITHER BY USING TAPE OR A WATER -SOL UABLE PAINT TO FACILITATE REMOVAL IC SIC NS ARE ALSO ACCEPTABLE N ADDTION, VEHICLES MUST DISPLAY IDENTIFICATION MEDIA,, AS SPECIFIED N THE s.FINAL INSPECTIONS - PRIOR TO OPENING ANY PORTION OF THE AIRPORT TO TRAFFIC, THE CONTRACTOR, OAR, AND AIRPORT OPERATOR SHALL APPROVED SECURITY PLAN PERFORM A SAFETY INSPECTION OF THE AR, TO BE OPENED TO TRAFFIC TO I NSU RE CONFORMANCE NA TH THECSPP AND FAA STANDARDS AT 14 CFR PART 139 CERTIFIED AND TOWERED AIRPORTS, ALL VEHICLE OPERATORS HAM NG ACCESS TO THE MO,MENT AREA MUST BE FAMILIAR 11 UNDERGROUND UTILITIES WTH AIRPORT PR.EDURES FOR TH E OPERATION OF GROUND ,H ICLES AND TH E CONSEQUENCES OF NONCOMPLIANCE OR BE ESCORTED BY SOMEONE WHO IS A UNDERGROUND 6,61ES EXIST NA THI N AND ADJACENT TO THE LIMITS OF CONSTRUCTION AN AnEMPT HAS BEEN MADE TO L.ATE THESE UTILITIES ON THE PLANS HOWEVER, ALL EXISTING UTILITIES MAY NOT BE SHOWN AND THE ACTUAL LOCATIONS OF THE UTILITIES MAY VARY FROM PERSONNEL ENTERING THE SECURED AREA MUST BE IN POSSESSION OF AND DISPLAY A VALID AIRPORT IDENTIFICATION BA.E AT ALL TIMES OR THE L.ATION S SHOWN PRIOR TO BEGINNING ANY ,PE OF EXCAVATION, THE CONTRACTOR SHALL CONTACT THE UTI 1_61 ES INVOLVED AND MAKE MUST BE ESCORTED BY A PER.N NA TH A VALID AIRPORT IDENTIFICATION BADGE ANY PERSON WHO IS ESCORTING INDIVIDUALS MUST BE IN DIRECT ARRANGEMENTS FOR THE LOCATION OF THE UTI LITIES ON THE GROUND THE CONTRACTOR SHALL MANTAIN THE UTILITY L.ATION MARKIN. UNTIL CONTROL OF THE ESCORTED INDIVIDUALS AT ALL TIMES ANY PERSON WHO HAS BEEN ISSUED A BADGE, BUT IS NOT IN POSSESSION OF THE BADGE, THEY ARE NO LONGER NECESSARY MAY NOT ENTER THE SECURED AR, OF THE ARFORT AIRPORT CE N THROUGH BADGES MUST BE RETURNED TO THE AIRPORT UPON COMPLETION OF THE PROJECT UNLE. DIRECTED OTHERW SE BY THE AIRPORT ANY FINE, THE TEXAS 811 SYSTEM PHONE NUMBER 151-800-669-83. TH E CONTRACTOR I S ADVISED THAT THERE ISA SEVERE PENAL, FOR NOT MAKNGTH IS SCHEDULED TIMES FOR ISSUANCE. BADGES THERE IS A$80 00 CHARGE FOR ISSUANCE OF THE BADGE AND $10 0o DEPOSIT PER PERSONTION BADGES MAY BE OBTAI NED FROM THE AIRPORT DURING ALL REGULAR ,THE TEXAS 811 SYSTEM CENTER BEFORE EXCAVATING USING MECHANIZED EQUIPMENT OR a ,(EXCEPT INTEXAS STATE LAW, THE UNDERGROUND FACILITIES DAMAGE PREVENTION ACT, REQUIRES TWO WORK NG DAYS ATHE CASE OF ANOF THE NEGLIGENCE OF THE PRI ME CONTRACTOR, ANY OF HIS SUBCONTRACTORS, OR ANY INCLUDING ANY AND ALL ASSOCIATED COSTS, ASSESSED THE ARPORT FOR FAJ LURE TO MANTA N SECU RI, OF THE A RPORT WHICH ARE A RESULT CALL NOT ALL UTILITY COMPANI ES ARE MEMBERS OF THE TEXAS 811 SYSTEM THEREFORE, THE CONTRACTOR I S ADVI SED TO CONTACT ALL UTILITIESAS WELL ASTHETIXASB115V5TEM THE PRI ME CONTRACTOR AND ALL BE DEDUCTED FROM ANY MONIES DUE HIM/HER . THE 8100 0 DEPOSIT W LE BE REFUNDED WIT H N 4-6 WEEKS OF THE BADGE BEING RETURNED 12 PENALTIES VEHICULAR TRAFFIC LOCATED IN OR CRO.ING AN ACTIVE MOVEMENT AREA MUST HAVE A WORKING TWO-WAY RADIO IN CONTACT w66 THE FAL URE OF THE OR (INCLUDING EMPLOYEES) OR ANY OF HIS SUBCONTRACTORS(INCLUDI NG EMPLOYEES) TO COMPLY WITH ATCT CONTROL TOWER OR BE ESCORTED BY A PERSON IN RADIO CONTACT NA TH THE TOWER THE DRIVER, THROUGH PERSONAL OBSERVATION, SHOULD INSTRUCTIONS. THE AIRPORT SAFETY PLAN, OR ANY OF THE OTHER REQUI REMEN. OF THE AIRPORT NM IL E OPERATI NG ON AJRPORT PROPER,, SHALL CONFIRM THAT NO ARCRAFT I S APPROACH ING THE VEHICLE POSTION CONSTRUCTION PERSONNEL MAY OPERATE IN A MOVEMENT AR, VVTHOUT BE SUBJECT TO THE FOLLOW NG TWO-WAY RADIO COMMUNICATION PROVIDED A NOTAM IS I.UE0 CLOSING THE AREA AND THE AREA IS PROPER, MARKED TO PREVENT INCURSIONS A. FINE AND THE VEHICLE OPERATOR NA LL RECEIVE LO. OF DRIVING PRIM LEGES ON THE (UNICOMICT, REQUENC 1194))MRADI0 CONNTACTTRIS REQUIRED WHEN WORK NG IN AREAS NOTED IN AIRPORT LLANS CONTINUO. MON R,OM.Is AIRPORT IN ADDITION, ANY FINES OR PENALTIES IMPOSED ON THE AIRPORT ASA RESULT OF THE INCIDENT NA LL BE ASSE.ED TO THE C CONTROL OF GATES - THE CONTRACTOR SHALL BE RESPONSIBLE FOR MAINTA NINO THE SAFE,/SECUR, OF THE ACCESS GATES BY KEEPING THE B SECOND OFFENSE - TH E CONTRACTOR SHALL RECEIVE A FINE TO BE DEDUCTED FROM ANY MONIES DUE HIM, AND THE VEHICLE OPERATOR VNLL REQUIRED ONLY WHEN EQUIPMENT MOVEMENT N NECESSARY IN CERTAIN AREAS. CONTRACTORSECUR, OF THE ACCE. GATE ALL Fl NES ASSESSED TO TH E CONTRACTOR SHALL BE DEDUCTED FROM ANY MONIES DUET° HIM/HER. ACCESS., LOCKED OR GUARDED AT ALL TIMES SHOULD THE CONTRACTOR FAJ L, AT ANY TIME, TO KEEP THE ACCESS GATE L.KED OR RECEIVE A LOSS OF DRIVING PRIVILEGES ON THE AIRPORT IN ADDITION, ANY Fl N E OR PENALTIES IMPOSED ON THE AIRPORT ASA RESULT OF THE GUARDED, THERE MAY BE A FINE A.E.ED TO THE CONTRACTOR, FOR EACH OCCURRENCE THAT THE CONTRACTOR FALS TO MAINTAIN THE INCIDENT WILL BE ASSE.ED TOTH= CONTRACTOR C THIRD OFFENSE - WORK W LL BE SUSPENDED EMPLOYEE ON PROJECTTHE D. ALLVB1ICLESSHALL BE SEARCHED ACCORDING TO THE TRANSPORTATION SECURITY ADMINISTRATIONS 49CFR1542 DOCUMENT. CONTRACTOR (INCLUDING RMAININGM0.OYEE5) AN D ANY O6LONGER HIS SUBCONTRACTORS(INCLUDINGMPLOYEES)WO EMPLOYEES) OPERNEGROU ND COMPLETE FOR ASECOND TIME, FORMALIZED AIRPORT SAFETY TRAI NI., TO BE CONDUCTED BY 6. IMmLIFEMANAGEMENT AIRPORT STAFF WHEN TH E CONTRACTORS EMPLOYEES HAVE COMPL ETED AIRPORT SAFETY TRAINING WORK MAY CONTINUE AT THE DISCRETION OF THE OWNER, AND OR MAY BE REQUIRE TO OLEEAVEE PROJECT SATISFACTION OFTHEOWNER, T SITE IF APPLICABLE THE CONTRACTOR SHALL REVIEW AND ADHERE TO THE CONTENTS OF THEA RPORT OPERATOR'S NALDLIFE HAZARD MANAGEMENT PLAN. CONSULTAN7 SHEET G-004 PROJE , No.161811 76 tateM JOS 0 DIGITALLY SIGNED 12/302016 -PROJECT - GARVER 3755 S CAPITAL OF TEXAS HWY, SUITE 325 AusnN. Tx TBxoa RE F-5,3 GISTRATION ° DESCRIPIION CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION CONSTRUCTION SAFETY & PHASING PLAN NOTES I i, cm PROJEc, g E 16451 CONSTRUCTION SAFETY AND PHASING PLAN (CSPP) - PAGE 2 OF 2 13 SPECIAL CONDITIONSNo. NONE_ 18. OTHER UNorAT IONSoN coxsmucnON A PROHIBITIONS - THE USE OF TALL EQUIPMENT (IE. CRANES CONCRETE PUMPS)OR Access INTO I LS carr PAL ARussHALL NOT BE R NOTICE IS PERMITTED UNLESS APPROVED BY ME OAR IF APPROVED BY M E 14 ARuxWAY GENE L TAxwnvvRT MARKS TNG, SIGNS,AN D VISUAL NAVAJOS THAT ARE IN OPERATION MUST DE CLEAR FROM ALL OBSTRUCTIONS AU_ OPEN FLAME WELDING AND RAnosAaEAUTHoeRATIosAF112ED BY IRENOT E AI PoPERownroNLESSADEQUATE FIIRE SAFEry PRECAUTIONS ARE TEMPORARY MARKIN., SIGNS, LIGHTS, OR OTHER D THE OAR WxGTIIPVORTICES, OR OTHER WIND CURRENTS. uARaDSMUST BESECURED IN Puce TOPREVENT DSRGDCRNC FROM PROP WASH JET Bus r44PFRMTTEDwTHINl 000 -Er oETHE AIRPORT PROPERTY FLARE POTS ARE NOT PERMTTED ELECTRICAL BLASTING CAPS SHALL BE B SIGNS - T HE CONTRACTOR SHALL INSTALL ALL SIGNSIN ACCORDANGEWM THE MOST RECENT EDITION OF FAA AC 150/534544 AND 150/5340-18 ANY SIGN THAT ISNOT WITHIN THE AIR OPERATIONS AREA PERFORMING ITS NORMAL FUNCTION MUST BE COVEF1ED OR REMOVED TO PREVENT MISLEADING R LOTS 15 MARK NG AND SIGNS FOR ACCESS ROUTES T HE CONTRACTOR SHALL BE F1ESPON SIBLE FOR SUPPLY NG AND INSTALLING ALL NECESSARY MARK NGS AND SIGNAGE FOR ALL ACCESS ROUTES TO AND EF1OM THESTE TO BE USED BY CONTRACTOF1PEF1SONNEL, SUBCONTRACTOR PERSONNEL, OF1 DELIVERY OPERATIONS ALL SIGNAGE IN THE AI F1OPERATION SAREA SHALL BE FRANGIBLY MOUNTED 16. HAZARD MARKING AND LIGHTING A PUF1FOSE - HMARD MARK NG AND LIGHTING PREVENTS PILOTSEROM ENTERING AREASCLOSED TO A RCRAFT MD PREVENTS CONT RACTOF1 PERSONNEL FROM ENTERING AREAS OPEN TO ARCRAFT B EQUIPMENT - T HE CONTRACTOR SHALL FUF1NISH, INSTALL, AND MANTA N LOW-PF1OFILE BARRICADES IN HAZARDOUSAF1EAS INSIDE MOVEVENT AREAS BARF1ICADES SHALL SHALL eE EQUIwm ACCESS aED MAKE FLASSHHAZARDSNTEADY BURNING ucGHTS THEsSPPaarvc of eBAARRICADES SHALL PERIODSOFMAT A BBREACH IS AND AT NIGHT,BARRICADES BARRING A DELI BERATEACT IF BARRICACESARE INTENDED TO PREVENT PEDESTRIANS, THEN THEY SHALL BE LI NKED SEE DETALS ON CONS -RUCTION SAFETY DF1AWINGS FOF1 LOW -PROFILE AJRCRAFT BARRICADE DETAIL 17 PROTECTION OF SAFETY AREAS, OBJECT FREE AREAS, OBJECT FREE ZONES, AND APPROACH/DEPARTURE SUF1FACES A RUNWAY SAFETY AREAS (RSA) -NO WORK SHALL BE PERMITTED WrHIN AN ACTIVE RUNWAY SAFETY AREA IF REQUIRED, ADJuSYLRNrsroTHE RSADNENSONS THF1OUGH F1ESTRICTED OPERATIONS SHALL BECOORDI NAT ED WITH THE FAA AI F1P0F1TS REGIONAL OF1 DISTRICT OFFICE PRIOR TO CONST RUCT ION THE CONTRACTOF1SHALL INSURE ADEQUATE DISTANCE PROTECTION FOF1 BLAST PROJECTION, AS N EEDED ALL OPQJ TRENCHESOR IXCAVAT IONS WFHIN THE LIMITS OF THE F1SA SHALL BE BACK FILLED OR COVERED PRIOR TO OPENING THE RUNWAY TO OPERATIONS IN ADDITION, EROSION CONTROL MEASURES SHALL BE PROVIDED IN THE RSA TO PREVENT RUTS, HUMPS, OF1 DEPRESSIONS INSIDE THE Llmris OF THE F1SA B RUNWAY OBJECT FREEAREAS(ROEA)- NO MATERIAL SHALL BE STOCKM LED INSIDE THE LIMITS, THE ACTIVE Rou UNLESS APPROVED BY AIR SPACING THROUGH THE APPROPRIATE FAA AI F1P0F1T 5 F1EGIONAL OF1 DIST F1ICT OFFICE C TAXIWAY SAFETY AF1EAS(1SA)- NO WORK SHALL BE PERMITTED VTHIN AN ACTIVE TSA IF REQUIRED, ADJUSTMENTS TO THE TAXIWAY TSA DIMENSIONS THROUGH RESTRICTED OPERATIONS SHALL BE COORDI NAT ED WTH THE FAA AI F1PORT 5 REGIONAL OR DISTRICT OFFICE PRIOR TO CONSTRUCTION ALL OPEN TF1ENCHES OR IXCAVATIONS WITHIN THE LIMITS OF ME T SA SHALL BE BACK FILLED OR COVERED PRIOR TO OPENING THE TAXIWAY TO OPERATIONS IN ADDITION, EROSION CONTROL MEASURES SHALL BE PF1OVIDED IN THE T SA TO PREVENT RUTS, HUMPS, OR DEPRESSIONS I NSI DET HE LI NITS OF THE TSA 0 TAXIWAY OBJECT FREE AREASITOFAI- NO CONSTRUCTION SHALL BE PERMITTED INSIDE AN ACTIEroFA UNLESS THE TAXIWAY HAS BEEN RESTRICTED TO OPERATIONS REQUIRING Arou EQUAL TO THAT of THE TOFA AVAILABLE IF REQUIRED, CONSTRUCTION MAY BE PERMITTED INSIDE THErou IF THE TAXIWAY CENTERLINE MARK NGS ARE OFFSET WITH CENTERLINE REFLECTORS OR LIGHTING, OR APPROPRIATE NOTAMS AF1E ISSUED CONSTRUCTION MAY ALSO BE FERNITT ED I NSI DE THE TOFA IF AR VE FOOT W NG T I P CLEARANCE IS MAINTAINED FOR ALL CONSTRUCTION EQUIPMENT AND VEHICLES IN THIS SCENARIO, FLAGGERS AND W NG WALKERS MUST BE USED TO DIRECT TRAFFIC THROUGH T HE CONSTRUCT ION SITE E OBSTACLE FREE ZONE(OFZ)- NO PERSONNEL, MATERIAL, OR EQUIPMENT SHALL PENETRATE THE OF, WHILE THE RUNWAY IS OPEN TO OPERATIONS. THE DIMENSIONS OFTHEOEZ ARE AS DEFINED IN FAA AC 150153.13( ,.Taa.gW). E-APPROACH/DEPARTURE SURFACES - ALL CONTRACTOR 15AND EQUIPMENT SHALL 0/5300.13 (www MAIN CLEAR ) CONSTa APPLICABLEEE THRESHOLD ACriVRTI ES THAT REQUIRE PENETRATION INTO THE THRESHOLD SITING SURFACE SHALL BE ACCOMPLISH THROUGH DISPLACING OR PARTIALLY CLOSING T HE F1UNWAY SUCH CONSTRUCTION ACTI VT I ES SHALL F1EQUI F1E COORDINATION WIM T HE FAA AF1P0F1TS REGIONAL OR DISTRICT OFFICE G CONTRACTOF1SHALL NOTIFY OAR 1 AI F1P0F1T BEFOREWORKING NEAR RUNWAY ENDS AND LOCALI, ER EQUIPMENT 72 HOUF1 NOTICE 15 F1EQUIF1ED FOR A RPORT TO ISSUE NOTAM SeSHEETG-oos eH 16181176 2,e� JOS 0 DIGITALLY SIGNED 12/302016 - GARNER 3755 5 CAPITAL OF . TEXAS HWY, SUITE 325 AUSTIN, TX rNZ o REGISTRATION F-5,3 DESCRIPIION CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION CONSTRUCTION SAFETY & PHASING PLAN NOTES!! RUNWAY DATA RUNWAY END NUMBER AIR'LANE DESIGN GROUP AIRCRAFT APPROACH CATEGORY MINIMUM SAFETY AREA PRIOR TO THE THF1ESHOLD MINIMUM UNOBSTRUCTED APPF1OACH SLOPE RSA W DT H DIVIDED BY 2 RUNWAY 13 IV D 1,000-, 50 1 250 RUNWAY 31 IV D 1,000-, 50 1 250 RUNWAY 18 IV D 1,000-, 50 1 25G RUNWAY 36 IV D 1,000-, 50 1 25G A CITU PROJECT / E 16451 Site DescrWtion SOIL STABILIZATION PRACTICES: OTHER EROSION AND SEDIMENT CONTROLS PROJECT LIMITS. Corpus Christi International Airport TEMPORARY SEEDING X PERMANENT PLANTING, SODDING, OR SEEDING MAINTENANCE: ALL EROSION AND SEDIMENT CONTROLS WILL BE MAINTAINED IN GOOD WORKING ORDER. IF A REPAIR IS NECESSARY, IT WILL BE DONE AT THE EARLIEST DATE POSSIBLE, BUT NO TATER THAN 7 CALENDAR DAYS AFTER THE SURROUNDING EXPOSED GROUND HAS CREEE. AND DRAINAGE WAYS SHALL MEPRIORIM HEAVY QUIPMENT. THE AREAS ADJACENT TO TY FOLLOWED BY DEVICES USED FOR ILT REDUCTION IN THE DISTURBED AREAS. )NSP DA AN INSPECTION REPORT WILL BE MADE PER EACH INSPECTION. B.ED ON ON RESULTS, THE CONTROLS SHALL BE REVISED PER THE INSPECTION REPORT. INSPECTION WILL BE PERFORMED BY A RESIDENT PROJECT REPRESENTATIVE EIEVERY IDIVERSION WASTE MATERIALS: ALL W.TE MATERIALS WILL BE COLLECTED AND STORED IN A SECURELY LIDDED METAL DUMPSTER. THE DUMPSTER WILL MEET ALLSTATE AND LOCAL SOLID WASTE MANAGEMENT REGULATIONS. ALL TRASH AND CONSTRUCTION DEBRIS FROM THE SITE WILLBE DEPPIPE THE DUMMER. THE DUMPSTER WILL BE EMPTIED. NECESSARY OR AS OSITED BY LOCAL REGULATION AT AN APPROVED LANDFILL. NO CONSTRUCTION WASTE MATERIAL WILL BE BURIED ON SITE HAZARDOUS TE(INCLUDING SPILL REPORTING): AT A MINIMUM, ANY PRODUCTS IN THE FOLLOWING CATEGORIES ARE CONSIDERED TO BE HA.RDOUS: PAINTS ACIDS FOR CLEANING MASONMSURFACES, CLEANING SOLVENT, ASPHALT PRODUCTS, CHEMICAL ADDITIVES FOR SOIL STABILIZATION, AND CONCRETE CURING COMPOUNDS AND ADDITIVES. IN THE EVENT OF A SPILL WHICH MAY BE HAZARDOUS, THE SPILL COORDINATOR SHOULD BE CONTACTED IMMEDIATELY. SANT ALL SANITARY WASTE WILL BE COLLECTED FROM THE PORTABLE UNITS MA LICENSED SANITARY WAST LOrAI REGULATION EMANAGEMENT CONTRACTOR AS NECESSARY OR AS REQUIRED BY OFFSITE VEHICLE TRACKING: HAUL ROADS DAMPENED FOR DUST CONTROL X LOADED HAUL TRUCKS TO BE COVERED WITH TARPAULIN X EXCESS DIRT ON ROAD REMOVED DAILY X STABILIZED CONSTRUCTION ENTRANCE DISPOSAL AREAS, STOCKPILES, AND HAUL ROADS SHALL BE CONSTRUCTED Iry A MANNER THAT WILL MINIMIZE AND CONTROL THE AMOUNT OF SEDIMENT THAT MAY ENTER RECEIMNG WATERS. DISPOSAL AREAS SHALL NOT BE LOCATED IN ANY WETLANDS, WATERBODY OR CONSTRUCTION STAGING AREAS AND VEHICLE MAINTENANCE AREASMALL BE CONSTRUCTED BY THE CONTRACTOR IN A MANNER TO MINIMIZE THE RUNOFF OF POLLUTANTS. ALL WATERWAYS SHALL BE CLEARED AS SOON. PRACTICAL OF TEMPORARY EMBANKMENT, TEMPORARY BRIDGES, MATTING, FALSE WORK, PILING, DEBRIS OR OTHER OBSTRUCTIONS PACED DURING CONSTRUCTION OPERATION THAT ARE NOT A PART OF THE FINISHED WORK. MULCHING SOIL RETENTION BLANKET PROJECT DESCRIPTION: Construction of approximately 2200 square yards of TaxiwayK pavement as shown on the plans. PRESERVATION OF NATURAL RESOURCES OTHER: MAJOR SOILDISTURBINGACTIVITIES: Pavement demolition and proposed Taxiway STRUCTURALAN X SILT FENCES COnStuctioo HAY BALES X ROCK BERMS DIVERSION, INTERCEPTOR, OR PERIMETER DIKES DIVERSION, INTERCEPTOR, OR PERIMETER SWALES DIKE AND WALE COMBINATIONS SLOPE DRAINS RMS., No. D,E a. CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services PAVED FLUMES X ROCK BEDDING AT CONSTRUCTION EXIT TIMBER MAUI,. AT CONSTRUCTION EXIT CHANNEL LINERS SEDIMENT TRAPS TOTAL PROJECT AREA: 10.1 ACRES SEDIMENT BASINS TOTAL AREA TO BE DISTURBED: 1.0 ACRES STORNI INLET SEDIMENT TRAP STONE OUTLET STRUCTURES WEIGHTED RUNOFF COEFFICIENT (AFTER CONSTRUCTION): 5.]] CURBS AND S STORM CONTROL DEVICES EXISTING CONDIDTION OF SOIL& VEGETATIVE COVER AND 96 OF EXISTING VEGETATIVE COVER: The existing cover is in fair condition. Existing vegetative cover Is at 90% OTHER. Concrete WashoutTYC = NARRATIVEX —SEQUENCE OF CONTRUSTION (STORM WATER MANAGEMENT) ACTIVITIES: Erosion and sediment controls shall be installed at the beginning of the project. Once stalled, these devices will be maintained during the duration of the project. Erosion and sediment Controls will be removed at the project's completion. NAME OF RECEIVING WATERS, Corpus Christi Bay Oso Creek MANAGEMENT:STREAMBED. E and proposed storm sewers and drainage ditches sMe will be sedto remove water from site. Storm water from the site will flowthrough filter fabric fences hay bales orrock filter darns to filter sediment from storm water runoff before it leaves the site cnv PROLCCT / E 16451 ....W.. GASH, A NT ET G-101 P'NOTEM, no. 161811 76 TA,:I..nY TAXIWAY1 TWO CONSTRUCMON OPTIONS ARE PREPARED FOR THIS PROJECT BASE BID I: PORTLAND CEMENT CONCRETE WILL BE USED TO RECONSTRUCT -1 tttFFFFFF DIGITALLY 12/30/2016 BASE BID II: ASPHALT W LL BE USED TO RECONSTRUCT ONLY ON E OPTION WILL BE AWARDED FOR CONSTRUCTION 2 THE AIRPORT A. D CITY ARE NOT PON9BLE FOR DAMAGDAMAGEDOR STOLEN PROPERTY WITHIN THE 3 THE CONTRACTOR SHALL BE MINDFUL OF THE PRESENCE OF OTHER CONTRACTORS WITHI N THE CONTRACTOR'S STAGING LIMITS STAGING AREA VICINITY CONTRACTORS SHALL COORDINATE AND COLLABORATE TO ENSURE THE SAFETY SECURITY FI IS PRO EXECUTION SUCCESS. 0 50 IOU 200 WO ITEMS OF WORK O.�E.I GARNER /3 ..- BASE BID I 1 CONSTRUCT 75-FOOT WIDE BY 800-FOOT LONG CONCRETE TAXIWAY K PAVEMENT SECTION 2 PERFORM DRAINAGE AND GRADING IMPROVEMENTS 3. INSTALL TAXIWAY PAVEMENT MARKINGS ON NEW TAXIWAY KPAVEMENT . BASEB10I CONSTRUCT 75-FOOT 11BE BY 800-F00 LONG ASPHALT rAxlwnvK PAVEMENT SECTION 2 PERFORM D.INAGE AND GRADING IMPROVEMENTS INSTALL TAXIWAY PAVEMENT MARKINGS ON NEW TAXIWAY K PAVEMENT. _ o 3755 S CAPITAL OF TEXAS HWY, SUITE 325 AUSTIN, TX 7870.1. REGISTRATION NO F-5,3 E TRATIOTArnJAY TAXIWAYF E ' , +rTTSA OFA VHo _J �� TSA Vsi Ts. Vsi.\\ WEST GA APRON A TAXIWAY K VEHICLE SEW cE Rona um \) Ts. Psi T� V81 OFA VA 081 TSA V CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION PROJECT LAYOUT PIAN OFA Tems. FA VH • DELIVERY GUARD HANGAR . PwsoNDRIV LEGEND EXCAVATION SEE ITEM 4EXISTING CONCRETE APRON ll PAROPOSSDTAXIWAY K It ww.. GRADING LAWS — — PROPOSED DITCH FLOW_IN E P1szFOR DETAIL s V.' GLASSON DRI, PINSON DRIVE - CONCRETE PIPE �FA - OBJECT FREE AREA sA TAXIWAY SAFETY AREA (Woa°CU° PERIMETER . �', - -- - 0 o PERFORMED BYOTHERS) LO R _ cnvPROJECT %E16451 FPM F 1 602 o 76 ]6 61 ..O` t 1, Foao1 DIGITALLY 12/30/2016 TAXIWAY F w oo 0. F., vF GARNER OFA y p g �c5.c , 500‘,207-.00 -� T i ds n 0 tl�l oo.00 Iv 00 02.0 0 .0 04.0w2 ,2swo ,mwo ,oew AUSTIN, Txr67m TAXIWAY K 0 oo rsA VS1 - _ REGISTRATIONF-5713 NO. TSA V° __ m .. a s SERVICE ROAD . V, OFA EMs- FA V, O.... • • •`. •.. • CARRSi DELIVERY U.S. COAST HANGAR a u~a, i � 1 I°�I3zy �..a �� 1 'j(Ja99 3j3�i1� � I, '' PINSON DRIVE • CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION SURVEY CONTROL PLAN 11 I9jj j1�11'• 31 IN A l GENERAL NOTES 22� • THE HORIZONTAL ESTABLISHED UTILIZING THE PACS AND SACS BASELINE POINTS AIRPORT CONTROL SYSTEM. ALL COORDINATES DESCRIPTION *AxIwAYbso ARE IN BASED ON NAD83/NAVD29 TEXAS THFO OF THE PLANE SOUTH ZONE...U.S.OOASTCUAROAPRONBEFOREBECINN�NGwoRH. 2 DaysNVENGIn'EERI �pNE BEGIN 100.0.00 1304847.90 NOVEMBER 2016. EGD , ,.0000 „717327, 2 LEGEND 3. TEXAS STATE LAW, THE UNDERGROUND FACILITIES STORM slNE DAMAGE WORKING PREVENTION ADVANCETHROUGHETORPOINTNO. 203.0.00 17173412.68 13.19.93 THE BEFORE SURVEY CONTROL POINTS 8gBEGIN EXCAVATITEXAS USING MECHANIZED EP�ROPOSEDTAxIwAYKPAVEMovT CONCRETE APRON EMERGENCY).PM 0HET-8..TAS SYSTEM NORTHING EASTIING ELEVATION DESCRIPTION 207+75.00 17173734.42 1304214.76 NUMBER IS HECONTRAC OR 42„ - 0 0 ORM DB7RKH OTHERS) ADVISED THAT THERE IS A SEVERE PENALTY OR - 8 OFA_ NOT MA. NG THIS CALL. NOT ALL UTILITY COMPANIES ARE MEMBERS OF TH E TEXAS 811A TH CONTRACTOR IS NAILIL 8 AREA = cvva02Pc,%E, 6451 NONMEM UTI��IEG A ,,,,3630% ,302;9, PK NAPK GP-92,2 D 2„+99,4 ,7,7409358 130413309 '''''.. GR...UIMRG AGwETAi,CZT CAG7E, RSA RUNWAY 13-31 RSA VSN VSTI RSA RSA VS, RSA VS21 RSA RSA CONTRACT TIME PHASE CALENDAR DAYS DESCRIPTION OF WORH PHASE 15o AYS) SOUTHEAST 1325 DAYS) TAXIWAY K CONSTRUCTION - NORTHWEST NOTE 1 THE AJRPORT AND CITY ARE NOT RESPONSIBLE FOR DAMAGED OR STOLEN PROPERTY THIN THE CONTRACTORS STAG NG LI mn-s 2 IF BASE BID I IS SELECTED, THE CONTRACTOR IS RESTRICTED FROM PLACING MORE CETE PER DAY 3 FOR BASE BID II TIME WILL BE SUSPENDED ONLY IF A_L ITEMS OF WORK, ac UDING PAVEMENT MARK 300 C OF a s, HAVE BEEN c°MPLETED. a_ PHASEI aRKo REQUIATED DAN/AGES TO BESOR EACHSTANTIvrHnr°aM. COMPLETED WITHIN IIN 15DCALENDAR DAYS .THE CONTRACTOR WILL BE ASSESSED5 IF PHASE I WORK ISNOT COMPLETED WITHIN 15D C,EN DAR DAYS, PHASE II WORK WILL BE HALTED UNTIL PHASE I WORK IS COMPLETED6 LOCATION OF EMPLOYEE PARKING, CONTRACTOR STAGING, CONCRETE WASHOUT, AND CONSTRUCTION ENTRANCE SUBJECT TOCHANGE DURING DISCUSSIONS AT RECONSTRUCTION MEETING 5. OVERALL PHASING PHASE I 1 CLOSE TAX IWAY K BETWEEN CARR, DELIVERY HANGAR ENTRANCE AND TAXIWAY G 2 CONSTRUCT 75 -FOOT WIDE BY 600 -FOOT LONG TAXIWAY K PAVEMENT WTHIN PHASE I WORK AREA 3 INSTALL DRANAGE IMPROVEMENTS IN THI N PHASE I WORK AREA 4 INSTALL ELECTRIC, IMPROVEMENTS IN TH IN PHASE I WORK AREA PHASEll 1 CLOSE TAX IWAY K BEI/VEEN END OF PHASE I AND ACCESS ROAD 2 CONSTRUCT 75 -FOOT W DE BY SOD -FOOT LONG TAXIWAY K PAVEMENT 3 INSTALL DRAINAGE IMPROVEMENTS WTHIN PHASE II WORK AREA 4 INSTALL ELECTRIC, IMPROVEMENTS W TH IN PHASE II WORK AREA 5 INSTALL ALL TAXIWAY K PAVEMENT MARKINGS LEGEND EP EMPLOYEE PARKNG —r°FA — SA CS c NERFCTGR STAGING —RSA — RUNWAY SAFETY AREA FENCE (WORK CURPERIMETER ENTLY BEI PERFORMED BY Rs) GRADING LIMITS PHASE I OBJECT FREE AREA CONCRETE SES EETGso3)Nr CE ENTRANCE rc-sos) HAUL ROUTE PAVEMENT IwnvK EXISTING CONCRETE APRON SHEET G-103 0HOJEc7 60.161811 76 DIGITALLY SIGNED 12/30/2016 3755 S CAPITAL OF TEXAS HWY, SUITE 325 AUSTIN, TX 76704 REGISTRATION NO Z 0 aD o67 ern EZ -Y ai QH PHASING PLAN OVERALL CONSTRUCTION SAFETY SHEET 9 or 51 RECORD DM NO. AP -145 cm 00OJEc1 /616451 ONSULTAN7 SHEET G-104 PM C7 no. 16181176 P<I.✓AYF SIGNED 12/30¢016 _03DIGITALLY � _ INSTAL, 017 L F OF TMPK ORARY FENCEII 1.1.3969 9a12 PHASE I FENCE E �i/ E 1303819 � �... 9Al�i = GARNER CF .. .. bio - 040 tsi TSA vsi •• �., 0 TAXIWAY I ,. 3755 S CAPITAL OF 325 nusn".TX ,SUITEa �_ 00 TSA esi TSA vsi I•8 r� vsi r�_ e. aoasaa.�� REGISTRATIONFn,3 a OFA E 1304053 48 k. s v CS E. 1010 0 36 • ',VGA — ATLANTIC HANGARIII H-3 • (,., CE EP GUARD DELIVERY PI��SO"o"vE P <, INSTALL 575 L F OF TEMPORARY i 0aPHASE "Kgi= �1eJ "E.130417104 - — ' ..' 1 6.0 73776.02 1304712.74 Y f _`_ icgg 1 ✓✓O GLASS. OE DESCRIPIION CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION CONSTRUCTION SAFETY & PHASING PLAN • PHASE 3 t 33 I, Q3 9i1 1 l��� �' 1 1� I. -ht� • 'i01 , g! . ��. 4 ,7j'3 JIi 411 .. 3i✓�1„� ✓�� _ - — Ll ,s m 113139 ..f E ' 11 �!�- II 11J A aJ.i. -jili LEGEND CONTRACT TIME PHASE I - ITEMS OF WORK PROPOSED PERIMETER FE _DFA FENCE— OBJECT AREA PHASE CALENDAR v of WORK1 ROVEEPAab"o EP EM p�oaK cuaaENr�v eEi"' PHA DAYS) rAxiwnv Kcoly sourr,Ensr 1ON- I NST,L TEMPORARY JUMPERS AS SHOWN ON ES AS ON Puns3 . CS coi.,raxroa sTnci MPoaAa -�= TAXIWAY snFETvAREA TAXIWAFESE 0 50 ,00 u0 zoo 170 ,. SPRE NOT REPRESENTATIVE OFACTUAL NUMBER OFBARRICADES REQUIRED NOTE 2 PHASE I WORK IS REM IRED TO BE THE CONTRACTOR SHALL PAY THE �Fn s, oFoa �C`rEOA0000 i0�' 0 EA`"-rOE`wn 0000 3 cALwoAa onus. Pn4sEuwoaKwnu eE HALTED 0 NTIL PHASE I WORK IS COMPLETED LOCATION OF EMPLOYEE PARKING, CONTRACTOR STAGING, CONCRETE Ecr To CHANGE DURING DISCUSSIONS AT WASHOUT,Ano ENTRANCE INSTALL PHASE I TEMPORARY CHAN-LINK FENCE 3 4 REMOVE EXISTING PAVEMENT 1MTHI N PHASE I WORK AR, ASE I K sAREA CONSTRUCT,00 oWIDTHcsPAoarAxwAvVEMENT cKACCESS rouTION 1MTHIN �sCOAST GUARD APRON a vKaECTaicxucHri"c rwos�c"Acewrrllw PHwsEi 8 INSTALL DRA NAGE IMPROVF_MENTS1MTHIN PHASE I WORK LIMITS s REMOVE BARRICADES, MOVE TO PnnseuwoaK. as. AND PHASE iconsraucnon FENCE AND EcoNSraucTio"LOW PROFILE DETAIL) AIRCRAFT ®i�ESHE�rGso3�04 V/A50 PHASES �sO,FoaoETAi�1"TE aCCESS O o"sraucT 00000 A"cE ELEcra000 JUMP CE isEEa Tc-s03� a TAXIWAY K PAVEMEM tJ Foao pGE4 fy- HAUL ROUTECONSTRUCTION APRON CONCRETE `a`1 E v PROLE, / E 1 sas 1 RECONSTRUCTION MEETING I�' /// �` J pROJC i o.16181 1 G-105 6FORD � 9 �� JOSH DIGITALLY SIGNED 0/2016 TAXIWAYF may► . . -.my.- ----------- / nx FEE, PHASE I FENCE TO REMAI N 17173969 12 E 87RFA - GARNER EA 1 ����� - vio TSA v _ �T�� 755 S CAPITAL OF . TEXAS HWY, SUITE 325 AUSTIN. Tx 78704 si sq vsL le REGISTRATION F-5,3o- �.. -....y.••-- TAXIWAY K --.1.1-1.1.---.1a—mo.- �r uw TSA vsi TSA V illr r ' v DFA V,0 RFA . o q V71,992.39 II N 17173783.7"' CE ..c.,HF o ..CATIA HcHST"EL41 i"1 NK FENCE FOR PHASE IIII IL F OF TEMPORARY N. 17,4118.03 • F.,JUa„U.0° EP 7174287 18 RR S e1F6an T6a -la_ v GUARD HANGAR so' P . 6 — - SEL . � V i31 II— s , DESCRIPIION CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION CONSTRUCTION SAFETY & PHASING PIAN - PHASE II . �' GLA oa TE CONTRACT TIME LEGEND PHASE DESCRIPTION OF WORK i3onrs) ION- O 0 0 0CALENDAR200DAYS 0 l0l o 5 0 5 °350PHASE NORTHwEsr EP EMPLOYEE PARK,. pFoa�cuaa�rLYEeEiNFCENCE CIFA OBIECT FREE FORMED BY OTHERS) II - ITEMS OF WORK _ SAFETYAREA TAXIWA TSA oN a CS CONTRACTOR STAGINGMpoaARY CONSTRUCTION NOTE ONPLANSARENOTREPREswTATIVEOFACTU,NUMBEROFBARRICADEs REQUIRED SYMBOLS 1 INSTALL LOW PROFILE ARCRAFT BARRICADES AS S - (SEESSS-120WN )"x”. SHEET G-501 FOR _ - PROFILE AIRCRAFf DETAIL) G50,00�ETEESHEET DETAIL) NcaETEwAsno 2 ED ONLY IF ALL ITEMS OF WORK IXcwDINC PAVEMENT MARKIN.HAVE BEEN COMPLETED a HIN uO CALENDAR DAYS, PHASE II WORK WILL DE HALTED UNTIL PHASE I WORK IS COMPLETED 4 LOCATION OF MEETINGCONSTRUONE TRANGEGD�EGTTG ANGEDDRINGDI GNGATRENGNGTRDGTIGN 4- CT 75-FOOT WIDTH PAVEMENT SECTION WITHIN PHASE, WORK AREA 5 v K ELECTRICAL LIGHTING AND SIGNAGE WITH IN PHASE II WORK AREA INSTALL DRAINAGE IMPROVEMENTS WITHIN PHASE I I WORK LIMITSriETE JU CONSTRUCTION D CONSTRUCTION FENCE ATNSTALL TAXIWAY K PAVEMENT MAR. NG AS INDICATED IN THE PLANS THE 6 REMOVEBARRICTION OF ADES, Awrvc FR.. (oEsnEET G5o3�� PHASE f► HAUL ROUTE CE CON(SEESTRUCTIET ON c-6oiEa ENTRANCE FENCETPROPOSED ELECTRIC, AXIWAY KPAVEMENr V FoaE6 ACCESS AL) RGDTE J TON CONCRETE rI II ri PHASEII LYIv PROJECT %E, 6451 o m Dov ECr G-106 vROJr r rr0.161811 76 97 DIGITALLY SIGNED 12/30/20-16 a. Ass. GARNER sCF SCF ® ® ® ® . 3755 S CAPITAL OF o TEXAS HWY SUITE 325 USTIN T RENO REGISTRATION F513 CD �s °Fnvsi vs>_ Ts. TSA vsi ,EST GAAPRON Tnxlwnv vsivHo Ts. vsi TSA OFA OFAvsi FD OFA V,0 • S COAST GUARD HANGAR KV.u • w �Y CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION EROSION CONTROL LAYOUT PIAN LEGEND NOTES. ....-:. -I THE SHOWN EROSION CONTROL MEASURES ARE THE MINI., CID PROPOSEDTAXIWAYKPAVEMENT EXISTING CONCRETE APRON ... „, PROPOSED PEZIMETER FENCE (WORK CURRENTLY BEING ORM HERS)CONTRACTOR —OFA — OBJECT FREE AREA wnr Rs olMs coNTaoE ® FAR vSAFETY IL7E — ROCK FILTER DAM DRAINAGE DIRECTION MED Y BY THE ENGINEER THE CONTRACTOR IS .., FETsROSION �BLE FEo N -..� REQUIIREMENT8 SEDIMENTATION ALL FEDERAL srnrE AND LOCAL L.V 2 THE AREAS IN WHICH SILT FENCING IS SHOWN IN THIS PLAN SHEET ARE LOCATED AT DITCH OUTFALLS AND LOW POINTS . SHALL ENSURE SILT FENCE IS INSTALLED AT ALL LOW SPOTS AND DITCHES EXITING THE PROJECT AREA. 3 SEE SHEET soz AND 6503 EROSION CONTROL DETAILS G 4 ALL DISTURBED AREAS SHALL BE RESTORED WITH A MINIMUM OF 4 INCHES OF TOPSOIL AND SODDINGSEEDING UNLESS °THERM= NOTED UNLESS SHOWN FOR PAYMENT IN PLANS-1 RESTORATION OF DISTURBEDAR MDEs SUBSIDIARY TO SF=PREPARATION cm v0OJrca /El 6451 EG -107 7ROJEc7 no. 161811 76 EXISTING 9001 `\� ZYI'N'G MECO GARVER 1 3755 S CAPITAL OF o TEXAS HWY, SUITE 325 AUSTIN, Tx 70704 x us N REGISTRATION NO g R R SHEET t OF 2 SHEET 2OF2 -._ = Nm TDSCAIc r7f'HE TOPOGRAPHIC SURVEY FOR THIS PROJECT WAS ENGINEERING PLANE SOUTH N 11 4100- AND s BASED ON NA083/NAVD29 TEX. STAT F - i BENCHMARK Sc CONSTRUCTION CONTROL INFORMATION RVER USA NTERNATIONALAIRPOF ARO - TAXIWAY KILO NG GRADE EXISTINGNo_ NORTH Nc EAsf NG DESCRIPTION ELEVATION CP -900 17173709 85 1304776 43 IRON ROO 8 y CP -903 17173554 29 1304613 46 PK NAIL . A, CP -904 17173655 39 1304512 35 PH NAIL -ANO P-90 t 0 17173630 66 1304521 1 PK N `c BM -1 17174016 74 130506967 LOCA70 ON POWER POLE 4211 i i ic. R % ;� f 1Y 1 Ili li y ' , E ExiS11N X OVLVFR 7s) Bo rs J LEGEND CORPUS CHRIS U.S. COAST suNe:ea� EXIS' CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION EXISTING CONDITIONS! ,�i l \ sNc LIGHT Pa Es (ttP) an PAVEMENT w _r .'� • wo _ _ • R _A-- _ =x M—' � . J' � �.�o EXIST SPOT ELEVATION azo DB EXIST FENCE /A. A flM A8 6 EXIST9T TOP OF DTCH OTTOM OF DITCH Ex STT CECENTERLINE OF DITCH II IVI,, li 11 11,4951 I HEREBY STATE THAT THIS PLAT SHOWS THE_ BOUNDARY SURVEY_ LO NOT BE OONSIOEREO A 1 PRELIMINARY. THIS DOCUMENT `, SHALL NOT BE RECORDED FOR engineers architects 6,. , x y `. ANY PURPOSE. 2.5 so EXISTING CONDITIONS 00 0 SERGIO Z. CANALES 2 'MST.. PROFESSIONAL LA. SURVEYOR cALE. 1 - SCALE: 1" = 50 FEET R s so LICENSE NO. 6040 NOTE. THIS SHEET IS FOR REFERENCE ONLY. DRAINING IS NOT TO SCALE rnv PROLE 616451 ONSULTAN7 SHEET G- 108 880601 5016181176 EXISTING BUILDING 6., 'S. \ \ '\ \ \ ''''' \ \ \ L\-, '''' ,, IBm 1 17 ;,,, :, )'/ „0---,,,- -ze :0----,...,----.4.---,,,, 6,---7- ,,.., ;$ 1 , s 6 .x0' ,0' ,H , X' 0:" EXIST. , BUILDING GARVER :9x.11. --' - - --x,' , ge szz' x.'" xx' A , 91,' . "0H. - .-_-... 1 `.... ._ ,,, 1 ECM 81, 'L ---i) 01 I'll -8 C' 988 ,,&, 3755 S. CAPITAL OF TEXAS HWY, SUITE 325 '11.,_ % l_p I, ,, / 2X °A01 -x, ,P ,x° ,,, 1-j„L'_ i ,, ,, ,?' ,, P 9010 /A. - .) 7 REGISTRATION NO. -• 00 j „0 \ ,,`" ,ZX .H°.-----..-___- aa SHEET 1 OF 2 SHEET 2 OF 2 _____-„==;1'F' '.-----:::-..r-7,------.1 x -z, , „ VICIN TY MAP ,.„ .., < NOT TO SCALE , „ NOTE: V --....=•.-LL. .'z' z'''' ' '''' ,x,. ,,, • THE TOPOGRAPHIC SURVEY FOR THIS PROJECT WAS PERFORMED BY LNV - ' --- -,---..- ' 's: '<,. ,, . ENGINEERING ON 11 14 i fi AND IS BASED ON NAD53/NAVD. TEXAS STA rf -_--...,,,,- '),, si PLANE SOUTH ZONE 4205. zix,..9,---',99 z 10 , „,'szz' ,H , zz „ BENCHMARK & OONCTRucNoN CONTROL INFORMATIN O «ER USA NTERLIATIONIAL AIRPOF ARO - TAXIWAY KILO MG GRADE No. NORTHING EASTING DESCRIPTION ELEVATION 6 ,..:, .„, , ,,, .,,, EXISTING 2411 RCP --...„1 CP -0010 17173630.66 1304521.91 PK NAIL -- BM -1 1 17401E74 1305.9 87 LOCATED ON POWER POLE 92.11 - - — —=---4.— LEGEND CORPUS CHRIS U.S. COAST EXIT --------- -1- ________ _ -7--e..,— ' '4-N--ifVD t i CORPUS CHRISTI INTERNATIONAL AIRPORT TAXIWAY K CONSTRUCTION EXISTING CONDITIONS II II EXISTING 12f17,1 'Z' 1HN- 1' - - 1' , z-.‘ EXIST PAVEMENT -, ----'''''. -: - t--::::1'*:‘.:•.,.'__ —',-=7...'-'0.__o"L.7.;_'0Y-o'os---,-2-- i'LL /- - -717-:"-LT(5°- --,__ , , -----r.'---,' c --;' -- , "-------,S: ---- -t2::::::===1.-_,= ---------------- t- - --1 --.7'=--4----,,,---,,,====-7,,,L,-=.,2- -- 7,'-- - je____t--- "—__ ,s,'_'12-__- ,-.20.- - ,_ ., -40.B,, , ,_____,_ ,_ x EXIST FENCE ,,. ..„ ,j ., .,.. EXISZ TOP OF DITCH EXIST CENTERLINE OF DITCH ,,,o, ,0 / / x.0 o0 / ',....4 - - 5 50 50 0 ./ .0 >50°' ..---- 560 ,zoo ,6 -4P -.Be -- 2... - T. --,e, f x„L" 41 / ,0 r / / 20 ," s0 0 0, 07 oa . ' eef/x AIN'141111110, I HEREBY STA". MAT THIS PLAT SHOWS THE SUBJECT LOCATION AS SURVEYED ON THE GROUND E''' e 0 ,' 5° 7' kii, 411k 11-14-16. THIS SHOULD NOT BE CONSIDERED A 75 BOUNDARY SURVEY. 6 PRELIMINARY, THIS DOCUMENT SHALL NOT BE RECORDED FOR .o" 96 60 4, .A,' 9.' e ' , ,, ANY PURPOSE. NING 110 25 a 50 EXISTING CONDITIONS 25 SERGIO Z. CANALES REGISMTED PROFESSION. LAND SURVEYOR ee SCALE: 1" -. 50 FEET ......_ — NOTE: THIS SHEET IS FOR REFERENCE ONLY. DRAINING IS NOT TO SCALE. S i, C., PROJEC1 /El 6451 1" ReS CONDUIT 2 -HOLE STRAP UNISTRUT 5 a ET G-501 PROD[ i No.161811 76 ' 11 JOS wr _ 12/302616 APPROVED AL 1 RIGID GALVANIZED x x x x STEEL CONDUIT CABLE IXIi Bis NOTCH OUT,/din IV 6. (NOTE 5 2) TOP OF PAVEMENTz5s'M OTE zl , L - GARVER CJI 4-111-111-111-111 116,1 SEE NOTE IIII 141= , SUPPORT NOTES 1=1= 1/2' DIAMETER HOLES — —I I— — EQUALLY BOLTCIRCLE A A_A TEMPORARY CONSTRUCTION INSTALLED AND TORQUED EDETAILaEOSTIN.TxiB,o PER THE RECOMMENDATIONS as FENC0-50 o3755 S CAPITAL OF TEXAS HWY, SUITE 325 SCALE BREAK-OUTweceores: OTES GISTRATION ABOVE GROUND TEMPORARY CONDUIT SUPPORT SCALE NONE 1 HOLE PAUERN SHALL MATCH EXISTING BASE CAN PATTERN SHOWN ISFOR 12'L-86,713CAN 1 TEMPORARY FENCE POST LOCATED IN NATURAL GROUND SHALL BE DRIVEN 2 INTO THE GROUND 2 OUTSIDE DIMENSION SHALL MATCH EXISTING CAN 2 TEMPORARY FENCE POST LOCATED ON PAVEMENT SHALL BE SECURED ABOVEGROUND WRH NO DAMAGE TO THE PAVEMENT 3 BREAK-OUT RINGSHALL BE FABRICATED FROM 34" MARINE GRADE A PLYWOOD WTH 113' MIL 3 WHEN TEMPORARY FENCE IN NATURAL GROUND IS REMOVED, POST POLYURETHANE FINISH APPLIED AFTER TEMPORARY CABLE IS INSTALLED HOLES SHALL BE FILLED WRH SOIL AND COMPACTED a APPROVED - WE ON (TSA) COWS COMPLIANCEASSOCIATED WTH MEETING THE TSA REQUIREMENTS AND APPROVALCONTRACTOR SHALL SUPPLY SUFFICIENT QUANTITY TO SUPPORT RE -WRING ACTIVRES SHALL BE INCORPORATED INTO THE TEMPORARY FENCE BID ITEMTHE TSAMALL INSPECT THE FENCE PERIODICALLY FOR BREAK-OUT RING IT I S THE CONTRACTOR,RESPONSIBILITY TEMFORARY FENCE TO THE ALOFTHETSATHROUGHOUTSCALE GROUND RIGID �r(AN �Isio NEXT CONDUIT TERMINATION POINT 18'. HIGH YELLOW MARKER FLAG LOCATED EVERY 6 NG ENTIaD, LENGTH OF JUMPER GROUNDING NONE THE DURATION OF THE PROJECTABOVE INSTALL NEW BREAK-OUT RING AS SHOWN IN DETAL 2, THIS SHEET AT CABLE EXIT NOTCH OUT, INSTALL DUCT SEAL TO SEAL AROUND CABLE IXIT AND PREVENT FOREIGN OBJECTS AND DEBRIS FROM ENTERING LIGHT BASE CABLES IN FIXTURE AND BASEPLATE FLASHING RED CA,ION LIGHT SECURED TO BARRICADE LENGTH M LIGHTMAX S gMOM OF SUFFICIENT H FT SPACECONDUIT EXTEND BELOW RING FINISHED GRADE DESCRIPIION CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION CONSTRUCTION SAFETY & PHASING DETAILS CLAMP �1 11-111-111-111-111-111-111-111 ra ■��,I -—— — — RANGEORGERI�e�TGGGNN�T PLUG OTHER P WHITESTaES@46.SLANTwATEaTIGHTTO V RESISTANT WTH LE . Ir NOTES COLOR IN AGB BB�GK S Q IspuGTOaBANBTA� BARRICADES SHALL TS THE CURRENT ADVISORY CIRCULAR CULAR � SGc TF THE METHOD APPROVED THEENGINEER ,� , 3 BARRICADES BE LOCATED ASDEFINED INTHE CONSTRUCTION SAFETY AND PHASINGPLAN IXIBTINGL$36TaANSF.GaMEa (GSPP) 4 CONTRACTOR SHALL PROM DE BARRICADES WTH WORK NG LIGHTS, VIA BATTER OR OTHER INSTALL NEW 3/4,16-136 COPPERCLAD MEASURE OAR WILL MONROR CONDITION OF LIGHTS DALY CONTRACTOR SHALL ENSURE LIGHTS GROUND RODS, 500' INTERVALS, WORK NG BEFORE LEAVING THE SITE EACH MINIMUM 2RODSPER JUMPER sEGMIXT.BONDED TORIGID CONOUR ARE PROPERLY LOW PROFILE AIRCRAFT BA TEMPORARY JUMPER CIRCUIT CONNECTION BARRICADEN(MOVEMENT AREAS) X56, SCALE NONE cmPPOJEc1/E16a51 GALVANIZED WOVEN WIRE MESHSHEET (T(6E5283) WIDTH FOR PAYMENT G-502 vpaJE T no. 161811 76 *ie ....1 JOS -""ttt ,znoao,s G Y/AVA®V ...4......7....................,....,A A 1 '410.14-4*M0444;°A4P*404411401a,"4115"101' ®' \I G ROCK FILTER ®® SEE GENOTE 6 DAM - GARVER SCALE . NONE GALVANIZED WOVEN MSN 3755 S CAPITAL OF . TEXAS HWY, SUITE 325 AUSTIN, TX MIR REGISTRATION NO F -E„3 PEs s3i (TYSEE zeirbl UPI, GENERALERADED4 ,I'PSIbi OPEN GRADED ROCK Types 182=18.. We 3 -36' _Alai, Mettai,. .:'IR' SECTIONNC-C SCALE O PLANS SHEET LEGEND Type Rock Fineroam Type 2 Rack Filter am CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION EROSION CONTROL DETAILS! ROCK FILTER DAM USAGE GUIDELINES ROCK FILTER DAMSSHOULD BE CONSTRUCTED DOWNSTREAM FROM DISTURBED AREAS TO INTERCEPT SEDIMENT FROM OVERLAND RUNOFF AND/OR CONCENTRATED FLOW THE DAMS SHOULD BE SIZED TO FILTER A MAXIMUM 2 FLOW THROUGH RATE OF 61a GPM, . CROSS SECTIONAL AREA A 2 YEAR STORM FREQUENCY MAY BE USED TO CA_CU LATETHE FLOW RATE TYTF, (1 S'' HIGH WITH NO WIRE MESH): NPE 'I MAY BE USED AT THE TOE OF SLOPES, AROUND INLETS, IN SMALL DRCHES, AND AT DIKE. SWNE OUTLETS THIS TYPE OF DAM IS RECOMNENDED TO CONTROL EROSION FROM A CONCENTRATED HIGH VELOUTY aWS(A Ox 8 NE AREA OF 5 ACRES OR oaE)INNWHICHcA REGAATTEWASH OUT MAY OCCUR SANDBAGS MAYBE USED AT THE EA/BEDDED FOUNDATION (4'.DEEP MIN )FOR BETTER FILTERING EFFICIENCYOF LOW FLOWS IF CALLED FOR ON THE PLANS OR DIRECTED BY THE ENGINEER YTF2 C, e" HIGH WITH WIRE MES) TYPE 2 MAY DE USED IN DITCH ES AND AT DIKE OR SWHLE OUTLETS PIPE (36" HI. WITH WIRE MESH): TYPES MAY BE USED IN STREAM FLOW AND SHOULD DE SECURED TO THE STREAM BED PIPE 4,GABIONROL S)): PIPE 4, MAY BE USED IN DITCHES END SMALLER CHAN NELS TO FORMAN cnv vpoJECa / El 6451 5D MIN. f 'RAPPING OEVICE STANDARD 6 SHEET76 16181176 PROJE,No.61811 ] it ....• L.,. °_,. B TALLYNED G STRAW. HAY BALE n egarsvamompopxosblipzmanimmbiipcmori WASH OUT AREA if& i i 5 • as �g40Th+. usTIC SHEETING Ir P 4411pb7*. - GARVER a xa wGGO POST u�twoO STAKE COARSE AGGREGATE 111111114. WOOD STAKE 400 P,STIC SHEETING3755 manitrAtineOveligtolotetiottrinligotatis CONCRETE WASH OUT AREA G 50 PLAN S CAPITAL OF OB] o REGISTRA TION SCALE NONE 2A SCALE N ti MIN 1 PLASTIC MUST BE 10 MIL MICK OR TWO 6 ML PI ECES OVER,PPED ONCE CONCRETE DRIES IT CAN IN HAY BALES MUST BE swTROLLED �P SIN E AND TR 3EEIXINLEN�H �� —APPROACHTRANSITION APPROACHTRMsITION�3 zl. IT ISM= RESPONSIBIL, OF THE CONTRACTOR TO ESTABLISH AWASH OUT AR, ,M 5 THE CONCRETE TRUCK DRIVER AND CONTRACTOR CAN BE CITED FOR WASH OUTS CONDUCTED IN A NON DESIGNATED AREA 0 AFTER THE DESIGNATED AREA FOR THE WASH 0, IS DETERMINED SIGNAGE I NDICATI NG CONCRETE IXTING VEHICLES . THE SIGN SHALL BE P,CEB ON A WOOD POST AND ANCHORED IN CONCRETE. WASH OUT AREA SHALL BE INSTALLED THAT SV SIBLETG WAX Sitia40604A010tOS 'A FOUNDATION COURSE G 50 PROFILE 28 SCALE NONE CONSTRUCTION ENTRANCE/EXIT(TYPE 1) LE NONE , MIN STEEL OR WOOD POSTS SPACED AT 6' TO Er SOFTWOOD POSTS SHALL BE 3. MIN DIA OR NOMINAL 2,Cd. GENERAL NOTES: CONNECT THE ENDS O REINFORCEMENT SHEETS PZI".1,_SMINOGEs6 TIMES M (1,5 GA MIN') MAX OPENING E SHALL BE HARDWOOD POSTS SALLHA AMN % FASTEN FABRIC TO TOP RINOS oRCo o T 114441141111111114%''' 114440111114 'R„ 411014101111 T� FABRIC ISAlg �� II CROW SECTIONE,sx,s STRAND OFWELDED WIRE MESH (wwM)BYHOG MxsPAONGOE,S ATTACH MEW W M S. FABRIC ON END POSTS USING %a SEEROR WOODEN SFsr<L SPACED STAPLES O POSTSCONCRETE PB BRICS SDE8.AAMBIR MNI MUM TRENCH MN WIFILTER DTH UPSTRE S,ALLBEs BGUARE BACNFILLBHANDTAMP FLOW OETHE PE,CONSTRUCTION xITSHALBEASINBIGATmoNTHEPAvs.BUTNOTLESTHAVSdSUCCESSIVER 1 THE LENGTH 2 THE ' THE THEIAOER APPROACH TRW STIONSSHOULD BENOST EPGRADED RTHAN61ANDCONSTRUCTEDASDIIRECTEDBYTHE a MlNOUSCONCRETE PORTuwD MAPPROVED CONSTRUCTION oNIXIT H BEGR GRADED owORAN E oA oIMIXTTR TRAPPING DEVICE BED POSTS 18- MIN R ANCHOR IF ROCK CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION EROSION CONTROL DETAILS II TEMPORARY SEDIMENT CONTROL FENCE s r SCALE ONE CF4, A SECTION A -A d SCALE NONE CI, vaodrei %E 16451 1 11 GTA 102,000 OFF 163 1n ° c c J \ REMOVE5 v EXISTING55. OF SLOPE PROTECTION EXISTING SLOPE PROTECTION TO REMAIN. u s T SHEET —1 01 c cPMC7 vHwm No.18181176 ,'F9 r 12T30¢016 % REMOVE 60 L-oF 15 RCP 0 15"RP GARNER 1 11 IIIIIIII SAFETY D REEMOVE E R Mo .11y TREATMTNT __ LF - - T ,4„. CONTRACTOR SHALL SURVEYBEFORE IMFzai�acP 3755 S CAPITAL OF o TEXAS HWY, SUITE 325 AUSTIN, Tx T2T MARKER• THE LOCATION OF THE Exi PA NCT OFF .1a 50. Lr REGISTRATION O_ TAXIWAY K • • • 0 0, lite v��I� g ENG REMOVE�Dr 30R0FF 3ar ormw TREATMENT TREATMENT .M410,4 A FPLAEP-153)AND GAT GAD ARO ssYGFSGPEPaGTEG 1 A�NDON PLAG I FENCE TO BE ( AFTER AOA FENCE ONTHSSHEET — CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION DEMOLITION PLAN LEGEND PAVEMENT LIMITS ... LIMITS OF PAVEMwroEMOunoN ® EXISTING CON CRETE APRON AWCUT SMOOTH VERTICAL FACE EXISTING PAVEMENT SEE PLAN SHEETS V o�PrliolN- NOTES ON SHEET C-101 GROUND PROPOSED PERIMETER FENCE 0 oRM.BYO ERs H •ii- u�- reMPORARYFINGPERFORM ' OTHERS .SEE GENERAL NorEsoNTHIS SHEET gi 1 1 1 1 1 1'"7""1"" 1 UTILITY NOTE EuE 40w11,1 1 Eu Eu Eu Eu Eu 111 II E ,IlTEXAS =II II 111,1 STATE LAW, THEUNDERGROUNDTIESDMAGEREONACT, =.�_iOMB!� WORKING1w ADVANCEa,1 111,11 � � � y--14 ES3�TT`AsiGuswGNYIZED EQUIPMENT UNCLASSIFIED � TOP SYSTEMN(ECENHHEECAOF AN EEREC)THETaAsallSYTEM ON5z) LETREATMENT PHONE NUMBER IS 1-800-660-6346 TH E DVI SED THAT THERE ISA SEE PAVEMENT SEVERE PENALTY FOR NOT MAKING THIS CAL L NOT E UTILITY TN X,EToa"s'IESAADVISEoro DEMOLITION NOTE 1 PAVEMENT DEMOLITION DETAIL MEMBERS OF THE TB,. 211 SYSTEM THEREFORE3. ALL DRAINAGE STRUCTU RES AND MATERIAL DEMOLISHED SHALL BE REMOVED FROM TH E SITE cm' vRo,P0T/010451 MATCH OFF 3 LL, 4U tl4 t EXISTING _153s o LT UNE HEADWALL INSTALL PROTECTION IIT ` STA 20.39 59 SLOPE MODIFICATION / TAX AY ELEV 39 MATCH �' K STA 103.05 79 DUSTING, 0FF_ 15350' LT STORM LINE, STA 203+64 s CHANNELBEGIN PILOT SEE SHEET C-501 3 s I p -� ~ �r� SHEET C-102 vRaJC i no. 161811 76 1e%1 1^yjj DIGITALLY SIGN � 12/302016srSRM GARNER SEE sHEEr�-502.,.iS 1 2 K 20 o o, '1.41TAXIWAY rigSTORM LINE oswj 8. --OP 6w0 3B STA 103.593 ELEV 39 57,Alil 203.518 FL Ls . 3755 S CAPITAL OF , IE 325 AUSTIN, UT MATCH G1 III I 39 TCA r TAXIWAY KZ TAXIWAY K 11 11 V. 4o _ RE F-5,3 GELEV MSTA 103+2076 39 65, MATCHE F103.306 c 5 isr rvc 109 95 Lr 1 III TILT ,U� 103.00 d1 o . a 104.0 105.0 105.0MATCH TAXIWAY K STA 102.0 00 EXISTING � OFF 375 INSTALL SLOPE PROTECTIONSZELEva000 SEE - — •- CULVERT aTE, ox NSTALL CULVERT SDOUBLEHEETSGRATETDRDETA�L 1 a s w vs. A wnv srAlom 84, ELe<3s54K . n�.r sA 5 vs5 TSA v.;3 _4' - 104+40 2 1xrErr MATCH EXISTING 115 95 Ri 4 121 23 RT----_.-----�� 2 LEGEND CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION GRADING & DRAINAGE PIAN I GUA / VAC) ' MOM MIR 4.411114. K OF yjO MATCH EXISTING TAXIWAY K / STA 103.6 91HEADWALLINSTALL C 13d), ELEV 38 81, MATCH EXISTING 95' RT INSTALLCONCRETE HEADWALL (EflFW-;ROTECTION • o o Fr MATCH OFF Ex 135 74 OFF .129. TAXIWAY K v.41 ou0 R 104+06 6 CH EXISTING OFF 1 IFING TAXIWAY K STA 103.9117 RT / ELEJ. 41222 -�— PROPOSED rtaiwnvlc PAVEMENT EXISTING CONCRETE APRON PROPOSED CONCRETE SLOPE EXISTING PROTECTION CONCRETE SLOPE GRADING LIMITS5 �'� ,..- •• c o ol. • OFF _1357a RT _TA — OBJECT FREE AREA TAXIWAY SAFETY AREA PROPOSED REINFORCED CONCRETE PIPE PROPOSED DITCH FL0w2 NE PERFORM 410LF0F S DRAINAGE EXCAVATION _ PROPOSED FLOW DIRECTION SEE NOTE 2 ON THIS SHEET U S COAST GUARD HANGAR NOTE 1 EXCESS FILLS SHALL BECOME PROPERTY OF THE CONTRACTOR AND ARE TO BE REMOVED AND DISPOSED OF OFF SITE AT THE CONTRACTORS OWN EXPENSE 2 loroorWDTH_ HOF THEDRaNAGE Excnvnnory SYA myeROJCc g El 6451 / 3_,✓/ TAXIWAY K STA loJ+7500 ELEV 39 7, STA 104150 OD MATCH EX ST NG ELEV 39 88 t OFF. 143.50 LT EX ST NG EC -103 PROJE T No.161811 76 JOS FO ED DIGITALLY HGNED 12/102016 MMATCH FF. 11500 LT STORM L NE 208+60 72 STA 111,064 IIIMAi ° s 301x GARNER w0 0 wA FLELEV 40 15 t 38 88MATCH EX ST NG OT CHANANEL rEEri OFF 85 LT 74: 11143I /STI=0 OD + ELEV 40 83 t '9410-. rwxiwAru _ aD OFF 63 LT 12 INSTALL3755 S CAP TAL OF o TEXAS HWY SU TE 325 Tx Te�G 04 TREATMENT(*e 11.L.99 2 o0 1 MATCH 06 FOR DETAILS �\ OFF 8550'LT LINE STA 209+20RETE NEDSTiN STRAT ON G. F-513 CONCSTORM ..a.. a1 .�i VAT C HUNT NG SEE DEIN, ON SHEET oFF.lz ar Lr ® 108+00 108900 110J. 111.00 111 0 IFSI'IA‘nV.I4<6 94 STORM L NE STA ss8 BEG N CONCRETE MATCH EX ST NG �—_ NSTALL 2250 LF. 12' iN ATs`Lz-1zsAFErr TREATMENT 21 SETP-PD ATMSHEET 8 1 RT SEE DETAIL ON c501- OFF N STORM LINE STA 211,914 END � a,N^ ELEi. 40 71 j (END —__ MAT. EXISTING 12 b51 TSA SEE C 506TYPE FOR DET(41) LL ) Es ,.A 411:14111d r' MAT., E.,IF,ING TAX WAY K STA 109+37 09 TAX WAY K \ ELEV 42 55+ STA 110.10 09 STORM L NE ELEV 41 40+ STA 211+4496 CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION GRADING & DRAINAGE PLAN II MATCH EX ST NG OFF 11900 NT MATCHEXISTING Ld061- OFF 11FL LEGEND -__._-- STORM LNE STA 210+sere ( �.. FL 39 43 PROPOSED TAXIWAY IC PAVEMENT EXiSTiNG CONCRETE APRON PROPOSED CONCRETESLOPE PROTECTION EXIST NG CONCRETE SLOPE PROTECT ON ONCNETEENCASEMENT (P-510) U S COAST GUARD HANGAR — OFA — OBJECT FREE AREA — TSA — TAXIWAY SAFETY AREA NOTE I EXCESS F LLSSHAL BECOME PROPERTY OF THE CONTRACTOR AND ARE TO BE REMOVED AND DISPOSED OF OFF STE AT THE CONTRACTORS OWN EXPENSE ,, ITT PROJEc1/E16451 I� PR.D HEADWALL SLOPE PROTECTION SEE S HEET PROPOSED CONCRETE PILorcHANNEL. C-50.2FOR DETgL SEE SHEET 6501 FDR DETAILry CONSULTAN7 SHEET C- PROLE, No. 16181176 0osx a`roao 104 DIGITALLY• 12/302015 ZI , 206040 20/040 GARVER NO r 44.1114444,44, ' 400. kill • II II 1 b1 ro. ...,. ro. ...,. ro. w. STORMLINE PROFILE 6 3755 S CAPITAL OF ' TEXAS HWY, SUITE 325 AUSTIN, TX 76704 REGISTRATION NO p m iEXI GROUND 60 u� 04 /� — f PROPOSED PILOT CHANNEL 0 9 ,1:13-39.------- 043% 35 203+10 204.0 205.0 206.0 207+00 20.0 - SHFEfY END /TREATMENT TYPE P 611__� SEE SHEET 6506 FOR DETAIL d I vv20.010+00FULL CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION STORM LINE PROFILE SIZED PROFILE VERTICAL SCALE 1'.= 5' HALF SIZED PROFILE VERTICAL SCAEi=25 /TREATMENT PROPOSED 2-1T'SAFETY END TYPE SHEET C-505 FOR DETAIL111. ax FEE LEGEND STDRMUNEPROFILE PROPOSED PILOT CHANNEL ;PROPOSED CONCRETE SLOPE PROTECTION aISTINsGROUN D� PROPOSED GROUND e e 6o EXISTING CONCRETE PE CONCRETE ENCASEMENT 1P-610) PROPosEDrrxlwgv« a a w w " w 45 6 .vE GRADING 6:s oFq OBJECT FREE AREA TAXIWAY SAFETY AREA r-_-- -a�% � 26 40 CONCRETE PIPE ` PROPOSEDzizRCP140 ,,,_ - PROPOSED DITCHFLOWLCE 35 cm PROLE CN g 616451 200.00 210404 211+00 212400 212+25 "SEE DEfAIL2 ON SHEET C-507 FOR BASE 3D 1 LEGEND ECT C-2 01 PM C7 no.161611 76 --- DIGITALLY SIGNED 12/302016 ELEV 40 88, EXISTING OFF. - SEE DETAIL 2 ON SHEET C-507 FOR BASE BID II PROPOSED TAXIWAY K PAVEMENTMATCH EXISTING CONCRETE APRON ax rE�R —GFA — OBJECT FREE AREA 102+52 0 TSATAXIWAY SAFETY AREA ESTALE OFF_is A • OFA —— = GARNER STA 103+74 GFF-160- -- Ikk --,..1.1.1i1I STA 103+74 96 ELev 41 31 W Vp STA 110.0 00 , 3755 S CAPITAL OF TEXAS AUSTIN,.suIrETX 4325 OFF-5000 Lr N. OFELEV 41 2D F 3750LT STA 109+36 72 END PAVNG TYPICAL SECTION REGISTRATION NO F-5,3 STA 102.0 00 ELEV 41 8, MATCH EXISTING SEEPAVEMENT TRANSITION DErwLON SHEET c-507 STA 0 94 92 I= sT,114+5000 SECTION ELE 42 4 STA 104.2 10 EL, 41 57, OFF 50 RT BEGIN PAVING TCH EXISTING SEE PAVEMENT SECTION TYPICAL SECTION TRANSITION DETAIL ON SHEET C-507 STA 103+9092 `STA 109+36 72 p S 110+50 00 ELEV STA 102+50 01 1 ° 42 SO, — MATCH EXISTING OFF ASn RT 41 91 STA 104.3 10 IF BASE BID II IS AWARDED, ° ABETWEEN MATCH EXISTING CONCRETE °N AND TAXIWAY S+9o T PAVEMENT OFF T ■1 ELEV 42 1, MATCH EXISTING OFF RT'- ELEV az. snRrELEV Vs3 si TSA Vs3 TSA VS1 TSA V 1 TSA n, SA STA OFF 104+5136 9ELEV 42 MATCHEXISTING za RT OFA OFA OFA /ELEV. VHo ®i= ' VHo VHo GUARD us.COAST VC di CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION PAVING LAYOUT PLAN & PROFILE 6 164 14 T " 50 " w GROUND W ° W rD 50 L LTi as /PROPOSED 0o1°e noaA -noew \ EXISTING GROUND Q8 22 ao 25 a ,s . ,o FULL SIZED VERTICAL .ALE 1=6 rnvvpa[ct/616451 LEGEND c-301 76 PROPOSED TAXIWAY K PAVEMENT DIGITALLY SIGNED oa EXISTING CONCRETE APRON REINFORCED PANNELs tl� °EA VA0 °EA v,o OFA .- PROPOSED CONCRETE CETESLOPEE .. s - F9o,6 II III (,y2 T9.4 TBA TBA TSA �. � ISTING °SA— OBJECT —APRN°ECTI N TAXIWAY SAFETY AREA CONTRACTION JOINT _ GARVER ® e ry II 1 II III 11 11 1 851 881 881 Vel SEE DETAIL SHEET C-508 CONSTRUCTION JOINT- SEE DETNL SHEET C-513.8_ N JOINT SE E oAEN 3755 S CAPITAL OF ' TEXAS HWY, SUITE 325 AUSTIN, TX 78706 7? H I 25 SLABS@ s' (rvP)=375' Re E5 ,3 °- l� a a s P e e a a e 10, co e Suer@ 76(TY 7 1SLABS @ ,zs 3 a"tea PHARE I 8TAH'IO 7767- PHARE II2 _ — — � a S -COAST Guam APRON -ma DESCRIPIION CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION PAVING JOINT LAYOUT PLAN. BASE BID I TSA VS1 T VS1 TSA VS i T�sA TSA VS1 VS1 TSA VS1 \\zo -_ OFA V10 r r a 111,00 \ 2. 22 NOTE USCOAST GUARD APR°N cu Bic Y000SOE corvcRETE PLACEMENT PLA one CI, es6 /El 6457 SEE TYPICAL SECTION ON 0 sou 6 10 SOD 10 sou SHEETS C-507 ONSULT A M1g ET C-501 vROJT T No. 16181176 SEE17DING SEEDING SEEDING 3'5 ac DIGITALLY 12/302016 EXISTING.^300% MATCHGROUND \ H = Rte, =° 1=11 1 - Ie loir 'DETAIL BEE 3a — VE9 — PROPOSED GROUNDEXISTINGGRouND-/% PILOT CHANNEL — — _ — — — --- __— GRADING TYPICAL SECTION — I RE = GARVER - ON THISsHEEr c501 E NONE "SEE SECTIONS FOR CROSS SLOPES I as , 3755 S CAPITAL OF XAS HWY, SUITE 325 AUSTIN. TX 76704 3a REGISTRATION NO EF-5,3u ENGINEERED FILL MATERIAL PROPOSED GROUND PLACED IN ACCORDANCE WITH SPECIFICATION P-152 F NON -WOVEN TV, FABRIC LINING GEOTEXTILEQ s � z 5O° t a ,0.soo = CLASS B BEDDING PLACED IN 6" LIFTS AND COMPACTED CLASS 0 BEDDING SHALL ONLY BE INSTALLED WHEN III 11IIII III = DIRECTED oHEaGINEERSEE N a FuTE I 1 1 1 1 1 . II 1 1 11—=1 '111�11o- NOMNu DIAMETER EN - 1 I-1,,,,,,,,,,,,,,1 1II111„,, COMPACT ..TO s5M -_-_-_- — BARS ASTM 698 asr w 111s oc. Borth WAYS 1_111 _ _ —Ii W'= aPE +z PIPE 6" CONCRETEBLOT TRENCH WIDTH SHAL NEST OSHA MINIMUM_ TRDS BACKFILLING UNDER TURF DETAIL A PILOT CHANNEL DETAIL SCALE O CONSTRUCTION SEQUENCE No ONE SCALE NONE SCALE NONE O 1 EXCAVATE ATRENCH AT A WIDTH OF "W' REQUIRE A TRENCH SAFETY SYSTEM 2 LINE TRENCH WITH NON -WOVEN TY, I I G AND SECURE IN PLACE WITH SMALL R LES 3 PLACE 6" OF CLASS B BEDDING IN BOUOM CLASS B BEDDING COMPLIES WITH PLAN S 4 PLACE STORM R PE IN TRENCH USING STANDARD 5 8...KELL TO 10 NOMINAL DIAMETER OF R 6 FOLD THE TYPEll GEOTEXTILE FABRIC OVER THE STORM PIPE VIETH NO GAPS PRESENT ,. Pu,CEENGINEERED FILL ONTOP OFTYPE TROP, THE DITCH SHALL COMPLY WITH OSHA REGULATIONS AT ALL TI MES AND MAY EOTIXTI LE FABRIC AND FOLD EXCESS MATERIAL OVER EDGES OF TRENCH OF CLASS B BEDDING OF TRENCH FOR BEDDING MATERIAL ENSURE SLOPE ON SURFACE OF AND SPECIFICATION D-761 CONSTRUCTION PRACTICE WITH CARE TAKEN NOT TO DAMAGE R PE PE WITH CLASS B BEDDING PLACM IN 6" LIFTS AND COMPACTED THE BAC.KFI LLED MATERIAL SO THAT THE FABRIC MEETS THE EDGE OF ' MT IIGEOTEXTILEFABRIC PER SPECIFICATION P-,52. COURSEi SHED, -502 C eT+aJE T No.161811 ]6 5a MAx. a0 MAx. rB GRATE DESIGN PARAMETERS N 1#5 BARS EACH 518E xS BARS @a'DC a 4-#5 BARS EACH SBE e RCP MATERIAL JOS FO SIGNED 0016 12/300016o 115@6 DC. _ WEIR PERIMETER 13 B ET MN WATEINI1IIIIw"111111n i BA @ t . r 11�pB p4S nn.4' x5 @ o c J FREE OF, AREA a e SE MN WHEEL LOADING N 40000LB M @ c / EACH WA EACH � p 00o l 00o3 _I IY coTALLY � c - o - GARVER . . � ALE SEE DETAIL AND SPECIFICATIONS FORCLRATEREQUREMENTS L___, a AT RSTOP p POINT OF , of ooR m Box cuLveRTSR PLAN (DOUBLE GRATE) 3755 S CAPITAL OF TEXAS HWY SUITE 325 AUSTIN TX 78704 mR ALE No E `� EXISTING CONCRETE RE F 5,3 12 COMPACTED FILL Dc EACH WWBTH=T ROUGHEN A SURFACE R1 SOT, EACH 10 PROTECTION MAX [etoPEPROT 39 56 SECTION "A -A" PROPOSED CONCRETE SLOPE PROTECTION SECTION "B -B" ELEV 3697 AIRFIELD DOUBLE GRATE INLET (STANDARD) SCALE NONE X404404 O '',Q-5192) SCALE OTEPROPOSED MINIMUM CONTRACTOR NONE STEEL REINFORCEMENT LAP SHALL BE APPLIED WHERE APPLICABLE IF THE CANNOT MEET THE MINIMUM LAP REQUIREMENT DUE TO THE INLET ELEV 36 , a CHANNEL HEIGHT THE CONTRACTOR SHALL LAP STEEL THE MAXIMUM AVALABLE LENGTH EXICONCRETE SLOPE PROTECTION ELEv-369, M ELEV 15 _ V MATEgSTING ELEV 37 22 t 3 jfK 36 66, ELEV 39 a, CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION DRAIMGE DETAILS I ELEV 37 21 HEADWALL SLOPE PROTECTION GROUND_,_A r EXISTING MODIFICATION DETAIL INSTALL � NPOAOw,LL CONCRETESLOPE PROTECTION — CONCRETE L • s. ° .. TYPE FW HEADWALL a Bi-' FL:// . . ELEV 3x01 ISOLATION JOI, SE DETAIL ON 5@,6 DB LONGITUDINAL FORD° _�oPOSEBGRO°NB _. _ _INSTALL TRANS aPOROUS BAC�LL zoSL I I I aEvao oo Ere,/ SLOPE PROTECTION DETAIL _la�! HEADWALL SLOPE PROTECTION DETAIL NON lC 502i SCALE NONE cm PPOJT4T rE 16451 = I I REMS., N.. DESCR''. g Id CITY of CORPUS CHRISTI Deportment of Engineering Services TABLE OF DIMENSIONS & REINFORCING STEEL Minos for One Structure End, TABLE OF WINGWALL RWW7nqs'i0 WING DIMENSION CALCULATIONS: Formulas: :All values are In Feet, 0 Extend Bars P 3'-0•• minimum into bottom slab of Per ft of ED,m,00t t0 tm, oo 00000000m to mo,oto,o , ,.. „000 0 ;;;ni-ftfe; ,;,,n ore based on an average wlno neight HeIght Lw . 14.1 A Cosine 130.1 Ltw . MI (SI t U., II WI For Precast culverts: Ltw . MI O2J-F S, t ,N - ll 10.500', 0 Recommende„clues of slooe ore: , 1, 3, 1, 4,, R, 6,1. ® 5" "" '""ete 4.-0" ,- 5" 1.- 0" 9' 7" .4 1 ' -0' .4 1 -0" 39.41 0.295 TABLE OF EST MATED Total Wingwal I Areo :Two Wings - S.F. , cHw t 0.333', Otw, -'''7,ar=7'N''=-tItt'a'Tra7,nle' nt far rlprop snol I be as required by Item 432, "Riorar. Unless otherwise O 4.-6.. 3'- 2.• l•- 6.• ' ' - 0. 7.• .4 1.0. .4 1 -0•• 41.75 0.330 CULVER TOEWALL ,,,,,wn on th, plp, pr directed by the Eng,neer, the 6" -6. .,-; QUANTITIESHw . Height of Wingwol I ',rap ono!! nave a wide by deep relnforced Side Slope Ratio (Horldonta,1 Vertical/ 03 0083011 along all edges adjacent fo naiurai Lw . Length of Wingwal I ground, the toermit shall be reinforced by extend:no Ltw . Culvert ToeweEl Length • -',''''' O..' 7.0- 3'- 9.• 1.- 9.• ' ' - 3. 7.• .4 1.0. .4 1 -0. 52.77 0 414 L " - '.' N . Number of Culvert Spans 2mo \ faints or grooved joinfs, orlented in fne dIrection Of ,,.."' flow. she! I extend across the ful I distance of the o•-• 9.0- 4. 0.• 2. - 3.• m - , a.. ,,a 6. .4 6. 91.49 0.535 ' r : '' ' 2• 4' ,,,n o.fty;rle box culvert stareard for H, 5, T, ,,to. 0 O Confoacfo,'s option, Culvert ?oewal I bo ended .may BARS D 0 r1Or=rhs=s'ne=1;. 00. min to 5.-0. max. Estimated curb neights are ;;;,, elSewnere in the plans. For structures wifh pedestrian v ,...,,,, EGO standard. For structures with T6 bridge roil, refer ''-to r6 -CM standard. For structures w,th traffic rail. :'''ME -F'OO,',,',;,g otner tnan TG, refer to RAC standard. 'co •O:, , w,11 Pe allowed for tnis wortt. BARS R . .. IMEMEMIk•L Zperinjicu7ar naw; ED .; /- C:;;;"'- ;.:; -,10. ;T: i.......i...- 0, MEIMMEMEME11•.... IMEliMMEMEMillib.... . --1; / ° .;',..,'T : .• ''° tT ; ';,' , IMENEMEMEMEMEnlikb.... ' ; '-' .1,'' '; 7 . . GENERAL NOTES: b 4,..s.._ -- Lenwif win;; DeSIgned OCCOrdIng to AASHTO LRFO Specifications. All reinforcing steel shall be Grade 60. IIMIIMENIMMENEEilil .' ,-, / T. Material PrOdUGer List IMP, nay be USed in 1,e, of f--.) oF Em.' o_../ mmo, 4.... INSIDE ELEVATION '"-',/ 5 I op'e BARS J 1 BARS V steel reinforcing in r,prap concrete unless nofed _m . • otherwise. • All concrete ono! I be Class "C" Ond snail nave a minimum compressive strength of 3600 psi. 1 1 Al I reinforcing bars shal I be adjusted to provide When is founded depfn 'Oi:•=tf T=1' 7r.ZZrPZO'not OVo i'Ojr'M:.t, PLAN structure on solid rook, of toevAal Is for culverts and wingwal Is may be reduce° See BLS sneet for .1.11,0,11 dimenslons and '%mq"=ties for conor : •: -':,''', :e'r=lgger::; 0 0/3 BARS L BARS J2 C) _ . imirlr' tr. . .11 I , - ------ CONCRETE WINGWALLS m, s...m_l P. 6.. , 11.)N* \.„-tdi\ WITH FLARED WINGS FOR - FoorING , _T_ 0° SKEW BOX CULVERTS WINGWALL AND TOEWALL Culvert Toewal I 6.' FW -0 CORNER DETAILS EL_ SECTION A-A.SECTION B BO ,, cnv PROJC, /El 6451 RMS., No. D,E a. DESCRIPTION y NId $ CITY of CORPUS CHRISTI -14, TEXAS sw 70 �., Deportment of Engineering Services m c 00 o ECD standar., For stru ©For ';-,-,L,6--T.,,6.166„66ro >c ,rends d. np sbe d9e . curbs h.lnsn dI �edr= a,ryeoap�e tz ° p Sp° 'v° a n n, nn oe n awed .n s earso 11 iiiiliiiit Ifd1I1111 11111 I li0ii6iii IfiTII I III 1 �— u !I� —anis rv' Foy cab: ens man IN MIME= i �/ adrrd wens mu he - ° ew n 6" ,r""' s ""'"' ro Th III MI III i .. L liypi rvdrs. inN MINIMUM 1 II !1111!!!'!! Si may De used to replace showriat the Contract WW1, liyp)I I1lIallS•L•U Ii I! p the of 1-k ngth w ,a s nerwaen ear dart rvn, s yes lun��ini ti i 11 IIIIIIIII I 1 6nr ,�QrT> IIMIIIMINIIIII 1-\ �. ',=4 ie isl�iseiei:Ii: eco, o apps BOTTOM SLAB TOP SLAB , sn n,rr ,F a, ,Lap requTred in :rem dao,, for uncoated No. soars, as TYPICAL SECTION PART PLANS .�e GENERAL NOTES: be Class , . with hese i-o'Qa n ve ian ps l g--:::= M Dimensions onsBar of a, ne -nor o owed amts ed ohewn usted to provide c a -o a -s C -� at the flow line may e he nr/ skewed xrvz „, ends, ongleosections SECTION THRU CURB and iengrnaninq aeras is. Sf011 only De use0 .ben lengthening exists nB Mul ti Dle Boz Culverts. BLB3 LOADING SHEET ] OF 2 �,--, S tron Sm.. - BARS - C - ,— BARS D BARS r-{ OO J ryi LU Z BARS Y o —I ' J a BARS I: 1ng11--a-3, _4'-0" ,Teres Department m Transportation MULTIPLE BOX CAST -IN-PLACE 0' TO 23' CULVERTS SPAN FILL MC -4-23 LE' cnv PRodrca /El Basi RMS., No. D,E a. DESCRIPTION yId $ CITY of CORPUS CHRISTI Jo < m�J�} TEXAS s w 70 , Deportment of Engineering Services m ,� SECTION BILLS OF REINFORCING STEEL (For Box Length = 40 feet) QUANTITIES DIMENSIONS O te Bars B Bars C & D Bars E Bars FI -a4 Bars Fz-e4 a I'-6" Mox Bars M -p4 at I'-6" Mo. Bat s Y & Z -e4 a I'-6' Max Bars N 4-v4 Bars lcBarrel Per foo, of Cura Tait, x 1 u N wr N ar ear o N No. spa wr No. Length w* No. N Lengt EL S, Conc Pei, N N ength N N enem en N N e g rvt Lenotn a w+ Le g Lengrn rvr _ �N.�,� �Lni _ �_ i[vi irni ST may be use, to replace ion, RWOCernent of No. 6 Or 60 at 6" NL93 LOADING SHEET a wpertment of Transportation staneam MULTIPLE BOX CULVERTS CAST -IN-PLACE 4'-0" SPAN 0' TO 23' FILL MC -4-23 n � 0, ARNE,. /El 6451 I I REMS., N.. 1 D,E 1 DESCRIPTION CITY of CORPUS CHRISTI Deportment of Engineering Services 6'8 Mpc7°n;P CROSS PIPE LENGTHS, REQUIRED PIPE SIZES, & RIPRAP QUANTITIES® ,- . ' Cross Pipe Length 1 0, ,ee „Isle, °I (See Tar„, 1 r -Top of Marco 2" n.,!= JP4 ,,,,D5pa CoPIT:Ot M97 2-1i-!-e 92 Conditions for use o! rrrrr Pipe "r- TorS' FM: "" I Cross Pipe . Cross oi, 1 ! • • over .ve' • ! .e.- Flow Line I I.D. - C - 9, - 9, Cross Pipes Size r -0 1., InS i de Outside *Ou's ! Hole ITyp, , , , dimens.ons of or the ppe culverts I End of Inver ____L PIPE W/ BOLTED ANCHOR i r,°r„cnZ7 _ SIDE ELEVATION OF TYPICAL w°/veC'.Ms.P. PIPE CULVERT MITER ,"" j i b.,/ DETAIL "A" i owing Invert wit, Corrugated Metal Pipe -?7,,, s-s-Be„ fir, rrOSS Pfr. ...Or- 1331, as necessary 0, oonorste P,ProP ° 27 f,r;°Te'rl °H4*'-° e'Lnffg:',nr4°: '7,,l,f°' — RIpraP 0 r,r, r „rrr ,rrr, r „re tre e,rr„ rrerre, r,r . r,r„ be as hown i tne PIP SIZE ocble. ine fIrst C. ttom pipe shall be er" Illiiimaziogip PIPE W/ ANCHOR BARS 0 The third Cro P7pe f om ihe bottom of fhe Culver, shall '.ew%5serrtOr': 'U:'4 nU4"cOr'so:Te'e=rnot 7%'',°;,' _. Flow L,ne the Cross Pip so as t permit disassembly of th bolted connection to I low cl onout access. At the Con roctor•s option, all a ner Cros Plpes may also be Mstailed usIng SECTION B-B the bolted co nection etc, I s. IA r,„rr ' ',4101'slir 0 Match Cross S ape as s own elsewhere , the plan . CrOSS 7,Y .S:. Pipe Culvert. For mul iple plpe CUIVertS Or for Corrugated Metal Plpe Cu erts, a antItles wilt need to De diusted. CROSS PIPE DETAILS Riprop quar,i ies ore or Contractor's informati n on„ o,„ Clear fiH = GENERAL NOTES: P.rnr'-' ,,, ISOMETRIC VIEW OF ,TYS,.. --- Tongent to widest portion of Pipe Culvert Crn-f's'aFf'P% nsdn=nZ 'rP-rXCP,'Re'sq0V2F'" TeXas Transpo totion Institute, Morch 1981. TYPICAL INSTALLATION Safety End reatments shown herein ore ,ntended for use in Riprols Pipe Culvert '---RipraP , - TYPICAL to traverse t e openings approximately perpendlcular to the EI.Fr' g'n'aPe'te'r Cross P,Pes. IS „rap and II necessary inverts She „ be Co„„te RiproP conformIng to tne requ'rements of Itern 432, "IR,PraP.• Synthetic fibers lis-ed on the "Fibers for ConcreSes PIPE PIPE .—LimIts of iprop lto be included with S.E.T. for PaYment, .0 SHOWING SHOWING CROSS Material Prod cer List NPL, may De „ed in lieu of steel CULVERT & RIPRAP WITH ANCHOR BAR reinforcIng i ripfao concrete unless noted otnerwise. Mrp-x7-1 fa Spa a+ 2'-0" Max 1 e 'n Bid for each afety End Treatment. Mn ,-;,,',:'r P,s,':•'Z! = yfo.lao'eo,%177T '5,Anr' (- T.pPg'eP=1' i " 'Bolts ' "'' and n ts snal I conform to ASTM A307. Al I I • I --Trimmed Edge of Pipe Culvert i I 4, . . , rerrr erre e ii ii ''''''' ''-' r.- i711"ex NIu'1"natstser Wi%';'..'arR=)' steel components, except concrete reinforcIng, shol transport or onstruCt -On sha I I be repaired in accordance w,i-t, the spec f,cotTons. 44 7/ i 1-", , Tz. Elio ..I tr,1- t • t• ' `Da P'Pe00 ' . i ...0.1ARMMAWO. — SAFETY END TREATMENT • 11111110:11,.- . • V DIA EpftZIYER'I'-; c.'St'eF't . „e Culver* TYPE II - PARALLEL DRAINAGE 's-See DETAIL "As SHOWING CROSS PIPE WITH BOLTED ANCHOR SETP-PD SIDE ELEVATION OF CAST-IN-PLACE CONCRETE c De t a 1 1 s a t l,-6vjqarea'n,,ieta7 A',.': Lu, vz-Nre — , — SECTION A-A ,, cf, PROJC, f E 1 6451 TAXIWAY SAFETY AREA CT C-507 PPM, no. 16181176 10 SOD 37.5 375 .ie 9....1 -JOS F_ * tt DIGITALLY ,2/io2o16 SEE GRADING TYPICAL SECTION ON SHEET C-501 1 1, PORTLAND CEMENT CONCRETE(P501) rlw 311 PROPOSED GROUND %411%1 0% 2. MATCH EXISTING APRON EDGE CONCRETE APRON REMAIN PROPOSED GRADE — �. ��I�uE�l1� — — — — — — —TO � — !� � 1��1R"JWet� a� ��� '' GARVER EXISTING GROUND TAXIWAY K TYPICAL SECTION - BASE BID I SSEE SPECIFICATIONsEMENT TREATED FOR �� DIRECCOURSE TIONS ON INTIDESIGN 507 SCALE NONE THIS sHEET'SEE TAXIWAY K PAVING LAYOUT PLAN PROFILE SHEET ,o SOD AND CROSS SECTIONS FOR CROSS SLOPES. 2 MEra (52 W°S/SY BY WEIGHT AT 6%) (P-155) 3755 S CAPITAL OF o TEXAS HWY, SUITE 325 x707 O 0 O° 2 A Adel REGISTRATION 3 EXISTING �-�• ° .1111.11111 cONRErE(oENr PAVEMENT ETE(P-5011 TREATED , a ucoAT(P�o3'• P(ossRFACE 6" CEMENT TREATED BASE COURSE� CwIFGESGR DIRECTIONS BASE )mum H. BASE _ Exlsnc,a asE ° EAsrwGsu°RA°E (52Lasre WICTAT%)IWEIGHT AT (P-155) —IICIIEI®P _�E� TREATED (5Yws ) (P403) � off•�•� BITUMINOUS PRIME .���OU(-15) OP all, ail /1 PAVEMENT SECTION TRANSITION DETAIL - SCHEDULE I °ASECOURS(-AGGREGATE) ',G.,' BITUMINOUSP' SURFACE TAXIWAY K MI 12" LIMESTABILIZEDE BW% A F DETAIL A EXISTING 4." °HCOAT(P-603r2 6. MA COURSE (P-403) ) P-155) O ON ASPHALT PAVEMENT .:4114.41, 41 PRIME = COAT DETAIL B EXISTING 1%. E I_ I=I1-1 IIIIIIIII la Olt ,AOREos)rE °2ECUS(a l J SCALE TACK COAT DESCRIPIION CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION PAVING TYPICAL SECTIONS & DETAILS EXISTING a R °E IHIII 12" LIME STA®WIZEDSUBGR°E (52WB/S535WEIGHT ATSM) PRIME AYACCOA(P3NDTTYH ARET0°ECONS°EEE°I1111111111 SUBSIDIARY TOTTEMGPao,AND P>o3RESPECTIVELY (P-155) (Th PAVEMENT SECTION TRANSITION DETAIL - SCHEDULE II %C.-507) SCALE NONE171 0. TAXIWAY SAFETY AREAo Soo 375 SEE GRADING TYPICAL SECTION ON SHEET C-50, • BITUMINOUSCOURSE SURFACE i MATCH EXISTING APRON EDGE r I� 6. HMA BASE COURSE (P-403) PROPOSED GROUND iz BITUMINOUS TACK COAT (P�o3) GUARD CONCRETEAPRON PRROGEUGR °E o �c;�c,tcZC • ` S0 •• • • • IAbpEekApEEE1 IIIEOVe � EXISTING GROUND A°COURE(0s)ATEBESP- SEE DETAIL B - TAXIWAY K TYPICAL SECTION - BASE BID II 2LIMEe E° GHTATTHISSHEET (52WE6%) SCALE NONE (P-155) ,EE TAXIWAY K PAVING LAYOM- PLAN 8. PROFILE SHEET AND CROSS SECTIONS FOR CROSS SLOPES Env 520JSC, %E 16451 SYMBOLSCONSULTANT vxors =z x SEALANT sesrH SHEET C- 508 vreadreT No., s, e,170 SILICONE SEALANT r.../////A RESILIENT FILLER BEVEL JOINT,re-Tov¢13,TH SILICONE SEALANT BY CAWC UT OR GRINDING . c /a TO MB RECESS BARS @12'0 C LONGITUDINAL BARS -1 JOS"'F esu Stix_ DIGITALLY 12/30¢016 NOT POURED SEALANT FOAM OR SPONGE RUBBER SAWED JOINT FACE � REINFORCING i:J 3. FROM m DEPTH 45° rwiu GARVER @ B W�uTOR°RNBN° F BAR TO BE .i 'LDOWEL ALL SURFACES AND DRILL AND ® DETAIL TON HIS DOWEL NSENo°F NOTES 3-CONSTRUCTION JOINTS J SCALE NONE BACK-UP FOR PANELS °"E,w„FRESHON TYPE E-1-DOWELED CONSTRUCTION JOINT 3755 S CAPITAL OF EXAS SUITE 325 USTIN,TX,e, o BREINFORCING SIDE OF ,A T�T COMPRESSIBLE MATERIAL l,,C-50(3) SCALE NONE REGISTRATION F-5 M M 44D-1752DETAIL oO"�oTH 1A-ISOLATION JOINTS I s°°A SCALE NONE 4-45 BARS@6-0C EXISTING CONCRETE 4 DEPTH ©45° TYPE A-1-REINFORC BSAWCUTOR GRINDING D ISOLATION JOINT AT EXISTING CONCRETE .t®H°T 1 SCALE NONE POUREDEALANT(ASTMD6690) TRANSVERSEJOINT TYPE o OR 1- 44 BARS @I OC ING 3" FROM EACH SIDE OFJOINT _ DETAIL ,s LA K P o M LoN°ITuoNAL6oINTTYRE CORE NON-EXTRUDED PREMOLDED /� DOWEL BARS AT SLAB CORNERS (PLAN VIEW) CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION PAVING JOINT DETAILS • BASE BID I PRESSIBLE MAT ASTM D-1751 oho-„6z ,,C-500 � DETAIL 1B-ISOLATIONoJMO1NTS B ` SLAB THIC. =SS DOWEL DIAMETER DOWEL LENGTH DOWEL SPACING 10-500 SCALE NONE 445BARS@6.0C R- EkISTwoASPHALT TYPE A-1-REINFORC D ISOLATION JOINT AT EXISTING ASPHALT BEM= JOINT ,B-ro,T¢.. 9 ONE DEPTH cdORGR�N oz¢ 6 ur DING To,a sECESS H ALANT /ta BARS@12'00 LONGITUDINAL TRANsMEACH END REINFORCING SIDE OF JOINT SEE NOTE 1 oEraLz ' 54 zVS Roo BACK-UP MATERIAL F as DOWEL BAR TO BE PANTED ON ALL SURFACES AND OIL THIS END OF DOWEL ~ NOTES 1 REINFORCING STEEL ONLY NM ERE SHOWN ON PLAN VIEW /1 DETAIL 2-CONTRACTION JOINTSTYPE C-DOWELED CONTRACTION JOINT n____,Env PRO, CT %E, 0451 CONSULTANT M-101 FROICL No. 16181176 STA OFF 257 LEGEND arCi DIGITALLY SIGNED 1 CENTERBEGIN TAXIAY LINE MAR•NG L^ T PROPOSED TAXIWAY K PAVEMENT EXISTING CONCRETE APRON STA 102+1327 oFF.161v Li x 17 AREA —T,— CTFREE TAXIWAY SAFETY AREA _xx_,,,,_ TAXIWAY CENTERLINE GTO BE REMOVED AND REPAINTED GARNER OF REMOVE AN D INSTALL TAXIWAY CENTERLINE SEE SHEET M-sol ,D.00 351 L F OF MARKING AIL. MARKING SEESHEET M-sol FOR BETAL. raxlwavK 102.00 R =163 STA OFF ', A . .r 1czlz L , 3755 S CAPITAL OF ' TEXAS HWY, SUITE 325 AUSTIN, TX Taloa REGISTRATION NO 1 STA O 00 INSTALL 1000 L F OF TAXIWAYJ BEGIN TAXIWAY CENTERLINE MARK NG SEE CENTERLINE MARK. SHEET M-501 FOR DETAIL 11=1 TSA VS1 TSA VS1 TSA VS1 TSA VS1 TSA VS1 TSA VS1 STA 110.0 00 END TAXIWAY IN CENTERLINE MARK Nc STALL TAXIWAY CENTERLINE MARKING SEESHEET M-501 FOR DETAL MEMO STA 109+3672 OFF 37 50' RT END DASHED TAXIWAY EDGE MARKINGS CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION PAVEMENT MARKING LAYOUT PLAN STA 103+90 92 OFF 37 50' RT BEGIN DASHED TAXIWAY EDGE MARKINGS INSTALL 54,6 L F OF DASHED TAXIWAY EDGE MARKING SEE SHEET M-501 FOR DETAIL ' 66! TSA VS1 TSA VS1 65A VS1 65A 8!! 65A 8!! TSA VS1 Vao OFA V10 010 0 acA FA V1 cm' PPOJECI g 616451 co ET M-501 PROJE T No. 161811 76 *F DIGITALLY 12"02016 /11 TAXIWAY CENTERLINE MARKINGS GARVER \ NI -5 01) SCALE NONE NOTE TAXIWAY CENTERLINE MARKINGS ARE REFLECTIVE YELLOW WITH NON -REFLECTIVE BLACK OUTLINE 1s(IP) 3755 S CAPITAL OF . TEXAS HWY, SUITE 325 AUSTIN, TX 78704. REGISTRATION NO amu= TAXIWAY CENTERLINE DASHED TAXIWAY EDGE MARKINGS CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION PAVEMENT MARKING DETAILS VA -5 C11) SCALE NONE NOTE DASHED TAX WAN' E.= MARIO,. ARE REFLECTIVE YELLOW WITH NON -REFLECTIVE BLACK OUTLINE i, cm vpoJrca / El 6451 SYMBOL ITEM DESCRIPTION CONSTRUCTION NOTES: REM OVAL KEYED NOTES: T E-001 c PROJE No. 16181176 NEW EQUIPMENT ,. THE CONTRACTOR SHALL STAKE THE AI RFI LIGHTING SYSTEMS, PRIOR TO INSTALLATION OF @ REMOVE ANB STORE EXISTING ASE MOUNTED TAXIWAY EDGE LIGEBEMou011 BASE EXISTING EQUIPMENT ANY TRENCH, CABLE OR UGEING APPARATUS. THE INTENT IS TO STAKE THE INSTALLATION AT AND REMOVE FROM SITE (TYPICAL) THE LOCATIONS INDICATED, NOTING ANY DEVIATION FROM PLAN DIMENSIONS TO THE OM x EXISTING EQUIPMENT TO BE COMPLETELY PRIOR TO INSTALLATION TH E CONTRACTOR SHALL OBI, DEMOLISHED NB REMOVED, AREA TO BE AND ucwsm suaveroRTO PERFORM TwswoRK. "THE ERHcesoFAN EXPERIENCED RASE AND RE6D EMOVE AN D SrORE FROM SITE MOUNTED NO ENTRY GUIDANCE s.crv. DEMOLISH RESTORED o L661T TAXIWAY EDGE LIGHT z THE ENGINEER SHALL PROVIDE BECTRON IC GADO Fl LES TO TH E CONTRACTOR FOR THIS 0. DEMOLISH Ex IS6NG AlNCTON STRUCTURE AND RENO, FROM SITE STAKING WORK THE CO,RACTOR SHALL STAKE THE Tems VEYOR SHALL ®0 BASE Mourvrm LCE 0 REMOVE EXISTING ELEcracucRCONDUIT` wNDD"urorva curr(s� AND ABANDON N PLACE. ENGINEER SHALL COORDI NATE AND PROVIDE DI RECTIONS ® BOX - LIGHT BASE TO MEET EXISTING FIELD CONDITION REQUIREMENTS ANDCIRCULAR REQUIREMENTS ON THE LAYOUT AND SPACING OF�v ADJUSTMENTSNECESSARY ELECTRIC, DUCT BANK SECTION IN PREPARAEMOVE EXISTING AIRFIB_D ELECTRIC, TION FOR EOSTINGXTENSIN DUCT LISHBANK 0 L-asa culOANCEsIGN, see oleo INDEX 0. DEMOLISH alsTINC DUCT MARK. ANDoR Ducr BANKarwslo OM SITE LOOP DETEcroaCABLE 3 NO ADDITION, COST TOTHEOWNER_ nKINCADJusrMwrsporoo ro lNST,LAnoN Ar I REMOVEEXIISING0RIB_DLECTRI6O0EHsFROM aISTING ELECTRICAL Ducr AL DUCT BANK roa) I=1--pSTREET LIGHT FIXTURE, FIXED CAMERA, AND LIGHT POLE 4 SHALL VERIFY EXACT PAVEMENT EDGE DlMwsorvswnn THIS INITIAL O ISTINC BASE MOUNTED TAXIWAY EDGE ucnr ro aEMUN. WORK LL FIELD MARK AND IDENTIFY TAXIWAY POI,OFTA TANGENCY IS6NGBASE MOUNTED GUIDANCE SIGN T°REMAIN 0-o PTZCAMERA AND POLE 5 THE CSURVEONTRACTOR INTERSECTION POINTS(IP) LOCATIONS WTH EMBEDDED BRASS ARKERS. G CARD READER 0 EXISTING coMMuwmEMa3755 cAn ON HANDnoLoaN.6 a WTH BOLLARDS TION s THE EXISTING AND THE PROPOSED LOCATIONS OF LIGHT NG CABLES ME APPROX NATE THE 0 EXISTING ELECTRIC, JUNCTION STRUCTURE TO aEMwN. corvounsrueouT(s) BE HE 0 EXISTING AUTOMAT WE AND GATE EQUIPMENT TO REMAIN. NUMBER AND NEW LIGHTING CIRCUITS HAVE BEEN INST,LED AN D TESTED THE CONTRACTOR SHALL 4W-4" SIZE OF CONDUITS AS INDICATED PROACTIVELY AND IXPEDITIOUSLY ACCOMPLISH THIS CABLE IDENTIFICATION WORK PRIOR TO 0 EXISTING AIRFIELD ELECTRIC, CIRCUIT (S) TO REMAIN. PERFORMING ANY MODIFICATIONS TO THE LIGHTING CIRCUITS COORDINATE IDENTIFICATION • Ducr MARKER AWORK ORKIWDHTHEOWNER AND OAR AND MAKE ,L CORRECTIONS, ADDITIONS, ETC. ON THE 0 alsrING COMMUNICATION Dug BANK TO REMAIN. LT AWINGS REMOVE EXISTING VEHICLE STOP E HANDHOLE CLAD STEEL 0 sURGEvaISTINGsuave( MAa40GOCATIONBEFORE PAVEMENT REMOVAL - GROUND ROD EXCAVATION SHALL BE PRO,RLY AND a PEDITIOUSLY SPLICED OR THE LENGTH OF CABLE _ 6 SERIES LIGHTING CIRCUIT W TH AT ALL SPLICE OR OTHER REPAJR LOCATIONS MORE THAN Z AWAY FROM A LIG,, SIGN, " ED INSTALLATION KEYED NOTESCOUNTERPOISE, NUMBER OF HAS �,� •y5"""""`?4\ MEW 2:_LE_ zae , J DIGIT,LY SIGNED ,zrz6rzo,s - GARVER S CAPITAL OF TEXAS HWY, SUITE 325 AUSTIN, Tx 76734 REGISTRATIONO- F-5,3 HAN DHOLE, MANHOLE, OR JUNCTION STRUCTURE ,L REPAIR AND / OR REPLACEMENT WORKMARKS CABLES ICATmNDMEROF COBrroTHEowNwLBENu AND TO HEBATIGFACTIorvoEHEowNERrwooaR PPLI ED AND INSTALLED BY TH E CONTRACTOR AT NO ADDITION, ,C INsTALLEwL-as,rBase MOUEmTAXIWAY EDOELGHT_(TYPIC,) AND MATERIALS -6- DRAIN CONDUIT e POINTSAFO ABOVE 0. INST/LLL O0/CIL-656 BASEMOUNTED GUIDANCE SIGN ON NEW SIGN BASE AIRCRAFT OPERATIONS LIMITED TO MANHOLES, HANDHOLEC, PILL BOXES, JUNCTION BOXES, AND LIGE BASESEMOVE EXISTING . ADE WH ERE TH EY ARE AVALABLE FOR CONN ECTIONS OR INSPECTION, INCLUDING, BUT NOT 0 INSTALL NEW CONCRETE ENCASED L -667D JurvcnoN sroucruRE. o�A OBJECT FT REE AREA a, s P ©EXISTINGSIGN _ PAELGANDINBT,LNEwL-aSacwDANCEgcNPANwsoN TO ANY WORK ON THE ELECTRIC, SYSTEM AND EACH NEW AND IXISTI NG SERI ES CIRCUIT ERTHEOAPDPAD AEIODMEEER AL TESTING REQUIREMENTS SHLBE 0LIGHT SUBSIDIARY RSA RUNWAY SAFETY AREATSA TAXIWAY SAFETY AREA 10 THE CONTRACTOR SHALL COORDINATE WITH TH E OAR FOR OWNER AND ENGINEER . SS © (NUMBER OFCONDUCTTOORINDICATEDYH ASH MARKS)FOR NEW AIRFIEmCONDUCTORS OF ALL MEGGER TESTING THE CONTRACTOR SH,L SUBMIT HIS I NITI, MEGGER TEST D LACYoas BY THE OWNER ANDEGINERPRIORTOTHE PC POINT OF CURVATURE REPORTS TO THE OWNER AND ENGINEER PRIOR TO ANY WORK ON THE ELECTRIC, SYSTEM '01NST,L NEW AIRFIELD INNDICATEDBYHASHMA mEXISTING 4000LIT .(NUMEROFCONDUCTORS MARKS) PT POINT OF TANGENCY THIS REPORT SHALL BE APPROVED AND SIGN. CO,RACTQRPROCEEDING INTHHIS WORK DEB DIRECT EARTH BURIED 11 THE CONTRACTOR SHALL CHECK THE LOAD ON EACH EXISTING REGULATOR PRIOR TO ANY 0 CFx°IGnrvc ELECTRIc,DucTBANK Dz-WAV 2C ELECTRICAL DUCT BAN K COUPLED TO - AWORK ON THE B_ECTRICAL CCEPTANCE _ TEMANDONEACHaISTINCREcuLATORAFrwTE OF/CI 0 CONSTRUCT NEW NON-ENCASED z-WAYzcELECTRICALDUCT BMKCONTRACTOR INSTALLED. OAR OWNE,SAUTHORIZEDLLCLIBRaTEEACTEoIsrINCREGuLaroamLLowINcrHE 0.NEW VEHICLEOP SIGN ; WORK INSTALL CONNECT �Nw REPRESENTATIVE PERFORMED oalsrINCJurvcTIorvsraucruaE. BEPAID FORBY SS -300 YHEETG,APAYITEMS UNLESS OTHERWISE NOTED .SEE ARFIELDucEINGVAULT 0 coN°ST_ Ea TWcoNcoErEENCASED1-WAvzcmrRICaLCON DU6WTHSOF LOCATION CAUTION NOTES: 14 CONDUITS AND DUCTS uNDER PAVED AREAS SH,L BE CONCRETE ENCASED CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION ELECTRICAL LEGEND & NOTES 1 UNDERGROUND UTILITIES EXIST %WHIN AND ADJACENT TO THE° ornwwsErvoTm. UNDERNON-PAVEDAREAS SHALL BENON-wcAsm,uNLEss O AVOID ID EXISTING Box CULVERT EDGEucnr ON SHALLOW, 16" DEPBASE IN ORDER TO LI mris OF CONSTRUCTION AN ATTEMPT HAS BEEN MADE OORDINATE W TH NEW DR, NAGE STRUCTURE INFRASTRUCTURE FOR INSTALLA6ON LOCATE THESE UTIL6-1 ES ON THE PLANS, HOWEVER, ,L EXISTING UTILITIES MAY NOT BE SHOWN AND THEACTU, F NEW NON£NCASED 1 -WAY 2M ELECTRIC, CONDUIT INSTALL COND. A MINIM. 16 DURING CONSTRUCTION, PROTECT ALL EQUIPMENT, DUCTS, CONDUITS, CABLES, ETC THAT OF 1Z' BELOW DRAINAGE STRUCTURE CONCRETE ENCASEMENT HAND EXCAVATE NEAR LOCATIONS OF THE ,I LIT. MAY VARY FROM THE LOCATIONS ARE TO REMAI N IN PLACE WHERE EXISTING ITEMS ARE C,, BROKEN, OR DAMAGED, THE DRAINAGE STRUCTURE IF THE BECTRIC, CONDUIT IS INST,LED AFTER THE DRAINAGE SHOWN PRIOR TO BEGINNING ANY TYPE OF EXCAVATION, THE CONTRACTOR SH,L REPLACE OR REPAIR PROACTIVELY AND Exp000lou SLY THE ITEMS., TRUCTURE MAKE ARRANGEMENTS FOR THE LOCATION OF THE UTILITIES ON THE GROUND THE CONTRACTOR SHALL MAINTAIN THE UTILITY RUCT NEW CONCRETE ENCASED 1 -WAY ZC ELECTRICAL CONDU 6 WTH COSY TO THE OWNER MD TO THE SATISFACTION OFTEowERAND OAR _ ADDITION, REPAIR SEE DETAIL 4 ON SHEET E-50.2 FOR SAWCUT PAVEMENT REPAIR T LOCATION M�nKrvcsurvnLTEvaaE NO LONGER NECESSARY Z TEXAS STATE LAW, TH N DERGROU NO FACILITIES DAMAGE ELECTRIC.wTY TT,, RmW RES TWO WORK NG DAYS ADVANCE w Boson. DANCE ON GUI . - INSr,L NEW SIGN PANELS EIMTH THE SIGN MOUNTED IES CICuIT�s CAN BE DANGEROUS ANDIOR FAT,. GINRE-INSTALL BEFORE EXCAVATING NOTIFICATION THROUGH USING ANEVF4IXAS E C,L SYSTEM EQUIPMENT OR O IFA EXPLOSIVES(EXCEPT IN THE CASE OF AN EMERGENCY)) THE 2 LD VEMLer aSZT FLUSH -MOUNTED IN -PAYMENT TAXIWAY EDGE LIGHT IN EXISTING ON E-C,L SYSTEM PHONE NUMBER IS 1-600-245-4545 THE LIGHTING VAULT LOCATION ON SHEET 06101 COORDINATE WITH IN RFI CONTRACTOR IS ADVISED THAT THERE ISA SEVERE PENALTY FOR NOT MAKI NG THIS C,L NOT ,L UTI LITY COMPANI ES ARE E 3 ELECTRICIAN PRIOR TO LOCKING AND TAGGING OUT ANY CIRCUITBGED OUT OF O NBTALLm ATTR EaIBTINGsuRVEV MARI4=RLOCaTION. ARK' SILLE MEMBERS OF THE TIXAS ON E-C,L SYSTEM, THEREFORE, THLIGH6NG REGULATORS SH ALL BE TURNED OFF, LOCKED AND CONTRACTOR IS ADVISED TO CONTACT ,L . NON-MEMBER wCI SERVICE WORK IS DON THE RCUIT UTIUTI ES AS WELL ASTHE ONE -CALL SYSTEM . 0. INSTALL NEWT FVC DRAIN CONDUIT FROM LIGHT BASE TO Box Cu LVERr. 4 CIRCUIT SHALL BE TESTED BEFORE THE CIRCUIT IS ENERGIZED_ MODIFIED 0. INSTALL NEW DUCT MARKER (,py 0060111 /EI6451 \ 0 • I0 i0 �' � ` B 0 t - o o 'j x0 44 II . „it; III A3755 %0 0 CONSULTA PROJECT SHEET E-101 No., 618,1]6 DIGITALLY SIGNED B2B,s - GARVER S CAPITAL OF XAS HWY, SUITE 325 AUSTIN, TX TBABA ® 0 REGISTRATION NO TAXIWAYK • © ® 0 0 0.N 1 o. _� = 1 0-4 0. o`6 1 o o o C jnJ] 0 " I/ COAST GUARD HANGAR APRON O o� \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ REMOVAL KEYED NOTITE CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION LIGHTING RENO\!4L PLAN a \� ,s 0—Lt ( COAST GUARD HANGAR \ ( O O TAXIWAY EDGE LIGHTDEMO RND EMOVE AND STOREEXISTING BASEM MOUNTED . DEMOLISH BASE REMOVE RE TORE EXISTING FROM SITE BASE MOUNTED NO ENTRY GU IDANCE SIGN DEMOLISH 0 DEMOLISH EXISTING JUNCTION STRUCTURE AND REMOVE FROM SRE 0 REMOVE EXISTINGAIRFIELD ELECTRICALCIRC6E66) ND ABANDON CONDUIT IN PLACE. O nC9TVRICtt DUCT BANK SECTION IN PREPARATION ( TRU DEMOLISH IXISTING N 0. DEMOLISH EXISTING DUCT MARKER AND REMOVE FROM SITE BANKE%TENSIO O REMOVE EXISTING AIRFIEED ELECTRIC, BANK EXISTING ELECTRICAL DUCT BANK TO REMAIN FROM IXISTING ELECTRICAL DUCT TAXIWAY UIDANCE SIG LIG, . EXISTING BASE MOUNTED GUIDANCEoREINREMNN. o EXISTING B�EMOUNTED GDIDANGEGIGNTGREMAN Q EXIISTINGEECTR�C,JU COMMUNICATION RETOREMAIN �'° 0 EXISTING AUTOMATIC GATE AND GATE EQUIPMENT TO REMAIN 0 EXISTING AIRFIELD ELECTRICAL CIRCUR(S,TOREMAIN GENERAL NOTES 0 EXISTING COMMUNICATION DUCT BANK TO REMAIN1 SEE SHEET EMI FOR LEGEND, GENERAL. NOTES, CAUTION NOTES, AND KEYED NOTES. 0. REMOVE EXISTING VEHICLE STOP SIGN. 2 ALL ARFIELD CI RCUIT CABLE REMOVAL t06 SURVEY EXISTING SURVEY MARKER LOCATION BEFORE PAVEMENTREMOVAL. EDGE LIGHT REMOVAL PAY ITEM_ TO THE CTV PPOJCCY /E16451 I I - tSHEET EQUAL SPACES E-102 PROJC , No.161811]6 12/300016 GARNER VAGWil GJ81_.8:. ... E FA MAO w•' 0 �I ® 6ECM, SPACES � @'' �.! III I Ms1 - TSA V�. TSA Ms1 T 1 soo \ woo' zEau"a'sPACEs unity 32 255 S CAPITAL OF XAS HWY, SUITE 325 AUSTIN 28206 LI, ® it 9 - ,0.0 0,.00 02X dui. 0600 0,.06 08.0 0 00 „.0 1 —,,, 0 REGISTRATION RE o 5„3 TAXIWAY K .lune 0,+6 = m E SEB \ - — — — — — �- — w •o'-"''. a°"i.. 2 EONAL SPACES �a,s0' 0 ® /.�aft� QUAL Es SP —0 VS1 iso GFA VS1 TSA MG1 _ 8,0 J 0 3_, GFA MAG AO COAST GUARD HANGAR APRON INSTALLATION KEYED NOTES: A\\\\\\\\\\\\\\\\\� COAST GUARD HANGAR CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION LIGHTING INSTALLATION PLAN 0 INSTALL NEW L-Bs,TBASE MOUNTED TAXIWAY EDGE LIGNr mPIcaL1.OCONSTRUCT NEW CONCRETE ENCAS6,-WAY 2AL 'c ELECTRICCON DUrrWTNB-OF COVER z� INsrALLOECIIL-B5SBASEMONNTEGGNIGANCESGNONANEwscNBASE. INSTALLNEN/ . TEWr,TTAXIWAY EDGE UCHTTONSHALLOW,B- DEEP BASE INORDER TOAVOID EXISTING BOX CULVERT 0.INsrVLLNEwc0NCRETEENCASEDL-BUYOJUNCTIONSTRUCTURE. ®2,0ELECTaRIC,L ONNNHUIr.RINNSTAL� ONDUITAMINNIM OF ziBELOWDRAINAGE°N°ruRECONCRET °A`""E 0 REMOVE EXISTING PANELS AND INSTALL NEW L -BSB GUIDANCE SIGN PANELS ONEXISTING SGN. DRSN`s�°NFFRASSTRUCTURErENEAgoRa"acEsraucruREFTN ELECTR co GUITISINSTaLLEOA 0 s ©RE-SSTALLLL siNGrLEsaaBASEMOUNTEVENTMEPNRGETNOLLNEWTNSAWCNTPAVEMENTREPAWSEE REINSTALL EXISTING OCO STRAIL 6OTNEWSHEET 5CRETEENCASE FOR SAWCUT 1 -WAY ICA IR ©IINDICATEDBYHASHMARKS1"oN-ovCrsEOCONDUIT FOR NEW aRFIELOmNOucroaS(NUMBER orCONDUCTORS GUIDANCES. INST,LNEWS.PANELS INACCORDANCE WITH THE INSTALL NEW AIRFIELD CONDUCTORS INEXISTING CON ourr.(NU MB=R OFCONDUCTORS INDICATED BYHASH MARKS) ® INSTALL NEW L -852T FLUSH-MOUNTEDIN-PAVMENT TAXIWAY EDGE UGHT IN EXISTING PAVEMENT a nISO 1,..EER�o ® ccooNK Cr NEW CONCRETE ENCASED 2-WAY.2'ELECTRICAL DUCT BANK COUPLED TO EXISTING ELECTRICAL DUCT RLN NEW PAVEMENT SURVEY MARKER SNL BEINSTXLLEO AT THE EXISTING SURVEY AL MA`ALL NEW SURVEYMaRIV=ARKER LOCATION. GENERAL NOTE: O CONSTRUCT NEW NON -EVf«n2-WAY T'C ELECTRICALoucr BANK 5 O O 1 SEE SHEET _ O INSTALL NEW VEHICLE STOP SIGN O I NSTALL NEW T. WC GRAINC N UIT FROM LIGHT BASE To BOX CULVERT. GENER, NOTES, CAUTION O INSTALL NEW DUCT MARKER NOTES, AND KEYED NOTES. O CONNECT NEW COND.To IX I STING JUNCTION STRUCTURE .o. cm PROJECH /El 6451 CENTERLINE TRENCH REPLACE SOIL AFTER SETTLING T E-501 PRO, 1 N0.16181176 REMOVE EX ISTING COUPLINGS, CONCRETE GUIDANCEING LIN EGUIDE NE. TRANSFORMER,ISOLATION AND GRE .`,,, • •,, f......a.2:1E zae . LLYSI DIGITALLY 12/300016 Q 23,=,23 GROUND ROTI lI 11 , \ \�\ DEMOLISH COMPLETE CONCRETE PAD TO - s LEGENDELECTRGLNE BURIED BELOW' ITSFULLDEPTH,FILLHOLEANDREGOMPAGT111111 II 111— RECOMPAOTAND SEED DIBTDRBE BOIL 11=111=111=111=1 �I „ps;2F�OOAOEWTH _ GARVER :_ (SUBSIDIARYTOBIGN REMOV,) 1=1111I R 0EOLIBOOPP GOUNTE1 M� 1° >A AM REMWAL NOTES ' CONCRETE 2GOND6ITs(TYFICAL) `v 1 RESERVES THE RIGHT To SALVAGE USABLE t +E _ CONDUIT, ""° COUNTERPOISE IN PLACE �* UNDISTURBED OR COMP \ COMPACTED SOIL 3755 S CAPITAL OF o TEXAS HWY, SUITE 325 AUSTIN,. Tarda COMPONENTS TG_ z THECONTRACT , \ IH 6 AROUND DUCT BANK REGISTRATIONo F�13 MOVEDs DESIGNATED AS S,VAGE sHUL THEN BE MOVETHE OAR AND AIRPORT WILL REVIEW THE D RESTORED AS EM DIRECTED BY ARPORT 3 CAREFUL,ALL ITEMS THAT ARE NOT TO BE S,VAG ED SH,L BE REMOVED FROM THEAIRFORT AND PROPERLY DISPOSED. _ ENCASED NOTES 4 THE AREA DISTURBED BY THE REMOVAL OPERATION SH,L BE 1 COUNTERPOISE WIRES SH,L BE INSTALLED ABOVE MULTIPLE CONDUITS / DUCT BANKS FOR RESTORED TO THE SATISFACTION OF THE OWNER AND THE OAR THIS AIRFIELD LIGHTING CABLES, WTH THE INTENT BEING TO PROM DE A COMPLETE CON E OF SHALL INCLUDE BACKFI LLI NG WTH SELECT FILL, COMPACTION, PROTECTION OVER THEAIRFIELD LIGHTING CABLES GRADING, AND SODDING AREA RESTORATION SH,L BE SUBSIDIARY TO NDOFELEGTRIG DDGTANDBDND THE EQUIPMENT PAY ITEM 2 I NST,L 3/4" x10" COPFERCLAD GROUND RODS AT H BASE MOUNTED SIGN REMOVAL GODNTE,POIBEsUSING EXOTHERMIC WELDS = E NONE 3 I NST,L CON DU rr SPACERS MTH LOCKING COLLARS AT 5' 0 C SPACING INTERV,S IN ST,L . REINFORCING BARS MINIMUM 6" INTO .IL TO ANCHOR THE ASSEMBLY PRIOR TO PLACING THE CONCRETE ENCASEMENT 4 INSTALL A COUNTERPOISE 4" ABOVE EACH CONDUIT COLUMN REMOVE EXISTING LIGHT FIXTURE CU UR 150/5340 -36 RECOMPACT AND SEED BASE, CONDUIT, CONCRETE REQUIREMENTS, INCLUDING AT THE EN. OF DUCT BANKS DISTURBED TRANSFORMER ISOLATION s SIMILAR FOR OTHER DUCT SIZES REMOVAL) 2—WAY CONCRETE ENCASED DUCT BANK W> >% a, SCALE NONE CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION ELECTRICAL DETAILS w Ilk 4. DEMOLISH COMP_ETE CONCRETE PAD TO FFS FULL DEPTH, FILL HOLE AND RECOMPACT ABANDON EXISTING CENTERLINE TRENCH SET COUNTERPOISE IN BY STRING LIN E GUIDE PLACE REPLACE SOIL AFTER SETTLING GRADE 111 X11 Ih�I 111,111 NON£NCASEO NOTES_ REM OVAL NOTES —ABANDON 00NAND 86 CONDUIT IN PLACE I II III — DETECTABLE BURIED BELOW'LEGEND "CAUTION ��TRIC LINE 1 THE OM ONENTSIRPORT RESERVESTHE RIGHT TO VAGEUSABLE THE ARFIE DLIG TING AB EB T TIONO R /� IIIIII I 11H11 III— =1 11=111 BL 105PECIRCATIpDANCEIMTH Ll 2 ALL LI GHTING AND DEVICES SHALL BE REMOVED BY THE 2 INSTALL 3/4' x10. COPPERCLAD GROUND RODS CONTRACTOR THE OAR AND AJRFORT WILL REVIEW THE EACH END OF ELECTRIC, DUCT AND BOND ATREMOVED EQUIPMENT ITEMS DESIGNATED AS SALVAGE SHALL COUNTERPOISES USING ExOTHERnN WELDS —III y4�����,. amp G11 �r COUNTERPoSE(Tli. MG BARE IOP)COPPER THEN BE MOVED AND STORED AS DIRECTED BY AIRPORT 3 COLLARS AT 5 DL SPACING INTERVALS LOCKING3 INSTALL CONDUIT SPACERS WITH DISPOSED_ OVER FROM THE aRPoaT AND PROPER, COUNTERPOISE a" ABOVE EACH CONDUIT %�■ COMPACTED SELECTEEN CKFILL AROUND AND BET CONDUITS CONDUITS(TVP�Cx)ACTED COLUMN a THE AREA DISTURBED BY THE REMOVAL OPERATION BE UNDISTURBED OR SOIL RESTOREDTHE onR. IN ACCORDANCE WITH150-5340-30 REEQUIREMENTS. _ IN WTOF TNAND SODDING 080 RES -ORATION ANKS HuG ESUBSIDIAARRYTO THE EQUIPMENT PAY ITEM s. SIMILAR FOR OTHER DucNr SIZES BASE MOUNTED EDGE LIGHT REMOVAL \ 3 II N �j AROUND DUCT BANK 3 SC,E NONE 2—WAY NON—ENCASED DUCT BANK 10V 000,101 %616451 E3D1 SCALE NONE CONCRETE:x.- DUCT MARKER ET E-502 PROJE C7 60N0.161811 76 zae c,,: DIGIT,LY SIGNED 12/300016 MAX i i PAVEMENT r l �® E E 0 ) CAUTION BURIED ELECTRIC LNEBELOW I I I _ CARVER END Bpve j ,/ T? - _, ,. ___Ir WDER NOTES: , POWER MARKING TAPES SH,L BE DETECTABLE TYPE CONSTRUCTION WITH RED BACKGROUND AND BLACK LETTERING. 2 TAPE SH,L BE DETECTABLE, DURABLE, HIGH, VISIBLE RESISTANT ELEMENTS, MEETING AND/ OR EXCEEDING ALL INDUSTRY STANDARDS TAPES FOR WIDER DUCT BANKS 3755 S CAPITAL OF o TEXAS HWY, SUITE 325 AUSTIN, TX 7604 GISTRATION O RE F -6„B PLUG E'A NYLONWrTH TOWARD UNDERGROUND DETECTABLE WARNING TAPEs EACH CONDUIT CONDU -FULL REMOVABLE AANCCDESSEZFINorFi LENGTH PLUS 10” SCALE NONE FACTORY PLUG DRAJNAGE COILED DUCT NOTES: 1 EXTEND ELECTRIC, DUCT S BEYOND EDGE OF PAVEME, OR EXTEND AND CONNECT TO MANHOLES, HANDHOLES, OR JUNCTION CANS AS INDICATED ON THE PLANS 2 SIMILAR FOR OTHER DUCT SIZES 3 I NST,L DUCT MARKERS AT EN. OF DUCT BANK ON EACH SIDE OF PAVEMENT TYPICAL CONCRETE ENCASED CENTERLINE TRENCH SET BY STRING. LINE GUIDE DUCT BANK INSTALLATION P8-610 >01ASPH 88600BASE 13 D I BASE BID II R 62 SC,E NONE SAW CUTPAVE mm ',NA, ,qr Fr, PAVEMENT REMOVAL CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION ELECTRICAL DETAILS 11 ARROWS SH,L INDICATE Al I, N AND RE, R DUCTBURIEDSPLICE V CABLE RUN (ry8c80 BLEDIRECREQUIRBACKFILL SHALL BE A EMENTS �14 3". DETECTABLE WARNING TAPE NA, ELECTRIC LINE INACCORDANCE BELOWWTH L-110 SPECIFICATION /6 AWGONGs°mR°P; R 4FJ4., P�,6CGNGR E Tx -247 arieBACKFILL RETE ERA D D AROUND (TYPICAL) DUCTS IN BFIJYpFCTUMARKER MARKER NOTES Rghl CONDUIT 86168E 1 LEUERS SHALL BE 4" HIGH, 3"W DE, STROKE la' WIDE, IMPRESSED 1/4' DEEP LETTERS SHALL BE STENCILED 2. MARKERS SHALL BEd THICK MINIMUM AND PROJECT AFG MAXIMUM. ENCASED NOTES 3 MARKERS SH,L BE PAINTED AVIATION ORANGE 1 INSTALL 3/4" x 1 V COPPERCLAD GROUND RODS AT EACH 4 COST OF CONCRETE MARKERS IS INCIDENTAL TO THE ASSOCIATED FEN. OF DUCT OR CABLE END OF ELECTRICAL CONDUIT AND BOND COUNTERPOISES USING EXOTHERNIC WEL. 5 CABLE AND SPLICE MARKERS SH,L IDENTIFY THE CIRCUITS WHICH TH E CABLES BELONG TO 2 INSTALL CONDUIT SPACERS wn, LOCKING COLLARS AT 5' 6 EACH DUCT OF CONDUIT RUN SHALL BE MARKED APPROXIMATE, EVERY 200 FEET ALONGTHE DUCT OR 0 C SPACING INTERVALS I NST,L . REINFORCING BARS CONDUIT RUN, WTH AN ADDrTION, MARKER AT EACH CHANGE OF DIRECTION OF DUCT OR CONDUIT RUN MINIMUM 6" INTO SOIL TO ANCHOR THE ASSEMBLY PRIOR TO PLACING THE CONCRETE ENCASEMENT 7 EMPLOY THE FOLLOW NG METHODS WHERE A REDUCE LETTER SIZE TO 3"HIGH, Z' VIM= ADDITION, SPACE TO FIT THE LEGEND IS REQUIRED 1 -WAY CONCRETE ENCASED CONDUIT B INCREASE THE MARKER SIZE TO 30"X 30'. MAX C PROVIDE ADDITION, MARKERS PLACED SIDE BY SIDE SC,E NONE CONCRETE SLAB MARKERS 2362 Scut- NONE cm 00Oj007 %616451 STA NILE. STEEL BOLTS WrTH 0_F COMPOUND PUTS WTH GASKETER TO DRAIN AWAY FROM BASE ELOPE rzniezg; HAND SURVEYI. EE -503 PROJE T no. 161811 76 ,,c.a,(_ra ATINEW C. LI • G J SIGNED 12002816 P NEW SURVEY FLU. CAP 25 ,ISH STEELNT TOP, MO REINFORCEMENT IN ALL AROUND , PROVIDE BRONZE FINISHED GRADE WTH COMPACTED stil 6B AWN MARKER DYED IN _DIGIT,LY S1 = _ _ _� CEMENT WTH IB III III III III- • zI • a =III+ III=III=III=III EXISTING PAVEMENT as URVEY DEGREES (359 L -86,7D LIGHT BASE,16" DIAMETER x DEEP, WTH INTERN, 2 m FOR ALL CABLES WITHIN BASE GARVER AND ROUND ERNALGAING m LUGS O. CONCRETE, 6.",L AROUND SURVEY CAP DETAILP-61 ESTRA DEB UTILIZE 600CONNECTION FOR ENDINGUG E -58J SCALE NONE UTILIZE EXOTHERMIC WELD TO BOND JUMPER TO DEDICATED GTE GBASEG6# GROU ND 3755 S CAPITAL OF TEXAS HWY, SUITE 325 o AUSTIN. TX 78704, I I 1Si7 111-))) • CABLE(S) SNRVEYCAP NOTES : G AT BASE CAN EXTERNAL AND OAR PRIOR TO INSTALLATION OF NEW SURVEY CAP. GROUND WGAND�TO REBCRr PVC CONDUIT RE F-5]13 O. TRATION DEDICATED 3/6.8 16 COUPLING COPPERCLAD MAXIMUM GROUND ROD OFFSET 2a = SLIP -FITTER 3/4" DIAMETER 6 MINIMUM SELECT I NST,L 3. X 3. Fl LTER BLAN ET RUBBER GROMMET WEEP HOLE BACKFILL UNDER LIGHT BASE CAN, OVERLAP BUSHING AND END AS DIRECTED BY ENGINEER BELL(TYPICAL) JUNCTION BOX NOTES: RUNWAY OR TAXIWAY I INSTALL CABLE ID TAGS ON ,L LIGHTING CIRCU rr CABLES IN ALL BOXES 2 PROVIDE MINIMUM 3' SLACK CABLE FOR EACH CABLE ENTERING LIGHT BASE . CENTERLINE TRENCH SET THAT L-82.3 CONN ECTIONS CAN BE LIFTED OUT OF THE BASE ABOVE GRADE BY STRING LINE GUIDE 3 SH,L BE TO JUNCTION EXTERN, GROUND WG GRME SOIL (EQUIPOTEENNTIALISE METHOD LIIGGHTTNNG PROTECTION) SETTLING 4 STUBOUTS AND OTHER APPURTENANCES SHALL BE INCLUDED IN THEJUNCTION BACKFILL IN ACCORDANCE PAY ITEM W H SPECIFICATIONS STO COUNTERPOISE NOTES: DETECTABLEWARNINGTUB0 SHALL BE I' BEYOND JUNCTION BOX WALL AND I NCWDE A WATERTIGHT ARM GTPPE 5 CAUTION FACTORY PLUG COUNTERPOISEWTH 5 °B PA EOASHALL 8061808 APART M 6. nl ELECTRIC URIED BELOW'�COUNTERPOISENGTES BASE MOUNTED LIGHT BASE JUNCTION CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION ELECTRICAL DETAILS!!! CONDUCTORS2 CONNECT COUNTERPOISE GROUND RODSAND WITH GTH RMIG WELDS ONLY BOX INSTALLATION WITH COUNTERPOISE 3 GROUND RODS SH,L BE IVENVEOTIGOLLYFULL DEPTH PLUS 6.COVER MINIMUM a. LL BE INSTALLEDa MINIMUM TRENCH I 03 SCALE NONE 51,V L-624, TYPE TYPE "A' SHOWN ccABLE ABOVE THE CONDUIT MI CENTERLINE TRENCH SET BY STRING LINE GUIDE REPLACE SOIL AFTER SETTLING BACKFILL IN ACCORDANCE TH L-110 SPECIFICATIONS DETECTABLE WARNING TAPE TH LEGEND 'CAUTION ELECTRIC LINE BURIED BELOW"M MIN CENTERLINE TRENCH SET BY STRING LINE GUIDE REPLACE SOIL AFTER SETTLING BACKFILL IN ACCORDANCE TH L-1113. SPECIFICATIONS DETECTABLE WARNING TAPE TH LEGEND 'CAUTION ELECTRICLNE BURIED BELOW" MIN. SEE COUNTERPOISE NOTES SEE COUNTERPOISE NOTES BI -FL I ONE AND BASE MOUNTED �� rvPE"A" LAN. ONE CONDUIT CON2" SCHEDULE 40. PVC DUIT kV0-aaTV6C CABLE SE.1,- L- CABLE TWO AND FIXTURES AND CONDUIT TRENCH • S TYPE"B" L -824,C ONE CONDUIT OUIT TWO 5 kV TABLES L-824, TYPE CABLES DETAILS (CURRENT SYSTEM) E3o3 scgLE - NONE cnn PROJCc1 / 616651 STA N LESS STEEL WTH ANTI -SEIZE 43 STEEL REINFORCEMENT (zl x3 HOOPS sTEERL COMPACTED SOL ALLRAROUNDEMENT FINISHED GRADE tmTH Ma CHAMFER BOLTS COMPOUND 48 L-661 LIGHT EQUIPMENT N UMBERINHAND TROWEL FINISH AND CIRCUIT NN AND G TAG, SEE SLOPE FROM LIGHT 1II sOLI D BARES°, DRAWN FOR COUNTERPOISE DETAIL ON SHEET E-507 FOR DRAWN ER COPPER T�R O WELDED CONNECTION TERMNAATTEo3FREBAR 3' FRANGIBLE COUPLING, BASE COVER p i PLATE AND DISCONNECT PLUG LEGENDFR CONCRETE EXOTMIC ELDER CO NECTILN CONSUL T Mg ET E-504 88.01E T 60.01`61811 76 •@H� Y¢ a ocTALL 12/302 6 wW A=c EXOTHERMIC ° ° a 1-t3'-lII -}z. � z 2 ., IIIIII I III—I GARVER 43 HOOPS L EFx2TER ° BOND LIG, BASE R N, GROUND LUG TO AWG GREEN TYPE X HHW STRANDED COPPER WIRE PROVIDE ESLACK FOR UNOBSTRUCTED ACCESS REMOV, OF AND COVER L -667B LIG, 12' DIAMETER GROUND ERN ND PROVIDE 3 SLACK BLE FOR NS AND 'M.% 10' COPPERCLAD STEEL TRANSFORMER ABOVE GRADE COUNT ROT FOR COUNTERPOISE AWG BARE STRAN DED COPPER BONDING. JUMPER, ,ILIZE EXOTHERMIC46 DEDICATEDWELD TO BOND JUMPER TO °. ° AWG BARE SOI C ANICAL FR COUNTERPOISE,UTILIZEZE MECHANIC, CONNECTION o R BONDING TO BASE CAN EXTERNAL GROUND G' rEASE AVT o3755 5 CAPITAL OF TEXAS HWY, SUITE 325 76704NO GROUND ROD AND MECHANICALa kVs(6MI CABLE EWTH L-823 CONNECTORS, HEAT SHRINK, AND CABLE REBAC GCIUNMINc CONNECTIONS FOR BONDINGTO BASE 'I y)) c�''TcaeLE(sl CCAN EDAR NAL GROUND we AN D To P-610 CONCRETE, 6. ALL AROUND REGISTRATION F-5,3 8 PVC CONDUIT �� 1 \ L 830 TRANSFORMER GROUND R00 NOTES: COUPLING (TYPICAL) 1 T 3/4" DIAMETER WEEP HOLE FOR COUNTERPOISE AND AS SHOWN ON LAYOUT PLAN SHEETS GROUNDING THE I NST,L 3 X 3' FILTER BLANKET SLIP FITTER ET UNDER RECTETBAENGINEER aP BUSHING AND END BELLLcmPCAL) AS GROUND ROD CONNECTION SECTION VIEW SCALE NONE BASE MOUNTED LIGHT FIXTURE NOTES. : AWG BARE SOLID COPPER TO 1 INSTALL FIXTURE SO NUMBERING TAG FACES COUNTERPOISE PAVEMENT PAVEME, EDGE SIDE OF FIXTURE 2 I NST,L NEW L-623 CONNECTOR KITS W TH HEAT INSTALL L-623 CONNECTOR, cS AND RE RECEPTACLE AND PLUG ENDS GUIDANCE Scrvs. Acs AT ULuHT REINFORCEMENT 3BOX EXTERN, GROUND LUG(ECU TO JUNCTIION E - RUBBERTI, L-623 CONNECTOR / CABLE ONE LAYER OF RUBBER OR SYNTHETIC METHOD LIGHTNING PROTECTION).JOINTS, EXTENDING AT T TAPE, AND ONE LAYER OF PLASTIC TAPE, 43 STEEL REBAR SITE ON EACH SIDE OF JOI NT AFTER OF THE SEE SPECIFICATIONS FOR 4THE EXISTING BOX CULVERT AT LOCATION SHOWN THE CONDUIT DRAIN SYSTEM SH,L CONNECT TO G sHRwaNG, TYPICAL z(rYP INSTALLATION DETAILSLezaccnBLE CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION ELECTRICAL DETAILS IV FLOW AWAY FROM THE ELECTRICAL CONDUIT SYSTEM, WTH A MINIMUM 2 PERCENT SLOPE UNLESS • Y\\l\� Y INSTALL CABLE: CONNECTOR NOTESCONDUIT ORAN SYSTEM SH,L BE SUBSI DIARY TO THE ELEVATED TAXIWAY EDGE LIGHT PAY ITEM. . AWG BARE STRAN DED COPPER BONDING JUMPER TO REBAR AND TO GROUND ROD ROUND BASE CONDUIT WITH CABLE(S)TAG 12' F ROM L-623 1 I N -LIN E CONN ECTIONS OR SPLICES OF UNDERGROUND CABLES WITH I N MANHOLES, CONNECTOR HANDH. ,IR OTHER ACCESSIBLE LOCATIONS SHALL BE MADE USING (YrH CONNECTOR KITS CONNECTOR) 2 PROVIDE CABLE IN CONTINUOUS LENGTHS FOR HOME RUNS OR OTHER LONG CABLE ROUND ENGTH RUNS WTHOUT CONNECTIONS, UNLESS AUTHORIZED IN WRITING BY THE ENGINEER OR ENCASEMENT SHOWN ON THE PLANS 3 INST,L 2 -PIECE HEAT SHRINK KIT ON PRIMARY CABLE CONN ECTORS 4 DO NOT IN ST,L HEAT SHRIN K ON SECON DARY CABLE CONNECTORS OF THE ISOLATION TRANSFORMERS 5 AS AN OPTION, THE CONTRACTOR MAY UTILIZE EJHANCED FAA CERTIFI ED L-623 CONNECTOR KITS, SUCH ASTHEAMERACE 54 SUPER KIT, OR AN APPROVED EQU, THESE KITS DO NOT REQUIRE TAR NG OR HEAT SHRINKING THESE KTS SHALL BE INST,LED IN ACCORDANCE WITH THE MANUFACTURERS INSTALLATION PLAN VIEW REQUIREMENTS NOTE THAT THE MIX ING OF CONNECTOR PUS IS UNACCEPTABLE THE CONTRACTOR SHALL CLEAR, LIST AND SUBMIT TH E CONN ECTOR KITS HE PROPOSES BASE MOUNTED LIGHT INSTALLATIONAL PRIOR TO ANY FIELD CONSTRUCTION TYPE DURING CONSTRUCTION UNLESS SC,E NONE OTHERWSE NOTED BY THE ENGINEER L-823 CONNECTOR INSTALLATION FOR CAN AND CONDUIT SYSTEM SC,E NONE cm 0001001 %616451 3l8"-,6TYPE 366(,e-8) GTAINLESG STEEL BOLTS (ASTM IN -PAVEMENT NOTES: consECi E-505 1,1E T no.161811 76 _______ zae DIGIT,LY SIGNED 12/300016 LOW PROFILE L -851T LED IN -PAVEMENT LIGHT FIXTURE MN CASKET, TVPE AND LENS COLOR. AS SHOWN ON PLAN Fsssq AND sraNLEsssrEa 2 -PART LOCM NG ,_ INSTULNEW L-aza CONNECTOR KITS WITH HEAT SHRINK AND CABLE rats arms LIGHTS SEALANT PER MFR TONS IN TH ENA murvo(LacrREK NL 3/8 MAalrvE CONNECT THE FIXTURE SH,L MATCH cRADNTIsezMPo z ATTACH AND CONNECT COU NTERPOISE SYSTEM AND GROUND RODS USING EXOTHERMIC WE_DS ONLY COUNTERPOISE TO THERmAR CAGE AROUND THE FIXTURE RASE OR FLEXIBLE PAVEMENT . BOND THE FINISHED PAVEMENT ELEVATION FLANGE RING WITH PAVEMENT D - DAM S - ACCORDANCE6RrH FAA GUIDELINES AND MEET FAA REQUI REMENTS AND SET THE BEARING, LIGHT BASE 24" DEEP WTH IINTERNN, AND MANUFACTURER'S RECOMMENDATIONS FOR ACOMPLETE wST,LATONFIXTURE TOP . ALIGNMENT SU FATCCE CHEC.NGHE LIGHT 1 oNGITUDIROM N, Ex yCALCULATIONS vFOR RENEW AND APPROV, PRIOR TO STARTING WORK MINIMUM BOLT TORQUE oaou BE WEEKS AFTER INSTULATION, COORDINATE RUNWAY CLOSURE Two CHECKTTURE PRISMS fi6 AWG BARE SOLID COPPER COUNTERPOISE, ATTACH TO LIGHT BASE IXTERNAL GROUND FIXTURES. LS Hoofs STEEL REINFORCEMENT (z1nS TO BOTH THE REBAR CAGE D ND TO TRATE ENTATION OR TO PAM DEMLOCATION, ON, AND P�, LAR¢DND R¢DDSINGEN¢THERMGWELDS ¢NLY LE ACH AB PA E6.M EXISTING iINN, FOR PROV�rMINs 3'SLAC C BANDGR MG INcuc04 BOND LIG, FIXTU RE TO LIGHT BASE INTERNAL GROUND LUG USI NG 1/6 AWG r ExnnwsrRANDmcoPPER wIRE 'e ALL MEASUREMENTS FIxruRESlN accoaH FAA acMAN 325755 S CAPITAL OF EXTERNAL GROUND LUG WITH MECHANICAL CONNECTION FOR GALVANIZED BASE OR WRH rv� .11PROVIDE ITAKE NsrA¢uIREMEnar°uIREDrolNsruLNEw 3' SLACK CABLE FOR LIFTING INSTALL NEW L-868 LOAD BLAN K COVERS TO ON H TPnRECSE 10 UTI LIZ= A 9CALIDON ECTRNITO ORQU�GLERIORRENHATHAESULLE SO THAT TT RE F -n13 0. 11111h4 c*. 0 ROMMEFE RODEGS 3 PVCCRNDUENNTHMENT HEAT S4RINKANDGADLETAGsrrYRGALi Imo=- —=` WHEN REMOVING OR I NST,LI NG BOLTS 2. 10 NEVER USE IMPaCA BEVEL SPACER 00001AWRENCHESA-DENES>-PIEGESPACER RI G0003EREQUIRmroPROPERLYINGTALLFIxTDREsoN = DEDICATED 314" X 10' `� COPPERCLAD GROUND Roo LWIIIM POWER L -824(C) CABLE(S) LIGHT BASES WTH EXOTHERMIC WELD F MIN MUM SELECT BACKFILL 13 TO PRESERVE THE LIGHT BASE I NTEGRIN AND PROPERBOLT TORQUE, BE STACKED TOGETHER TO BRING LIGHT FIXTURES TO rO %6EAMAXIMUM OF(3)TT REE SPACER RINGS MAY INSTALL 3' X 7 FILTER BLANKET UNDER LIGHT BASE CAN , OVERLAP AS DIRECTED BY ENGINEER L-830 TRANSFORMER BEVEL RINGS, FLANGE RINGS, AND SPACER RINGS AND L 823 CONNECTORS 14 THE CONTRACTOR SHALL BE RESPONSI BLE TO MEASU RE AN D DETERMI NE TH E REQUI RED TH IC. E. OF EACH SECTION VIEW INDIVIDUAL SPACER RING REQUIRED TO PUT THE FIXTURE AT TH E CORRECT ELEVATION, AZIMUTH, AND ROTATION PER FAA ADVISORY CIRCU LARS 15 I F I N -PAVEMENT FIXTURE ASSEMBLY OR FAILED PHOTOMETRIC TEST IN DICATE AN INCORRECT ELEVATION OR . AWG BARE SOLID COPPER TO ORIENTATION, THE CONTRACTOR SH,L EXPEDITIOUS, OBTAIN THE CORRECT SPACER RINGS TO CORRECT THE COUNTERPOISE ON PAVEMENT PROBLEM IMMEDIATELY TO THE SATISFACTION OF THE ENGINEER, WHICH WILL I NCLU DE A SECOND PHOTOMETRIC SIDE OF FIXTURE TEST ALL SUCH WORK AND ADDITIONAL TESTING SH,L BE PERFORMED BY THE CONTRACTOR AT NO ADDITION, COST TO THE OWNER 16 CORING AND ANY REPAIR OF EXISTING PAVEMENT SH,L BE CONSIDERED SUBSIDIARY TO THE IN -PAVEMENT TAXIWAY E.E LIG, PAY ITEM 1 ENCASEMENT ENCIRCLING THE LIGHT CONDUIT WITH c4,646(s) INSTALL MARKER SUCH THAT IT CAN READ FROM PAVEMENT s DIA CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION ELECTRICAL DETAILS V O • D � ROUND ENCASEMENT = MAR., NOTESROUND T4 0� " '�/ ID NUMBER (TYPICAL) . AWG BARE STRANDED COPPER BONDING JUMPER TO 1 3" DIAMETER FLAT CONCRETE BRONZE MARKER, LETTERS 1/2" HIGH, REBAR AND TO GROUND ROD RECESS MOUNTED FLUSH WTH TOP OF PAVEMENT EPDXY IN PLACE BASE PLAN VIEW 2 MARKERS SHALL BE INSTALLED SE,. ENTI,LY ALONG THE PATH OF THE TAXIWAY CIRCUIT INTHEORDER THAT THE INPAVEMENT TAXIWAY LIGHT INSTALLED IN ACCESS ROAD CONNECTEDERIESGIRGDIT BLE IS 3 I N-PAVEME, LIGHT FIXTURES ON THE SAME CIRCUIT SHALL BE NUMBERED SC,E NONE IN THE SAME SEQUENTIAL FASHION WTH THE ELEVATED E.E LIGHTS AN D SIGNS 4 CONTRACTOR SHALL NOTE AND RECORD THE NOMENCLATURE OF THE EXISTING E.E LIG, MARKERS PRIOR TO ANY REMOVAL OR ADJUSTMENT WORK 5 NEW E.E LIGHT IDENTIFICATION MARKERS SHALL MATCH NAMING CONVENTION OF EXISTING MARKERS 6 COST OF IDE,IFICATION MARKER SHALL BE CONSIDERED SUBSIDIARY TO LIGHT FIXTURE PAY ITEM BRONZE EDGE LIGHT IDENTIFICATION MARKER E 665 SCALE NONE CTV PPOJCCT /E16451 LID PPER TO P6 AWO BARE COUNTERPOISEION DE OF FIXTURE EDGE OF ROAD BASE PLATE LIGHT FIXTURE • IN -PAVEMENT NOTES SHEET E-506 880067 60.16181176 Arnim c. LE Z. , M �y�"'/i. DIGITALLY SIGNED 12/300016 GARVER 3755 S CAPITAL OF . TEXAS HWY, SUITE 325 AUSTIN, TX 78704 RNDING3uMPO R TO REB AR AND TO GROUND ROD ROUND BASE PLAN CONDUIT WITH CABLEISI 1 INSTALL NEW L-823 CONNECTOR KITSNATH HEAT SHRINK MD CABLE TAGS AT ALL LIGHTS 2 AnACH AND CONNECT COUNTERPOISESYSTEM AND GROUND RODS USINGEXOTHERMIC WELDS ONLY CONNECTTHECOUNTERPOISE TO EACH ME1-AL BASECAN INSTALLED UNDER RIGID OR ROUND ENCASEMENT FLEXIBLE PAVEMENT BOND THECOUNTERPOISE TO THE REBAR CAGE AROUND THEFIXTURE BASE INSTALL IN -PAVEMENT LIGHT FIXTURES MATH NEW APPURTENANCESIN ACCORDANCENKTH FAA 3 GUIDELINES AND MANUFACTURERSRECOMMENDATIONS FOR A COMPLETE INSTALLATION. y SUBMF FIXTURE AND ACCESSORIES INSTALLATION METHOD SHOP DRANANGSNATH BOLT TORQUE CALCULATIONS FOR REVIEW AND APPROV, PRIOR TO STARTING WORK MINIMUM BOLT TORQUE VIEW SHALL BE 500 IN-LB*10 IN -LBS TWO WEEKS AFTER INSTALLATION, COORDINATE RUNWAY CLOSURE REGISTRATION NO F-5,3 LOW PROFILE L -852T LED IN -PAVEMENT LIGHT FIXTURE WITH GASKET, TYPE AND LENS COLOR AS SHOWN ON PLAN SEALANT PER OFINSTRUCTIONS FIXTURE IX URESHALL ALLMTICH FINISHED . MEET FAA REQUIREMENTS AND SET THE BEVELRING WT.AND SPACER RINGS, sIZEDTFIXTURE TOP EDGE 20" TO -1/16" FROM THE PAVEMENTSURFACE,LONGITUDINAL WITH ,C CHECKING z8 HOOPS MENT ROADEDGE OF ACCE AND CHECK TORQUE ON ,L FIXTURES 5 DEMONSTRATE PROPER INSTALLATION LOCATION, ELEVATION, AND ORIENTATION PRIOR TO PAW. WORK 304(10.8) STAINLESS STEEL BOLTS (ASTM 883C^AND ESTAINLESS STEEL 2 -PART LOCKING 6 PROVIDE MINIMUM 3' SLACK CABLE FOR EACH CABLE AND GROUNDING. JUMPER ENTERING LIGHT Rs (NORD-LOCK NL 3/855 TYPE) CONNECTIONS MD ISOLATION TRANSFORMER CAN BE LIFTED OUT OF THE WITH ANTI -SEIZE COMPOUND(LOCTITE LB 8023 MARINE BASE MOVE GRADE GRADE ANTI-5E12EI 7. UTIL¢EONLV IXOTHERMIC WELDS BFIOW GRADE FLANGE RINGWITH NT CLASS EA LUGS STEEL LOAD e_AND MANUFACTURER wsTuunON REQUIREMENTS ALL WORK SHALL BEroTHE SAnsFACNON BEARING LIGHT BASE 24'DEEPEwITH INTERNAL AND NTS REQUIRED TO INSTALL NEW FIXTURES IN ACCORDANCE NATH FAA AC OF THE ENGINEER EXTERNAL GROUND L GS ANTI -ROTATION FINS NEN/ L-868LOM BEARING METAL BLANK COVERS TO PROTECT CAN AND INTERIOR DURING 9 CONSTRUCTION SLOPE TO DRAN AWAY FaOMUGHr (21 CONCRETE, 6" ALL AROUND 31,CHAMFER FOR CONCREf 5 10 UTILIZE A DIGIT, ELECTRONIC TORQUE -ANGLE WRENCH THAT,. VISUAL AND AUDIBLE GE Bolrs ENCASEMENT H WARNINGS . THAT PRECISETORQUE AND ROTATION ANGLE CAN BE IN ASTAR PATTERN. PROVDE WRENCH CALIBRATION CERTIFICATE TO ENGINEER PRIOR TO WORKFINISHED . CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION ELECTRICAL DETAILS VI EXISTING PAVEMENT COMPACTED SOIL 111 1=111=111=111=1 ,,. NEVER USE IMPMrWRENCHES / DRILLS WHEN RENovINcoRlNsrnuINGl�msroa°uE --_ ---- ND LIGHT FIXTURE TO LIGHT BASE INTERNAL GROUND LUG USING. AWG R WIRE GREEN TYPE tHMVSTRANDED COG L2 -PIECE SPACER RING MAY BE REQUIRED TO PROPERLY 12 A BEVEL SPACER RING. STALL FIXTURESON LIGHT BASES AWG BARESOLID COPFER COUNTERPOISE, WITH MecHnn'ICAL EXTEREala��oacuvMlzED BASE OR WITH E EXOTCONNnLUG AnACH TO LIGHT BASE IXTERNAL GROUND USING MECHANIC, CONN ECTION AND , OF(3TTHREE TO BOTH THE REBAR CAGE AND TO SPACER RINGS MAY BE STACKED TOGETHER TO BRING LIGHT FIXTURES TO THE ROD USING EXOTHERMIC WELDS ONLY GROUND ELEVATION. THIS MAXIMUM LIMIT INCW DES BEVEL RINGS, FLANGE RINGS, AND SPACER RINGS. COPPER60880080 GROUND 5 kV E WIrH L0s3 CONNECTORS, 1 �� 4 THE CONTRACTOR SHALL BE RESPONSIBLE TO MEASURE AND DETERMINE THE REQUIRED ' ' ELEVATION, OFEACAZIMUTH, AND ROTADUAL PACERON FAA MVIUI RDTO PL THEFIXTURE AT THE CORRECT COUPLING (TYPICAL) RS NEAT S°w�K;MDDAe ETAGBL YRIQ 1 �� I 1IF IN -PAVEMENT FIXTURE ASSEMBLY OR PALED PHOTOMETRIC TEST INDICATE AN INCORRECT CONDUIT WITH ELEVATION OR ORIENTATION, THECONTRACTOR SHALL EX PEORIOUSLY OBTAIN THECORRECT 3" CONCRETE ENCASEMENT - DEDICATED 3,,- X10' A a <0SPACER RINGS TOCORRECT THE PROBLEM IMMEDIATELY TO THESATISFACTION OFTHE R RGVIDE3SSACKCABLEFORABE(s) ENGNEESHALLSEPENmCMDEASECQONTRAQMETRICOSTALLSUCHWOKANDAWNS COPPERCLAD GROUND ROD LIFTING CONNECTIONS AND wITHEX,rrgRM��xEF,LTEReLANKET UNDER LLL IGHT BASE CAN OVER AP AS DIRECTED BY ENGINEER SECTION VIEW RANBFQRLEGR DE16 THE coNoun- DRAIN SYSTEM SHALL CONNECT TO THEE% ISTING BOX CULVERT CONDUR DRAN SLIP-FITTERELECTRIC, GROMMET M 2 PERCENT SLOPE UNLESS OTHFAIMSE DIRECTED OR APPROVED. BY THE ENGINEER 6" MINIMUM SELECT BACKFILL 7 INSTALL FLUSH -MOUNTED BRONZE IDENTIFICATION MARKER IN THECONCRETE ENCASEMENT PENCIRCLING AVEMENT 'L-230 TRANSFORMER FLIGHT FIXTURE INSTALL MARKER SUCH THAT RICAN READ FROM TAXIWAY .AND L.823 CONNECTORS TAXIWAY LIGHT INSTALLED ON EDGE OF ACCESS ROAD OINPAVEMENT SCALE NONE cm PROJE 7 / 616457 ET E-507 N0.16181176 ________ <`zae DIGITALLY SIGNED 12/3 °0°16 3/16 HOLE DIAMETER CENTERLINE PAVEMENT OF TAXIWAY • , T4 DEFINED PAVEMENT EDGE = GARVER SIZE I/6 AWG BARE SOLID COPPER CONCRETE BONDING JUMPER ,ILIZE ENCASEMENT EXOTHERMIC WELD TO BOND JUMPER : CABLE TAG NOTESCONNECTION TO COUNTERPOISE AND MECHANICAL FOR BONDING TO BASE CAN EXT L-867 LIGHT BASE 3/4.X IV 6 COPPERCIAD ALL CABLESSH., BE IDENTIFIED INSTALL CABLE TAGS IN ALL �-ACCESSIBLE LOCATIONS INCLUDING JUNCTION BOXES PULL BOXES MANHOLES HANDHOLES AND LIGHT BASES3755 a 2 INSTALL CABLE CONNECTORS IFNO OR S CAPITAL OF. . TEXAS HWY SUITE 325 STEEL GROUND RODS EXOTHERMIC MAXIMUM wEeDsorvo� L -est EDGE LIGHT APART c0 CONNECTORS CABLE ENTRANCE VI12' DUCT CONDUincAe�Ernc INSTALLED IN SAME TRENCH ABOVE CONDUIT. TH12ABLE DUCT OR CONDUIT SROUTED AROUND FIXTUFZES ON PAVEMENT H1z SEPARATION FROM FIXTURE B CABLE IDENTIFICATION TAGS SHALL BE MADE FROM A NON -CORROSIVE STAINLESS STEEL OR BRASS MATERIAL WITH THE CIRCUIT AND / OR REGISTRATION IDE SE LOOP IDE,IFICATION NUMBER STAMPED OR ETCHED ONTO THETA° BLE TAGS SHALL BE DETERMINED DURING zc scHmuLEao PVC CONDUIT CONSTRUCTION AND COORDINATED WTH THE OWNER AND OAR. a TAGSSHALL BE CIRCULAR IN SHAPE z- INCH MINIMUM DIAMETER AND 20 GAUGE NON CORROSIVE STAINLESS STEEL OR BRASS MATERIAL .6 AWG BARE SOLID = TO HE CABLEUSING WEATHER AND ULTRAVOLET COPPER COUNTERPOISE DERESISTANT ROD 1I6 ANGEARE STRANDED COPPER BONDING 6 NYLON TA - JUMPER UTILIZE IXOTHERMIC WELD TO BOND JUMPER TO ROD AND MECHANICAL CONNECTION TAG XT SHALL BE COORDINATED WTH THE Ea TION INSTALLED OPPOBTESIDE FROM PAVEMENT R 6 AND THE ENGIN PICAING LCABLERTO THE TAGWORKCOUNTERPOISE ROD aFROM SIGN OND�}1 BONDING TO BASE CAN EXTERNAL GROUND TY BASE GROUND LUG • GUIDANCED7 BALE NONE COUNTERFOISE SIGN FROM NEAREST EDGE LIGHT TO DEDICATED 314 X10� GROUND aGDA�H#6 AWG COPPER UN OUT NOTES �6GDIDANGEBG = ooCOPPERCLAD TeaSIGN � AS NEEDED CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION ELECTRICAL DETAILS VII TOR KITS WTH HEAT SHRINK 1 INSTALL NEW L 623 ABLE TAGS AT ALL LIGHTS AND SYSTEM ROUNUSING EXOTHERMIC WEIOB ONLY GUIDANCE SIGNS GINGROUND NTORONNECT 4 BLACK TE, LIGHT TAG NOTES: ENOMBERNGTNG/WBE 3. INSTALL FIXACH D SET SCREWDAGCR T EDGE INST., sECABLE a °rMOUNTED rMSIGN oRENEWRa°a°a°oWORK1 I lo Nolo Roo s 6 BPROVIDE MINIMUM 3' ELIFDEDODTOFTHSLACKE BASE ABLEFOOVE REACUTILIZE ONLY IXOTHERMIC WEL. BELOW ABLE ENTERING LIGHTBASE.THATL623CONNECTIONSANDISOLATGNTRANSFORMERCANDE T EXACT LOC,ION LAYO, OF EACH LIGHT AND OR N INSTALLATION FOR APPROVAL ON ,° COU ER��ESHALLEBE.RR� OTHEGROLIoN� EXTERNALGRO EXOTHERMIC LIGHTFIXTURESIGN 2 COORDINATE EXACT LIGHT BASE AND CONDUIT DR..", NING LOC,IONS 'NTH ENGINEER PRIOR TO WORK INSTALL EASES WTH RED CANS WTHDRAINABLE AGGREGATE AWAYPAVEMENT EGA E°M�NIINCLUDING. UM 6 BE OWGRADE SEALAYowIP�WSI OREXACTB ONOPEN SREQUIRED EDGE LIGHT AND GUIDANCE SIGN LAYOUT PLAN 8 o =__= , ATTACHED INSTALL FIXTURE SO NUMBERING TAG FACES PAVEMENT E.E NUMBERING TAG SHALL BE NON CORROSIVE METALTYPE METAL BEAS OR STAINLESS RGSBA XTO REQUIRED L STRAPS ORIGINATE AT THE FIRST UIEaDIPM�UMBERIaGSHALLENTIALLY ALONG THE PATH OFE ORDER THAT THE SERIES GRIT LEAVES THE A RFIELD ELECTRICAL VAULT FIXTUREGUIDANCE S ETC ALL THE SAME SHALL REDITITY OFp aEoaoaM FASHION BG GRIT s CIRCUIBE NUMBERED OTA GaV VERTICAL T�ORIENTATION ABREQUIRED B 0 6 PROVIDE EQUIPMENT 7 INBTALaTION BERINGWTHENGINEERANDOWNERPRIORTO 07SCALE NONE AIRFIELD EQUIPMENT NUMBERING TAG SCALE NONE i, cmPROJE %E16451 SIGN NOTES SHEET E-508 PHOJE T no. 161811 76 DISTANCE FROM SIGN REFERENCE POINT TO FULL STRENGTH PAVEMENT EDGE 1 INSTALL RECOMMENDATIONS WITH TH FPA GU IDEU NES AND MANUFACTURER'S a` ATINEW C. LI DIGITALLY SIGNED 12/300016 TraTrg 2 INSTALL NEW L-823 CONNECTOR KITS NA TH HEAT SHINK AND ABLE TAGS CATION AND /4 RPORT ALL LIGHTS ANGUIDANCE SIGNS RSHOP DRAWINGS FORnr 05CIRCUIT 8 REw, CAN INSTALLATION ETAL FOR FEND REQUIREMENTS . SUBMIT AND AN SEE DTETHERS 3 NDBASE PROVAL BTMTNGwO K EXPHa1r0P, - LOCATION, ELEVATION, AND STAN LESS STEEL BOLTS WRH ANTI -SEIZE COMPOUN D a DEMONSTRATEOR TO RK L 867B LIG, BASE, 12.' DIAMETER X 24" NA TH EXP INTERNAL ANDEITERNALGROUNDLUGS,3/8 THICK - CARVER ANCH ANCHOR AMFER ALLAHA SHALLBEB NDmTnuGHTBASE EXTERNALGROUND LUG a81 ABOVE SURFACE s (POTENTIALMETHOD LIGHTNING PROTECTION) PEr��� WITH I 'z STEEL BASE INSTALL ED EQUIPMENT SAFETY GROUND ROD WITH EXOTHERMC RQDND°' GLAD LDA EACH SIGN FINI�EDGRADEITTHGQMPAGTmGQIL WEE _ :_ I �,.•`"Na DTILIZ= ONLY MxorHERMc WELDS BELOWGRADE SEE DEDICATED 314 R10" COPPERCLAD CONCRETE P OVID= 3' SLACK CABLE FOR LIF, CONNECTIONS AND e PROVIDE MINIMUM 3' SLACK CABLE FOR EACH LE ENTERING LIGHT BASE TRANSFORMERS ABOVE GRADE SO THAT -sz3 coNNEcnoNsc04 BE LIFTED ouroFTHEBASE ABOVE 3755 S CAPITAL OF R UITE 325 8704 DETAILFORR (TYPICAL) 00 L 823 CONNECTORS NATH HEAT SHRINK AND CABLE TAGS GRADE CONCRETECOUPLINGS CONNECTIONaouNDc70 P-618 SURFACE FOR D 2" PVC WITH RSET Alin� 3oTRANSFORMER zd s PROVIDE TETHER FOR ALL SIGNS U SING 3/16" STAIN LE. STEEL AIRCRAFT CABLE AND STA NLESS STEEL DWARE PROM DE SINGLE MODULE SIGNS X66 AWG BARE SOLI D COPPER NA TH ON E Ea. PROVIDE MULrIaEMODULE eGO 42 HaTETHER AT REGISTRATION F -n13 EXTENSIONnsED '� , !. TO BOTH ENDS NCNID116 CONCRETE 8N0 EXTERNALRODAN we 0 TETHERS AND GROUND BONDING CONDUCTOR SHALL BE SUFFICIENT LENGTH '� 3/a -n V COPPERCUD STEEL GROUND ' . AWG BARE STRAN DED COPPER CONDUCTOR, UTILIZE EXOTHERMIC WELD TO BOND TO DEDICATED GROUND ROD AND GMECHANICAL ROUND 6" MINIMUM SELECT 3/a DIAMETER WEEP HOLE �LL zwc CONDUIT BONDING TO a TERN, LUG ANDTO REBAR BELOW LIGHT BASE cI�I INSTALL 310. Fl SLIP-FITT R RUBBER UNDER BASE CAN, GROMMET OMMETBUHINGAND END DIRECTED BY ENGINEERBEL 1 BASE MOUNTED SIGN za FROM SIGN BASE WELD. MINIruM PROVIDE DRAINncE AWAY FaoMscN�°PsovEaN ANDTO ALLOW THE FRANGI BLE COUPLI NOS TO OPERATE RCRADE sOPERLY o Do POWER CABLDISCONNECT IF THE SIGN LS TER BLANKET OVERLAP As INSTALLATION SCALE NONE LEGEND: CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION ELECTRICAL DETAILS VIII NEW GUIDANCE SIGN INDEX SIGN SIDE 1 SIDE2 SIZE STYLE CLASS MODE CIRCUIT NOTES AIRPORTIDENTIFICATION MANUFACTURER/ a L850R MANDATORY INSTRUCTION BOUNDARY No. a a NUMBER MODEL LEGEND EK K3+G. INDEX NOTES TYPE L o°uLES REQUIRED FOR THE LEGEND + MIL CHARACTERS AND MESSAGE INDICATED. TYPE z IT SUBMITTALS / SHOP DRAW N. FOR ALL LEGEND MIL SIGNS THAT Iuaa(srEjrE CONSTRUCTION RE¢uIREMENs LISTED IN AC 150/5345LAT EDITION) 3 z z z z ra T1516 WMACDRVE LEDTYPE 3 TAXIWAY GUIDANCE SIGNS PERPENDICULAR DISTANCE FROM DEFINED. KQ. G� Sas TAXIWAY EDGE TO NEAR SI DE OF SIGN SHALL BE z, FEET FOR SIZE Z SIGNS. aLEGEND L L z z z z Ta Ta -s,/ LUMPCDRVE LED 4 REPLACE ALL SIGN PANELS TO UPDATE TH E ENTIRE MFSSRCE ELEMENT LEGENDTYPE COORDINATE NEW PANELS WITH ORIGINAL SIGN MANUFACTURER TYPE R WMDR LED 5 COORDINATE W TH OWNER AND OAR FOR NEW ARPORT IDENTIFICATION LEGEND MI L NUMBER 6 TYPE 6 INSTALL OWNER FURNISHED SIGN ON NEW FOUNDATION RELOCATED SIGN NEW GUIDANCE SIGN INDEX ? SIGN PANEL SHALL BE BLAK SCALE NONE cm' PROLE 6I %6 16451 OUTLINE OF 24 DEEP CONCRETE ENCASEMENT OF CAN 2 PVC To AND LEG To SIGNA Try TDISTANCE EDGE DISTANCE J M TO NEA EDGE OF SIGN R CONSULT!, SHEET E-509 "0.161811]6 LI 2. ,Rli DIGITALLY SIGNED 12008610 LENGTH VARIES. ,2 2 2 7 gTax way , -' -la ° � "I ° ° ° '- el + 4 1 - - .j- Ia6EB P T.oR PC. OF PAVEMENT EDGE RADIUS (TYPICAL) = GARNER .� .- - - 1- _ _ 1 -1_ 1 _ ' STANCE TO NEAR _ of EDGE OF SIGN NOTES: -4 4 - -1_---a�-3 1 CEN4INE ., __ ee--:I� -443-44-44 1 - - I- - - 1- - -1- -I a �T�_ - }a FOR DISTA0 OFFSET 63755 z ALL MEASUREMENTS S CAPITAL OF .b TExns Hvw SUITE Bz6 AUSTIN Tx 09066 °.1 ° I 1 1 1 1 I. ', 4 I.° ° ° I° . <1 a . I , + .-° T °+ a 1 °- + + a s �' SIGN SHALL BE FROM THES REFERENCE PONT. RT F -6„B GISTRATION 0 FOR SIZE AND LAYOUT SECTION L 85 OUTLINE SIGN BASE PLAN CASIPCNaAND T(T�LI'i�STUB OUTS WATERT' 06 E NONE GUIDANCE SIGN LOCATION SCALE NONE PROVI` GTOPGIGN CAP MUTCD COMPLIANT STOP oSIGNGAGERIALOM 6 f L-aOBGUIDANCESIGN ,a A STOP6�G�LETF�IEpIG CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION ELECTRICAL DETAILS IX 1/4 PER E56 HOLE �1 BACKGROUND ASLOPE TO DRAIN WAYFROMSIGN BOTH SIDES DO NOT PROCEED \ 3/4 6 X 6 NO 6 WELDED WIRE MESH `�"`a MUM3 BEYOND THIS POINT WITHOUT _ ER ALL AROUND TEc E TWO RADIO STOP SIGN a DAD DRAINAGE GN BASE T,%SLOPE � E RB 121 s D9 NONE _ BASE SHALL BE M 13 THICK AT EDGE P 610 CONCRETE IPIPIONIPLIANT SLIP M6R GROMMET W �2a-\=STCD Ii c' AND FOUNDATION CAP OR PLUG (TYPICAL) °rte DE ® oP TOD N ,-...-4- ,00 o Eos T SCHEDULE 66 WC WATER TIGHT j END BELL %jYjYj t BD EYOND THIS PONT WTHOUT TWO- 1 .—SIGN LEUERI NG IS BLACK ON WHITE fFLECTIVE mPCAL1 INSTALL 3 X3 FILTER BLANKET CONCRETE UNDER BASE CAN OVERLAP AS COMMUNICATION BACKGROUND 6 DEEP SELECT BACKFILL DIRECTED BYENGINEER R9WHi�Y,6 sFEO ,z,M WEEP SauAaE STOP SIGN AND INSTRUCTION } INSTRUCTION SIGN SIGN BASE SECTION A -A SIGN INSTALLATION 68666 SCALE NONE SCALE NONE SCALE NONE 107 PROLE /E16451 CROSS SECTIONS DEPICTS BASE BID II PAVEMENT SECTION TH E GRADING CONFIGURATION AS „TWK—x1 egad[ , no. 161611 76 JOS FO 42 ALLY SIGNED WELL AS TH E ICAL AND HORIZONTAL AREGEOMETRI ES owTCALFOR BASE BID AND BASE 9D II ono ' w w ow wu, o 004 O4 ' d 18,4a.0o �a12/300016 GARVER 4D OD 35 00 — — — — 35 OD 3755 S CAPITAL OF . TEXAS HWY, SUITE 325 AUSTIN, TX 767D4 TAXIWAY .L0 STA 103 i00. GO REGISTRATION NO = 50 OD �, w 50 DO 45 OD 4440 19% wo w ---.- \ 4540 4040 35 OD 35 DD CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION TAXIh;'AY K CROSS SECTIONS I 50 GO o 5D DD 4540 6000Ill LI' a o 2.'( !% o -.- O 54 45110 4000 35 DO 35 00 TAXIWAY NOLO STA 104.4040 cnv PROBE, gE 16451 CT,NK-X2 vROJC/ no. 16181176 CROSS SECTIONS DEPICTS BASE BID II PAVEMENTSECTION *1t JOS FO DIGITALLYSIGNEDw 12/30¢016 5000 B 6 5000 TH E GRADING CONFIGURATION AS WELL AS TH E VERTICAL AND HORIZONTAL GEOMETRI ES BASE BID RE IDENTICAL FOR BASE BID AND uooLU L:-6 w j7,°,1.,- 00, a0% 003% PROPOSE 00 HEPOWPLL a0_ ---6000 - GARVER 35 OD _ as Yo ------ 35 0 -150 120 -90 0 30 TAXIWAY STA 104.000 0 30 .L0 60 00 120 150 3755 S CAPITAL OF o TEXAS HWY, SUITE 325 AUSTIN, TX 76704 REGISTRATION NO = 5D OD . cn 50 DO .OD 000 LJ wm w w 00% �o r EXISTING US GUARD APRON 45 DO 00 35 DO 5 00 CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION TARM'AY K CROSS SECTIONS II 5G GG �� �LL 50 DO uoo wO �LL. w m% 9 p-EMSTING US COAST GUARD a5 o0 4G 00 a% 6mie 3500 � _ 13500 w eVPpaE /El 6451 5000 5000 BTSECTION SHED -MK -X.3 vROJCi no. 16181176 F ffffff TALLY SIGNED 12/i0¢o16 o TH E GRADING CONFIGURATION AS WELL AS TH E VERTICAL AND HORIZONTAL RE IDENTICAL FOR BASE BID I AND BASE Bo 45 DO LL 0 w _ 3.W% Ut w w °/e X00.; - Y 18 v w lf- 11 EXISTING . GUARD APRON -6500 - GARVER aoDoe / ..t x.. .. -6000 35 OD leo 50 DO 150 120 00 -6 30 TAXIWAY STA 106.0 30 .L0 DO 60 00 120 35 �� 5D DO 3755 S CAPITAL OF . TEXAS HWY, SUITE 325 AUSTIN, TX 76704 REGISTRATION NO = 45 Ri wLI' -.- sm��_ Dao EXISTING US COAST 06000 45 00 ao oo 35 00 50 00 TAXIWAY STA 106.0 .L0 00 35 OD 50 00 CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION TAMMY K CROSS SECTIONS III CD i2 Ill LI, 45 OD w_ 3.00 GUARD AFRON 45 00 40 DO — — a. ... -ao oo w cnn PROJCCI gE16451 5000 5000 CROSS SECTIONS DEPICTS BASE BID II PAVEME BTSECTION v51Ei Ro.16181176 JOS F ffffff DIGITALLY SIGNED 12/3 02016 in' THE...IN° CONFIGURATION AS WELL AS TH E VERTICAL AND HORIZONTAL RE IDENTICAL FOR BASE BID I AND BASE Bo _ D0 45 Lut w0q w w a ; w 11 EXISTING C O T -6500 40 OD a,b _ - 40 00 - GARVER 35 OD leo 5D DO 150 120 00 -60 30 TAXIWAY STA 107+5 30 .L0 0 DO 00 00 120 35 �� 5D DO 3755 S CAPITAL OF . TEXAS HWY, SUITE 325 AUSTIN, TX 76704 REGISTRATION NO C IL o 4504 "' ?� Ill w a.o0^c -so0 d w GUARD APRONEXISTING LIS . 6504 4000 4400 35 00 TAXIWAY .L0 STA 108.0 OD 50 00 35 OD 50 00 CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION TAXIWAY K CROSS SECTIONS IV t 45 OD L w oIll �� 40 0G US COAST 45 oo �6 b 64.44 _ - ao 00 35. 00 TAXIWAY .L0 STA 108,50 DO w cmPROLE C1/E16451 NOTE: 5000 5000 CROSSSECTIONS DEPICTS BASE BID II PAVEMENTSECTION CiT1,,X5 9801i 60.16181176 JOS FO — DIGITALLY 2/300016 ,o in S THEORADING CONFIGURATION AS WELL AS THE VERTICAL AND HORIZONTAL 68OT88 ARE IDENTICAL FOR BASE BID I AND BASE BID II 4500 �LLLL W mea^-. w EXISTING GUARD APRON T -4500 184% 5 W°/° a - GARVER 40 Go - 40 00 35 OD 10000 5000 -150 120 -90 -60 40 TAXIWAY STA 109.0 30 .L0 DO 60 00 35 120 5000 3755 S CAPITAL OF o TEXAS HWY, SUITE 325 AUSTIN, TX 70704 REGISTRATION NO = ca `99 ca 69 Ill LU LT1 e9 Ill .94 45 GO 4000 — 40 00 35 GG TAXIWAY .L0 STA 109.0 00 50 00 35 00 50 00 CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION TAXIWAY K CROSS SECTIONS V 64 15 64 " 4500 v LiJ / / ®-- 6 0 Ill 5z 9 6 4500 40.00 40 DO 35 GO 35 00 TAXIWAY KILO STA 110,00 00 cm 0001[01 g 616451 CROSSSECTIONS DEPICTS BASE BID II 5000 5000 PAVEMENTEn- T,N,X6 P80166016101176NOTE: FO ',... DIGITALLY 12/30¢016 $-m jo. ii `o o SECTION THEORADING CONFIGURATION AS WELL AS THE VERTICAL AND HORIZONTAL RE IDENTICAL FOR BASE BID ANDJOS BASE BID 4500 w o /w / w o i 00� w 8%_o \ 30 w LLLd� 6500 130%/ 5co°/� Sgdl. o - GARVER 40 00 35 D0 1z0 90 -6o 30 TAXIWAY STA 110.0 30 .L0 DO 1 60 90 123 150 35 00 3755 S CAPITAL OF . TEXAS HWY, SUITE 325 AUSTIN, TX 76704 REGISTRATION NO = 50 DO 45 00 mo\ 50 00 a5 oo Luo Lu 0 /W o o _ i J \ 38 OD 38 OD TAXIWAY .L0 STA 111+00,0 CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION TAXIh;'AY K CROSS SECTIONS VI 55 DO 55 OD 50 00>0L" 4500 ME 5000 4500 Luij �/ / 7 000 40 OD 38 00 38 00 TAXIWAY 1,41 LO STA 111,0 DO w cm PROJCc1 g E 16451 00 91 01 ADDENDUM NUMBER 1 Corpus Christi International Airport Taxiway K Project: Construction Project Number: Owner: City of Corpus Christi E16451 City Engineer: J.H. Edmonds, P.E. Designer: Josh Crawford, P.E. Addendum No. 1 Specification Section: 00 91 01 Issue Date: January 27, 2017 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: Josh Crawford, P.E. January 27, 2017 "�1E OF THIN ?SSP:• .... •F�'gs�ll � 1 ,0Ai NAS ., 11 *: /\ *,% Name Date Addendum Items: Attachment No. 1 00 21 13 Invitation To Bid and Instruction to Bidders—Addendum No. 1 Attachment No. 2 - 00 30 00 Bid Acknowledgement Form — Addendum No. 1 Attachment No. 3 - 00 30 01 Bid Form (Base Bid I) — Addendum No. 1 Attachment No. 4 - 00 30 01 Bid Form (Base Bid II) — Addendum No. 1 Attachment No. 5 - 00 52 23 Agreement — Addendum No. 1 Attachment No. 6 - 01 11 00 Summary of Work — Addendum No. 1 Attachment No. 7 - 01 29 01 Measurement and Basis for Payment - Addendum No. 1 Attachment No. 8 — Pre -Bid Meeting Minutes — Addendum No. 1 Attachment No. 9 — 29 Revised Plan Sheets 0 JOSH CRAWFORD 0 : 11 '• 4897 /,� 1, p••. _ • ,E1 .•. X lb .S/ON"' G '� ���k Digitally Signed on 01/27/2017 Texas Registration No. F-5713 Addendum No. 1 CCIA Taxiway K Construction Project No. E16451 009101-1 Rev 01-13-2016 ARTICLE 1 — MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. 1.01 ADD, DELETE OR REPLACE SPECIFICATION SECTIONS (OR TECHNICAL SPECIFICATIONS) A. Delete the following Specification Sections (or Technical Specifications): B. Add the following Specification Sections (or Technical Specifications): Deleted Specification Sections (or Technical Specifications) 00 21 13 Invitation To Bid and Instructions to Bidders 00 30 00 Bid Acknowledgement Form 00 30 01 Bid Form 00 52 23 Agreement 01 11 00 Summary of Work 01 29 01 Measurement and Basis for Payment B. Add the following Specification Sections (or Technical Specifications): ARTICLE 2 - MODIFICATIONS TO THE DRAWINGS 2.01 ADD OR DELETE DRAWINGS A. DELETE the following Drawings: Deleted Drawings Added Specification Sections (or Technical Specifications) 00 21 13 Invitation To Bid and Instructions to Bidders - Attachment No. 1 00 30 00 Bid Acknowledgement Form — Attachment No. 2 00 30 01 Bid Form (Base Bid I) — Attachment No. 3 00 30 01 Bid Form (Base Bid II) — Attachment No. 4 00 52 23 Agreement — Attachment No. 5 01 11 00 Summary of Work — Attachment No. 6 01 29 01 Measurement and Basis for Payment - Attachment No. 7 ARTICLE 2 - MODIFICATIONS TO THE DRAWINGS 2.01 ADD OR DELETE DRAWINGS A. DELETE the following Drawings: Deleted Drawings Sheet 2 — Summary of Estimated Quantities & Material Testing Sheet 7 — Project Layout Plan Sheet 8 — Survey Control Plan Sheet 18 — Demolition Plan Sheet 19 — Grading & Drainage Plan I Sheet 20 — Grading & Drainage Plan II Sheet 21— Storm Line Profile Addendum No. 1 CCIA Taxiway K Construction Project No. E16451 009101-2 Rev 01-13-2016 Sheet 22 — Paving Layout Plan & Profile Sheet 23 — Paving Joint Layout Plan — Base Bid 1 Sheet 25 — Drainage Details 1 Sheet 27 — Drainage Details 111 Sheet 28 — Drainage Details IV Sheet 46 — Taxiway K Cross Sections 1 Sheet 47 — Taxiway K Cross Sections 11 Sheet 48 — Taxiway K Cross Sections 111 Sheet 49 — Taxiway K Cross Sections IV Sheet 50 — Taxiway K Cross Sections V Sheet 40 — Electrical Details IV Sheet 41— Electrical Details V Sheet 42 — Electrical Details VI Sheet 44 — Electrical Details VIII B. ADD the following Drawings: Added Drawings Sheet 2 — Summary of Estimated Quantities & Material Testing — Attachment No. 9 Sheet 7 — Project Layout Plan — Attachment No. 10 Sheet 8 — Survey Control Plan — Attachment No. 11 Sheet 18 — Demolition Plan — Attachment No. 12 Sheet 19 — Grading & Drainage Plan 1 — Attachment No. 13 Sheet 20 — Grading & Drainage Plan 11 — Attachment No. 14 Sheet 21— Storm Line Profile — Attachment No. 15 Sheet 22 — Paving Layout Plan & Profile — Attachment No. 16 Sheet 23 — Paving Joint Layout Plan — Base Bid 1 — Attachment No. 17 Sheet 25 — Drainage Details 1 — Attachment No. 18 Sheet 27 — Drainage Details 111 — Attachment No. 19 Sheet 28 — Drainage Details IV — Attachment No. 20 Sheet 46 — Taxiway K Cross Sections 1 — Attachment No. 21 Sheet 47 — Taxiway K Cross Sections 11 — Attachment No. 22 Sheet 48 — Taxiway K Cross Sections 111 — Attachment No. 23 Sheet 49 — Taxiway K Cross Sections IV - Attachment No. 24 Sheet 50 — Taxiway K Cross Sections V — Attachment No. 25 Sheet 40 — Electrical Details IV — Attachment No. 26 Addendum No. 1 CCIA Taxiway K Construction Project No. E16451 009101-3 Rev 01-13-2016 Sheet 41— Electrical Details V — Attachment No. 27 Sheet 42 — Electrical Details VI — Attachment No. 28 Sheet 44 — Electrical Details VIII — Attachment No. 29 ARTICLE 3 — CLARIFICATIONS 3.01 CLARIFICATIONS A. Pre -Bid Meeting Minutes See Attachment No. 8 END OF ADDENDUM NO. 1 Addendum No. 1 CCIA Taxiway K Construction Project No. E16451 009101-4 Rev 01-13-2016 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1 — DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2 —GENERAL NOTICE 2.01 The City of Corpus Christi, Texas (Owner) is requesting Bids for the construction of the following Project: Taxiway K Construction Owner's Project Identification No. E16451 This project is being funded 90% by Federal Aviation Administration AIP funds and 10% by the City of Corpus Christi Funds. This project includes two base bids. Either Base Bid I or Base Bid II will be awarded based on funding. Bidder must bid on General (Part A) items and either Base Bid I (Part B) or Base Bid II (Part B), or both. A. General items for this project include Insurance and Mobilization. B. Base Bid 1 for this project consists of the construction of approximately 7,150 SY Portland Cement Concrete taxilane with drainage, grading, and electrical improvements. The pavement section is as follows: 1. 15" P-501 Portland Cement Concrete Pavement 2. 6" P-204 Cement -Treated Base 3. 12" P-155 Lime -Treated Subgrade B. Base Bid 11 for this project consists of the construction of approximately 7,150 SY Asphalt Concrete taxilane with drainage, grading, and electrical improvements. The pavement section is as follows: 4. 4" P-401 Bituminous Surface Course 5. 6" P-403 HMA Base Course 6. 18" P-209 Crushed Aggregate Base Course 7. 12" P-155 Lime -Treated Subgrade 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is $1,893,000.00 for Base Bid! and $1,887,00.00 for Base Bid 11. The Project is to be substantially complete and ready for operation within 325 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. Invitation to Bid and Instructions to Bidders CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 1 Page 1 of 58 002113-1 Rev 01-13-2016 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports, or other information relevant to submitting a Bid for the Project. ARTICLE 3 — DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than February 1, 2017 at 2:00 PM to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline. 3.02 Complete and submit the Bid Form, the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. 3.04 If submitting a hard copy bid or bid security by cashier's check or money order, please address envelopes or packages: City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid - Taxiway K Construction Project No. E16451 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. 3.05 Bids will be publicly opened and read aloud at February 1, 2017 at 2:00 PM, at the following location: City Hall Building — City of Corpus Christi Third Floor Engineering SmartBoard Room 1201 Leopard Street Corpus Christi, Texas 78401 3.06 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. Invitation to Bid and Instructions to Bidders CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 1 Page 2 of 58 00 21 13 - 2 Rev 01-13-2016 ARTICLE 4—PRE-BID CONFERENCE 4.01 A non -mandatory pre-bid conference for the Project will be held on January 17, 2017 at 10:00 AMat the following location: Corpus Christi International Airport Terminal Building 1000 International Drive Corpus Christi, Texas 78406 Parking: Short Term Parking Tickets will be validated if brought up to the receptionist ARTICLE 5 —COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 5.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 6 —EXAMINATION OF CONTRACT DOCUMENTS 6.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents, Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 6.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5, that without exception the Bid is premised upon completion of Work required by the Contract Documents, Addenda, and the related supplemental data, that the Bidder has given the OAR written notice of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Invitation to Bid and Instructions to Bidders CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 1 Page 3 of 58 00 21 13 - 3 Rev 01-13-2016 Documents, Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 7 —INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents, Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 7.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. 7.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 8 —BID SECURITY 8.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi, Texas in the amount of 5 percent (5%) of the greatest amount bid. 8.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier's check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents, the bidder's name and the job name and number and delivered as required in Article3 below. 8.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition, that the Owner will be paid a sum equal to 5 percent (5%) of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract, the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. Invitation to Bid and Instructions to Bidders CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 1 Page 4 of 58 002113-4 Rev 01-13-2016 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 9 —PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 9.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 10—CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly Invitation to Bid and Instructions to Bidders CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 1 Page 5 of 58 00 21 13 - 5 Rev 01-13-2016 indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of "confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11— MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. ARTICLE 12 — BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 13 —STATEMENT OF EXPERIENCE 13.01 The three lowest Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 14 — EVALUATION OF BIDS 14.01 The Owner will consider the amount bid, the Bidder's responsibilities, the Bidder's safety record, the Bidder's indebtedness to Owner, the Bidder's capacity to perform the work and/or whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have Invitation to Bid and Instructions to Bidders CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 1 Page 6 of 58 002113-6 Rev 01-13-2016 against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 15 — AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non -conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 16 — MINORITY / MBE / DBE PARTICIPATION POLICY 16.01 Selected Contractor is required to comply with the Owner's Minority / MBE / DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY. 16.02 Minority participation goal for this Project has been established to be 45%. 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. 16.04 Disadvantaged Business Enterprise participation goal for this Project has been established to be 8.87%. ARTICLE 17 — BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth the Owner's requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. 17.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 18—SIGNING OF AGREEMENT 18.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts (1) of the Agreement and attached documents to the Owner within 14 days. The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However, Owner will not be liable for any delays prior to the award or execution of Contract. Invitation to Bid and Instructions to Bidders CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 1 Page 7 of 58 002113-7 Rev 01-13-2016 ARTICLE 19 —SALES AND USE TAXES 19.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 20 — WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 21— BIDDER's CERTIFICATION OF NO LOBBYING 21.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process, the City may, in its discretion, reject the Bid. ARTICLE 22 — CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 23 — CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24 - REJECTION OF BID 24.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security, with Power of Attorney, submitted as required by Article 8. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. Invitation to Bid and Instructions to Bidders CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 1 Page 8 of 58 002113-8 Rev 01-13-2016 E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre -Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder's recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City -accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. F. Failure to acknowledge receipt of Addenda. G. Failure to submit post -Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency, Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. K. Failure of Bidder to demonstrate, through submission of the Statement of Experience, the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources, workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Invitation to Bid and Instructions to Bidders CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 1 Page 9 of 58 002113-9 Rev 01-13-2016 Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. 0. Evidence of Bidder's lack of capacity to perform the Work. Evidence of Bidder's lack of capacity. Evidence of capacity to perform the Work will include a factual review of (i) all remaining work or incomplete work items under any existing city or non -city contract; (ii) ability to perform the Work with remaining sufficient resources, workforce, equipment and supervision/supervisory staff; (iii) ability in the past to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City -awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. Invitation to Bid and Instructions to Bidders CCIA Taxiway K Construction Project No. E16451 END OF SECTION Addendum No. 1 Attachment No. 1 Page 10 of 58 00 21 13 - 10 Rev 01-13-2016 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1— BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by (type or print name of company) on: February 1, 2017 at 2:00 PM for Project No. E16451 Taxiway K Construction 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below) to the City's electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi, Texas City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid - Taxiway K Construction Project No. E16451 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 2 — BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner on the form included in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 21 13 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt Bid Acknowledgement Form CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 2 Page 11 of 58 003000-1 Rev 01-13-2016 ARTICLE 3 — BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and Bid Acknowledgement Form CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 2 Page 12 of 58 003000-2 Rev 01-13-2016 all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4 — BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. D. The bidder can submit a bid for Base Bid I and/or Base Bid II; however, each Base Bid must include a bid for General (Part A). The Bidder selected for award of the Contract will be the lowest responsible Bidder or the Bidder who provides the Best Value for the Owner that submits a responsive Bid. The Bidder selected for award of the Contract will be either the Lowest Responsible Bidder or the Bidder who provides the Best Value for the Owner that submits a responsive bid for either base bid, and general items. Owner will, at its discretion, award the contract to the lowest responsible Bidder for either base bid (and general items), or to the Bidder who provides the Best Value for the Owner for either base bid (and general items). ARTICLE 5 — EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid, the Bidder's responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. Bid Acknowledgement Form CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 2 Page 13 of 58 003000-3 Rev 01-13-2016 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non -conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE 6 —TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 325 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 355 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7 — ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON -COLLUSION CERTIFICATION. G. SECTION 00 72 03 MINORITY/MBE/DBE PARTICIPATION POLICY ARTICLE 8 — DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. Bid Acknowledgement Form CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 2 Page 14 of 58 003000-4 Rev 01-13-2016 ARTICLE 9 — VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County, Texas for any legal action. ARTICLE 10 — SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. Bid Acknowledgement Form CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 2 Page 15 of 58 003000-5 Rev 01-13-2016 ARTICLE 11— BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: By: Name: Title: Attest: (typed or printed full legal name of Bidder) (individual's signature) (typed or printed) (typed or printed) State of Residency: Federal Tax Id. No. Address for giving notices: (individual's signature) Phone: Email: (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 2 Page 16 of 58 003000-6 Rev 01-13-2016 00 30 01 BID FORM Project Name: Corpus Christi International Airport Taxiway K Construction (BASE BID I) Project Number: Project No. E16451 Owner: City of Corpus Christi Bidder: Part A - GENERAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) OAR: TBD Designer: Garver, LLC Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT GENERAL Part A - GENERAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al 01 29 01 MOBILIZATION L.S. 1 A2 01 29 01 BONDS AND INSURANCE L.S. 1 A3 01 29 01 OWNER'S PROTECTIVE INSURANCE L.S. 1 SUBTOTAL PART A - GENERAL (Items Al thru A3) Base Bid 1 Part B - BASE BID I - CONCRETE SECTION (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 SS -120-3.1 SITE PREPARATION L.S. 1 B2 SS -120-3.2 TEMPORARY CHAIN-LINK FENCE L.F. 3,363 B3 SS -130-4.1 TRENCH AND EXCAVATION SAFETY SYSTEMS L.S. 1 B4 SS -140-5.1 HEADWALL REMOVAL EACH 1 B5 SS -140-5.2 SAFETY END TREATMENT REMOVAL EACH 4 B6 SS -140-5.3 CONCRETE SLOPE PROTECTION REMOVAL S.Y. 305 B7 SS -140-5.4 PIPE REMOVAL L.F. 182 B8 D -701-5.1a 12" REINFORCED CONCRETE PIPE (CLASS IV) L.F. 494 B9 D -751-5.1a 7' X 4' STANDARD DOUBLE GRATE INLET EACH 1 B10 D -752-5.1a CONCRETE HEADWALL TYPE FW -0 (1-4' X 2') EACH 1 B11 D -752-5.1b CONCRETE HEADWALL TYPE FW -0 (3-4' X 2') EACH 1 B12 D -752-5.2a 1-4' X 2' REINFORCED CONCRETE BOX CULVERT L.F. 72 B13 D -752-5.2b 3-4' X 2' REINFORCED CONCRETE BOX CULVERTS EXTENSIONS L.F. 40 B14 D -752-5.3a 2-12" SAFETY END TREATMENT TYPE SETP- PD (6:1) EACH 1 B15 D -752-5.3b 2-12" SAFETY END TREATMENT TYPE SETP- PD (4:1) EACH 1 B16 D-754-5.1 CONCRETE SLOPE PROTECTION (5") S.Y. 295 B17 D-754-5.2 CONCRETE PILOT CHANNEL (6") S.Y. 335 Bid Form CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 3 Page 17 of 58 Page 1 of 3 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B18 P-101-5.1 PAVEMENT REMOVAL, ASPHALT S.Y. 5,432 B19 P-152-4.1 UNCLASSIFIED EXCAVATION C.Y. 7,674 B20 P-152-4.2 UNSUITABLE EXCAVATION C.Y. 1,200 B21 P-152-4.3 DRAINAGE EXCAVATION L.F. 410 B22 P-153-7.1 FLOWABLE FILL C.Y. 29 B23 P-155-8.1 LIME -TREATED SUBGRADE (12") S.Y. 7,697 B24 P-155-8.2 LIME TON 221 B25 P-156-5.1 TEMPORARY EROSION CONTROL L.S. 1 B26 P-304-8.1 CEMENT -TREATED BASE COURSE (6") S.Y. 7,425 B27 P-501-8.1 PORTLAND CEMENT CONCRETE PAVEMENT (15") S.Y. 7,152 B28 P-610-5.1 CONCRETE PIPE ENCASEMENT C.Y. 28 B29 P -620-5.1a PAVEMENT MARKINGS (YELLOW) WITH REFLECTIVE MEDIA S.F. 1,005 B30 P -620-5.1b PAVEMENT MARKINGS (BLACK) WITHOUT REFLECTIVE MEDIA S.F. 1,941 B31 P-620-5.2 PAVEMENT MARKING REMOVAL S.F. 527 B32 T-901-5.1 SEEDING ACRE 1.7 B33 T-904-5.1 SODDING S.Y. 3,066 B34 SS -300-5.1 LOCKOUT/TAGOUT AND CONSTANT CURRENT REGULATOR CALIBRATION PROCEDURES L.S. 1 B35 SS -300-5.2 LOCALIZER GROUND CHECK POINT SURVEY MARKER, INSTALLED L.S. 1 B36 SS -301-5.1 EXISTING CONCRETE ENCASED, ELECTRICAL JUNCTION STRUCTURE, REMOVED EACH 2 B37 SS -301-5.2 EXISTING BASE MOUNTED EDGE LIGHT, REMOVED EACH 3 B38 SS -301-5.3 EXISTING BASE MOUNTED GUIDANCE SIGN, REMOVED EACH 1 B39 SS -301-5.4 EXISTING L -861T BASE MOUNTED TAXIWAY EDGE LIGHT, RELOCATED EACH 3 B40 SS -301-5.5 EXISTING VEHICLE STOP SIGN, REMOVED EACH 1 B41 SS -301-5.6 EXISTING BASE MOUNTED, 1 -MODULE GUIDANCE SIGN, RELOCATED WITH NEW PANELS EACH 1 B42 SS -310-5.1 L-861T(L) BASE MOUNTED TAXIWAY EDGE LIGHT, INSTALLED EACH 18 B43 SS -310-5.2 L-861T(L) BASE MOUNTED TAXIWAY EDGE LIGHT, INSTALLED WITH 18" SHALLOW BASE CAN EACH 1 B44 SS -310-5.3 OWNER -FURNISHED L-858, 2 -MODULE, BASE MOUNTED GUIDANCE SIGN, INSTALLED ON NEW FOUNDATION WITH NEW SIGN PANELS EACH 1 B45 SS -310-5.4 OWNER -FURNISHED L-858, 3 -MODULE, BASE MOUNTED GUIDANCE SIGN, INSTALLED ON NEW FOUNDATION WITH NEW SIGN PANELS EACH 1 Bid Form CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 3 Page 18 of 58 Page 2 of 3 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B46 SS -310-5.5 EXISTING GUIDANCE SIGN RENOVATED WITH NEW SIGN PANELS EACH 3 1 $ - B47 SS -310-5.6 VEHICLE STOP SIGN EACH 3 B48 SS -310-5.7 L-852T(L) LOW PROFILE BASE MOUNTED IN - PAVEMENT TAXIWAY EDGE LIGHT, INSTALLED IN EXISTING PAVEMENT EACH 2 B49 SS -310-5.8 TEMPORARY AIRFIELD LIGHTING L.S. 1 B50 L-108-5.1 No. 8 AWG, 5 kV, L-824, TYPE C CABLE, INSTALLED IN TRENCH, DUCT BANK OR CONDUIT L.F. 2,700 B51 L-108-5.2 No. 6 AWG, SOLID, BARE COUNTERPOISE WIRE, INSTALLED IN TRENCH, ABOVE THE DUCT BANK OR CONDUIT, INCLUDING GROUND RODS AND GROUND CONNECTORS L.F. 1,400 B52 L-110-5.1 NON-ENCASED, ELECTRICAL CONDUIT, 1 -WAY 2"C L.F. 1,200 B53 L-110-5.2 CONCRETE ENCASED, ELECTRICAL CONDUIT, 1- WAY 2"C L.F. 60 B54 L-110-5.3 CONCRETE ENCASED, ELECTRICAL CONDUIT, 1 - WAY 2"C WITH SAWCUT PAVEMENT REPAIR L.F. 60 B55 L-110-5.4 NON-ENCASED, ELECTRICAL DUCT BANK, 2- WAY 2"C L.F. 15 B56 L-110-5.5 CONCRETE ENCASED, ELECTRICAL DUCT BANK, 2 -WAY 2"C L.F. 25 B57 L-115-5.1 CONCRETE ENCASED ELECTRICAL JUNCTION STRUCTURE, L-867 CLASS 1, SIZE 16" DIAMETER BY 24" DEPTH EACH 1 SUBTOTAL PART B - BASE BID I - CONCRETE SECTION (Items B1 thru B57) BID SUMMARY SUBTOTAL PART A - GENERAL (Items Al thru A3) 325 days SUBTOTAL PART B - BASE BID I - CONCRETE SECTION (Items B1 thru B57) 355 days TOTAL PROJECT BASE BID I (PART A + PART B) 1 $ - Contract Times Bidder agrees to reach Substantial Completion in 325 days Bidder agrees to reach Final Completion in 355 days Bid Form CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 3 Page 19 of 58 Page 3 of 3 Rev 01-13-2016 00 30 01 BID FORM Project Name: Corpus Christi International Airport Taxiway K Construction (BASE BID II) Project Number: Project No. E16451 Owner: City of Corpus Christi Bidder: Part A - GENERAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) OAR: TBD Designer: Garver, LLC Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT GENERAL Part A - GENERAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al 01 29 01 MOBILIZATION L.S. 1 A2 01 29 01 BONDS AND INSURANCE L.S. 1 A3 00 72 01 OWNER'S PROTECTIVE INSURANCE L.S. 1 SUBTOTAL PART A - GENERAL (Items Al thru A3) SS -140-5.1 HEADWALL REMOVAL Base Bid 11 Part B - BASE BID II - ASPHALT SECTION (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 01 57 00 OZONE ADVISORY DAYS DAY 2 B2 SS -120-3.1 SITE PREPARATION L.S. 1 B3 SS -120-3.2 TEMPORARY CHAIN-LINK FENCE L.F. 3,363 B4 SS -130-4.1 TRENCH AND EXCAVATION SAFETY SYSTEMS L.S. 1 B5 SS -140-5.1 HEADWALL REMOVAL EACH 1 B6 SS -140-5.2 SAFETY END TREATMENT REMOVAL EACH 4 B7 SS -140-5.3 CONCRETE SLOPE PROTECTION REMOVAL S.Y. 305 B8 SS -140-5.4 PIPE REMOVAL L.F. 182 B9 D -701-5.1a 12" REINFORCED CONCRETE PIPE (CLASS IV) L.F. 494 B10 D -751-5.1a 7' X 4' STANDARD DOUBLE GRATE INLET EACH 1 B11 D -752-5.1a CONCRETE HEADWALL TYPE FW -0 (1-4' X 2') EACH 1 B12 D -752-5.1b CONCRETE HEADWALL TYPE FW -0 (3-4' X 2') EACH 1 B13 D -752-5.2a 1-4' X 2' REINFORCED CONCRETE BOX CULVERT L.F. 72 B14 D -752-5.2b 3-4' X 2' REINFORCED CONCRETE BOX CULVERTS EXTENSIONS L.F. 40 B15 D -752-5.3a 2-12" SAFETY END TREATMENT TYPE SETP- PD (6:1) EACH 1 B16 D -752-5.3b 2-12" SAFETY END TREATMENT TYPE SETP- PD (4:1) EACH 1 B17 D-754-5.1 CONCRETE SLOPE PROTECTION (5") S.Y. 295 Bid Form CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 4 Page 20 of 58 Page 1 of 3 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B18 D-754-5.2 CONCRETE PILOT CHANNEL (6") S.Y. 335 B19 P-101-5.1 PAVEMENT REMOVAL, ASPHALT S.Y. 5,432 B20 P-152-4.1 UNCLASSIFIED EXCAVATION C.Y. 8,191 B21 P-152-4.2 UNSUITABLE EXCAVATION C.Y. 1,200 B22 P-152-4.3 DRAINAGE EXCAVATION L.F. 410 B23 P-153-7.1 FLOWABLE FILL C.Y. 29 B24 P-155-8.1 LIME -TREATED SUBGRADE (12") S.Y. 7,969 B25 P-155-8.2 LIME TON 228 B26 P-156-5.1 TEMPORARY EROSION CONTROL L.S. 1 B27 P-209-5.1 CRUSHED AGGREGATE BASE COURSE (18") S.Y. 7,696 B28 P-401-8.1 BITUMINOUS SURFACE COURSE (4") TON 1,771 B29 P-403-8.1 HMA BASE COURSE (6") TON 2,757 B30 P-610-5.1 CONCRETE PIPE ENCASEMENT C.Y. 28 B31 P -620-5.1a PAVEMENT MARKINGS (YELLOW) WITH REFLECTIVE MEDIA S.F. 1,005 B32 P -620-5.1b PAVEMENT MARKINGS (BLACK) WITHOUT REFLECTIVE MEDIA S.F. 1,941 B33 P-620-5.2 PAVEMENT MARKING REMOVAL S.F. 527 B34 T-901-5.1 SEEDING ACRE 1.7 B35 T-904-5.1 SODDING S.Y. 3,066 B36 SS -300-5.1 LOCKOUT/TAGOUT AND CONSTANT CURRENT REGULATOR CALIBRATION PROCEDURES L.S. 1 B37 SS -300-5.2 LOCALIZER GROUND CHECK POINT SURVEY MARKER, INSTALLED L.S. 1 B38 SS -301-5.1 EXISTING CONCRETE ENCASED, ELECTRICAL JUNCTION STRUCTURE, REMOVED EACH 2 B39 SS -301-5.2 EXISTING BASE MOUNTED EDGE LIGHT, REMOVED EACH 3 B40 SS -301-5.3 EXISTING BASE MOUNTED GUIDANCE SIGN, REMOVED EACH 1 B41 SS -301-5.4 EXISTING L -861T BASE MOUNTED TAXIWAY EDGE LIGHT, RELOCATED EACH 3 B42 SS -301-5.5 EXISTING VEHICLE STOP SIGN, REMOVED EACH 1 B43 SS -301-5.6 EXISTING BASE MOUNTED, 1 -MODULE GUIDANCE SIGN, RELOCATED WITH NEW PANELS EACH 1 B44 SS -310-5.1 L-861T(L) BASE MOUNTED TAXIWAY EDGE LIGHT, INSTALLED EACH 18 B45 SS -310-5.2 L-861T(L) BASE MOUNTED TAXIWAY EDGE LIGHT, INSTALLED WITH 18" SHALLOW BASE CAN EACH 1 B46 SS -310-5.3 OWNER -FURNISHED L-858, 2 -MODULE, BASE MOUNTED GUIDANCE SIGN, INSTALLED ON NEW FOUNDATION WITH NEW SIGN PANELS EACH 1 Bid Form CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 4 Page 21 of 58 Page 2 of 3 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B47 SS -310-5.4 OWNER -FURNISHED L-858, 3 -MODULE, BASE MOUNTED GUIDANCE SIGN, INSTALLED ON NEW FOUNDATION WITH NEW SIGN PANELS EACH 1 1 $ - B48 SS -310-5.5 EXISTING GUIDANCE SIGN RENOVATED WITH NEW SIGN PANELS EACH 3 B49 SS -310-5.6 VEHICLE STOP SIGN EACH 3 B50 SS -310-5.7 L-852T(L) LOW PROFILE BASE MOUNTED IN - PAVEMENT TAXIWAY EDGE LIGHT, INSTALLED IN EXISTING PAVEMENT EACH 2 B51 SS -310-5.8 TEMPORARY AIRFIELD LIGHTING L.S. 1 B52 L-108-5.1 No. 8 AWG, 5 kV, L-824, TYPE C CABLE, INSTALLED IN TRENCH, DUCT BANK OR CONDUIT L.F. 2,700 B53 L-108-5.2 No. 6 AWG, SOLID, BARE COUNTERPOISE WIRE, INSTALLED IN TRENCH, ABOVE THE DUCT BANK OR CONDUIT, INCLUDING GROUND RODS AND GROUND CONNECTORS L.F. 1,400 B54 L-110-5.1 NON-ENCASED, ELECTRICAL CONDUIT, 1 -WAY 2"C L.F. 1,200 B55 L-110-5.2 CONCRETE ENCASED, ELECTRICAL CONDUIT, 1- WAY 2"C L.F. 60 B56 L-110-5.3 CONCRETE ENCASED, ELECTRICAL CONDUIT, 1 - WAY 2"C WITH SAWCUT PAVEMENT REPAIR L.F. 60 B57 L-110-5.4 NON-ENCASED, ELECTRICAL DUCT BANK, 2- WAY 2"C L.F. 15 B58 L-110-5.5 CONCRETE ENCASED, ELECTRICAL DUCT BANK, 2 -WAY 2"C L.F. 25 B59 L-115-5.1 CONCRETE ENCASED ELECTRICAL JUNCTION STRUCTURE, L-867 CLASS 1, SIZE 16" DIAMETER BY 24" DEPTH EACH 1 SUBTOTAL PART B - BASE BID II - ASPHALT SECTION (Items B1 thru B59) BID SUMMARY SUBTOTAL PART A - GENERAL (Items Al thru A3) 325 days SUBTOTAL PART B - BASE BID II - ASPHALT SECTION (Items B1 thru B59) 355 days TOTAL PROJECT BASE BID II (PART A + PART B) 1 $ - Contract Times Bidder agrees to reach Substantial Completion in 325 days Bidder agrees to reach Final Completion in 355 days Bid Form CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 4 Page 22 of 58 Page 3 of 3 Rev 01-13-2016 00 52 23 AGREEMENT This Agreement, for the Project awarded on [insert Award Date], is between the City of Corpus Christi (Owner) and Owner and Contractor agree as follows: (Contractor). ARTICLE 1— WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Taxiway K Construction Proiect No. E16451 ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Garver, LLC 3755 S. Capital Of Texas Highway Suite 325 Austin, TX 78704 2.02 The Owner's Authorized Representative for this Project is: ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. Phase I work is required to be completed within 150 calendar days after the date when the Contract Times commence to run as provided in the Notice to Proceed. All Work is required to be substantially completed within 325 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 355 calendar days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if Agreement CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 5 Page 23 of 58 005223-1 Rev 06-22-2016 the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $1200 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion for Phase I until Work is substantially complete. 2. Substantial Completion: Contractor shall pay Owner $1200 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until all Work is substantially complete. 3. Completion of the Remaining Work: Contractor agrees to pay Owner $1200 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 4. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 5. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 6. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 — CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid I Price (Part A + Part B) $ Total Base Bid II Price (Part A + Part B) $ ARTICLE 5 — PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. Agreement CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 5 Page 24 of 58 005223-2 Rev 06-22-2016 B. Progress payments equal to 90 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set -offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6 — INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7 — CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; Agreement CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 5 Page 25 of 58 005223-3 Rev 06-22-2016 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. Agreement CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 5 Page 26 of 58 005223-4 Rev 06-22-2016 ARTICLE 8 — ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 01 00 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR — Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. ATTEST CITY OF CORPUS CHRISTI Agreement CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 5 Page 27 of 58 005223-5 Rev 06-22-2016 Rebecca Huerta City Secretary APPROVED AS TO LEGAL FORM: Janet L. Kellogg Assistant City Attorney J.H. Edmonds, P.E. Director of Engineering Services ATTEST (IF CORPORATION) CONTRACTOR (Seal Below) By: Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Title: Address City State Zip Phone Fax EMail END OF SECTION Agreement CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 5 Page 28 of 58 005223-6 Rev 06-22-2016 01 1100 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK Work is described in general, non-inclusive terms as: This project includes two base bids. Either Base Bid I or Base Bid II will be awarded based on funding. Bidder must bid on General (Part A) items and either Base Bid I (Part B) or Base Bid II (Part B), or both. A. General items for this project include Insurance and Mobilization. B. Base Bid !for this project consists of the construction of approximately 7,150 SY Portland Cement Concrete taxilane with drainage, grading, and electrical improvements. The pavement section is as follows: 1. 15" P-501 Portland Cement Concrete Pavement 2. 6" P-204 Cement -Treated Base 3. 12" P-155 Lime -Treated Subgrade B. Base Bid 11 for this project consists of the construction of approximately 7,150 SY Asphalt Concrete taxilane with drainage, grading, and electrical improvements. The pavement section is as follows: 4. 4" P-401 Bituminous Surface Course 5. 6" P-403 HMA Base Course 6. 18" P-209 Crushed Aggregate Base Course 7. 12" P-155 Lime -Treated Subgrade 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling and completion: 1. Construction of the Coast Guard Hangar Apron B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. Summary of Work CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 6 Page 29 of 58 011100-1 Rev 01-13-2016 C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. None B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 6 Page 30 of 58 011100-2 Rev 01-13-2016 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item A-1 - Mobilization: 1. Include the following costs in this Bid item: a. Transportation and setup for equipment; b. Transportation and/or erection of all field offices, sheds, and storage facilities; c. Salaries for preparation of documents required before the first Application for Payment; d. Salaries for field personnel assigned to the Project related to the mobilization of the Project; e. Demobilization; and f. Mobilization may not exceed 5 percent of the total Contract Price. Measurement and Basis for Payment CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 7 Page 31 of 58 012901-1 Rev 01-13-2016 2. Basis of measurement and payment shall be upon the lump sum price for "Mobilization" partial payments will be allowed as follows: a. With first pay request, 25%. b. When 25% or more of the original contract is earned, an additional 25%. c. When 50% or more of the original contract is earned, an additional 40%. d. After Final Inspection, Staging area clean-up and delivery of all Project Closeout materials as required by FAA General Provisions section 90-11, the final 10%. B. Bid Item A-2 — Bonds and Insurance 1. Bond and Insurance Item includes all required Bonds and Insurance except Owner's Protective Insurance. See 00 72 01 for Insurance Requirements. See 00 21 13, 00 61 13, and 00 61 16 for Bond Requirements. 2. Basis of measurement and payment shall be upon the lump sum price for "Bonds and Insurance" 3. Payment will be based on documentation of actual costs. C. Bid Item A-3 — Owner's Protective Insurance 1. Owner's Protective Insurance Item includes Owner's Protective Insurance. See 00 72 01 for Owner's Protective Insurance Requirements. 2. Basis of measurement and payment shall be upon the lump sum price for "Owner's Protective Insurance" 3. Payment will be based on documentation of actual costs. SEE TECHNICAL SPECIFICATIONS FOR MEASUREMENT AND BASIS FOR PAYMENT FOR ALL OTHER ITEMS. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 7 Page 32 of 58 012901-2 Rev 01-13-2016 3755 S. Capital of Texas Highway Suite 325 Austin, TX 78704 TEL 512.485.0009 FAX 512.485.0010 www.GarverUSA.com MEETING MINUTES To: Attendees From: Josh Crawford, P.E. RE: Corpus Christi International Airport Taxiway K Construction Pre -Bid Meeting Copies To: Bidders Attendees: See attached sign -in sheet. Date: January 17, 2017 Purpose: A non -mandatory pre-bid meeting was held at the Corpus Christi International Airport at 10:00 a.m. on January 17, 2017. A copy of the agenda and sign -in sheet is included with these minutes. The following items were discussed: • Mr. Bresler introduced those in attendance for the City, Airport, and Garver, then provided a brief description of the project and various city contract requirements. 90% of the project is anticipated to be funded by the Federal Aviation Administration. For bids being delivered by hand, take into account for potential delays in passing through building security checkpoints. Winning bidder may expect Council approval of the contract within approximately two months. • Mr. Hyland discussed the security and badging procedures for the airport. Because this project will be fenced out of the airport operations area, there are less badging restrictions on the Contractors; however, the subcontractors performing the installation of the temporary fencing, installation of barricades, and other work inside the fence will have to be badged. • Mr. Crawford discussed the following: o Project roles and responsibilities: reference to Article 1 of the General Conditions (Section 00 72 00) for roles defined and Article 7, 9, and 10 for list of responsibilities. o Project scope: • Construction of 800 foot long taxiway, drainage improvements, and airfield electrical. • Two base bids on project, one for asphalt and another for concrete options. • The bid package contains some critical elements to be submitted with each bid, listed in Article 7 of 00 30 00, Bid Acknowledgment Form. Take note of the federal disadvantage business enterprise (DBE) requirements. • Phasing of the project was presented, reference to Construction Safety and Phasing drawings and notes. • Schedule for this project is firm due to the hangar tenant moving into the facility on a specific date. As such, liquidated damages are established for both Phase I and the overall contract time. Addendum No. 1 Attachment No. 8 Page 33 of 58 o Inquiries during bidding may be sent to Josh Crawford or uploaded to CivCast. Inquiries will be accepted until 5:00 p.m., local time, 7 days prior to the bid opening date. • Mr. Segundo closed the meeting stressing the importance of completing on time, especially for Phase I, to accommodate the new tenant utilizing the taxiway. • No attendees requested to visit the site. Q&A: Q1: Will the phasing of the project allow access to Phase II without guards? Al: Yes, see sheet G-105 for information. Q2: What is the typical turnaround time for submittal reviews and RFIs? A2: Because of the importance to have this project remain on schedule, submittal reviews and RFIs will be monitored and discussed on a weekly basis with the project team during the weekly construction coordination meetings. The current RFI log and submittal register will be an item of discussion at each meeting. Corpus Christi International Airport Taxiway K Construction Page 2 of 2 Addendum No. 1 Attachment No. 8 Page 34 of 58 16181176 3755 S. Capital of Texas Highway Suite 325 Austin, TX 78704 TEL 512.485.0009 FAX 512.485.0010 www.GarverUSA.com Pre -Bid Meeting Taxiway K Construction Project: Corpus Christi International Airport Taxiway K Construction Project No. E16451 Record Drawing No. AP145 Date: Tuesday, January 17, 2017, 10:00 a.m. Location: Corpus Christi International Airport Second Floor Administration Conference Room Consultant: Garver Agenda: 1. Sign -In Sheet (Garver) 2. Introduction (City of Corpus Christi) 3. Contract Overview and Requirements (City of Corpus Christi) 4. Badging and Training Requirements (Corpus Christi International Airport) 5. Project Roles and Responsibilities (Garver) 6. Project Scope (Garver) a. Drawings and Contract Documents b. Base Bids c. Phasing d. Schedule e. Security f. Testing Requirements 7. Bidder's Inquiries (Garver) a. CivCast b. Contact: Josh Crawford, Garver, 512-485-0009 c. Cut Off Date — 5:00 p.m., 7 days prior to bid opening date 8. Questions 9. Site Visit Addendum No. 1 Attachment No. 8 Page 35 of 58 Taxiway K Construction Corpus Christi International Airport Pre -Bid Meeting January 17, 2017 — 10:00 a.m Name JoshC.P4,jroK.D 6941.6641 4 Ai6110,4AL_) fvolk i 5J \\,\) 7,7 c( Garver Project No. 16181176 SIGN -IN SHEET Representing Phone # CA- fz-vEL 5(LH35—0001 CA) cC Ccs r� C P, biz q6-6 -2(2 -(3-4,g Email -35L e-oGALLI>nC—u94. CU10'Q cl17v- ens-'v&Ivto��/ GQw i/91, . C 0,7 36-10 7,;:44 _s) 45'r c-• 3b) - I S _o7 3 9 3C14 R( i3 2 cc s x IV -1 3l0\ - cct��G\ -con 11/iPk•<-(1.51- c c-r-eyf1 s . C't r, 071c -I Ems` Addendum No. 1 Attachment No. 8 Page 36 of 58 Page 1 of, Z Taxiway K Construction Corpus Christi International Airport Pre -Bid Meeting January 17, 2017— 10:00 a.m Name SIGN -IN SHEET Representing Garver Project No. 16181176 Phone # 8).c tai3 Email 6r) kvk Addendum No. 1 Attachment No. 8 Page 37 of 58 Page 2 of/ TESTING SCHEDULE - BASE BID I TESTING SCHEDULE - BASE Bio II GENERAL SHEET G-002 PROJE, no. 16181176 , o�mo. DESCRIPTION E EST. ...TITSSO DESCRIPTION E EST. OUANTrtv q2 t• i be Digitally ned on a,Bsn 17 sOSS (P- 5„, ERG, ROLL .o=,°RE (STRUCTURAL EEE BELOW MOISTURE„Zir, AND DENS. PRO MURAL °R EI GRP. TOLERANCE „NOM 5.1325E GRADE TOLERANCE isaE. Pref i , PER DIRECTION a s„„ PER ,°, of <.P.. 1R NaFILL, 1 REAR PEAR2R .a°E° . SS 012_1 Set PROOF ROLL FZIESN7 AND .oE,oRE «R.CT.RAL ,« REL. OEN., PRO RE rnR °.) GRADE TOLERANCE CS,. ,LAI m ryA PER DIRE.. R ,EE<E PER 20_, ,, of c I RE” PEA IR NEE .E .EE°E° GPAr, a 0 BASE BID I BASE BID II o., w 3� ... a,. 00A0"00. „,a P,PENIT,LIC,PTION RPTE TEST WITH DENSITY . DEN ECc oc,„, TEST WEIN OM. TES WI DENSITY A GARVER LP 051 STABILIZED BAH CEMENT REATED RASE R ,o.c LOT INIZ �.E °.n EA..E s 2.R.o°°° sr CRUSHER ACORES.,E BASE COURSE 212--SOSY '°, ..� �.� T E o.k EEms .eo° sr E .� _221.5,23.0„_P „STEIN. a � 811 ..N"...22.<3.2 .E ,nEE,°,E .,, - . CA N° „Ns, REu,aruwia °°Raa Er rR.00RE° FACES ER., k 3755 S. CAPITAL OF 3. ' 2. "22 REGISTRATION NO. F-5,3 _ - CONCRETE PORTLAND CEMENT CONCRETE lP 501, °° ..R� ,.I°R+EEE PER r are „opop„0000 F, Rrus mRREmCN,Es, N° AJOISLIRE ,EM AAA 2PEA R CPa,RwEE. ME,.00 iEP;on�° s PAPE IAEMs N,RC. a OT G„, 1-12.2MAAYMIREKIESr-27.11, ocp ST - CO 2,6.00 A. 0. .., _.. „CS,. E.E. A°„ reNPERo,°RE. °NR "'HI' ,on ..ER "R... A ° E , °E """E PER LOT D. ERA R,o�, E°°.�. or �, POROUS BALEFUL - [Exsr,o-,, . Nee." Nococcc .o, ,pcN.v, Co.REE «,°m= OT AIR PODS 1-112LMIAPE7R2015ThEILRF,ALEVR-2e170(I poo opo„, ST DESCRIPIION CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION SWAM' OF ESTIMATED QUANTITIES & MATERIAL TESTING B. 3A22 EAN .50 „ GUTTED, OE �.,.. „op UNDERGROUND POWER ET (L-108):RWr NEEDED .r ,."22 ,�,<..,.. op Tp pp 0 Pi TESTINGSCHEDULE NOTES: 2"...2 PER R" cp . E." oj DO ' 11 „0„,„, o FAE . AA. 2 1. THE ABOVE TESTING RATES ARE ONLY ANTICIPATED GUIDELINES, THE ENGINEER RESERVES THE RIGHT TO CONDUCT ADDRIONAL TESTING AT THE ENGINEER'S DISCRETION. RETEST FOR MLURES ARE NOT INCLUDED. MOISTURE CONTENT OF POORLOATE ..F.A2 ."2" °A RADR.2 F.222A""2 oFoc, PEA R" 23. R. 23. R. N2222... 2 MOISTURE CONTENTS TO BE VNTH DENSITY TEST_ 3. IN THE EVENT OF FAILURES. MOTIONAL TESTS WILL BE REQUIRED. IF EXCESSIVE MN os DRY Eosl000ccuss ON a PREVIOUS, TESTED SECTION, THE CI, MAY ORDER RETESTS AS NECESSARY. ...ERE SID, ,a, TEMPERATURE UNIT „DONT - R.A'A'R47.N7AFREAR ENT. • ..... "AA." ' .C.A. . PRACE ' "re A'A"A" 1 2E2 2'2'2" 0 it „ .50., OLD -01, .2. BEI 55-30 PO PIPTEIRLIOJEIRS oj . 2 o oo j opop . .00 E, OL OD - . - ��THE ENGINEER CONSTRUCTION NOTE: .°RCS moo. EE °Esj,E. .E .EEE - BE °mS BE E`. w CONCRETE PLACEMENT ISLMTeD TO sooC., I,R Dav...ROUND NOTE PoInEE LEH:m°UT DA2RE ' ..ARANCE ONE PER CIRC. .Eo:_ _ 4 L �„n RE °x.�R. EE. R, B56 i.. ALL SCALESSHOWN WITHIN szEAJrcrvS IF THE PRINTED SET S NOT FULL Dosnoaocw , R o): BACKS., DENSE. .HOo �BE s CEO L. 62 s Env vaoe El 6451 .. ., TAXI' B I.IOTE. 1 TWO CONSTRUCMON OPTIONS ARE PREPARED FOR THIS PROJECT BASE BID I: PORTLAND CEMENT CONCRETE WILL BE USED TO RECONSTRUCT TAXIWAY K. CONSULTANT SHEET G-101 c 06010 T N0.161811 76 ,osxl wF Digitally Signed on 01/27'20." \ BASE BID II: ASPHALT W LL BE USED TO RECONSTRUCT Y K ONLY ON E OPTION WILL BE AWARDED FOR CONSTRUCTION 3 RESPONSIBLE FOR DAMAGED OR STOLEN PROPERTY WITHIN THE THE AIRPORT A STAGING LIMITS CONTRACTOR'S CONTRACTOR ONT ACTOR SHALL OTHAND COLLABORATE TO ENSURE TH THE GING AREA RABTORNITY CONTRACTORS MINDFUL SHALLF THE COORDINATE SAFETY SECURITY AI ID PRO EXECUTIONEss RNDCOUABORRTET6 ENSURE THE o co Too ITEMS OF WORK I. ,EE, - - GARVER /I BASE BID I 1 CONSTRUCT 75 -FOOT BY LONG CONCRETE TAXIWAY K PAVEMENT SECTION ROVEMENTS 3 INSTALL TAXIWAY PAVEMEN2 PERFORM DRAINAGE AND T MARK ON NEW TAXIWAY K PAVEMENr. 1 CONSTRUCT 75 -FOOT WIDE BY T LONG IWAY K BPAVEMENT SECTION �r PERFORMHALT D.I SINSTALL TAXIWAY PAVEMENT MARKINGS ON NEW AxlwavuPnvEMENT 3755 S CAPITAL OF TEXAS HWY, SUITE 325 AUSTIN, Tx 78704. RE TAXIWAY F 111 11 �I �� " II EA TSA Ts. VSL sA .\ �r prrcA� TAXIWAY K VEHICLE SERNCE ROAD um \ TSO VS1 TSO 680 oFA VL VSL TSA V CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION PROJECT LAYOUT PIAN OFA IW. FA VL • DELIVERY PINSON DRIVE GUARD HANGAR LEGEND - EXCAVATION SEE ITEM CONCRETEEXISTING APRON TAXIWAY K AVEMENT -W."..- GRADING LAWS CONCRETE PIPE — TSA — TAXIWAY SAFETY AREA PROPOSED PERIMETER FENCE (WORK CURRENTLY BEING FOR DETAIL ..,.. _ �ssoND W P so DRIVE FoaMEOBvOTHERS) �y yAOA rcL tel sass en urn o Page grueot 58° Q 02 1 o. 1 61 ]s PM C7 6 76 8-088888, Jos x `0� '..i �.. �•.. pltallmy % onol, TAXIWAY F Oa rail GARNER OFA «52oa«oo 206«0 0+/v2o]«00 2ggF d� Q TSA ysi o 00«00 Iv 00 102«00 10.00 10,00 00. 1 00 ,8 3755 S. CAPITAL OF o TEXAS HWY, SUITE 325 TX 78704 II e TAXIWAY K 01 16L9' TSA VaL ® REGISTRATION F613 TSA "p".0 VEHICLE SERVICE ROAD - - Vi OFA EN,—FA VL V - . • • • • —4r • •`. •.. • ARRS i DELIVERY U.S. COAST HANGAR - p- u�AA.-14e1.',' . ♦ _ 1, U �� �=.. G DRILL PINsoN DRIVE CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION SURVEY CONTROL PLAN l7i1 �'p 9jj IN 31 Y33pnA GENERAL NOTES r ESTABLISHED LII-ILIZING THE PACS AND SACS THE HORIZONTAL AND VERTICAL CONTROL WERE AIRPORT CONTROL SYSTEM. ALL COORDINATES BASELINE POINTS ARE IN BASED ON NAD83/NAVD29 TEXAS THE G GroRmuGTGBavErTxEExIGTwGcoxcRETEEOGE OF POINTDESCRIPTIONSTATION NORTHING W N.S. COAST GUARD APRON BEFORE BEGINNING WORK. 2PLANE SOUTH ZONE 4205. DxVLNVENGIn'EERI MAINE AXI WAo.IHLO NOVEMBER eai.90 LEGEND 3 FACILITIES La 1EASTING END 111.6000 nnaoe7. 03861 1 DAMAGE PREVENTION ACT, REQUIRES TWO o T MUNE 590 PROPOSED TAXIWAY KPAVEMENT WORKING THE TEXAS DAYSSYSTEM ADV`CENTEIRBEFORE Duo" SURVEY CONTROL POINTS 3� 0 = EXCAVATIEXPLOSIVES PTENTHHEEICAs OFIP�MENroR 42 ISTwGCONCREreAPRON EMERGENcn.THE TEXAS 611SYSTEM PHONE POINT NO. NORTHING FASTING ELEVATION DESCRIPTION00 CONTROL - / PM 20.50.31 17173803.26 1304184.23 IS 1-800-669-8 3.- THE CONTRACTOR IS ® 87 az 11 (� - (WORK ERs o oNUMBER FORmeDeoRK" ADVISED THAT THERE IS A SEVERE PENALTY OR74 O DFA— NOT MA.NG THIS CALL. NOT ALL 111-1LITY COMPANIES ARE MEMBERS OF THE TEXAS 811 6 _ _ 0 END 211«9206 nnws se 130413410 SYSTEM, THEREFORE, THE CONTRACTOR IS 17173655.39 1304512.35 PK NAIL CP -904 — TSA — TAXIWAY SAFETY AREA evPROLrc,/ElB451 u-nrHEs =ET LAi,CT XA A „173630.66 13°4,,— PK NAL CP -9010 0... -.V, GRADINGLIMrrs _se,11NAM Page grueot 58° ,ge 61 of 58 STA 102.0006 163 55' LT No.1618117 oPROTECTION =oewo ned on o,ea,. REMOVEEXIS TINOFF SAW CUT CLEAN VERTICAL FACE AROUND EXISTINGSLOPEPROTECTIONTOREMAN REMO 0LEOF15RGI REMOVEOF15 CP r III I TREATMENT REMO REATT IIIII_-�� LE - - ",„ CONTRACTOR SHALL SURV, zai�cP = o TEXAS HWY, SUITE 325 AUSTIN, Tx 76704, BEFORE MARKER Ex1STING PAVEMENT OFE.1a sv LT '111, REGISTRATION NO TAXIWAY K .:%-,'OF III III STA1 11 11 1 iar MO END REMOVE STA 410.000 OFF 35 RT -_ TREATMENT TREATMENT �.0 N EXISTING NATHRCP II 2-2, TO 53) AND D s -COAST GUARD APRON REMOVE EXISTING ssYOESLOPE ADOTEL INILLED ABAI DINP�GE ENCE TO BE REMOVED BY OTHERS �EANG TEMPORARY O GENERAL NOTES ON IHlSEEr. CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION DEMOLITION PLAN LEGEND PAVEMENT REMOVAL PETS LIMITS +++ LIMITS OFPAVEMovrDEMOLITION EXISTING CON CRETE APRON ® SAWCUT SMOOTH VERTICAL FACE EXISTING SEE REMOVAL �rioNEXISTING NOTES ON SHEET C-101 GROUND PROPOSED PERIMETER FENCE T T PERFORM.OTHERS) -�� i LII -u i "E ' OTHERS. SEE GENERAL NOTES ONTHISSHEETENCE TO BE REMOVED BY --i 1 1 1 1 1 1 1 UTILITY NOTE 111 11 1 ,Il 1II i1111u1T,o11 TEXASTHE UNDEGROUTIESDAMAGE PREVENTION ACT, = REQUIRES TWO wOTNOTIFICATION THROUGH THE TEXAS 6, II i11i1111i1111i1111=4,11 i1111-_ITT111111 II at r ErAC N 1 CENTER USINMECG EQUIPMENT iP-DSYSTEMTOP OF PROPOSED N(XCENHCAOE ANEMERGEC)THE TaAsall SYSTEM UNCLASSIFIED LME TREATMENT PHONE NUMBER 151-800-660-63U THE DVISED THAT THERE ISA SEE PAVEMENT R IS ALL UTILITY SEVERE PENALTY FOR NOT MAKING THIS CALL NOT TIL YCOMPANIIESASEorO DEMOLITION NOTE 1 PAVEMENT DEMOLITION DETAIL MEMBERS OF THE TB,. 611 SYSTEM, THEREFORE3. ALL DRAINAGE STRUCTURES AND MATERIAL DEMOLISHED SHALL BE REMOVED FROM THE SITE cm' PROLE, /El sasl ,ge 61 of 58 STA ° TAXIWAVK 102+5200MATCH TAXIWAY MATCH K, STA ,03+05]9 EXISTING, OFF 16350 LT n II a ONSULTI, SHEET C-102 vROJEC1 no. 6161811 76 ..,r0r?` ;osx *u,�Dao N• _ Signed on ofrz ].wt] EXISTING OFF 163 50, LT , STORM LINE, STA 203,0 83 INSTALL HEADWALL SLOPE PROTECTION MODIFICATION STORM LINE, STA 203+65 8 BEGIN PILOT CHANNELDigital3 SEE SHEET C-501 —3600 I .. - GARVER SEE SHEET C-502 ]5 -• pd+oo 4 j0 205.0 206.0TAXIWAY K i EiEVX5]4 o TEXAS HWY, SUITE 325 AUSTIN, TX]d1 o OFF MATCH 11IX98]'LT III 1 - Vci TSA VSI TGl VSI I II II TAXIWAYSTA RE F-5 3 ELEV 39 95, ELEV 39 MATCH EXISTING MATCH T\II arF_ V OF o i0 Q 102+00 ,03+00 ,06+00 105.0 i06.0MATCH TAXIWAY K STA 102,0 00 EXISTING NgREINFORCE i OFF 3].5 INSTALL HEADWALL —\/� TS EETC302 FETE 40800 1 / SEE CULVE CONCRETE TE I�%CIILVERT OX CONCRETE SHEET GRATE INLET SEE C-502 502 FOR DETAIL. . TAXIWAY K *SE t� VS1 TSA tl TAXIWAY K STA 104+60 52 1 ax rgTiuYM1*� reIX9 „5s5 RT + _— — TAXIWAY STA +.53.52 LEGEND CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION GRADING & DRAINAGE PIAN I aFA/VAC/ Coda" K GF v,o MATCH EXISTING TAXIWAY K INSTALL CONCRETE HEADWALL -TYPE 'ELEV OFF s5 RT INSTCONCRETE HEAowxsTYPE 114XT • ( o o TAX STA OFF WAY 103+6867 EXISTING K OFF 129 TAXIWAY K TA106+06 6 u EXISTING FF 1 sR TAXIWAYMATCH - STA lo3+li] PROPOSED TAXIWAY K PAVEMENT EXISTING CONCRETE nmONIG3d1MATCHEXISTN E PROTECTIONMATCH EXISTING CONCRETE SLOPE PROTECTION -M-MM.- GRADING LIMITS o 1 ' i I MATCH EXISTING OFF 1357+ RT - - A—TSA— OBJECT FREE AREA — TAXIWAY SAFETY AREA PROPOSED REINFORCED CONCRETE PIPE PROPOSED DITCH FLOvw NE PERFORM aloL FOF DRAINAGE EXCAVATION PROPOSED FLOW DIRECTION SEE NOTE 2 ON THIS SHEET U S COAST GUARD HANGAR NOTE 1 EXCESS FILLS SHALL BECOME PROPERTY OF THE CONTRACTOR AND ARE TO BE REMOVED AND DISPOSED OF OFF SITE AT THE CONTRACTORS OWN EXPENSE DRAINAGE EXCAVATION SHALL CONSIST OF CLEARING VEGETATION AND ALLOW FOR POSITIVE DRAINAGE wn, IN THE DRANAGE DITCH UNDER Tem P-152 AFTER ORA NAGE 2EXCAVATION HAS BEEN COMPLETED, SOD SHALL BE PLACED THE ENTIRE _ HOF THEDRaNACE EXCAVATION DVA 10 -FOOT 'MOTH cm PROLE, %616451 ren.m No STA 107+75 OD TAXIWAY K STA 188.0 DO MATCH EXISTING ELEV 39 88* OFF. 163.50 LT EXISTING ET C-103 PROLE, no.16181 1 7 4y6 901ned on 271 017 OMATCH FF 115 Mr LT TAXIWAY K 'lliAlliwo wo'z 111.866 STORM LINE STENO ER = GARVER OSTA TA 0 FL 38 86 ELEV 40 15 t PILOT CHNJHNEL OMATCH EXISTING FF 6521 LT .rEET' ELEV 40 83* ' TAXIWAY K _<o OFF 63 LT INSTALL 3755 S CAPITAL OF . TEXAS HWY, SUITE 325 AUSTIN, Tx Twc o TREATMENT ALL T`4,, ELEV 39 78* 11 01110,44011..-_. ORD s V OFF_855T STORszo 3a REGISTRATION F-5,3 -� oqa DETAIL ON SHEETTENCASEMENT CONCRETE 4,.,OFF 1zarLr JsEE imam 111.0 111.50 ,1N STA 118.6 96 IIP BEGIN MATCH EXISTING co m a c^��t EMNP-6110) -zaT LF.1z 'RCP ��`� SEE DETAIL ON c501_ OFF 5�� STORM LINE I, STA 211.205 ELEV 40 71 t c' 1.7,5 Aim..-FNG TSA.. TSH ININSTALL'2,12. SAFETY vsl rSIT CM gals liga .11041.6111/0 .41011111". TIT+86 94 r MAE 9130046 VA0 TAXIWAY K STORM LINE STA 109+37 09 STA 211.2 88 -D.WAV K STA 21107e, CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION GRADING & DRAINAGE PLAN II MATCH EXISTING OFF 119 OW RT MATCH 000.6 FL ao as LEGEND .. _ PROPOSED TAXIWAY K PAVEMENT EXISTING CONCRETE APRON CONCRETEPROPOSED SLOPE PROTECTION CONCRETE PROTECTION ONCRETE ENCASEMENT (P-610) U S COAST GUARD HANGAR - 0, - OBJECT FREE AREA - TSA - TAXIWAY SAFETY AREA .... PROPOSED REINFORCED CONCRETE PIPE --.- PROPOSED FLOW DIRECTION NOTE 1 EXCESS FILLSSHAL BECOME PROPERTY OF THE CONTRACTOR AND ARE TO BE REMOVED AND DISPOSED OF OFF SITE AT THE CONTRACTORS OWN EXPENSE CIIV PPOJECI /E16451 �a9e a3 00 'At ecVnue'n'tNN% 115 'age of 56 ONSUL1oa v�vrJ05X' SHEET No. 1618176 Ro a , _...._...._...._....0 Digitally Signed 0127/2017 PROPOSED corvcRErE PILOT CHANNEL SEE SHEETC-501 FOR DEra,. PROPO `ED HEADWALL ao, 0-502 F EAL. SHEET C-502 _A "FA OF - 4` z.a+0o 0640 zo6w0 zozwo GARNER • --____ TI ... IMI. 111 ilk iii s _... .�. _... .�. _�. .�. _�. .�. _... .�. r�. .,,.� r STORMLINE PROFILE , 3755 S CAPITAL OF . TEXAS HWY, SUITE 325 AUSTIN, TX 76706 REGISTRATION NO F-713 G �FAsrnJcc-ROUND Q ao %- — — — f PROPOSED Paan — CHANNEL — — 0345 — / 1 35 203+10 206.0 205.0 20.00 207+00 206.0 -ere.," TREATMENT TYPE SETP-PD IS / SEE SHEET C-506 FOR DETAIL MAW 2 Poolig kr',...f i CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION STORM LINE PROFILE _ _ _ HALF SIZED PROFILE IZED PROFILE VERTIr / yp if 4, PROPOSED CAL SCALE —z5 a to o YENIOW EEr6o6FOR oEraE � C-506 LEGEND, / i srowuNEPROFILE PROPOSED PILOT CHANNEL PROPOSED CONCRETE SLOPE PROTECTION 0 EXISTING CONCRETE SLOPE PROTECTION EXISINGGROU D rz r� e ,CONCRETE CONCRETEENCASEMENT(P-610) \ _ PROPosEDrwxlW 11111 _ z a6 -vvRn. caAowGFRI: REA �� TSA - TAXIWAY SAFETY AREA _ rw—r .33=� w • • • aw— a. Ere PIPE PROPOSED lz RCP PROPOSED DITCH FLovwE w O cm' 66011c1 /616451 009404 210.4 211+00 212+00 212.25 'At ecVnue'n'tNN% 115 'age of 56 �a9ev++l0 c "SEE DETAI L 1 ON SHEET C-547 FOR BASE BID I LEGEND EET FFOJCC-0' 5/71'C-201 No.161811 76 Digitally l 62014 on 012 of r/ STA 102+50 GO ELEV 40 88, MATCH EXIST OFF �r SEE DETAIL 20N SHEEP C-507 FOR BASE 9011 PROPOSEO TAXIWAVKPAVEMENT EXISTING CONCRETE APRON INc r I ax FEET) —DSA OBJECT FREE AREATAXIWAY STA 102+52 00 ELEV 40 84 SAFETY AREA DFA FF o_a635�WriMIN GARNER TA 103+74 96, - - OFF 160 50, 1 V51 TSA VS `____--- STA 103+7496 ELEV 41 01 I II III , 3755 5 CAPITAL OF . TEXAS HWY, SUITE 325 AUSTIN TX 78'740 OFF _3rsrc LT OFELEV 45 74 F Si so ET STA 109+3672 TYPICAL SECTION REGISTRATION NO 1 1 110W21 I ,'...,' 1+0o 04+00 05+00 06+00 1 0s .1111.0 STA 102+50 00 B=I 5,110.000 MATCH EXISTING SEE PAVEMENT SECTION ELE 42 4 STA 104.210 MATCH EXISTING SEE PAVEMENT SECTION rRArvsr ow oETwLory SHEET c 507 OFF 50 RT BEGIN PAVING TYPICAL SECTION TRANSITION DETAIL ON SHEET C-507 STA sz ELEV 42a6 rIF BASE BID II I 5 AWARDED, INSTALL STA 104+53 10 M D6690 , HOT STA 102+5001 1 OFF 39 50' RT ELEV 42 06, POURED SEALANT AN ELEV 41 90, R =55— MATCH c STA103.636, MATCH EXISTING CONCRETE o T PAVEMENT OFF- -i.Sn RT - -,A r50 r00 X75 STA ELEV 41 69,\\� F3 RT N. @ STA 110+50 00 a �� - - RT VS1 .1.- •-- OFF ELEV 4 R 51 v51 FF e4 z4 RT OFA MATCH EXISTING aHo OFA DFA - 1 0 7— v � vHo us.COAST MC GUARD dill vHO CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION PAVING LAYOUT PLAN & PROFILE so .L so T T8 W6 4" 50 LLWI aW aW 50 " GROUND W4 W W W as /PROPOSED oo1w aoox \ EXISTING GROUND ao W W 25 25 a ,s a Bo HALF SIZED VERTICAL SCALE 1.= 12' FULL SIZED VERTICAL cz, 4 000 PRO, CI / 616451 �a9ev++l0 c " z Tva LEGEND ONSUL e� TAm SHEET C-30 76no. 161811 - y. } 1 j6T - � OFA OFA OFA PROPOSED TAXIWAY K PAVEMENT EXISTING IX CONCFHEAKRON REINFORCED PaN O,n 4 Josoa:wFoao ° � Digitally Signed w,P � ^) v� vjo vAO PROPOSED RETE SLOPE I-^1 ILII PROTECTION PROTECTION ETesTOPE GARVER III OFAOBJECT FREE AREA a'3 . .1. 1 H III ", TSA TSA TSA TSA SA — TAXIWAY SAFETY AREA CONTRACTION JOINT I, 11 1� :'AUSTIN, vsl vsl vsl vsl Se DETAIL SHEET C-508 SEE DETNL SHEET C-508_ ISOLATION JOINT SEE DEra�sN s_' . 3755 S CAPITAL OF TEXAS HWY, SU le 325 TX, 197 11 25 saBS@ lE mP5=3,5woa aE 0TION O ' 1. 111, 6 T 8 I r d �, �,- c ME84, E 1 s 4g �, c 4 c m ae x s v 6 SLABS ®1e (TrP-) 2sues®17 e 3z J Ta ASE INE 00 -, U s -COAST GUARD APRON DESCRIPIION CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION PAVING JOINT LAYOUT PLAN. BASE BID I TSA VS1 TSA vsi Tsr, VS i VS1 TSA VS1 TSA vsi rsa. vSi 1I � , DEA d� �A os 0. A111. �_ 5, o ,o m �G COAST GUARD 4DAPRGN ,, O. 1NCONITRCTOSG RESTRICCONCRETED TOAMEMAXIMUM OFNT PER 4 �� = y [c1 %E16451 Addendum No Attachment No 7 ,ge 46 of 5B Addendum No Attachment No 8 ,ge of 58 1 61811 72 vHOJ[ci N0.161811 ]6 54 MAX. 40 MAX. p'-' GRATE DESIGNCONS0,47 PARAMETERS 125 BMS EACH SIDE 25 BARS @8"DC 125 BMS EACH SDE e RCP MATERIAL DUCTILE IRON ,ox« «a.w.o o 0127.17 on x, o„ x5@6"OC.WEIR L��1� "�1i �1 BARS@O Dc• r 11111pp11.n.41 x5@6'Dc JI JI FREE JNAREA a05F MN BMs B 4s _ _ WHEELLOADING 40 000 LEISMIN1: 11 ii._ WAY° @10 OC WAY 00 00l I o 0 0 o '= YI aMIN gMN cLr1 Yi GARVER gMN — I in zCLR TABLE DETAIL AND EREQUIREMENTS �B a T RSTOP SLOPE FLOOR . Box cuLVEaTRAT PLAN (DOUBLE GRATE) . 3755 S CAPITAL OF HWY SUITE 325 TX 7870 mRL DI MTEXAS HGE ALE NONE REGISTRATION O 12 COMPACTED FILL 25C EACH ARS@ MAX WDTH T ROUGHEN RXP-iN _AMPLITUDE ` MAX-WDTH OT 3632,CHANNEL 95 0 95 o = A SECTION "A -A" E (1—B--- SECTION "B -B" 660'PROPOSED CONCRETE PROT TIGN (--Th DOUBLE GRATE INLET (STANDARD) EE a A F SCALE NONE NOTE REQUIREMENTCONTRACTOR CANNOT MEET THE MINIMUM LAP MINIMUM STEEL REINFORCEMENT LAP SHALL BE APPLIED WHERE APPLICABLE IF THE DUE TO THE INLET HEIGHT THE CONTRACTOR SHALL IAP STEEL THE MAXIMUM AVA LADLE LENGTH- NGGCONCRETE SLOPE PROTECTION , ^ . 1 ea . 39 MATCH 1 TLI3z a 37 [et 6zELEV. �15I ELEV3].2 �IXSTNi3 3. ° .39 a• ",5 ..n a ,'mo/MELAC t CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION DRAIMGE DETAILS I ELEV 37 21 EXISTING GROUND F HEADWALL SLOPE P•OTECTION 3005t /l MODIFICATION DETAIL !/ SCALE NONE INSTALL PROPOSED RETEHEADWALL TYPESOL,-zxa'L CONCRETE SLOPE PROTECTION PROPOSED 5 REINFORCEDSLOPE EXISTING CONCRETE AOPEPROIXISTI�GH Dw ALL PROTECTION PROPOSED CONCRETE (3UDw ) TYPE �F L �FL36�':// EM 3s 0, ISOLATION JOINT SEE DETAIL ONINSTALL SHEET C 508 BMS@1800 LONGITUDINAL ,INSTALL POROUSBACKFLL iGROUNDM- 1 1 'EV'' 1 SLOPE PROTECTION DETAIL HEADWALL SLOPE PROTECTION DETAIL SCALE NONE lC 502i SCALE NONE 4TVPPOJO4T r El 6451 Addendum No Attachment No 8 ,ge of 58 .L, 2 z Tu Q „ ,aa S = I I REMS., N.. 1 D,E 1 DESCRIPTION CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services BOX DATA SECTION DIMENSIONS REINFORCING (1 2/ff) C2) IT.411 Ts • Ts 5 ca 5 664 . 1,1 If, 1 inl lin, (in, 1,1 Id, , 4 2 7.5 6 5 <2 0.18 0.27 0.15 0.12 0.18 0.18 0.18 0.1,1 4.5 4 2 5 5 5 2<3 38 0.18 0.19 0.17 0.12 rodiusliap, - lida-'Ts'<5.. 4 2 5 5 5 10 38 O., 0.12 O. 12 O. , aS1 acl'i'2alTyp, 4 4 2 5 5 5 15 38 0.14 0.16 0.16 O., 4 2 5 5 5 20 38 0.18 0.20 0.21 O. , Asa‘aottl la'le=lauenrn:, a-JF, 4 2 5 5 5 25 38 0.23 0.25 0.25 0.12 . a54,side, , ...,''' ".q. 4 2 5 5 5 30 38 0.28 0.30 0.30 0.12 ,yao 1" alMinimum lengfh is equal to Pi': spacing of lonaTtudinal A'4 L.- ITyp, 71 0 „inforci„ plus 2. (Typl 2. Max 11_,I,......1 9 3 5 5 5 2, 38 0.15 0.23 0.20 0.12 - „ ,,.,,y. 4 3 5 5 5 10 38 0.12 0.14 0.14 0.12 9.1 'Tia'I'f.tagrr':'- ' ' T..n". 4 3 5 5 5 25 38 0.17 0.29 0.29 0.12 .4 a 55 1 lonaitud,nAl 2.• Min space plus "A. ..B" "A" ..B" CORNER OPT ION CORNER OPT ION CORNER OPT ION CORNER OPT ION .,..a' 4 4 5 5 5 2,3 38 0.12 0.26 0.23 0.12N FILL HEIGHT 2 FT AND GREATER FILL HEIGHT LESS THAN 2 FT 8888 4 4 5 5 5 10 38 0.12 0.15 0.15 0.12 4 4 5 5 5 25 38 0.19 0.31 0.31 0.12 T. „ V.,. Min ITyal - 7-S•? ,51 L-?gi-==,, GENERAL NOTES: "FT .a Al I I Gloss "H. Concrefe concrete shol be w,ih o minimum compressive „renal, AAZ=11j.„ See SCP-Ma for laneous '3.'-t7.. standard sheet miscel " t,o1 "."- de*o,ls ond no*es no* shown. IAN re, nf =11 fnnn,nn i.'''a tnis sneet, tne contractor MOY On 0,ennOfn den,nn *,-Inf , equo4 do or exceeds SECT ION A-A the box design For the design .F, I I height , Sn„ for tne table. pl„s alternate designs snol I be submitte , ifh Ifem HOP AND BOTTOM SLAB .1 JOINT REINFORCEMENT, HL93 LOADING Mi,A1'-' 'Mc. Department at Transportation itrit. Standard SINGLE BOX CULVERTS PRECAST 4'-0" SPAN C) Fo Box engt . 8'-0" , ear foof o box lengfh. Aza and Ass SCP-4 aa'aa. a'.'..a. Z.I. 'e, cnv PROJC, /El 6451 A\ E o a RMS., No. 1 D,E 1 a. DESCRIPTION y ff CITY of CORPUS CHRISTI - ,P, < TEXAS g s w Imp Deportment of Engineering Services m a Fri ON BILLS OF REINFORCING STEEL (For Box Length = 40 feet) OUANTITIE O ce 6Bars B Bars C & D Bars E Bars FI -a4 Bars Fz-v4 a I'-6" Max Bars M-04 at I'-6" Max Bats r & Z -v4 Bars x a I'-6" Max 4-n4 Bars K footrof Barrel OtOi x r Length Wt ry rn Baro N No.,.Len9tn wt No. Length Wt No. Length N Length_ N N enB en N NLengthrvt wt Len9 Length w o _4 ICYI IL, 162 160.4 123 39.7 6,538 162 2,020 108 49 208.3 1.4 164 51.4 8,496 55 1,1B 304.1 2.1 235 74.512,403 4me ed wire re- mav4V 15, meeting the Exam h wgon. Replacement o( No. 6 Cr 60 at 6' 0.754 sg in/ft. 0P ,6945 ,55 the Provided 530.6 wire , NL93 LOADING SHEET . Department of inrep...vp sesnean ULTIPLE BOX CULVERTS CAST -IN-PLACE 4'-0" SPAN ' TO 23' FILL C-4-23 a cnvvaodre /El 6451 Page 49%158° NOTE: CROSS SECTIONS DEPICTS BASE BID II PAVEMENT SECTION THE GRADING CONFIGURATION AS TWK—R1 vROJCCT no. 161811 76 ..,170r?' 0011m/2017 on WELL AST, VERTICAL AND BASE � REowTCALFORBASE AND BID 5000 opoco 5004 04 LL 44 5% 8. — 0%% wo 04 GARVER 404 35 00 4404 35 OD 3755 S CAPITAL OF . TEXAS HWY, SUITE 325 AUSTIN, TX 76704 TAXIWAY .L0 STA 103+00 GD 0 REGISTRATION NO 44 co Q = 'ij Lu u o4 4004 W Lt 0 wL6 56.10 w Poo 00, .---0.4,47/4000 Li 45.00 35 OD 35 00 CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION TAXIh;'AY K CROSS SECTIONS I 50 GO 50 00 4504 40 00 ry m iuo 2.T!% 0 7.-- Mr 54 w — —_] 0400 40.00 35 OD 35 00 0 20 120 TAXIWAY NOLO STA 104.0000 0 c0IY PROJCC1 g E 16451 9=luer'n'tt 21 CT,NK—X2 vSOc16 60.161811 76 NOTE: CROSS SECTIONS DEPICTS BASE BID II PAVEMENT J �y 14 Al 9J- 90127.017 o� 5000 B am LL 500o SECTION TH E GRADING CONFIGURATION AS WELL AS TH E VERTICAL AND HORIZONTAL GEOMETRI ES BASE BID II. RE IDENTICAL FOR BASE BIB I AND Lu w W m°/� o - 00, 88 oos°u 80 600 OD rvSEAo 40 Ut0000 -- ._--rt 44 DD o — GARVER . 35 DO _ as " / 35 OD 154 104 44 0 30 TAXIWAY STA 104.000 0 30 .L0 54 04 120 150 3755 S CAPITAL OF . TEXAS HWY, SUITE 325 AUSTIN, TX 79704 REGISTRATION NO o co Q = 50 OD 50 OD 45.00 a om '1° ��� _ z3.o GUARD r .00 oo 35 00 ao _ ` / DO CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION TARM'AY K CROSS SECTIONS II . o � e5m `O- �o w — EXISTING GUARD COAST RON 45 o0 40.00 aza. ao OD 35 00 io s o .. .. 35 DO cnv 0001001 / 616451 NOTE: �00�CROSS SECTIONS DEPICTS BASE BID II PAVEMENT � o CT,NK,3 v80J1, N0.161811 76 .., ',Or?' J ,y ¢ Digitally Signed on 1 r1zo17 o Lut SECTION TH E GRADING CONFIGURATION AS WELL AS TH E VERTICAL AND HORIZONTAL GEOMETRIES BASE BID II. RE IDENTICAL FOR BASE BIB I AND uT, m LL o LLL W 300 sa0l� o w tl EXISTING US COAST GUARD APRON ns0o1 6 GARVER 60 00 4. 6o 35 00 leo 50 Iso 120 90 -60 0o TAXIWAY 30 .L0 60 90 120 35 �� 50 3755 S CAPITAL OF AUSTIN, TX 79706 REGISTRATION NO o co Q C 6s.00Pi LU LL L, t w �so 1m^n zs.� EXISTING US COAST GUARD APRON az.00 6000 _1a 6000 0 35 TAXIWAY .L0 STA 106+50 OD 50 00 35 00 50 00 CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION TAMMY K CROSS SECTIONS III ai o t uoo woco LJ w w w EXISTING US GUARD AMON COAST as 00 Lu aa� =..' 6000 3,eo° 6000 35 00 35 00 TAXIWAY .L0 STA 10,00 00 cm 0004101 g E16451 �aae szorse gage 5a or5a o nWK-,I x801811no. 16181176 5000 50 00WELL NOTE: CROSS SECTIONS DEPICTS BASE BID II PAVEMENT J ,y �S DigitallySigned on r SECTION TH E GRADING CONFIGURATION AS AS TH E VERTICAL AND HORIZONTAL GEOMETRI ES II. RE IDENTICAL FOR BASE BIB I AND BASE BID um �s w w '� �- w GUARD APRON COAST 00 0 dam o 3A � 04 noDo - GARVER 35 OD 100 50 00 150 -120 00 -00 30 TAXIWAY STA 107.0 30 .L0 OD 00 00 120 35 �� 3755 5 CAPITAL OF . TEXAS HWY, SUITE 325 AUSTIN, TX 76704 REGISTRATION NO o co Q C m5EXISTING o nam WW s.oa�°i°— w — - - - US COAST cunRDAPRON um A 4000 - ° 40 OD TAXIWAY .L0 STA 106.0 00 50 00 35 00 120 50 00 CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION TAXIWAY K CROSS SECTIONS IV um WLL.°1°— 2rw EXISTING US cuARowmoN COAST um 40.00 _ __--0I-!=6:_ 4000 00 35 00 -180 120 TAXIWAY .L0 cnn PROLE c1 g E 16451 gage 5a or5a 04esdo5s0 s o CT,NK-X5 CONSULT!, v8 011 811 no. 161811 76 5000 �� NOTE: CROSS SECTIONS DEPICTS BASE BID II PAVEMENT J �y Digitallyned on nol7 ',,,-- S SECTION THE GRADING CONFIGURATION AS WELL BBI,. ARE IDEAND NTICAL 1CHLFOIZONTR BASE BIBIPNB BASE dsm L'IwEXISTING 5W°/° 1118%� w .A130 APRON T 0000 - GARVER daw do oo a leo sowo Iso 1z0 00 �o 00 TAXIWAY STA 100.0 00 .L0 00 00 so 35 120 m 50.00 o 3755 S CAPITAL OF TEXAS HWY, SUITE 325 AUSTIN, TX 76704 REGISTRATION NO -. m Q °'" En- W S 45 OD w°/° W t 1.11 0 1 add rwLL 01 W � 0mm 6500 A —_ 0 0r0 40 00 40 00 35 00 50 00 TAXIWAY STA 100.0 .L0 00 90 120 150 50 00 CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION TAXIWAY K CROSS SECTIONS V u0o o \ 6 ILA 65 00 4000 000 00 -12D 0 60 35 00 TAXIWAY .L0 00 120 150 STA 110.0 00 cnv 000dre1 %616451 04esdo5s0 s STAINLESS STEEL BOLTS WITH AN (SEIZE COMPOUND 43 STEEL REINFORCEMENT (z)xB HOOPS STEEL EINFORCEMENT FINISHED GRADE THR R \ COMPACTED SOL ,L AROUND L -e6, LIGHT HAND TROWEL FINISH AND SLOPEi DRAIN AWAY CIRCUIT IDENTIFICATION AND F—ROM LIGHTSOLID BARES°, DRAWN EQUIPMENT NUMBERING TAG, SEER FOR COUNTERPOISE DETAIL ON SHEET E-507 FOR ND REQUIREMENTS 1r `o DORI RAWN ER IATEANDD DISCONNECT RUG FROM CONCRETE O TDSO FT FRANGIBLE COUPLING, BASE VER EXOTHERMIC WELDED CONNECTION a ET E-504 vHaJCCi N0.161811 ]6 s}° 91 SL ee roxnL Digitally Signed on of TT�. + (cnowELOOR APPROVED EQUIVALENT) 111-111-111-111-111-1I ° 1 — I—II—II—I=II- " }' ty III—IIIIIIIIIIII—I - GARNER P LIG, BASE INTERN, GROUND LUG TO LIGHT FIXTURE VIA x IZIp3HOOPSBOND AWG GREEN TYPE X HHW STRANDED COPPER WIRE PROVIDE FIXTURE ANO COVER L -667B CLASS IA LIG, BASE, z DIAMETER x 24" DEEP, WITH_PROVIDE INTEAND IXrEarvuGROUND 3. SLACK CABLE FOR LIFTING CONNECTIONS AND OPPERCLAD EL TRANSFORMER ABOVE GRADE GROUND FOR COUNTE LUGS BONDING JUMPER, UTILIZE EXOTHERMIC .e. 46 AWG BARE SOILD COPPER COUNTERPOISE, UTILIZE MECHANIC, oG, CONNECTTOCOUNTERPOISE COPPERCILD STEEL GROUND ROD FOR LIGHT BASE AND 3755 S CAPITAL OF TEXAS HWY, SUITE 325 AUSTIN, Tx 76704oo VVELD TO BOND JUMPER TO TED V L L-ea3 CONNECTORS, HEAT SHRINK, AND GS REBAa GROUNDING GROUND ROD AND MECHANIC, CONNECTIONS FOR BONDING TO BA y)) ,-1 CABLE(S) II CAN EXTERAL GROUND LUG D aEBAR N P-610 CONCRETE, 6'. ALL Vi GISTRATION RE F -5,3D zwccGN CONDUIT `\ GROUND ROD NOTES: NIMSELECT LL MINIMUM Ma DIAMETERHONEGROUND RODS S,LSE E ST,LED THAN SHEETS DEDICATED 314'. X 10. COPERCLAD STEEL —. GROUND ROD NATTDH IXONHERMC WEILD . / OFFSET /� z ONE GROUND SH LL BE INST,LEDLIGHTBBASE FOR BASE IWDASSC ATEACH DIGTROD GROUNHE IATED RMEIJr. o m a = INST,L 3. X 3. FILTER BLANKET SLIP FITTER RUBBER AS DIRECTED BY ENGINEER UNDER LIGHT BASE CAN, OVERLAP GAND NDB GROMMET ITRIBEDBRI N TYPICAL GROUND ROD CONNECTION D TIDBUSHING SECVIEW pa SCALE NONE BASE MOUNTED LIGHT FIXTURE NOTESli. PWG BARE SOLID COPPER TO: 1 INSTALL FIXTURE SO NUMBERING TAG FACES COUNTERPOISE PAVEMENT EMENT GE SIDE OF FIXTURE -623 CONNECTOR KITSNATH HEAT Z GUIDANCE INK 9TAGS AT NS. ALL LIGMS AND RE 113 STEEL HOOP REINFORCEMENT 3BOX EXTERN, GROUND LUG COUNTERPOISE SH,L BE BONDED TO JUNCTION ,ILIZESTHE FOLLOW, NG PROCEDURE EQUIPOTENTII, . - CONTINUOUSLY METHOD LIGHTNING PROTECTION(. 43 STEEL REBAR p. POINT L-623 LENGTH OF L-823 CONNECTORS aTHE CONDUIT DRAIN SYSTEM SHALL CONNECT TO, THE EXISTING BOX CULVERT AT LOCATION SHOWND • REINFORCEMENT ECGVTACLE AND PLUSTALL GENDS 3.WRAP 1-1/T. PLASTIC TAPE COVERING ON SHE, E-102 CONDUIT DRAIN RPESSH,L ENTIRE LENGTH OF L-823 CONNECTORS INSTALL ARPORT LIGMING HEAT ,WAYS BE INSTALLED SUCH THAT WATER NALLWRAP Z. RUBBER TAPE ENTIRE LENGTH OF SHRINK KIT, SUFFICIENT SYSTEM, WITH A MINIMUM 2 PERCENT SLOPE UNLESS • BTO COMPLETELY COVER OTH SIDES. CONNECTOR D20F CABLETFLOW AWAY FROM THE ELECTRICAL CONDUIT L-6. H FACING OUi. CONNECTORS WITH ADHESIVE SIDE OTHER*, SE DIRECTED OR APPROVED BY THE OAR CONDUIT ORAN SYSTEM SH,L BE SUBSIDIARY TO THE ELEVATED TAXIWAY EDGE LIGHT PAY ITEM. CONDUIT WITH CABLE(S) 6: 4C CABLE CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION ELECTRICAL DETAILS IV MauMROUND Y Y ENGTH CONNECTOR NOTES: FULLSTRINSTALL CABLE . AWG BARE STRANDED COPPER BONDING JUMPER TO REBAR AND TO GROUND ROD ROUND BASE ENCASEMENT TAG 12. FROM L-823 1 IN-LINE CONNECTIONS OR SPLICES OF UNDERGROUND CABLES WITHIN MANHOLES, ,LIGHT ,DR OTHER ICCE.IIBLE LOCATIONS SHALL BE MADE USING CONNECT. HANDHCONNECTOR ITS RUNS WITHOUT corvNECTORI 2 PROVIDE CABLE IN CONTINUO. ONS, UNLESS AUTHORIZED IN WRITING BY THE ENGINEER OR SHOWN ON THE PLANS 3 INST,L1-PECE HEAT SHRINK KF ON PRIMARY CABLE CONNECTORS PLAN VIEW 4 DO NOT INST,L HEAT SHRINK DNSECONDARY CABLECONNECTORS DFTHE ISOLATION BASE MOUNTED LIGHT INSTALLATION TRANSFORMERS E-566 SCALE NONE ,� L-823 CONNECTOR INSTALLATION FOR CAN AND CONDUIT SYSTEM SC,E NONE cnv vaoJ[o %616451 V 6 r -16N 366(16-6) STAIN LESS STEEL BOLTS (ASTM IN -PAVEMENT NOTES: o ET E-505 PROJE no. 161811 76 s'7��f'���s ___________ sioFAC Digitally Signed on 0m/2017 PROFILE LED CPAVEMENTLIGHT FIXTURE AND STNWASHERS(N RD -LOCK MN GASKET, rvPF AND LENS COLOR AS SHOWN ON PLAN ANTI -VIBRATION 1 INSTALL NEW L-623 CONNECTOR KITS WITH HEAT SHRINK AND CABLE TAGS AT ALL LIGHTS SEALANT PER MFR TIONS IN TH ANTI -SEIZE WA �UND(LCCr66 LB BO2 MARINE 2 CONNECT THE FINISHED PAVEMENT ELEVATION FIXTURE SH,L MATCH GRMNTISEIZFJ MPO CODNTE3PoISETOTHE REBgR CAGE AROUND THE FIXTURE BASE OR FLEXIBLE PAVEMENT. BONG THE GE RING WITH PAVEMENT DAMee BEVEL RING KIT AND SPACER RINGS, SIZED, 12"L-6668, CLASS 1A GALVANIZED STEEL, LOAD 3. INSTALL IN -PAVEMENT LIG, FIXTURES VATH NEW APPURTENANCES IN ACCORDANCE WITH FAA GUIDELINES AND MEET FAA REQUI REMENTS AND SET THE BEARING, LIGHT BASE 24" DEEP WTH INTERNAL AND MANUFACTURERS RECOMMENDATIONS FOR A COMPLETE INSTALLATION. FIXTURE TOP EDGE +0, TO -1/16" IX PAVEMENT ALIGNMENTWATCHT CHEC16 NNGE LIGHT I ONGILTU DI NAL yCALCULATIONS TWO OR RENEW AND APPROVAL PRIOR TO STARTING WORK MINIMUM BOLT TORQUE SHALL BE B,L FIXTURES. 0 IN-LB,10 LB WEEKS AFTER INST,LATI ON, COORDINATE RUNWAY CLOSURE AND CH ECKTOR¢UE ONS fi6 AWG BARE SOLID COPPER COUNTERPOISE, N3 HOOPS STEEL REINFORCEMETURE �N^T LUG USINGD ATTACH TO LIGHT BASE IXTERNAL GROUND (21 TO BOTH REBAR CAGE ND TO DEMNSTRATE PROPER INSTALLATION LOCATION, ON, AND 10 CONCRETE, LAL¢DND EGE THgROUND r iINN, pew BASE SD �NOLIG,EXTOLEb¢ BASE LUG USI NG 1/6 AWG r COFFEE WIRE 'ON 7 UTI H FAA rc AND MANUFA APITAL OF TEXAS HWY, SUITE 325 AUST EXTERNAL GROUND LUG WITH MECHANICAL CONNECTION FOR GALVANIZED BASE OR WRH rv� .11 PROVIDE 3' SLACK CABLE FOR LIFTING WORK SHALL BE TO THE SATISFACTION OF THE ODEGS SO THAT INSTALL NEW L-668 LOAD BLAN K COVERS TO AND ON 1D UTI PRECISE TT REGISTRATION F-n13 0. FICATE TO RIORLPR,L TORQUE AND ROTATION ANGLE CAN 32". PVCCONDUITWTHMENT TAGs(rYC. RCAL) 1m!=-fir,......111 HEAT SHRINKgNOCABLELDA —=` ;,. NEVERDBEIMPACI GROLNCDHgSA-BEVELZ-TPECEGPACERRI GMRVBEREQUIREDroPROPERLYINGTALLEXTDRESRN = Q = DP`M ikIIIMIIM POWER LBZOa(C) CABLE(s) LIGHT BASES WTH EXOTHERMIC WELD rH E CORRECT ELEVATION. TH13 TO PRESERVE THE LIGHT BASE INTEGRITY AND PROPER BOLT TORQUE, A MAXIMUM IS MAX REE SPACER RINGS MAY MINIMUM SELECT BACKFILLBEVEL STACKED TOGETHER TO BRING LIGHT FIXTURES TO BE INSTALL 3' X 7 FILTER BLANKET UNDER LIGHT BASE CAN , OVER LIP AS DIRECTED BY ENGINEER SFORMER GSFUNGERINGS, twO SPACER RINGS. 14 THE CONTRACTOR SHALL BE RESPONSI BLE TO MEASU RE AN D DETERMI NE TH E REQUI RED TH ICI. =SS OF EACH IVIDU LSPCIERUINGREQUIRED TO PUT THE FIXTURE AT OH E CORRECT ELEVATION, AZIMUTH, AND ROTATION PER SECTION VIE 0 S INDIVIDUAL F 15 I F I N -PAVEMENT FIXTURE ASSEMBLY OR FAILED PHOTOMETRIC TEST IN DICATE AN INCORRECT ELEVATION OR . AWG BARE SOLID COPPER TO ORIENTATION, THE CONTRACTOR SH,L EXPEDITIOUS, OBTAIN THE CORRECT SPACER FUN. TO CORRECT THE COUNTERPOISE ON PAVEMENT PROBLEM IMMEDIATELY TO THE SATISFACTION OF THE ENGINEER, WHICH WILL I NCLU DE A SECOND PHOTOMETRIC SIDE OF FIXTURE TEST ALL SUCH WORK AND ADDITIONAL TESTING SH,L BE PERFORMED BY THE CONTRACTOR AT NO ADDITION, COST TO THE OWNER 16 CORING AND ANY REPAIR OF EXISTING PAVEMENT SH,L BE CONSIDERED SUBSIDIARY TO THE IN -PAVEMENT TAXIWAY EDGE LIG, PAY ITEM CONDUIT WITHCAa5S1 1 INSTALL FLUSH -MOUNTED BRONZE IDENTIFICATION MARKER IN TH E CONCRETE FIXTURE. INSTALL MARKER SUCH THAT IT CAN READ FROM PAVEMENT ENCASEMENT ENCIRCLING THE LIGHT s DIA CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION ELECTRICAL DETAILS V o • O � D ROUND ENCASEMENT = MARKER NOTESROUND T4 01 "'�/ NUMB :RVPICR�)LE ID . AWG BARE STRANDED COPPER BONDING JUMPER TO 1 3" DIAMETER FLAT CONCRETE BRONZE MARKER, LETTERS 1/2" HIGH, REBAR AND TO GROUND ROD RECESS MOUNTED FLUSH WTH TOP OF PAVEMENT EPDXY IN PLACE BASE PLAN VIEW 2 MARKERS SHALL BE INSTALLED SEQUENTI,LY ALONG THE PATH OF THE TAXIWAY CIRCUIT INTHEORDER THAT THE INPAVEMENT TAXIWAY LIGHT INSTALLED IN ACCESS ROAD CONNECTED RIEBCIRCDIT BLE IS 3 I N-PAVEME, LIGHT FIXTURES ON THE SAME CIRCUIT SHALL BE NUMBERED SC,E NONE IN THE SAME SEQUENTIAL FASHION WTH THE ELEVATED EDGE LIGHTS AN D SIGNS 4 CONTRACTOR SHALL NOTE AND RECORD THE NOMENCLATURE OF THE EXISTING EDGE LIG, MARKERS PRIOR TO ANY REMOVAL OR ADJUSTMENT 5 NEW EDGE LIGHT IDENTIFICATION MARKERS SHALL MATCH NAMING CONVENTION OF EXISTING MARKERS 6 COST OF IDE,IFICATION MARKER SHALL BE CONSI DERE° SUBSIDIARY TO LIGHT FIXTURE PAY ITEM BRONZE EDGE LIGHT IDENTIFICATION MARKER E 665 SCARE NONE ,ypPOJRCY/E16451 AWG BARE COUNTERPOISE ON PAVEMENPPER T SIDE OF FIXTURE EDGE OF ACCESS ROM BASE PLATE LIGHT FIXTURE • IN -PAVEMENT NOTES: o o EE -506 PROJEC7 no. 16181176 ' sj91#6 SL ee i,liklk.c Digitally Signed on 01,7,0, GARVER 3755 S. CAPITAL OF . TEXAS HWY, SUITE 325 AUSTIN, TX 78794 DINTGUMPO R TO RN J REBAR AND TO GROUND ROD ROUND DACE PLAN CONDUIT WITH CABLEIBL 1. INSTALL NEW L-823 CONNECTOR KITSNATH HEAT SHRINK MD CABLE TAGS AT ALL LIGHTS. 2. AnACH AND CONNECT COUNTERPOISESYSTEM AND GROUND RODS USINGEXOTHERMIC WELDS ONLY. CONNECTTHECOUNTERPOISE TO EACH ME1-AL BASECAN INSTALLED UNDER RIGID OR ROUND ENCASEMENT FLEXIBLE PAVEMENT. BOND THECOUNTERPOISE TO THE REBAR CAGE AROUND THEFIXTURE BASE . INSTALL IN -PAVEMENT LIGHT FIXTURES MATH NEW APPURTENANCESIN ACCORDANCENKTH FAA 3 GUIDELINES AND MANUFACTURERSRECOMMENDATIONS FOR A COMPLETE INSTALLATION. y SUBMF FIXTURE AND ACCESSORIES INSTALLATION METHOD SHOP DRANANGSNATH BOLT TORQUE CALCULATIONS FOR REVIEW AND APPROV, PRIOR TO STARTING WORK. MINIMUM BOLT TORQUE VIEW SHALL BE 500 IN -L,10 IN -LBS TWO WEEKS AFTER INSTALLATION, COORDINATE RUNWAY CLOSURE REGISTRATION NO. F-5,3 o m a LOW PROFILE L -8.52T LED IN -PAVEMENT LIGHT FIXTURE WITH GASKET, TYPE AND LENS COLOR AS SHOWN ON PLAN SEALANT PER OFINSTRUCTIONS FIXTURE FINISHED ENT ELEVATION EDGE OF ROAD • MEET FAA REQUIREMENTS AND SET THE BEVELRING wT.ANDSPACER RINGS, SIZED TFIXTURE TOP EDGE 40" TO -1 /16" FROM THE PAVEMENTSURFACE,LONGITUDINAL WITH ,,C CHECKING HOOPSREINFORCEMENT AND CHECK TORQUE ON ,L FIXTURES. 5. DEMONSTRATE PROPER INSTALLATION LOCATION, ELEVATION, AND ORIENTATION PRIOR TO PAW. WORK 304. (1,8) STAINLESS STEEL BOLTS (ASTM 8B3C^AND ESTAINLESS STEEL 2 -PART LOCKING 6. PROVIDE MINIMUM 3' SLACK CABLE FOR EACH CABLE AND GROUNDING. JUMPER ENTERING LIGHT RS(NORD-LOCK NL 3/B ss TYPE) CONNECTIONS MD ISOLATION TRANSFORMER CAN BE LIFTED OUT OF THE WITH ANTI -SEIZE COMPOUND(LOCTRE LB 8.3 MARINE BADE ABOVE GRADE E ANTI -SEIZE) FRi�rvGE RING WITH PAVEMENT DAM Z UTILIZEONLV IXOTHERMIC WELDS BELOW GRADE BEARING LIGHT BASE 2A'DEEPEwITH INTERNAL AND NTS REQUIRED TO INSTALL NEW FIXTURES IN ACCORDANCE NATH FAA AC CLASS IAGaL�ANO STEEL LOAD e_AND MANUFACTURER INSTALLATION REQUIREMENTS ALL WORK SHALL BE TO THE SATISFACTION 12"EXTERNAL OF THE ENGINEER RN.AL GROUND LUGS ANTI -ROTATION FINS NEN/ L-868LOM BEARING METAL BLANK COVERS TO PROTECT CAN AND INTERIOR DURING 9 CONSTRUCTION. SLOPE TO DRAN AWAY FROMucHr (�)A3 CONCRETE, 6" ALL AROUND 3/,CHAMFER FOR CONCREFE 19. UTILIZE A DIGIT, ELECTRONIC TORQUE -ANGLE WRENCH THAT,. VISUAL AND AUDIBLE WARNINGS so THAT PREC E AND ROTATION ANGLE CAN BEACH BOLrsIN G ENCASEMENT H ASTAR PATTERN. MONDE WRENCH CALIBRATION CERTIFICATE TO ENGINEER PRIOR TO WORK. FINISHED Toc wr CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION ELECTRICAL DETAILS VI EXISTING PAVEMENT =� 'I COMPACTED SOIL ° • I _NEVER USE IMPMrwRENISETORQuusWHEN RENovINcoRlNsrnuINGIEvm.roaauE BOLTS. III A GROUND FIXTURED LIGHTBASE INTERNABOND L INTERNAL TFIXTUET USING. SE GREEN rvPExHHwsTRANDeD COPPER WIRE 2. a _COUNTERPOISE,AnACH _ AS Awc BAREsoLcHBL-A-B 1 INsrVLiFlzruaesorvc oGHnlAs-As LzrlEce SPACER RING MAY BE REQUIRED TO PROPERLY O WITH MECHANICAL ExoCONmEaLUG �ENR.�oacuvM¢ED BASE OR WITH MIC WELD FOR STAINLESS STEEL E ry a TO LIGHT BASE IXTERNAL USING MECHANIC, CONN ECTION AND 1 OF(3SPACER RINGS MAY BE STACKED TOGETHER TO BRING LIGHT FIXTURES TO THE TTHREE TO BOTH THE REBAR CAGE AND TO GROUND ELEVATION THIS MAXIMUM LIMIT INCLUDES BEVEL RINGS, FLANGE RINGS, MDSPACER RINGS. ROD USING EXOTHERMIC WELDS ONLY cony aBEpuIPLnENi GaOUND 5 kV E WITH L-823 CONNECTORS.NEAT 1 14. THE CONTRACTOR SHALL BE RESPONSIBLE TO MEASURE AND DETERMINE THE REQUIRED FIXTURE AT THE CORRECT ELEVATION, AZIMUTH, AND ROTATION PER FAA ADVISORY CIRCULARS. COUPLING (TYPICAL)°w�K; AND CABLE TAGS L ,PICAL) 7. pa 15. IF IN -PAVEMENT FIXTURE ASSEMBLY OR PALED PHOTOMETRIC TEST INDICATE AN INCORRECT CONDUIT WITH 3 c T— DEDICATED 1 a i ELEVATION OR ORIENTATION, THECONTRACTOR SHALL EX PEORIOUSLY OBTAIN THECORRECT PQwERL-82°(CICABLEs1 SPACER RINGS TOCORRECT THE PROBLEM IMMEDIATELY TO THESATISFACTION OFTHE ENGNEER, WHICH NALL INCLUDE A SECOND PHOTOMETRIC TEST. ALL SUCH WORK AND ADDITION, - EXEMicVEooFIG CONCIOSTESTINGSHAL BE PERFORMED BY THECONTMCTOR AT NO ADDITION, COST TO THE OWNER. LITNNETNLAN�R IT WITH16. FIR BLANKET R LIGHT BASE CAN OVERLAP AS DIRECTED BY ENGINEER AvRRIFIED BRIG SECTION VIEWL-83.0 s TRANSFORMERABOVE THE coNoun- DRAIN SYSTEM SHALL CONNECT TO THEE% ISTING BOX CULVERT. COND.- DRAN SLIP-FITTER ICA BUSHING CONDUIT SYSTEM, WITH A MINIMUM 2PERCENT SLOPE UNLESS OTHER1MSEDIRECTED OR APPROVED. BY THE ENGINEER.6" MINIMUM SELECT BACKFILL 17. INSTALL FLUSH -MOUNTED BRONZE IDENTIFICATION MARKER IN THECONCRETE ENCASEMENT TRANSFORMER AND L-823 CONNECTORS ENCIRCLING THE LIGHT FIXTURE INSTALL MARKER SUCH THAT R CAN READ FROM TAMWAY PAVEMENT TAXIWAY LIGHT INSTALLED ON EDGE OF ACCESS ROAD OINPAVEMENT SCALE. NONE cnv 0001007 %E 16451 SIGN NOTES 5/f61T E-506 PHOJ[ no. 16811 76 DISTANCE FROM SIGN REFERENCE POINTTO FULL STRENGTH PAVEMENT EDGE , ACCORDANCEWTH FAA cuIOEUNESAND MANUFACTURER'S RECLIMMENDATIONS 91 syj ,u SL aa Digitally Signed 9';', OG�LAMP EP E al rO'NC/EOSAVAATrg z INSTALL NEW L-823 CONNECTOR KITS STH HEAT SHRINK AND CABLE TAGS AT SRALL LIGHTS AND GUIDANCE SIGNS ENTIFICATION TAG DETAL Ec BY METAL SCREW, SEEREQUIREMENTS pcs FOR � MET rETHR REVIEWANG APPROVAL PRIOR To STARTINGWORK QDEMONSTRATE STAINLE. STEELL ANCHOR 667B LIGHT BASE, DIAMETER X STAN EEL BOLTS w HANTI-SEIZE coMrou"o PROPER LOCATION, ELEVATION, ORIENTATION PRIOR TO CONCRETE WORK DEEP, WTH EXPEXP INTERNAL AND DTERNALGROUND LUGS,3/8THICK - GARVER ANCHoa,P AMFER W ° SLB BONDED TOLIGHTBABE EXTERNALGROUND LUG STEEL COVER oE SURFACE POTENTIAL METHOD LIGHTNING PROTECTION) AGALLARO s ED EQUIPMENT SAFETY GROUND ROD WTH EXOTHERMC D' WELD EACH FINISHED GRADE WITH COMPACTED SOIL 7 UTILIZE ONLY SAC WdLE BREACH CONCRETE DEDICATED 314,(10" COPPERCLAD SEE LIFTINGP OVID= 3' SLACK CABLE FOR CONNECTIONS AND B PROVIDE MINIMUM' CABLE ENTERING LIGHT BASE TRANSFORMERS ABOVE GRADE SO THAT -sz3 CONNECTIONS CAN BE LIFTED ouroFTHEBASE ABOVE 3755 S CAPITAL OF . SUITE To DETAILFORR COUPLINGS (TYPICAL) L 823 CONNECTORS ATH HEAT SHRINK AND CABLE TAGS GRADE P-618 SURFACE FOR OUND CONCRETE CONNECTIONRM,NEAMP PVC WITH R L-83oTRANSFORMER zd s PROVIDE TETHER FOR ALL SIGNSUSING 3/16"STAINLE. STEEL AIRCRAFT CABLE MID STA NLESS STEEL HARDWARE PROVIDE SINGLE MODULE SIGNS ��BONo»s AWG BARE SOLID COPPER Ea. PROVIDE MULrIaEMODULE gGNST�THATETHER ar WTH ONE REGISTRATION F-5„3 NC2" SET EXTENSION 'o CONCRETE �� COUTERFOISET RODAcaou"D Luc BOTH ENDS JUNCION BOX ERNAL ..� .AWG BARE STRANDED t EXOTHERMIC WELD TO BONDGROCONDUCTOR, UTILIZE DEDICATED GROUND ROD MECHANICAL CONNECTIONS UND 6" 3/aDIAMETENWEEPHOLE� { �z`sac� CABLES BONDING TO aTERNAL wcANOTORENAP BB_OWucHTBASE LL PvcCONDUIT 0 vlrRlr-,EDBwcK INSTALL 310. Fl UNDER ECAN, DIRECTED BUSHISLIPNGANDEN BFITTER R ELL(TYFICAL) BASE MOUNTED SIGN 3/a -m o COPPERCUD STEEL GROUND 10 TETHERS AND GROUND BONDING CONDUCTOR SHALL BE SUFFICIENT LENGTH ROD WTH EXOTHERMIC wELD.MNINUM _ PROPERLY AND wwER zaFROM SIGN BASE CABLE TODI�oNNECTIFTHE s.GNFALLS OVER 1 RESOD THE DISTURBED AREAS AROUND THE "AN°cRADesaLTo ' PROVIDE DRAINAGE AWAY FROM SIGN BASE TER BLANKET OVERLAPAS ER INSTALLATION o Q oa SCALE NONE LEGEND: CORPUS ISTI INTERNATIONAL AIRPORT TAXIWAY RK CONSTRUCTION ELECTRICAL DETAILS VIII NEW GUIDANCE SIGN INDEX SIGN SIDE 1 SIDE2 SIZE STYLE CLASS MODE CIRCUIT NOTES AIRPORT IDENTIFICATION MANUFACTURER/ R LBSeR MANDATORY INSTRUCTION BOUNDARY No. a a NUMBER MODEL LEGEND EK K34 G. INDEX NOTES TYPE L oouLES REQUIRED FOR THE LEGEND + MIL CHARACTERS AND MESSAGE INDICATED. TYPE z THE CONTRACTOR SHALL SUBMIT SUBMITTALS / SHOP DRAW N. FOR ALL MIL SIGNS THAT FULLY 46STEI�HE CONSTRUCTION REQUIREMENTS LISTED IN AC,so/5345X XT EDITION) 3LEGEND z z z z ra T1516 WMACDRVE LEDTYPE 3 TAXIWAY GUIDANCE SIGNS PERPENDICULAR DISTANCE FROM DEFINED. LEGEND KQ. G� Sas TAXIWAY EDGE TO NEAR SIDE OF SIGN SHALL BE z, FEET FOR SIZE 2 SIGNS. TYPE L L z z z z Ta Ta -s,/ WMPCDRVE LED 4 REPLACE ALL SIGN PANELS TO UPDATE THE ENTIRE M.., ELEMEN T ° COORDINATE NEW PANELS WITH ORIGINAL SIGN MANUFACTURER TYPE R MDRELED 5 COORDINATE WTH OWNER AND OAR FOR NEW ARPORT IDENTIFICATION LEGEND MI L NUMBER 6 TYPE 2 2 2 2 T4 T4 -S15 LUMACURVE LED 6 INSTALL OWNER FURNISHED SIGN ON NEW FOUNDATION RELOCATED SIGN NEW GUIDANCE SIGN INDEX ? SIGN PANEL SHALL BE BLANK SCALE NONE cVPPOJrc /616451 Report Created On: 2/1/2017 3:17:55 PM PROJECT: E16451 Corpus Christi International Airport Taxiway K Construction BIDDER: SpawGlass Civil Construction, Inc. TOTAL BID: $0.00 COMPLETION TIME: Not Required BIDDER INFO: 13800 West Road Houston,TX 77041 P: 281-970-5300 F: 281-970-5305 AIA DOCUMENT A310 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, SpawGlass Civil Construction, Inc. 13800 West Road Houston, TX 77041 (Here insert full name and address or legal title of Contractor) as Principal, hereinafter called Principal, and FEDERAL INSURANCE COMPANY 15 Mountain View Road Warren New Jersey 07061-1615 (Here insert full name and address or legal title of Surety) a corporation duly organized under the laws of the State of Indiana as Surety, hereinafter calied Surety, are held and firmly bound unto Ci ty of Corpus Christi, Texas (Here insert full name and address of legal title of Owner) as Obligee, hereinafter Galled Obligee, inthe sum of Five Percent of Greatest Amount Bid ( 5% GAB ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid, for CCIA - Taxiway K Construction Project No. E16451 (Here insert full name, address and description of project) NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this January 31, 2017 SpawGlass Civ"l Construction, Inc. By: (Titer ! o j 1r.65;C C'ir— FEDERAL INSURANCE COMPANY Sn der(surety) In Fact (Title) (Seal) (0e CaNY- (Witness) (Seal Darlene Mitchell (Witness) Printed in cooperation with the American Institute of Architects (AIA) by the Chubb Group of Insurance Companies. The Language in this document conforms exactly to the language used in AIA Document A310 February 7970 edition. Form 15-02-0033 (Rev. 12-99) ------..%'/ • tl • Chubb Surety CHUH6 POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Norman E. Adams, Michael Macomber, John A. Prince and Larry D. Snider of Houston, Texas — each as their true and lawful Attorney- in- Fact to execute under such designation in their names and to affix their corporate sears to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory In the nature thereof (other than ball bonds) given or executed In the course of business, and any instruments amending or altering the same, and consents to the modification or alteration or any Instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPi§NY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 26 day of May, 2016. �..� STATE OF NEW JERSEY SS. County of Somerset On this 26th day of May, 2016 before me, a Notary Public of New Jersey, personally came David J. Edwards, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said David J. Edwards, being by me duly awom, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that he Is acquainted with David B. Norris, Jr„ and knows him to be Vice President of said Companies; and that the signature of David B. Norris, Jr., subscribed to said Power of Attorney Is In the genuine handwriting 01 David B. Norris, Jr-, and was thereto subscribed by authority of said By- Laws and In deponent's presence. Notarial Seat KATHERINE J. ADELAAR NOTARY PUBLIC OF NEW JERSEY No. 2316685 Commission Expires July 16, 2019 CERTIFICATION Extractfrom the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: -Except as otherwise provided in these By -Laws or by law or as otherwise directed by the Board of Directors, the President or any Vice President,shell be authorized 10 execute and deliver, in the name and on behalf of the Corporation, all agreements. bonds, contracts, deeds, mortgages, and other instruments, either for the Corporation's own account or in a fiduciary or other capacity, and the seal of the Corporation, If appropriate, shall be affixed thereto by any or such officers or the Secretary or an Assistant Secretary. The Board of Directors, the President or any Vice President designated by the Board of Directors may authorize any other officer, employee or agent to execute and deliver, in the name and on behalf of the Corporation, agreements, bonds, contracts, deeds, mortgages, and other instruments, either for the Corporation's own account or in a fiduciary or other capacity, and, If appropriate, to affix the seal of the Corporation thereto. The grant of such authority by the Board or any such officer may be general or confined to specific instances. - 1, David J. Edwards, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the' Companies') do hereby certify that (1) the foregoing extract of the By- Laws of the Companies is true and correct, fill) the Companies are duly licensed and authorized to transact surety business In all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant are Ilcensed in the U.S. Virgin Islands, and Federal is licensed In Guam, Puerto Rico, and each of the Provinces of Canada except Prince Edward Island; and (iii) the foregoing Power of Attorney is true, correct and In full force and effect. Given under my hand and seals of said Companies at Warren, NJ this Notary Public 31st day of January, 2017. David J. Edwards, Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE. OR BY Telephone (908) 903- 3493 Fax (9081 903- 3856 e-mail: suretvtt3lrhubb.com Form 15-10- 02258- U GEN CONSENT (rev. 07-15) • ` t 7 t. • • • • 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1— BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by SpawGlass Civil Construction, Inc. (type or print name of company) on: February 1, 2017 at 2:00 PM for Project No. E16451 Taxiway K Construction 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below) to the City's electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi, Texas City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid - Taxiway K Construction Project No. E16451 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 2 — BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner on the form included in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 21 13 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. One Addendum Date 1/27/2017 Signature Acknowledging Receipt Bid Acknowledgement Form CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 2 Page 11 of 58 003000-1 Rev 01-13-2016 ARTICLE 3 — BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 102 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and Bid Acknowledgement Form CCEA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 2 Page 12 of 58 003000-2 Rev O1-13.20th all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4 — BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. D. The bidder can submit a bid for Base Bid I and/or Base Bid II; however, each Base Bid must include a bid for General (Part A). The Bidder selected for award of the Contract will be the lowest responsible Bidder or the Bidder who provides the Best Value for the Owner that submits a responsive Bid. The Bidder selected for award of the Contract will be either the Lowest Responsible Bidder or the Bidder who provides the Best Value for the Owner that submits a responsive bid for either base bid, and general items. Owner will, at its discretion, award the contract to the lowest responsible Bidder for either base bid (and general items), or to the Bidder who provides the Best Value for the Owner for either base bid (and general items). ARTICLE 5 — EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid, the Bidder's responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder- The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. Bid Acknowledgement Form CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 2 Page 13 of 58 003000-3 Rev 01-13-2016 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non -conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE 6 —TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 325 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 355 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7 —ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 3005 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON -COLLUSION CERTIFICATION. G. SECTION 00 72 03 MINORITY/MBE/DBE PARTICIPATION POLICY ARTICLE 8 — DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions, Bid Acknowledgement Form CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 2 Page 14 of 58 003000-4 Rev 01-13-2016 ARTICLE 9 — VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County, Texas for any legal action. ARTICLE 10 —SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form, 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. Bid Acknowledgement Form CLIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 2 Page 15 of 58 003000-5 Rev 01.13.2016 ARTICLE 11— BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: SpawGlass Civil Construction, Inc. By: (typed or printed full legal name of Bidder) (individual's signature) Name: Amer AI-Nahhas Title: President Attest: (typed or printed) Llr2 Dan Hinson, Secretary State of Residency: Federal Tax Id. No. Address for giving notices: Texas (typed or printed) (individual's signature) 76-0497205 13800 West Road Houston, Texas 77041 Phone: 281-970-5300 Email: Amer.AI-Nahhas@SpawGlass.com (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form CCIA Taxiway K Construction Project No. E16451 Addendum No. 1 Attachment No. 2 Page 16 of 58 003000-6 Rev 01.13.2016 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who 15 not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of XJ Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: By: Name: Title: Business address: Phone: SpawGlass Civil Construction, Inc. (typed or printed) (sigr e -- attach evidence of authority to sign) Amer AI-Nahhas (typed or prin ted) President 13800 West Road Houston, Texas 77041 281-970-5300 Email: Amer.Al-Nahhas@SpawGlass.com END OF SECTION Compliance to State Law on Nonresident Bidders CCIA Taxiway K Construction Project No. E16451 003002-1 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest ER TO BE ASSIGNED 8'( CITY — a PURCHASING DIVISION ir City of CorpusChnsti CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: SpawGlass Civil Construction, Inc. P. O. BOX: STREET ADDRESS: 13800 West Road CITY: Houston ZIP: 77041 - FIRM IS: 1. Corporation 3,1 2. Partnership ❑ 3. Sole Owner ❑ 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of thispage or attach separate sheet. 1. State the names of each `employee" of the City of Corpus hristi having an "ownership interest" constituting 3% or more of the ownership in the above named `firm. Name Job Title and City Department (if known) None 2. State the names of each `official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Title None 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Board, Commission or Committee None 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Consultant None City of Corpus Christi Disclosure of Interest 003005-1 Rev 01-33-2016 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Amer Al-Nahhas (Type or Print) Title: Presiderli Signature of CertifyingDate: Person: (7 -4r -C2-5 DEFINITIONS February 1, 2017 a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi Disclosure of Interest 003005-2 Rev 01-13-2026 00 30 06 NON -COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi, Texas 78401 CONTRACT: Taxiway K Construction Project No. E16451 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: By: Name: Title: Business address: Phone: SpawGlass Civil Construction, Inc. (typed or printed) signature -- attach evidence of authority to sign) Amer AI-Nahhas (typed or printed) President 13800 West Road Houston, Texas 77041 281-970-5300 Email: Amer.AI-Nahhas@SpawGlass.com END OF SECTION Non -Collusion Certification CCIA Taxiway K Construction Project No. E16451 003006-1 11-25-2013 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY Contractor shall adhere to all 49 CFR Part 26 requirements regarding program requirements. 1.01 Good Faith Effort The obligation of the bidder/offeror is to make good faith efforts. The bidder/offeror can demonstrate that it has done so either by meeting the contract goal or documenting good faith efforts. The bidder will ensure that all information is complete and accurate and adequately documents the bidder/offer's good faith efforts before we commit to the performance of the contract by the bidder/offeror. As part of this reconsideration, the bidder/offeror will have the opportunity to provide written documentation or argument concerning the issue of whether it met the goal or made adequate good faith efforts to do so. The bidder/offeror will have the opportunity to meet in person with our reconsideration official to discuss the issue of whether it met the goal or made adequate good faith efforts to do. We will send the bidder/offeror a written decision on reconsideration, explaining the basis for finding that the bidder did or did not meet the goal or make adequate good faith efforts to do so. Good Faith Efforts when a DBE is replaced on a contract (26.53(f)) The city will require a contractor to make good faith efforts to replace a DBE that is terminated or has otherwise failed to complete its work on a contract with another certified DBE, to the extent needed to meet the contract goal. We will require the prime contractor to notify the DBE Liaison officer immediately of the DBE's inability or unwillingness to perform and provide reasonable documentation. In this situation, we will require the prime contractor to obtain our prior approval of the substitute DBE and to provide copies of new or amended subcontracts, or documentation of good faith efforts. If the contractor fails or refuses to comply in the time specified, our contracting office will issue an order stopping all or part of payment/work until satisfactory action has been taken. If the contractor still fails to comply, the contracting officer may issue a termination for default proceeding. Disadvantaged Business Enterprise (DBE) Utilization (FAA FORM 010460 — DBE PARTICIPATION REPORTING) The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner (please check the appropriate space): Minority/MBE/DBE Participation Policy CCIA Taxiway K Construction Project No. E16451 00 72 03 -1 The bidder/offeror is committed to a minimum 8.87% DBE utilization on this contract. ❑The bidder/offeror (if unable to meet the DBE goal of 8.87%) is committed to a minimum of % utilization on this contract and submits documentation demonstrating good faith efforts. Name of bidder/offeror's firm: By: SpawGlass Civil Construction, Inc. Amer Al-Nahhas, President (Signature) (Title) Minority/MBE/DBE Participation Policy CCIA Taxiway K Construction Project No. E16451 00 72 03 - 2 Complete the following for each DBE Firm to be used on the project. Name of Bidder/Offerors Firm: SpewGlass Civil Construction, Inc. Name of DBE Firm: Arias & Associates Inc/ Arias Geo -professionals Inc. Address: 142 Chula Vista City, State, Zip: San Antonio, Texas 78232 Telephone(s): 210-308-5884 Description of Work to be performed by DBE fimi: Construction Materials Testing The bidder/offeror is committed to utilizing the above-named DBE firm for the work described above. The estimated dollar value of this work is $ S17.").25.00 Affirmation: The above-named DBE firrn affirms that it will perform the portion of the contract for the estimated value as stated above. By: Project Manager (DBE Signature) (Title) If the bidder/offeror does not receive award of the prime contract, any and all representation in this Letter of Intent and Affirmation shall be null and void. (Submit this page for each DBE subcontractor.) Minority/MBE/DBE Participation Policy CCIA Taxiway K Construction Project No. E16451 GO 72 03 - 3 Complete the following for each DBE Firm to be used on the project. Name of Bidder/Offerors Firm: SpewGlass Civil Construction, Inc. Name of DBE Firm: Martinez Stec Address: 496 Schmidt Rd. City, State, Zip: Sealy Tx 77474 Telephone(s): 713-203-9075 Description of Work to be performed by DBE firm: �a(f-, -,\--&0<— The bidder/offeror is committed to utilizing the above-named DBE firm for the work described above. The estimated dollar value of this work is $ 1CD)600 Affirmation: The above-named DBE firm affirms that it will perform the portion of the contract for the estimated value as stated above. By: ef,< mOirClntt (DBE Signature) (Title) Owner If the bidder/offeror does not receive award of the prime contract, any and all representation in this Letter of Intent and Affirmation shall be null and void. (Submit this page for each DBE subcontractor.) Minority/MBE/DBE Participation Policy CCA Taxiway K Construction Project No. E16451 00 72 03 - 3 Complete the following for each DBE Firm to be used on the project. Name of Bidder/Offeror's Firm: SpawGiass Civil Construction, Inc. Name of DBE Firm: Address: City, State, Zip: Telephone(s): AICA i.. 7 AZ I t cin2 (Q- 7 (Q1-45-- 615 b QL Description of Work to be performed by DBE firm: 61sb-.36114-7k Kft L sc ap.r) The bidder/offeror is committed to utilizing the above-named DBE firm for the work described above. The estimated dollar value of this work is $ [pCf Q/ 9 Affirmation: The above-named DBE firm affirms that it will perform the portion of the contract for the estimated value as stated above. (DBE Signature) (Title) If the bidder/offeror does not receive award of the prime contract, any and all representation in this Letter of Intent and Affirmation shall be null and void. /Submit this page for each DBE subcontractor.) Minority/MBE/DBE Participation Policy CCIA Taxiway K Construction Project No. E16451 007203-3 Complete the following for each DBE Firm to be used on the project. Name of Bidder/Offeror's Firm: SpewGlass Civil Construction, Inc. Name of DBE Firm: Address: City, State, Zip: Telephone(s): Description of Work to be performed by DBE firm: TJ ��,c_i� S C.1 --v "^' V j e#e io LAke- .17( 76,35- ?3,e- 6135- Z3e— OZf7 4 e e-0 4-So1G515‘0\ i d)`T Jr P* s, C....6` 4.1 Cl {OVr The bidder/offeror is committed to utilizing the above-named DBE firm for the work described above. The estimated dollar value of this work is $ ( c3 1 , Affirmation: The above-named DBE firm affirms that it will perform the portion of the contract for the estimated value as stated above. By: (DBE Signature) (Title) If the bidder/offeror does not receive award of the prime contract, any and all representation in this Letter of Intent and Affirmation shall be null and void. (Submit this page for each DBE subcontractor.) Minority/MBE/DBE Participation Policy CCIA Taxiway K Construction Project No. E16451 00 72 03 - 3 Report Created On: 2/1/2017 3:17:56 PM BID FORM BASE BID 1 Total PART A - GENERAL $317,727.00 Part B - BASE BID I - CONCRETE SECTION $1,885,796.71 Total $2,203,523.71 BASE BID 2 Total PART A - GENERAL $0.00 Part B - BASE BID II - ASPHALT SECTION $0.00 Total $0.00 Base Bid 1 PART A - GENERAL No. Description Unit Qty Unit Price Ext Price Al 01 29 01 MOBILIZATION L.S. 1 $257,969.00 $257,969.00 A2 01 29 01 BONDS AND INSURANCE L.S. 1 $56,758.00 $56,758.00 A3 01 29 01 OWNER'S PROTECTIVE INSURANCE L.S. 1 $3,000.00 $3,000.00 B4 Sub Total: $317,727.00 Part B - BASE BID I - CONCRETE SECTION No. Description Unit Qty Unit Price Ext Price B1 SS -120-3.1 SITE PREPARATION L.S. 1 $88,158.42 $88,158.42 B2 SS -120-3.2 TEMPORARY CHAIN- LINK FENCE L.F. 3363 $6.65 $22,363.95 B3 SS -130-4.1 TRENCH AND EXCAVATION SAFETY SYSTEMS L.S. 1 $2,094.75 $2,094.75 B4 SS -140-5.1 HEADWALL REMOVAL EACH 1 $2,266.24 $2,266.24 B5 SS -140-5.2 SAFETY END TREATMENT REMOVAL EACH 4 $970.93 $3,883.72 B6 SS -140-5.3 CONCRETE SLOPE PROTECTION REMOVAL S.Y. 305 $9.40 $2,867.00 B7 SS -140-5.4 PIPE REMOVAL L.F. 182 $10.11 $1,840.02 B8 D -701-5.1a 12" REINFORCED CONCRETE PIPE (CLASS IV) L.F. 494 $45.03 $22,244.82 B9 D -751-5.1a 7' X 4' STANDARD DOUBLE GRATE INLET EACH 1 $11,730.14 $11,730.14 Report Created On: 2/1/2017 3:17:56 PM Part B - BASE BID I - CONCRETE SECTION No. Description Unit Qty Unit Price Ext Price B10 D -752-5.1a CONCRETE HEADWALL TYPE FW -0 (1-4' X 2') EACH 1 $6,194.41 $6,194.41 B11 D -752-5.1b CONCRETE HEADWALL TYPE FW -0 (3-4' X 2') EACH 1 $10,560.94 $10,560.94 B12 D -752-5.2a 1-4' X 2' REINFORCED CONCRETE BOX CULVERT L.F. 72 $282.14 $20,314.08 B13 D -752-5.2b 3-4' X 2' REINFORCED CONCRETE BOX CULVERTS EXTENSIONS L.F. 40 $1,084.77 $43,390.80 B14 D -752-5.3a 2-12" SAFETY END TREATMENT TYPE SETP-PD (6:1) EACH 1 $1,715.39 $1,715.39 B15 D -752-5.3b 2-12" SAFETY END TREATMENT TYPE SETP-PD (4:1) EACH 1 $1,920.73 $1,920.73 B16 D-754-5.1 CONCRETE SLOPE PROTECTION (5") S.Y. 295 $61.80 $18,231.00 B17 D-754-5.2 CONCRETE PILOT CHANNEL (6") S.Y. 335 $75.25 $25,208.75 B18 P-101-5.1 PAVEMENT REMOVAL, ASPHALT S.Y. 5432 $7.18 $39,001.76 B19 P-152-4.1 UNCLASSIFIED EXCAVATION C.Y. 7674 $14.87 $114,112.38 B20 P-152-4.2 UNSUITABLE EXCAVATION C.Y. 1200 $16.38 $19,656.00 B21 P-152-4.3 DRAINAGE EXCAVATION L.F. 410 $51.69 $21,192.90 B22 P-153-7.1 FLOWABLE FILL C.Y. 29 $215.84 $6,259.36 B23 P-155-8.1 LIME -TREATED SUBGRADE (12") S.Y. 7697 $5.53 $42,564.41 B24 P-155-8.2 LIME TON 221 $198.00 $43,758.00 B25 P-156-5.1 TEMPORARY EROSION CONTROL L.S. 1 $58,241.37 $58,241.37 B26 P-304-8.1 CEMENT -TREATED BASE COURSE (6") S.Y. 7425 $21.38 $158,746.50 B27 P-501-8.1 PORTLAND CEMENT CONCRETE PAVEMENT (15") S.Y. 7152 $133.18 $952,503.36 B28 P-610-5.1 CONCRETE PIPE ENCASEMENT C.Y. 28 $388.93 $10,890.04 B29 P -620-5.1a PAVEMENT MARKINGS (YELLOW) WITH REFLECTIVE MEDIA S.F. 1005 $1.96 $1,969.80 B30 P -620-5.1b PAVEMENT MARKINGS (BLACK) WITHOUT REFLECTIVE MEDIA S.F. 1941 $1.96 $3,804.36 Report Created On: 2/1/2017 3:17:56 PM Part B - BASE BID I - CONCRETE SECTION No. Description Unit Qty Unit Price Ext Price B31 P-620-5.2 PAVEMENT MARKING REMOVAL S.F. 527 $8.40 $4,426.80 B32 T-901-5.1 SEEDING ACRE 1.7 $8,145.76 $13,847.79 B33 T-904-5.1 SODDING S.Y. 3066 $6.30 $19,315.80 B34 SS -300-5.1 LOCKOUT/TAGOUT AND CONSTANT CURRENT REGULATOR CALIBRATION PROCEDURES L.S. 1 $2,352.17 $2,352.17 B35 SS -300-5.2 LOCALIZER GROUND CHECK POINT SURVEY MARKER, INSTALLED L.S. 1 $308.02 $308.02 B36 SS -301-5.1 EXISTING CONCRETE ENCASED, ELECTRICAL JUNCTION STRUCTURE, REMOVED EACH 2 $2,398.50 $4,797.00 B37 SS -301-5.2 EXISTING BASE MOUNTED EDGE LIGHT, REMOVED EACH 3 $280.02 $840.06 B38 SS -301-5.3 EXISTING BASE MOUNTED GUIDANCE SIGN, REMOVED EACH 1 $336.02 $336.02 B39 SS -301-5.4 EXISTING L -861T BASE MOUNTED TAXIWAY EDGE LIGHT, RELOCATED EACH 3 $1,120.08 $3,360.24 B40 SS -301-5.5 EXISTING VEHICLE STOP SIGN, REMOVED EACH 1 $140.01 $140.01 B41 SS -301-5.6 EXISTING BASE MOUNTED, 1 -MODULE GUIDANCE SIGN, RELOCATED WITH NEW PANELS EACH 1 $3,696.27 $3,696.27 B42 SS -310-5.1 L-861T(L) BASE MOUNTED TAXIWAY EDGE LIGHT, INSTALLED EACH 18 $1,232.09 $22,177.62 B43 SS -310-5.2 L-861 T(L) BASE MOUNTED TAXIWAY EDGE LIGHT, INSTALLED WITH 18" SHALLOW BASE CAN EACH 1 $1,232.09 $1,232.09 B44 SS -310-5.3 OWNER -FURNISHED L- 858, 2 -MODULE, BASE MOUNTED GUIDANCE SIGN, INSTALLED ON NEW FOUNDATION WITH NEW SIGN PANELS EACH 1 $3,696.27 $3,696.27 B45 SS -310-5.4 OWNER -FURNISHED L- 858, 3 -MODULE, BASE MOUNTED GUIDANCE SIGN, INSTALLED ON NEW FOUNDATION WITH NEW SIGN PANELS EACH 1 $4,480.33 $4,480.33 B46 SS -310-5.5 EXISTING GUIDANCE SIGN RENOVATED WITH NEW SIGN PANELS EACH 3 $1,456.11 $4,368.33 Report Created On: 2/1/2017 3:17:56 PM Part B - BASE BID I - CONCRETE SECTION No. Description Unit Qty Unit Price Ext Price B47 SS -310-5.6 VEHICLE STOP SIGN EACH 3 $588.04 $1,764.12 B48 SS -310-5.7 L-852T(L) LOW PROFILE BASE MOUNTED IN -PAVEMENT TAXIWAY EDGE LIGHT, INSTALLED IN EXISTING PAVEMENT EACH 2 $2,240.17 $4,480.34 B49 SS -310-5.8 TEMPORARY AIRFIELD LIGHTING L.S. 1 $2,016.15 $2,016.15 B50 L-108-5.1 No. 8 AWG, 5 kV, L-824, TYPE C CABLE, INSTALLED IN TRENCH, DUCT BANK OR CONDUIT L.F. 2700 $1.40 $3,780.00 B51 L-108-5.2 No. 6AWG, SOLID, BARE COUNTERPOISE WIRE, INSTALLED IN TRENCH, ABOVE THE DUCT BANK OR CONDUIT, INCLUDING GROUND RODS AND GROUND CONNECTORS L.F. 1400 $1.40 $1,960.00 B52 L-110-5.1 NON-ENCASED, ELECTRICAL CONDUIT, 1 -WAY 2"C L.F. 1200 $11.76 $14,112.00 B53 L-110-5.2 CONCRETE ENCASED, ELECTRICAL CONDUIT, 1 -WAY 2"C L.F. 60 $44.80 $2,688.00 B54 L-110-5.3 CONCRETE ENCASED, ELECTRICAL CONDUIT, 1 -WAY 2"C WITH SAWCUT PAVEMENT REPAIR L.F. 60 $84.01 $5,040.60 B55 L-110-5.4 NON-ENCASED, ELECTRICAL DUCT BANK, 2 -WAY 2"C L.F. 15 $15.68 $235.20 B56 L-110-5.5 CONCRETE ENCASED, ELECTRICAL DUCT BANK, 2 -WAY 2"C L.F. 25 $61.60 $1,540.00 B57 L-115-5.1 CONCRETE ENCASED ELECTRICAL JUNCTION STRUCTURE, L-867 CLASS 1, SIZE 16" DIAMETER BY 24" DEPTH EACH 1 $1,120.08 $1,120.08 Sub Total: $1,885,796.71 Base Bid 2 PART A - GENERAL No. Description Unit Qty Unit Price Ext Price Al 01 29 01 MOBILIZATION L.S. 1 $0.00 $0.00 A2 01 29 01 BONDS AND INSURANCE L.S. 1 $0.00 $0.00 A3 01 29 01 OWNER'S PROTECTIVE INSURANCE L.S. 1 $0.00 $0.00 Sub Total: $0.00 Report Created On: 2/1/2017 3:17:56 PM Part B - BASE BID II - ASPHALT SECTION No. Description Unit Qty Unit Price Ext Price B1 01 57 00 OZONE ADVISORY DAYS DAY 2 $0.00 $0.00 B2 SS -120-3.1 SITE PREPARATION L.S. 1 $0.00 $0.00 B3 SS -120-3.2 TEMPORARY CHAIN- LINK FENCE L.F. 3363 $0.00 $0.00 B4 SS -130-4.1 TRENCH AND EXCAVATION SAFETY SYSTEMS L.S. 1 $0.00 $0.00 B5 SS -140-5.1 HEADWALL REMOVAL EACH 1 $0.00 $0.00 B6 SS -140-5.2 SAFETY END TREATMENT REMOVAL EACH 4 $0.00 $0.00 B7 SS -140-5.3 CONCRETE SLOPE PROTECTION REMOVAL S.Y. 305 $0.00 $0.00 B8 SS -140-5.4 PIPE REMOVAL L.F. 182 $0.00 $0.00 B9 D -701-5.1a 12" REINFORCED CONCRETE PIPE (CLASS IV) L.F. 494 $0.00 $0.00 B10 D -751-5.1a 7' X 4' STANDARD DOUBLE GRATE INLET EACH 1 $0.00 $0.00 B11 D -752-5.1a CONCRETE HEADWALL TYPE FW -0 (1-4' X 2') EACH 1 $0.00 $0.00 B12 D -752-5.1b CONCRETE HEADWALL TYPE FW -0 (3-4' X 2') EACH 1 $0.00 $0.00 B13 D -752-5.2a 1-4' X 2' REINFORCED CONCRETE BOX CULVERT L.F. 72 $0.00 $0.00 B14 D -752-5.2b 3-4' X 2' REINFORCED CONCRETE BOX CULVERTS EXTENSIONS L.F. 40 $0.00 $0.00 B15 D -752-5.3a 2-12" SAFETY END TREATMENT TYPE SETP-PD (6:1) EACH 1 $0.00 $0.00 B16 D -752-5.3b 2-12" SAFETY END TREATMENT TYPE SETP-PD (4:1) EACH 1 $0.00 $0.00 B17 D-754-5.1 CONCRETE SLOPE PROTECTION (5") S.Y. 295 $0.00 $0.00 B18 D-754-5.2 CONCRETE PILOT CHANNEL (6") S.Y. 335 $0.00 $0.00 B19 P-101-5.1 PAVEMENT REMOVAL, ASPHALT S.Y. 5432 $0.00 $0.00 B20 P-152-4.1 UNCLASSIFIED EXCAVATION C.Y. 8191 $0.00 $0.00 B21 P-152-4.2 UNSUITABLE EXCAVATION C.Y. 1200 $0.00 $0.00 B22 P-152-4.3 DRAINAGE EXCAVATION L.F. 410 $0.00 $0.00 B23 P-153-7.1 FLOWABLE FILL C.Y. 29 $0.00 $0.00 Report Created On: 2/1/2017 3:17:56 PM Part B - BASE BID II - ASPHALT SECTION No. Description Unit Qty Unit Price Ext Price B24 P-155-8.1 LIME -TREATED SUBGRADE (12") S.Y. 7969 $0.00 $0.00 B25 P-155-8.2 LIME TON 228 $0.00 $0.00 B26 P-156-5.1 TEMPORARY EROSION CONTROL L.S. 1 $0.00 $0.00 B27 P-209-5.1 CRUSHED AGGREGATE BASE COURSE (18") S.Y. 7696 $0.00 $0.00 B28 P-401-8.1 BITUMINOUS SURFACE COURSE (4") TON 1771 $0.00 $0.00 B29 P-403-8.1 HMA BASE COURSE (6") TON 2757 $0.00 $0.00 B30 P-610-5.1 CONCRETE PIPE ENCASEMENT C.Y. 28 $0.00 $0.00 B31 P -620-5.1a PAVEMENT MARKINGS (YELLOW) WITH REFLECTIVE MEDIA S.F. 1005 $0.00 $0.00 B32 P -620-5.1b PAVEMENT MARKINGS (BLACK) WITHOUT REFLECTIVE MEDIA S.F. 1941 $0.00 $0.00 B33 P-620-5.2 PAVEMENT MARKING REMOVAL S.F. 527 $0.00 $0.00 B34 T-901-5.1 SEEDING ACRE 1.7 $0.00 $0.00 B35 T-904-5.1 SODDING S.Y. 3066 $0.00 $0.00 B36 SS -300-5.1 LOCKOUT/TAGOUT AND CONSTANT CURRENT REGULATOR CALIBRATION PROCEDURES L.S. 1 $0.00 $0.00 B37 SS -300-5.2 LOCALIZER GROUND CHECK POINT SURVEY MARKER, INSTALLED L.S. 1 $0.00 $0.00 B38 SS -301-5.1 EXISTING CONCRETE ENCASED, ELECTRICAL JUNCTION STRUCTURE, REMOVED EACH 2 $0.00 $0.00 B39 SS -301-5.2 EXISTING BASE MOUNTED EDGE LIGHT, REMOVED EACH 3 $0.00 $0.00 B40 SS -301-5.3 EXISTING BASE MOUNTED GUIDANCE SIGN, REMOVED EACH 1 $0.00 $0.00 B41 SS -301-5.4 EXISTING L -861T BASE MOUNTED TAXIWAY EDGE LIGHT, RELOCATED EACH 3 $0.00 $0.00 B42 SS -301-5.5 EXISTING VEHICLE STOP SIGN, REMOVED EACH 1 $0.00 $0.00 Report Created On: 2/1/2017 3:17:56 PM Part B - BASE BID II - ASPHALT SECTION No. Description Unit Qty Unit Price Ext Price B43 SS -301-5.6 EXISTING BASE MOUNTED, 1 -MODULE GUIDANCE SIGN, RELOCATED WITH NEW PANELS EACH 1 $0.00 $0.00 B44 SS -310-5.1 L-861T(L) BASE MOUNTED TAXIWAY EDGE LIGHT, INSTALLED EACH 18 $0.00 $0.00 B45 SS -310-5.2 L-861T(L) BASE MOUNTED TAXIWAY EDGE LIGHT, INSTALLED WITH 18" SHALLOW BASE CAN EACH 1 $0.00 $0.00 B46 SS -310-5.3 OWNER -FURNISHED L- 858, 2 -MODULE, BASE MOUNTED GUIDANCE SIGN, INSTALLED ON NEW FOUNDATION WITH NEW SIGN PANELS EACH 1 $0.00 $0.00 B47 SS -310-5.4 OWNER -FURNISHED L- 858, 3 -MODULE, BASE MOUNTED GUIDANCE SIGN, INSTALLED ON NEW FOUNDATION WITH NEW SIGN PANELS EACH 1 $0.00 $0.00 B48 SS -310-5.5 EXISTING GUIDANCE SIGN RENOVATED WITH NEW SIGN PANELS EACH 3 $0.00 $0.00 B49 SS -310-5.6 VEHICLE STOP SIGN EACH 3 $0.00 $0.00 B50 SS -310-5.7 L-852T(L) LOW PROFILE BASE MOUNTED IN -PAVEMENT TAXIWAY EDGE LIGHT, INSTALLED IN EXISTING PAVEMENT EACH 2 $0.00 $0.00 B51 SS -310-5.8 TEMPORARY AIRFIELD LIGHTING L.S. 1 $0.00 $0.00 B52 L-108-5.1 No. 8 AWG, 5 kV, L-824, TYPE C CABLE, INSTALLED IN TRENCH, DUCT BANK OR CONDUIT L.F. 2700 $0.00 $0.00 B53 L-108-5.2 No. 6 AWG, SOLID, BARE COUNTERPOISE WIRE, INSTALLED IN TRENCH, ABOVE THE DUCT BANK OR CONDUIT, INCLUDING GROUND RODS AND GROUND CONNECTORS L.F. 1400 $0.00 $0.00 B54 L-110-5.1 NON-ENCASED, ELECTRICAL CONDUIT, 1 -WAY 2"C L.F. 1200 $0.00 $0.00 B55 L-110-5.2 CONCRETE ENCASED, ELECTRICAL CONDUIT, 1 -WAY 2"C L.F. 60 $0.00 $0.00 B56 L-110-5.3 CONCRETE ENCASED, ELECTRICAL CONDUIT, 1 -WAY 2"C WITH SAWCUT PAVEMENT REPAIR L.F. 60 $0.00 $0.00 Report Created On: 2/1/2017 3:17:56 PM Part B - BASE BID II - ASPHALT SECTION No. Description Unit Qty Unit Price Ext Price B57 L-110-5.4 NON-ENCASED, ELECTRICAL DUCT BANK, 2 -WAY 2"C L.F. 15 $0.00 $0.00 B58 L-110-5.5 CONCRETE ENCASED, ELECTRICAL DUCT BANK, 2 -WAY 2"C L.F. 25 $0.00 $0.00 B59 L-115-5.1 CONCRETE ENCASED ELECTRICAL JUNCTION STRUCTURE, L-867 CLASS 1, SIZE 16" DIAMETER BY 24" DEPTH EACH 1 $0.00 $0.00 Sub Total: $0.00 Report Created On: 2/1/2017 3:17:56 PM ACKNOWLEDGE ADDENDA NAME ACKNOWLEDGEMENT DATE Robin FaIke 02/01/2017 9:09:52 AM Report Created On: 2/1/2017 3:17:56 PM REQUIRED DOWNLOADS TYPE NAME DOWNLOAD DATE Bid Docs E16451 Specifications 1/27/2017 8:24:54 AM Plans E16451 Plans 1/27/2017 10:16:51 AM Bidders Pre Bid Attendance Roster 1/27/2017 10:17:23 AM Addenda Addendum No. 1 1/27/2017 4:03:35 PM 00 52 23 AGREEMENT This Agreement, for the Project awarded on February 28, 2017, is between the City of Corpus Christi (Owner) and SpawGlass Civil Construction, Inc. (Contractor). Owner and Contractor agree as follows: ARTICLE 1— WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: CCIA Taxiway K Construction Project No. E16451 ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Garver, LLC 3755 S. Capital Of Texas Highway Suite 325 Austin, TX 78704 2.02 The Owner's Authorized Representative for this Project is: Wayne Otto, P.E. — Acting Construction Engineer City of Corpus Christi — Engineering Services 4917 Holly Rd. #5 Corpus Christi, TX 78411 ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. Phase I work is required to be completed within 150 calendar days after the date when the Contract Times commence to run as provided in the Notice to Proceed. All Work is required to be substantially completed within 325 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 355 calendar days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. Agreement 00 52 23 - 1 CCIA Taxiway K Construction Project No. E16451 Rev 06-22-2016 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $1200 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion for Phase I until Work is substantially complete. 2. Substantial Completion: Contractor shall pay Owner $1200 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until all Work is substantially complete. 3. Completion of the Remaining Work: Contractor agrees to pay Owner $1200 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 4. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 5. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 6. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 — CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid I Price (Part A + Part B) $ 2,203,523.71 Total Base Bid II Price (Part A + Part C) $ Not Awarded Agreement 00 52 23 - 2 CCIA Taxiway K Construction Project No. E16451 Rev 06-22-2016 ARTICLE 5 — PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 90 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set -offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6 — INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7 — CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. Agreement 00 52 23 - 3 CCIA Taxiway K Construction Project No. E16451 Rev 06-22-2016 B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. Agreement 00 52 23 - 4 CCIA Taxiway K Construction Project No. E16451 Rev 06-22-2016 K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8 — ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 01 00 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR —Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; Agreement 00 52 23 - 5 CCIA Taxiway K Construction Project No. E16451 Rev 06-22-2016 D. CITY SECRETARY for the City. Agreement 00 52 23 - 6 CCIA Taxiway K Construction Project No. E16451 Rev 06-22-2016 ATTEST CITY OF CORPUS CHRISTI Digtally d�aebeacaHueda DN Date 20170,0,082.6-m� eoe�p@�e.aa�m as Rebecca Huerta City Secretary APPROVED AS TO LEGAL FORM: Aimee Alcorn -Reed 2017.03.22 17:36:36 -05'00' Assistant City Attorney Digitally signed byJ Of Edmonds .€ U5 Date 2017 032817 OS ti J.H. Edmonds, P.E. Director of Engineering Services M2017-034 BY COUNCIL 2/28/17 RH/ML AUTHORIZED Digitally signed by RI-1/ML Date: 2017.03.30 16:25:32 -0500' ATTEST (IF CORPORATION) CONTRACTOR Dan Hinson Digitally signed by Dan Hinson D^l C=US, E=dan hinson@spawglass com, O=SpawGlass, OU=VP Finance, CN=Dan Hinson Date 2017 03 20 17_1323-05'W SpawGlass Civil Construction, Inc. (Seal Below) By: Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Title: p,taie signed m neer nwan�s ON C=DS E= , D,Spaxciass rnii Construction Inc e rAl-Nahhas Date 2017 031015.0.3 13800 West Road Address Houston, TX 77041 City State Zip 281/970-5300 281/970-5305 Phone Fax Amer.AI-Nahhas@SpawGlass.com EMail END OF SECTION Agreement 00 52 23 - 7 CCIA Taxiway K Construction Project No. E16451 Rev 06-22-2016 SGADMIN-01 VC K ,a►�Ro CERTIFICATE OF LIABILITY INSURANCE D 03!00221122017017YI 03 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER, IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Vicki L Cook Adams Insurance Service,Inc. PHONE PAX 427 W.20th St.,Suite 500 Arc.No,E:1:(713)869-8346 AlC,N.):(713)869-9144 Houston,TX 77006 E-MAIL ,vcook@adamsins.com INSURERS AFFORDING COVERAGE NAIL# INSURERA:American Contractors Insurance CO. RRG 12300 INSURED INSURER p:Employers Mutual Casualty Company 21415 SpawGlass Civil Construction,Inc. INSURER C:Gemini Insurance Company 10833 13800 West Road INSURER D:ACIG Insurance Company 19984 Houston,TX 77041 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBIRPOLICY EFF POLICY EXP LIMITS LTR TYPEOF INSURANCE INSO WVD POLICY NUMBER A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE 1 S 10,000,000 CLAIMS-MADE ® OCCUR X X GL16ASC000461XS16DO0046 0610112016 06/01/2017 DAMAGE TO RENTED 1 $ 100,000 MED EXP(Any one personS 5,000 PERSONAL&AOV INJURY S 10'000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 10,000,000 POLICY JECTPRO- LOC PRODUCTS-COMPIOP AGG S 10,000,000 OTHER: B AUTOMOBILE LIABILITY 20,MBINED Went'SINGLE LIMIT $ 1,000,000 X ANY AUTO X X 3E75357 06/01/2016 06/01/2017 BODILY INJURY Perperson) $ OWNED SCHEDULED AUTOS ONLY AUTOS p BODILY INJURY Per accident $ X AUTE05 ONLY X AUTOS ONLY Per�aidenlDAMAGE I$ S C X UMBRELLA LIARX OCCUR EACH OCCURRENCE S 10,000,000 EXCESS LIAR CLAIMS-MADE X X CEX0960154101 06/0112016 06101/2017 AGGREGATE S 10,000,000 DEQ RETENTION D WORKERS COMPENSATIONX PER OTH- AND EMPLOYERS'LIABILITY ANY PROPRIETORIPARTNERfEXECUNVE YIN X WCA000008316 06/01/2016 06/0112017 1,000,.000 OFFICERlME Mg ER EXCLUDED? N r A E.L.EACH ACCIDENT $ {Mandatory In NN) 1,000,000 It yes,describe under E.L.DISEASE-EA EMPLOYEE S DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S 1'000,000 OFSCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101.Additional Remarks Schedule,may be attached If more space Is required) RE: CCIA TAXIWAY K CONSTRUCTION; PROJECT NO.E16451 THE GENERAL LIABILITY AND AUTOMOBILE LIABILITY POLICIES INCLUDE A BLANKET AUTOMATIC ADDITIONAL INSURED ENDORSEMENT AND THE GENERAL LIABILITY,AUTOMOBILE LIABILITY AND WORKERS'COMPENSATION POLICIES INCLUDE A BLANKET AUTOMATIC WAIVER OF SUBROGATION ENDORSEMENT THAT PROVIDES ADDITIONAL INSURED AND WAIVER OF SUBROGATION STATUS TO THE CERTIFICATE HOLDER ONLY WHEN THERE IS A WRITTEN CONTRACT BETWEEN THE NAMED INSURED AND THE CERTIFICATE HOLDER THAT REQUIRES SUCH STATUS AS PER THE ATTACHED ENDORSEMENTS CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CITY OF CORPUS CHRISTI THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ATTN: CONSTRUCTION CONTRACT ADMIN. P.O.BOX 9277 CORPUS CHRISTI,TX 78469-9277 AUTHORIZED REPRESENTATIVE l ACORD 25(2016103) ID 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: LOC#: ACC> E® ADDITIONAL REMARKS SCHEDULE Page of AGENCY NAMED INSURED Adams Insurance Spryorp- Inc- SpawGlass Contractors,Inc;SpawGlass Conctruction POUCYNUMBER Corp.; SpawGlass Civil Construction, Inc.; See Acord 25 Sustainable Concrete Solution, LLC;Westland BRIER NAIL CODE Equipment and Supplies, LLC I-See Acord 95 EFFECTNE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: _25_ FORM TITLE: The Automobile policy includes the following endorsements: 1) CA7450—Commercial Auto Elite Extension-Additional Insured and Waiver of Subrogation-Blanket as required by written contract. 3) IL7447—Earlier Notice of Cancellation Provided by Us—30 day blanket as required by written contract. The General Liability policy includes the following endorsements: 1)336—Notice of Cancellation—30 day blanket as required by written contract executed prior to the Bodility Injury or Property Damage. 2)205-Blanket Waiver of Subrogation when required in a written contract or agreement. 3) 556-Additional Insured-Owners, Lessees or Contractors-Who is an insured is amended to include as an Additional Insured for on-going and completed operations, any person or organization when you have agreed in a written contract that such person or organization be added an an Additional Insured on your policy. The endorsement also provides for the coverage to apply on a primary and non-contributory basis when required by written contract. The Workers Compensation policy includes the following endorsements: 1)WC990304-Waiver of Subrogation— Blanket Waiver for any person or organization for whom the Named Insured has agreed by written contract to furnish this Waiver.2)WC420601 —Notice of Cancellation—30 days blanket as required by written contract executed prior to the Bodily Injury or Property Damage. The Umbrella/Excess Liability policy applies in excess of the underlying General Liability,Automobile Liability and Employers Liability policies above. The policy follows the terms and conditions of such underlying policies unless they are inconsistent with the terms of this policy. ACORD 101(2008101) ®2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SGADMIN-01 VCOOK CERTIFICATE OF LIABILITY INSURANCE °A7E`MNI�D°"YYY' 0310212017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Vicki L Cook Adams Insurance Service,Inc. PHONE FAX 427 W.20th St.,Suite 500 AJC,No,Ft): (713)869-8346 A/C,No:(713)869-9144 Houston,TX 77008 &MAIL.35:vcook@adamsins.com INSURER(S)AFFORDING COVERAGE NAIC# INSURER A;American Contractors Insurance Co. RRG 12300 INSURED INSURER B City of Corpus Christi INSURER C., Attn: Construction Contract Admin. P.O.BOX 9277 INSURER D: Corpus Christi,TX 78469-9277 INSURER E: INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, ILTR NSR TYPE OF INSURANCE I IVSDDDLSUER WVDI POLICY NUMBER POLICY EFF POLICY EXP LIMITS A COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE 5 1,000,400 CLAIMS-MADE ❑ OCCUR OC16000045 03/15/2017 03115/2018 DAMAGE TO RENTED X OWNERS&CONTRACTORS EMIS MED EXP An one arson X PROTECTIVE LIABILITY PERSONAL&AOV INJURY $ G£N'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2:000,000 POLICY❑jpo 1-1 LOC PRODUCTS-COMP/OP AGG $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT ANYAUTO BODILY INJURY ParPerson) S OWNED SCHEDULED AUT OSONLY AUTNOSS�N BODILY INJURY Per accident5 AUTQS ONLY AUTO ONL� PerOacEcitlen;DAMAGE $ UMBRELLA LEAH OCCUR EACH OCCURRENCE 5 EXCESS LIAR CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION PERO7H- AND EMPLOYERS'LIABILITY YIN A TE ANY PROPRIETORJPARTN£R/EXECU I WE E.L.EACH ACCIDENT $ OFFICE ,RiMory9M'ER EXCLUDED? ❑ N!A (Mandatory n NH) ff yes,describe under E.L.DISEASE-EA EMPLOYEE S DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS i LOCATIONS!VEHICLES (ACORD 101,Addlltonal Remarks Schedule,may be attached If more space Is required) PROJECT: CCIA TAXIWAY K CONSTRUCTION; PROJECT NO.E16451 CONTRACTOR: SPAWGLASS CIVIL CONSTRUCTION,INC. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CITY OF CORPUS CHRISTI THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELfVEREO IN ATTN: CONSTRUCTION CONTRACT ADMIN. ACCORDANCE WITH THE POLICY PROVISIONS. P.O.BOX 9277 CORPUS CHRISTI,TX 78469-9277 AUTHORIZED REPRESENTATIVE ACORD 25(2016103) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD / 556 ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any person or organization that you have agreed to and/or are required by contract to name as an additional insured. Who Is An Insured(Section 11)is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of"your work"for that insured by or for you. With respect to these additional insureds,this insurance does not apply to"bodily Injury,'"property damage"or "personal and advertising injury"arising out of the rendering of or failure to render any professional services,including: (1) The preparing, approving or failure to prepare or approve maps,drawings, opinions, reports,surveys,change orders,designs or specifications;or (2) Supervisory, Inspection or engineering services. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the F�used the supervision, hiring, employment, training or monitoring of others by that insured if the "occurrence" which injury", Involved dthe�rendering or "of"property refailure to a"nderor tan offense tunes which caused the "personal and advertising respect to the operations described above. Y Professional services by you or on your behalf with This endorsement shall not apply to a person or organization if any other additional insured endorsement attached to this policy specifically applies to that person or organization. governing additional insured coverage in the construction industry.The insurance afforded herein only applies to the extent permitted by applicable state law, including statutes This insurance is excess to any other Insurance,whether primary,excess, contingent or on any other basis,available to the additional insured unless a written contract requires that this insurance be primary or primary and non- contributing. However,this insurance is always excess to other insurance,whether primary, excess, contingent or on any other basis,when the additional insured has been added to the other insurance as an additional Insured. Nothing herein contained shall be held to vary,alter,waive or extend any of the terms, conditions, provisions, agreements or limitations of the mentioned Policy,other than as above stated. Named Insureds:SpawGlass Contractors, Inc.;SpawGlass Construction Corp.and SpawGlass Civil Construction, inc. Sustainable Construction Solutions, LLC and Westland Equipment and Supplies, LLC This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: 06/01/16 Policy No.: GLI6ABC00046/XS16D00046 Endorsement No.:o Policy Effective: 06/01/16 Premium$ insured: SG Administration,L.P. Insurance Company: American Contractors Insurance Company Risk Retention Group Countersigned By S �' / 205 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY This endorsement modes insurance provided under the following: f COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person(s)or Organization(s): Any person or organization for whom you have agreed by written contract to furnish this waiver. The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition(Section IV—COMMERCIAL GENERAL LIABILITY CONDITIONS)is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or"your work"done under a contract with that person or organization and included in the"products-completed operations hazard'. This waiver applies only to the person or organization shown in the Schedule above. Nothing herein contained shall be held to vary,after,waive or extend any of the terms,conditions, provisions, agreements or limitations of the mentioned Policy, other than as above stated. Named insureds: SpawGlass Contractors, Inc. SpawGlass Construction Corp. SpawGlass Civil Construction, Inc. sustainable Construction Solutions LLC Westland Equipment and Sdpplies, LLd This endorsement changes the policy to which it Is attached and is effective on the date issued-unless otherwise stated. (The information below is required only when this endorsement is Issued subsequent to preparation of the policy.) Endorsement Effective: 06/01/1.6 Policy No.: GLI6ABC00046/XS1600046 Policy Effective: 06/01/16 Endorsement No.:0 Premium$ Insured: SG Administration,L.P. Insurance Company: American Contractors Insurance Company Risk Retention Group Countersigned By_ 336 NOTICE OF CANCELLATION, NONRENEWAL OR MATERIAL CHANGE - CERTIFICATE HOLDERS This endorsement modifies insurance provided under the following: f COMMERCIAL GENERAL LIABILITY COVERAGE PART The certificate of insurance holders shown in the schedule below have requested that they receive written notice of cancellation, nonrenewal or material change with respect to this policy. If we decide to cancel, nonrenew or make a material change to this policy, we agree to mail or deliver sixty(60)days advance written notice to the certificate of insurance holders shown in the schedule below. However, if we are cancelling or nonrenewing due to nonpayment of premium,we will only provide the certificate of insurance holders shown in the schedule below with ten (10)days advance written notice. The notice of cancellation, nonrenewal or material change will be mailed to the addresses provided to us by the certificate of insurance issuer. Proof of mailing will be considered sufficient proof of our good faith attempt to provide notice of cancellation, nonrenewal or material change to the certificate of insurance holders shown in the schedule below. SCHEDULE All certificate of insurance holders where written notice of cancellation, nonrenewal or material change to this policy is required by written contract, permit or agreement with the Named Insured. Named Insured: SpawGlass Contractors, Inc. SpawGlass Construction Corp. SpawGlass Civil Construction, Inc. Sustainable Construction Solutions LLC W s.tla d E i e t and Sup dies �Lt Nothing herein con fainec�`shaMl�'ba'�ied to vary, alter, d+aive or extend any of the terms, conditions, provisions, agreements or limitations of the mentioned Policy, other than as above stated. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is Issued subsequent to preparation of the policy.) Endorsement Effective: 06/01/16 policy No.:GU6ABC00046/XS1600046 Endorsement No.:4 Policy Effective: 06/01/16 Premium$ insured: 5G Administration, L.P. insurance Company: American Contractors Insurance Company Risk Retention Group Countersigned By �1 POLICY NO.: 3E75357 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTO ELITE EXTENSION This endorsement modes insurance provided under the following: BUSINESS AUTO COVERAGE FORM The BUSINESS AUTO COVERAGE FORM is amended to include the following clarifications and extensions of coverage.With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. TEMPORARY SUBSTITUTE AUTO PHYSICAL 2. Changes In General Conditions DAMAGE Paragraph 5.b. of the Other Insurance Section 1 — Covered Autos Paragraph C. Certain Condition in the Business Auto Coverage Form Trailers, Mobile Equipment, and Temporary is replaced by the following: Substitute Autos is amended by adding the For Hired Auto Physical Damage Coverage,the following: following are deemed to be covered "autos" If Physical Damage Coverage is provided by this you own: coverage form for an "auto"you own, the Physical a. Any covered "auto" you lease, hire, rent or Damage Coverages provided for that owned borrow; and auto" are extended to any auto you do not own while used with the permission of its owner as a b. Any covered "auto" hired or rented by your temporary substitute for the covered "auto" you "employee" under a contract in an own that is out of service because of breakdown, "employee's" name, with your permission, repair,servicing, "loss"or destruction. while performing duties related to the The coverage provided is the same as the conduct of your business. coverage provided for the vehicle being replaced. However, any"auto"that is leased, hired, rented or B. BLANKET ADDITIONAL INSURED borrowed with a driver is not a covered"auto". NEWLY FORMED OR ACQUIRED Section II — Covered Autos Liability Coverage, E. ORGANIZATIONS A.I.Who Is An Insured is amended by adding the Section II — Covered Autos Liability Coverage, following: A.I.Who Is An Insured is amended by adding the Any person or organization who is a party to a following: written agreement or contract with you in which you agree to provide the type of insurance afforded Any organization which you acquire or form after under this Business Auto Coverage Form. the effective date of this policy in which you This provision applies to claims for"bodily injuy or maintain ownership or majority interest. However: "property damage" which occur after the execution (1) Coverage under this provision is afforded only of any written agreement or contract. up to 180 days after you acquire or form the organization, or to the end of the policy period, C. EMPLOYEES AS INSUREDS whichever is earlier. The following is added to the Section II—Covered (2) Any organization you acquire or form will not be Autos Liability Coverage, Paragraph A.I.Who Is considered an"insured"if: An Insured Provision: Any"employee"of yours is an"insured"while using (a) The organization is a partnership or a joint venture; or a covered "auto" you don't own, hire or borrow in your business or your personal affairs. (b) That organization is covered under other D. EMPLOYEE HIRED AUTOS similar insurance. 1. Changes In Covered Autos Liability Coverage (3) Coverage under this provision does not apply to any claim for bodily injuryor property The following is added to the Who Is An damage" resulting from an "accident" that Insured Provision: occurred before you formed or acquired the An "employee" of yours is an "insured" while organization. operating an "auto" hired or rented under a contract or agreement in an "employee's" !�� ` ;•�,¢a' name, with your permission, while performing duties related to the conduct of your business. CA7450(11-15) Includes copyrighted material of 150 Properties,Inc.with its permission. Page 1 of 4 F. SUBSIDIARIES AS INSUREDS K. TRANSPORTATION EXPENSES Section II — Covered Autos Liability Coverage, Section III — Physical Damage Coverage, A.4. A.I.Who Is An Insured is amended by adding the Coverage Extensions Subparagraph a. following: Transportation Expenses is replaced by the Any legally incorporated subsidiary in which you following: own more than 50% of the voting stock on the (1) We will pay up to$75 per day to a maximum of effective date of this policy. However, "insured" $2,500 for temporary transportation expense does not include any subsidiary that is an "insured" incurred by you because of the total theft of a under any other automobile liability policy or was an covered "auto" of the private passenger type. "Insured" under such a policy but for termination of We will pay only for those covered "autos" for that policy or the exhaustion of the policy's limits of which you carry either Comprehensive or liability. Specified Cause Of Loss Coverage. We will G. SUPPLEMENTARY PAYMENTS pay for temporary transportation expenses incurred during the period beginning 48 hours Section II — Covered Autos Liability Coverage, after the theft and ending, regardless of the A.2.a. Coverage Extensions, Supplementary policy's expirations, when the covered "auto" is Payments (2) and (4) are replaced by the returned to use or we pay for its"loss". following: (2) If the temporary transportation expenses you (2) Up to $5,000 for cost of bail bonds (including incur arise from your rental of an "auto" of the bonds for related traffic law violations) required private passenger type, the most we will pay is because of an"accident" we cover. We do not the amount it costs to rent an "auto" of the have to furnish these bonds. private passenger type which is of the same (4) All reasonable expenses incurred by the like kind and quality as the stolen covered "insured"at our request, including actual loss of "auto". earnings up to $500 a day because of time off L. AUDIO, VISUAL, AND DATA ELECTRONIC from work. EQUIPMENT COVERAGE ADDED LIMITS H. FELLOW EMPLOYEE COVERAGE Audio, Visual, And Data Electronic Equipment In those jurisdictions where, by law, fellow Coverage Added Limits of$5,000 Per"Loss"are in employees are not entitled to the protection addition to the sublimit in Paragraph C.1.b. of the afforded to the employer by workers compensation Limits Of Insurance provision under Section III — exclusivity rule, or similar protection. The following Physical Damage Coverage. provision is added: M. HIRED AUTO PHYSICAL DAMAGE Subparagraph 5. of Paragraph B. Exclusions in Section III — Physical Damage Coverage, A.4. Section II Covered Autos Liability Coverage Coverage Extensions is amended by adding the does not apply if the "bodily injury" results from the following: use of a covered"auto"you own or hire. If hired "autos" are covered "autos" for Liability I. TOWING Coverage, and if Comprehensive, Specified Section III — Physical Damage Coverage, A.2. Causes of Loss, or Collision coverage is provided Towing is replaced with the following: for any "auto" you own, then the Physical Damage We will pay for towing and labor costs incurred, coverages provided are extended to "autos" you subject to the following: hire, subject to the following limit and deductible: (1) The most we will pay for loss to any hired a. Up to $100 each time a covered "auto" of the " " auto is the lesser of Actual Cash Value or private passenger type is disabled; or Cost of Repair, minus the deductible. b. Up to $500 each time a covered "auto" other (2) The deductible will be equal to the largest than the private passenger type is disabled. deductible applicable to any owned "auto" for However, the labor must be performed at the place that coverage. No deductible applies to "loss" of disablement. caused by fire or lightning. J LOCKSMITH SERVICES (3) Subject to the above limit and deductible Section III — Physical Damage Coverage, A.4. provisions, we will provide coverage equal to Coverage Extensions is amended by adding the the broadest coverage applicable to any following: covered "auto"you own. We will pay up to $250 per occurrence for We will pay up to $1,000, in addition to the limit necessary locksmith services for keys locked inside above, for loss of use of a hired auto to a a covered private passenger "auto". The leasing or rental concern for a monetary loss deductible is waived for these services. sustained, provided it results from an"accident" for which you are legally liable. CA7450(11-15) Includes copyrighted material of ISO Properties,Inc.with its permission. Page 2 of 4 N. AUTO LOAN OR LEASE COVERAGE Q. EXTRA EXPENSE FOR STOLEN AUTO Section III — Physical Damage Coverage Section 111 — Physical Damage Coverage, A.4. Paragraph A.4. Coverage Extensions is amended Coverage Extensions is amended by adding the by the addition of the following: following: In the event of a total "loss" to a covered "auto" We will pay up to $1,000 for the expense incurred which is covered under this policy for returning a stolen covered "auto" to you because of Comprehensive, Specked Cause of Loss, or the total theft of such covered "auto". Coverage Collision coverage, we will pay any unpaid amount applies only to those covered "autos" for which you due, including up to a maximum of $500 for early carry Comprehensive or Specified Causes Of Loss termination fees or penalties, on the lease or loan Coverage. for a covered"auto", less: R. RENTAL REIMBURSEMENT 1. The amount paid under the Physical Damage Section III — Physical Damage Coverage, A.4. Coverage Section of the policy; and Coverage Extensions is amended by adding the following: 2. Any. 1. This coverage applies only to a covered"auto"for a. Overdue lease/loan payments at the time which Physical Damage Coverage is provided of the"loss"; on this policy. b. Financial penalties imposed under a lease 2. We will pay for rental reimbursement expenses for excessive use, abnormal wear and tear incurred by you for the rental of an "auto" or high mileage; because of "loss" to a covered "auto". Payment c. Security deposits not returned by the applies in addition to the otherwise applicable lessor; amount of each coverage you have on a covered d. Costs for extended warranties, Credit Life "auto". No deductibles apply to this coverage. Insurance, Health, Accident or Disability 3. We will pay only for those expenses incurred Insurance purchased with the loan or lease; during the policy period beginning 24 hours and after the "loss" and ending, regardless of the e. Cary-over balances from previous loans or policy's expiration, with the lesser of the leases. following number of days. Coverage does not apply to any unpaid amount a. The number of days reasonably required to due on a loan for which the covered"auto"is not repair or replace the covered "auto". If the sole collateral. "loss" is caused by theft, this number of O. PERSONAL PROPERTY OF OTHERS days is added to the number of days it takes to locate the covered "auto" and Section III — Physical Damage Coverage, A.4. return it to you; or Coverage Extensions is amended by adding the b. 30 days. following: We will a u to $500 for loss to personal property 4. Our payment n limited to the lesser of the pay P P P P Y following amounts: of others in or on your covered"auto." This coverage a lies only in the event of"loss' to a. Necessary and actual expenses incurred; PP Y or your covered "auto" caused by fire, lightning, explosion, theft, mischief or vandalism, the covered b. $75 per day, subject to a$2,250 limit. "auto's"collision with another object, or the covered 5. This coverage does not apply while there are "auto's"overturn. spare or reserve "autos" available to you for No deductibles apply to this coverage. your operations. P. PERSONAL EFFECTS COVERAGE 6. If"loss" results from the total theft of a covered Section III — Physical Damage Coverage, A.4. "auto" of the private passenger type, we will Coverage Extensions is amended by adding the pay under this coverage only that amount of following: your rental reimbursement expenses which is We will a u to $500 for "loss" to your personal not already provided for under the Physical pay P Yo P Damage — Transportation Expense Coverage effects not otherwise covered in the policy or, if you. Extension included in this endorsement. are an individual, the personal effects of a family member,that is in the covered auto at the time of the 7. Coverage provided by this extension is excess "loss". over any other collectible insurance and/or For the purposes of this extension personal effects endorsement to this policy. means tangible property that is worn or carried by an insured including portable audio, visual, or electronic devices. Personal effects does not include tools, jewelry, guns, money and securities, or musical instruments CA7450(11-15) Includes copyrighted material of ISO Properties,Inc.with its permission. Page 3 of 4 S. AIRBAG COVERAGE W. DUTIES IN THE EVENT OF ACCIDENT, CLAIM, Section 111 — Physical Damage Coverage, B.3.a. SUIT,OR LOSS Exclusions is amended by adding the following: Section 1V — Business Auto Conditions, A.2. If you have purchased Comprehensive or Collision Duties In The Event Of Accident, Claim, Suit Or Coverage under this policy, the exclusion relating to Loss is amended by adding the following: mechanical breakdown does not apply to the Your obligation to notify us promptly of an "accident", accidental discharge of an airbag. claim, "suit" or "loss" is satisfied if you send'us the T. NEW VEHICLE REPLACEMENT COST required notice as soon as practicable after your Insurance Administrator or anyone else designated by The following is added to Paragraph C. Limit Of you to be responsible for insurance matters is notified, Insurance of Section III — Physical Damage or in any manner made aware,of an"accident",claim, Coverage "suit"or"loss". In the event of a total"loss"to your new covered auto �X. WAIVER OF TRANSFER OF RIGHTS OF of the private passenger type or vehicle having a RECOVERY gross vehicle weight of 20,000 pounds or less, to Subparagraph 5. of Paragraph A. Loss Conditions which this coverage applies, we will pay at your of Section IV Business Auto Conditions is deleted option: in its entirety and replaced with the following. a. The verifiable new vehicle purchase price you Transfer Of Rights Of Recovery Against Others paid for your damaged vehicle, not including any To Us insurance or warranties. If any person or organization to or for whom we b. The purchase price, as negotiated by us, of a make payment under this Coverage Form has new vehicle of the same make, model, and rights to recover damages from another, those equipment, or most similar model available, not rights are transferred to us. That person or including any furnishings, parts, or equipment not organization must do everything necessary to installed by the manufacturer or their dealership. secure our rights and must do nothing after c. The market value of your damaged vehicle, not "accident"or"loss"to impair them. including any furnishings, parts, or equipment not However,we waive any right of recovery we may installed by the manufacturer or their dealership. have against any person, or organization with We will not pay for initiation or set up costs associated whom you have a written contract, agreement or with a loans or leases. permit executed prior to the"loss"that requires a For the purposes of this coverage extension a new waiver of recovery for payments made for covered auto is defined as an"auto"of which you are damages arising out of your operations done the original owner that has not been previously titled under contract with such person or organization. which you purchased less than 180 days prior to the Y. UNINTENTIONAL FAILURE TO DISCLOSE date of loss. EXPOSURES U. LOSS TO TWO OR MORE COVERED AUTOS Section IV — Business Auto Conditions, B.2. FROM ONE ACCIDENT Concealment, Misrepresentation, Or Fraud is Section III — Physical Damage Coverage, D. amended by adding the following: Deductible is amended by adding the following: If you unintentionally fail to disclose any exposures If a Comprehensive, Specified Causes of Loss or existing at the inception date of this policy, we will not Collision Coverage"loss"from one"accident"involves deny coverage under this Coverage Form solely two or more covered "autos", only the highest because of such failure to disclose. However, this deductible applicable to those coverages will be provision does not affect our right to collect additional applied to the"accident". premium or exercise our right of cancellation or non- renewal. If the application of the highest deductible is less Z. MENTAL ANGUISH favorable or more restrictive to the insured than the Section V — Definitions, C. is replaced by the separate deductibles as applied in the standard form, following: the standard deductibles will apply. This provision only applies if you cant' "Bodily injury' means bodily injury, sickness or Comprehensive, Collision or Specked Causes of disease sustained by a person, including mental Loss Coverage for those vehicles, and does not anguish or death resulting from bodily injury, sickness or disease. extend coverage to any covered'autos"for which you do not cavy such coverage. AA. LIBERALIZATION V. WAIVER OF DEDUCTIBLE — GLASS REPAIR OR If we revise this endorsement to provide greater REPLACEMENT coverage without additional premium charge, we will Section III — Physical Damage Coverage, D. automatically provide the additional coverage to all Deductible is amended by adding the following: endorsement holders as of the day the revision is If a Comprehensive Coverage deductible is shown in effective in your state. the Declarations it does not apply to the cost of repairing or replacing damaged glass. CA7450(11-15) Includes copyrighted material of ISO Properties,Inc.with its permission. Page 4 of 4 POLICY NO. : 3E75357 COMMERCIAL INTERLINE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION PROVIDED BY US TO PERSON(S) OR ORGANIZATION(S) WITH WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT OR AGREEMENT This policy is subject to the following additional Conditions: If we cancel this policy by notice to the first Named Insured, for any statutorily permitted reason other than for non- payment of premium, notice of such cancellation will be provided at least thirty (30) days in advance of the cancellation effective date to any person(s) or.organization(s) with whom you have agreed in a written contract or agreement to provide such person(s) or organizations)with a notice of cancellation but only if: 1. You have provided the name and address of such person(s)or organization(s)to your authorized agent; and 2. Your authorized agent provides us with that list within three (3) business days from the date we request it from them. If notice is mailed, proof of mailing to the last known mailing address of such person(s) or organization(s) will be sufficient proof of notice. Failure to provide such notice to such person(s)or organization(s)will not amend or extend the date the cancellation becomes effective, nor will it negate cancellation of the policy. Failure to send notice shall impose no liability of any kind upon us, our agents or our representatives. IL7447(5-15) Includes copyrighted material of ISO Properties,Inc.with Its permission. Page 1 of 1 TEXAS WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY WC 99 03 04 (Ed.04-07) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver. This waiver does not extend to the statutory right of reimbursement from a claimant who recovers any amount under Section 417.002 of the Texas Labor Code. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person organization ( X ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. This waiver does not extend to the statutory right of reimbursement under Section 417.002 of the Texas Labor Code. 2. Operations: CONSTRUCTION AND RELATED CONSTRUCTION RELATED WORK ALL TEXAS OPERATIONS 3. Premium The premium charge of this endorsement shall be 2 percent of the premium developed on payroll in connection with work performed for the above person(s)or organization(s)arising out of the operations described. 4. Minimum Premium $0 5. Advance Premium $0 Named Insureds: SpawGlass Construction Corp. SpawGlass Contractors, Inc. SpawGlass Civil Construction, Inc. Sustainable Construction Solutions, LLC Westland Equipment and Supplies, LLC This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is Issued subsequent to preparation of the policy.) Endorsement Effective 06/01/16 Policy No. WCA000008316 Endorsement No. Insured SG Administration, L.P. Premium$ Carrier Name/Code ACIG Insurance Company Countersigned by WC 99 03 04 (Ed.04-07) WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 01 (Ed.1-94) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancelation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule.The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: Y 60 days. However, in the case of cancellation or nonrenewal due to nonpayment of premium, only 10 days advance notice will be provided. 2. Notice will be mailed to: All certificate holders where written notice of cancellation,nonrenewal or material change to this policy is required by written contract,permit or agreement with the Named Insured. The notice will be mailed to the addresses provided to us by the certificate of insurance issuer. Proof of mailing will be considered sufficient proof of our good faith attempt to provide written notice. Named Insureds: SpawGlass Construction, Inc. SpawGlass Construction Corp. SpawGlass Civil Construction, Inc. Sustainable Construction Solutions, LLC Westland Equipment and Supplies, LLC This endorsement changes the policy to which it Is attached and is effective on the date issued unless otherwise stated. This endorsement is only applicable in the state of Texas. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: 06/01/16 Policy No. WCA000008316 Endorsement No. Policy Effective Date: 06/01/16 to 06/01/17 Premium$ Insured SG Administration,L.P. DBA: Carrier Name/Code: ACIG Insurance Company Countersigned by WC 42 06 01 (Ed. 1-94) 8239-23-07 (Federal ) 00 61 16 PAYMENT BOND BOND NO. 58S208710 (Liberty Mutual ) Contractor as Principal Surety Federal Insurance Company; Name: SpawGlass Civil Construction,Inc. Name: Li berty Mutual Insurance Company Mailing address(principal place of business): Mailing address(principal place of business): 13800 west Road 15 Mountain View Road Houston,Tx 77041 Warren, NJ 07059 Physical address(principal place of business): Owner 15 Mountain View Road Name: City of Corpus Christi,Texas Warren, NJ 07059 Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: IN & MA Corpus Christi,Texas 78469 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone(main number): E16451 CCIA Taxiway K Construction 908-903-2000 Telephone(for notice of claim): 908-903-3493 Local Agent for Surety Name: Larry Snider Award Date of the Contract: February 28,2017 Address:c/o Adams Insurance Service 427 W. 20th Street, #500 Contract Price: $2.203.523.71 Houston, TX 77008 Bond Telephone: 713-869-8346 Email Address: lsnider@adamsins.com Date of Bond: March 2, 2017 The address of the surety company to which any (Date of Bond cannot be earlier than Award Date notice of claim should be sent may be obtained of Contract) from the Texas Dept.of Insurance by calling the following toll-free number. 1-800 252-3439 Payment Bond Form 00 61 16-1 E16451 CCIA Taxiway K Construction 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer,agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the some extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Prindp a Surety Signature: (`-'�"Q� Signature: Name: Amer 1-Nahhas Name: arry l]. Snider Title: President Title: Attorney-in-Fact Email Address: Amer.A1-Nahhas@SpawG1ass Email Address: Isnider@adamsins.com cram (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 006116-2 E16451 GLIA Taxiway K Construction 7-8-2014 ' - „tlttt:Lil Lll �llll• � .-. ( Ill till. _ .. _. _..... .. /'iii✓�f•�41 ~,��/- ' �.�,�':J:`' '`itljt�lljk4l6 'llLl. ' %R IcChubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07459 cr�ua� Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation,do each hereby constitute and appoint Norman E.Adams,Michael Macomber,John A. Prince and Larry D.Snider of Houston,Texas— -- ---------- each as their true and lawful Attorney-In-Fad to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behakf as surety Mention or otherwise,bonds and undertakings and other writings obligatory In the nature thereof(other than ball bands)given or executed In the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any Instrument referred to in said bonds or obligations. in Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seats on this 26 inday of May,2016. / T ryata yards,Assistant Secretary Norris,Jr.,Vice Pr es ' NaLWr' ~`Y dYCY1Mh ►' STATE OF NEW JERSEY ss. County of Somerset On this 26th day of May, 2016 before me, a Notary Public of New Jersey, personally came David J. Edwards,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power cf Attemey,and the said David J.Edwards,being by me duly swam,did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY.VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seats and were thereto affixed by authority of the By-Laws of said Companies;and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority;and that he Is acquainted with David B.Norris,Jr.,and knows him to be Vice President of said Companies;and that the signature of David B. Norris,Jr.,subscribed to said Power of Ahomey is in the genuine handwriting of David B.Norris,Jr.,and was thereto subscribed by authority or said By-Laws and in deponent's presence. Notarial Seal �R K0,rH8R1NE J-ADELMR . Nomri�ar y NOTARY PUBLIC 85 JERSEY No.231615 685 PUBLIC COMmilsslon Expires July 16,2019 Notary Public CERTIFICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: 'Except as otherwise provided In these By-Laws or by law or as otherwise directed by the Board of Directors,the President or any Vice Presldent,shail be authorized to execute and deliver,In the name and on behalf of the Corporation,all agreements,bonds,contracts,deeds,mortgages,and other Instruments,either for the Corporation's own account or In a fiduciary or other opacity,and the seal of the Corporation,if appropriate,shall be affixed thereto by any of such officers or the Secretary or an Assistant Secretary. The Board of Directors,the President or any Vice President designated by the Board of Directors may authorize any other officer,employee or agent to execute and deliver. In the name and on behalf of the Corporation, agreements, bonds, contracts,deeds,mortgages,and other instruments, either for the Corporation's own account or In a fiduciary or other capacity,and,If appropriate,to affix the seal of the Corporation thereto. The grant of such authority by the Board or any such officer may be general or confined to specific instances.' I,David J.Edwards,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY(the"Companies') do hereby certify that (t) the foregoing extract of the By-Laws of the Companies is true and correct, () the Companies are duly licensed and authorized to transact surety business In all 50 of the United States of America and the District of Columbia and are authorized by the U.S.Treasury Departrnert;further,Federal and Vigilant are licensed in the U.S.Virgin Islands,and Federal is licensed In Guam,Puerto Rico,and each of the Provinces of Canada except Prince Edward Island;and (ii}) the foregoing Power of Attomey is true,correct and In full force and effect. Given under my hand and seals of said Companies at Warren,NJ this 2nd day of March, 2017. David J.Edwards,Assistant Secretary IN THE EVENT YOU WISH To NOTIFY US OF A CLAIM,VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER,PLEASE CONTACT US AT ADDRESS LISTED ABOVF,OR BY Tele a(9DS)903-3493 Fax 008 903-3656 email: sura chubb.cwn Form 15-IO-DZ258-U GEN CONSENT(my.07.15) £Lozzt£Lett sWl 004 10 5SZ ,a eer ,lei^ Q��a.,.,fn�y-9?y� ArelaJoes luelslssV'1joduanep•M AroBeJO = :,...: •; a o x P •.,�-rf�t+'`,.'•�•_�_ 1661 Z16t u 6161 0 9061 S f'rJ'�^ � '�'A���•' .vJrba�N Nd'•a'' �J�!•ybnpN dC~C J26'YnSNl c� Y,b�Sb0 ONa�-D OZ' 03.A t?W ;o Asp FOR Z„ slap sa!uedwo0 pies Jo sleas alp paxgje pus puey Aw las o;unajay aney I'd0383HM ANOWI1S31 NI LT 4 palloAoj uaaq lou se4 Pus pada Pus eaq IInJ u!sl'saluedwo0 p!es Aq palnoaxe AawouV;o Jamod ay{Jo Adoa panto pup am'prg a sl BulofmoJ ayl Lp!gm Jo Amour Jo Jamod leu!BuO ay;)p41 AJgtao AgaJay op AtredwOO aouainsul ueouawy lsaM perp'Auedwo0 aoueJnsul lenlnW Alragr1'Auedwo0 eoupinsul Allense0 o140 a41'Atredwo0 A1lenseo pue aild ueouawV;o'AJela*9S luels!ssV`pau6lsJapun ayl'uoduaneO•M AJo6aJ0'l ,pare Apenuew 46no41 se page pue ealo;awes atq 4llm Auedwo0 atp uodn 6u!pwq pue p!leA eq pays'spuoq AlaJns yllm uoiauuoo u!Auedwo0 alp Aq pans!Aowoue Jo Jemod Aue;o Adoo pepgJeo a uodn Buueadde JanaJa4m'Aueduro0 .13 atp Jo Aielaraes luelslsse Aue;o am)euB!s peonpwdai ApepluLt paw Jo ellwlsap;ley)sluesuoo Auedwo0 a41'sjolaw10 Jo pJeog sAuedwo0 eyl Jo luesuoo snowlueun Ag-uogezuoy;ny 'suo!Je6!lgo Alain Jaylo pup seouezluBooar'spuoq'sBui4elrapun pe pue Aue Alains se Janpep pup e6pelmoujoe'lees'elnaexe'94vw of Auedwo0 etp;o geyeq uo pe of AJesseaau eq An se peJ -u!-sAawoue vans lu!odde of keleJoeS luelslssV'M0 Ty PMU S07uo4lns'Auedwo0 mp to smelAg alp of luemnd 6ugpe'AuedwOO ayl Jo luaWOM a41-u0lleuBlSO O OMJVINaO O P to q Pa ! � q oq 11 4s tp Pa t71 AJplaJoas aip Aq palsaue pue lua lsaJd a A u6ls !se 6u w se a sluawnysu! ns lnpaxa C:,O os ue4M 'Auedwo0 e4l;o leas atp olamgl ypeue of pue s)uawlulsul tens Aue;o uognoaxe pue amleu6!s J!e41 Aq Auedwa0 atp pulq 01 Jamod Ery aney pegs'Aawope Jo sJamod eelpadsar e wJ!a41 u!'lira;las suoge)!w!l atp 01 palgns peJ ul sAawoge yang suoge6llga Alarns Jaylo pup sapuenu6opaJ'spuoq's6u»leuapun pe pup Aup ryaJns se JanHOP pup a6palmoulpe'lpas O N 'alnpaxa'a>lew al Auedwa0 e41 Jo getlaq ul pe of Aressapau aq Aew se'pp;•ursAawoue tans lwOddp pegs'aquasard Aew luap)saJd ayl io uewneya ayl se suogpl!wll tpns o1 pelgns pue O 3 'lueplsaJd ayl Jo ueuuleya alp Aq Buqum ul esodrnd 1e41 Jol pazuoglne Auedwo0 alp Jo JaoWo Aug•s6ul1epapun pup spuoq AJaJnS•9 N01103S-spMuoO JO uogn3ax3-1111X 3131M n w C •Aluo4lne Jo Jamod 4pns 6uquer6 s=Wo Jo Jao4jo ayl Aq Jo luaplsard 041'uetw!e4�ayl'preog a41 Aq awq Aue Is P840 aJ aq Aew appe sly)10 suo!Slnoid alp O' e Japun pepu!-AeuJoue Jo engeluesaift Aup of poluelB Aluoylne Ja Jamod Aug•AJele=S a41 Aq of pelsOM pue luap!seJd eLp Aq pauBls;I se 6ulpu!q se eq pegs sluawrulsul yens'palnoaxa 0 C d os u94M •uogemdlo0 a4q Jo leas atp olaJatp yMue of pue sluawn4sul yens Aue Jo uognpaxe pue aJnleuBls nayl Aq uogeJodroo ay1 pu!q of Jamod pnJ aney pegs'Aawoue;o sJamod _O aAgWSaJ J!ay1 ul 4JroJ las suogeuw•y at l 01 pa(gns'peJ-ul-sAawoue 4pnS •suoge6pgo Alams Jatpo pue seouezlu600aJ'spuoq`s6ul>leyapun pe pue Aue Alams se Jagap pue a6palmowpe 3'0 C 'leas'alwaxe'e>letu of uogeJodwo a41 Jo Jle4eq ui pe of hiessaaau aq Aew se'peJ-uKAauroue tpns lu!odde pegs'egpomd Aew luaplsaJd ayl Jo ueuu!e40 a41 se uogel!wq tpns of to Olaafgns pue'luep!saJd ayl Jo uetwlpt10 atp Aq 6uqum ul asodrnd letp JoJ pazympne uogejodro0 a4110IBrJgJo Jaylo Jo JapgJD AuV-AawouVJo Jed-Z l uOqOS-SH33Idd0-Al 31011W 0 Ol to co o z :Sm0110;se 6ulpew page pue OWO)pry w moi OIL,suognlosaJ ya!Ilm Auedwo0 eausinsul ueouawV lseM pup'Auedwo0 sousulsul lerynyy Apagn'Auedwo0 . O N sowinsul gL-nsp0 0140 egi'Auedttlo0 Allense0 pue alLd ueauawV;o suogezuo4lnV pue smel-AS 6uww11o;a4l;o Aluo4lne Aq ue o1 luansrnd palnoaxe pue appw sl AeuxW Jo JwDd sly! 0 O 30 sauelaN 10 uogel�ossV eiuenlAsuuad'Jagway�l Auer, 0 A 41 LLoz'9Z rtoreyq sarldx3 uolsslwwo0 Fpy d I` 7 W ollgnd AMON ellal8ed esaJal O. tluno0 Awwo81uoy1'd ylnow tld do N d ' A8 O ollgnd A ON'enalsed eseiel A—ti � 129S IeueloNca O� Y V1NVA'1ASNN3d d0 H11V3MN0WW00 1Sbd dy a1 'a3 0 •usuum enoge lsjy JeeA pue Aep eLp uo'elueAIAsuuad'6ulleaVy tpnowAld le leas 1puelOu Aw paxq;e pue swpu w paquasgns olunaJay ane41'd03a3HM SS3N11M NI c 0 Rt •Jaoglo pazuotpne Alnp a se;lasw!y Aq suogeJodJoo a41 JO Jlegoq uo 6u1u6!s Aq pauleluoo ulaiegi sesodrnd aql JoJ luawnllsu!6uloBaJo;atp alrlpaxa Oh N'e 'op of os pazuoy)rm 6u!aq'flans se'ay 1e41 pue`Auedwo0 eousinsul ueauewV 1SeM pue'Auedwo0 eouernsul Auense0 o!yO a41'Auedwo0 omminsul len)nyy AlJaq!-1'Auedttlo0 Allense0 0 0 Oni pue wl j uepuetuy;o AJelaJpeS we)stssy a41 aq o1 gasw14 pa6palmou>tap otlm'AaJp;1 W p!ne0 paJpedde AlleuosJad aw ago;aq 9loZ aunt Jo Aup 4lyl S!y1 up c Q 3 AUMOJ1NOW 30 AlNf100 9 r ss ArelaJaaS;uelsiss; Qx3-yy P!MO VINVAIASNN3d J0 31V1S CID ar :A8 tD $ count: �� P15rv�vs�hl�Bt^ y��w�� •v*ry0 Auedwo0 aoueinsul ueouaw lseM 4 3 1661 > 0 2161 ° 6161O 906t > Andwoo aouelnsul Ienlnyq Apagll a o C J Q 'z' Auedw aoue,nsu ense o! a W of I�1 0 40 � b �d osN1 r,1 �SVO Q. Auedwo0 Allense0 pue an j ueouawy nSN1Nd bliSNt ONd KME aunt ;o Asp 4142 s140 019.181.111 poxyle ueag eney sa!uedwo0 etp to seeas eleJodrop etp pue se!usdwo0 a4)Jo lepWo Jo Jaog;o pezuo4lne ue Aq paqupsgns uaaq seg AawouV;o Jamod sl4l'd03a3HM SS3N11M NI 'suosled Jaftd umo Jlayl ul saw2dwo0 alp;o A1plejoas eql Aq palsaue pup lueplsald 941 Aq pauft Alnp uaeq aney AeLp Jl se se!uedwo0 eql uodn 6u!pulq se aq IleLIs pue sluasaid ase4)Jo souensrnd ul'suoge6gqo Alams Ja4lo pue se3uezluBoaaJ'spuoq's6unleNapun pe pue Aue`peep pup)pe s1l se pup AlaJns se geyaq sll uo pue Jo;'ianllap pue a6pelmOU>Ipe'lees'e)noaxe'a>leur of pe;-u�Aewoue lnlmei pup any sll'paweu auo uL'410Jaw eq aJayl JI Apenpinlpul ypea Xl JO SISIS' uolsnOH Ja Alla 94)JO Ile swept'•3 uewJON.JaCILU03 lnl lee4alyll.aap!us'Q -171.aouud y utlor.swept'•y MaJpuy 'lu!Odde pue alry!lsuoo`awn AgaJay saop'4tq las ulaJay Aluo4lne Aq pue of luensJnd'Lseluedwo0,eql palls Alem pelloo tkojeq)eue!pul;o alelS alp Jo smei eql Japun pazludio Alnp uogeJodroo a s! Auedwo0 soueJnsul ueauawylsaM pue`suesnypesseyy Jo alelS a41;o smel eql Japun pevue6Jo Alnp uogeJodroa a sl Auedwo0 eoueJnsul IenM 49q!l letp'aJlgsdweH maN l0 alelS ayl Jo smel a4l Japun poz!uefuo Alnp suogeiodroo air Auedwo0 eomnsul Auense0 o!t10 at11 pup Auedwo0 Apense0 g ail j uepuawV 1e41 :S1N3S321d 3S3H1 Ag SNOSb3d llV NMONX AMHOI":1O M3MOd Auedwoo eoueinsul ueouewV lsaM Auedwoo eouemsul Allenseo olllp ayl Auedwo0 eouemsul IenlnW Allagrl Auedwo0 4ense0 pue anj unuauly L09MIFL'ON 01e0911JO3 •pa;>:;s u!aJO4 WOW ey101 pup Jauuew 841 ul ldaaxa AuedwoO ay;pulq 0;A1IJOtPv ou aney Aa4;pus lulaJay psweu aso41 Jo spe eta sllwp AeWOW Jo Jamod s141 'ONf1oH9)10V8 03H NO 431NINd SI 11 SS37lNn a11VA ION SI A3NHO11V d0 M3MOd SIHI IcChubb FbdwW France Company Atte: Surety Department Surety Vigilant inranae Company 15 Mountain View Road ta�ar Pacific Indemnity Company warren,W 07058 Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Federal Insurance Company at: Chubb Surety 15 Mountain View Road Warren, NJ 07059 Telephone: (908) 903-3493 Fax: (908) 903-3656 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 Telephone: (800) 252-3439 Fax: (512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning the premium or about a claim, you should first contact the,surety company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Libe ty Mutuals SURETY TEXAS TEXAS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener information o para someter una queja: You may call toll-free for information or to Usted puede 1lamar al numero de telefono gratis make a complaint at para information o para someter una queja al 1-877-751-2640 1-877-751-2640 You may also write to: Usted tambien puede escribir a: Interchange Corporate Center Interchange Corporate Center 450 Plymouth Road, Suite 400 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-1644 Plymouth Meeting, PA 19462-1644 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener information coverages, rights or complaints at acerca de companias, coberturas, derechos o 1-800-252-3439 quejas al 1-800-252-3439 You may write the Texas Department of Insurance Puede escribir al Departamento de Seguros Consumer Protection (111-I A) de Texas Consumer Protection (I 1 I A A) P. O. Box 149091 P. O. Box 149091 Austin, TX 78714-9091 Austin, TX 78714-9091 FAX: (512) 490-1007 FAX# (512) 490-1007 Web: bap://www.tdi.texas.gov Web: ht1p://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov E-mail: ConsumerProtection�?aQ.tdi.texas. ov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your Si tiena una disputa concerniente a su prima o a premium or about a claim you should first un reclamo, debe comunicarse con el agente o contact the agent or call 1-800-843-6446. primero. Si no se resuelve la disputa, puede If the dispute is not resolved, you may contact the entonces comunicarse con el departamento (TDI) Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR UNA ESTE AVISO A SU POLIZA: POLICY: This notice is for information only and does not Este aviso es solo para proposito de information become a part or condition of the attached y no se convierte en parte o condition del document. documento adjunto. NP 70 68 09 01 8239-23-07 (Federal ) 006113 PERFORMANCE BOND BOND NO. 585208710 (Liberty Mutual ) Contractor as Principal Surety Federal Insurance Company; Name: SpawGlass Civil Construction,Inc. Name: Liberty Mutual Insurance Compan Mailing address(principal place of business): Mailing address(principal place of business): 13800 West Road 15 Mountain View Road Houston,TX 77041 Warren, NJ 07059 Physical address(principal place of business): Owner 15 Mountain View Road Name: City of Corpus Christi,Texas Warren, NJ 07059 Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: IN & MA Corpus Christi,Texas 78469 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone(main number): E16451 CCIA Taxiway K Construction 908-903-2000 Telephone(for notice of claim): 908-903-3493 Local Agent for Surety Name: Larry Snider c/o Adams Insurance Service Award Date of the Contract:February 28,2017 Address: 427 W. 20th Street, #500 Contract Price: $2.203.523.71 Houston, TX 77008 Bond Telephone: 713-869-8346 Email Address:1 snider@adamsins.com Date of Bond: March 2, 2017 The address of the surety company to which any notice of claim should be sent may be obtained (Date of Bond cannot be earner than Award Date from the Texas Dept. of insurance by calling the of the Contract) following toll-free number.1-800-252 3439 Performance Bond 00 6113-1 E16451 CCIA Taxiway K Construction 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void,otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: A,nzr AL-N.ahhas Name: arry D. Snider Title: President Title: Attorney-in-Fact Email Address: Anier.Al-Nahhas@SpawGlass. Email Address: Isnider@adamsins.com com (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 006113-2 E16451 CCIA Taxiway K Construction 7-8-2014 �.. .171. - .. ?:. ... .... r 71 yqjet447111I11fr! ..,. ..N. � J r,r: t•If f'fff f•1714�S�.Ct� icChubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren,NJ 07059 �a Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY,a New York corporation, and PACIFIC INDEMNITY COMPANY,a Wisconsin corporation,do each hereby constitute and appoint Norman E.Adams,Michael Macomber,John A.Prince and Larry D.Snider of Houston,Texas each as their true and lawful Attorney-In-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory In the nature thereof(other than bail bonds)given or executed In the course Of business,and any Instruments amending or atl ertng the same.and consents to the modification or alteration of any Instrument referred to In said bonds or obligations. In Witness whereof,said FEDERAL INSURANCE COMMW,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seats on this 26 day of May,2016. s l rds.Assistam Secretary .Norris,Jr.,Vtw PreeLd� 0(0 (2 W STATE OF NEW JERSEY ss. County of Somerset On this 26th day of May, 2016 before me,a Notary Public of New Jersey, personally came David J.Edwards,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney,and the said David J.Edwards,being by me duty sworn,did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seats thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By Laws of said Companies;and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority,and that he Is acquainted with David B.Norris,Jr.,and knows him to be Vice President of said Companies;and that the signature of David B.Noris,Jr.,subscribed to said Power of Attorney Is In the genutne handwnting of David B.Norris,Jr.,and was thereto subscribed by authority of sold By Laws and in deponents presence. Notarial Seal KA"FUNE J.ADELW NOTARY PUBLIC OF NEW JERSEYNO.231 M5 y�BLIC Comintasllxr Expires July 16,2019 Notary Publlc JEPg CERTIFICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: 'Except as otherwise provided In these By-Laws or by law or as otherwise directed by the Board of Directors,the President or any Vice Presldent,shall be authorized to executo and deliver,In the name and on behalf of the Corporation,all agreements,bonds,contracts,deeds,mortgages,and other instruments,either for the Corporation's awn account or In a fiduciary or carer capacity,and the seal of the Corporation,if appropriate,shall be affixed thereto by any of such officers or the Secretary or an Asststard Secretary. The Board of Directors,the President or any Vice President designated by the Board of Directors may authortm arty other officer,employee or agent to execute and deliver,In the name and on behalf of the Corporation,agmements,bonds,contracts,deeds,rnodgages,and other Instruments,either for the Corporations own account or in a tFduclary or other capacity,and,It appropriate.to affix the seal of the Corporation thereto. The grant of such suthoriry by the Board or any such officer may be general or confined to sped 5c Untances.' I,David J.Edwards,Assistard Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY(the'Companlesl do hereby certify that I) the foregoing extract of the By-Laws of the Companies Is true and correct, (h1) the Companies are duly licensed and authorized to transact surety business In all 50 of the United States of America and the District of Columbia and are authotlred by the U.S.Treasury Department;further,Federal and Vigilant are licensed M the U.S.Yugin Islands,and Federal to licensed In Gomm,Puerto Rico,and each of the Provinces of Canada except Prince Edward Island;and (Iii) the foregoing Power cf Attomey Is true,correct and in full force and effect. Given under my hand and seals of said Companies at warren,NJ this 2nd day of March, 2017. • . . �houw� Jnr David J.Edwards,Assistant secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM,VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTKER MATTER,PLEASE CONTACT US AT ADDRESS i LISTED AB OR BY Ta a 903.5493 Fail mmi 903 3B5a •kik krownchubb.com Finn 15-10.022ba-U GEN CONSENT(rev.07-15) 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. Certificate No.7402806 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire&Casualty Company and The Ohio Casually Insurance Company are corporations duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and WestAmerican Insurance Company is a corporation duly organized under the laws of the State of Indiana therein collectively called the•Companies',pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Andrew A.Adams;John A.Prince;Larry D.Snider;Michael Macomber;Norman E.Adams all of the city of Houston state of TX 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 deed,any and all undertakings,bonds,reoognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 241h day of June 2016 PNOCASU `�V INSU �tNSUr+q PNINSUgR American Fire and Casualty Company The Ohio Casualty Insurance Company y a 1906 0 0 1919 n F . 1912 1991 Liberty Mutual Insurance Company G i s W ,b West encan Insurance Company .N a C e � y �rd•HAAY" *'CSA Jty H•H�MF�J`pr * '� * * * * Q r By. my � David M.Care ,Assistant Secretary r- STATE OF PENNSYLVANIA ss C COUNTY OF MONTGOMERY C Im On this 24th day of June 2016 before me personally appeared David M.Carey, who acknowledged himself to be the Assistant Secretary of American Fire and v v m Casualty Company,Liberty Mutual Insurance Company,The Ohio Casualty Insurance Company,and West American Insurance Company,and that he,as such,being authorized so to do, >,w p 2 execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. a`s > IN WITNESS WHEREOF,I have hereunto subscribed m name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. Sc. CL �+jp P pqs COMMONWEALTH OF PENNSYLVANIA � �O Q��,►oNw�rF!! Notarial Seal w M C H ti�uo ri v EMYPICYTE....m"i-sion Pastella,Notary Pubtic By: O Cm of Twp.,Montgomery County Teresa Pastella,Notary PublicL. L �v Expires March 28.2017 3 W .0 Member,Pennsylvania Association of Notaries 0 E 0CL ate+ t0 C R This Power of Attorney is made and executed pursuant to an by authority of the following Bylaws and Authorizations of American Fire and Casualty Company,The Ohio Casualty Insurance ut p y"; Company,Liberty Mutual Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: r Of to aym. ARTICLE IV-OFFICERS-Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject O C V.�+ to such limitation as the Chairman or the President may prescribe,shall appoint such attomeys4n-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, 00 O= acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attomeys-in-fact,subject to the limitations set forth in their respective E di powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When G q; executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or anomey-in-fact under >.0 J02 T the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. M = 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, E o? > i and subject to such limitations as the chairman or the president may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Company to make,execute, +-C4 O 3 seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizanoes and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their C oQ Z 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 0 o executed such instruments shall be as binding as if signed by the president and attested by the secretary. 0<o Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attomeys-in- ~ fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,reeognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that 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 farce and effect as though manually affixed. 1,Gregory W.Davenport,the undersigned,Assistant Secretary,of American Fire and Casualty Company,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 2nd day of March 1� 20 Pp0 CASU PSZV INSU,Q PI'INSUR4 9(% cow'oa,;�9y� J~J=r"`�r�^OyCm ^e.ss'"via" �m -. u �;/i•,,�� �.� g 19063 1919 o-� n 1912 0i� 1991 ; � !;BY: s Gregory W.Davenport,Assistant Secretary � o d��b '(rnMv`�'*e�AD J,y�H.wem a� �)�'�SrMrtr>r r ,7� •xL1AN� T A� j J �+ ' 254 of 500 LMS 12873 122013 Chubb iF wal Insurance Company Atte: Surety Department Surety VW11ant Inswanoe Company IS Mountain View Road Ic Pacific indemnity Company Warren,W 0M9 Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Federal Insurance Company at: Chubb Surety 15 Mountain View Road Warren, NJ 07059 Telephone: (908) 903-3493 Fax: (908) 903-3656 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 Telephone: (800) 252-3439 Fax: (512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning the premium or about a claim, you should first contact the,surety company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Liberty Mutual, SURETY TEXAS TEXAS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener information o para someter una queJa: You may call toll-free for information or to Usted puede llamar al numero de telefono gratis make a complaint at para information o para someter una queJa al 1-877-751-2640 1-877-751-2640 You may also write to: Usted tambien puede escribir a: Interchange Corporate Center Interchange Corporate Center 450 Plymouth Road, Suite 400 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-1644 Plymouth Meeting, PA 19462-1644 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener information coverages,rights or complaints at acerca de companias, coberturas, derechos o 1-800-252-3439 quejas al 1-800-252-3439 You may write the Texas Department of Insurance Puede escribir al Departamento de Seguros Consumer Protection (I 1 I-I A) de Texas Consumer Protection (1 I I-I A) P. O. Box 149091 P. O. Box 149091 Austin,TX 78714-9091 Austin, TX 78714-9091 FAX: (512) 490-1007 FAX# (512) 490-1007 Web: http://www.tdi.texas.P-ov Web: hU://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your Si tiena una disputa concerniente a su prima o a premium or about a claim you should first un reclamo, debe comunicarse con el agente o contact the agent or call 1-800-843-6446. primero. Si no se resuelve ]a disputa, puede If the dispute is not resolved, you may contact the entonces comunicarse con el departamento (TDI) Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR UNA ESTE AVISO A SU POLIZA. POLICY: This notice is for information only and does not Este aviso es solo para proposito de information become a part or condition of the attached y no se convierte en parte o condition del document. documento adjunto. NP 70 68 09 01