HomeMy WebLinkAboutAPAC
April, 2004
I I~~ L.~
GROUP = ~
I TRANSPORTATION CONSULTANTS
CONFORMED CONTRACT
I
I
I
I
I
I
I
I
I
I
I
t
I
I
I
t
t
I
I
Geri A. SIIRIli, Pui'cluuinc Director
loom fi85- Muniapd BuUclinc
530 GrteDe S.....t. A1JIUIla, GA .11
.(786) 8%1-2412. FAX (706) 821.2811
ViIlt us at w"",.aucllitala.cov
Purchasing Department
~
MEMORANDUM
a
TO:
All Bidders,
FROM;
PATE:
Geri A. Sams
June 8) 2004
SUBJ:
ADDENDUM #1
BID ITEM #04--094 General Aviation Apron Expansion/faxiway 'et
Relocation
The bid due date for Bid Item #04-094 has b~en changed from Monday,
June 14,2004 to Monday, June 21, 2004 @ 3:00 p.rn.. .
Please note other additions/changes to your bid package which you will
receive in the mail. .
You must acknowled~e receipt of addendum in your bid package.
If you have any questions regarding this correspondence, please contact me at
(706) 821.2422.
Cc: Fred Russell
Brenda Byrd-Pelaez
Tim Weegar
Augusta, Georgia Deputy Administrator
Augusta, Georgia Human Resources
Augusta Regional Airport
1
TOTAL P.0l
Page 1 of2
8/5/04
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ADDENDUM NO.2
TO
BIDDING/CONTRACT DOCUMENTS
FOR
GENERAL AVIATION APRONEXPANSIONffAXIWAY 'c'
RELOCATION PROJECT
AUGUSTA REGIONAL AIRPORT
BID ITEM #04-094
in
AUGUSTA, GEORGIA
TO:
All Prospective Bidders
DATE:
June 7, 2004
This Addendum forms a part of the Contract/Bidding Documents and modifies the original
Contract/Bidding Documents as described below. Acknowledgment of receipt ofthis Addendum in
the space provided on Page B-6 ofthe Bid Form is required. Failure to do so may subject a Bidder
to disqualification.
This Addendum consists of 2 pages (NOT INCLUDING COVER) and the following
attachments:
1) Bid Schedule- 11 pages
2) Revised Plan Sheets - 7 drawings
PROJECT MANUAL
BID FORM
Replace the previous Bid Schedule with the attached revised Bid Schedule (B-4a to
B-4k).
SPECIFICATIONS
1. ITEM D-701; PIPE FOR STORM DRAINS AND CULVERTS
A. Delete Section 701-2.2 (b) - Reinforced Concrete Elliptical Culvert.
B.
DRAWINGS
1. Delete Drawings TM-3, TM-S, GD-2, GD-3, M-l, M-2 and M-3 and
replace with attached drawings TM-3, TM-S, GD-2, GD-3, M-l, M-2 and
M-3.
2. Revise Quantity Sheet Q-l to reflect the revised and additional items in
the:bid schedule. These items include 18" RCP, 24" RCP and Type 12
Drainage Structures. '
If you have any questions regarding this correspondence, please contact me at (706) 821-2422.
END OF ADDENDUM NO.1
Page 2 of2
8/5/04
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I General Aviation Apron Expansionffaxiway te' Relocation Project
Augusta Regional Airport
Augusta, Georgia
I FAA A.I.P. NO. 3-13-0011-25
Item Spec Estimated
No. No. item Description / {Write Unit Price in Words} Quantity Unit Unit Price T olal Extended
I BASE BID
00800 Supplementary Insurance Provision L.S. $ $
I' Dollars
Cents
I 2 01000 Mobilization LS. $ $
Dollars
Cents
I 3 01530A Airfield Barricades (Contractor Supplied) L.S $ $
I Dollars
Cents
4 01530B Appurtenances for Owner Supplied Barricades L.S $ $
I Dollars
Cents
I 5 01720 Project Record Documents L.S. $ $
Dollars
I Cents
6 10520 Wheeled Fire Extinguisher EACH $ $
I Dollars
Cents
I 7 S-140A Remove Existing Asphalt Pavement 1,825 S.Y. $ $
Dollars
Cents
I 8 S-140B Remove Existing Concrete Pavement 4,200 S.Y. $ $
Dollars
I Cents
9 S-140C Remove Existing Storm Drain Pipe 630 L.F. $ $
I Dollars
Cents
I 10 S-140D Remove Existing Drainage Structure(s) 3 Each $ $
Dollars
I Cents
BIDDER'S ORGANIZATION
Page B-4a - ADDENDUM NO.2
I
I
I General Aviation Apron Expansionffaxiway 'e' Relocation Project
Augusta Regional Airport
I Augusta, Georgia
FAA A.I.P. NO. 3~13-0011-25
Item Spec Estimated
I No. No. Item Description / (Write Unit Price in Words) Quantity Unit Unit Price Total Extended
21 P-602 Bituminous Prime Coat 950 GAL $ $
I Dollars
Cents
22 P-603 Bituminous Tack Coat 3,450 GAL $ $
I Dollars
Cents
I 23 P-620A Permanent Reflective Pavement Markings 9,560 S.F. $ $
Dollars
I Cents
24 P-620B Temporary Non-Reflective Pavement Markings 10,800 SF. $ $
I Dollars
Cents
I 25 D.701A 24" Class III RCP 1,152 I L.F. $ $
Dollars
Cents
I 26 D-70lB 18" Class V RCP 216 I L.F. $ $
I Dollars
Cents
27 D-751A Type 12 Catch Basin 3 I EACH $ $
I Dollars
Cents
I 28 E-891 Inlet Protection EACH $ $
Dollars
I Cents
29 T-901 Grassing And Mulching 2 ACRE $ $
I Dollars
Cents
30 T-905 Onsite Topsoil 850 C.Y. $ $
I
Dollars
Cents
I BIDDER'S ORGANIZA nON
Page B-4c - ADDENDUM NO.2
I
I
General Aviation Apron Expansionffaxiway 'C' Relocation Project
Augusta Regional Airport
Augusta, Georgia
FAA A.I.P. NO. 3-13-0011-25
Item Spec Estimated
No. No. Item Description I (Write Unit Price in Words) Quantity Unit Unit Price Total Extended
48 L125K Relocate L-858 Sign, Size 1,2- Module in Earth. Provide 4 EACH $ $
New Concrete Pad, Isolation Transformer and Lamps
Dollars
Cents
49 L125L Relocate L-858 Sign, Size 1,3- Module in Earth. Provide EACH $ $
New Concrete Pad, Isolation Transformer and Lamps
Dollars
Cents
50 Ll25N Relocate L-858 Sign, Size I, 1- Module in New Asphalt EACH $ $
Pavement. Provide New Concrete Pad, Isolation
Transformer and Lamps
Dollars
Cents
51 L1250 Relocate L-858 Sign, Size 1,2- Module in New Asphalt 2 EACH $ $
Pavement. Provide New Concrete Pad, Isolation
Transformer and Lamps
Dollars
Cents
52 L125P Relocate L-858 Sign, Size 1,4- Module in New Asphalt EACH $ $
Transformer and Lamps
Dollars
Cents
TOTAL BASE BID $
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BIDDER'S ORGANIZATION
Page B-4f - ADDENDUM NO.2
I
I
I
General Aviation Apron ExpansionlTaxiway 'e' Relocation Project
Augusta Regional Airport
Augusta, Georgia
FAA A.I.P. NO. 3-13-0011-25
I
Item
No.
I
A40 Ll25K
I
I
A41 Ll25L
I
A42 Ll25M
I
I
I
I
Spec
No.
Item Description I (Write Unit Price in Words)
Relocate L.858 Sign, Size 1,2- Module in Earth. Provide
New Concrete Pad, Isolation Transfonner and Lamps
Relocate L-858 Sign, Size 1,3. Module in Earth. Provide
New Concrete Pad, Isolation Transfonner and Lamps
Relocate L-858 Sign, Size 2, 3- Module in Earth. Provide
New Concrete Pad, Isolation Transfonner and Lamps
Dollars
Cents
Dollars
Cents
Dollars
Cents
TOTAL ADDITIVE BID
BI
P-40 lB
AL TERNA TE BID
Bituminous Base Course (Substitute for P-304)
I
I
I
I.
I
I
I
Dollars
Cents
SUMMARY OF BIDS
TOTAL BASE BID
TOT AL BASE PLUS ADDITIVE BID
BIDDER'S ORGANIZATION
I
I
Estimated
Quantity Unit
1 EACH
I EACH
I EACH
8,150 TON
Page B-4k - ADDENDUM NO.2
Unit Price
$
$
$
$
$
$
$
Total Extended
$
$
$
$
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
701-1.1
701-2.1
701-2.2
701-3.1
701-3.2
(a)
(b)
ITEM D-701
PIPE FOR STORM DRAINS AND CULVERTS
DESCRIPTION
This item shall consist of the construction of pipe culverts and stonn drains in
accordance with these specifications and in reasonably close confonnity with the
lines and grades shown on the plans.
MATERIALS
Materials shall meet the requirements shown on the plans and specified below.
Pipe.
a) Reinforced Concrete Pipe (RCP): Shall meet the requirements of
ASTM C 76, Class III reinforcement, with O-ring gasket joint confonning to
ASTM C443.
CONSTRUCTION METHODS
Equipment. All equipment necessary and required for the proper construction of
stonn sewers and culverts shall be on the project, in first class working condition and
approved by the Engineer before construction is pennitted to start.
The Contractor shall provide appropriate hoisting equipment to handle the pipe while
unloading and placing it in its final position without damage to the pipe.
The Contractor shall provide hand tampers and pneumatic tampers to obtain the
required compaction of the pipe bed and the backfill, as specified.
Excavation.
Common - The Contractor shall do all common excavation to the depth shown on the
plans. Common excavation shall consist of all excavation, including rock, required
to install piping as specified herein.
General - Excavated material not required or acceptable for backfill shall be disposed
of by the Contractor as directed by the Engineer. Common excavation shall not be
carried below the required depth; but when it is, the trench shall be backfilled at the
Contractor's expense with material approved by the Engineer and compacted to the
density of the surrounding earth material as detennined by Item P-152.
D-701-1
Addendum No.2
701-3.3
701-3.4
When directed, unstable soil shall be removed for the full width of the trench and
replaced with an approved granular material. The Engineer shall determine the depth
of removal of unstable soil and the amount of backfill necessary. The backfill shall
be compacted and shaped to a firm but slightly yielding condition to form the bed for
the pipe. The cost of removing unstable soil shall be included in the unit price bid
per foot for each reinforced concrete pipe installed.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The minimum width of the trench at the top of the pipe, when placed, shall be not
less than the dimensions shown in the drawings. The sides of the trench shall be
vertical, unless otherwise approved by the Engineer.
The Contractor shall do such trench bracing, sheathing, or shoring necessary to
perform and protect the Contractor's employees, the public and pipe excavation
during pipe construction operations as required by OSHA. The bracing, sheathing, or
shoring shall not be removed in one operation but shall be done in successive stages
as determined by the Engineer to prevent overloading of the pipe during backfilling
operations. The cost of all necessary bracing, sheathing, or shoring, and the removal
of same, shall be incidental to and included in the unit price bid per foot for the pipe.
Bedding.
Reinforced Concrete Pipe (RCP) and Reinforced Elliptical Pipe. Bedding shall
consist of a bed of No. 57 stone, 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
percent of the pipe's vertical diameter. The layer of bedding material shall be shaped
to fit the pipe for 10 percent ofthe 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. The cost ofthe bedding shall be incidental to and included in the unit
price bid per linear foot for installing the various sizes ofRCP and Elliptical Pipe.
Laving And Installing Pipe.
The Contractor shall provide the necessary mason's lines and supports to ensure
installation of the pipe to line and grade, as staked by the Contractor in accordance
with the drawings. The Contractor's facilities for lowering the pipe into the trench
shall be such that neither the pipe nor the trench will be damaged or disturbed.
The Engineer shall inspect all pipe before it is laid, and reject any section that is
damaged by handling or is defective to a degree which will materially affect the
function and service of the pipe. .
The laying of the pipe in the finished trench shall be started at the lowest point and
laid upgrade. When bell and spigot pipe is used, the bell shall be laid upgrade.
D-701-2
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
701-3.5
701-3.6
The pipe and shall be firmly and accurately set to line and grade so that the invert will
be smooth and uniform. The pipe shall be protected from water during installation.
When bell and spigot pipes are used, spaces for the pipe bells shall be dug into the
pipe sub grade to accommodate the bells. These spaces shall be deep enough to
ensure that the bells do not bear the load of the pipe; they shall not be excessively
wide in relation to the longitudinal direction ofthe trench. When the pipes are laid,
the barrel of each section of pipe shall be in contact with the quadrant-shaped
bedding throughout its full length, exclusive of the bell, to support the entire load of
the pipe.
Pipe shall not be laid on frozen ground.
Pipe which is not true in alignment, or which shows any settlement after laying, shall
be taken up and re-Iaid without extra compensation.
The Contractor shall provide, as may be necessary, for the temporary diversion of
stream flow in order to permit the installation ofthe pipe under dry conditions.
Joining Pipe. Joints shall be made with rubber gaskets for RCP and Sealing Bands
for Elliptical Pipe as specified in Section 701-2.2. The method of joining pipe
sections shall be such that the ends are fully extended and the inner surfaces are
reasonably flush and even. Under no circumstances shall pipe be installed where the
joints will leak. The pipe will be removed and reset properly at the sole cost to the
Contractor should leaking joints occur.
Backfilling. All trenches and excavations shall be backfilled within a reasonable
time after the pipes are installed, unless other protection of the pipe is directed. The
backfill material shall be selected granular material from excavation or borrow;
material which is placed at the sides of the pipe and 1 foot over the top shall be
material which can be readily compacted. It shall not contain stone retained on a 3-
inch sieve, frozen lumps, chunks of highly plastic clay, or any other material which is
objectionable to the Engineer. The material shall be moistened or dried, if necessary,
to be compacted by the method in use. Backfill material shall be approved by the
Engineer. .
The backfill shall be placed in loose layers not to exceed 6 inches in depth along each
side ofthe pipe. Special care shall be taken to secure thorough compaction under the
haunches and at the sides of the pipe. This backfill shall be brought up evenly on
each side of the structure to an elevation as shown on the drawings, or such greater
elevation as directed by the Engineer. Backfilling shall be done in a manner to avoid
injurious top or side pressures on the pipe.
D-701-3
Addendum No.2
701-3.7
701-3.8
701-3.9
701-4.1
In embankments and for other areas outside of pavements, the fill shall be compacted
at each side ofthe pipe for a lateral distance equal to twice the outside diameter or 12
feet, whichever is less, and carried up to an elevation of at least 1. foot above the top
of the pipe. The backfill shall be compacted to the density required for embankments
in unpaved areas under Item P-152. Under paved areas, the subgrade and any backfill
shall be ,compacted to the density required for embankments for paved areas under
Item P-152.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Movement of construction machinery over a culvert shall be at the Contractor's risk.
Any pipe damaged thereby shall be replaced at the expense of the Contractor.
Connections. Where the plans call for connection to existing or proposed structures,
these connections shall be watertight and made so that smooth uniform flow line will
be obtained throughout the drainage system. The mortar used for making
connections shall be as specified in Item D-751 - "Drainage Structures" and shall be
of the desired consistency for caulking and filling between the pipe and the drainage
structures. Mortar that is not used within 45 minutes after water has been added shall
be discarded. Retempering of mortar shall not be permitted. Contractor to verify
existing structures to be extended and insure proposed pipe will fit properly.
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 ordered by the Engineer. Except for
paved areas of the airport, the Contractor shall restore all disturbed areas to their
original condition.
After all work is completed, the Contractor shall remove all tools and other
equipment, leaving the entire site free, clear, and in good condition.
Performance ofthe work described in this section is not payable directly, but shall be
considered as a subsidiary obligation of the Contractor covered under the contract
unit price for the pipe.
Inspection. Prior to final approval of the drainage system, the Engineer, accompanied
by the Contractor's representative, shall make a thorough inspection, by an
appropriate method, of the entire installation. Any indication of defects in material or
workmanship, or obstruction to flow in the pipe system, shall be further investigated
and corrected. Defects due to the Contractor's negligence shall be corrected by the
Contractor without additional compensation and as directed by the Engineer.
METHOD OF MEASUREMENT
The footage of pipe to be paid for shall be the number oflinear feet of each type and
size of pipe in place, completed, and approved to be measured along the centerline of
the pipe from end or inside face of structure to the end or inside face of structure,
D-701-4
Addendum No.2
D-701-5
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
whichever is applicable. The several sizes shall be measured separately. All bedding,
undercut excavation, removal of excess excavation, sealing bands, and backfill shall
be included in the footage as typical pipe sections in the pipeline being measured.
BASIS OF PAYMENT
701-5.1
Payment will be made at the contract unit price per linear foot for each size and type
of pipe designated. This price shall be full compensation 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. Bedding,
removal of excess excavation, and backfill quantities and sealing bands are incidental
to and shall be included in the cost per linear foot of pipe.
Payment will be made under:
Item
D - 701A
24" Class III RCP - Per Linear Foot
R~l:::.:.:::::i:::::::::::;:::::::::I:t~:::iI::#::iit1.:~I:::::::::!::II:::::filtl::m.::M::_lij;ffi::liii:J?'.:II)~
TESTING AND MATERIAL REQUIREMENTS
Test Material and Short Title
ASTMC 76 -
Reinforced Concrete Pipe
ASTM C 443 -
Rubber Gasket for RCP
ASTM C 507 -
Reinforced Concrete Elliptical Culvert
ASTM C 877 -
External Sealing Bands for Non-Circular Concrete Sewer
END OF ITEM D-701
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I)
II)
III)
SUMMARY TO MINUTES
OF
PRE-BID CONFERENCE
GENERAL AVIATION APRON EXPANSION
TAXIWAY 'c' RELOCATION PROJECT
at the
AUGUSTA REGIONAL AIRPORT
AUGUST A, GEORGIA
10:00 A.M.
June 1, 2004
INTRODUCTION
Mrs. Phyllis Mills with the Augusta-Richmond County Purchasing Department introduced
herself and welcomed the attendees to the Mandatory pre-bid conference for Bid Item #04-
094, General Aviation Apron Expansion / Taxiway 'c' Relocation Project for the Augusta
Regional Airport. Mrs. Mills introduced the Engineer on this project, Mr. JetIPike with The
LP A Group, Inc. then turned the meeting over to Mr. Pike. Mr. Pike informed the attendees
that an attendance list was being circulated around the room and reminded everyone to sign it
so that we would have record oftheir attendance, and it would be taken to the site for initials
for the Mandatory Site Visit. Minutes to the conference would be prepared and sent to each
company attending. Mr. Pike then asked that questions be held to the end ofthe presentation
and discussed the following items in regards to the referenced project.
SCOPE OF THE PROJECT
The work has been divided into a Base Bid and Additive Bid and may be generally described
as follows:
The Base Bid will generally consist of full depth widening of approximately 1,500 feet of
Taxiway 'c' along with an expansion of the multi-use parking apron. Related work will
consist of milling, pavement marking, shoulder grading and storm drain improvements. Also
included is the replacement ofthe taxiway edge lighting system including new fixtures and
wmng.
Additive Bid No.1 will generally consist of an additional 1,300 feet of Taxiway 'c'
widening with similar related work as described above.
INSTRUCTION TO BIDDERS
Section 5.1 All questions about the meaning or intent ofthe Contract Documents shall be
submitted to the AUGUST A-RICHMOND COUNTY PURCHASING DEPARTMENT in
writing.
Page 1
ALL QUESTIONS OR CLARIFICATIONS SHALL BE DIRECTED TO THE
PURCHASING DEPARTMENT. DIRECT CONTACT BY ANY POTENTIAL
BIDDER TO THE ENGINEER OR AIRPORT OTHER THAN A VIEW PLANS MAY
BE CAUSE FOR BID DISQUALIFICATIONS.
Questions received later than 2:00p.m. the day after the mandatory pre-bid conference will
not be answered. Only questions answered by formal written Addenda will be binding. Oral
and other interpretations or clarifications will be without legal effect.
Section 6.1 Each BID must be accompanied by Bid Security made payable to OWNER, in
an amount often (10) percent of the BIDDER's maximum BID PRICE (including all additive
alternatives) in the form of a Bid Bond prepared on the Form of Bid Bond included in the
BID, duly executed by the BIDDER as principal and issued by a surety meeting the
requirements of the General Provisions and Supplementary Conditions thereto.
Section 7.2 In the event that the construction contract time period occurs between
the dates April 1, 2005 through April 15, 2005 inclusive, all construction activities shall
be stopped. No contract time will apply against the contract during this time period.
The Contractor will be required to de-mobilize and re-mobiIize at no additional
expense to the Owner
Section 11.1 DO NOT USE THE BID FORM BOUND IN THE PROJECT MANUAL
FOR SUBMISSION OF BIDS.
Bid Documentation: The following documents are attached to and made a part ofthis BID:
(a) Required Bid Security in the form of a Bid Bond or certified check payable to the
order of the Augusta Aviation Commission.
(b) Non-collusion Affidavit
(c) EEO Report Statement
(d) Bidder's Affidavit
(e) DBE Statement
(f) Buy American Certificate
(g) Certification of Non-Segregated Facilities
(h) Subcontractor List
(i) Bidder's Questionnaire Regarding Subcontractors
(j) Bidder Certification Regarding Debarment
Page 2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Page 3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(k) Bidder's Qualification Questionnaire
Section 11.11 The only markings by the BIDDER which will be considered by the OWNER
in evaluating the BID are those made on the bid form itself. No markings on the exterior of
the envelope or other extraneous marks will be considered as part of the BID.
Section 12.1 BIDS shall be submitted at the time and place indicated in the Advertisement.
Each BID shall be marked and addressed as required in the Advertisement and shall be
accompanied by the Bid Security and other required documents. If the BID is sent through
the mail or other delivery system. the sealed envelope shall be enclosed in a separate
envelope with the notation "BID ENCLOSED, GENERAL AVIATION APRON
EXPANSION / TAXIWAY 'c' RELOCATION PROJECT, AUGUSTA REGIONAL
AIRPORT, BID # 04-094" on the face thereof. Only one copy ofthe Bid Form. Schedules
and other required documents is required for submission of BID. DO NOT SUBMIT THE
PROJECT MANUAL OR DRAWINGS WITH BID. Sealed bids will be received at this
office until 3:00 p.m., Monday, June 14,2004.
Section 12.1.1
Mailing address:
Geri A. Sams, Purchasing Director
Augusta-Richmond County Purchasing Department
Municipal Building. Room 605
530 Greene Street
Augusta, Georgia 30911
Section 15.1 All BIDS shall remain open for ninety (90) days after the day ofthe opening,
but OWNER may, in his sole discretion, release any BID and return the Bid Security prior to
that Date.
Section 16.6 If a contract is to be awarded, it will be awarded pursuant to the OWNER's
procurement policy and to the lowest BIDDER whose evaluation by OWNER indicates to
OWNER that the award will be in the best interests of the Project. It is the OWNER'S
intention to award the project depending upon the availability of funds and the BIDDER
being responsible and submitting a responsive BID for the Project.
Section 16.7 If a contract is to be awarded. OWNER will give the Successful BIDDER a
NOTICE OF A WARD within ninety (90) days after the day of Bid Opening.
Section 19.2 Estimated Quantities: Where quantities of work are given in the BID these
are approximate and are assumed solely for comparison of the BIDS. They are not
guaranteed to be accurate statements or estimates of quantities of work that are to be
performed under the Contract, it being presumed that the BIDDER has verified the quantities
necessary to complete the Work of the Contract as intended, and any departure there from
will not be accepted as valid grounds for any claim for damages. for extension oftime or for
loss of profits; nor will any additional payment. be made regardless of the actual quantities
required or ordered to complete the Work.
IV)
V)
VI)
Section 20.1 A MANDATORY Pre-Bid conference will be conducted on June 1,2004 at
10:00 a.m. at the Augusta-Richmond County Purchasing Department, Municipal Building,
Room 605,530 Greene Street, Augusta, Georgia 30911. A MANDATORY Site Visit will
be held after the Pre-Bid Conference at the Augusta Regional Airport, 1501 Aviation Way,
Augusta, Georgia 30906. Representatives of OWNER and ENGINEER will be present to
discuss the Project. BIDDERS are encouraged to attend and participate in the conference.
ENGINEER will transmit to all prospective BIDDERS of record such Addenda as
ENGINEER considers necessary in response to questions arising at the conference.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DISADV ANT AGED BUSINESS ENTERPRISE PROGRAM
25.0% of the Contract to be performed by DBE firms (based on historical availability of
references and the Engineer's determination that the above prescribed percentages ofthe total
project work is available to be performed by disadvantaged business enterprise (DBE) firms
within the project area).
(8) A V All..ABLE DBES - The OWNER utilizes the recent issue of the Georgia
Department of Transportation "DBE Certified List." BIDDERS are encouraged to
inspect this document to assist in locating DBE's for the work. Credit toward tbe
DBE goals will not be counted unless tbe DBE to be used is listed on tbe latest
issue of tbe Georgia DOT's "DBE Certification List". BIDDERs proposing
DBE Subcontractors certified by public agencies other than the Georeia
Department of Transportation should include a copy oftbe agency certification
letter with the BID proposal. The OWNER must certify all DBEs prior to their
commencement of any work.
SUPPLEMENTARY CONDITIONS
Bidders were urged to examine the insurance requirements contained in the supplementary
conditions to ensure compliance. The yellow pages amend the pink pages. When you are
preparing your bid please pay close attention to forms that need to be sent to your insurance
company. Purchase a separate policy that protects just the OWNER and is in the OWNER's
name. Pay item is available for this which is called Supplementary Insurance Provisions.
SPECIFICATIONS
SECTION 00800
SC-14
80-08 FAILURE TO COMPLETE ON TIME:
80-08.1
Liquidated Damages:
Liquidated damages for failure to complete all work within the total Contract
time of90 consecutive calendar days after the Notice -To-Proceed (N.T.P.)
shall be $1,000 per calendar day. This sum is exclusive of additional
engineering fees and inspection fees incurred during the period of delay. See
paragraph 3.3 ofthe Contract at page C-2.
Page 4
Page 5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ill addition, for failure to have Runway 17-35 open each morning during Phase 3 at
the required time of 5 :30 a.m., liquidated damages of $100 per minute will be
assessed for each minute passed 5:30 a.m. The official time for detennining
liquidated damages shall be the FAA control tower time.
In addition, for not completing all punchlist work as determined by the
Engineer and the Owner at the Final Inspection for the entire project within 30
consecutive calendar days from date ofthe Final Inspection, $500 per day shall
be deducted from money due the Contractor or his surety until the punch list
items are completed to the satisfaction of the Owner.
SECTION 01010
Section 1.05 CONSTRUCTION TIME AND PHASING
A. Construction Time: The work as described by the contract specifications and as
shown on the plans shall be ready for use by the Owner within 180 consecutive
calendar days after the Notice-to-Proceed date. In order to minimize the impact to
airport passengers, airport tenants and the employees, completion of the project is
critical and liquidated damages for not completing the project within the stipulated
contract time as stipulated in this section and as set forth in Section 00800
Supplementary Conditions will be enforced.
B. Construction Phasing: The Work shall be completed in four (4) overall phases. The
work area and contract time duration for each phase is stipulated as follows:
NOTE: Other projects at the Airport will be going on concurrently to the construction of
this one. Contractor will need to coordinate with other contractors. .
Phase I-All Widening of Taxiway 'C' and Taxiway 'B' from stations 147+75 to 157+16.
The work also includes an expansion of the multi-use parking apron located in the infield
between Taxiways 'B' and 'D'. Related work includes milling, grading, drainage
improvements and installation of the taxiway edge lighting system with accompanying
fixtures and wiring. The time allotted for this phase is 100 calendar days.
Taxiways 'A' and 'B' will be closed during this phase. Additionally, access to the perforated
steel plank parking area will be closed. All work shall be perfonned during nonna1 work
hours (6:00 am and 7:00 pm.). Contractor shall monitor ground control frequency at all
times during construction.
Phase 2 - Widening the Taxiway 'c' and 'D' intersection from stations 146+40 to 147+75.
Related ~ork includes milling, grading, drainage improvements ~d taxiway edge lighting.
The time allotted for this phase is 20 calendar days. .
Taxiway 'D' will be closed during this phase. All work shall be perfonned during nonnal
work hours (6:00 am and 7:00 pm.). Contractor shall monitor ground control frequency at all
times during construction.
Phase 3 -All widening of Taxiway 'c' and Taxiway 'E' from stations 129+52 to 146+40.
Related work includes milling, grading, drainage improvements and taxiway edge lighting.
The time allotted for this phase is 60 calendar days.
Taxiway 'E' west of Runway 17-35 will be closed. Additionally, Taxiway 'c' from stations
128+50 to 131 +00 will be closed. All work shall be performed during normal work hours
(6:00 am and 7:00 pm.). Contractor shall monitor ground control frequency at all times
during construction.
Phase 3A - Relocating the existing electrical handhole from station 140+21, 6' left to station
140+22,42' right. The time allotted for this phase is 3 calendar days.
Taxiway 'E' west of Runway 17-35 will be closed. Additionally Taxiway 'c' from stations
128+50 to 140+29 will be closed. Work shall be performed on a 24 hour schedule during
daylight and nighttime hours as necessary. Contractor shall monitor ground control
frequency at all times during construction. Section P-400 tells nighttime procedures if
needed.
Phase 4 - All permanent pavement markings on and around Taxiway 'C'. This work shall
be coincide with the first three phases and shall be completed in180 calendar days.
Contractor to coordinate with ground control and Owner before any marking operations.
All work shall be performed during daylight hours between 6:00a.m. to 7:00p.m. Contractor
shall monitor ground control frequency at all times during construction.
NOTE: Notice- To-Proceed may be delayed due to electrical equipment lead-time. Contract
can be issued and then delayN.T.P. if needed.
NOTE: Airport wants milling; stockpile in area designated by Owner.
The Contractor shall also comply with the following stipulations in order to minimize
the impact to the aircraft operations and the airfield tenants.
1. In the event that the construction contract time period occurs between the dates
April 1, 2005 through April 14, 2005 inclusive, all construction activities shall be
stopped. No contract time will apply against the contract during this time period. All
equipment shall be stored in the designated staging area. There shall be no
measurement or payment associated with additional costs for this shutdown period.
Any extra costs due to this shutdown shall be considered incidental to Item 01000
Mobilization.
2. The Contractor shall coordinate construction with the Inspector, Engineer, Owner,
FAA, and the A TCT on a daily basis.
3. Prior to departure of Contractor's personnel from project site each day, the Contractor
shall conduct an inspection of all the airport lighting systems with the Engineer (existing as
well as newly installed lights and cables) to insure proper and full operation of all airfield
lighting systems.
Page 6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Page 7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
4. Should conditions arise beyond the Contractor's control that require that a lighting
system to be inoperable; he shall notify the Engineer immediately, such that appropriate
coordination can be made with the Owner to issue NOTAMS. The Contractor then shall
appropriately barricade the affected pavement as required by the Contract Documents
5. During the life of the Contract, the Contractor shall designate an authorized
individual to be on 24-hour call equipped with beeper and cellular phone to respond to any
situation arising out of his performance of work on this project, and shall respond and be at
the project within one hour after the phone call.
6. Prior to departure from the project site each day, no open trench or depressions with
dimensions excluding those as described in Section 01030 shall exist within the active
runway and taxiways safety zones. The Contractor shall return all equipment and vehicles to
the designated staging area at the end of each workday.
7. The Contractor will not be permitted to stockpile material within the runway and
taxiway safety zones, or any other location hazardous to the aircraft operation.
8. No overnight stockpiling of material will be allowed in the active Airport Operation
Area (AOA) outside the designated staging area.
9. The Contractor shall employ a skilled person for locating existing airfield wiring.
Before beginning any excavation the Contractor shall locate and mark all utilities affected by
his operations. The Contractor shall maintain an ample supply of parts to repair damaged
WIre.
Section 1.06
A. Use of the Site: Confine operations at the site to the areas permitted under the
Contract. Portions ofthe site beyond areas on which work is indicated are not to be
disturbed. Conform to site rules and regulations affecting the work while engaged in
project construction.
B. Open Passage: Keep existing drives, entrances, and air operations areas designated to
remain open, clear and available to the Owner, his employees and the public at all
times. Do not use these areas for parking or storage of materials.
C. Storage: Do not unreasonably encumber the site with materials or equipment.
Confine stockpiling of materials and location of storage sheds to the areas indicated.
If additional storage is necessary, obtain Engineer's approval. .
D. Vehicle/Equipment Security: Lock automotive type vehicles, such as passenger cars
and trucks, and other mechanized or motorized construction equipment, when parked
and unattended, so as to prevent unauthorized use. Do not leave such vehicles or
equipment unattended with the motor running or the ignition key in place.
Section 1.07
A. NA V AID Areas: During the time of construction, the Contractor may be restricted
from working in or around certain essential electronic navigational aids necessary to
the safe operation of the airport. The Contractor is hereby notified that the Engineer
may restrict construction operations in those areas closest to the active runway and
taxiways.
B. Radio Communication: Contractor shall maintain two-way radio communication
with the Airport air operations personnel, on their frequency (121.9 and 118.7 MHZ
Ground Control), at all times during construction. Contractor shall have a working
radio on site at all times during construction and shall assign responsible personnel,
including flagmen, to continuously monitor the radio. . All radios shall be as specified
in Section 01510.
C. Turf Restoration: All non-paved areas that are disturbed by the Contractor's work,
staging area, haul roads, etc. shall be reseeded and restored to original condition by
the Contractor. Except where otherwise specified, there will be no separate pay item
for this work; it will be considered incidental to and included in the price bid for
Section 01000, Mobilization.
D. Security: Contractor shall provide security within his construction area and shall
keep all unauthorized personnel out.
E. Haul Route on Airfield Pavement: Contractor will not be allowed to use any of the
existing runways, taxiways, or aprons as part of the haul road unless authorized in
writing by the Engineer.
F. Access Points: All construction traffic shall enter and exit the project area only
through the project access point(s) shown on the plans or approved by the Engineer.
Contractor will be responsible for security of entrance gates under use by hirn!her.
G. Construction Stake-Out: The Contractor shall perform construction stake-out in
accordance with Article 50-06 of the General Provisions.
H. Haul Route: The Contractor shall be responsible for establishing haul routes suitable
for supporting all necessary transportation and construction equipment for the
duration ofthe project. Any existing roads or other areas that are used as part ofthe
haul route shall be restored to their original condition after completion ofthe project.
The Contractor will be responsible for all clean up operations of debris that may be
on the haul route and for watering and/or other dust preventive measures to preclude
fugitive dust from affecting buildings, occupants, or airfield operations. No separate
payment will be made for seeding or mulching, or pavement restoration; such costs
will be incidental to and included in the price bid for Section 01000, Mobilization.
Page 8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
VII)
J. V ehicular Markin~s and Lighting: All vehicles and equipment used on the airfield
shall meet airport requirements for marking and lighting.
K. Contacts During Non- Working Hours: For the duration ofthe project, the Contractor
shall designate a list of authorized individuals in a prioritized order, to be on 24 hour
call, and these individuals shall be equipped with a beeper and cellular phone. These
individuals shall be able to respond to any situation arising out ofthe performance of
the work on this project, particularly during nighttime hours, and shall respond and
be on the project site within one hour after the phone call or beep.
AIRPORT PROJECT PROCEDURES
SECTION 01030
Section 1.02 AIR OPERATION AREA (AOA) SAFETY REQUIREMENTS:
D. Security and Badging Requirements: Contractor shall obtain necessary clearances
and identification badges for construction personnel from the Owner's public safety
office. The Contractor will be required to adhere to all FAA security requirements
and all construction personnel working in, or having access to, secure areas will be
required to obtain and wear badges issued by the Owner.
1. Badges will be required for certain construction employees. Badges shall be obtained
through the Airport's public safety office. The badges shall be returned at project
completion. The construction supervisor and all approved equipment escort personnel
shall be trained, certified and badged for operations within the security identification
area as defined with the current approved airport security plan.
2. Applications should be turned into the Airport Security Administrator. A photo LD.
badge will be issued for each approved application. There will be a Fifty Dollar
($50.00) nonrefundable fee for fingerprinting and badges. Each badge holder
will be required to comply with the security rules and regulations of the Augusta
Regional Airport. The Airport could suffer severe fines or penalties as a result of
security violations. The Contractor will be responsible for these fines or penalties for
any security violations that are his responsibility. Contractor security measures will
be discussed and reviewed at the Preconstruction Conference.
Section 1.03 RUNWAY & TAXIWAY SAFETY ZONES:
B.2 Request for Facility Closures: Construction activities on taxiways or within
the above restricted areas shall only be performed at times when the taxiways
are closed to aircraft. Closure of a runway or taxiway or any portion thereof
must be requested in writing by the Contractor through the Engineer. This
request must indicate the areas needed and a schedule of operations and
time(s) required for operations within the area. The Owner reserves the
right, however, to shift any approved closure periods to alleviate aircraft
congestion or when inclement weather conditions dictate.
Page 9
Section 1.04 SAFETY PLANNING:
The Contractor shall integrate and maintain requirements of airport operational safety
into each of his planning and work schedules. The Contractor's Safety Officer shall
continuously monitor all planning schedules and work underway for compliance to
AC 150/5370-2E; he shall maintain vigilance to detect areas needing attention due to
oversight or altered construction activities. Airport operational safety during
construction will be on the agenda at the preconstruction conference and each
coordination and progress meeting.
Section 1.05 SECURITY REQUIREMENTS:
The Contractor has the responsibility for maintaining control ofthe access gates or
any other entrance to the AOA. The Contractor may utilize a gate guard or install an
automatic operated gate controller with limited access with numeric key pad. The
Contractor may be required to erect temporary fencing to protect the AOA during
construction. The Contractor's method of maintaining security shall be set forth in
his Security Plan and shall comply with the airport's rules and regulations concerning
work in the airport restricted areas. There will be no separate measurement or
payment for gate guards or temporary fencing required to maintain the integrity ofthe
AOA.
Section 1.06 RUNWAY AND TAXIWAY CLOSURES:
A. The Contractor shall coordinate and schedule runway and taxiway closures
and temporary relocation of any runway threshold with Owner through
Engineer before closure is required so that Owner can issue appropriate
NOTAMs.
B. Runway and Taxiway closures shall be scheduled in advance. Contractor
shall identify taxiway closures with barricades and by covering taxiway lights
within the closure limits. Remove barricades and covers when no longer
needed or as directed by Engineer.
Page 10
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Page 11
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
VIII) WEATHERDELAYS
This project with is a calendar day project and you should anticipate some normal weather
delays. Section 1035 of the project specifications deals with time extension for adverse
weather conditions.
Should you have any changes or additions to these minutes, please contact THE LP A GROUP
INCORPORATED at (803) 254-2211.
Distribution: All Attendees and Planholders
Attachments: List of Attendees
File: CA209027.1a
QUESTION & ANSWERS
Pre-Bid Questions
Q 1. If we can show you that a DBE is listed in the DOT Directory of another state, is that
acceptable?
Al. If a DBE is listed in a state's DOT DBE list, that is acceptable.
Q2. Will all of the temporary markings be obliterated by the end of the project?
A2. Yes.
Q3. Are they going be ok with the obliterated stripes showing?
A3. Provided the markings are removed according to spec, yes.
. Q4. Are we to provide an Engineer's trailer?
A4. Yes, it is to be placed in the vicinity of the staging area. The Contractor will coordinate with
the Owner for exact location, and with utility companies for power and water.
Q5. Are these the typical airfield barricades?
A5. No, they are the multi-barrier Model AR-I. The Owner will supply 60 of these barricades.
Contractor will supply remaining needed.
Q6. Does everyone have to be badged? (Truck Driver etc.)
A6. No, the superintendent and any other responsible party shall be badged. This includes all
foremen. Anyone not badged must have a badged escort at all times.
Q7. Can I hire someone to solely guard the gate? / Any special training?
A 7. Yes.l only that he/she must be badged and have radio communication with the superintendent
at all times.
Q8. If you have a dry period can you take days away from the contract time?
A8. Yes, specification 01035 will be followed.
Q9. Waste excavation - Does the Owner want it and where?
A9. Yes, usable waste excavation will be stockpiled in a location of the Owner's choosing on
Airport Property.
. .
QI0. What is going to determine if you are going with the cement treated base or the Asphalt
Base?
AIO. For comparison of bids, the lower price given for either CTB or Asphalt Base will be
counted.
Page 12
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TABLE OF CONTENTS
BIDDING REQUIREMENTS (White)
Invitation to Bidder's
Notice to Bidders
Instructions to Bidders
BID FORMS (Blue)
Bid Fonn
Bid Schedule
Bid Bond
Fonn of Non collusion Affidavit
Equal Opportunity Statement
Bidder's Affidavit
DBE Program Statement
Buy American Certificate (January 1991)
Certification of Nonsegregated Facilities
Performance of Work by Subcontractors
Bidder's Questionnaire Regarding Subcontractors
Bidder Certification Regarding Debarment
Bidder's Qualification Questionnaire
CONTRACT FORMS (White)
Contract
Exhibit "A"
Certificate of Secretary
Construction Performance Bond
Construction Payment Bond
GENERAL PROVISIONS (Pink)
Section 10 - Definition of Terms
Section 20 - Deleted
Section 30 - Deleted
Section 40 - Scope of Work
Section 50 - Control of Work
Section 60 - Control of Materials
Section 70 - Legal Relations and
Responsibility to Public
Section 80 - Prosecution and Progress
Section 90 - Measurement and Payment
Section 100 - Contractor Quality Control Program
Section 110 - Method of Estimating Percentage of Material
Within Specification Limits (PWL)
Section 120 -Required Bid & Contract Provisions
Pa2e Numbers
N-1 to N-2
IB-1 to lB-12
B-1 to B-6
B-4a to B-4k
B-7 to B-8
B-9
B-I0
B-ll
B-12 to B-18
B-19
B-20
B-21
B-22
B-23 to B-25
B-26 to B-29
C-l to C- 7
1 to 3
CS-1
PB-l to PB-2
PB-3 to PB-4
GP-lO-l to GP-I0-6
OMITTED
OMITTED
GP-40-1 to GP-40-5
GP-50-1 to GP-50-7
GP-60-1 to GP-60-4
GP-70-1 to GP-70-12
GP-80-1 to GP-80-6
GP-90-1 to GP-90-8
GP-IOO-l to GP-IOO-8
GP-IIO-1 to GP-IIO-7
GP-120-1 to GP-120-27
SPECIFICATIONS
TABLE OF CONTENTS
(Continued)
SUPPLEMENTARY CONDITIONS (Yellow)
00800 Supplementary Conditions
DIVISION 1 - GENERAL REQUIREMENTS (White)
01000
01010
01030
01035
01040
01060
01090
01150
01300
01510
01530
01600
01700
01710
01720
01740
Mobilization
Scope of Work
Airport Project Procedures
AC 150/5370 - 2E
Weather Delays
Project Coordination
Control of Erosion, Siltation and Pollution
Regulations and Definitions
Measurement and Payment
Submittals
Temporary Facilities
Temporary Airfield Barricades
Material and Equipment
Contract Closeout
Contractor Warranty Form;
Affidavit of Payment;
Affidavit of Release of Lien;
Final Waiver of Lien;
Consent of 8urety for Final Payment;
DBE Participation Report
Cleaning and Disposal
Project Record Documents
Warranties and Bonds
DIVISION 2 - SITEWORK (White)
S~140 8ite Demolition
S-180 Pavement Milling
S-190 Pavement Marking Removal
11
Pa2e Numbers
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
00800-1 to 00800-16
01000-1
01010-1 to 01010-5
01030-1 to 01030-6
01035-1 to 01035-4
01040-1 to 01040-5
01060-1 to 01060-4
01090-1 to 01090-3
01150-1 to 01150-4
01300-1 to 01300-7
01510-1 to 01510-5
01530-1 to 01530-2
01600-1 to 01600-5
01700-1 to 01700-2
01710-1 to 01710-2
01720-1 to 01720-4
01740-1 to 01740-3
8-140-1 to 8-140-5
8-180-1 to 8-180-3
8-190-1 to S-190-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TABLE OF CONTENTS
( Continued)
P-152 Excavation and Embankment
P-209 Crushe~ Aggregate Base Course
P-304 Cement Treated Base Course
P-400 Nighttime Construction Operations
P-401 Plant Mix Bituminous Pavements
P-602 Bituminous Prime Coat
P-603 Bituminous Tack Coat
P-6l0 Structural Portland Cement Concrete
P-620 Pavement Marking
D-701 Pipe for Storm Drains and Culverts
D-751 Drainage Structures
E-891 Inlet Protection
T-901 Grassing and Mulching
T-905 Topsoiling
DIVISIONS 3 THRU 9 NOT USED
DIVISION 10 - SPECIALITIES
10520 Fire-Protection Specialties
DIVISION 11 THRU 15 NOT USED
DIVISION 16 ELECTRICAL
L-108 Installation of Underground Airport Cable
L-110 Installation of Airport Underground
Electrical Duct
L-125 Installation of Airport Lighting Systems
APPENDIX A - REPORT OF SUBSURFACE EXPLORATION
iii
Page Numbers
P-152-l to P-152-9
P-209-l to P-209-6
P-304-l to P-304-6
P -400-1 to P -400- 3
P-401-1 to P-40l-26
P-602-1 to P-602-3
P-603-1 to P-603-4
P -610-1 to P -610- 7
P-620-1 to P-620-5
D-701-1 to D-701-5
D-75l-1 to D-751-6
E-891-1 to E-891-2
T-901-1 to T-901-6
T-905-1 to T-905-3
10520-1 to 10520-2
L-108-1 to L-I08-10
L-llO-l to L-llO-6
L-125-1 to L-125-7
I
Invitation To Bid
Sealed bids will be received at this office until 3:00 p.m., Monday, June 14,2004:
I
Bid #04-094
General Aviation Apron Expansion/Taxiway 'c' Relocation Project at Augusta Regional Airport
I
BID's will be received by Augusta, GA Conunission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams
Purchasing Department
530 Greene Street - Room 605
Augusta, Georgia 3091 1
706-821-2422
I
I
Scope: The work has been divided into a Base Bid and Additive Bid and may be generally described as follows:
The Base Bid will generally consist of full depth widening of approximately 1,500 feet of Taxiway 'c' along with an expansion of the
multi-use parking apron. Related work will consist of milling, pavement marking, shoulder grading and storm drain improvements.
Also included is the replacement of the taxiway edge lighting system including new fixtures and wiring. Additive Bid No.1 will
generally consist of an additional 1,300 feet of Taxiway 'c' widening with similar related work as described above.
I
I
BID documents may be obtained at the office of Augusta, GA Purchasing Department, 530 Greene Street - Room 605, Augusta, GA
30911. Copies maybe obtained upon payment of$ 120.00 (non-refundable) Documents may be examined by appointment only during
regular business hours at the offices of Augusta, GA Purchasing Department.
I
A MANDA TORY Pre-BID Conference will be held on June 1,2004 at 10:00 a.m. in Room 605 ofthe Purchasing Department with a
MANDATORY SITE VISIT to inunediately follow. All questions must be submitted in writing to the office of the Purchasing
Department by fax at 706-821 -28 11 or by mail no later than 2:00 p.m., Wednesday, June 2, 2004. No bid will be accepted by fax, all
must be received by mail or hand delivered.
I
It is the wish of the Owner that minority businesses are given the opportunity to BID on the various parts of the work. This desire on
the part of the Owner is not intended to restrict or limit competitive bidding or to increase the cost of the work. The Owner supports a
healthy free market system that seeks to include responsible businesses and provide ample opportunity for business growth and
development.
I
I
No BID may be withdrawn for a period of90 days after time has been called on the date of opening. A 10% Bid bond is required to be
submitted in a separate envelope so marked along with the bidders' qualifications; a 100% performance bond and a 100% payment
bond will be required for award.
I
The Owners reserves the right to reject any or all BID's and to waive technicalities and informalities. Please mark BID number on the
outside of the envelope.
1
Bidders are cautioned that sequestration of BID documents through any source other than the office of the Purchasing Department is not
advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or inaccurate
information upon which to base his qualifications.
1
Augusta has a Link Deposit program designed to provide loans to eligible local Small, Minority and Women Owned Businesses. For
more information about this program Human Resources Department at 706-821-2303,
I
GERl A. SAMS, Purchasing Director
1
Publish:
Augusta Chronicle
Metro Courier
May 6, 13,20, & 27, 2004
May 12,2004
I
cc:
Fred Russell
Brenda Byrd-Pelaez
Willis Boshears
Tim Weegar
Augusta, Georgia Deputy Administrator
Augusta, Georgia Human Resources
Augusta Regional Airport
Augusta Regional Airport
I'
I
N-l
Addendum No. 1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
NOTICE TO BIDDERS
The AUGUSTA AVIATION COMMISSION will receive sealed proposals for the GENERAL
A VIA TION APRON EXPANSION / T AXIW A Y 'c' RELOCATION PROJECT, BID # 04-094
at the Au usta Re .onal Ai ort, Augusta, Georgia, FAA A.I.P. Project No.3-13-0011-25 until 3:00
pm,..::.lIR:i=::=:::::ij1i.I;::::;li{:::::::m:..:;. at the office of the Augusta-Richmond County Purchasing
Department, Municipal Building, Room 605,530 Greene Street, Augusta, Georgia30911. Bids will
be publicly opened and read aloud. Bids received after the stated time will not be accepted.
SCOPE OF WORK:
The Work has been divided into a Base Bid and an Additive Bid and may be generally described as
follows:
The Base Bid will generally consist of full depth widening of approximately 1,500 feet of Taxiway
'c' along with an expansion of the multi-use parking apron. Related work will consist of milling,
pavement marking, shoulder grading and storm drain improvements. Also included is the
replacement of the taxiway edge lighting system including new fixtures and wiring.
Additive Bid No.1 will generally consist of an additional 1 ,300 feet of Taxiway 'c' widening with
similar related work as described above.
CONTRACT TIME:
The total Contract time shall be 180 consecutive calendar days from the date of No tice- to-Proceed
and within the prescribed construction phasing described in the Project Manual. In the event that
the construction contract time period occurs between the dates April 1, 2005 through April 14,
2005 inclusive, all construction activities shall be stopped. No contract time will apply against
the contract during this time period. The Contractor will be required to de-mobilize and re-
mobilize at no additional expense to the Owner.
PREBID CONFERENCE:
A MANDATORY Pre-Bid conference will be conducted on June 1, 2004 at 10;00 a.m. at the
Augusta-Richmond County Purchasing Department, Municipal Building, Room 605, 530 Greene
Street, Augusta, Georgia 30911. A MANDATORY Site Visit will be held after the Pre-Bid
Conference at the Augusta Regional Airport, 1501 Aviation Way, Augusta, Georgia 30906.
BIDDING REQUIREMENTS:
Bid security in the form of a bid bond, made payable to the Augusta Regional Airport Aviation
Commission, equal to 10% of the total bid is required. Contract security in the form of 100%
Performance and Payment Bonds will be required.
No bid maybe withdrawn after closing time for the receipt of proposals for a period of ninety (90)
days. A Notice-of-Award for the Contract will be issued once a successful bidder has been
determined and funding has been secured.
Bidding documents may be examined at the following locations:
. Office of the Owner F. W. Dodl!:e Offices
Augusta-Richmond County Columbia, South Carolina and
Purchasing Department Municipal Augusta, Georgia
Building, Room 605
530 Greene Street
Augusta, Georgia 30911
(706) 821-2422
AGe Offices
Columbia, South Carolina and
Atlanta, Georgia
Office of tbe Enl!:ineer
THE LP A GROUP lNCORPORATED
700 Huger Street
Columbia, South Carolina
(803) 254-2211
AUl!:usta Builders Excbanl!:e
304 14th Street
Augusta, Georgia 30901
(706) 724-1846
Bidding Documents may be purchased from the office of the Augusta-Richmond County Purchasing
Department, Municipal Building, Room 605, 530 Greene Street, Augusta, Georgia 30911, (706) 821-
2422, upon prior payment of the non-refundable fee of$120.00. No partial set(s) will be issued.
This project is funded under provisions of the Airport and Airway Safety and Capacity Act of 1987.
Certain mandatory federal requirements apply to this solicitation and will be made a part of any
contract awarded:
(a) Presidents Executive Order No. 11246 as amended by 29 CFR Part 30 and 41 CFR Part 60.
(b) Davis Bacon and Related Acts, 29 CFR Parts 1,3 and 5.
( c) Copeland Act, 29 CFR Part 3.
(d) Contact Work Hours and Safety Standards Act.
(e) Title VI of Civil Rights Act of 1964.
(f) Disadvantage Business Enterprises (DBE) participation will be required as described in 49
CFR Part 23, and all pertinent amendments.
The Augusta Aviation Commission (the Owner) reserves the right to waive any informalities or
irregularities in the bids received, to negotiate certain or all contract bid items, to reject any or all
bids and to award or refrain from awarding the contract for the work, whichever is deemed to be in
the Owner's best interests.
Geri A. Sams, Purchasing Director
N-2
Addendum No. 1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
IB-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
INSTRUCTIONS TO BIDDERS
1.
DEFINED TERMS
1.1
Terms used in these INSTRUCTIONS TO BIDDERS are defined in the General
Provisions, and the Supplementary Conditions of the Construction Contract and shall
have the intent and meaning assigned them therein. Terms defined in the General
Provisions being redefined by modification in the Supplementary Conditions shall
have the intent and meaning assigned them in the Supplementary Conditions.
1.2
The term "Successful Bidder" means the lowest, qualified, responsible, responsive
BIDDER to whom OWNER (on the basis of OWNER's evaluation as hereinafter
provided) 'makes an award.
1.3
The term "Bidding Documents" means the Bidding Requirements, Contract Forms,
Bid Forms, Conditions of the Contract, Specifications, Drawings, and Addenda
issued by the OWNER for the purpose of obtaining a bid on the Work.
2.
BIDDING DOCUMENTS
2.1
Complete sets of Bidding Documents shall be used in preparing bids; neither
OWNER nor ENGINEER assume any responsibility for errors or misinterpretations
resulting from use of incomplete sets of Bidding Documents.
2.2
OWNER and ENGINEER in making copies ofthe Bidding Documents available on
the above terms do so only for the purpose of obtaining bids on the Work and do not
confer a license or grant for any other use.
3.
QUALIFICATIONS OF BIDDERS
3.1
To demonstrate qualifications to perform the Work, the Low (Successful) Bidder
must submit, within (7) days of Bid Opening, as part of his BID on the prescribed
form, evidence which may be required by the OWNER, such as, but not limited to,
financial data and previous experience. Each BID must contain evidence of the
BIDDER's qualification to do business in the state where the Project is located.
Conditional or qualified BIDS will not be accepted. In addition, pertinent provisions
of Paragraph 16 of this section determines additional requirements for qualifications
of BIDDERS.
3.2
By submission of a BID the BIDDER agrees, that if awarded a contract, to perform
on the Site and with his own organization, work equivalent to at least FORTY
PERCENT (40%) of the total amount of the Work to be performed under the
Contract. If during the progress of the Work hereunder, the CONTRACTOR
requests an adjustment of such percentage and the ENGINEER determines that it
would be to the OWNER's advantage, the percentage of the Work required to be
perfomled by the CONTRACTOR's organization may be adjusted; PROVIDED prior
written approval of such adjustment is obtained from the ENGINEER.
3.2.1
Each BIDDER must furnish with his BID a list of items that he will perform with his
own forces and the estimated total cost of these items.
4.
EXAMINATION OF CONTRACT DOCUMENTS AND SITE
4.1
Before submitting a BID, each BIDDER must (a) examine the Bidding Documents
thoroughly; (b) visit the sites to familiarize himself with local conditions that may in
any manner affect cost, progress or performance of the Work; (c) familiarize himself
of federal, state and local laws, ordinances, rules and regulations that may in any
manner affect cost, progress or performance ofthe Work; and (d) study and carefully
correlate BIDDER's observations with the Drawings and Specifications; ( e) notify
ENGINEER of all conflicts, errors or discrepancies.
4.2
Before submitting his BID each BIDDER may, at his own expense and assuming all
risks, make additional investigations and tests as the BIDDER may deem necessary to
determine his BID for performance of the Work in accordance with the time, price
and other terms and conditions of the Contract Documents. On request in advance,
OWNER will provide each BIDDER access to the site to conduct such explorations
and tests as each BIDDER deems necessary for submission of a BID. BIDDER shall
fill all holes, cleanup and restore the site to its former condition upon completion of
such explorations.
4.3
The lands upon which the Work is to be performed, rights-of-way for access thereto
and other lands designated for use by the CONTRACTOR in performing the Work
are identified in The Contract Documents.
4.4
The submission of a BID will constitute an incontrovertible representation by the
BIDDER that he has complied with every requirement of this Article 4 and that the
Contract Documents are sufficient in scope and detail to indicate and convey
understanding of all terms and conditions for performance of the Work.
5.
ADDENDA AND INTERPRET A TIONS
5.1
All questions about the meaning or intent of the Contract Documents shall be
submitted to the AUGUSTA-RICHMOND COUNTY PURCHASING
DEPARTMENT in writing. Replies, when considered necessary by the
IB-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ffi-3
I
I
I
I
I
I
I 5.2
I 6.
I 6.1
I
I 6.2
I 6.3
I
I
I
I
I
I
I
PURCHASING DEPARTMENT, will be issued by Addenda, mailed or delivered to
all parties recorded by PURCHASING DEPARTMENT as having received the
Bidding Documents. Failure of any BIDDER to receive any such Addendum or
interpretation shall not relieve BIDDER from any obligation under this BID as
submitted.
ALL QUESTIONS OR CLARIFICATIONS SHALL BE DIRECTED TO THE
PURCHASING DEPARTMENT. DIRECT CONTACT BY ANY POTENTIAL
BIDDER TO THE ENGINEER OR AIRPORT OTHER THAN TO VIEW
PLANS MAY BE CAUSE FOR BID DISQUALIFICATION.
Ouestions received later than 2:00 p.m.. June 2,2004 will not be answered. Only
questions answered bv formal written Addenda will be binding. Oral and other
interpretations or clarifications will be without legal effect.
Addenda may also be issued to modify the Bidding Documents as deemed advisable
by Purchasing Department.
BID SECURITY
Each BID must be accompanied by Bid Security made payable to OWNER, in an
amount of ten (10) percent of the BIDDER's maximum BID PRICE (including all
additive alternatives) in the form of a Bid Bond prepared on the Form of Bid Bond
included in the BID, duly executed by the BIDDER as principal and issued by a
surety meeting the requirements of the General Provisions and Supplementary
Conditions thereto.
Attorneys-in- fact who sign the bid Bonds or Contract Bonds must file with each bond
a certified and effectively dated copy oftheir power-of-attorney.
The Bid Security ofthe Successful BIDDER will be retained until such BIDDER has
executed the Agreement and furnished the required Contract Security and Insurance
Certificates, whereupon it will be returned; ifthe Successful BIDDER fails to execute
and deliver the Agreement and furnish the required Contract Security and Insurance
Certificates within fifteen (15) days of NOTICE OF AWARD, OWNER may annul
the NOTICE OF AWARD and the Bid Security ofthe BIDDER will be forfeited to
OWNER as liquidated damages for such withdrawal, failure or refusal. The Bid
Security of any BIDDER whom the OWNER believes to have a reasonable chance of
receiving the award may be retained by OWNER until the earlier of the seventh day
after the "effective day of the Agreement" by OWNER to CONTRACTOR and the
required Contract Security and Insurance Certificates are furnished, or ninety one
(91) days after the Bid Opening. Bid Security of other BIDDERS may be released
within seven (7) days of the Bid Opening.
7.
CONTRACT TIME
7.1
Time for completion of the Project is as stated in the Advertisement and as set forth
in the BID and included in the Agreement.
7.2
In the event that the construction contract time period occurs between the dates
Aprill, 2005 through Aprill4, 2005 inclusive, all construction activities shall be
stopped. No contract time will apply against the contract during this time
period. The Contractor will be required to de-mobilize and re-mobilize at no
additional expense to the Owner.
8.
LIQUIDATED DAMAGES
8.1
Provisions for Liquidated Damages are set forth III the Contract Form and
Supplementary Conditions.
9.
SUBSTITUTE OR "OR-EQUAL" MATERIAL AND EQUIPMENT
9.1
The Contract, if awarded, will be on the basis of material and equipment described in
the Drawings or specified in the Specifications. Whenever it is indicated on the
Drawings or specified in the Specifications that a substitute "or equal" item of
material or equipment may be furnished or used if acceptable to ENGINEER,
application for its acceptance must be submitted in accordance with requirements of
Section 01600.
9.2
Substitutions and Product Options: BIDDERS are directed to read the statements
contained under Section 01600, for substitutions or product options, which specify
the conditions under which the material, devices, or equipment to be furnished by the
CONTRACTOR are equal to those designated.
10.
SUBCONTRACTORS, ETC.
10.1
All BIDDERS shall submit as part oftheir BID on the prescribed schedules a list of
ALL subcontractors and other persons and organizations (including those who are to
furnish principle items of material and equipment) proposed for those portions of the
Work as to which such identification is required. If requested by OWNER, the low
BIDDER shall submit an experience statement with pertinent information as to
similar projects and other evidence of qualification for each subcontractor, other
person or organization. If OWNER, after due investigation, has reasonable objection
to any proposed subcontractor, other person or organization, the OWNER may before
giving the NOTICE OF AWARD require the apparent Successful BIDDER to submit
an acceptable substitute without an increase in Bid Price. Ifthe apparent Successful
BIDDER declines to make any such substitution. the Contract shall not be awarded to
such BIDDER. but his declining to make any such substitution will not constitute
grounds for sacrificing his Bid Security. Any subcontractor. other person. or
IB-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
10.2
11.
11.1
11.2
11.3
11.4
11.5
11.6
11.7
11.8
11.9
11.10
organization so listed and to whom the OWNER does not make written obiection
prior to giving the NOTICE OF AWARD will be deemed acceptable to OWNER.
No CONTRACTOR shall be required to employ any subcontractor, other person, or
organization against whom he has reasonable objection.
BID FORM AND SCHEDULES
One bound copy of the Bid Form and Schedules is included herein. One additional
unbound copy is provided for use in preparing BIDS. DO NOT USE THE BID
FORM BOUND IN THE PROJECT MANUAL FOR SUBMISSION OF BIDS.
Bid Forms and Schedules must be completed in ink. or by typewriter. Each BID must
be submitted on the prescribed form. All blank. spaces and Bid Prices must be filled
in. The Bid Price must be stated in words and numerals or as indicated in the BID
Forms.
The firm, corporation, or individual name of the BIDDER must be signed in ink in
the space provided for the signatures on the Bid Form. BIDS by corporation must be
executed in the corporate name by the president or a vice-president (or other
corporate officer accompanied by evidence of authority to sign) and the corporate
seal must be affixed and attested by the secretary or assistant secretary of the
corporation. The corporate address and state of incorporation shall be shown in the
space provided.
BIDS by partnerships must be executed in the partnership name and signed by a
partner, whose title must appear under the signature and the official address of the
partnership must be shown below the signature.
BIDS by individuals must be signed by the individual owner and the terms "doing
business" or "sole owner" must appear under the signature.
The BIDDER must state in his BID the name and address of each person or
corporation interested therein.
The numbers of all addenda and the date each was received shall be filled in on the
Bid Form.
The address to which communications regarding the BID are to be directed must be
shown on the Bid Form.
Affidavits: Each BIDDER is required to duly' execute the BIDDER's and
Non-Collusion Affidavits at the end ofthe BID.
All names must be typed or printed below the signature.
IB-5
11.11
12.
12.1
12.1.1
13.
13.1
13.2
14.
14.1
The only markings by the BIDDER which will be considered by the OWNER in
evaluating the BIb are those made on the bid form itself. No markings on the exterior
of the envelope or other extraneous marks will be considered as part ofthe BID.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SUBMISSION OF BIDS
BIDS shall be submitted at the time and place indicated in the Advertisement. Each
BID shall be marked and addressed as required in the Advertisement and shall be
accompanied by the Bid Security and other required documents. Ifthe BID is sent
through the mail or other delivery system, the sealed envelope shall be enclosed in a
separate envelope with the notation "BID ENCLOSED, GENERAL AVIATION
APRON EXPANSION I TAXIWAY 'c' RELOCATION PROJECT,
AUGUST A REGIONAL AIRPORT, BID # 04-094" on the face thereof. Only one
copy of the Bid Form, Schedules and other required documents is required for
submission of BID. DO NOT SUBMIT THE PROJECT MANUAL OR
DRAWINGS WITH BID.
Mailing address:
Geri A. Sams, Purchasing Director
Augusta-Richmond County Purchasing Department
Municipal Building, Room 605
530 Greene Street
Augusta, Georgia 30911
MODIFICATIONS AND WITHDRAWAL OF BIDS
BIDS may be modified or withdrawn by an appropriate document duly executed (in
the manner that it. BID must be executed) and delivered to the place where BIDS are
to be submitted at any time prior to the opening of BIDS.
Ifwithin twenty-four (24) hours after the time Bids are opened, any BIDDER files a
duly signed written notice with the OWNER and promptly thereafter demonstrates to
the reasonable satisfaction ofthe OWNER that there was a material and substantial
mistake in the preparation of his BID, that BIDDER may withdraw his BID and the
BID Security will be returned. Thereafter, that BIDDER will be disqualified from
further bidding on the Work.
OPENING OF BIDS
BIDS will be opened and read aloud publicly. An abstract ofthe amounts of the base
bids and any major alternates will be made available after award is made by
OWNER. '
IB-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
15.
15.1
16.
16.1
16.1.1
16.2
16.3
BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE
All BIDS shall remain open for ninety (90) days after the day of the opening, but
OWNER may, in his sole discretion, release any BID and return the Bid Security
prior to that Date.
A WARD OF CONTRACT
OWNER reserves the right to reject any and all BIDS, to waive any and all
informalities not involving price, time, or changes in the work, and to negotiate
contract terms with the successful BIDDER, and the right to disregard all
nonconforming, nonresponsive, unbalanced, or conditional BIDS. Also, OWNER
reserves the right to reject the Bid of any BIDDER if OWNER believes that it would
not be in the best interest ofthe Project to make an award to that BIDDER, whether
because the Bid is not responsive or the BIDDER is unqualified or of doubtful
financial ability or fails to meet any other pertinent standard or criteria established by
OWNER. Discrepancies between words and figures will be resolved in favor of
words. Discrepancies between the indicated sum of any column of figures and the
correct sum thereof will be resolved in favor of the correct sum.
The following are examples of factors which, among others, will determine the
responsiveness of bids:
a The completeness and regularity of Bid Form;
b A Bid Form without excisions or special conditions;
c A Bid Form having no alternative bias for any items unless requested in the
Specifications;
d A Bid Form without obviously unbalanced unit prices;
e Submission of a properly executed Bid Bond; and
f A Bid responsive to the requirements of Part 152 of Federal . Aviation
Regulations.
In evaluation of BIDS, OWNER shall consider qualifications ofthe BIDDERS and
whether or not the BIDS comply with the prescribed requirements in the Bid Forms.
OWNER may consider the qualifications and experience of subcontractors, other
persons or organizations (including those who are to furnish the principle items of
materials and equipment) proposed for those portions of the work as to which the
identity of subcontractors and other persons and organizations must be submitted as
provided in the General Provisions. Maintenance considerations, performance data
and guarantees of materials may also be considered by OWNER. OWNER will
consider DBE participation and whether or not BIDDER made an effort to meet
specified DBE goals.
ffi-7
16.4
16.4.1
16.5
16.6
16.7
17.
17.1
17.2
18.
18.1
OWNER may conduct such investigations as he deems necessary to assist in the
evaluation of any BID and to establish the responsibility, qualifications and other
persons and organizations to do the work in accordance with the contract documents
to OWNER's satisfaction within the prescribed time.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Responsibility shall be based on whether the BIDDER:
a Maintains a permanent place of business;
b Has adequate plant equipment to do the Work properly and within the time
limit that is established;
c Has adequate financial status to meet his obligations contingent to doing the
Work.
d Otherwise demonstrates that he is clearly capable, both financially and in
terms of past experience, to carry out the work of the contract in a competent
and timely fashion.
OWNER reserves the right to reject the BID of any BIDDER who does not pass any
evaluation to OWNER's satisfaction.
If a contract is to be awarded, it will be awarded pursuant to the OWNER's.
procurement policy and to the lowest BIDDER whose evaluation by OWNER
indicates to OWNER that the award will be in the best interests ofthe Project. It is
the OWNER'S intention to award the project depending upon the availability of funds
and the BIDDER being responsible and submitting a responsive BID for the Project.
If a contract is to be awarded, OWNER will give the Successful BIDDER a NOTICE
OF AWARD within ninety (90) days after the day of Bid Opening.
BONDS. CONTRACT SECURITY AND INSURANCE
Supplementary Contract Conditions set forth OWNER's requirements as to Bonds
and Insurance. When the Successful BIDDER delivers the executed Agreement to
OWNER it shall be accompanied by the required Contract Security and Insurance
Certificates and Policies.
All Bonds (Bid, Payment and Performance) must be signed or countersigned by the
Surety Company's proper resident agent, authorized to do business in the State of
Georgia, on whom service can be made in the event of litigation.
SIGNING OF AGREEMENT
When OWNER gives a NOTICE OF AWARD to the Successful BIDDER, it will be
accompanied by required number of unsigned counterparts ofthe Agreement and all
other required Contract Documents. Within fifteen (15) days following the effective
date of "Award" CONTRACTOR shall sign and deliver all executed counterparts of
the Agreement to the OWNER with all other Contract Documents including
ffi-8
IB-9
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
insurance certificates and executed bonds attached thereto. ENGINEER will identify
those portions of the Contract Documents not fully signed by the OWNER and
CONTRACTOR and such identification shall be binding on all parties.
19.
SPECIAL REQUIREMENTS
19.1
Laws and Regulations: The BIDDER's attention is directed to the fact that applicable
state laws, municipal ordinances and the rules and regulations of all authorities
having jurisdiction over construction of the Project shall apply to the Contract
throughout, and they will be deemed to be included in the Contract the same as
though therein written out in full.
19.2
Estimated Quantities: Where quantities of work are given in the BID these are
approximate and are assumed solely for comparison of the BIDS. They are not
guaranteed to be accurate statements or estimates of quantities of work that are to be
performed under the Contract, it being presumed that the BIDDER has verified the
quantities necessary to complete the Work of the Contract as intended, and any
departure therefrom will not be accepted as valid grounds for any claim for damages,
for extension of time or for loss of profits; nor will any additional payment, be made
regardless of the actual quantities required or ordered to complete the Work.
20.
PREBID CONFERENCE
20.1
A MANDA TORY Pre-Bid conference will be conducted on June 1, 2004 at 10:00
a.m. at the Augusta-Richmond County Purchasing Department, Municipal Building,
Room 605, 530 Greene Street, Augusta, Georgia 30911. A MANDATORY Site
Visit will be held after the Pre-Bid Conference at the Augusta Regional Airport, 1501
Aviation Way, Augusta, Georgia 30906. Representatives of OWNER and
ENGINEER will be present to discuss the Project. BIDDERS are encouraged to
attend and participate in the conference. ENGINEER will transmit to all prospective
BIDDERS of record such Addenda as ENGINEER considers necessary in response
to questions arising at the conference.
21.
SALES TAX
21.1
Unit prices bid shall include all sales taxes, and other applicable taxes and fees.
22.
PREVAILING WAGE RATES
22.1
The construction wage rates have been certified by the US Department of Labor to be
wages prevailing for construction of the contract. In accordance with the terms of the
Proposal, the Contractor agrees to pay to each employee ofthe corresponding craft at
least the wage rate listed.
In addition to the basic hourly rates shown, certain crafts, trades or industries indicate
health, welfare, pension, and other fringe benefits which are given employees
23.
23.1
23.2
23.3
23.4
23.4.1
23.4.2
pursuant to a bonafide Collective Bargaining Agreement for the respective craft,
trade, or industry.- In the absence of any such Agreement, the basic hourly rates plus
the monetary equivalent for the fringe benefit payments indicated, less any legal
deductions, shall be paid directly to the employees.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The wage rate determination of the US Department of Labor incorporated on the
following pages does not include rates or the requested classification listed below.
The BIDDER is responsible for ascertaining the rates payable for such classification
and whether area practice requires their use in accomplishing the work. No inference
concerning area practice is to be drawn from their omissions. Further, the omission
will not, per se, establish any liability for increased labor costs resulting from the use
of such classification.
FUNDING AGENCY REQUIREMENTS
BIDDERS are advised that the Work under this Contract will be financed in part by a
grant of the Federal Government under the Department of Transportation, Federal
Aviation Administration, Airport and Airway Safety and Capacity Expansion Act of
1987.
To receive funds under the applicable Federal Programs, the OWNER must comply
with the requirements ofthe administering agencies which are imposed as conditions
under which the grants of funds are made.
It is a condition of the grant of Federal funds that certain provisions be included and
be made a part of the Contract Documents for the Work in which these funds are to
be used. These provisions are as provided in the Supplementary Conditions.
The CONTRACTOR is notified hereby that he must meet all of the terms and )
conditions related to this Project imposed by the administrating agencies named
herein, including, but not limited, to the following:
WAGES AND SALARIES: Attention of BIDDER is called to the requirements
concerning the payment of not less than the prevailing wage and salary rates
determined by Secretary of Labor specified in the Contract Documents and the
conditions of employment with respect to certain categories and classifications of
employees.
The rates of pay set forth under GENERAL PROVISIONS are the minimums to be
paid during the life ofthe Contract. It is therefore the responsibility of BIDDERS to
inform themselves as to local labor conditions, such as the length of work day and
work week, overtime compensation, health and welfare contributions, labor supply
and prospective changes or adjustments of rates.
ffi-lO
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
23.4.3
23.4.4
23.4.5
23.4.6
23.4.7
23.4.8
EMPLOYMENT PRACTICES: (1) Contractor shall, to the greatest extent
practicable, follow hiring and employment practices for work on the project which
will provide new job opportunities for the unemployed and underemployed, and (2)
insert or cause to be inserted the same provision in each construction subcontract.
AFFIRMATIVE ACTION REQUIREMENTS: The BIDDER's attention is called to
the Notice of Requirement for Affirmative Action to Insure Equal Employment
Opportunity.
All chemicals used during project construction or furnished for project operation,
whether herbicide, pesticide, disinfectant, polymer, reactant or of other classification,
must show approval of either EP A or USDA. Use of all such chemicals and disposal
of residues shall be in strict conformance with manufacturer's instructions.
BIDDERS must comply with the requirement that siltation and erosion are to be held
to the absolute minimum during construction.
Equal Employment Opportunity Requirements:
a BIDDERS must comply with the President's Executive Order No. 11246
which prohibits discrimination in employment regarding race, creed, color,
sex or national origin.
b Each BIDDER shall complete, sign and include in his bid proposal the Equal
Opportunity Report Statement. When a determination has been made to
award a contract to a specific Contractor, such Contractor shall, prior to
award, after award or both, furnish such other pertinent information regarding
his own employment policies and practices as well as those of his proposed
subcontractors as the OWNER, or the Secretary of Labor may require. All
such information required of a subcontractor shall be furnished by the
Contractor.
c Notice of Affirmative Action: Specific goals for minority and female
participation expressed in percentage terms are specified in the General
Provisions.
d Disadvantaged Business Enterprise Program: The OWNER has established
goals for DBE participation on this Project. The BIDDER's attention is
directed to the Notice to Bidders, Supplementary Conditions and Bid Forms
for the specific goals.
BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS FOR
CONSTRUCTION CONTRACTS (lAN 1991)
IB-II
a The Aviation Safety and Capacity Expansion Act of 1990 provides that
preference be given to steel and manufactured products produced in the
United States when funds are expended pursuant to a grant issued under the
Airport Improvement Program. The following terms apply:
1 Steel and Manufactured Products. As used in this clause, steel and
manufactured products include (1) steel produced in the United States
or (2) a manufactured product produced in the United States, if the
cost of its components mined, produced or manufactured in the
United States exceeds 60 percent of the cost of all its components and
final assembly has taken place in the United States. Components of
foreign origin ofthe same class or kind as the products referred to in
subparagraphs (b) (1) or (2) shall be treated as domestic.
2 Components. As used in this clause, components means those
articles, materials, and supplies incorporated directly into steel and
manufactured products.
3 Cost of Components. This means the costs for production of the
components, exclusive of final assembly labor costs.
b The successful BIDDER will be required to assure that only domestic steel
and manufactured products will be used by the Contractor, subcontractors,
material men, and suppliers in the performance of this contract, except those-
1 that the U.S. Department of Transportation has determined, under the
Aviation Safety and Capacity Expansion Act of 1990, are not
produced in the United States in sufficient and reasonably available
quantities and of a satisfactory quality;
2 that the U.S. Department of Transportation has determined, under the
Aviation Safety and Capacity Expansion Act of 1990, that domestic
preference would be inconsistent with the public interest; or
3 that inclusion of domestic material will increase the cost. of the
overall project contract by more than 25 percent.
23.4.9 PRECONSTRUCTION CONFERENCE: Attention of BIDDERS is called to the fact
that a preconstruction conference will be held with the successful BIDDER and all
known subcontractors, prior to the issuance of a NOTICE TO PROCEED. This
conference will be held to acquaint the Successful BIDDER with the contract
provisions concerning the Labor Standards, Equal Employment Opportunity
obligations, and other items related to the contract. Payroll Form WH-347, or an
equivalent form, is required to be used on this project.
END OF INSTRUCTIONS TO BIDDERS
IB-12
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
. ~
'.
BID FORM
(Failure to furnish all reql.).ested data will be cause for considering BIDDER nonresponsive and may
render this BID invalid on that basis.)
BID FOR: GENERAL AVIATION APRON EXPANSION / T AXIW A Y'C'
RELOCATION PROJECT
AUGUSTA REGIONAL AIRPORT
FAA A.I.P. PROJECT No. 3-13-0011-25
SUBMITTED TO: Augusta Aviation Commission
C/O Augusta-Richmond County Purchasing Department
Municipal Building, Room 605
530 Green Street
Augusta, Georgia 30911
SUBMITTED BY:
ptpA~~ Sou~P~+~c..
BIDDER's Name
D^~. AfJAf!.. .:r~4&h--&~ ~
Address ~
~SrA GA ~D'\D1
City, ~tate and Zip Code
1. The undersigned, hereinafter called BIDDER, in compliance with the "Notice to Bidders,"
accepting all ofthe terms and conditions ofthe "Instructions to Bidders," including without
limitation those dealing with the disposition of Bid Security; proposes and agrees, if awarded
the Contract, to enter into an Agreement with the OWNER in the form of Agreement
included in the Contract Documents, to furnish all materials, equipment, machinery, tools,
apparatus, means oftransportation and labor necessary to complete the work to be performed
under this Contract within the Contract Time indicated in this BID, in full and complete
accordance with the shown, noted, described and reasonably intended requirements of the
Contract Documents, to the full and entire satisfaction of the OWNER, for the amounts
contained in the Bid Schedules.
2. This BID will remain open for 90 days after the day of BID opening. Ifawarded a contract,
BIDDER will sign the Agreement and submit the Contract Security and other documents
required by the Contract Documents within 15 days after the date indicated in OWNER's
Notice of Award.
3. In submitting this BID, BIDDER represents that:
B-10f29
~~;~J/~~u~ ~,.~g
(a) BIDDER has bcoome thoroughly fllmiIiu with the terms and conditions of the
proposed Contract Documents accq>ting the same as sufficient to indicate and
convey understanding of aU tbe conditions and requirements lUlder the Contract
which will be executed for the Work.
I
I
I
I
I
(b) BIDDER has examined the site and locality where the Work is to be perfonned. the
legal requirements (federal, state ~d tocallaws, ordinances, rules and regulations)
and the conditions affecting cost, progress or performsnce !,fthe Work and has made
such independent investigations as BIDDE~ deems necessary.
(c) This BID is genuine and not made in the interest of or on behalf of any undisclosed
person, finn or corporation and is not submitted in conformity with any agreement or
rules of any group, association, organization or corporation; BIDDER has not directly
or indirectly induced or solicited any other BIDDER to submit a false or sham BID;
BIDDER nas not solicited or induced any person, firm or corporation to refrain from
bidding~ and BroDER has n~t sought by collusion to obtain for himself any
advantage over any other BIDDER or OVCT OWNER.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(d) That no member of the Augusta.-Richmond City/County government or other officers
or employees of said OWNER is interested directly or indirectly in the Bid or in any
portion of the Bid nor in the Contract or any part of the Contract which may be
awarded the undersigned on the basis ofsucb ~ID.
. '
(e) This BID is based upon prevailing wages in Richmond Counly) Georgia and in no
case arc wages less than those dctennined by the'Secretary ofLabol) 8 schedule of
which;s contained in the GeneralProvisions, GP.120,
(f) II is a condition oltbis BID nnd any subsequent contract entered into pursuant to this
BID, and it shall be made a condition of each subcontract entered into pursuant to the
prime contract that the Contractor and any Subcontractol shall not require any laborer
or mechanic employed in performance of the contract to work in s\1ITOundings or
under working conditions which are unsatisfactory) hazardous, or dangerous to his
health or safety, as detennined under Construction Safety and Health Standards. Title
29, CFR, Part lsi8,36FR7340, promulga.ted by the U.S. Secretary of Labor. in
. actotdance with Section 107 of the Contract Work Hours and Safety Standatds Act,
82, Statt. 96; that it is a further condition of this BID that he. shall be solely
l'esponsiblc for the enforcement of sucb Construction 8tld Health Standards, and that
he definitely understands that the OWNER and his authorized representatives will
not assume any liability resulling from his failure to police and enforce all such
standards.
(g) The description under each bid item, being briefly stated, implies, although it does
not mention, all incidentals Bnd that pnces slated are intend~ to covet all such work,
materials and incidentals as constitute BIDDER's obligations as described in the
Specifications, and any details not specificatlymcntioned, but evidently included in
the Contract shall be. compensated for in the item which most logically includea it
B-20f29
I' '.
. .
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
4.
(h) The Prices Bid includes all sales taxes and other applicable taxes and fees.
Contract Time: BIDDER agrees that:
(a) The work will be completed within 180 consecutive calendar days from date of
Notite-to-Proceed and within the stipulated phasing times as prescribed in Section
01010 "Scope of Work" ofthe Project Manual.
(b) In the event that the construction contract time period occurs between the dates
Aprill, 2005 through April 15, 2005 inclusive, all construction activities shall be
stopped. No contract time will apply against the contract during this time
period. The Contractor will be required to de-mobilize and re-mobilize at no
additional expense to the Owner.
( c) He/She will commence work with an adequate force and equipment at the time stated
in the Notice to Proceed, and complete all work in the number of days stipulated
from the date stated in said notice including working overtime and on Saturdays,
Sundays, and legal holidays as necessary in order to complete the project on time.
5.
Bid Schedule: See attached pages B-4a through B-4k.
B-30f29
I
General Aviation Apron Expansion/Taxiway 'e' Relocation Project I
Augusta Regional Airport I
Augusta, Georgia
FAA A.I.P. NO. 3-13-0011-25
Item Spec Estimated I
No. No. Item Description I (Write Unit Price in Words) Quantity Unit Unit Price Total Extended
11 S-180 Milling Bituminous Pavement 2,685 SY. $ 3.0tJ $ 1055.l
7href'. pollars I
- Cents
12 S-190 Pavement Markings Removal 7,000 S.F $ 3,50 $ 2.15"60. t I
~ree Dollars
Ii=- f.v Cents I
I /
13 P-152A Unclassified Excavation - Embankment 200 C.Y. $ It .50 $ 1 gOO. D
.rgl7JH Dollars I
Cents
14 P-152B Unclassified Excavation - Waste 11,700 C.Y. $ II. ()O $ 1l.8 70f:) , (. I
EI e ~e'" Dollars
Cents
15 P-152C Subgrade Preparation 17,400 SY. $ If ()() $ /71f()() . ~ I
Ode Dollars I
...... Cents
16 P-209 Graded Aggregate Base Course (GABC) 815 C.Y. $ 4B.Ot:J $ 3 q I t..fJ . a
hrly Ell/I, I- Dollars I
--- Cents
17 P-304 11" Thick Cement Treated Base Course 8,300 SY. S 30./t> sZ4Q830.l I
1;rtv
Dollars
erl I Cents I
18 GDOT 400 2" Thick Ditch Overlay 670 TON $ .-5"5.00 $ 8t..85t:>.a
A,p/y .rlve Dollars I
Cents
19 P-401A Bituminous Surface Course 1,975 TON $ 53 100 $ /()4~75,() I
t't='r ;-;)t'ee Dollars
- Cents
20 P-401B Bituminous Base Course 2,600 TON $53.00 $ /3 730b. f){ I
F,,= Iy 7J, ree Dollars I
, Cents
-
BIDDER'S ORGANIZATION A.P Ac.- S~~+h~A8r. rAC . -
Page B-4b - ADDENDUM NO.~ I
I
General Aviation Apron ExpansionlTaxiway 'e' Relocation Project I
Augusta Regional Airport
Augusta, Georgia I
FAA A.I.P. NO. 3-13-0011-25
Item Spec Estimated
No. No. Item Description I (Write Unit Price in Words) Quantity Unit Unit Price Total Extende I
31 LI 08A Conduit Trench in Earth, with Earth Backfill 1,800 L.F. $ 1.10 $ 1'/1t
Orle Dollars I
Te,." Cents
32 LI 08B Conduit Trench in Existing Asphalt Pavement with 830 LF. $ 9,J~ $ 77t.t;, I
Concrete Backfill
ft:;~ Dollars
F,ve Cents I
33 LlO8C Cable, .I/C #8 5kV, L-824C 6,000 L.F. $ {.tt> $ to/. Ot)
Orle Dollars I
- Cents
/,-r/
34 LI 08D Counterpoise Wire, #6 Bare Stranded 2,700 L.F. $ ;./0 $ l170. I
orle Dollars
TeN Cents 13lb rll
35 L 108E 3/4" Diameter x 10' Long Copper Clad Ground Rod 16 EACH $ fl,5o $
and Connection to Counterpoise Wire
EI'l/l//l-9IWO Dollars I
Cents
36 L110A Electrical Duct, 4-Way 4", Concrete Encased 85 L.F. $ 44,00 $ 371-0 t(1
F"r ~ Fo(.,(r' Dollars
Cents 5"9'1-0.J
37 LIIOB Conduit, 2" Schedule-40 PVC, Direct Burial in Earth 1,800 L.F. $ 3. ~C> $
Trench
J1;:t; Do liars I
Cents
l. 789,1
38 L 11 OC Conduit, 2" Sehedule-40 PVC, Direct Burial In Pavement 830 LF. $ g.;50 $
Trench
~;1y Dollars I
Cents
39 LlIOn Handhole, Type B 2 EACH $ ~~St>.,,(') $/2..100. C
I FI JC 11/ I
S/X rA CJ US (/ ,.jet Dollars
"- . " Cents
BIDDER'S ORGANIZATION AP Ae. SC&A.'\-\.u.LlJL~, :tAe . I
Page B-4d - ADDENDUM NO "
I
I
I
I
General Aviation Apron Expansionrraxiway 'e' Relocation Project
Augusta Regional Airport
Augusta, Georgia
FAA A.I.P. NO. 3-13-0011-25
I
Item Spec. Estimated
No. No. Item Description I (Write Unit Price in Words) Quantity Unit Unit Price Total Elltended
40 Ll25A L-861T, Medium Intensity Taxiway Light, Blue Globe, 14 EACH $ ~'O,O() $ '1l4o ,I
L-867 Base Mount, Installed in Earth
I I 5,,, I-y
SIX 1-11./1'1 d r' ~ d Dollars
Cents
41 Ll25B L-861T, Medium Intensity Taxiway Light, Blue Globe, 8 EACH $ tCO,()O $ f"l8b.O
L-867 Base Mount, Installed in Existing Pavement
J'IX IbrldJ'ed -5i ~ ./y Dollars
Cents
42 Ll25C L-86 IT, Medium Intensity Taxiway Light, Blue Globe, 19 EACH $ "C>.()O $ /1540.()
L-867 Base Mount, Installed in New Pavement
.5!x Ikr/drecl 5J)( Iy Dollars
Cents
43 L125D L-861, Medium Intensity Taxiway Light, Yellow Globe, 2 EACH $ tt.t>.OO $ 13l0.C>t.
L-867 Base Mount, Installed in New Pavement
~/X 7t I I ~ Dollars
ridt'ed.5, :I. - Cents
44 L125F Remove L-861 T Medium Intensity Taxiway Light, 40 EACH $ //0.00 $ 4J/.oo.O(
Base Mounted
Orle. ht I I /e,./ Dollars
'I"Id r~d
Cents
45 L125H De-energize and Remove Infrared Sensprs and Stop L.S. $ z.. 75'o.()O $ Z-75'O.0(;
Light
-- ?J,"~St:lHdJ~vt'N IhlYd~~ h',Ply
/IVO Dollars
- Cents
46 L1251 Remove Concrete Encased Transformer Housing Used 2 EACH $ //0,00 $ l..ll) . 00
as Handhole
Onle dl'>'drt"d Te rl Dollars
Cents
47 Ll25J Relocate L-858 Sign, Size 1, 1- Module in Earth. Provide EACH $ /5'1-t>,00 $ 1.5'4-0. (X)
New Concrete Pad, Isolation Transformer and Lamps
Orl~ '3-01lJ'4~ hV~~r/j,.~d h,r/y Dollars
Cents
BIDDER'S ORGANIZATION AP.Ac---SbU.~~ Il\I:..
Page ~-4e - ADDENDUM NO "
I
I
I
I
I
I
I
I
I
I
.1
I
I
I
I
General Aviation Apron Expansionffaxiway 'e' Relocation Project
Augusta Regional Airport
Augusta, Georgia
FAA A.I.P. NO. 3-13-0011-25
Item Spec
No. No.
48 L125K
49
LI25L
50
L125N
51
L 1250
52
L125P
Item Description I (Write Unit Price in Words)
Relocate L-858 Sign, Size I, 2- Module in Earth Provide '
New Concrete Pad, Isolation Transformer and Lamps
hp.feeN JlvNJY~d'.s,X.J..., FI\Ie.
. . /
Relocate L-858 Sign, Size 1,3- Module in Earth. Provide
New Concrete Pad, Isola~ion Transformer and Lamps
~ ... $
Ftr eH IIvl'lclt't:"d Snl nye
Relocate L-858 Sign, Size 1, 1- Module in New Asphalt
Pavement. Provide New Concrete Pad, Isolation
Transfonner and Lamps
nr~,y #',."d-ed nr ~
Relocate L-858 Sign, Size 1,2- Module in New Asphalt
Pavement. Provide New Concrete Pad, Isolation
Transfonner and Lamps
ht=/~erl IhtNj,.~~l /i?rly
Relocate L-858 Sign, Size 1,4- Module in New Asphalt
Transfonner and Lamps
..Jit.h~h' fh,rldreJ )tV~rI~1 hve
Dollars
Cents
Dollars
Cents
Dollars
Cents
Dollars
Cents
Do liars
Cents
TOTAL BASE BID
Estimated
Quantity Unit
4 EACH
EACH
EACH
2
EACH
EACH
BIDDER'S ORGANIZATION
Unit Price
I
I
I
Total Extended
I
$/565.0() $ t z.~OJ
I
$/5'(.5,00 $ 15"S.c I
I
I
I
$ I.!"~ ,00 $ 1.5"4/0, c.
sIPf().oo s 3.0!O,O I
I
It 25, 0,
I
I
I
I
$/~lS,OO $
General Aviation Apron Expansion/Taxiway 'e' Relocation Project
Augusta Regional Airport
Augusta, Georgia
FAA A.I.P. NO. 3-13-0011-25
Item Spec Estimated
No. No, Item Description I (Write Unit Price in Words) Quantity Unit Unit Price
, ' 3.30
A31 LIIOB Conduit, 2" Schedule-40 PVC, Direct Burial in Earth 1,900 L.F. $
Trench
T p.~c Dollars
,1.3, \Il.\'i Cents
A32 LIIOC Conduit, 2" Schedule-40 PVC, Direct Burial in Pavement 520 L.F. $ J.30
Trench
I
I
I
Total Extended I
$ ('l.1D.()
I
$ 1'11~. 00 I
I
I
General Aviation Apron Expansion/Taxiway Ie' Relocation Project
Augusta Regional Airport
Augllsta, Georgia
FAA A.I.P. NO. 3-13-0011-25
I
Item
No.
I
MO L125K
I
I
I
MI L125L
A42 Ll25M
I
I
I
Spec.
No.
Item Description I (Write Unit Price in Words)
Relocate L.858 Sign, Size I, 2~ Module in Earth. Provide
New Concrete Pad, Isolation Transfonner and Lamps
or-JE \" 1-\I..)\1~rI!> t=\\1'f. t\"tlD~D $'1'),\'1 flV~
Dollars
f'-10 Cents
Relocate L-858 Sign, Size I, 3. Module in Earth. Provide
New Concrete Pad, Isolation Transformer and Lamps
/)IJ~ "..\.OIJS~JLt> 1::1\16 ~111H)~t:::. .sl~\'i f\\1\'=.
Dollars
N \) Cents
Relocate L-858 Sign, Size 2, 3- Module in Earth. Provide
New Concrete Pad, Isolation Transformer and Lamps
ON~ Tl-\OIJSANt) 5'1).. l4u"'r...~D 'rWffJT'l t;\v'a
Dollars
~Q C~
TOTAL ADDITIVE BID
I
Bl P-401B
ALTERNATE BID
I
I
I
I
I
I
I
I
Bituminous Base Course (Substitute for P-304)
f'tI 11.~'l .J I t.1 E
'Ie \G ~""'1
Dollars
Cents
Estimated
Quantity Unit
Unit Price
Total Extendec
SUMMARY OF BIDS
TOTAL BASE BID
TOTAL BASE PLUS ADDITIVE BID
1 EACH $ IS,S.tJ'b $ IS"'S. (
lEACH $JS'I6S.~O $/~6~.O
I EACH $ /62). () () $ /62,$. 0
$ 5' ()., <6 ~ l .QQ
J
8,150 TON $ Lfq.~()
$405~16.(
BIDDER'S ORGANIZA TION APAC--~l.....~eQ...St. .rV\C...
Page B-4k - ADDENDUM NO.~
s
/382. OZ.6. 9D
) )
/ geE 9 eBB), 70
) )
$
I' >
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
6.
Execution of Contract: BIDDER agrees that:
(a) In case of failure on his part to execute the said Contract and Bonds within 15 days
after the date indicated in the "Notice of Award", the check or bid bond
accompanying this BID, and the money payable thereon, shall be paid to the
OWNER as liquidated damages for such failure; otherwise the Bid Bond or check
accompanying this BID shall be returned to the undersigned.
7.
Bid Documentation: The following documents are attached to and made a part ofthis BID:
(a) Required Bid Security in the form of a Bid Bond or certified check payable to the
order of the Augusta Aviation Commission.
(b) Non-collusion Affidavit
(c) EEO Report Statement
(d) Bidder's Affidavit
(e) DBE Statement
(f) Buy American Certificate
(g) Certification of Non-Segregated Facilities
(h) Subcontractor List
(i) Bidder's Questionnaire Regarding Subcontractors
G) Bidder Certification Regarding Debarment
(k) Bidder's Qualification Questionnaire
8.
Name and business address (mailing and street) of BIDDER to which all formal Notices shall
be sent:
a~AC.~5D~~~t .!I\~~..
P..D. &}.. 112...'\ l AuCrt16Tl\ erA 3d1D:5
D^e. !\pAe IrJus-ttia.1 ~, AU4l.tSrA~ tfA 3p<1D7
9,
The terms used in this BID which are defined in the General Provisions of the Construction
Contract included as a part ofthe Contract Documents have the meanings assigned to them in
the General Provisions.
B-50f29
..... ~...:J' J,.~_. -..--
Signed this 2/ rst <fay of ~\J~E-
, 2004.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
10. BIDDER hereby acknowledges r~cipt of the following addenda:
Addendum No.
,
Dated
...J1JJI E 08 1...00<(
z
'-IUN~ Of,boCf
11. The BIDDER shall state on the line below, i.f a corporation, the name of state in which
i~corporatcd and the date of s~id corporation
_~&2P...A"t"lD~. ~_~~
By:
'19A~" ~ ,<"~ f:~rl ;r;/IJ
~~ .
f.A < p.1?
(Signat\l1'e of individual, partner
or officer signing the Bid)
Z ..I\/).. ae>
License Number
ATTEST.
WL~.J 8. ~w
(Seal)
(Seal required if BIDDER
is a cOl'poration.)
NOTE: If Contractor is a Corporation. Sceretaty ~hou1d attest ~ca1. Seal is requir.ed if
BIDDER is a Corporation. ff Contractor is a partnership, all partners shall execute the BID (add
,spaces as required)
B-6 of 29
I"
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
.'
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned
APAC-Southeast, Inc.
as Principal, and
Liberty Mutual Insurance Company
as Surety, are hereby
held and firmly bound unto Augusta Aviation Commission in the penal sum of
Ten.Percent of Bid (10%)
for The payment of which, well and truly to be made, we hereby jointly and severally
bind ourselves, our heirs, executors, administrators, successors, and assigns.
Signed, this 21st day of
,20_Q4
June
The conditions of the above obligation is such that whereas the Principal has submitted to the
Augusta Aviation Commission certain BID, attached hereto and hereby made a part hereofto enter
into a Contract in writing for the Construction of:
GENERAL A VIA TION APRON EXPANSION / TAXIWAY 'C' RELOCATION PROJECT
at the AU2:usta Regional Airport
(a) If said BID shall be rejected, or in the alternate,
(b) If said BID shall be accepted and the Principal shall execute and deliver a Contract in
the Form of Agreement attached hereto (properly completed in accordance with said
BID) and for the payment of all persons performing labor or furnishing materials in
connection therewith, and shall in all other respects perform the agreement created by
the acceptance of said BID, then this obligation shall be void, otherwise the same
shall remain in force and effect; it being expressly understood and agreed that the
liability of the Surety for any and all claims hereunder shall, in no event, exceed the
penal amount of this obligation as herein stated.
The Surety, for value received, hereby stipulates and agrees that obligations of said Surety
and its Bonds shall be in no way impaired or affected by any extension ofthe time within which the
Owner may accept such .BID; and said Surety does hereby waive notice of any such extension.
B-70f29
f,,",,",'''''V'''J~'''
~V..J'''' 1'.L-~.a.UnHl- ...,r
rHU~ U...,...U
. mr~sou~j(.;&,
Pnnclpal By:. .
Liberty Mutual I~surance Company
Surety
BY~:::::-
_CL.S.)
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
IN WITNESS WHEREOF. the Principal and the Surety have herew:tto set their hands and
!>eals, and such ofthem. as are corporations bave caused their corporate seals to be hereto affixed
and these presents to be signed by their proper officers, the day and year first set forth above.
(SEAL)
(1) Date of Bond must be same date as BID.
(2) Bond must be signed or countersigned by Surety's proper Georgia Re.sident
Agent. 'Da.te ofPower-of-Attomey shall be same date as date of Bond.
(3) If a Partnership, all partners shall execute Bond.
B-8of29
I,"
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
FORM OF NONCOLLUSION AFFIDAVIT
(This Affidavit is Part of BID)
STATE OF ~t'~\a...
COUNTY OF ~\(!...'r\W\D^d
DonGc.-\d K. ~l-e.~
being fitst duly sworn, deposes and says that hgis
)
) SS.
)
\J \c..e- ?r-e.6 "W
(Sole owner, a partner, president, secretary, etc.)
of . At>Ae- Sc)\.d.klASt, rl\~.
the party making the foregoing Proposal or BID that such BID is genuine and not collusive or shain;
that said BIDDER has not colluded, conspired, connived, or agreed, directly or indirectly, with any
BIDDER or person, to put in a sham BID, or that such other person shall refrain from bidding, and
has not in any manner, directly or indirectly sought by agreement or collusion, or communication or
conference, with any person, to fix the Bid Price of affiant or any other BIDDER, or to fix any
overhead, profit or cost element of said Bid Price, or ofthat of any other BIDDER, or to secure any
advantage against OWNER any person interested in the proposed Contract; and that all statements in
said Proposal or BID are true; and further, that such BIDDER has not, directly or indirectly
submitted this BID, or the contents thereof, or divulged information or date relative thereto to any
association or to any member or agent th reof.
Sworn to and subscribed before me this
~l
DUe.~, I APAc..;SE~
. day of ~u...J\e.. , 20edf
4-~~
Not Public in and for
:Do
K \LH.M.DJ..J 0
County
My Commission expires D-ee.. \' ,20lL.b
Notary Public, Richmond County. Georgia
My Commission Expires Dec. 18. 2006
(SEAL)
B-9 of 29
I."
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(THIS REPORT IS PART OF THE BID)
EQUAL OPPORTUNITY REPORT STATEMENT
AS REQUIRED BY 41 CFR 60-1.7(b)
The BIDDER (Proposer) shall complete the following statement by checking the appropriate blanks.
Failure to complete these blanks may be grounds for rejection of bid:
1. The BIDDER (Proposer) has ,,/ has not _ developed and has ~oes not have
_ on file at each establishment affirmative action programs pursuant to 41 CFR 60-1.40
and 41 CFR 60-2.
2. The BIDDER (Proposer) has / has not _ participated in any previous contract or
subcontract subj ect to the equal opportunity clause prescribed by Executive Order 11246, as
amended.
3. The BIDDER (Proposer) has /' has not _ filed with the Joint Reporting Committee
the annual compliance report on Standard Form 100 (EEO-l Report).
4. The BIDDER (Proposer) does /' does not _ employ fifty (50) or more employees.
117tlt;~e~sl; ~c
VJ-u. Presidertt
~/ Iglt1~
NAME OF BIDDER:
BY:
TITLE:
DATE:
B-IO of29
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BIDDER'S AFFIDAVIT
(This Affidavit is part of the BID)
STATE OF ~~('~Jiv )
COUNTY OF R,chrl\DAd )
DOI\Ald. ~oll~
being duly sworn, deposes and says that he resides at J o. Eo.x. 112q
)
V ,~e Pre~ '~d.e..J-
(Give Title)
ed MAC-- SOlAtR~~.d +Alt!-
. I
~u-~k..) ~A ooQo3
that he is the
who signed the abode Proposal or BID, That h~ was duly authorized to sign and that the BID is the
true offer of the BIDDER, that the seal attached is that seal of the BIDDER and that all the
declarations and statements contained in the BID are true to e be t of . knowledge and belief.
Subscribed and Sworn to before me this Z I
My Commission expires
~kr \~
, 20e(.
(SEAL)
Notary Public, Richmond County, Georgia
My Commission Expires Dec. 18, 2006
B-llof29
I,'
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DISADV ANT AGED BUSINESS ENTERPRISE PROGRAM
The following bid conditions apply to this Department of Transportation (DOT) assisted contract.
Submission of a BID/proposal by a prospective Contractor shall constitute full acceptance ofthese
bid conditions.
(1) DEFINITION - Disadvantaged Business Enterprise (DBE) as used in this Contract shall have
the same meaning as defined in Subpart D to 49 CFR Part 26.
(2) POLICY - It is the policy of DOT that DBEs as defined in 49 CFR Part 26 shall have the
maximum opportunity to participate in the performance of contracts and subcontracts
financed in whole or in part with federal funds. Consequently, the DBE requirements of 49
CFR Part 26 apply to this contract.
(3) DBE OBLIGATION - The Contractor agrees to ensure that disadvantaged business
enterprises as defined in 49 CFR Part 26 have the maximum opportunity to participate in the
performance of contracts and subcontracts financed in whole or in part with federal funds. In
this regard all Contractors shall make good faith efforts, as defined in Appendix A, 49 CFR
Part 26 to ensure that DBEs have the maximum opportunity to compete for and perform
contracts. Contractors shall not discriminate on the basis of race, color, national origin, or
sex in the ~ward and performance of DOT assisted contracts.
(4) COMPLIANCE/CONTRACT ASSURANCE - The CONTRACTOR or his/her
subcontractor(s) shall not discriminate on the basis of race, color, national origin, or sex in
performance ofthis Contract. The Contractor shall carry out applicable requirements of 49
CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the
CONTRACTOR to carry out these requirements is a material breach ofthis Contract, which
may result in the termination of this Contract or such other remedy as the OWNER deems
appropriate.
(5) SUBCONTRACT CLAUSE - All BIDDERS and potential Contractors hereby assure that
they will include the above compliance clause in all subcontracts which offer further
subcontracting opportunities.
(6) CONTRACT A WARD - BIDDERS are hereby advised that meeting DBE subcontract goals
or making an acceptable good faith effort to meet such goals are conditions of being awarded
this DOT assisted contract.
(7) DBE PARTICIPATION GOAL. The requirements of 49 CFR Part 26, Regulations of the
U.S. Department of Transportation (DOT), apply to this contract. It is the policy of the
OWNER to practice non-discrimination based on race, color, sex, or national origin in the
award or performance of this contract. All firms qualifying under this solicitation are
encouraged to submit bids/proposals. Award of this contract will be conditioned upon
satisfying the requirements of this bid specification. These requirements apply to all
BIDDERS, including those who qualify as a DBE.
B-120f29
B-13of29
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The attaimnent of goals established for this contract is to be measured as a percentage of the
total dollar v<\lIuC of the contract. The goal the Owner has established for this {;ontract is as
follows;
25.0% of the Contract to bc perfonned by DBE fums (based on historical
: availability of references and the Engineer's detennination that th~ above prescribed
percentages of tbe total proj~t work is available to be perf'Onned by disadvantaged
business enterprise (DEE) finns within the projcct area).
(8) A V A.ll..ABLE DBES - The OWNER utilizes the recent issue of the Georgia Department of
Tfansportation "DBE Certified List." BIDDERS ar.e encouraged to inspect this document to
assist in locating DBE's for the work Credit toward the DBE goals will not be counted
unless the DBE to be u5ed i~ listed on the idest hlsue of the Georgia DOT's uDBE
Certification List". BIDDERs propo!ing DBE Sltbcontractors certified by public
agencies otber than. the G~otf~ia Department o(l'ransportation should include a copy of
tbe agency certification letter with the BID proposal. The OWNER must certify all
DBEs prior to theif cODltncncement of any work.
(9) CONTRACTOR '8 REQUIRED SUBMISSION ~ The OWNER. requires the submission of
the following infonnation with the Bid. Certain other DBE infonnation may also be
required.
I'
I
"1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DISADVANTAGED BUSINESS ENTERPRISE (DBE)
CONTRACTORS
Classification
Prime, Sub.,
Joint, Mfr., or Description of
Supplier Work
E I ec I, c.a I
$
/ez O{)O,OD
)
Dollar Value
of Work
5l-/ B
$
//400,00
5u If) Il~.r.
Hau J /IV $
suB
204 ()t)D,OO
)
~. $
SuB SeuA/IIV z.. OJ ()OO ' Q:)
5.
$
Affirmation:
The above-named DBE firm(s) has (have) affirmed that it will perform the portion ofthe Contract
::ed fOf,t ?.J:6. dollar value as stated above. . j/ .,r>
(Si~e) (Title)
~
B-140f29
DISADV ANT AGED BUSINESS ENTERPRISE (DB E)
CONTRACTORS
Classification
DBE Firm Name Pri.me, Sub,
Address Joint, Mfr., or DescryptioD of DoUar Value
Telephone Supplier Work of Work
6.
$
7.
$
,
8.
S
9.
$
,
. ,
1.0.
$
Affirmation:
The above-named DBE finn(s) has(have) affirmed that it will perfonn the portion of the COl1tract
listed for the estimated dollar value as stated above.
Bv:
(Title)
(Signature)
B-15 of 29
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ill
I
I
I
I
I-
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DISADV ANT AGED BUSINESS ENTERPRISE (DBE) TOTALS SUMMARY
Total Price (Base Bid)
$ /)3tSt. ) 020,90
Z. 73 Jf 00 , DO
$ -l &..; ~ 2:fD&. CJ!Y:
/1,78
ffi.~ %
$ ~ 8~ ~ 8 g J, 'I tJ
$ 397 f()t). tJo
')2..I,OL
~$ %
Total DBE value (Base Bid)
Total DBE percent (Base Bid)
Total Price Bid (Base + Additive Bid No.1)
Total DBE value (Base + Additive Bid No.1)
Total DBE percent (Base + Additive Bid No.1)
The OWNER proposes to award the contract to the lowest responsive and responsible BIDDER
submitting a reasonable bid provided he has met the goals for DBE participation or, iffmling to meet
the goals, he has made an acceptable good faith effort to meet the established goals for the DBE
participation. BIDDER is advised that the OWNER reserves the right to reject any or all bids
submitted.
(10) GOOD FAITH EFFORTS - If the BIDDER fails to meet the DBE subcontract goals
established in Paragraph 7 above, the following information must be submitted prior to
contract award to assist the OWNER in determining whether or not the BIDDER made
acceptable good faith efforts to meet the contract goal. This information (when applicable),
as well as the DBE information, should be submitted as specified in Paragraph 9 above.
Suggested guidance for use in determining if good faith efforts were made bya BIDDER is
included in Appendix A of 49 CFR Part 26.
The evidence of good faith efforts must be submitted by any BIDDER who wishes to be
considered, within 48 hours after the BIDs are opened. The burden of submitting this evidence
rests solely with the BIDDER and not up.on the OWNER
A list of the efforts that a BIDDER may make and the OWNER may use in making a
determination as to the acceptability of a BIDDER's efforts to meet the goal as included in
Appendix A are as follows:
a. Whether the BIDDER attended any pre-solicitation or pre-bid meetings that were
scheduled by the recipient to inform DBEs of contracting and subcontracting
opportunities. The BIDDER must solicit this interest within sufficient time to allow
the DBEs to respond to the solicitation. The BIDDER must determine with certainty
if the DBEs are interested by taking appropriate steps to follow up initial
solicitations;
b. Whether the BIDDER advertised in general circulation, trade association, and
minority-focus media concerning the subcontracting opportunities;
B-16 0[29
_"_'~ .!:.~, .(.__-,. 6. 1.__
e.
Whether the BIDDER provided written notice to a reasonable D~bor of specific
DBEs that theiI interest in the contract was being solicited in &ufficicnt time to allow
the DBEs to participate effectively;
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
d.
Whether the BIDDER followed up initi~ soJicitations ofintcm:5t by contacting DBEs
to determine with certainty whether the DBBs were interestedj
e.
Whether the BIOnER selected portions of work to be performed by DBEs in ordet to
increase tbe likelihood that the DBE goal would be achicv~ (including, where
appropriate, breaking out contt'3cl work items into economically feasible units to
facilitate DBE participatioJ:l, even when the BIDDER might otherwise prefer to
"perfonn these work items with its own forces)j
f.
Whether the BIDDER provided interested DBEs with adequate information about the
plans, specifications, and requil'ements of the contract in a timely manner to assist
them in responding to a solicit~tion;
g.
(1) Whether the BIDDER negotiated in good faith with interested DBEs, not
rejecting DBEs as unqualified without sound reasons based on a 1borough
investigation of the it' capabilities. It is the BIDDER's responsibility to make
a portion of the work available to DBE subcontractors and suppliers and to
select those portions of the work or material needs consistent with the
available DBE subcontractors and suppliers, so as to facilitate DBE
participation. Evidence of such negotiation includes the iuunes. addresses,
and telephone nwhbers ofDBEs that were considered, a descrlpti<m of the
information provided regarding the plans and specifications for the worle
seleoted for subcontracting; and evidence as to why additional agreements
could not be reached for DBBs to pcrfonn the work.
(2) A BIDDER using good business judgment would consider a number of
factors in negotiating with subcontractots, including DBE subcontractors, and
would take a firm's price and capabilities as well as contract goals into
consideration. However, the fact that there may be some additional costs
involved in finding and using DBEs is not in itself sufficie.tlt reason for B
BIDDER's failure to meet the contract DBE goal. as long as such costs are
reasonable. Also, the ability or desire of a prime contracto~ to perfonn the
work of a contract with its own organization does not relieve the BlDDER of
the responsibility to make good faith efforts. Prime contractors arc not,
however, required to accept higher quotes from DBEs if the price diff~rence
is ex.cessive or unreasol:1able.
h.
Whether the BIDDER made efforts to assist interested OBEs in obtaining bonding,
lines of credit, or insurance required by the OWNER or Contractor, and
1.
Whether the BIDDER effectively used the serVices of available minority/women
community organizations; minority/women Contractors' groups. local and ~ta1e
Federal Minority /Women Bu~iness Assistance Offices, and other organizations as
B-17of29
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
allowed on a case by case basis to provide assistance in the recruitment and
placement ofDBEs.
NOTE: The nine items set forth above are merely suggested criteria and the OWNER may specify
that you submit information on certain other actions a BIDDER took to secure DBE participation in
an effort to meet the goals. A BIDDER may also submit to the OWNER other information on efforts
to meet the goals.
(11) BIDDER ASSURANCE - The BIDDER hereby assures that he is committed to meet one of
the following as appropriate:
a. The DBE participation goal as established in Paragraph 7 above.'
b. The DBE participation percentage as shown in Paragraph 9 which was submitted as a
condition of contract award.
c. The BIDDER (if unable to meet the DBE Goal of25.0% the Contractor is committed
to a minimum of/'1. 7l./lL~ 3 % DBE utilization on this Contract and
submits acceptable full documentation demonstrating good faith efforts.
Agreements between BIDDER/proposer and a DBE in which the DBE promises not to provide
subcontracting quotations to other BIDDERS/proposers are prohibited. The BIDDER shall make a
good faith effort to replace a DBE subcontractor that is unable to perform successfully with another
DBE subcontractor. Substitution must be coordinated and approved by the OWNER.
The BIDDER shall establish and maintain records and submit regular reports, as required, which will
identify and assess progress in achieving DBE subcontract goals and other DBE affirmative action
efforts.
Name of BIDDER: --A.e&t... StJlLfl..edt.S~ .T~.
Date:
'~7~
V;Z~ Pr~SJ-de.J
(;. / If (P<j-
/ /
IRS Number:
By:
Title:
NOTE: The penalty for making false statements in offers is prescribed in 8 use 1001.
B-180f29
I.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BUY AMERICAN CERTIFICATE (JAN 1991)
By submitting a BID/proposal under this solicitation, except for those items listed by the BIDDER
below or on a separate and clearly identified attachment to this BID/proposal, the offeror certifies
that steel and each manufactured product, is produced in the United States (as defined in Article 23
of Instruction to Bidders "Buy American - Steel and Manufactured Products For Construction
Contracts") and that components of unknown origin are considered to have been produced or
manufactured outside the United States.
PRODUCT
COUNTRY OF ORIGIN
/'1/1
,~<t JUh
Signa ure of BIDDER
Viu ~-s,~
Title
B-190f29
I'
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SUBCONTRACTS EXCEEDING $10,000 WHICH ARE NOT
EXEMPT FROM THE EQUAL OPPORTUNITY CLAUSE
Certification of Nonsegregated Facilities
The federally assisted construction Contractor certifies that he does not maintain or provide,
for his employees, any segregated facilities at any of his establishments and that he does not
permit his employees to perform their services at any location, under his control, where
segregated facilities are maintained. The federally assisted construction Contr~ctor certifies
that he will not maintain or provide, for his employees, segregated facilities at any of his
establishments and that he will not permit his employees to perform their services at any
location, under his control, where segregated facilities are maintained. The federally assisted
construction Contractor agrees that a breach of this certification is a violation of the equal
opportunity clause in this contract. As used in this certification, the term "segJ;'egated
facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and
other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots,
drinking fountains, recreation or entertainment area, transportation, and housing facilities
provided for employees which are segregated by explicit directives or are in fact segregated
on the basis or race, color, religion, or national origin because of habit, local custom, or any
other reason. The federally assisted construction Contractor agrees that (except where he has
obtained identical certifications from proposed Subcontractors for specific time periods) he
will obtain identical certifications from proposed Subcontractors prior to the award of
subcontracts exceeding $10,000 which are not exempt from the provisions of the equal
opportunity clause and that he will retain such certifications in his files.
&t~
Signatare ofB DER
V \Ze. ~.e..~ldeJ-
Title
B-20 of29
I.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PERFORMANCE OF WORK BY SUBCONTRACTORS
The BIDDER hereby states that he proposes, if awarded the Contract, to use the following
subcontractors on this project: List below all proposed subcontractors and trade specialties. (List only
one subcontractor for each item.) The BIDDER shall obtain prior written permission ofthe OWNER
should he choose to add or substitute other subcontractor(s) not shown herein.
Item
Name of Subcontractor
Estimated Dollar Value
s fr I f2-lli--1
[5.1 et./r ICe{ I
fY7 I /1/"'1
Sqt>>'N~
t':emeNf J;eC{!ec! 84.$e
.Ja ~o Air flf!.!d
,
pp~ S
Eq It:) N
5, Ie f}.ep
I
8/ gss,~()
)
/62.,000,00
,
(. OtJo. t? tJ
) .
20 000.00
)
358 1()t), 00
)
Estimated Total Cost of Items that BIDDER states will be performed by Subcontractors:
($ ~ 2.3) S,:C5-, 00 )
B-2! of29
I
I
I
I
I
I
I
I
I
I
I
I
I
I,
I,
I
I
I
I
rn
~
o
E-i
U Ul
~:s
~~
02
U g
~.b
;:l s:: .
'" 0 ~
..,... U 0
,1'1 ,..0 .......
'-' ;::s Q)
ZUl,..o
~~ 8]
b!l.~
s::.......
..... Q)
~o~
~ &t5
~~ t>.g,
b!l8
.S p..
"d"d
z:-s!2
Z ,..0 .~
o Ul g;J
~ E 1
E-i . ..... f-t
rn'+-<O
~:::::Q
p~
CI
~
~
~
~
~
~
- I
's
0 \
~
&"t
^
...!.. ]
's \
Ul 0
..... l() ....
~ &"t &"t
.....
Q)
t.l
~
Ul I -
-
Ul ..... 's \
0 s \ \
J..
0 .... l()
- &"t &"t
eo:l
::l
=
= d,_
-<
q'S
0....
~&"t
(,1'7
0
0
0
0
0
l()
&"t
V
"e ~(~'
~
l:::
..... ~ .....
..... >-
J.. ~ 0 C ~ ~
~ <-
UI ~
~ \... ~ ~
r- V) ~
Q .... ~
L ~ ~ ~ "
Cl
--C:l '2: i- ~ '1
'" ~ ..... ~
Ul 'Z Qj ~ ~
Ul
~ IU ~ ~ ~
l-< ~ -U
"l:l ~ ~ ~ ~
"l:l tJ
< ~ ~ ~ \j
E ~ t\. ~ ~
l-< ~
.....
~ - "-
c,..,
0 .
~
~
-...
~
E ~'~
eo:l
Z 0 V)
S ~ -~ ~ ~
J..
..... c....
~ I I t.\.... v) ~ ~
-
0\
N
'-H
o
N
N
I
o:l
I.
I
I
I
I
I
I
I
I
I
I
I
I
I,
I
I
I
I
I
BIDDER CERTIFICATION REGARDING
DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION
LOWER TIER COVERED TRANSACTIONS
PURPOSE: The OWNER has the responsibility to ensure that it does not enter into a contract
for goods or services with any firm, person, etc. that has been debarred, suspended, deemed
ineligible or has voluntarily excluded themselves from participation in federally funded
programs. Note that the term "prospective lower tier participant" has the same meaning as the
term BIDDER. Completion of this Certification by the BIDDER is a condition of BIDDER's
responsiveness to this BID.
INSTRUCTIONS FOR CERTIFICATION
1. By signing and submitting this proposal the prospective lower tier participant (BIDDER) is
providing the certification set out below.
2. The certification in this clause is a material representation of fact upon which reliance
was placed when this transaction was entered into. If it is later determined that the
prospective lower tier participant (BIDDER) knowingly rendered an erroneous
certification in addition to the remedies available to the Federal Government, the
department or agency with which this transaction originated may pursue available
remedies, including suspension and/or debarment.
3. The prospective lower tier participant (BIDDER) shall provide immediate written
notice to the OWNER if at any time the prospective lower tier participant (BIDDER) learns
that its certification was erroneous when submitted or has become erroneous by reason of
changed circumstances.
4. The terms "covered transaction", "debarred", "suspended", "ineligible", "lower tier
covered transaction", "participant", "person", "primary covered transaction", "principal",
"proposal", and "voluntarily excluded", as used in this clause, have the meanings set out
in the Defmitions and Coverage sections ofmles implementing Executive Order 12549.
5. The prospective lower tier participant (BIDDER) agrees by submitting this proposal that,
should the proposed covered transaction be entered into, it shall not knowingly enter into any
subcontract (any lower tier covered transaction) with a firm, or person who is debarred,
suspended, declared ineligible, or voluntarily excluded from participation in this covered
transaction, unless authorized by the. department or agency with which this transaction
originated.
6. The prospective lower tier participant (BIDDER) further agrees by submitting this proposal
that it will include the clause titled "Certification Regarding Debarment, Suspension,
Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction"; without
modification, in all subcontracts (lower tier covered transactions) and in all solicitations for
such subcontracts (lower tier covered transactions).
B-230f29
B-24 of 29
I
'1
J
l
I
I
I
I
I~
I
I
I
I
I
j
I
,I
I
I
7. A participant (BIDDER) in a covered transaction may rely upon a certification of a prospective
participant in a lower tier covered transaction that it is not debarred. suspended, ineligible, or
voluntarily excluded .trom the covered transaction, unless it knows that the certification is
('JToneous. A participant may decide the method and frequency by which il detennines tbe
eligibility of its principals. Each participant may check the Nonprocurement List.
8. Nothing contained in the foregoing shall be consirucd to require establishment of a system of
records in order to render in good faith the certification (equi~ by this clause. The knowledge
and information of a prospective lower tier participant (BIDDER) is not required to exceed that
which is normally possessed by a prudent person in the ordinary course of business dealings.
9. Except for transactions authorized under paragraph 5 of these inslruction9, if a.participant in a
covered transaction knowingly enters into a lower tier covered transllction with a person who;s
suspended, debarred, ineligible, or voltUltarily excluded from participation hi. this transaction, in
addition to other remedies available to the Federal Government, the deplU1mcnt or agencywith
which this transaction originated may pursue available remedies, including suspension and/or
debarment.
(TlIE ltEMAJNDER OF TIDS PAGE IS INTENTIONALLY BLANK)
I,
I
I
I
I
I
I
I
I
I
I
I,
'I
I
I
I
I
I
I
BIDDER CERTIFICATION REGARDING
DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION
LOWER TIER COVERED TRANSACTIONS
This certification is required by the regulations implementing Executive Order 12549, Debarment and
Suspension, 24 CFR Part 85, Section 85.510, Participants' responsibilities. The regulations were
published as Part VII of the May 26, 1988 Federal Register (pages 19160-19211).
(BEFORE COMPLETING THIS CERTIFICATION, READ INSTRUCTIONS)
(1) The prospective lower tier participant (BIDDER) certifies, by submission of this proposal, that
neither it nor its principles are presently debarred, suspended, proposed for debannent, declared
ineligible, or voluntarily excluded from participation in this transaction by any Federal
department or agency.
(2) Where the prospective lower tier participant (BIDDER) is unable to certify to any of the
statements in this certification, such prospective participant (BIDDER) shall attach an
explanation to this proposa1.
Name and Address of BIDDER IS Organization:'
---.ll PAri - SO~~ft:LS~ 7~
P. D. BV)L tilE
A-Ts ttl) G A 30Q 03
Dol\a. \d. ~ ~ ~e.~
Name ofBIDDER's
Authorized Representative
(Please Print or Type Name)
Signa!:~ID{//h
Authorized Representative
\J 'u ?T'e..6\U
Title of BIDDER's
Authorized Representative
-(Please Print or Type Title)
ell G It} p!--
ate /
B-25 of 29
I'
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
.'
BIDDER QUALIFICATION QUESTIONNAIRE
Submitted by It fAt..- S/)u.~f; Me
Name of BIDDER
General Contractor's License # :( A P d..DD
( ) An Individual
( ) A Partnership
OQ A Corporation
Federal Identification #
58--llfDIL/108
Principal Office Address:
-:#} A-PAfl~ ~sl-r";8-1 ~I ~lLS~ ~A 3aqD1
~D. BD"X- tl Z-~, A-~lLst-lk.} etA 3Dq D 3
How many years has your organization been in business as a contractor under your present
name?
(1)
+-
,4PAt! - 30
(2)
-1rPAt. SDt.J*-ea.J-- I~ea..r
How many years experience in construction work has your organization had as a general
contractor?
-t~D
As a Subcontractor?
+f5D
(3) List below the requested information concerning projects your organization has
completed in the last five (5) years for the type of work required in this project. (Use
additional sheets if necessary)
Project
Title
Name/Address/Tel
of Owner
Actual
Completion Date
Required
Completion Date
Contract
Amount
3~ A~hw~-\-..J\ \
B-260f29
VUI LJ'~UU~ ~,.~O
(9)
, UU I .;1\' '.JA.
(4)
Have you ever failed to complete any work awarded to you? If so, where ll11d why?
-JJO
(5)
Has any officer or partner of your organization ever been an officer or partner of some
other organizatio~ that failed to complete a construction contract? If SO, state name of
individual, name of other organization, and reason therefore.
~D
(6)
Has any officer or partner of your organization ever failed to complete a construction
contract handled in his own n.a.me? II so, state name of individual, name of owner and
TC3Son therefore.
--&
(7)
Give below any infonnation which would indicate the size and capacity of your
organizatioD, inchiding numb~r of employees, equipment owned by your organi7.ation,
etc., which are available for utilization on this Conlract.
~..A.ti~ ~~
(8)
~ili:J.
What ;5 your bonding capacity?
What amount of your bonding capacity has been used as of the date of this bid?
$,. p ~ \'\ll. ~~ v\t- .. '3.
B-27of29
,
I
I
I
I
I
I
I
I
I
I
I
I
I
vi
I
I
I
I
I
'.
I'
I
I
I
I
I
I
I
I
II
I
I
I
I
I
I
I
I
I
(10) How many applications for performance and payment bonds have you made in the last
three (3) years?
CLf~f'D x.) /Y\o.. ~~ 150
(11) How many ofthese applications were not approved?
N-D~ cc.
(12) Have any claims been filed against a bond provided for you by your surety bond company
in the last five (5) years? If so, describe the nature of the claims and give the names ofthe
surety companies, dates of each claim, identifying nmpbers of each claim, amounts of
each claim, and the status of each claim. (Use additional sheets if necessary.)
t\o
"
(13) Have your company been in disputes or litigations in the last five (5) years over construction
projects which are completed or still pending for completion? If so, describe the nature of
the disputes or litigations and state the Owner's Name, Address, Telephone, and amount of
disputes or litigations. (Use additional sheets if necessary.)
N.o~f..
--r\\e.rt!. ~ve... b~ "0 .:5;'l~)\\~\ra.A+ dt.'6fL.l.b e>r- ht\,~~w/)S l''t\...
~~I-- ~ve(,'i:) Uf'"'5 ~ IJo..1J. e&d: ~ ..Jo..1i1d~t
uP oW- ('-Q.n~'d a.-r lkl'lCl Pl>iJ- (;t".l'1N.5 t..D(\;Sh......d,Dll.
B-280f29
~~~OFBIDDER)
~"~S~c..
(TYPE OR PRINT COMPANY NAME)
~ D.13DL.l'2..Clcp=~~(!rA 3tl10~
. (TYPE OR DRE S)
I
I
I
I
I
I
I
I
I
It
I
I
I
I
I
I
I
I
I
1, the undersigned, do hereby declare that the foregoing statements are true an~ correct, all as of
the date hereinaf\er set fortb, and that those examining this document have my permission to
contact any or all of those parties listed in this questionnaire. Incorrect or misleading statements
. in this questionnaire shall be grounds for a determination of nonresponsibility with respect to
such contractor.
*.***...***.~*******.****..***~**.******...***....**.*.*.********+************
B-290f29
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
u
ei 8
~ 0\
E-<O\O
l:/.lNr<')
~.......~
~.......o
o::~ ~
~g~
ooC/}
~~t5
U ;::J
~ ~
~
~
~
~~
~C;j
~~
UU
~~
t::~
<><
~
~
~
Q
0
.....
en
en
.....
~
0
U ~~ ~
Q ~ 0\
o 0
..... r<') 0
~ Q U
..... 0 ~ lt3
:> ..... l:/.l
~.s C) c;S~
~ ~~;f E-< 0 ^ ~.....
r.:l 01-<c;S 0"8
en Vl O~!
~ Sn8 ~ C\ :::l
~~~ ~~ :::l u'O
0 C)5;j!~ C/}U
~rJ':J
~~ ~~ ~~ ~~
E-l~
~~
~~ E-<~ E-<o
~u ~Z 5Z ZZ
o~ 0
UI-l
Z ~
o U N
f::~~ 0 N
>: N
~ 0
r.:l~~ ~ ~
I-l ~ 00
2 0 ......
~~tJ -
- N
.g In .......
o U ~
U ~
~~ ...... 0 ......
~ 0 0
- -
'<:t 0\
~~ ~ ~ 0
-
~< 0\ 00 00
E-l~ ...... 0\ r<')
I-lu~ '<:t ~ 00
<~ . '<:th ....... r<')
...... v) '<:t~
~Z~ N '<:t N
'<:t~ ....... In
~o .......
U ~ ~ ~
u
...-
0
~c3 en^
0
~
-
, ~~
,D-c;S
~ c;S ...... .....
...d0~
00 _t"'-
~J...:::l 0....... ~
ur<')
~ ~ < Q"--/ 0
U r<') ~ ..... ....... N
~ ~ ~ ~~ ......
U ......~ 0 E-<N N
f::; c;S ..... od> Q)
~~~ Or<') -
.....
0 .~ ~~ ~~ ~
~ U
E-<~~ o~ C/}
'<:t
o
---
00
......
---
~
o
ATTACHMENT #2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
a~ac)
@ - - .-
APAC-SOUTHEAST, Inc.- Georgia Division - AUGUSTA AREA
P. O. Box 1129 Augusta, GA 30903-1129 706-731-5230
One APAC Industrial Way, Augusta, GA 30907 FAX 706-731-8620
June 18, 2004
To Whom It May Concern:
AP AC-Southeast, Inc. has had no significant dispute or litigation with regard to
any project current or completed. Any dispute has been within the realm of
normal bu'siness activity and has had no effect on the stability of our company.
OUf Bonding capacity is unlimited.
In the past 3 years we have made approximately 750 Performance and Payment
Bond Requests.
No request for Payment and Performance bond has ever been rejected.
We have had no claims filed against a bond provided by our surety bond
company.
Attached please find general information regarding our company including our
bank reference, credit references, Federal ID number, and bonding and insurance
information. We have also included our work under contract through June 2003,
equipment listing, key personnel, and a business licenses held.
It is against company policy to release financial information. For specific
questions please contact our Controllers' department in Atlanta. 770-392-5300
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
a~ac)
@ ---
APAC-SQUTHEAST, Inc.- AUGUSTA AREA OFFICE
P. O. Box 1129 Augusta, GA 30903-1129 (706) 731-5230 FAX (706) 731-5257
President:
Controller:
Area Manager & VP:
VP of Operations:
Bank Reference:
Dun & Bradstreet#
Federal Tax 10#
Trade References:
COMPANY INFORMATION
Gary Rohrer
Pete Onusehak
Don Holley
Robert Royal
PNC Bank
500 West Jefferson ST.
Louisville, KY 40296
Attn: Mary Blanton
(502) 581-20841009556325
00-500-3264 I Ashland Oil Co.
58-1401468
Augusta, GA 30904 706-738-3710
Raleigh, NC 27622 919-781-4550
1) Abbott Oil Co. POBox 3344
2) Martin Marietta POBox 30013
3) LaFarge
PO Box 102420 Atlanta, GA 30368 678-746-2000
4) Ironeo MFG., Co. Industrial Park Helena, AL 35080
205-663-0124
@ al!~i.~)
APAC-SQUTHEAST, Inc.- AUGUSTA AREA OFFICE
P.O. Box 1129 Augusta, GA 30903-1129 (706) 731-5230 FAX (706) 731-5257
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
COMPANY GENERAL INFORMATION
Company Name:
Local Address:
Mailing Address:
When Organized:
Incorporated:
AP AC-SOUTHEAST, Inc.
#1 APACIndustrial Way
Augusta, GA 30907
POBox 1129
Augusta,GA 30903
1972 - Incorporated in Delaware as AP AC-Georgia, Inc.
1989 - Georgia
2003 - Georgia under new name of APAC-SOUTHEAST, INC.
Years Construction Experience: +80
Financial Information:
Credit Available:
Bonding Company:
Local Agent:
State Agent:
Information is not released. For specific questions,
please contact our Controllers Department 770-392-5390.
Unlimited
Liberty Mutual Insurance Company
Roy Scarborough & Associates
822 Reynolds St. .
Augusta, GA 30903
BB&T Insurance Services, Inc.
P. O. Box 2190
Alpharetta, GA 30023
770-664.6818
Fully insured for Workers Compensation, Auto, & General Liability Accident Exposures.
Insurance Agency: United Service Agency
POBox 11766
Lexington, KY 40577
Sue Fugate (859) 269-9606
Company is backed by the Management and Financial Strength of Ashland, Inc.
Audited statements are not released. For specific questions please contact 770-392-5300,
our Controllers Department.
I rl.s<
0
.......
rl
rl
.......
\0
I 0
I ,
I Q)Q) r-lH
tnw III V .s<.s<0
III III -~~ \0"'''' CIl
P<Q rl..-lN lfIr'lO\ .s<t:lt:l
4J::l I , I Nr'll'- Olfl.s<
I CIlZ ODD NNN M N.s<N .....
.......-1..... XXX M M.s<.s< N
, I , ODD N \O\Ol'- IMlO' O\lfIlO
ODD ODD 001110 11100'" UUU l'-O\O
000000 lfIlfIl1l \ONO\ M N 0\11100 1.000'" MO\lfIlf\.....
..-1..-1..... NNN O..s< \0 rl 0r<)0 .s<lfIOO r<).s<.s<e--O\
P<P<P< Jl1Jl11I1 1.0 III 00 ri l'- '<I''<I'lfI rirlO Nri'<l''<I'N
I P:;P:;P:; CIlCllCll NCOOO M ri ri.......... UIIlP I.O...............ID
I l'- ~
, 0 r-l
I 111 '0
I 0 E
I 0
I I 1.0 '0 SEl
I ....... Q) ;:l;:l E EE
I p.,p.,o. ;l 0. V 1-lI-I ::lE::l::l
I .c.c.c 0.0. .c r.: '0'0 H;:lHH
I 000 .c.c '<I' E '01-1'0'0
, e--l'-l'- 0. o.ID 0 rl ;:l.c.c '0
I rl.....ri 0.0.0. .c.ce--OO 1-I.j.J+J .c .c.c.c
I .c.t:.t: 00 tn P:; VQ)V 'OSS +J.t:+J-lJ+J
I I .l<:.l<:.l<: 11l11llf1 OOOO'O-lJ <ll W I-II-II-l lIllll ~~~~~
rl I Ul 00 Ul e--l'-e-- .jJ'l-l U ~ .............; - - -
...:l ~ I MMr<) NNN 'O'OSOO +J.j.J-lJ ON '<I' : 1Il= : "
0 I -lJ.jJ : W l1l.s<lfI \0:\01.01'
0 ..... , .1-1.1-1.1-1 QI::~ EE'OH N P:; 0\0\0\ 1.01.01.01.01'
.t:W .1-11 'H'H'l-l 000 .....H ..... P< ~~Q lO
V 0.' 000 .I-I.jJ.j.J 'O'OS CIl Q~~ 000 Q QQ~
I ~oo ..... I ............-1 111111l/) ......ri I-l .Q 000 .I-I.jJ.jJ 01::000
Ill..... HI NNN E E.jJ III ..... >< .jJJ.JJ.J UlUl'<l' J.J0.jJ-lJ-lJ
I-lM VI ODD 'Htn .l<: I:iI ............... I I..... 0\ J.J '" a".,
Jl1'<1' III 1 ............... 1Xl1IlJl1 J.J-lJCOQ ..... CIl l11M '0 . ......
f-l Q)l . I I 000 114114 Q) p:; P:;P:;P:; CIl 0\.....0\0\
CIl<<l QI 000 000 UlCOOr-l 0 I:iI l11Ull11 Uall<l; N
H.jJ" I CO 00 00 lfIUlUl Or-l Ul IJ NNN 00..... ONOON
I ...:l1llJ:: I ............... NNN Jl11Xlr<)<<l ..... ............... '<I'M..... O\'<l'o\o\l/)
;:JO I P<P<P< Jl1Jl1Jl1 ::r:::r:U.t: U Ul. f-lf-<f-< MM~ QUPPU
f-< t1} ri I P:;P:;P:; CIlCllCll UlUlP:;U P< ID PoP<P< UUal PUPPU
Z;:J1Il
l:iIo<tl-l
~ 4J
P< :>
HI::
I t:lO I-l
0.... III
I:iIIIl I-l '0'0'0 '0 '0'0
..... ;:J t::~Q ~ ~I::
P:;:> J.J I-l <<l<tl<tl III Ill<<l
l:iI'ri 0 V Q) P:;P:;P:; P:; p::p:;
f-<p..... III -e
I tI) , 'l-l r-lr-lr-l r-l r-lrl
~Ill'<l' g ;:J r-l r-l r-l r-l r-lrl
.....1'1 VVU VVU I-ll-l U 000 OUOOV
tn - III Q)Q)Q) Gl\\J Q) 00 >, III 11I01 aliI! allll <II
I-le-- ~ .I-I-lJ-lJ +J+l-lJ ~~VO I-l 4J I-lHH vvtn I-l 0.1-l1-l p.,
0 - '0'0'0 '0'0'0 VU V III VVV <II<tl1ll VIllVVnJ
Q)N IllI1lI1l IllI1lI1l >'>,0 III ~ I-l tnmm ~~f5 m~mtnt::
f.!)N 000 000 <II III 1-l0 0 V t::t::Q t:: I:: t:: >,
I p:;p::p:; p:;p::p:; ...:l...:lIXlP:: P< IJ HHH ::r:::r:Jl1 HQHHP
:E m' l.Oe--rl .s<.s<ID oot-O'<l' M 111 Ul\Oe-- lfIe--e-- '<l'l1lUl1'CO
:E I-l'l-l I 0\"'0 "'0\0\ 0\0\0\0 0\ ID 0\0\0\ 0\0\0\ 0\000\0\01
><~I ><><>< ><><>< ><><><>< >< >< :><:><>< :><><:>< :><:><:><:><:><
I >< I:iI I:iIIIl
0. .s< t!J ...:l ...:lH
p:;p:;.t: '" g P:; ...:l ...:l:>
1:iI1:iI0 P::P:;1:iI 0 0 P::
~~~ ,:>< IXl WI:ilPO P:; P:; H
of.!) Po PoW P:: P:: P:;
I P<P< Of.!)lll I:iII:iII:iI W P:; P:;P::f-< ~P
.~ lfIt:lo 1:i11:iI3: H:> I:iI S...:l...:lCll ;:lO N
OOCO NJl10 3:~CIl I-licl: ~ P:; ep:;p::Z 1-lP:; . P<111
:z; COOOM Jl1WUl CIltl) III Po UP::P::H 'OP...:lP::~Ul
0 Ill.......... VCIlHN 0 .Q .....HHp:; '0 UJl1 0 IXlHO'
H HP<P<f-< rl f-<1Xl IXllllo <ll1Il p:; J.JP::P:; oof-< V...:lPP:;UU
f-< .....p:;p:;r., UU~CIl ::r:::r:M .jJP:; P< III P:; V.s<M rllXl U
I P<N f-< 0 'rifil coooU fiB CIl EN P:: r-1MM'<l' .QPUoo
HO UUrl .cf-< U P:: ;:JNlf\lf\ .QUU..... '0 l<l;"'O\U
P:: HfilW V~CIlI:iI 'OP::P:; v:>< lllQNN ;:J ....... -...:lPoPPo<t
U 1Ilf-<f-<0 :> f-l VOOW .QP:; .~ t::Q.......... OUUo >.Ho<tPPPo
CIl ~~~7 OU~ rl:E::E:U HI:iI 0. 'Oo<t~..... HO~ ~
t>.l HP:;1:iI rl:><:><O ;:S3: f-<P:: -P:;P:;P:; ,Po P< Otll P:; P:;:Z;
P +l;:J000 V f-<O ~~gj 8 uo I:iI v..................... U:><:><f.!) +Jp:;p..............:><
"", J::P::P:;p::00 114 -PP:: ,Po >,1-) 'rlHHH 'j::r:::r:~ I1lW HHQ
I VI ..... CIlO~ 0 CIl H Q) .jJ 1-lt!Jlf\
EH\Dl'-Po t:f-<Ol'- I-lCO\Dl'- 0 VM 1Il111 Ill.s<IDl'- 1ll111l'-O .Q:Z; COlD r-co
p.,1ll "'0\ P:: ~~P:;OI P<O\ "'01 P:: :>0\ I-lID .1-1"''''''' .jJ0\0I1Il .riH- 0\010\
'rl :> 1\1 Q) tI) tI) :>
I g,1ll.s<.......... 1M f-<\D.....I.O , M 'HO\O\Ol'- .s< P<ID I..... I-)l'- ,..... Ie--.....'<I' 1M Il'-O\D 1M ''<l'OOl'-.....N
I-l , P,.....00111 I "'MM , rl.s<\DID..... II) I lID , 1-l00M'<l' I H....."'M I H ID 0\ 0 ID 00
Slll II:iI OMO I r-lUlO\D , Q)"'00111\D e~ I Hl11 I O1110..... I ONNM I O.....NM.....oo
I ~1) , .I-l!-II)'<l' 1 <IIOO.s<oo I CIlOOIDO 1 <llrl , .I-lM!-rl , .I-lNr<)'" I +JNe--IDII).....
'lllrl!-O\'<I' I 'rl.s< II) 00 I N 0\ OHI) OM I 'do I UlOl'-O I Vl'-O\O) I V '<I' '<I'CO en.....
H;:l 'r-ll\ll/)II)\D I 1-lII)1I)111 I ENl11l1)\D 'I-l11l I Ill..... I 1\I11111)\D I 1\I1I)1I)111 , 1ll111lf\Ullf\\D
Z I .ri.c , Q) I 0 0. 1 Q) I ~ I ~ , ~
, .Q P.. I +J I 0 'r! I I-l I I I
OCll III I-l r-l 0. 0 0
.cl-l ::E:o<t :E III CIl tI) U U U
I uv
, @~ I~~ ~
I\DN 0 N 0 co 0 N 0
I-l;:l lL.f)oromoo +l .,.000000 .1-1 \.OQ) CO 00 CO .I-l 0\00 .I-l f'lOO .jJ o co 00 co .1-1 o<:ocoro .jJ lJ)OOO)OOOOCO
>llZ "'0 r-l r-l..... t:: O..........r-l t: Or-l............... t: ri..... t:: Nr-l Q f'lr-lrlr-l t:: f'lrlriri I:: f'lrir-lrl..-iri
" U U U U U U U
I
I
N~
0
.......
rl I
rl
....,
\D
0
I I
I
Q)Q) rl~
Ol.IJ ctlQ) I
ctlctl .~~
P<O
Q);j 00 III M qo
UlZ N ..... ~ Ot'-~O"I M OO['-rl..... ['-
\D III ..... Nt'-lIllll III ~Nl' ~OOOJ t'-
lIl.......... ..... OOO~O"I N r-:~l' MlIl['-1Il .....
~ 0.....0 0 lIllllrlN rl O['-N .....'lIll ..... I
rl\D rit'-O I/) rlrlOO 0 OM\O ONMr') t'-
l'0 riM...:! 00 ~~~~ Z NOO['- ~UUU III
\DO OO~>< l' riri X t!J r')UU UOOO rl
.......... LIlriOl \D \O\O'I'~ \D UiXliXl 00t'-0l00 LIl
I a
I CIl I
I
1'0
IQ)
IQ) E
.a ;jE
I .IJ ~;j 6
IS Ij../ 'U~ .a
l;j 'U u I
I~ 'U .<:1.<:1 .IJ iXl
1'0 P. .IJ.IJ.<:1 .a p. 0
I .IJ= ee.j.J )<:)<:)<:)<: E-< p.p, .<:1 III
1.<:1 Ij../'<I' llltllE 000"10"1 .IJ e:.j.JU .a.a co
rl '.IJ co = = lJl MMNN tll g~ LIlOO 0r- A<
o-l J:l Ie 'U o;l'~= P. NI/1.<:1ri :x::
0 IlJl p.a CO co \0 p. .IJ.j.J.j.J.j.J ~ E-< .....ri\O a> ,
0 'rl 1= = 0 \D .a ~"-l"-l"-l p. .a'U 1ll'O M
.<:1W .j.J,l' \O.IJ aa co NNNN .<:1 .......~o 'U 'U N ;>.
U P,I~ \OLIl ooa rl .....rirlrl 0 ~Nri ;>. ;>. lJl .a
aco .rl I oW.j.JO r-l \D llllll'Ol' rl
tllrl ~'a i::N ON.j.J p,p.p.p. r-l P, p.r-- NN;>' .
~M UIO Orl rirll' N .<:1.<:1.<:1.<:1 .<:1.<:1 . 'UlM 0
III 'I' lIl'J-l oW M lIllllOO P< \D~O NM 0 I
E-< (l)IM l'C<. OOU Mr"I'I'~ t!J M~P:: NN 0
Ulctl 01 0 riOrl 0 rlrlrlrl o-l 0 C<.:>:>:> rl
H.j.J" 1'1' LIl0 UlOM N 00C<. COHHH
o-ltlla IN rlri Nri.;!' CD t!Jt!J:x::x: ::;: OM Nt'lt'lN r-I
;j0 10 cJE3 ~OUl E-< NNNN lfl ~Olrl E-<ooo 1/1
E-< tn-rl '0 UUlU ~ rlrlrlr-l 0 MMOl Hl'O"ICIl t'-
Z;jtll
W,:(\-.l I
::;: Q)
A< :>
Ha I
~O \-.l ,
O.rl (l) ,
WlIl ~ I'U 'U 'U 'U
.rl ;j II=: a a c:: I
~> .IJ 'Ill tll nl 111
W.rlO U IP:: P:: ~~ \-.l~~~ ~ I-l P::
E-<Orl nl I nl Illllllllctl ctl ro
Ul .... 1 rl .-l MM .-lMMM M .-l rl
~ro'l' ;j I .-l rl MM MrlMrl M rl.rl.rl.rl rl
'rlN a '0 UO U 0'..1 'rl-rl'rl'rl 'rl .rl )<: )<: ~ 0
Ol - tll Illl ctltll III tlI ~ ~ p,~p,p, ~ P,ctlllllll Ul
H[,- ::;: 'H p.~ P.H Q) ~ HH I-llJllJltll H I
o - 'Q) nlQ) 1llQ)Q) ~ Q)Q)(l)Q) Q) 'U'O'O QJctlrolll Q)
Q)N IOl aOl ~ Ol.j.J U .j.J.j.J.j.J.j.J JJ HH\..I JJ~~~ Ol
t!JN c:: >.a aro ltl rororoltl ltl 000 roctlllllll J:l
H OH OHU 3: UUUU U r.r..r.r..r.r.. Ul-<:l-<::.<: H
::;: OlIN M.;!' ~\O\D ~ N'<l't'-ri 0"1 rlrirl CO\DO..... co
::;: ~....,O 000\ ZO"IO\ 0"1 0\0"10\0 0\ t'-Olo) 0\0\00 0\ I
><::;:,>< ><>< ><>< >< ><><><>< >< ><><>< ><><><>< ><
a
.QJ
\-.l
~~
.-l I
P:: A< P:: ~~ctl
P:: ~fil ri ::;: W OW-iJ
ril o-lo-l III 0 ~ ::;: ...:!~~
...:! P::o-l N U P:: 0
...:! 0 IA<il< W OE-<E-< :>O\-.l
0 .wt>.P:: ;j6::;:::;: U D::P:: t!J N ~uu H...:!~ D::
P:: Oil< H 00 P:: filWP::~ '0 ~~~ P::I M
Z OUlC<. 'U UU 0 ~ooo rlO ONN~ 0 I
0 ,::;: .....r-IO .p:: 'N ~Ht; P. 3:E-<E-< HOlM ~
H I~ ~o (l)rilOU Uco At...:! t'-'<l'~ 0
E-< IP:: 'OUrl rl...:!Orl tilE-< t!Jt!JC<.::;: ~>< 000 t!J t'I H
P.oN '0 ctl 0 tn...:lOM .rl P:: OJ I OMri OOHOO
HO I P,U Ul tIlOrl'<l' S ClClN:X: ri::;: '<1'0\\0 Nl-<:O\H P::
~ ,~ -,:( -P::OUl -P:: NNE-<N ltllll MMl' E-<':( M
U 'N >'il<o-l >. UlU >..w rlriH..... .rl 0 HCIlHH M I
Ul I , H~O \..ItJ I-l:>:: U 000 Q) ~l-<::'<: E-<
W 0 OZCIl O~P::E-< OU E-<E-<E-<E-< VE-< Q)~~P:: HE-<:3::~~ ~Ul
0 0 .j.J><D:: .lJPI.......6 .IJ~ 6666 &6 ~oo 'rl6~CIlCll QJ
ctlOM ltlFl;H nl3: t>.r.r..t>. E-< ~~ 'OCl
P:: \-.l Cl \.lz \.l I E-< IllH
....... .aMZ .a ><\D t'- .a~ Mlll\Drl ~O) .....rlrl \..Ia>\O~~ Ol-<:
H .rl<XlH .rl 0 0\0'1 .rl Ol H 0'1 0'10'1 0 4)0'1 Sl'O\O\ QJO'IO\ HUl I
:> :> :> Gl N \.l .a
I\D , \D l<I'lll IN 10M~ I r<) 'l' Irl 'U\DO\NN .~ 01.0 I..... ltllDO<l' 1M .ar"lCOl'l' 1'<1' \..I~
\..I 'rl I \-.l1J10'1 , ~MNO 1 Hrl 1 nl\DCIlrlO\ I 000 . (>,001"10 , ;jOOlll~O I QJO'I
ev 1111 I ONlll I O..-lt'-1Il 1 OM , ~1Il""\DlXl I 0 , Il'Nrl I P::O\MlIlO 1 QJ<Xl
1Il.a 1'<1' I .w....M I .wN....'" I .woo I ClCXl~\OM I \.It'- I \.l'<l'..-lN I 100\DCl'lM I oW\D
.lJE I<j' 1 Url\D I U<l'l'o) I UIIl , M\DO'\<j' I Gl..-l I OONN 1 \..Ir-ICOMqo , Ul'<l'
H;:l 11.0 , nl<l'1J1 , nlllllfllfl I nllll , \-.lLllIJ1L1lI.O I rll.O , oWM1Il1ll , IIlNlfl\D\D I \0
Z I I ~ I ~ 1 P. , 0 I ~ , U I 'U , '0 I
I , . . e I oW I III I ltl I ltl I 'rl
0 0 0 0 H H 0 ~
.<:1~ U U U ::;: U E-< H CIl
UIIl
a.o ,
ale 1 N '" \D 0 lfl 0 0 0
H;:l , CD oW lIlCO<Xl oW l.n ID ex> co '-' ll1ro .w o coco roco JJ NCO oW '<I'COOOOO oW lIla>a> 00 CO JJ \0 a> I
' lXlZ ..-l a Mriri a Mririri c:: M..-l a '<I'ririri..... a ...ri a <l'rlrlri a '<l'rlrlrlri a ~r-I
u U u u U U U U
I M-.t'
0
......
rl
rl
......
1.0
0
I I I
I III III MH
trI.w roQ)
roro oM.o
P<t:l HE I-
Q)::1 lf1 NO\
I Cl)Z Ul M Nrl
rl I- rlrl
t- rl: 0\ 00 00
0 0 co 00
N 0 co ZZ
0 0 0 HH
t- M co ~~
rl 0 ~ 00
I I
I '**'
I
I rl
I Q)
I '0 M -.t''<tl
I I 0 XX
I E N -.t''<l'
I N
I '0 t:l0
I III P, ><><
I Q) .c:
I J:: co UHf)
1 lf1 NN
I rl , .w E-< rl
..:l J:: I 4-1 .... .-f.-f
0 , N H J::
a oM I .-f H 0 P<P<
.c:~ .wI .w :x::r::
0 0.' .0 ~ co Lfll/l
~oo OM I rl N co 00
I lll.-f HI 0
~M 01 0 1.0
~"" UlI 0 <I' U co 00
f:-< QJ' '<I' X H .-f.-f
Cl)m 01 <I' 0
H.w '0 , 0 N 00
HUll:: I '<I' g N 00
I ::10 , co U NN
E-< InM , lf1 IJ p., '<l''<I'
Z::1lJl
1iI~1-l
::0: (1)
P< :>
H~
PO ~
I Oori QJ
IiIUl ~ lJl
ori ::1 QJ
~> ..., ori
liIoriO 0 H HH
E-<Orl m JJ mill
tI) ~ to rlrl
I ~ro'<l' ::1 ::l riri
ori N s:: '0 ::1 oriori
trI - ro J:: (J] frfr
HI- ::0: H JJ
o - III fll GJQ)
Q)N Ul t!J 6 .wLl
t!)N ro ..:l mm
I u IJ ~ UU
::0: trI' co M 1.0 MM
::0: H4-I I 00 0\ 0\ 00
><::0:1 >< >< >< ><><
I u
x (1)Q)
iii 00
E-< .c:.c:
.... 1.0 .!<:.-'<
H E-< U (JO
I H .... ..:l fllro
:<: H I ~~
p:: ..:l 0
Z 0 N HH
0 ~ 'O~ N WQ)
H U '0'0
E-< t:l 0. RlIII
P<N '<l' woo
I HO at Q)<I' 'oP O..:l..:l
~ lf1 rlX .wtl) .c: .w
U rl<l' !::E-< .-'<00 s::
CI) f.tl W H~ (Joo QJ
iii tI) p,C! roNN E
0 ,:r: 0...:1 QJO ~<I''<l' 0.
U H'J ~~ ori
I P, rl \..l.w.w g.
at M III 1.0 Will III
at 4-10\ ~O\ 'Ouu iii
rl U III
rl co rl (1)0 .-f I lf1 rl OOrl IN IQJCO
H '<l' to <I' ~\D ..:l.-f.-f , 'rl'<tl
!::QJ .wo ,t- OUl 'I-f" I I ori
I Ill.o 4-I-.t' .wN Ll\D HO\O"> , '.0
.wE oMM lI-lM lilt-- 0<1'<1' I ,0
H::1 rlLfl oM 1.0 >lf1 .j..J\D\D I '::0:
Z .-'< rl ro u I ,
H f:: (J m I IH
0 fll X H 0
.c:H ~ ::0: f.tl E-< lI-l
(JQJ
I 1':.0 .;.... rl
IIIE 0 0 0 Lfl III
." H::1 !.l I-CO .w .-foo .w MCO .w MCOCO .w .w.w
~Z s:: -.t'rl s:: l11rl q Lflrl q l/lo--lrl s:: os::
u u u u U f:-<U
I
~~ I
0
,
rl
rl
, I
lD
0
, I
NCO C'-M ~ 0";< 0 0C'-lJ1 I.OC'-I.O C'lO..;<lJ1..;<MMOOO'lC'l I
rlrl ";<OC'l 0\ MtXl 0\ l!lCOl!l1.O NC'lUl l.OC'lrlrlCOtXlMCOlDC'lM
O\~ N<l'N "" rl..;< ..;< rlrlNrl C'-C'-MlDlDCO..;<..;<..-f..-f<l'tXlMC'-C'-
rl..-f OO\LIl C"l riC"l CO C'-rlLllO M C"lrlLllN..-f..;< <l'OHr'coNC'-NN
Q)Q) ril-/ 00 O.q<M r-l Orl ..-f l!lriCOC'- tIltllI.OOO";<..-frlC"lMC'-MC'-C:OCO
tJ'\!J fIllIJ ~~ ~~~ ~ ~rl 0 rlfIlrlrl fIlfIlfIl~C'l~fIlfIlOCl~~~~~
fIlfll -~1l Otlll":lr;:>C'-:> ~;; rz.. ~P~X <iI<iI<iI<iIN ZZ<iI<ilZ ZZZ
P<O MNO'I H"'~ ~ ><rlM ~XXUlE-< XXXXrlr-lNC'lN I
Q);J ";<0 ..-f\OU\OHC'lOO "'C'- X C'-";<C'-M rl\OrlXXXrl\O\OC'lOrlCOOO
UlZ ~g tIllDO'I~P<OU <iI~ P:: PX03: rz..rz..rz..r...P::I.O~~rz..rz..~r...s:s:~
OOOOC'-";<";<";<O Or-l ..;< MMM~ I.OlDOLll";<C'-C'-C'-O<l'C'-OC'-I'C'-
rz..CO X!;:rlOOC'-P<OO COp:: M LIllDlJ1C'- MMNMC'lrlrlrlNMrlMrlrlrl
p::rz.. :> P<:.:::.:::>r... rs..C'- U P<PP<P< ~S:S:~UXrs..r...S:S:Xs:rs..><X
lDX <iI<iINXo.Oo. X::': I":l rz..N~rz.. 33Z C9ClP::P::ZUlP::UJP::~P::
:>0 OO~OOrlO om fIl ~::.: ,c( OOE-<f-tUE-<E-<E-<f-tOf-tE-<E-<E-<E-< I
rs..rz.. C'-f' r...rz..lDrs.. rz..t!> D 1>.1>.1>.rz.. rz..1>.rz..1>.C91>.1>.rz..rs..rz..rs..rs..r..r>..rz..
r-lrl rz..rz..rlrlr-lrz..rl rlr-l rl rlrlr-lC'l rlrlrlrlrlrlrlrlrlrlrlC"lrlrlrl
I
1
I
I Q)
I Q)\..I 1-1 I
I 1-1>, Q)
I >,d JJl-I l-I >,
I dJJ 1llQ) Q) :>ro
1 JJ<iI ~U JJ 'dO 0
I <iI leU m O.Q Iil .Q .Q
I !-I ~~ ~ .Q Ul .Q.Q.Q.Q eU .Q .Q.Q m.Q
I l-IJJ 1::1 1 Q) .6' l-< eUmrtlm U f'll f'llm UfIl I
I JJtIl ~~eU~~~~ Q).Q 'd P:: UU()Uo. () uu V
, tIl-rl ddJJs:H::d~ .Q;J 0 <I' 0 ;:1l-1 l-I
rl I -rl'd mill fIlf'llf'llm ;:lri .Q <I' ~ ~ ~ ~~ GJ ~ ~~ 0)\..1
H ~ I 'd JJJJriUJJU.I.J ri lD GJ<1JGJGJVo.. GJ <1J1IJ o..GJ
0 , ri eU <.Ij CIl 'd;>'d,c( l-Il-II-I !-I'rl ;:l l-I l-Il-I ;JP,
QI .rl I rim rlrl O'o-f ri rl rl <.Ij GJ GlH uuuuo.lIl () tJtJ CJl;:1
..c:1il .I.J' fIltJ'\ Illm fIlf'llf'llfll ri ..c: 1Ilf-t1llP:: III I
u 0.1 tJ'\ tJ'\~ tJ'\tntntn riGl u H 0 o.o.o.o.JJo.o.o.o.o.o.o.P,p,
!:IX> ..... I ~ rl Q);J GJ l-IXI-IE-< ;:l;:1;:1;JfIl;:1;:l;:1;:1;:1;:1;J;J;;lJJ
Illrl 1-1 J ~N ~~,~~~~ ;J"-l E 'd 'dU ~~~..Ic: ~~..Ic:.J(.J(.J(.J(~..Ic:f'll
l-IM 01 01........ C'lC'l~C'lNNC'l "-l' ........ ~l-I~H OUOOOJuoutJOOtJUU
m<l' Ill' ,~ " "" i) ~ Gl :> -ri.ri.rl'rl ;>-rl'.-l.rI-rl-rl.rl'.-l-.-l'ri co
E-< GlI ~ ~~Ul~~~~ IIll-ltll 0.P,0.P, 0.0.0..0.0.P,P,0..0.:>
Ulf'll 0' 0 0 0 0 ~~~~ 0
H.I.J" t 00 000'10000 00 0 000000000000000 I
HCIld I C'-O 00\00000 00 tIl ;:l~;:lO LIlLflLfllJ1lJ1LIlLllLllLflLIlLIllfllfllflLfl
;JO I HCO 1'1'0 00 C'-lD co COC'- M fIl njP:: MMNMC'lrlr-lrlNMrlC"lrlrlr-l
E-< OTrl I rz..r.. e:..rz..~e:..rs..e:..e:.. r..u U E-<<ilE-<U rr.e:..e:..rz..urz..e:..rs..e:..rz..r..r..r..e:..rs..
Z;JCIl
r:<l,c(1-I
::.: Q)
P< :> I
H~
PO l-I
QI-rl Q)
r:<lCll 1-1
-rl ;:l
P:::> .I.J H
r:<l-rlO U Q) I
E-<Orl III !:
UJ - "-I .rl .I.J JJ JJ
~f'll";< ::l rl Q) GJ Q)
.rl N ~ .I.J rl rl rl
tn - III ..c: 0 0 0
1-11' ::.: tJ'\ 1-1 l-I l-<
0 - .rl'd 'd'd.J('d'd'd'd 'd:> :> 'd'd'd'd 'd'd'd'd:>'d'd'd'd'd'd'd'd'd'd
Q)N Q)I-/ l-Il-IUI-II-II-Il-/ I-/Q) GJ l-Il-Il-II-/ l-Il-/l-/l-/GJl-<l-I l-Il-Il-Il-II-/l-I 1-1 1-1 I
DN 1-10 OOfllOOOO o..c: ..c: 0000 oooo..c:oooooooooo
e:..rs.. e:..r...::<:rz..rs..e:..r... rs..u U rs..r..e:..e:.. e:..rs..r..e:..urs..rz..r..e:..rz..rz..r..r...rx..e:..
::.: tn' COlD C'-C'-IX> co IX> co IX> \Df' C'- O'IO..-fM O'IO\lfl<l'\OI'O'I"'O'IO'IrlrlNNN
::.: I-I'H , 0'10"1 I'I'COIX>O"I\DO"I "'0'1 '" 0\000 (7)(7)(7)"'0'10'10\0\0\0\00000
><::<:, ><>< ><><><><><><>< ><>< >< ><><><>< ><><><><><><><><><><><><><><><
r:<l :.:: N ~~ I
P:: :.:::.:: U ""
>< uu P :>::0 :.:: uu
Zr:<l :'::PP ~ u:r: E-< 0 E-<E-< 56
E-<~ ~~~ E-< PI' 0 ~~ E-<E-<
w>< :':::'::E-<f-tE-< ~u :r: P P xx I
........z P::~ t:t: E-< U P<P< P< 0. Mr:<l
3E-< f-tf-t~~P:: r:<l 0 ril P:: o.p PP S:S:
Iil E-<Iil<il f-t 1il0 ::<: Xril uu po.Up<p<Uf-tr:<l1il E-<f-t
0........ e.:e.:~f-tf-t ~ mo He.: UU I Ul U~P::t:t: HH
Z 1'3 f-tf-t ,c(,c( PI' 0 0 0.0 E-<f-t UU xx
0 H 3~Ul33 H ~ UlHUl 00 P::o-1Ho-10P<
H e:..o 0 0 >< 0 P M=> UlUlPZOXXXUl 00000 I
f-t 0 000'10000 0:> 0 f3fj!38 oOP<OOOOOOULIllflLIlLOlI'l
P<N t:t:o 00\D0001X> Olil lfl LIlLO f-tltltlltllltllflUrlC"l..-frl..-f
HO r:<l1X> I'C'-OlX>l'lDl IX>~ M ~. ,c(:> C"lMU N..-frlrlN I I I I I
e.: Zr>.. r...r...~rz..e:..rz..e:.. r>..u U f-t0f-t e:..rs..U..-IUr...r...e:..r...Ors..r..e:..rx..r...
u H e.: Z Ul
Ul ....:10 00:'::0000 0 :> OOO~ OClOO:>OOOooOClOOO
Iil E-<t:t: P::~Ue.:~e.:P:: p:::,:: Iil ~rz..~O P::P::Ul~Iile.:P::P::~l!l~t:t:~~t:t: I
Cl tIl C:>::O OO~OOOO oc:>:: :r: 0 OP:: OOoO:r:OOOOMOOOOO
.J( e:..!x.. r...r... rz..r...rz..rz.. !x..E-< U rz.. -r...u rz..rz..lI'lrz..Urz..!x..rz..rz..r...r...r..rz..!x..rz..
tJ H ",E;rlM N
;:l (I) lD t-I'CO OJ co NIX> f'~ ~IX> (7)(f)'..;<\of'O'IO'Io\O'IrlrlNNN
1-1 0\0'1 t-C'-COCOO'lC'-O'I 0\ !x.. tJ'" (f)UlOO ..Ic:O'IO'Ir..."'O'IO'I"'''''''O'IOOOOO
f-tl-l ~ ;J d tJ
, o Lf'I 0'1 IN U<TI"'OC'-MlflO'l It- ~"'O IN I-I..-f '..-f fIlM<I'(f)\D ''';< ;:lO\t-MC'-NIX>LIl\DrlC'lOM";<~lO
1-1 .'d.wM"I' I ;J<TINOO\DrlC'- I tJ C'- f' I f-ta> I. :>O\Nt-1X> , l-IrlN"I''<l''';<<XIlD\Dt-I'COCOrl''l'..;< I
EQJ 'd::JC'-O , HCOlDMI'OrlC'- I ;:1MlD I 0 , <DC'-"'~ , f-t~t-C'-<DrlM<XICOOOlO"''''lI'lLf'lLIl
QJ.Q 1,c(..oC'-C'- I f-t";<O'\rlMC'-.q<.q< I l-IlDll1 I QJ\D I ~<XINrlC'- I C'-~C'-OIX>\Drl..-frlrl..-lrl.q<~.q<
.wE I -rl rlf' , LIllfl\Dl'rlM'<l' 1 f-tC'-M 1 vo I rlM'<l''<l' 1 p,rl..-frlLflC'-"'rlrlrl..-f""'<l''<l'~'<l'
H;:l ItIll-lNLfl I HMM'<l'.q<<D<D\O I lfl\D I -rl lD , CIlNlD<DlD I ;:1NNNltlltltll\DlD\D\D\D\D\D\D\D
Z IOU I QJ I rl I :> I 0 I .J(
I JJ tI) , JJ I Q) I 1-1 , J.J I U
;:l-rl ell ;j Q) ::J -rl I
.!:1H ,c(0 3 r... Ul ~ P<
UQ)
~i) I~~
,~o 0 tIl 0 0 ltl
H;:l I l./l 0000 co ..., 00 OJ 00 00 rooo 00 co JJ IX> IX> IX> .I.J 0'1 OJ .I.J DroCOrooo JJ OCOIX>OOOJCOCOlX><XICOlOCOIX>OJCOIX>
,fIlZ O'\O..-l..-f s::: ltlrlrlrlrlrlrl..-f s:: l/Jrl..-l s::: l/Jrl ~ C'-rlrlrl..-l d I'rlrlrlrl..-frlrlrlrlrlrlrl..-frl..-f
U ~ U U U U
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Ul~
o
'-
ri
r-l
'-
I.D
o
Q)Q)
01J.J
ttlttl
o,Cl
r-l
H
o
.c:W
u
t::00
fIlri
HM
al~
E-<
C!llll
HJJoo
HOlt::
::30
E-< 01-0-1
Z::lOl
W~H
~ Q)
0, :>
Ht::
PO
00-1
Wol
o,-i
~>
Woo-lO
E-<Clri
CIl
~1Il~
~o-IN
tn-
Ht"
o -
alN
ClN
."
I .
.
.t"
'M
10
'M
rlHICO
lIl11J't:O
.0-1..0 . ~
HE "'I
1lJ::l'lJ1
CIlZ'r>.
'0
IN
lr>.
IZ
.E-<
Ir>.
M
I
I
. Ul Ul lJ1
I
. I.D I.D I.D
I -----...
I COCOCOOOOOOO..oOOOO..otO..oCO
I ltl 1Il ltl
I ..o..o..o..o..o..oU..o..oU..oU..o
I nlfllltlttlltlltlHltlttlHltlHltl
I UUUUUUIllUUalUalU
I 0.. 0.. 0..
I ~~~~~~;:l~~::l~::3~
I Q)alalalQ)al(/)alIllUlallllQJ
I HHI..H~HH HH H H
J:: I () 0 U U U U 0..0 U o..U o.U
O. ;:l;:l ;:l
.,-i I 0. 0.. 0. 0. 0. p..!.( 0. p..!.( p..!.( 0.
JJ I ;:l::l::l;:l;:l;:l O::l;:l U;:l U;:l
0. I l4!<~~~~~'0-I~~'0-I~-0-I~
or! I ;:J () U U U U U o.U U o.U o.U
H I ~-M-r!-rl-MoM-M -M-M -rl -M
o I 0 0. 0. 0. 0.. 0. o.H P. o.H o..-:l 0.
Oll-r! >< >< ><
QJ I ~HHHHH HH H H
ClI X><:><:><:><><tr:><:><::X:X::t:><
100000000000000
I UlUlUllJ1UlUlUlUlUlUlUlUlLt)Lt)
INNNNNNN...-lNN...-lNrlN
Ir>.tx.r>.r>.r>.r>.tx.tx.tx.tx.tx.tx.tx.tx.
H
Q)
H
;:l
JJ
U
cO
~
;:l
t::
111
~
I
I
I
.
I
I
I
I
I
I
,
.
I
. '0 'd '0 '0'0 'd '0 '0 '0'0 '0'0'0'0
lHHHHHHHHHHHHHI-l
00000000000000
C>:.tx.tx.tx.r>.C>:.tx.tx.tx.tx.tx.tx.tx.tx.
::<:
::<:
tnIN~~~~~~~~~~~~~
H~'OOOOOOOOOOOOOO
~::<:'~~~~~~~~~~~~~~
..0..0 ..0.0 .0
I1lttl ttll1l l1l
UU UU U
~~ ~;5:N~N
alQ) Q)Q)'-al'-
HH HHriH...-l
UU UU U
I.D I.D
CO CO to ;>,;>, ;>, ;>, ;>,
E-< J.JJJ.QJ.JJ.J.QJ.J.Q
H ..o..o..o:::l:::lttl;:l;:llll;:ll1l
>< l1lI1lI1lClClUOClUOU
UUU
l..dd-~HHHHH
;5::O:;5:alalQ)aJQ)alalal
Q)(J)alo.o.o.a.o.o.o.o.
HI-lH;:l;:l;:l;:l::3;:l;:l;:l
UUUCIlCllCllC!lCllCllCllC!l
Z
o
H
E-<
o,N
HO
~
U
CIl
W
o
.
10
IUl
IN
. I
.tx.
I
'Cl
~
o
tx.
HHHHHHHHHHH
><:><><><><><><XXXX
00000000000
L!)L!)L!)U)Lt)L!)L!)U)L!)Lt)lt\
NNNNC'lrlNNrlNrl
tx.C>:.tx.tx.tx.f.<<tx.tx.tx.f.<<tx.
N
o
H
Eal
~i1
H;:l
Z
10~Lt)I.DCOOOI.DN~UlI.Dt"~
1 Ul \01.D1.D1.Dt"CO to 0'1 0'10'10'10'10
lLf)rrl~MMMMC"1MMC"1r1M.qt
I~OOc)OOOOOOOOOO
.~UlUllflUlUlUlUlUlUlUlUllt\Ul
I\O\OI.DI.D\OI.DI.DI.DI.DI.DI.D\OI.DI.D
1
1
.c:!-l
UIll
~i1
H;:l
,t:OZ
co 00 co 00 CO 00 00 coco OJ OJ CO 00 00
rlrlrlrlrl.-i.-irlrl...-lrirlrlrl
OUl\D
NCOr'l
N~r'l
OONC'l
<TINM
O~U
W:>W
XUrl
riOX
CIlPtx.
I.DO\D
Mt"l"
tx.P::S:
:s:><s:
ClClO
tx.tx.tx.
. ririrl
..0
111
U
~
;>, Q)
'0 !-l
0'0 U
.Qal
.0'0
II) J.J Q)
~ ltl..o
.c:rl4Jo,
U'H ttlP
Ill.........rl~
E ~'HU
'- .........H
~O ;5:0,
o
0000
Ult"llllll
l"Zl"~
tx.Htx.tx.
'0'0'0'0
HHHH
0000
tx.tx.tx.tx.
O'IN.-iM
O'ICOOO
~~~>-o
'0'1
'N
I
I
I
I
I
I
CIl
C'lH
~COC!l
E-< -:;1
tr:oU
UO.........
t>10:S:
::<:r-t>1
Cl35
CIl
oClO
UlP::lll
MOM
tx.tx.f.<<
Cl -0
P::~P::
OP::O
>,tx. E-< tx.
J.J al
-,-iO'l'-rl
rl<TItx.O
o,-i
J.JO~OO~
PUlOOOlll
ririrlr-
I Ul<l<Nr--
rir'l-o;!'~
~I.D\O\DI.D
U
;:l
H
E-<
J.J
J::
U
o
rlCOCOCDaJ
t"rlrlrirl
N...-l
t"...-l
t"O'I
NO'I
~~
rir-l
:S::S:
...-lr'l
~ri
~~
00 CO
ri.-l
~~
.-I.-i
::<:~
...-lr-l
HH
00
J.JJ.J
UU
111111
HH
J.JJ.J
.!<.!<
UU
;:l;:l
HH
J.JJ.J
r'lr'l
...-l...-l
\OI.D
:X::X:
UU
.!<.!<
UU
l1l11l
~~
.-IN
00
~~
~
Cl~
(30
P::P::
~:.:-
UU
H~~
o
JJr-lr'l
000
111
H.-iI.DIN
f-l00r-l1
0<>11
IN~1
'<10'<101
~\O\OI
U \
;:l I
H
f-l
JJ
t::
U
o
~COCO JJ
t"r-lr-l t::
U
P::P::
00
E-<E-<
UU
~~
E-<E-<
O'Ir-l~
IDr-r-l
~Olr--
NM~
O.-iN
r-l~~~
...-l1-J><~
UlOCON
r--Url~
ClO'lOlll
I-:lt"COr--
:>r-lr..tx.
po,XX
oNt>1Cl
oo::<:r>.tx.
P::.-IMr'l
€
~~~
v ::l::l
o 0..'0 '0
..05'0'0
0.'0 Gl Gl
S'-..o..o
;:l;5:JJJ.J
'0 ltlltl
.........l1lrlr-i
~JJ'H~
.........'-
0C!l;5:~
00
00100
00 I.DO 0
ZClOOCO
HP::tx.C>:.
'O.!<'O'O
I-lUHH
OroOO
tx.~tx.tx.
0000'10
00000'10
~~~~
0,
Cl:':
p::0,P<
~E-<Cl~
E-<o,~Cl
j~~f-l
o,Cl~~
0C!l0,tx.
00
00'100
00\000
ZClCXloo
o..-lP::tx.tx.
E
;:lQl><:ClCl
Cl~UP::P::
'O~~~~
fIl
00000'10
P::OO to 0'1 0
J::t"00r'l~
Or-l.....I.Drl
~r'lr--r--
'.-i.-l.-iN
O'I1.D.-iM
~r'l~1.D1.D
U
;:l
H
f-l
o
f"--cororoc:o
t"...........-iri
~OOO
O'IMN
Or'lr-l
rir-lO
riE-<o
.-iCllO
filP::><
:>t-.....
O'IO'IM
00'lr'l
N.-Itil
Nrlri
NN.....
OO~
0'1""00
filN:S:
.-I...-l...-l
S
..0
:0:
o
r-i
J.J
'H
00
~ ;>'JJ
O'H
t::..o 00
0;5:'<10
JJO
Ulrl J::
M 0
.JJ
CIlHO
o,GlUl
Hrl
E-<-o-IO
UlcOUl
<"1HCl
P::f-lP::
H
IlJ
01
C
0l1lJ
;:l,...;
Orl
III 111
t::.c:
roU
rl
Glr-i 0
HGlU
;>'UN
s:l0lJ.J
J.Joo-l-o-I
fiI~:S:
t"Ulrl
0l0l0
~~~
.~
I
I
,
I
1
\
I
P::
H
P::P::
E-<W
H
HH
~S~
alP<E-<
s:
-0-10= Z
tr:HC!lO
= E-<
~E-<
P<lll Z 0
OMHUl
E-< ...:1.
tilHCl
J.JP::OP::
rl>-OP::
E-<Z
E-< -0
-W~U
>. HE-<
..ot"P::H
;5:0'IE-<:S:
H
1.D~~Ir'l
I UH/) 00 I
Mr-t~1
HI.D~.-il
Q)OOM~I
rll11IDl.D1
-rl .
ro I
H
E-<
JJ
J::
U
o
00000000 J.J
t".-I.-Irl t::
U
Ul
.!<
U
;:l
H
E-<
'0
t::
Fl;
00
.Ollll
10
.J.J
l;:l
'Fl;
I
IH
o
'H
rl
111
J.JJ.J
Ot::
E-<U
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
'I
cJ
~ 8
n 0\
1-<0\0
OOMM
~.......~
~"""'d
::r:?< n
1-<0<
:::>CQ I-<
0000
U(~8
~ 0
..... ~
~
N
I
u
~
~
--<
. .
~
~
E
tf.l
ca
~
o
......
~
N
......
g
bJ)
t)
~
o
4-1
o
~
o
......
-+->
0..
......
b
tf.l
~
Q
CI.l
:B Q)
-~ 0 ~
CIln &-:::i ...c::
.~ p..::l ~
ta '8 ~ gp '13 ~
Os Q)..... CI:l t
.9 ~ :> g. g.~
-Bn cIi .~ ff Q v
;:sota.l:l:>-. 8~
o 0'1:1 CI.l p:) Q) Q
oS ~ ~:8 en fJ 'g
~ ~ ~ ~ .~ tf~
;:::;CIlQCI:lta OQ)
...:::: Q) 0 ~ ..... 0.. 0
v ......+:l d U 0.......
8 ~ U ro Q) ~ i::
0..0...E~~ -Q)
-g S CIl Q)"!:: .~:
i:dOQ~S u......
CI.l U 8 ~ s ~'i
8 13 ~ S.9< tE ~
'E ~ ~ I-< g. en CIl ~
Q)oCl.loQ)8~Q
CI.l - Q)'S ~ ..... ...... ~
d :>-..~ Q) Q ~ >0 d
o-:>CIlroQ) ro
'+:l ta ~ 4-< ...... CI.l ~ 0..
O.~ CIl 0 ~ '"d ...c:: .9
E $ gp ~ -a fa .~ ~
cg ro'- Q) CIl CI.l ,J:l Q)
0.l:l~""'t'Jt)?;~ V
o 00 o...~:::::::l :' 0 U
>> bllQ)~ u..... ~
~ ~ .ff ~ ?; ~ ~n ~ en 0
::l .$ ~ .l:l gj Q) ~ ~ I-<.CI:l
0'" CIl :> CIl CIl - 0 5h
bll S 0 CI:l ~ .g ."!:: I-<
.S Q) ~.s g ~ ~ ] 8. g
:9 ~ ~ "d'fii I-<::C ~ S d
:>>oQ)CI.l~OOdOd'
p ;.>._ ~ ~ Q ~ Q) U ......
- ~ ...... .- 0 Cd ..... CIl
o..~ f:l :> I-< ...... ~...c:: .s 5h
~,.2; Q) 8 0.. 5 ...... bn Q) ::l
'i3 "0 g. 0.. ~ ti '.g 5 :0 <
ro ~ Q) ~ Q)'fii Q).l:l CI:l Q)
S'S~ ;9g$~:a;9
o Q) ~ ~ .s U f:l Q) ~ S
~ ~ fr 0.. CIl ~n 8...s :>-.:.0
o Q) CI.l !3' ~ ~ I-<'~:;:::: Q)
0..;9"0 CI.l U~ 8 ~-g ~
::l ::l fa ~ ~'s I-< 8 ~ g
8 r~ CI.l ~ B ~ ~ CI.l ...... -
01) '1-' Q) CI:l "d H..... 0-
'"d -.::t :-S Q.- Q) ~ A d ~
Q)-......9"df-j I-<Q)Q
t+:: d d...... ~Q) ~ CI:l . bll 0
'ij) ..... ~ jg Q r.o ~ .s ~
I-< ~...... ~ Q) 0 d Q)
Q) ...... ~ CIl..... Q) t::..... Cd ~
~tSgg~~&S.6~
.... &...... U ro CIl p.'S CI:l ~.A
w I-< n..t::I-<::l~Q""'"
CIl 0..... Q) CI.l g CI.l ~ Cd H
..... U Q) U Q) Q Q)...... I ;:J
ci < fJ ~.~ .s oS g CIl 0
.Eo, ~ E:S 0.. ~ ~.S' g r.o
...... <:t; "0 bl) S U...c:: 0.. '+:l- bll
~ ~~~ 8~u l5:B'B
-r:l'[:l CI.l..... U 0 < Q CIl
~ S'S?; E ~ gp 8 :.!:l
o bl)~~Q)<r::BuCI:l
~ .S'~ ~ ~.: ~ EJ'a .~
< ~:B S'~ ~ ~ .0 8 ~
~&Q)0~5g?;8Q)
<:t;o~Utiu04~Q)~
]
~
~
u
<
~
u
CIl
Q
o
.~
ro
I-<
Q)
I-<
Z
o
E=:~
Uu
Z-.::tMMOOM
R M-MM
~~
~~S
~CI1~
~~~
~u~
~
o
~
~
>c
E-'4
~
~
Q
R
~
Z~
00
~~
..... ~
r_' Q 5 Q) ~ ~
-~"OI-<I-<-l5
H ..... U U U .....
H<~~~~~~
Z~~~~~~.~
~OU8ti~til:Ll
~ - > 'ij) 'ij) 'ij)
ot: CI.lCl.lCll
uuo <<<
~
~
CIl
]
_ "O?;
o~ o"d
~ p:)1:Ll
:J3~~~
>.<.tCll-t-r<
:9~Q)~1-'-(
~]1i'5 ~
o 0...c::.......1:1
~~U::E04
"'"
o
---
00
.-
---
\0
o
I
4-1
0
I tf.l
~
~
s
I ~
s
0
tf.l
;>-.
I ..0
~
I-<
0
~
I s
o ;;,
~
[)
I p..
0
-+->
""d
~
I 1.+=1
......
ca
&
I cJ tf.l
~ M ......
0 M ~
0\
~O\O "*I: 0
......
Cf.lMM I-<~
I <.......< ~.~
~.......t)
>< n fa
I-<O<r: bJ)
O~t-< U I-<
I OOCf.l < 0
U(~5 !:: ~
u 0 ~~
~ < t)
< ......
I ..d
~
0
......
tf.l
I ~
.......
5
bJ)
I --<
t)
......
........
~
I ~
"'""
~
-:S
0
I I-<
o ..
~ s
0......
I s ~
01.+=1
U:..=1
(1)" ro
~ &
I -+-> (1)
CI) "'""
0..
I
I
V)
t"- V) M
0\ 1.0 l'
....... -.::t V) l' -<
'*l: 0 00 M 0 0\
M \0
~ 0 M "'" 0 00
tr.l M ....... 0 "*I: M
....... ,
z u c:> 0 -< -.::t
~ 0 0 0
u 0
~ M
~ "0 "d "0 "0 "0 "0
~ Q) ~ ~ Q) Q) ~ ~
:m ...... ......
~~ :~ :~ :~ 's :~ 's
.... .....
~ 8 ~ ~ ~ "2 8
~o ::> ::> 0
~~
z V) 1.0 -:t -.::t ~ "'" -:t
0 ~ 0 ~ ~ 0 0 ~
.,..... - -
~ - - ....... 0 - .-
f:-l M ~ ~ ~ M ~ ~
~~ - -
-:t 0 M M 1.0 M M
0 ....... .- ....... 0 ....... .......
~<
~~
bll gr .~ gp gf gr gf
Q
~ .~ .~ .~ .~ 'r> .~
i:d ro
~ ~ ~ ~ ~ ~ ~ ~
E "0 "0 ] ] ] ] ~
~ ~ ~ ~
Q) Q) Q) Q) Q) Q) Q)
~ ~ CIl gj CIl CI.l ~ CIl
CI t'J t'J CI:l t'J
p:) 04 t:Q ~ t:Q ~ 04
l:i:l CIl CIl CI.l CIl CIl CI.l CIl
U Q) Q) <I) Q) Q) Q) Q)
~ .-c .- ...... '+:l ..... ..... '.+:1
.... ...... ...... ...... .~
.-c .- ...... .-c .- .....
- ..... - ..... ..... ..... .....
5 .- 5 .- 5 5 '+:l
..... ....
p:: 0 ::> 0
0 00 ~ ~ oP oil oil ~
~ ~ ~ Q ~ d .S d
~ ] :B :B ] .- :B
"0 -g
~ ~ ~ CI:l CI:l
d d ~ d
t) d
E-<
CI:l
~
C1:I .....
CI:l ]
.~ . pi:
I-<
CI:l 0 l5 u
Q Q) Q) CI:l
..... 0 d ~ !
......
0 b
~ b 0
CI:l U 1:; ~ C/J .s ~
'f5l; ~ ~ ;:.;
0 CIl '€
I-< U 0 ~ ~
0 u
Q) 0
d "0 CI:l ~ 0
;;.. 00 Q .- 0 z
U 4-< 4-< 0 ~ U 4-< 4-<
Z 0 0 ~ Q 0 0
~ Q) Q) Q) 0 ,g
rg $ ....... ,;.:
~ ~ 0 ~ u
-< Cf.l 00 U U
i-
.....
~
~
u
co
Q
.....
"d
Q
0
~
"0
B
.....
8
.....
@
CIl
CI:l
..1:l
g
~
tf
CI:l
.!3
::l
0
tZl
I
U
<r:
~ "'"
0
---
00
~ .-
---
0 \0
Z 0
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
.
6/18/2004
ATTACHMENT #3
***** DISTRIBUTION *****
FRANK NICHOLS
GARY ROHRER
PETE ONUSCHAK
PENNY WILSON
CHARLES BOYD
NANCY PENDLETON
GRANT PETERSON
SCOTT CHILDERS
JENNIFER JONES
KATHY CROTTS
APAC-SOUTHEAST. INC.
, WORK UNDER CONTRACT
5/30/04
TOTAL
UNDER
CONTRACT COMPLETED
(ODD's) (ODD's)
$273.634 $126.905
UNCOMPLETED
CONTRACT
AMOUNT
(ODD's)
$146.729
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CONTRACT FORM
TIllS AGREEMENT is dated as Ofth~ day of ~ '-<f"~ in the year 2004 by and
between the AUGUST A A VIA TION COMMISSION (hereinafter called OWNER) and AP AC-
Southeast Inc. (hereinafter called CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree
as follows:
Article 1.
WORK.
The Work has been divided into a Base Bid and an Additive Bid No.1 and may be generally,
described as follows:
The Base Bid will generally consist of full depth widening of approximately 1,500 feet of Taxiway
'c' along with an expansion of the multi-use parking apron. Related work will consist of milling,
pavement marking, shoulder grading and storm drain improvements. Also included is the
replacement of the taxiway edge lighting system including new fixtures and wiring.
Additive Bid No.1 will generally consist of an additional 1 ,300 feet of Taxiway 'c' widening with
similar related work as described above.
The Project, for which the Work under the Contract Documents maybe the whole or only a part, is
generally described as follows:
GENERAL A VIA nON APRON EXPANSION /
, -,
TAXIWA Y 'C' RELOCATION PROJECT
FAA A.LP. Project No. 3-13-0011-25
AUGUSTA REGIONAL AIRPORT
AUGUSTA, GEORGIA
Article 2. ENGINEER.
The Project has been designed by
THE LP A GROUP INCORPORATED
Post Office Box 5807
Columbia, South Carolina 29250
(803) 254-2211
who is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all
duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract
Documents in connection with completion ofthe Work in accordance with the Contract Documents.
Article 3.
CONTRACT TIME.
3.1 The Work will be completed and ready for final payment in accordance'with paragraph 50-15
of the General Provisions as follows:
C-l
Completion of Project: The entire project shall be completed within 180 consecutive
calendar days from the date of Notice- To-Proceed and in accordance with the construction
phasing prescribed in Section 01010 - "Scope of Work".
In the event that the construction contract time period occurs between the dates April
1,2005 through April 14, 2005 inclusive, all construction activities shall be stopped. No
contract time will apply against the contract during this time period. The Contractor
will be required to de-mobilize and re-mobilize at no additional expense to the Owner.
3.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of
this Agreement and that OWNER will suffer tinancialloss if the Work is not completed
within the times specified in paragraph 3.1 above, plus any extensions thereof allowed in
accordance with Paragraph 80-07 of the General Provisions, They 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) CONTRACTOR shall pay OWNER the amount as stipulated in
Supplementary Conditions SC-14 of Section 00800 for each calendar day that expires after
the time specified in paragraph 3.1 for Completion and readiness for payment.
3.3 CONTRACTOR understands and hereby expressly agrees that in addition to liquidated
damages specified in Article 3.2 above, to pay the OWNER the actual costs to OWNER for
any inspector or inspectors necessarily employed by OWNER on the Work and the actual
costs to OWNER for the ENGINEER's observation of construction and project representative
services including all travel and subsistence expenses after the date specified for completion
until the Work is completed and ready for final payment. Further, the CONTRACTOR
agrees that the sums to be paid the OWNER may be deducted from the sum due the
CONTRACTOR for work performed as provided in Section 90 ofthe General Provisions.
Article 4.
CONTRACT PRICE.
4.1 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the
Contract Documents, and in accordance with the unit bid prices submitted for the bid on
June 21, 2004 and to this contract, with an initial contract amount of $1,888,041.90 to be
paid based upon the actual quantities approved and accepted in accordance with the Contract
Documents.
Article 5.
PAYMENT PROCEDURES.
CONTRACTOR shall submit Applications for Payment in accordance with Section 90 ofthe
General Provisions but in no case shall submit Applications for Payment more than once per
month. Applications for Payment will be processed by ENGINEER as provided in the
General Provisions.
5,1 Progress Payments. OWNER will make progress payments on account of the Contract
Price on the basis of CONTRACTOR's Applications for Payment as recommended by
ENGINEER, within 30 calendar days after receipt of an application for payment that has
been reviewed and approved by the Engineer, The last Friday of every month that work is
C-2
I
I
I
I
I
I.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
5.2
performed shall be the ending date for establishing the quantity of units completed for
submission in the application for payment.
5.1.1. Progress payments will be made in an amount equal to the percentage indicated
below, but, in each case, less the aggregate of payments previously made and less
such a,mounts as ENGINEER shall determine, or OWNER may withhold, in
accordance with Section 90 of the General 'Provisions.
90% of Work completed as determined by ENGINEER.
90% of materials and equipment not incorporated in the Work (but delivered, suitably
stored and accompanied by documentation satisfactory to OWNER as provided in
paragraph 90-07 of the General Provisions).
5.1.2 With each application for payment, the Contractor shall submit his DBE expenditures
for the month as well as a total-to-date. The expenditure report shall include the
name, date and amounts paid to each DBE subcontractor.
5,1.3 With each application for payment, the Contractor shall submit an updated CPM
schedule delineating activities completed and those remain to be completed.
Additionally, he needs to identify any logic changes made since submission of his
first (baseline) CPM schedule. Detailed Bar Chart, Network Diagram and Standard
Report for all activities are required and shall be submitted on both hard (paper)
copies as well as the electronic files on 3-112" or 5-1/4" diskette(s).
5.104 The Contractor is advised that the certified payroll for his organization as well as all
of his subcontractors must be current within 14 days ofthe requested Application for
Payment.
5.1.5 The Contractor shall submit a manual set(s) for each item of equipment installed as
part ofthe Contract work when submitting a pay request for payment ofthe item(s)
requiring manual set(s). The set(s) shall include operation, maintenance, and parts
manuals.
5.1.6 Contractor's failure to submit an acceptable DBE expenditure report, CPM schedule
update, parts/operational/maintenance manual set( s), or not meeting the requirements
for the certified payroll submission schedule, as outlined in 5,1.2,5.1.3 and 5.104, and
5.1.5 above, will result in withholding of his progress payment by the Owner until
these requirements are satisfied.
Final Payment. Upon final completion and acceptance of the Work in accordance with
Section 50 ofthe General Provisions, OWNER shall pay the remainder ofthe Contract Price
as recommended by ENGINEER as provided in said paragraph 90-08,
C-3
Article 6.
CONTRACTOR'S REPRESENTATIONS.
In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following
representations:
6.1 CONTRACTOR has familiarized itself with the nature and extent of the Contract
Documents, Work, site, locality, and all local conditions and Laws and Regulations that in
any manner may affect cost, progress, performance or furnishing oftp.e Work.
6,2 CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining
and carefully studying) all such examinations, investigations, explorations, tests, reports and
studies which pertain to the subsurface or physical conditions at or contiguous to the site or
otherwise may affect the cost, progress, performance or furnishing of the Work as
CONTRACTOR considers necessary for the performance or furnishing of the Work at the
Contract Price, within the Contract Time and in accordance with the other terms and
conditions of the Contract Documents, including the General Provisions and no additional
examinations, investigations, explorations, tests, reports, studies or similar information or
data are or will be required by CONTRACTOR for such purposes.
6.3 CONTRACTOR has reviewed and checked all information and data shown or indicated on
the Contract Documents with respect to existing Underground Facilities at or contiguous to
the site and assumes responsibility for the accurate location of said Underground Facilities.
No additional examinations, investigations, explorations, tests, reports, studies or similar
information or data in respect of said Underground Facilities are or will be required by
CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the
Contract Time and in accordance with the other terms and conditions of the Contract
Documents.
6.4 CONTRACTOR has correlated the results of all such observations, examinations,
investigations, explorations, tests, reports and studies with the terms and conditions of the
Contract Documents.
6.5 CONTRACTOR has given ENGINEER written notice of all conflicts, error or discrepancies
that he has discovered in the Contract Documents and the written resolution thereof by
ENGINEER is acceptable to CONTRACTOR.
6,6 BUY AMERICAN STEEL AND MANUFACTURED PRODUCTS FOR
CONSTRUCTION CONTRACTS (JAN 1991)
(a) The Contractor agrees that only domestic steel and manufactured products will be
used by the Contractor, subcontractors, materialmen, and suppliers in the performance ofthis
contract, as defined in (b) below.
(b) The following terms apply to this clause:
1. Steel and Manufactured Products. As used in this clause, steel and
manufactured products include (1) those produced in the United States or (2) a
manufactured product produced in the United States, if the cost of its components
C-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
mined, produced or manufactured in the United States exceeds 60 percent of the cost
of all its components and final assembly has taken place in the United States.
2. Components. As used in this clause, components means those articles,
materials, and supplies incorporated directly into steel and manufactured products.
3. Cost of Components. This means the costs for production ofthe components,
exclusive of final assembly labor costs.
(c)
The attached list (marked as Exhibit "A") is the list of supplies/materials that the U.S.
Government has determined that are not produced in the United States in sufficient
and reasonably available quantities and of sufficient quality that will take exception
to this clause.
Article 7.
CONTRACT DOCUMENTS.
The Contract Documents which comprise the entire agreement between OWNER and
CONTRACTOR concerning the Work consist of the following:
7.1 This Agreement (pages C-1 to C- 7 , inclusive).
7.2 Performance and Payment Bonds, consisting of pages PB-l to PB-4, inclusive.
7.3 General Provisions and Supplementary Conditions.
7.4 Technical Specifications as listed in table of contents of the Project Manual.
7.5 Drawings, consisting of a cover sheet and sheets numbered C-1 through LD-5 inclusive with
each sheet bearing the following general title:
GENERAL AVIATION APRON EXPANSION /
TAXIWAY 'c' RELOCATION PROJECT
AUGUST A REGIONAL AIRPORT
FAA A.LP. PROJECT NO. 3-13-0011-25
7.6 Addenda Numbers 1 and 2. (inclusive).
7.7 CONTRACTOR's Bid and attachments as listed below.
a. Bid Form (pages B-1 to B-29)
7.8 Summary to Minutes of Pre-Bid Conference.
7.9 Attachment A: Schedule of Values,
There are no Contract Documents other than those listed in this Article 7, The Contract Documents
may only be amended, modified or supplemented as provided in Section 40 of the General
Provisions.
C-5
Article 8.
8.1
MISCELLANEOUS.
8.2
8.3
8.4
8.5
Terms used in this Agreement which are defined in Section 10 ofthe General Provisions will
have the meanings indicated in the General Provisions.
No assignment by a party hereto of any rights under or interests in the Contract Documents
will be binding on another party hereto without the written consent ofthe party sought to be
bound; and specifically but without limitation monies that may become due and monies that
are due may not be assigned without such consent (except to the extent that the effect ofthis
restriction may be limited by law), and unless specifically stated to the contrary in any
written consent to an assignment no assignment will release or discharge the assignor from
any duty or responsibility under the Contract Documents.
OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, its partners, successors, assigns and legal
representatives in respect of all covenants, agreements and obligations contained in the
Contract Documents.
The CONTRACTOR or subcontractor shall not discriminate on the basis of race, color,
national origin, or sex in the performance ofthis Contract. The CONTRACTOR shall cany
out applicable requirements of 49 CFR Part 26 in the award and administration of DOT
assisted contracts. Failure by the CONTRACTOR to carry out these requirements is a
material breach of this Contract, which may result in the termination of this contract or such
other remedy as the Owner deems appropriate.
The PRIME CONTRACTOR agrees to pay each subcontractor under this PRIME
CONTRACT for satisfactory performance of its contract no later than 7 days from the receipt
of each payment the PRIME CONTRACTOR receives from AUGUSTA-RICHMOND
COUNTY. The PRIME CONTRACTOR agrees further to return retainage payments to each
subcontractor within 7 days after the subcontractor's work is satisfactorily completed, Any
delay or postponement from the above reference time frame may occur only for good cause
following written approval of AUGUSTA-RICHMOND COUNTY. This clause applies to
both DBE and non-DBE subcontractors.
I
I
I
I
I
I
I
I
I
I
I
I
I
Article 9. OTHER PROVISIONS.
IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed five copies of this Agreement. Two I
counterparts each have been delivered to OWNER, and one counterpart each has been delivered to
CONTRACTOR, ENGINEER, and FAA, All portions of the Contract Documents have ~een signed or I
identified by OWNER and CONTRACTOR or by ENGINEER on their behalf.
C-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
This Agreement will be effective on
OWNER
AUGUSTA AVIATION
COMMISSION
Ih,~ <--uk- 61( ~ '-{
By:6:k~~
Attest: . tv l-l ~ ~ _
Address for giving notices:
1501 Aviation Way
Approved by County Attorney
As to Form and Legality
CONTRACTOR
APAC - SOUTHEAST, INC.
By:
/1.( diet,
(Corporate Seal)
/7 J j i' . I) . ~
Attest: Ucu.1.<< . tf cU.le
/
Address for giving notices:
One APAC Industrial Way
AUf!usta. GA 30907
C-7
I
I
I
I
I
I
I
ATTACHMENT A
-~----
SCHEDULE OF VALVES
General Aviation Apron Expansion/Taxiway 'C' Relocation Project
Augusta Regional Airport
FAA A.I.P. NO. 3-13-0011-25
Item Spec. Estimated AP A C - Southeast, fllc.
No. No. Item Description Ouantity Unit Unit Price Total Extended
BASE BID:
1 00800 Supplementary Insurance Provision 1 L.S. $0.00 $0.00
2 01000 Mobilization 1 L.S. I $274,225,00 ~ $274,225.00
3 01530A Airfield Barricades (Contractor Supplied) I LS. $14,000.00 $14,000.00
4 01530B Appurtenances for Owner Supplied Barricades 1 LS. $9,950 00 $9,950 00
5 01720 Project Record Documents 1 L.S $2,75000 $2,75000
6 10520 Wheeled Fire Extinguisher 1 EACH $1,900.00 $1,900.00
7 S-140A Remove Existing Asphalt Pavement 1,825 S.Y $5.00 $9,125.00
8 S-140B Remove Existing Concrete Pavement 4,200 S.Y. $1800 $75,600.00
9 S-140C Remove Existing Storm Drain Pipe 630 L.F $14.00 $8,820 00
10 S-140D Remove Existing Drainage Structure(s) 3 EACH $800 00 $2,400 00
11 S-180 Milling Bituminous Pavement 2,685 SY $3,00 $8,055.00
12 S-190 Pavement Markings Removal 7,000 S.F $350 $24,500.00
13 P-152A Unclassified Excavation - Embankment 200 C.Y. $1650 $3,300.00
14 P-152B Unclassified Excavation - Waste 11,700 C.Y. $11.00 $128,700.00
15 P-152C Subgrade Preparation 17 ,400 SY $1.00 $17,400.00
16 P-209 Graded Aggregate Base Course (GABC) 815 C.Y $48 00 $39,120.00
17 P-304 11" Thick Cement Treated Base Course I 0' S Y. $30.10 $0.00
18 GDOT 400 2" Thick Ditch Overlay 670 TON $55 00 $36,850 00
19 P-4OlA Bituminous Surface Course 1,975 TON $53.00 $104,61500
20 P-401B Bituminous Base Course 2,600 TON $53 00 $137,800.00
21 P-602 Bituminous Prime Coat 950 GAL $250 $2,375 00
22 P-603 Bituminous Tack Coat 3,450 GAL $1.00 $3,450 00
23 P-620A Permanent Reflective Pavement Markings 9,560 S.F. $1040 $13,384.00
24 P-620B Temporary Non-Reflective Pavement Markings 10,800 S.F. $130 $14,04000
25 D-701A 24" Class III RCP 1,152 LF $42 20 $48,61440
26 D-701B 18" Class V RCP 216 LF. $88.00 $19,008.00
27 D-751A Type 12 Catch Basin 3 EACH $2,225 00 $6,675 00
28 E-891 Inlet Protection 1 EACH $365.00 $365 00
29 T-901 Grassing And Mulching 2 ACRE $1,650.00 $3,300 00
30 T -905 Onsite Topsoil 850 C.Y. $1400 $11,900.00
31 Ll08A Conduit Trench in Earth, with Earth Backfill 1800 L.F. $1 10 $1,98000
32 Ll 08B Conduit Trench in Existing Asphalt Pavement with 830 LF $9.35 $7,76050
Concrete Backfill
33 LI08C Cable, IIC #8 5kY, L-824C 6000 L.F. $1 10 $6,600.00
34 Ll08D Counterpoise Wire, #6 Bare Stranded 2700 L.F $1.10 $2,970.00
35 Ll 08E 3/4" Diameter x 10' Long Copper Clad Ground Rod 16 EACH $82.50 $1,320.00
and Connection to Counterpoise Wire
36 Lll0A Electrical Duct, 4-Way4", Concrete Encased 85 L.F. $44.00 $3,740.00
37 LI lOB Conduit, 2" Schedule-40 PVC, Direct Burial in Earth 1800 L.F. $3.30 $5,940.00
Trench
38 LlIOC Conduit, 2" Schedule-40 PVC, Direct Burial In Pavement 830 LF. $330 $2,739.00
Trench
39 LlI0D Handhole, Type B 2 EACH $6,050 00 $12,100.00
40 Ll25A L-861T, Medium Intensity Taxiway Light, Blue Globe, 14 EACH $660 00 $9,240.00
L-867 Base Mount, Installed in Earth
41 Ll25B L-861 T, Medium Intensity Taxiway Light, Blue Globe, 8 EACH $660.00 $5,280.00
L-867 Base Mount, Installed in Existing Pavement
42 Ll25C L-861T, Medium Intensity Taxiway Light, Blue Globe, 19 EACH $660.00 $12,540.00
I
I
I
I
I
I
I
I
I
I
I
I
Page 1 of3
A TT ACHMENT A
SCHEDULE OF VALUES
General Aviation- Apron Expansion/Taxiway 'C' Relocation Project
Augusta Regional Airport
FAA A.I.P. NO. 3-13-0011-25
Item Spec. Estimated " AP AC - Southeast, Inc.
No. No. Item Description Ouantitv Unit Unit Price Total Extended
L-867 Base Mount, InstalIed in New Pavement
43 L125D L-861, Medium Intensity Taxiway Light, Yellow Globe, 2 EACH $660 00 $1,320.00
L-867 Base Mount, Installed in New Pavement
44 L125F Remove L-861 T Medium Intensity Taxiway Light, 40 EACH $110.00 $4,400 00
Base Mounted
45 L125H De-energize and Remove Infrared Sensors and Stop 1 LS. $2,750 00 $2,750.00
Light
46 L125I Remove Concrete Encased Transfonner Housing Used 2 EACH $110.00 $220.00
as Handhole
47 L125J Relocate L-858 Sign, Size 1, 1- Module in Earth. Provide 1 EACH $1,54000 $1,540.00
New Concrete Pad, Isolation Transfonner and Lamps
48 L125K Relocate L-858 Sign, Size 1,2- Module in Earth Provide 4 EACH $1,565.00 $6,260 00
New Concrete Pad, Isolation Transfonner and Lamps
49 L125L Relocate L-858 Sign, Size 1, 3- Module in Earth Provide 1 EACH $1,565.00 $1,565.00
New Concrete Pad, Isolation Transfonner and Lamps
50 L125N Relocate L-858 Sign, Size 1, 1- Module in New Asphalt 1 EACH $1,540.00 $1,540.00
Pavement. Provide New Concrete Pad, Isolation
Transfonner and Lamps
51 L1250 Relocate L-858 Sign, Size 1,2- Module in New Asphalt 2 EACH $1,540.00 $3,080.00
Pavement. Provide New Concrete Pad, Isolation
Transfonner and Lamps
52 L125P Relocate L-858 Sign, Size 1,4- Module in New Asphalt 1 EACH $1,625.00 $1,625 00
Pavement. Provide New Concrete Pad, Isolation
Transfonner and Lamps
TOTAL BASE BID: $1,118,790.90
ADDITIVE BID NO.1:
Al S-140A Remove Existing Asphalt Pavement 875 S.Y. $400 $3,500.00
A2 S-I40C Remove Existing Stonn Drain Pipe 430 L.F $1400 $6,020.00
A3 S-140D Remove Existing Drainage Structure(s) 1 EACH $800.00 $800.00
A4 S-180 Milling Bituminous Pavement 2,270 S.Y. $300 $6,810 00
A5 S-190 Pavement Markings Removal 5,200 S.F. $350 $18,200.00
A6 P-152A Unclassified Excavation - Embankment 50 C.Y $16.60 $830.00
A7 P-152B Unclassified Excavation - Waste 7,800 C.Y. $10 00 . $78,000.00
A8 P-152C Subgrade Preparation 6,600 S.Y. $100 $6,600 00
A9 P-304 11" Thick Cement Treated Base Course I Or S Y. $30.1 0 $0.00
A10 P-401A Bituminous Surface Course 875 TON $53.00 $46,375.00
All P-40 lB Bituminous Base Course 1,100 TON $53 00 $58,300.00
AI2 P-401C Bituminous Leveling Course 110 TON $60 00 $6,600.00
A13 P-603 Bituminous Tack Coat 1,500 GAL $1.00 $1,500.00
Al4 P-620A Pennanent Reflective Pavement Markings 8,240 S.F. $1.40 $11,536.00
A15 P-620B Temporary Non-Reflective Pavement Markings 3,900 SF. $130 $5,070.00
A16 D-701A 24" Class III RCP 320 LF. $42.20 $13,504 00
A17 D-751A Type 12 Catch Basin 2 EACH $2,525 00 $5,050.00
Al8 D-751B Modified Type 12 Catch Basin 1 EACH $2,525 00 $2,525.00
A19 E-891 Inlet Protection 3 EACH $365.00 $1,09500
A20 T -901 Grassing And Mulching 2 ACRE $1,65000 $3,300.00
A21 T -905 Onsite Topsoil 1,000 C.Y. $14.00 $14,000.00
A22 L1 08A Cable Trench in Earth for Temporary Connections 200 L.F. $1.10 $220.00
A23 L1 08B Conduit Trench in Earth, with Earth Backfill 1900 L.F. $1.10 $2,090.00
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Page 2 of3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ATTACHMENT A
SCHEDULE OF VALVES
General Aviation Apron Expansion/Taxiway 'C' Relocation Project
Augusta Regional Airport
FAA A.I.P. NO. 3-13-0011-25
Item Spec. Estimated AP AC - Southeast, Inc.
No. No. Item Description Quantity Unit Unit Price Total Extended
A24 Ll08C Conduit Trench in Existing Asphalt Pavement with 520 L.F. $9.35 $4,862.00
Concrete Backfill
A25 Ll 08D Cable, lIC #8 SkY, L-824C 12200 L.F. $1 10 $13,420.00
A26 Ll 08E Cable, lIC #4 600Y, RHH/RHW-2/USE-2 730 L.F. $2.20 $1,60600
A27 Ll 08F Counterpoise Wire, #6 Bare Stranded 2420 L.F. $1 10 $2,662 00
A28 Ll 08G 3/4" Diameter x 10' Long Copper Clad Ground Rod 10 EACH $82.50 $825.00
and Connection to Counterpoise Wire
A29 LI08H Temporary Connections I L.S. $550 00 $550.00
A30 LlIOA Electrical Duct Extension, 8-Way 3", Concrete Encased, 55 L.F. $88 00 $4,84000
with 3 ofthe Eight Ducts Split Duct
A31 LlIOB Conduit, 2" Schedule-40 PYC, Direct Burial in Earth 1900 L.F $3.30 $6,270 00
Trench
A32 LlI0C Conduit, 2" Schedule-40 PYC, Direct Burial in Pavement 520 LF. $3.30 $1,716.00
Trench
A33 LlIOD Handhole, Type A I EACH $6,600 00 $6,600.00
A34 LlIOE Remove Existing Handhole I EACH $825 00 $825.00
A35 Ll25A L-861 T, Medium Intensity Taxiway Light, Blue Globe, 23 EACH $660 00 $15,18000
L-867 Base Mount, Installed in Earth
A36 L125B L-86IT, Medium Intensity Taxiway Light, Blue Globe, 5 EACH $660 00 $3,300 00
L-867 Base Mount, Installed in Existing Pavement
A37 Ll25E L-867D, 16" Diameter, Transformer Base with 3/8" Blank I EACH $525.00 $525.00
Steel Cover Plate, Concrete Encased
A38 Ll25F Remove L-861 T Medium Intensity Taxiway Light, 31 EACH $11 0 00 $3,410.00
Base Mounted
A39 Ll25G Remove Concrete Sign Base and Transformer Housing 1 EACH $110 00 $110.00
MO Ll25K Relocate L-858 Sign, Size 1,2- Module in Earth. Provide 1 EACH $1,565.00 $1,565.00
New Concrete Pad, Isolation Transformer and Lamps
M1 Ll25L Relocate L-858 Sign, Size 1,3- Module in Earth. Provide 1 EACH $1,565.00 $1,56500
New Concrete Pad, Isolation Transformer and Lamps
A42 Ll25M Relocate L-858 Sign, Size 2, 3- Module in Earth. Provide I EACH $1,625.00 $1,625.00
New Concrete Pad, Isolation Transformer and Lamps
TOTAL ADDITIVE BID NO.1: $363,381.00
AL TERNA TE BID:
Bl P-401B Bituminous Base Course (Substitute for P-304) 8,150 TON $49 80 $405,870 00
TOTAL AL TERNA TE BID: $405,870.00
TOTAL CONTRACT AMOUNT: I $1,888,041.90
I l Indicates negotiated quantity or unit price.
I
I
I
I
I
Page 3 of3
I
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.
1438930
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except In the manner and to the
extent herein stated.
I
LIBERTY MUTUAL INSURANCE COMPANY
BOSTON,MASSACHUSETTS
POWER OF ATTORNEY
I
KNOW ALL PERSONS BY THESE PRESENTS:
That Liberty Mutual Insurance Company (the 'Company'), a Massachusells stock insurance company, pursuant to and by authority of the By-law and
Authorization hereinafter set forth, does hereby name, conslilule and appoint EUGENE A. CRONIC, ALICIA J. RHOADES, ROY SCARBOROUGH, JR" ALL OF
THE CITY OF AUGUSTA, STATE OF GEORGIA .....,...........................................................,.......................................................,................,..,.......................
I
, each individually if there be more than one named, its true and lawful allomey-in-factto make, execute, seal, acknowledge and deliver, for and on its behalf as
surety and as its act and deed, any and all undertakinos, bonds, recognizances and other surety obligations in the penal sum not exceeding
TWENTY-FIVE MILLION AND 00/100****************************** DOLLARS ($ 25,000,000.00******************** ) each, on behalf of
APAC-GEORGIA, INC. AND/OR APAC.CAROLINA, INC.; APAC-ATLANTIC, INC.; APAC-SOUTHEAST, INC.; APAC TENNESSEE, INC. .......................................................
, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the
Company as if they had been duly signed by the president and allested by the secretary of the Company in their own proper persons.
That this power is made and executed pursuant to and by authority of the following By-law and Authorization
ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or
the president may prescribe, shall appoint such allomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal,
acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such allomeys-in-fact, subject to
the limitations set forth in their respective powers 01 attomey. shall have full power to bind the Company by their signature and execution of any such
instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and
attested by the secretary
I
LIBERTY MUTUAL INSURANCE COMPANY
>.
III
"0
III
III
4)
I::
'iij
::J
,Q
>-
I::
'"
_I::
-0
BI-
>-00
4)UJ
Ee
00.
=0
<C('I)
-"
O'lt
..."0
4)1::
::Ill
Oe
c..",
,~o
.c:o
- ..
_0)
01::
>-4)
:t::4)
"0::
.--
-4)
~,Q
4)0
.c:~
_C\I
e'?
...C\I
.-('1)
-ClC)
1::.
00
0.-
OCD
1-":-
I
I
I
10
.4)
.4)
i'e
l!
III
::J
.0)
14)
I~
I III
.::J
Ift~
f
...
,0
;,e
Ii
lei)
~lii
I'}
I III
. ...
1>-
I~
'::J
:0
By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attomeys-in-lact:
Pursuant to Article XlII,Section 5 of the By-laws, Gamet W. Elliott. an Assistant Secretary of Liberty Mutual Insurance Company, is hereby
authorized to appoint such attomeys-in-fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver
as surely any and all undertakings, bonds, recognizances and other surely obligations.
That the By-law and the Authorization set forth above are true copies thereof and are now in full force and ellect.
IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty
Mutual Insurance Company has been allixed thereto in Plymouth Meeting, Pennsylvania this 17th day of September 2003
COMMONWEALTH OF PENNSYLVANIA ss
COUNTY OF MONTGOMERY
,:'~;;;~
t~~'::-
(:c. H"A .J~)
\':0';'. '''. ,"y.{}
~''':''''''--+7
,~~. ;.:..
ByC4 1/./- .a?-5&f
Garnet W. Ellioll, Assistant Secretary
On this 17th day of September ,2003, before me, a Notary Public, personally came Gamet W. Ellioll, to me known, and
acknowledged that he is an Assistant Secretary 01 Liberty Mutual Insurance Company, that he knows the seal of said corporation; and that he executed the
above Power of Attomey and allixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction 01 said corporation
IN TESTI.MONY WH~~el,!nto subscribed my name and affixed my notarial seal at Plymouth Meeting, pennsyl~ania, on the day and year first
above wntten. (f::1,~:~< \
I ::: 8~ '1(~ ~ [ - ;:.::a :~~i:I~~~~ ~':~~- ---j r/i:; .. \ j) -I- II J
i OF PlyrftQ iI' lwp. MO"~lon,"-,'C('" N ~ ~
\ ~,~!Y (.~J~.r~~6~o~ E.:r:~B.~~~~:.y!:..~~j:) .. ' P br
CERTIFICATE ~NsYU % Mem!>.r, P60n$y!va"ia Aosoc;aMn of NC!Mies Notary u IC
I
I, the undersigned, Assistan rty Muluallnsurance Company, do hereby certify that the original power 01 attorney 01 which the loregoing is a lull, true and correct
copy, is in lull lorce and ellect on t e date 01 this certilicate; and I do lurther certify that the ollicer or ollicial who executed the said power 01 attorney is an Assistant Secretary
specially authorized by the chairman or the president to appoint attorneys-in-Iact as provided in Article XIII, Section 5 of the By-laws 01 Liberty Mutual Insurance Company
I
This certificate and the above power 01 attorney may be signed by lacsimile or mechanically reproduced signatures under and by authority of the following vote 01 the board of
directors 01 Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day 01 March, 1980
I
VOTED thai the facsimile or mechanically reproduced signature 01 any assistant secretary ollhe company, wherever appearing upon a certilied copy of any power 01
attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same lorce and effect as though manually affixed
I
IN TESTIMONY WHEREOF. I have hereunto subscribed my name and allixed the corporate seal 01 the said company, this
aG:"~';:~~"W't-
I~' ,. ",,' ;;i
~,.;' {IJ"'"
~ l>.....~:~~"
f/;I It' l-
day 01
I
I
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRA VELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
Hartford, Connecticut 06183-9062
I
I
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT
I KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
corporations duly 0 rganized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these
I presents make, constitute and appoint: Roy Scarborough, Jr., Eugene A. Cronic, Alicia J. Rhoades, of Augusta, Georgia, their true
and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within
the United States, the following instrument(s): by hislher sole signature and act, any and all bonds, recognizances, contracts of
I indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents
incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized
officers of the Companies, and all the acts of said Attomey(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and
I confirmed.
This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now
in full force and effect:
I VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and
Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign
I with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature
of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee
and revoke the power given him or her.
I VOTED: That the Chairman, the President, any Vice Cn'airman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in
writing and a copy thereof is filed in the office of the Secretary
VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking
I shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executjve Vice President, any Senior Vice
President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant
Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by
lone or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more
Company officers pursuant to a written delegation of authority.
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by
I authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY
COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY
COMPANY, which Resolution is now in full force and effect: .
I VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice
President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any
power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for
I purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney
or certificate bearing such facsimile signature or facsimile seal shaH be valid and binding upon the Company and any such power so executed and
certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached
I
I
I
I
IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS I
CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be
signed by their Senior Vice President and their corporate seals to be hereto affixed this 16th day of January, 2004.
STATE OF CONNECTICUT
} SS, Hartford
COUNTY OF HARTFORD
~\1\\\\M\lIt/lIlIhJ~
~~ ~Wl ~(lp~
I~~ ''\\\
~'!J~ HARTFORD.!' I
'Ol CONN. I !if
~\ ."
.::"+.: .............
" .. ~,
I.
I
TRA VELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRA VELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
I
/~~~- --
I
By
George W. Thompson
Senior Vice President
I
On this 16th day of January, 2004 before me personally came GEORGE W, THOMPSON to me known, who, being by me duly I
sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the
corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals I
affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by
authority ofhislher office under the Standing Resolutions thereof.
XY\~
c.~
I
I
My commission expires June 30, 2006 Notary Public
Marie C. Tetreault
I
CERTIFICATE I
I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA,
TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of
the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority I
remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth
in the Certificate of Authority, are now in force.
Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this
,20
day of I
1.\\\\I\l.nI1WlUlI!IIIJiI
A~ ~\lG sun(lp~
~~C~~q
~~~:u.; ~
~~ ..."...~~~{l
~~\.~
. .
I
~-;1/L"P; -
By ~
Kori M. Johanson
Assistant Secretary, Bond
I
I
I
I
I
I
lheStPdul
POWER OF ATTORNEY
I
- Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
United States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
I
21010
I
Power of Attorney No.
Certificate No.
2129292
I
KNOW ALL MEN BY THESE PRESENTS: That Seaboard SUlcty Company is a COl pOI ation duly organized undel the laws of the State of New YOlk., and that
St Paul Fire and Marine InsUlance Company, St Paul Gualdian Instuance Company and St Paul Mcrcury Insurance Company are corporations duly organized undet
the laws of the State of Minnesota, and that United States Fidelity and Guaranty Comp.my is a corpOlation duly organizcd under the laws of the State of Mmyland, and
that Fidelity and Gualanty InsUlance Company is a cOlpUlation duly organized undel the laws of the State of Iowa, and that Fidelity and Guaranty Insurance
Underwritels,lnc is a corporation duly OIganized undel the laws 01 thc Stale of Wisconsin (hercinlOllcc live/I' (ailed the "Companie\ H), and that the Companies do
hereby make, constitute and appoint
Roy Scarborough, Jr., Eugene A. Cronic and Alicia 1. Rhoades
I
I
I
. Augusta Georgia
of the CllY of ,State ,theiltrue and lawful AttOlney(s)-in-Fact,
each in theit separate capacity if mOte than one is named above, to sign its name as slllety to, ami to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other wtitten instruments in the natUle theteof on behalf of the Companies in theit business of guatanteeing the fidelity of pet sons, guaranteeing the
performance of conti acts and executing 01 gumanteeing bonds and undertakings lequited or pelmitted in any actions or proceedings allowed by law
I
IN WITNESS WHEREOF, the Companies have caused this inSll ument to be signed and sealed this
18th
day of
March
2003
I
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
United States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
1
~~.
~~-f,~
,T. -""~t
~;P~J
~~ol
~~~
~~~
~.. .
~tOIlPOA04"~~
;,1 "'.!;"'l
<01 - :m
-;;\.~ E: 1l ~.If J
~/s . ~~..~/
"'---
~;--......
/,:,)9-.- ....."...._,
!:!c.O~fOR4r(':c;..\
1~; -.- :ni
\{\SEALJ;j
\O>~~ . ..~.iJ
'" .......:-;.
~
~~
\(~... ~~
I
State of Malyland
City of Baltimole
PETER W CARMAN Vicc Prcsidcnt
'I7~erl~
THOMAS E HUIBREGTSE, Assistant SCCIClal)
I:
18th March 2003
On this day 01 , befDle me, the undctsigned officer, pelsonally appeared Petet W Callnan and
Thomas E Huibleglse, who acknowledged themselves to be the Vice Plcsident and Assistant Secletaty, lespectively, of Seaboald SlIIety Company, St Paul File and
Marine InsUlance Company, St Paul Guardian [nslIIance Company, St Paul MetcUlY [nslllance Company, United States Fidelity and Guatanty Company, Fidelity and
Guaranty [nsulance Company, and Fidelity and Gwuanty lnslll ance Undel wtitels, [nc ; and that the s~als affixed to the foregoing instrument ale the corporate seals of
said Companies; and that they, as such, heing authorized sn to do, executed the fOlegoing instillment rOl the pIli poses thetein contained by signing the names 01 the
cO/porations hy themselves as duly alllhOlizecJ olficels
I
I
In Witness Whereol, I hCl euntn set my hand lInd oflicial seal
~t~.~
I
My Commission expiles the 1st day 01 July, 2006
REBECCA EASLEY-ONOKALA, No!my Puhlic
I
I
i
I
I
I
I
i
"'-- 86203 Rev 7-2002 Printed in USA
I
i
--/)
I
, .
I
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, St Paul
Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, United States Fidelity and Guaranty Company,
Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Undelwriters, Inc on September 2, 1998, which resolutions are now in full force and
effect, reading as follows:
RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating
to said business may be signed, executed, and acknowledged by pelsDns or,entities appointed as AttDrney(s)-in-Fact pursuant tD a Power Df AttDrney issued in
accordance with these resDlutions Said Power(s) of Attomey for and Dn behalf of the CDmpany may and shall be executed in the name and on behalf of the
Company, either by the Chairman, or the President, or any Vice Plesident, 01 an Assistant Vice President, jointly with the Secretary or an Assistant Secretary,
under their respective designations The signature of such officers may be engraved. printed 01 lithographed The signature of each of the foregoing officers and
the seal Df the Company may be affixed by facsimile to any Power of Attorney or to any celtificate relating thereto appointing Attorney(s)-in-Fact for purposes
only of executing and attesting bDnds and undertakings and othel wlitings Dbligatory in the nature theleof, and subject to any limitations set forth therein, any
such Powel of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company, and any such power so'
executed and certified by such facsimile signature and facsimile seal shall be valid and binding upDn the CDmpany with respect to any bDnd 01 undertaking to
which it is validly attached: and
I
I
I
RESOLVED FURTHER, that AtlOrney(s)-in-Fact shall have the pDwel and authority, and, in any case, subject tD the terms and limitations Df the Power of
Attorney issued them, to execute and deliver on behalf of the Company and tD attach the seal of the Company to any and all bonds and undertakings, and other
writings obligatory in the nature theleof, and any such insl1ument executed by such Attorney(s)-in-Fact shall be as binding upon the Company as if signed by an
Executive Officel and sealed and attested to by the SecretUl y of the Company
I
I, ThDmas E Huibregtse, Assistant Secretary of Seaboard Surety Company, St Paul Fire and Marine Insurance Company, St Paul Gualdian Insurance Company,
St Paul MerculY Insurance Company, United States Fidelity and Guaranty Company, Fidelity and GU3lanty InsUlance Company, and Fidelity and Guaranty Insurance
Underwtiters, Inc dD heleby certify that the above and foregoing is a true and COITect copy of the Powel of AtlDrney executed by said Companies, which is in full force
and effect and has not been revoked
I
I
IN TESTIMONY WHEREOF, I hereunto set my hand this
day of
~~~~;~
:f(.Ofl.'OR4"~\c;..
.2:: __ :a
:5,\.SEAL/'c
~';:~". .....'10
~$';l-"
~
~~
~.OOIIIRAIED
~
~EtI~ I
I
Thomas E Huiblegtse, Assistant Sccrerary
To verify tile alltllellticity of tllis Power of Attorlley, call 1-800-421-3880 and ask for the Power of Attorney clerk. Please refer to the Power of Attorney nllmber,
the above-named individuals and the details of the bond to which the power is attached
I
I
I
I
I
I
I
I
I
i
I
l
I
I
I
CERTIFICATE OF INSURANCE 018255
THIS CERTIFICATE IS ISSUED AS A MA TIER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS
CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW
I Name and Address of Agency
United Service Agency, Inc
Post Office Box 11765
Lexington, Kentucky 40577
A
B
C
o
E
F
G
H
I lbl, I, '0 ""rtify fh,' poll'ie, of i,,"",,,,,, ",led below h,,,, bee, "..ed fo fhe i",",~d ",med ,b"e ood '''' I, t""" 'f!hl, ,1m,
Limits of Liability in Thousands (000)
I
Name and Address of Insured
I
APAC-Southeastr Inc.
PO Box 1129
Augusta, GA 30903
Company
Letter
A
B
C
C
Type of Insurance
A
GENERAL LIABILITY
(8J COMPREHENSIVE FORM
(8JPREMISES. OPERATIONS
(8J EXPLOSION AND COllAPSE
HAZAAD
(8JUNDERGROUND HAZARD
(8J PRODUCTS I COMPLETED
OPERATIONS HAZARD
C8l CONTRACTUAL INSURANCE
C8l BROAD FORM PROPERlY
DAMAGE
C8l'NDEPENDENT CONTRACTORS
C8lPERSONAL INJURY
~ OCCURRENCE FORM
Company
Letter
Companies Affording Coverages
AUTOMOBILE LIABILITY
C8l COMPREHENSIVE FORM
C8l OWNED
C8l HIRED
C8l NON.OWNED
EXCESS LIABILITY
n UMBREllA FORM
i. : OTHER THAN UMBREllA FORM
WORKERS' COMPENSATION
. and
EMPLOYERS' LIABILITY
Pacific Employers Insurance Company
Indemnity Insurance Co of North America
Ace American Insurance Company
Policy Number
Policy
Expiration
Date
Policy
Aggregate
Each
Occurrence
* LAB 26610
Effective:
12/1/2002
PERSONAL INJURY
INCLUDING $
BODilY INJURY
$
12/01/05
PROPERTY DAMAGE $
$
* LAB 26610
Effective:
12/1/2002
PERSONAL INJURY,
BODilY INJURY AND $ 5,000
PROPERTY DAMAGE
COMBINED
BODilY INJURY (EACH $
PERSON) BODilY
12/01/05 INJURY (EACH $
OCCURENCE)
PROPERTY DAMAGE $
BODilY INJURY AND
PROPERTY DAMAGE $ 5,000
COMBINED
BODilY INJURY AND $
PROPERTY DAMAGE
COMBINED
STATUTORY
12/01/04
1,000
$
$ 5,000
WLR C 43520933
WLR C 43521019
SCF C 43520970
Effective 12/01/03
II
(EACH EMPLOYEE)
(EACH DISEASE)
(EACH ACCIDENT)
--
$
$
cSCRIPTION OF OPERATIONS/LOCATIONSNEHIClES . SEE REVERSE SIDE.
General Aviation Apron Expansion/T axiway 'C' Relocation Project, Augusta Regional Airport, Project # 3-13-0011-25.
NCElLATION:
Should any of the above described policies be cancelled or materially changed before the expiration date thereof, the issuing company
will mail 30 days written notice to the below named certificate holder
me and Address of Certificate Holder
The Augusta Aviation Commission
101 Aviation Way
gusta, GA 30906-9600
Date Issued August 19, 2004
~K.~
AUTHORIZED SIGNATURE
~K,3u~
I
I
I
I
I
I,
I
I
I
I
I
I
I
I
I
I
I
I
I
*The Augusta Aviation Commission and its officials, staff and consultants, Augusta, Georgia and the
Augusta-Richmond County Commission, its elected officials, officers, and employees, and the LPA
Group Incorporated, its staff and consultants shall be an additional insured, but only if required by
written contract between The Augusta Aviation Commission and APAC-Southeast, Inc.; only to the
extent of the insurance limits required under this contract; only as to work performed or to be performed
by or on behalf of APAC-Southeast, Inc. under this contract; and only with respect to operations by or
on behalf of APAC-Southeast, Inc. or to facilities of or used by APAC-Southeast, Inc..
AUTHORIZED SIGNATURE
I CERTIFICATE OF INSURANCE 018256
THIS CERTIFICATE IS ISSUED AS A MA TIER OF INFORMA TrON ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS
CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW
I Name and Address of Agency
United Service Agency, Inc.
Post Office Box.11765
Lexington, Kentucky 40577
Company
Letter
Companies Affording Coverages
I
APAC-Southeast, Inc
PO Box 1129
Augusta, GA 30903
A
B
C
o
E
F
G
H
I
Pacific Employers Insurance Company
Indemnity Insurance Co of North America
Ace American Insurance Company
I Name and Address of Insured
I
I
This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time
Company Policy Limits of liabilitv in Thousands (0001
Letter Type of Insurance Policy Number Expiration Each Policy
Date Occurrence Aggregate
GENERAL LIABILITY
(gj COMPREHENSIVE FORM PERSONAL INJURY
A (gjPREMISES. OPERATIONS INCLUDING $ $
t8l EXPlOSION AND COLLAPSE * LAB 26610 12/01/05 BOOIL Y INJURY
HAZARD Effective:
t8l UNDERGROUND HAZARD PROPERTY DAMAGE $ $
(gj PRODUCTS I COMPLETED 12/1/2002
OPERATIONS HAZARD
t8l CONTRACTUAL INSURANCE
t8l BROAD FORM PROPERTY PERSONAL INJURY.
DAMAGE
BODILY INJURY AND $ 5,000 $ 5,000
(gj INDEPENDENT CONTRACTORS PROPERTY DAMAGE
~PERSONf\L INJURY COMBINED
, OCCURRENCE FORM
AUTOMOBILE LIABILITY BODILY INJURY (EACH $
PERSON) BODILY
(gjCOMPREHENSIVE FORM * LAB 26610 12/01/05 INJURY (EACH $
A OCCURENCE)
t8l OWNED PROPERTY DAMAGE $
t8l HIRED Effective: BODILY INJURY AND
cg]NON-OWNEO 12/1/2002 PROPERTY DAMAGE $ 5,000
COMBINED
EXCESS LIABILITY
n UMBRELLA FORM BODILY INJURY AND $ $
PROPERTY DAMAGE
COMBINED
l j OTHER THAN UMBRELLA FORM
B WLR C 43520933 STATUTORY
C WORKERS' COMPENSATION WLR C 43521019 12/01/04
and SCF C 43520970
C EMPLOYERS' LIABILITY Effective 12/01/03 1,000
I
I
I
I
I
I
I
I
$
$
I DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES .. SEE REVERSE SIDE
General Aviation Apron ExpansionlT axiway 'C' Relocation Project, Augusta Regional Airport, Project # 3-13-0011-25.
I CANCELLATION: Should any of the above described policies be cancelled or materially changed before the expiration date thereof, the issuing company
will mail 30 days written notice to the below named certificate holder.
I Name and Address of Certificate Holder Date Issued A t 19 2004
Augusta, Georgia and the Augusta-Richmond County Commissi ugus ,
I Room 801, Municiple Building
530 Greene Street J K . ~",-1P J
Augusta, GA 30911 ~ 7iJV--
I
AUTHORIZED SIGNATURE
*Augusta, Georgia and the Augusta-Richmond County Commission and its elected officials, officers, I
and employees, the Augusta Aviation Commission, its officials, staff and consultants, and the lPA
Group Incorporated, its staff and consultants shall be an additional insured, but only if required by I
written contract between Augusta, Georgia and the Augusta-Richmond County Commission and APAC-
Southeast, Inc.; only to the extent of the insurance limits required under this contract; only as to work I
performed or to be performed by or on behalf of APAC-Southeast, Inc. under this contract; and only with
respect to operations by or on behalf of APAC-Southeast, Inc. or to facilities of or. used by APAC-
Southeast, Inc.. I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
~K.~~
AUTHORIZED SIGNATURE
CERTIFICATE OF INSURANCE 018254
THIS CERTIFICATE IS ISSUED AS A MA TIER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS
CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW
Name and Address of Agency
United Service Agency, Inc.
Post Office Box 11765
Lexington, Kentucky 40577
Company
Letter
Companies Affording Coverages
A
8
C
o
E
F
G
H
I
Pacific Employers Insurance Company
Indemnity Insurance Co of North America
Ace American Insurance Company
Name and Address of Insured
APAC-Southeast, Inc.
PO Box 1129
Augusta, GA 30903
This is to certify that policies of insurance listed below have been issued to.the insured named above and are in force at this time
Company Policy Limits of Liability in Thousands (000)
Letter Type of Insurance Policy Number Expiration Each Policy
Date Occurrence Aggregate
GENERAL LIABILITY
~COMPREHENS'VE FORM PERSONAL INJURY
A ~PREMISES - OPERATIONS INCLUDING $ $
~ EXPLOSION AND COllAPSE * LAB 26610 12/01/05 BODILY INJURY
HAZARD Effective:
~ UNDERGROUND HAlMD PROPERTY DAMAGE $ $
~PRODUCTS I COMPlETED 12/1/2002
OPERA nONS HAZARD
(8:JCONTRACTUAL INSURANCE
(8:J BROAD FORM PROPERTY PERSONAL INJURY.
DAMAGE
BODILY INJURY AND $ 5,000 $ 5,000
o INDEPENDENT CONTRACTORS PROPERTY DAMAGE
~PERSONAL INJURY COMBINED
, OCCURRENCE FORM
AUTOMOBILE LIABILITY BODILY INJURY (EACH $
PERSON) BODILY
(8:J COMPREHENSIVE FORM * LAB 26610 12/01/05 INJURY (EACH $
A OCCURENCE)
(8:J OWNED Effective: PROPERTY DAMAGE $
(8:JHIRED BODILY INJURY AND
(8:J NON-OWNED 12/1/2002 PROPERTY DAMAGE $ 5,000
COMBINED
EXCESS LIABILITY
n UMBRELLA FORM BODILY INJURY AND $ $
PROPERTY DAMAGE
[- : OTHER THAN UMBRELLA FORM COMBINED
8 WLR C 43520933 STATUTORY
C WORKERS' COMPENSATION WLR C 43521019 12/01/04
and SCF C 43520970
C EMPLOYERS' LIABILITY Effective 12/01/03 1,000
$
$
DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES * SEE REVERSE SIDE
General Aviation Apron Expansionrr axiway 'e' Relocation Project, Augusta Regional Airport Project #3-13-0011-25
Name and Address of Certificate Holder
The LPA Group Incorporated
700 Huger Street
PO. Box 5805
Columbia, SC 29250
CANCELLATION:
Should any of the above described policies be cancelled or materially changed before the expiration date thereof, the issuing company
will mail 30 days written notice to the below named certificate holder.
Date Issued August 19, 2004
~K.~r
AUTHORIZED SIGNATURE
~ K..Jur
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
*The LPA Group Incorporated and its staff and consultants, The Augusta Aviation Commission, its
officials, staff and consultants; Augusta, Georgia and the Augusta-Richmond County Commission, its
elected officials, officers, and employees shall be an additional insured, but only if required by written
contract between The LPA Group Incorporated and APAC-Southeast, Inc.; only to the extent of the
insurance limits required under this contract; only as to work performed or to be performed by or on
behalf of APAC-Southeast, Inc. under this contract; and only with respect to operations by or on behalf
of APAC-Southeast, Inc. or to facilities of or used by APAC-Southeast, Inc..
AUTHORIZED SIGNATURE
10
I~
ID
CIGNA Property and Casualty Insurance Company
CIGNA Fire Underwriters Insurance Company
Bankers Standard Insurance Company
Century Indemnity Company
o CIGNA Insurance Company
o Indemnity Insurance Company of North America
o Insurance Company of North America
18l Pacific Employers Insurance Company
II DECLARATIONS - GENERAL LIABILITY POLICY
POLICY IDENTIFICATION
I I' GLP I I G2 16 97 31 A
INAMED INSURED
The Augusta Aviation Commission
1501 Aviation Way
II Augusta, GA 30906
I
I NAMED INSURED IS
I BUSINESS OF INSURED
I
I AUDIT PERIOD
I PAYMENT SCHEDULE
I
I
I
I TOTAL ADVANCE PREMIUM : $ AS AGREED
I PREMIUMS RESULTING FROM AUDIT ARE NOT INCLUDED IN THE ABOVE.
I
PRODUCER
CODE: 274718 COMM:
United Service Agency, Inc,
P, 0 . Box 11 765
Lexington, KY 40577
MARKETING OFFICE: 551
MARKET HAZARD CODE:
PIIC CODE:
POLICY IS
NEW
OF
CORPORATION
TRANSPORTATION
POLICY PERIOD
FROM 8/19/04 TO See Endorsement No. 2
12:01 A.M. STANDARD TIME AT YOUR MAILING ADDRESS SHOWN ABOVE
PREMIUM PAYMENT CONDITIONS
NONE
PAYMENT FREQUENCY
NONE
NONE
o ORIGINAL 0 PROCESSING COpy 0 UNDERWRITING COpy
IlO-8Eooa Printed in USA (Ed 10/87)
o AGENT'S COpy
o EXTRA COP
Cat No AA 06728(
II
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
OECLARA TIONS - GENERAL LIABILITY POLICY Page 2
POLICY IDENTIFICATION
I I GLP I I G2 16 97 31 A
COVERAGES AND LIMITS OF INSURANCE
In return for the payment of premium indicated above, we agree with you to provide the following coverage(s) at the
limits shown, subject to all of the terms and conditions of this policy.
Coverage Form: Owners' Protective Liability Insurance
Form CG 00 09 07 98 and any endorsement applied
thereto
, Limits of Insurance
Aggregate Limit (Each Annual Period)
$ 5,000,000.00
Each Occurrence Limit
$ 5,000,000,00
Deductible Amount (this reduces the Limit of Insurance shown
as applicable to each "Occurrence")
$ -0-
CONTRACTOR INFORMATION
Description of Operations:
3 15292 Construction
Operations Owner (not railroads)
including Operations on Board Ships
Job Cost $1,888,041.90
Name and Address of Designate~ Contractor:
APAC-Southeast, Inc.
PO Box 1129
Augusta, GA 30903
Name and Address of involved Governmental Authority or other contracting party (if applicable):
SCHEDULE OF LOCATIONS
LOCATION NUMBER AND ADDRESS
General Aviation Apron Expansion/Taxiway 'C' Relocation Project, Augusta Regional
Aairport Project #3-13-0011-25.
I 0 ORIGINAL
LD-2478 (Ed. 3/87) Printed in U.S A
o UNDERWRITING
o AGENT
o PREMIUM AUDI
AA 07760:
I
I
Named Insured
The Augusta Aviation Commission
Policy Symbol I Policy Number I Policy Period
GLP G2 16 97 31 A See Endorsement No. 2
Issued by (Name of Insurance Company)
Pacific Employers Insurance Company
Insert the polley number. The remainder of the information Is to be completed only when thIs endorsement Is Issued subsequent to the preparation of the
pollcv.
Endorsement Number
1
Effective Date of Endorsement
8/19/04
I
I
AMENDMENT TO CANCELLATION CONDITION
I
In Section IV - Conditions No. 2.b. (1) & (2) is
amended to read as follows:
I
"This policy may be canceled by the Company by mailing
to the Named Insured and the contractor at the respec-
tive addresses shown in this policy, written notice
stating when not less than SIXTY days thereafter such
cancellation shall be effective."
I
I
I
I
I
I
I
I
I
I
DAB
08-19-04
:-1^ k . ~.. ;lLU'f.J.~
Authorized Agent
I
I
I
I
I
Named Insured
The Augusta Aviation Commission
Polley Symbol I Polley Number I Polley Period
GLP G2 16 97 31 A See Below
Issued by (Name of Insurance Company)
Pacific Employers Insurance Company
Insert the policy number. The remainder of the Information Is to be completed only when this endorsement Is Issued subsequent to the preparation of the
Dollcv.
Endorsement Number
2
Effective Date of Endorsement
8/19/04
I
I
POLICY PERIOD
I
I
I
I
I
It is hereby understood and agreed that the Policy Pe-
riod is extended to expire on the latest of the fol-
lowing dates:
(1) at project completion
(2) at date required on job contract
(3) at date of acceptance of job contract by the
Named Insured
I
I
I
I
,
I
-I
I
I
I
I
DAB
08-19-04
~\ ,(
Y-- ~ ... -:)CU S"t ~u
Authorized A nt
I
I
Named Insured
The Augusta Aviation Commission
Policy Symbol I Policy Number I Policy Pedod
GLP G2 16 97 31 A See Endorsement No. 2
Issued by (Name of Insurance Company)
Pacific Employers InsuranCe Company
Insert the policy number. The remainder of the Information is to be completed only when this endorsement Is Issued subsequent to the preparation of the
policy.
Endorsement Number
3
Effective Date of Endorsement
8/19/04
I
I
ADDITIONAL EXCLUSIONS
(A) Engineers, Architects or Surveyors Professional
Liability Exclusion
I
I
I
I
I
It is agreed that this poli6y does not apply to
bodily injury or property damage arising out of
the r.endering of or the failure to render any
professional services by or for the Named In...,
sured, including
(1) the preparation or approval of maps, plans,
opinions, reports, designs or specifications
and
(2) supervisory, inspection or engineering serv-
ices
I
I
I
I
I
I
(B) Absolute Asbestos Exclusion
It is agreed that this Policy does not apply to
bodily injury or property damage directly or in-
directly caused by asbestos.
(C) Absolute Pollution Exclusion
Exclusion (j) in form CG009 01 96 is deleted and
replaced with the following:
I
I
I
I
" (I) to bodily injury or property damage arising
out of the discharge, dispersal, release or
J escape of smoke, vapors, soot, fumes, acids,
alkalis, toxic chemicals, liquids or gases,
waste materials or other irritants, contami-
nants or pollutants into or upon land, the
atmosphere or any water course or body of
water. "
DAB
08-19-04
~u-- 'f:-. ~-,--~-J-,--
Authorized Ag
I
1,\'
I,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
COMMERCIAL GENERAL LIABILITY
CG 00 09 07 98
\ OWNERS AND CONTRACTORS PROTECTIVE
LIABILITY COVERAGE FORM - COVERAGE
FOR OPERATIONS OF DESIGNATED CONTRACTOR
Various provisions of this policy restrict coverage.
Read the entire policy carefully to determine rights,
duties and what is and is not covered.
Throughout this policy the words "you" and "your"
refer to the Named Insured shown in the Declarations.
The words "we", "us" and "our" refer to the Company
providing this insurance.
The word "insured" means any person or organization
qualifying as such under Section II - Who Is An
Insured.
Other words and phrases that appear in quotation
marks have special meaning. Refer to Section V _
Definitions,
SECTION 1- COVERAGES
BODILY INJURY AND PROPERTY DAMAGE
LIABILITY
1. Insuring Agreement
a. We will pay those sums that the insured
becomes legally obligated to pay as damages
because of "bodily injury" or "property damage"
to which this insurance applies. We will have
the right and duty to defend the insured against
any "suif' seeking those damages. However,
we will have no duty to defend the insured
against any "suit" seeking damages for "bodily
injury" or "property damage" to which this
insurance does not apply. We may, at our
discretion, investigate any "occurrence" and
settle any claim or "suif' that may result. But:
(1) The amount we will pay for damages is
limited as described in Section III - Limits
Of Insurance; and
(2) Our right and duty to defend end when we
have used up the applicable limit of
insurance in the payment of judgments or
settlements,
No other obligation or liability to pay sums or
perform acts or services is covered unless
explicitly provided for under Supplementary
Payments.
CG 00 09 07 98
Copyright, Insurance Services Office, Inc., 1997
[
b. This insurance applies to "bodily injury" and
"property damage" only if:
(1) The "bodily injury" or "property damage" is
caused by an "occurrence" and arises out
at.
fa) Operations performed for you by the
"contractor" at the location specified in
the Declarations; or
(b) Your acts or omissions in connection
with the general supervision of such
operations; and
(2) The "bodily injury" or "property damage"
occurs during the policy period.
c. Damages because of "bodily injury" include
damages claimed by any person or
organization for care, loss of services or death
resulting at any time from the "bodily injury".
2. Exclusions
This insurance does not apply to:
a. Expected Or Intended Injury
"Bodily injury" or ."property damage" expected
or intended from the standpoint of the insured.
This exclusion does not apply to "bodily injury"
resulting from the use of reasonable force to
protect persons or property.
b. Contractual Liability
"Bodily injury" or "property damage" for which
the insured is obligated to pay damages by
reason of the assumption of liability in a
contract or agreement. This exclusion does not
apply to liability for damages:
(1) That the insured would have in the absence
of the contract or agreement; or
')
Page 1 of 8
(2) Assumed in a contract or agreement that is
an "insured contracf', provided the "bodily
injury" or "property damage" occurs
subsequent to the execution of the contract
or agreement Solely for the purposes of
liability assumed in an "insured contracf',
reasonable attorney fees and necessary
litigation expenses incurred by or for a party
other than an insured are deemed to be
damages because of "bodily injury" or
"property damage", provided:
(a) liability to such party for, or for the cost
of, that party's defense has also been
assumed in the same "insured contracf';
and
(b) Such attorney fees and litigation
expenses are for defense of that party
against a civil or alternative dispute
resolution proceeding in which damages
to which this insurance applies are
alleged.
c. Work Completed Or Put To Intended Use
"Bodily injury" or "property damage" which
occurs after the earlier of the following times:
(1) When all "work" on the project (other than
service, maintenance or repairs) to be
perfonned for you by the "contractor" at the
site of the covered operations has been
completed; or
(2) When that portion of the "contractor's"
"work", out of which the injury or damage
arises, has been put to its intended use by
any person or organization, other than
another contractor or subcontractor working
directly or indirectly for the "contractor" or
as part of the same project.
d. Acts Or Omissions By You And Your
Employees
"Bodily injury" or "property damage" arising out
of your, or your "employees' ", acts or
omissions other than general supervision of
"Work" performed for you by the "contractor".
e. Workers' Compensation And Similar Laws
Any obligation of the insured under a workers'
compensation, disability benefits or
unemployment compensation law or any similar
law.
f. Employer's Liability
"Bodily injury" to:
(1) An "employee" of the insured arising out of
and in the course of:
(a) Employment by the insured; or
(b) Performing duties related to the conduct
of the insured's business; or
Page 2 of 8
(2) The spouse, child, parent, brother or sister
of that "employee" as a consequence of
Paragraph (1) above.
This exclusion applies:
(1) Whether the insured may be liable as an
employer or in any other capacity; and
(2) To any obligation to share damages with or
repay someone else who must pay
damages because of the injury.
This exclusion does not apply to liability
assumed by the insured under an "insured
contracf'.
g. Damage To Property
"Property damage" to:
(1) Property you own, rent, or occupy;
(2) Property loaned to you;
(3) Personal property in the care, custody or
control of the insured; or
(4) 'Work" performed for you by the
"contractor",
h. War
"Bodily injury" or "property damage" due to war,
whether or not declared, or any act or condition
incident to war. War includes civil war,
insurrection, rebellion or revolution. This
exclusion applies only to:
(1) Liability assumed under an "insured
contracf'; or
(2) Expenses for first aid.
i. Mobile Equipment
"Bodily injury" or "property damage" arising out
of the use of "mobile equipmenf' in, or while in
practice for, or while being prepared for, any
prearranged racing, speed, demolition, or
stunting activity.
j. Pollution
(1) "Bodily injury" or "property damage" arising
out of the actual, alleged or threatened
discharge, dispersal, seepage, migration,
release or escape of "pollutants":
(a) At or from any premises, site or location
which is or was at any time owned or
occupied by, or rented or loaned to, any
insured. However, this subparagraph
does not apply to:
(i) "Bodily injury" if sustained within a
building and caused by smoke,
fumes, vapor or soot from equipment
used to heat that building;
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Copyright, Insurance Services Office, Inc., 1997
n
CG 00 09 07 98
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(II) "Bodily injury" or "property damage"
arising out of heat, smoke or fumes
from a "hostile fire";
(b) At or from any premises, site or location
which is or was at any time used by or
for any insured or others for the
handling, storage, disposal, processing
or treatment of waste;
(c) Which are or were at any time
transported, handled, stored, treated,
disposed of, or processed as waste by
or for any insured or any person or
organization for whom you may be
legally responsible; or
(d) At or from any premises, site or location
on which any insured or any contractors
or subcontractors working directly or
indirectly on any insured's. behalf are
performing operations if the "pollutants"
are brought on or to the premises, site or
location in connection with such
operations by such insured, contractor
or subcontractor. However, this
subparagraph does not apply to:
(i) "Bodily injury" or "property damage"
arising out of the escape of fuels,
lubricants or other operating fluids
which are needed to perform the
normal electrical, hydraulic or
mechanical functions necessary for
the operation of "mobile equipment"
or its parts, if such fuels, lubricants or
other operating fluids escape from a
vehicle part designed to hold, store
or receive them. This exception does
not apply if the "bodily injury" or
"property damage" arises out of the
intentional discharge, dispersal or
release of the fuels, lubricants or
other operating fluids, or if such
fuels, lubricants or other operating
fluids are brought on or to the
premises, site or location with the
intent that they be discharged,
dispersed or released as part of the
operations being performed by such
insured, contractor or subcontractor;
(ii) "Bodily injury" or "property damage"
sustained within a building and
caused by the release of gases,
fumes or vapors from materials
brought into that building in
connection with operations being
performed by or on behalf of any
insured; or
(iii) "Bodily injury" or "property damage"
arising out of heat, smoke or fumes
from a "hostile fire".
CG 00 09 07 98
Copyright, Insurance SeNices Office, Inc., 1997
Page 3 of 8
(e) At or from any premises, site or location
on which any insured or any contractors
or subcontr;:!ctors working directly or
indirectly on any insured's behalf are
performing operations if the operations
are to test for, monitor, clean up,
remove, contain, treat, detoxify or
neutralize, or in any way respond to, or
assess the effects of "pollutants".
(2) Any loss, cost or expense arising out of any:
(a) Request, demand, order or statutory or
regulatory requirement that any insured
or others test for, monitor, clean up,
remove, contain, treat, detoxify or
neutralize, or in any way respond to, or
assess the effects of "pollutants"; or
(b) Claim or suit by or on behalf of a
governmental authority for damages
because of testing for, monitoring,
cleaning up, removing, containing,
treating, detoxifying or neutralizing, or in
any way responding to, or assessing the
effects of "pollutants".
However, this paragraph does not apply to
liability for damages because of "property
damage" that the insured would have in the
absence of such request, demand, order or
statutory or regulatory requirement, or such
claim or "suit" by or on behalf of a
governmental authority.
k. Damage To Impaired Property Or Property
Not Physically Injured
"Property damage" to "impaired property" or
property that has not been physically injured,
arising out of:
(1) A defect, deficiency, inadequacy or
dangerous condition in "work" performed for
you by the "contractor"; or
(2) A delay or failure by you or anyone acting
on your behalf to perform a contract or
agreement in accordance with its terms.
This exclusion does not apply to the loss of use
of other property arising out of sudden and
accidental physical injury to "work" performed
for you by the "contractor".
SUPPLEMENTARY PAYMENTS
1. We will pay, with respect to any claim we
investigate or settle, or any "suif' against an
insured we defend:
a. All expenses we incur.
b. Up to $250 for cost of bail bonds required
because of accidents or traffic law violations
arising out of the use of any vehicle to which
this insurance applies. We do not have to
furnish these bonds.
c. The cost of bonds to release attachments, but
only for bond amounts within the applicable
limit of insurance. We do not have to furnish
these bonds.
d. All reasonable expenses incurred by the
insured at our request to assist us in the
investigation or defense of the claim or "suit",
including actual loss of earnings up to $250 a
day because of time off from work.
e. All costs taxed against the insured in the "suit",
f. Prejudgment interest awarded against the
insured on that part of the judgment we pay. If
we make an offer to pay the applicable limit of
insurance, we will not pay any prejudgment
interest based on that period of time after the
offer,
g. All interest on the full amount of any judgment
that accrues after entry of the judgment and
before we have paid, offered to pay, or
deposited in court the part of the judgment that
is within the applicable limit of insurance.
h. Expenses incurred by the insured for first aid
administered to others at the time of an
accident, for "bodily injury" to which this
insurance applies.
These payments will not reduce the limits of
insurance.
2. If we defend an insured against a "suit" and an
indemnitee of the insured is also named as a party
to the "suif', we will d~fend that indemnitee if all of
the following conditions are met
a. The "suit" against the indemnitee seeks
damages for which the insured has assumed
the liability of the indemnitee in a contract or
agreement that is an "insured contract";
b. This insurance applies to such liability assumed
by the insured;
c. The obligation to defend, or the cost of the
defense of, that indemnitee, has also been
assumed by the insured in the same "insured
contract";
d. The allegations in the "suit" and the information
we know about the "occurrence" are such that
no conflict appears to exist between the
interests of the insured and the interests of the
indemnitee;
e. The indemnitee and the. insured ask us to
conduct and control the defense of that
indemnitee against such "sui~' and agree that
we can assign the same counsel to defend the
insured and the indemnitee; arid
f. The indemnitee:
(1) Agrees in writing to:
(a) Cooperate with us in the investigation,
settlement or defense of the "suit";
Page 4 of 8
(b) Immediately send us copies of any
demands, notices, summonses or legal
papers received in connection with the
"suit";
(c) Notify any other insurer whose coverage
is available to the indemnitee; and
(d) Cooperate with us with respect to
coordinating other applicable insurance
available to the indemnitee; and
(2) Provides us with written authorization to:
(a) Obtain records and other information
related to the "sui~'; and .
(b) Conduct and control the defense of the
indemnitee in such "suit".
So long as the above conditions are met, attorneys
fees incurred by us in the defense of that
indemnitee, necessary litigation expenses incurred
by us and necessary litigation expenses incurred
by the indemnitee at our request will be paid as
Supplementary Payments. Notwithstanding the
provisions of Paragraph 2.b.(2) of Section I _
, Coverages - Bodily Injury And Property Damage
Liability, such payments will not be deemed to be
damages for "bodily injury" and "property damage"
and will not reduce the limits of insurance.
Our obligation to defend an insured's indemnitee
and to pay for attorneys fees and necessary
litigation expenses as Supplementary Payments
ends when:
a. We have used up the applicable limit of
insurance in the payment of judgments or
settlements; or
b. The conditions set forth above, or the terms of
the agreement described in Paragraph f.
above, are no longer met.
SECTION II - WHO IS AN INSURED
1. If you are designated in the Declarations as:
a. An individual, you and your sPOuse are
insureds.
b. A partnership or joint venture, you are an
insured. Your members, your partners, and
their spouses are also insureds, but only with
respect to their duties as partners or members
of a joint venture. .
c. A limited liability company, you are an insured.
Your members are also insureds, but only with
respect to their duties as members of a limited
liability company. Your managers are insureds,
but only with respect to their duties as your
managers.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Copyright, Insurance Services Office, Inc., 1997
o
CG 00 09 07 98
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
d. An organization other than a partnership, joint
~enture or limited liability company, you are an
Insured. Your "executive officers" and directors
are insureds, but only with respect to their
duties as your officers. or directors. Your
stockholders are also insureds, but only with
respect to their liability as stockholders.
2. Each of the following is also an insured:
a. Any person (other than your "employee") or
any organization while acting as your real
estate manager.
b. Any person or organization having proper
temporary custody of your property if you die,
but only:
(1) With respect to liability arising out of the
maintenance or use of that property; and
(2) Until your legal representative has been
appointed.
c. Your legal representative if you die, but only
with respect to duties as such. That
representative wiJ/ have all your rights and
duties under this Coverage Part.
~o person or organization is an insured with respect
to the conduct of any current or past partnership, joint
venture or limited liability company that is not shown
as a Named Insured in the Declarations.
SECTION III - LIMITS OF INSURANCE
1. The Limits of Insurance shown in the Declarations
and the rules below fix the most we will pay
regardless of the number of:
a. Insureds;
b. Claims made or "suits" brought; or
c. Persons or organizations making claims or
bringing "suits".
2. The Aggregate Limit is the most we will pay for the
sum of damages because of all "bodily injury" and
"property damage".
3. Subject to 2. above, the Each Occurrence Limit is
the most we will pay for the sum of damages
because of all "bodily injury" and "property
damage" arising out of anyone "occurrence".
If you designate more than one project in the
Declarations, the Aggregate Limit shall apply
separately to each project.
The limits of Insurance of this Coverage Part apply
separately to each consecutive annual period and to
any remaining period of less than 12 months, starting
with the beginning of the policy period shown in the
Declarations, unless the policy period is extended
after issuance for an additional period of less than 12
months. In that case, the additional period will be
deemed part of the last preceding period for purposes
of determining the Limits of Insurance.
CG 00 09 07 98
Copyright, Insurance Services Office, Inc., 1997
c
SECTION IV - CONDITIONS
1. Bankruptcy
- Bankruptcy or insolvency_of the insured will not
relieve us of our obligations under this Coverage
Part.
2. Cancellation
a. The first Named Insured shown in the
Declarations may cancel this policy by mailing
or delivering to us advance written notice of
cancellation.
b. We may cancel this policy by mailing or
delivering to the first Named Insured and the
"contractor" written notice of cancellation at
least
(1) 10 days before the effective date of
cancellation if we cancel for non-payment of
premium; or
(2) 30 days before the effective date of
cancellation if we cancel for any other
reason,
c. We will mail or deliver our notices to the first
Named Insured's and the "contractor's" last
mailing address known to us.
d. Notice of cancellation will state the effective
date of cancellation. The policy periOd wiJ/ end
on that date,
e. If this policy is cancelled, we will send the
"contractor" any premium refund due. If we
cancel, the refund 'will be pro rata. If the first
Named Insured cancels, the refund may be
less than pro rata. The cancellation wiJ/ be
effective even if we have not made or offered a
refund.
f. If notice is mailed, proof of mailing will be
sufficient proof of notice.
3. Changes
This policy contains all the agreements between
you, the "contractor" and us concerning the
insurance afforded. The first Named Insured
shown in the Declarations and the "contractor" are
authorized to make changes in the terms of this
policy with our consent. This policy's terms can be
amended or waived only by endorsement issued
by us and made a part of this policy.
4. Duties In The Event Of Occurrence, Claim Or
Suit
a. You must see to it that we are notified as soon
as practicable of an "Occurrence" which may
result in a claim. To the extent possible, notice
should include:
(1) How, when and where the "occurrence"
took place;
Paqe 5 of 8
(2) The names and addresses of any injured
persons and witnesses; and
(3) The nature and location of any injury or
damage arising out of the "occurrence".
b. If a claim is made or "suit" is brought against
any insured, you must:
(1) Immediately record the specifics of the
claim'or "suit" and the date received; and
(2) Notify us as soon as practicable.
You must see to it that we receive written
notice of the claim or "suit" as soon as
practicable,
c. You and any other involved insured must:
(1) Immediately send us copies of any
demands, notices, summonses or legal
papers received in connection with the
claim or "suit";
(2) Authorize us to obtain records and other
information;
(3) Cooperate with us in the investigation or
settlement of the claim or defense against
the "suit"; and
(4) Assist us, upon our request, in the
enforcement of any right against any person
or organization which may be liable to the
insured because of injury or damage to
which this insurance may also apply,
d. No insured will, except at that insured's own
cost. voluntarily make a payment, assume any
obligation, or incur any expense, other than for
first aid, without our consent
5. Examination Of Your Books And Records
We may examine and audit your books and
records as well as the "contractor's" books and
records as they relate to this policy at any time
during the policy period and up to three years
afterward.
6. Inspections And Surveys
We have the right but are not obligated to:
a. Make inspections and surveys at any time;
b. Give you reports on the conditions we find; and
c. Recommend changes.
Any inspections, surveys, reports or
recommendations relate only to insurability and the
premiums to be charged. We do not make safety
inspections. We do not undertake to perform the
duty of any person or organization to provide for
the health or safety of workers or the public. And
we do not warrant that conditions:
a. Are safe or healthful; or
Page 6 of 8
b. Comply with laws, regulations, Codes or
standards. .
This condition applies not only to us, but also to
any rating, advisory, rate service or similar
organization which makes insurance inspections,
surveys, reports or recommendations.
7. Leg,a' Action Against Us
No person or organization has a right under this
Coverage Part:
a. To join us as a party or otherwise bring us into
a "suit" asking for damages from an insured; or
b. To sue us on this Coverage Part unless all of
its terms have been fully complied with,
A person or organization may sue us to recover on
an agreed settlement or on a final judgment
against an insured obtained after an actual trial;
but we will not be liable for damages that are not
payable under the terms of this Coverage Part or
that are in excess of the applicable limit of
insurance. An agreed settlement means a
settlement and release of liability signed by us, the
insured and the claimant or the claimant's legal
representative.
8. Other Insurance
The insurance afforded by this Coverage Part is
primary insurance and we will not seek
contribution from any other insurance available to
you unless the other insurance is provided by a
contractor other than the designated "contractor"
for the same operation and job location designated
in the Declarations. Then we will share with that
other insurance by the method described below.
If all of the pther insurance permits contribution by
equal shares, we will follow this method also.
Under this approach, each insurer contributes
equal amounts until it has paid its applicable limit
of insurance or none of the loss remains,
whichever comes first
If any of the other insurance does not permit
contribution by equal shares, we will contribute by
limits. Under this method, each insurer's share ;s
based on the ratio of its applicable limit of
insurance to the total applicable limits of insurance
of all insurers.
9. Premiums
The "contractor":
a. Is responsible for the payment of all premiums;
and
b. Will be the payee for any return premiums we
pay.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Copyright, Insurance Services Office, Inc. 1997
n
CG 00 09 07 ~R
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
10.Premium Audit
a. We will compute all premiums for this Coverage
Part in accordance with our rules and rates,
b. Premium ,shown in this Coverage Part as
advance premium is a deposit premium only, At
the close of each audit period we will compute
the earned premium for that period. Audit
premiums are due and payable on notice to the
"contractor". If the sum of the advance and
audit premiums paid for the policy period is
greater than the earned premium, we will return
the excess to the "contractor".
c. The "contractor" must keep records of the
information we need for premium computation,
and send us copies at such times as we may
request
11. Separation Of Insureds
Except with respect to the Limits of Insurance, and
any rights or duties specifically assigned in this
Coverage Part to the first Named Insured, this
insurance applies:
a. As if each Named Insured were the only
Named Insured; and
b. Separately to each insured against whom claim
is made or "suit" is brought
12. Transfer Of Rights Of Recovery Against Others
TaUs
If the insured has rights to recover all or part of any
payment we have made under this Coverage Part
those rights are transferred to us. The insured
must do nothing after loss to impair them. At our
request, the insured will bring "suif' or transfer
those rights to us and help us enforce them.
13. When We Do Not Renew
If we decide not to renew this Coverage Part, we
will mail or deliver to the first Named Insured
shown in the Declarations written notice of the
non renewal not less than 30 days before the
expiration date.
If notice is mailed, proof of mailing will be sufficient
proof of notice.
SECTION V - DEFINITIONS
1. "Auto" means a land motor vehicle, trailer or
semitrailer designed for travel on public roads,
including any attached machinery or equipment.
But "auto" does not include "mobile equipmenf',
2. "Bodily injury" means bodily injury, sickness or
disease sustained by a person, including death
resulting from any of these at any time. .
3. "Contractor" means the contractor designated in
the Declarations.
4. "Employee" includes a "leased worker",
"Employee" does not include a "temporary worker".
CG 00 09 07 98
Copyright, Insurance Services Office, Inc., 1997
[
5. "Executive officer" means a person holding any of
. the officer positions created by your charter,
constitution, by-laws or any other similar governing
document.
6. "Hostile fire" means one which becomes
uncontrollable or breaks out from where it was
intended to be.
7. "Impaired property" means tangible property, other
than work performed for you, that cannot be used
or is less useful because:
a. It incorporates work performed for you that is
known or thought to be defective, deficient,
inadequate or dangerous; or
b. You have failed to fulfill the terms of a contract
or agreement;
if such property can be restored to use by:
a. The repair, replacement, adjustment or removal
of the work performed for you; or
b. Your fulfilling the terms of the contract or
agreement
8. "Insured contracf' means:
a. A lease of premises;
b. A sidetrack agreement;
c. Any easement or license agreement, except in
connection with construction or demolition
operations on or within 50 feet of a ral/road;
d. An obligation, as required by ordinance, to
indemnify a municipality, except in connection
with work for a municipality; or
e. An elevator maintenance agreement
9. "leased worker" means a person leased to you by
a labor leasing firm under an agreement between
you and the labor leasing firm, to perform duties
related to the conduct of your business. "leased
worker" does not include a "temporary worker".
10. "MObile equipmenf' means any of the following
types of land vehicles, including any attached
machinery or equipment:
a. Bulldozers, farm machinery, forklifts and other
vehicles designed for use principally off public
roads;
b. Vehicles maintained for use solely on or next to
premises you own or rent;
c. Vehicles that travel on crawler treads;
d. Vehicles, whether self-propelled or not,
maintained primarily to provide mobility to
permanently mounted:
(1) Power cranes, shovels, loaders, diggers or
drills; or
(2) Road construction or resurfacing equipment
such as graders, scrapers or rollers;
Page 7 of 8
e. Vehicles not described in a.t b.t c. or d. above
that are not self-propelled and are maintained
primarily to provide mobility, to permanently
attached equipment of the fol/owing types:
(1) Air compressors, pumps- and generators,
including spraying, welding, building
cleaning, geophysical exploration, lighting
and well servicing equipment; or
(2) Cherry pickers and similar devices used to
raise or lower workers;
f. Vehicles not described in a.t b.t c. or d. above
maintained primarily for purposes other than
the transportation of persons or cargo.
However, self-propelled vehicles with the
fOllowing types of permanently attached
equipment are not "mobile equipment" but will
be considered "autos":
(1) Equipment designed primarily for.
(a) Snow removal;
(b) Road maintenance, but not construction
or resurfacing; or
(c) Street cleaning;
(2) Cherry pickers and similar devices mounted
on automobile or truck chassis and used to
raise or lower workers; and
(3) Air compressors, pumps and generators,
including spraying, welding, building
cleaning, geophysical exploration, lighting
and well servicing equipment.
11. "Occurrence" means an accident, including
continuous or repeated exposure to substantially
the same general harmful conditions.
Page 8 of 8
12. "Pollutants" mean any solid, liquid, gaseous or
thermal irritant or contaminant, including smoke,
vapor, soot, fumes, acids, alkalis, chemicals and
waste. Waste includes materials to be recycled,
reconditioned or reclaimed,
13. "Property damage" means:
a. Physical injury to tangible property, including all
resulting loss of use of that property. All such
loss of use shall be. deemed to occur at the
time of the physical injury that caused it; or
b. Lpss of use of tangible property that is not
physically injured. AJI such loss of use shall be
deemed to occur at the time of the "occurrence"
that caused it.
14. "Suit" means a civil proceeding, brought in the
United States of America (including its territories
and possessions), Puerto Rico or Canada, in
which damages because of "bodily injury" or
"property damage" to which this insurance applies
are alleged. "Suit" includes:
a. An arbitration proceeding in which such
damages are claimed and to which the insured
must submit or does submit with our consent;
or
b. Any other alternative dispute resolution
proceeding in which such damages are claimed
and to which the insured submits with our
consent.
1S.''Temporary worker" means a person who is
furnished to you to substitute for a permanent
"employee" on leave or to meet seasonal or short-
term workload conditions,
16. 'Work" includes materials, parts or equipment
furnished in connection with the operations.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Copyright, Insurance Services Office, Inc., 1997
c
CG 00 09 07 98
EXHIBIT "A"
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
List of Supplies/Materials that the U.S. Government Has Determined Are Not Produced In the
United States In Sufficient and Reasonably Available Quantities And of Sufficient Quality (Jan
1991 )
Acatylene, black.
Agar, bulle
Anise.
Antimony, as metal or oxide.
Asbestos, amosite, chrysolite, and
crocidolite.
Bananas.
Bauxite.
Beef, corned, canned.
Beef extract.
Bephenium Hydroxynapthoate.
Bismuth.
Books, trade, text,
technical, or scientific; newspapers;
pamphlets; magazines; periodicals; printed
briefs and films; not printed in the United
States and for which domestics editions are
not available.
Brazil nuts, unroasted.
Cadmium, ores and flue dust.
Calcium cyanamide.
Capers.
Cashew nuts.
Castor beans and castor oil.
Chalk, English.
chestnuts.
Chicle.
Chrome ore or Chromite,
Cinchona bark.
Cobalt, in cathodes,
rondelles, or other primary ore and metal
forms,
Cocoa beans,
Coconut and coconut meat,
unsweetened, in shredded, desiccated or
similarly prepared form.
Coffee, raw or green bean,
Colchicine alkaloid, raw,
Copra.
Cork, wood or bark and waste,
Cover glass, microscope slide.
Cryolite, natural.
Dammar gum.
Diamonds, industrial, stones and abrasives.
Emetine, bulk.
Ergot, crude.
Erthrityl tetranitrate,
Fair linen, altar.
Fibers of the following types:
abaca, abace, agava, coir, flax, jute, jute
burlaps, palmyra and sisa1.Goat and
kidskins.
Graphite, natural, crystal-line, crucible
grade.
Handsewing needles.
Hemp yam.
Hog bristles for brushes.
Hyoscine, bulk.
Ipecac, root.
Iodine, crude.
Kaurigum.
Lac,
Leather, sheepskin, hair type.
Lavender oil.
Manganese.
Menthol, natural bulk.
Mica.
Microprocessor chips (brought onto
a construction site as separate units for
incorporation into building systems during
construction or repair and alteration of real
property.)
Nickel, primary, in ingots, pigs, shots,
cathodes, or similar forms; nickel oxide and
nickel salts.
Nitroguanidine (also known as picrite).
Nux vomica, crude.
Oiticica oil.
Olive oil.
Olives (green), pitted or unpitted, or stuffed,
in bulk.
Opium, Crude,
Oranges, mandarin, canned.
1
List of SupplieslMaterials that the U.S. Government Has Determined Are Not Produced In the
United States In Sufficient and Reasonably Available Quantities And of Sufficient Quality (Jan
1991) (CONTINUED)
Petroleum, crude oil, un-finished
oils, and finished products (see definitions
below).
Pine needle oiL.
Platinum and related group metals,
refined, as sponge, powder, ingots, or cast
bars. '
Pyrethrum flowers.
Quartz crystals.
Quebracho.
Quinigine.
Quinine.
Rabbit fur felt.
Radium slats, source and
special nuclear materials,
Rosettes.
Rubber, crude and latex.
Rutile.
Santonin, crude,
Secretin.
Shellac,
Silk, raw and umnanufacturered.
Spare and replacement parts
for equipment of foreign manufacturer, and
for which domestic parts are not available.
Petroleum terms are used as follows:
Spices and herbs, in bulk.
Sugars, raw.
Swords and scabbards.
Talc, block, steatite.
Tantalum,
Tapioca flour and cassava.
Tartar, crude; tartaric acid
and cream of tartar in bulk.
Tea in bulk.
Thread, metallic (gold).
Thyme oiL
Tin in bars, blocks, and pigs.
Triprolidine hydrochloride.
Tungsten.
Vanilla beans.
Venom, cobra.
Wax, canauba.
Woods; logs, veneer, and
lumber of the following species: Alaskan
yellow cedar, angelique, balsa, ekki,
greenhart, lignum vitae, mahogany, and
teak:.
Yam, 50 Denier rayon.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
"Crude oil" means crude petroleum, as it is produced at the wellhead, and liquids ( under
atmospheric conditions) that have been recovered from mixtures of hydrocarbons that
existed in a vaporous phase in a reservoir and that are not natural gas products.
"Finished products" means anyone or more of the following petroleum oils, or a mixture or
combination of these oils, to be used without further processing except blending by
mechanical means:
(A) "Asphalt" - a solid or semi-solid cementitious material that (1) gradually
liquefies when heated, (2) has bitumins as its predominating constituents, and (3) is
obtained in refining crude oil.
(B) "Fuel oil" - a liquid or liquefiable petroleum product burned for lighting or for
the generation of heat or power and derived directly or indirectly from crude oil,
such as kerosene, range oil, distillate fuel oils, gas oil, diesel fuel, topped crude oil,
or residues,
2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
List of SupplieslMaterials that the U.S. Government Has Determined Are Not Produced In the
United States In Sufficient and Reasonably Available Quantities And of Sufficient Quality (Jan
1991) (CONTINUED)
(C) "Gasoline" -, a refined petroleum distillate that, by its consumption, is suitable
for use as a carburant in internal combustion engines.
(D) "Jet,fuel" - a refined petroleum distillate used to fuel jet propulsion engines.
(E) "Liquefied gases" - Hydrocarbon gases recovered from natural gas or produced
from petroleum refining and kept under pressure to maintain a liquid state at
ambient temperatures.
(F) "Lubricating oil" - a refined petroleum distillate or specially treated petroleum
residue used to lessen friction between surfaces.
(G) "Naphtha" - a refined petroleum distillate falling within a distillation range
overlapping the higher gasoline and the lower kerosenes.
(H) "Natural gas products" - liquids (under atmospheric conditions) including
natural gasoline, that-
(1) are recovered by a process of absorption, adsorption, compression,
refrigeration, cycling, or a combination of these processes, from mixtures of
hydrocarbons that existed in a vaporous phase in a reservoir, and
(2) when recovered and without processing in a refinery, definitions of
products contained in subdivision (B), (C), and (G) above.
(1) "Residual fuel oil" - a topped crude oil or viscous residuum that, as obtained in
refining or after blending with other fuel oil, meets or is the equivalent of MIL SPEC
MIL-F-859 for Navy Special Fuel Oil and any more viscous fuel oil, such as No.5
or Bunker C.
"Unfinished oils" means one or more of the petroleum oils listed under "Finished products"
above, or a mixture or combination of these oils, that are to be further processed other than
by blending by mechanical means.
3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I"
I
I
I
CERTIFICATE OF SECRETARY OF
APJ)(' -Sol-/4eas+) .LYe
AS TO RESOLUTION ADOPTED BY BOARD OF DIRECTORS
ON _ J vi I y I Z ) 2604-
I, CA CI (' I fS L ,Bo t/ ) , hereby certify that I am the
A I- t
duly authorized S~gretary of /jjllc. -Sc-<.rf)){?4S /- ).1-;';( , charged with keeping the records
and the seal of said Corporation, and that the following is a true and correct copy of a resolution
adopted at a meeting of the Board of Directors of the Corporation duly held on
-.J L{ I \J I Z 2 co q , which resolution is now in full force and effect.
( >
RESOLVED, that ,DOf'IQ J) k, 1~611 e 1/ , (President,"
/
Vice President) of /);JfI( - Jou !),eClsl hIe, , is hereby authorized
)
to execute contracts, performance bonds and labor and materials bonds on behalf of the
Corporation.
WITNESS my hand as Secretary, and the seal of the Corporation this
4ur as 1
it
day of
, 20E2.
rR..
Sworn to before me this \ ~ day of ~~
~
dc;du I ;fc>;rJ
1/55,'. Secretary
,2ODLt
My Commission Expires:
\<-\C-~~ 'D County
NotaJy Public. RIchmond County, GeorgIa
My Commission Expires Dec. 18.2006
Notary Public for
CS-I
I
Construction Performance Bond
I
Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable.
CONTRACT
Date:
Amount: $1,888,041.90
Description (Name and Location): General Aviation Apron Expansion / Taxiway 'c' Relocation Project
Augusta Regional Airport
FAA A.I.P. 3-1-0011-25
I
CONTRACTOR (Name and Address):
AP AC- SOUTHEAST, INC.
One APAC Industrial Way
Augusta, GA 30907
I
I
OWNER (Name and Address):
Augusta Aviation Commission
Augusta Regional Airport
1501 Aviation Way
Augusta, Georgia 30906
I
I
I
I
BOND
Date (Not earlier than Contract Date):
Amount:$1,888,041.90
Modifications to this Bond Form:
I
I
Co-
SURETY (Name and Address of Principal Place
of Business):
Liberty Mutual Insurance Company
822 Reynolds Street
Augusta, Georgia 30901
Travelers Casualty & Surety
St. Paul Fire & Marine Insurance Cc
Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this
Performance Bond to be duly executed on its behalfby its authorized officer, agent or representative
I
CONTRACTOR AS PRINCIPAL
Company: APAC-S t ' s t,
Signature'
Name and Title:
I
I
I
(Space is provided below for signatures of additional parties, if required.)
I
Company.
I
SURETY (
Company:St.
\
Seal)
Jr.
I
EJCDC No. 1910-28-A (1996 Edition)
Originally prepared through the joint efforts of the Surety Association of America, Engineers Joint Contract Documents Committee, the Associated General
Contractors of America, and the American Institute of Architects
I
I
PB-l
I. The CONTRACTOR and the Surety, jointly and severally, bind themselves, their
heirs, executors, administrators, successors and assigns to the Owner for the
performance of the Contract, which is incorporated herein by reference.
2 If the CONTRACTOR perfonns the Contract, the Surety and the CONTRACTOR
have no obligation under this Bond, except to participate'in conferences as provided
in paragraph 3.1
3 If there is no OWNER Default, the Surety's obligation under this Bond shall arise
after:
3 1 The OWNER has notified the CONTRACTOR and the Surety at the
addresses described in paragraph 10 below, that the OWNER is considering
declaring a CONTRACTOR Default and haS requested and attempted to arrange a
conference with the CONTRACTOR and the Surety to be held not later than fifteen
days after receipt of such notice to discuss methods of perfonning the Contract If
the OWNER, the CONTRACTOR and the Surety agree, the CONTRACTOR shall be
allowed a reasonable time to perfonn the Contract, but such an agreement shall not
waive the OWNER's right, if any, subsequently to declare a CONTRACTOR Default;
and
3 2 The OWNER has declared a CONTRACTOR Default and fonnally
tenninated the CONTRACTOR's right to complete the Contract Such
CONTRACTOR Default shall not be declared earlier than twenty days after the
CONTRACTOR and the Surety have received notice as provided in paragraph 3 I;
and
33 The OWNER has agreed to pay the Balance of the Contract Price to:
3 3 I The Surety in accordance with the tenns of the Contract;
3 3 2 Another contractor selected pursuant to paragraph 4 3 to
perfonn the Contract
4 When the OWNER has satisfied the conditions of paragraph 3, the Surety shall
promptly and at the Surety's expense take one of the following actions:
4 I Arrange for the CONTRACTOR, with consent of the OWNER, to
perfonn and complete the Contract; or
4 2 Undertake to perfonn and complete the Contract itself, through its agents
or through independent contractors; or
4 3 Obtain bids or negotiated proposals from qualified contractors acceptable
to the OWNER for a contract for perfonnance and completion of the Contract,
arrange for a contract to be prepared for execution by the OWNER and the contractor
selected with the OWNER's concurrence, to be secured with perfonnance and
payment bonds executed by a qualified surety equivalent to the Bonds issued on the
Contract, and pay to the OWNER the amount of damages as described in paragraph 6
in excess of the Balance of the Contract Price incurred by the OWNER resulting from
the CONTRACTOR Default; or
44 Waive its right to perfonn and complete, arrange for completion, or
obtain a new contractor and with reasonable promptness under the circumstances;
4 4 I After investigation, detennine the amount for which it may be
liable to the OWNER and, as soon as practicable after the amount is determined,
tender payment therefor to the OWNER; or
4 4 2 Deny liability in whole or in part and notify the OWNER
citing reasons therefor
5 If the Surety does not proceed as provided in paragraph 4 with reasonable
promptness, the Surety shall be deemed to be in default on this Bond fifteen days
after receipt of an additional written notice from the OWNER to the Surety
demanding that the Surety perform its obligations under this Bond, and the OWNER
shall be entitled to enforce any remedy avaiJable to the OWNER If the Surety
proceeds as provided in paragraph 44, and the OWNER refuses the payment
tendered or the Surety has denied
pliability, in whole or in part, without further nctice the OWNER shall be entitled to
enforce any remedy available to the OWNER.
I
6 After the OWNER has tenninated the CONTRACTOR's right to complete the
Contract, and if the Surety elects to act under paragraph 4 I, 4 2, or 4 3 above, then
the responsibilities of the Surety to the OWNER shall not be greater than those of the
CONTRACTOR under the Contract, and the responsibilities of the OWNER to the
Surety shall not be greater than those of the OWNER under the Contract To a limit
of the amount of this Bond, but subject to commitment by the OWNER of the
Balance of the Contract Price to mitigation of costs and damages on the Contract, the
Surety is obligated without duplication for:
I
I
6 I The responsibilities of the CONTRACTOR for correction of defective
Work and completion of the Contract;
I
62 Additional legal, design professional and delay costs resulting from the
CONTRACTOR's Default, and resulting from the actions or failure to act of the
Surety under paragraph 4; and
I
6 3 Liquidated damages, or if no liquidated damages are specified in the
Contract, actual damages caused by delayed perfonnance or non-perfonnance of the
CONTRACTOR
I
7 The Surety shall not be liable to the OWNER or others for obligations of the
CONTRACTOR that are unrelated to the Contract, and the Balance of the Contract
Price shall not be reduced or set off on account of any such unrelated obligations No
right of action shall accrue on this Bond to any person or entity other than the
OWNER or its heirs, executors, administrators, or successors
I
8 The Surety hereby waives notice of any change, including changes of time, to the
Contract or to related subcontracts, purchase orders and other obligations
I
9 Any proceeding, legal or equitable, under this Bond may be instituted in any court
of competent jurisdiction in the location in which the Work or part of the Work is
located and shall be instituted within two years after CONTRACTOR Default or
within two years after the CONTRACTOR ceased working or within two years after
the Surety refuses or fails to perfonn its obligations under this Bond, whichever
occurs first If the provisions of this paragraph are void or prohibited by law, the
minimum period of limitation available to sureties as a defense in the jurisdiction of
the suit shall be applicable
I
I
10 Notice to the Surety, the OWNER or the CONTRACTOR shall be mailed or
delivered to the address shown on the signature page.
11 When this Bond has been furnished to comply with a statutory or other legal
requirement in the location where the Contract was be performed, any provision in
this Bond contlicting with said statutory or legal requirement shall be deemed deleted
here from and provisions confonning to such statutory or other legal requirement
shall be deemed incorporated herein The intent is that this Bond shall ce construed
as a statutory bond and not as a common law bond
I
I
12 Definitions
12 1 Balance of the Contract Price: The total amou'lt p~yabJe by the OWNER
to the CONTRACTOR under the Contract after all proper adjustments have been
made, including allowance to the CONTRACTOR of any amounts received .>r to be
received by the OWNER in settlement of insurance or other Claims for damages to
which the CONTRACTOR is entitled, reduced by aU valid and proper payments
made to or on behalf oCthe CONTRACTOR under the Contract
I
I
122 Contract: The agreement between the OWNER and the CONTRACTOR
identified on the signature page, including aU Contract Documents and changes
thereto
I
123 CONTRACTOR Default: Failure of the CONTRACTOR, which has
neither been remedied nor waived, to perfonn or otherwise to comply with the tenns
of the Contract
I
124 OWNER Default: Failure of the OWNER, which has neither been
remedied nor waived, to pay the CONTRACTOR as required by the Contract or to
perfonn and complete or comply with the other tenns thereof
I
\
I
(FOR INFORMATION ONLY--Name, Address and Telephone)
AGENT or BROKER: OWNER'S REPRESENTATIVE (Engineer or other party).
I
PB-2
I
I
Construction Payment Bond
I
Any singular reference to Contractor, Surety, Owner or other party shall be conSidered plural where applicable.
I
CONTRACTOR (Name and Address):
AP AC- SOUTHEAST, INe.
One AP AC Industrial Way
Augusta, GA 30907
OWNER (Name and Address):
Augusta Aviation Commission
Augusta Regional Airport
1501 Aviation Way
Augusta, Georgia 30906
co- SURETY (Name and Address of Principal Place
of Business):
Liberty Mutual Insurance Company
822 'Reynolds Street
Augusta, Georgia 30901
I
I
Travelers Casual~y & Surety
St. Paul Fire & Marine Insurance Co,
I
CONTRACT
Date:
Amount: $1,888,041.90
Description (Name and Location): General Aviation Apron Expansion / Taxiway 'c' Relocation Project
Augusta Regional Airport
FAA A.I.P. 3-13-0011-25
I
I
I
BOND
Date (Not earlier than Contract Date):
Amount: $1,888,041.90
Modifications to this Bond Fopn:
I
Surety and Contractor, intending to be legally bound hereby, subject to the tenns printed on the reverse side hereof, do each cause this
Payment Bond to be duly executed on its behalf by its authorized officer, agent, or representativ~.
I
CONTRACTOR AS PRINCIPAL
c~mpany: APAC-S~rl st) I Inl1J ~G>,!, Seal)
SIgnature' ~~' ~
Nalnean~Title:-D0naid K. Holley, Vice President
SURETY ,
company:t\berty
Signature:
Name and TitIe~
(Attach Power of A om
o !Corp. Seal)
I
I
(Space is provided below for signatures of additional parties, if required.)
I
I
Company: Travelers
\
S.& Surety \,
19nature:
Name and Title:
SURETY
Company
I
I
EJCDC No. 191O-28-B (1996 Edition)
Originally prepared through the joint efforts of the Surety Association of America, Engineers Joint Contract Documents Committee, the Associated General
Contractors of America, the American Institute of Architects, the American Subcontractors Association, and the Associated Specialty Contractors
I
I
PB-3
1. The CONTRACTOR and the Surety. jointly and severally, bind Ihemselves.
their heirs. executors. administrators. successOrs and assigns to Ihe OWNER to pay
for labor, materials and equipment furnished for use in the perfonnance of the
Contract, which is incorporated herein by reference.
2. With respect to the OWNER, this obligation shall be null and void if the
CONTRACTOR:
2 1. Promptly makes payment, directly or indirectly, for all sums due
Claimants, and
2 2. Defends, indenmifies and ho.lds harmless the OWNER from all claims,
demands, liens or suits by any person or entity who furnished labor, materials or
equipment for use in the perfonnance of the Contract, provided the OWNER has
promptly notified the CONTRACTOR and the Surety (at'the addresses described in
paragraph 12) of any claims, demands, liens or suits and tendered defense of such
claims, demands, liens or suits to the CONTRACTOR and the Surety, and provided
there is no OWNER Default.
3 With respect to Claimants, this obligation shall be null and void if the
CONTRACTOR promptly makes payment, directly or indirectly, for all sums due
4 The Surety shall have no obligation to Claimants under this Bond until:
4.1 Claimants who are employed by or have a direct contract with the
CONTRACTOR have given notice to the Surety (at the addresses descnbed in
paragraph 12) and sent a copy, or notice thereof, to the OWNER, stating that a
claim is being made under this Bond and. with substantial accuracy, the amount of
the claim
42. Claimants who do not have a direct contract with the CONTRACTOR:
I Have furnished written notice to the CONTRACTOR and
sent a copy, or notice thereof, to the OWNER, within 90 days after having last
perfonned labor or last furnished materials or equipment included in the claim
stating, with substantial accuracy, the amount of the claim and the name of the
party to whom the materials were fumished or supplied or for whom the labor was
done or performed; and '
2 Have either received a rejection in whole or in part from the
CONTRACTOR, or not received within 30 days of furnishing the above notice any
communication from the CONTRACTOR by which the CONTRACTOR had
indicated the claim will be paid directly or indirectly; and
3 Not having been paid within the above 30 days, have sent a
written notice to the Surety and sent a copy, or notice thereof, to the OWNER,
stating that a claim is being made under this Bond and enclosing a copy of the
previous written notice furnished to the CONTRACTOR.
5 If a notice required by paragraph 4 is given by the OWNER to the
CONTRACTOR or to the Surety, that is sufficient compliance
6 When the Claimant has satisfied the conditions of paragraph 4, the Surety shall
promptly and at the Surety's expense take the following actions:
6 I Send an answer to the Claimant, with a copy to the OWNER., within 45
days after receipt of the claim, stating the amounts that are undisputed and the basis
for challenging any amounts that are disputed
6 2 Payor arrange for payment of any undisputed amounts
7 The Surety's total obligation shall not exceed the amount of this Bond, and the
amount of this Bond shall be credited for any payments made in good faith by the
Surety
8 Amounts owed by the OWNER to the CONTRACTOR under the Contract shall
be used for the performance of the Contract and to satisfy claims, if any, under any
Perfonnance Bond By the CONTRACTOR furnishing and the OWNER accepting
this Bond, they agree that all funds earned by the CONTRACTOR in the
performance of Ihe Contract are dedicated to satisfy obligations of the
CONTRACTOR and the Surety under this Bond, subject to the OWNER's priority
to use the funds for the completion of the Work
I
9 The Surety shall not be liable to the OWNER, Claimants or others for
obligations of the CONTRACTOR that are unrelated to the Contract. The
OWNER shall not be liable for payment of any costs or expenses of any Claimant
under this Bond, and shall have under this Bond no obligations to make payments
to, give notices on behalf of. or otherwise have obligations to Claimants under this
Bond
I
I
10 The Surety hereby waives notice of any change, including changes of time, to
the Contract or to related Subcontracts, purchase order.;.and other obligations
I
II No suit or action shall be commenced by a Claimant under this Bond other
than in a court of competent jurisdiction in the location in which the Work or part
of the Work is located or after the expiration of one year from the date (1) on which
the Claimant gave the notice required by paragraph 4 I or paragraph 4 2 3, or (2) on
which the last labor or service was performed by anyone or the last materials or
equipment were fumished by anyone under the Construction Contract, whichever
of (I) or (2) first occurs ff the provisions of this paragraph are void or prohibited
by law, the minimum period of limitation available to sureties as a defense in the
jurisdiction of the suit shall be applicable
I
I
12 Notice to the Surety. the OWNER or the CONTRACTOR shall be mailed or
delivered to the addresses shown on the signature page Actual receipt of notice by
Surety. the OWNER or the CONTRACTOR, however accomplished, shall be
sufficient compliance as of the date received at the address shown on the signature
page
I
I
13. When this Bond has been furnished to comply with a statutory or other legal
requirement in the location where the Contract was to be performed, any provision
in this Bond conflicting with said statutory or legal requirement shall be deemed
deleted herefrom and provisions conforming to such statutory or other legal
requirement shall be deemed incorporated herein. The intent is, that this Bond shall
be construed as a statutory Bond and not as a conunon law bond.
I
14 Upon request of any person or entity appearing to be a potential beneficiary of
this Bond, the CONTRACTOR shall promptly furnish a copy of this Bond or shall
permit a copy to be made
I
15 DEFINITIONS
I
151 Claimant: An individual or entity having a direct contract with the
CONTRACTOR or with a Subcontractor of the CONTRACTOR to fumish labor,
materials or equipment for use in the performance of the COP,!ract The; intent of
this Bond shall be to include without limitation in the terms "labor, materials or
equipment" that part of water, gas, power, light, heat. uil, gasoline, telephone
service or rental equipment used in the Contract, architectural and engineering
services required for perfonnance of the Work of the CONTRACtoR and the
CONTRACTOR's Subcontractors, and all other items for which a mechanic's lien
may be asserted in the jurisdiction where the labor, materials or equipment weJe
fumished
I
I
152 Contract: The agreement between the OWNER and the
CONTRACTOR identified on the signature page, including all Contract
Documents and changes pthereto
I
153 OWNER Default: Failure of the OWNER, which has neither been
remedied nor waived, to pay the CONTRACTOR as required by the Contract or to
perfolTIl and complete or comply with the other terms thereof
I
I
I
(FOR INFORMATION ONLY-Name, Address and Telephone)
AGENCY or BROKER: OWNER'S REPRESENTATIVE (Engineer or other party):
I
PB-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GENERAL PROVISIONS
SECTION 10
DEFINITION OF TERMS
Whenever the following terms are used in these specifications, in the contract, in any documents or
other instruments pertaining to construction where these specifications govern, the intent and
meaning shall be interpreted as follows:
10-01 AASHTO. The American Association of State Highway and Transportation Officials,
the successor association to AASHO,
10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed
thereon connecting the airport to a public highway.
10-03 ADVERTISEMENT. (NOTICE TO BIDDERS). A public announcement, as required
by local law, inviting bids for work to be performed and materials to be furnished.
1 0-04 ADVISORY CIRCULAR. A document issued by the FAA containing informational
material and guidance. When referred to in the plans and specifications, advisory circulars shall have
the same force as supplemental specifications.
10-05 AIP. The Airport Improvement Program, a grant-in-aid program, administered by the
Federal Aviation Administration.
10-06 AIR. OPERATIONS AREA. For the purpose of these specifications, the term air
operations area 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, or apron,
10-07 AIRPORT. Airport means an area of land or water which is used or intended to be
used for the landing and takeoff of aircraft, and includes its buildings and facilities, if any.
10-08
ASTM, The American Society for Testing and Materials.
10-09
A WARD. The acceptance, by the owner, of the successful bidder's proposal.
10-10 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through
a duly authorized representative, who submits a proposal for the work contemplated.
10-11 BUILDING AREA. An area on the airport to be used, considered, or intended to be
used for airport buildings or other buildings and facilities located thereon.
GP-1O-1
GP-1O-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
10-12 CALENDAR DAY. Every day shown on the calendar.
10-13 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,
shall be within the scope of the contract.
10-14 CONTRACT. The written agreement between the Owner and the Contractor
covering the work to be performed, The awarded contract shall include, but is not limited to: The
Advertisement; The Contract Form; The Proposal; The Performance Bond; The Payment Bond; any
required insurance certificates; The General Provisions; The Special Provisions; The Specifications;
The Plans, and any addenda issued to bidders; Change Orders and agreements which are required to
complete the construction of the work in an acceptable manner, including authorized extensions
thereof, all of which constitute one instrument.
10-15 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is
provided in the contract.
10-16 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.
10-17 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,
10-18 DRAINAGE SYSTEM, The system of pipes, ditches, and structures by which
surface or subsurface waters are collected and conducted from the airport area.
10-19 ENGINEER. The individual, partnership, firm, or corporation duly authorized by the
owner (sponsor) to be responsible for engineering supervision of the contract work and acting
directly or through an authorized representative.
. 10-20 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.
10-21 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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
to be necessary to complete the work within the intended scope of the contract as previously
modified.
10-22 FAA. The Federal Aviation Administration of the U.S. Department of
Transportation. When used to designate a person, FAA shall mean the Administrator or hislher duly
authorized representative.
10-23 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, and
supplements, amendments, and indices thereto are prepared and issued by the General Services
Administration ofthe Federal Government. They may be obtained from Standardization Documents
- Order Desk, 700 Robbins Avenue, Building 4 - Section D, Philadelphia, Pennsylvania 19111-5094,
Telephone (215)697-2197.
10-24 INSPECTOR. An authorized representative of the Engineer assigned to make all
necessary inspections and/or tests of the work performed or being performed, or of the materials
furnished or being furnished by the Contractor,
10-25 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the
words "directed," "required," "permitted," "ordered," "designated," "prescribed," or words of the 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 ofthe 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 cited standard that may be pertinent to such specific reference.
10-26 LABORATORY. The official testing laboratories of the owner or such other
laboratories as may be designated by the Engineer.
10-27 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,
10-28 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 percent ofthe
total amount of the award contract. All other items shall be considered minor contract items.
10-29
work,
MATERIALS. Any substance specified for use in the construction of the contact
GP-10-3
GP-1O-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
10-30 MIL SPECIFICATION. The Military Specifications and Standards, and indices
thereto, are prepared and issued by the Department of Defense. They may be obtained from the same
address noted in paragraph 10-23.
10-31 NOTICE TO PROCEED. 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.
10-32 OWNER (SPONSOR). The term owner shall mean the party ofthe first part or the
contracting agency signatory to the contract. For AIP contracts, the term sponsor shall have the same
meaning as the term owner.
10- 3 3 PAVEMENT. The combined surface course, base course, and subbase course, if any,
considered as a single unit.
10-34 PAYMENT BOND. The approved form of security furnished by the Contractor and
hislher surety as a guaranty of good faith and ability on the part of the Contractor to execute the work
in accordance with their terms of the Plans, Specifications, and Contract, and as a guaranty that he
will pay in full all bills and accounts for materials and labor used in the construction ofthe work, as
provided by law.
10-35 PERFORMANCE BOND. The approved form of security furnished by the
Contractor and his/her surety as a guaranty that the Contractor will complete the work in accordance
with the terms of the contract.
10-36 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.
10-37 PROJECT. The agreed scope of work for accomplishing specific airport development
with respect to a particular airport.
10-38 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.
10-39 PROPOSAL GUARANTY. The security furnished with a proposal to guarantee that
the bidder will enter into a contract ifhis/her proposal is accepted by the owner.
I 0-40 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft.
10-41 SPECIAL PROVISIONS. The specific clauses setting forth conditions or
requirements peculiar to the project under consideration.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
10-42 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 ifincIuded
in the contract physically.
10-43 SPONSOR. A public agency or a political subdivision of a State in whom rests the
title to the airport at which the construction under this contract is to be performed. Political
subdivision refers to a County, City, Village, Township, or any combination or authority thereof as
provided by law for the construction and operation of airports.. The sponsor may also be referred to
as the Owner in several parts of the contract.
10-44 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.
10-45 SUBCONTRACTOR. The prequalified (where required) individual, partnership or
corporation, or a combination thereof, undertaking the execution of a part of the work under the
terms of the contract, by virtue of an agreement with the Contractor approved by the Owner.
10-46
SUBGRADE. The soil which 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 percent, such increased or decreased work
being within the scope ofthe 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 which are furnished to the owner by the Contractor.
I 0-50 TAXIWAY. For the purpose ofthis 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 or aircraft parking 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.
GP-1O-5
GP-IO-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
10-52 WORKlNG DAY. A working day shall be any day other than a legal holiday,
Saturday, or Sunday on which the normal working forces ofthe Contractor may proceed with regular
work for at least 6 hours toward completion of the contract. Unless work is suspended for causes
beyond the Contractor's control, Saturdays, Sundays and holidays on which the Contractor's forces
engage in regular work, requiring the presence of an inspector, will be considered as working days.
END OF SECTION 10
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTIONS 20 AND 30 ARE DELETED
REFERENCE SUPPLEMENTARY CONDITIONS SC-5 AND SC-7,
RESPECTIVEL Y
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 40
SCOPE OF WORK
40-01 INTENT OF CONTRACT. The intent of the contract is to provide for construction
and completion, in every detail, ofthe 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 ofthe contract.
40-02 ALTERATION OF WORK AND QUANTITIES. The ownerreserves 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 othetwise 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 percent
(total cost being based on the unit prices and estimated quantities in the awarded contract),
Alterations which do not exceed the 25 percent limitation shall not invalidate the contract nor release
the surety, and the Contractor agrees to accept payment for such alterations as ifthe altered work had
been a part of the original contract. These alterations which 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 percent 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.
All supplemental agreements shall be approved by the FAA and shall include valid wage
determinations of the U.S. Secretary of Labor when the amount of the supplemental agreement
exceeds $2,000. However, ifthe Contractor elects to waive the limitations on work that increases or
decreases the originally awarded contract or any major contract item by more than 25 percent, the
supplemental agreement shall be subject to the same U.S. Secretary of Labor wage determination as
was included in the originally awarded contract.
All supplemental agreements shall require consent of the Contractor's surety and separate
performance and payment bonds.
40-03 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 nonperformed, 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 titled
PAYMENT FOR OMITTED ITEMS of Section 90.
GP-40-1
40-04 EXTRA WORK. Should acceptable completion ofthe 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.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
When determined by the Engineer to be in the owner's best interest, he may order the Contractor to
proceed with extra work by force account as provided in the subsection titled PAYMENT FOR
EXTRA AND FORCE ACCOUNT 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
hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of Section 10.
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,
40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention ofthe contract that the
safety of aircraft, as well as the Contractor's equipment and personnel, is the most important
consideration. It is understood and agreed that the Contractor shall provide for the free and
unobstructed movement of aircraft in the air operations areas of the airport with respect to his/her
own operations and the operations of all his/her subcontractors as specified in the subsection 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 titled CONTRACTOR'S RESPONSIDILITY FOR UTILITY
SERVICE AND FACILITIES OF OTHERS in Section 70.
With respect to his/her own operations and the operations of all his/her subcontractors, the
Contractor shall provide marking, lighting, and other acceptable means of identifying: persoru1el;
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.
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
furnish, erect, and maintain barricades, warning signs, flagmen, and other traffic control devices in
reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and
Highways (published by the United States Government Printing Office), unless otherwise specified
herein, The Contractor shall also construct and maintain in a safe condition any temporary
GP-40-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
connections necessary for ingress to and egress from abutting property or intersecting roads, streets
or highways,
The Contractor shall make his/her own estimate of all labor, materials, equipment, and incidentals
necessary for providing the maintenance of aircraft and vehicular traffic as specified in this
subsection. :
The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be
measured or paid for directly, but shall be included in the various contract items.
40-06 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 othelWise 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 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 ofthe work)
shall be utilized in the work as othelWise provided for in the contract and shall remain the property of
the owner when so utilized in the work.
40-07 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, he may at his/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,
b Remove such material from the site, upon written approval of the Engineer;
or
c Use such material for his/her own temporary construction on site; or,
d Use such material as intended by the terms of the contract.
GP-40-3
GP-40-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Should the Contractor wish to exercise option a., b., or c., he 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/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 his/her use of such material so used in the work or removed from
the site.
It is understood and agreed that the Contractor shall make no claim for delays by reason of his /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.
40-08 FINAL CLEANING UP. Upon completion ofthe 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. He
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,
40-09 ACCESS TO THE WORK. Access to the work will be via the access routes shown
on the plans or as directed by the Engineer. The Contractor shall identify access routes with suitable
signs, barricades and similar equipment.
The entire access route and construction site shall be kept free and clean of all debris at all times and
maintained in good repair by the Contractor. All damage to the access route caused by the actions of
the Contractor or his agents shall be immediately repaired to the satisfaction of the Owner,
No additional payment will be made to the Contractor for complying with the requirements ofthis
subsection.
No other access to the work sites will be permitted without written approval by the Engineer.
Contractor's vehicles and equipment, including vehicles and equipment of subcontractors and others
coming under the Contractor's control, will not be permitted to traverse other airfield areas or
pavements without written approval of the Engineer.
Contractor's vehicles, equipment, and materials may be stored in the area designated on the Plans,
Upon completion of the work, the storage area shall be cleaned up and returned to its original
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
condition to the satisfaction of the Engineer. No special payment will be made for clean up and
restoration of the storage area.
Space will be allotted by the Engineer for the use of employees of the Contractor and his
subcontractor(s) for the daily parking oftheir automobiles during the construction period. Personal
vehicles of employees and vehicles operated by vendors of goods or services will not be permitted
beyond the Contractor's parking area. Drivers of vehicles being operated beyond this area shall be
subject to loss of permission to enter the construction site.
END OF SECTION 40
GP-40-5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 50
CONTROL OF WORK
50-0 I 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. He shall decide all questions which
may arise as to the interpretation ofthe specifications or plans relating to the work, the fulfillment of
the contract on the part ofthe Contractor, and the rights of different Contractors on the project. 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.
50-02 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 hislher opinion, result in a finished product having a level of safety, economy,
durability, and workmanship acceptable to the owner, he will advise the owner of hislher
determination that the affected work be accepted and remain in place. . In this event, the Engineer
will document hislher determination and recommend to the owner a basis of acceptance which 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 good engineering
judgment and such tests or retests of the affected work as are, in hislher opinion, needed. Changes in
the contract price shall be covered by contract modifications (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 ofthe Contractor in accordance with the Engineer's written orders.
For the purpose ofthis 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 right to insist on strict
compliance with the requirements ofthe contract, plans, and specifications during the Contractor's
prosecution ofthe work, when, in the Engineer's opinion, such compliance is essential to provide an
acceptable finished portion of the work.
GP-50-1
GP-50-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide
the Engineer with the authority to use good engineering judgment in his/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 ofthe contract, plans and specifications.
50-03 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 resolving
conflicts, discrepancies, or errors in the various contract documents, the documents shall be given the
order of precedence, as follows: Contract, Supplemental Agreement, Change Order, Addenda,
Supplementary Conditions, Plans, Specifications, General Provisions. In case of discrepancy,
figured dimensions, unless obviously incorrect, shall govern over scaled dimensions. Cited
standards for materials or testing, and cited FAA Advisory Circulars shall be considered as standard
specifications.
Any table, gradation, size, dimension, rate, mix, method, nomenclature, pay item number, basis of
payment or method of measurement shown on the plans, which is at variance with the standard
specifications, shall be considered an amendment or supplement to the applicable specification.
The Contractor shall not take advantage of any apparent error or omission on the plans or
specifications. In the event the Contractor discovers any apparent error or discrepancy, he shall
immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be
final.
50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with five (5)
copies ofthe plans and specifications. He 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 and postage.
The Contractor shall give constant attention to the work to facilitate the progress thereof, and he shall
. cooperate with the Engineer and his/her inspectors and with other contractors in every way possible.
The Engineer shall allocate the work and designate the sequence of construction in case of
controversy between contractors. The Contractor shall have a competent superintendent on the work
at all times who is fully authorized as his/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/her authorized representative.
50-05 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 anyone project, each Contractor shall conduct
his/her 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.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
'I
Each Contractor involved shall assume all liability, financial or otherwise, in connection with his/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 by him because of the presence and
operations of other Contractors working within the limits of the same project.
The Contractor shall arrange his/herwork and shall place and dispose of the materials being used so
as not to interfere with the operations ofthe other Contractors within the limits ofthe same project.
He shall join his/her work with that of the others in an acceptable manner and shall perform it in
proper sequence to that ofthe others.
50-06 CONSTRUCTION LAYOUT AND STAKES. Utilizing the data shown on the plans
and/or furnished by the Engineer, the Contractor shall establish all horizontal and vertical controls
necessary to construct the work in conformance with the plans and specifications. The work shall
include performing all calculations required and setting all stakes needed, such as offset stakes,
reference point stakes, slope stakes, and other reference marks or points necessary to provide lines
and grades for construction.
The Contractor shall employ only competent personnel and utilize only suitable equipment in
performing layout work.
He shall not engage the services of any person or persons in the employ of the Engineer for
performance of layout work.
Adequate field notes and records shall be kept as layout work is accomplished. These field notes and
records shall be available for review by the Engineer as the work progresses and copies shall be
furnished to the Engineer at the time of completion ofthe project. Any inspection or checking of the
Contractor's field notes or layout work by the Engineer and the acceptance of all or any part thereof,
shall not relieve the Contractor of his responsibility to achieve the lines, grades, and dimensions
shown in the plans and specifications.
The cost of all stakes and the cost of performing layout work as described above shall be included in
the contract unit prices for the various items of work to which it is incidental.
50-07 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.
50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the owner
shall be authorized to inspect all work done and all material furnished. Such inspection may extend
to all or any part ofthe 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.
GP-50-3
GP-50-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as
foreman for the Contractor.
50-09 INSPECTION OF THE WORK. All materials and each part or detail of the work
shall be subject to insp€ction by the Engineer. 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.
Ifthe Engineer requests it, the Contractor, at any time before acceptance ofthe 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 ofthe 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 ofthe
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
representati ve 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 ofthe (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
which does not conform to the requirements of the contract, plans, and specifications will be
considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the
subsection 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 ofthe work, shall
be removed immediately and replaced in an acceptable manner in accordance with the provisions of
the subsection titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70.
Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the
plans or as given, 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 maybe ordered removed or replaced at the Contractor's expense,
Upon failure on the part ofthe Contractor to comply forthwith with any order ofthe Engineer made
under the provisions ofthis subsection, the Engineer will have authority to cause unacceptable work
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 which 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 hislher hauling equipment and shall correct such damage at
hislher own expense.
50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the
work during construction and until the work is accepted. This 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 sub grade previously constructed,
the Contractor shall maintain the previous course or sub grade 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 F AlLURE TO MAINTAIN THE WORK. Should the Contractor at any time fail to
maintain the work as provided in the subsection 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 Engineer 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 prosecution ofthe proj ect the
Contractor substantially completes a usable unit or portion of the work, the occupancy of which will
benefit the owner, he may request the Engineer to make final inspection ofthat unit. Ifthe Engineer
finds upon inspection that the unit has been satisfactorily completed in compliance with the contract,
GP-50-5
he may accept it as being completed, and the Contractor may be relieved of further responsibility for
that unit. Such partial acceptance and beneficial occupancy by the owner shall not void or alter any
provision of the contract.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
50-15 FINAL ACCEPTANCE. Upon due notice from the Contractor of presumptive
comp letion of the entire ptoj ect, the Engineer and owner will make an inspection. If all construction
provided for and contemplated by the contract is found to be completed 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 him for work or materials not clearly provided for in the
contract, plans, or specifications or previously authorized as extra work, he shall notify the Engineer
in writing ofhislher intention to claim such additional compensation before he begins the work on
which he 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 ofthe claim. When the work on which the
claim for additional compensation is based has been completed, the Contractor shall, within 10
calendar days, submit hislher 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.
50-17 RETEST OF WORK. When as provided for in the contract documents, the Owner
performs sampling and tests of the work and the tests show a failure to meet the requirements ofthe
contract documents, the expense of retesting, after reworking or substitution by the Contractor will
be at the expense ofthe Contractor and such costs will be deducted from the payments otherwise due
to the Contractor.
50-18 CORRECTION OF WORK AFTER FINAL PAYMENT, Neither the final certificate
nor payment, nor any provision in the contract documents shall relieve the Contractor of
responsibility for faulty materials or workmanship and, unless otherwise specified, he shall remedy
any defect due thereto and pay for any damage to other work resulting therefrom, which shall appear
within a period of one year from date of final acceptance. Wherever the word "acceptance" occurs, it
shall be understood to mean final acceptance,
GP-50-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The Owner shall give notice of observed defects with reasonable promptness. Ifthe Contractor fails
to remedy any failure, defect, or damage within a reasonable time after the 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. With respect to all warranties, expressed or implied, from subcontractors,
manufacturer, or suppliers for work performed and materials furnished under this Contractor, the
Contractor shall:
a Obtain all warranties that would be given in normal commercial practice;
b Require all warranties to be executed, in writing, for the benefit ofthe Owner.
END OF SECTION 50
GP-50-7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 60
CONTROL OF MATERIALS
60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used on
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 ofthe 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
started. 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.
60-02 SAMPLES. TESTS. AND CITED SPECIFICA nONS. 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, tests in accordance with the cited standard methods of AASHTO or ASTM
which are current on the date of advertisement for bids will be made by and at the expense of the
owner. Samples will be taken by a qualified representative of the owner. All materials being used
are subj ect to inspection, test, or rej ection at any time prior to or during incorporation into the work.
Copies of all tests will be furnished to the Contractor's representative at his/her request.
In the event that any tests show a failure to meet the requirements of the contract document, the
expense of retesting, after substitution or modification by the Contractor, will be at the expense of
the Contractor and such costs will be deducted from the payments otherwise due to the Contractor.
The Contractor shall give sufficient notification of the placing of orders for materials to permit
testing,
60-03 CERTIFICA nON 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.
GP-60-1
GP-60-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
t
I
I
Materials or assemblies used on the basis of certificates of compliance maybe 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 pe 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, he 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.
60-04 PLANT INSPECTION. The Engineer or hislher 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 hislher
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 ofthe Contractor and
the producer with whom he has contracted for materials.
, b The Engineer shall have full entry at all reasonable times to such parts ofthe
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.
I
I
I
I
I
I
I
I
I
I'
I
I
I
I
I
I
I
I
I
It is understood and agreed that the owner shall have the right to retest any material which 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 ofthe
contract, plans, or specifications.
60-05 ENGINEER'S FIELD OFFICE AND LABORATORY. When specified and provided
for as a contract item, the Contractor shall furnish a building for the exclusive use ofthe Engineer as
a field office and field testing laboratory. The building shall be furnished and maintained by the
Contractor as specified herein and shall become property of the Contractor when the contract work is
completed.
60-06 STORAGE OF MATERlALS. 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 so as
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
ptherwise shown on the plans, the storage of materials and the location ofthe 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/her entire expense, except as otherwise agreed to (in writing) by the owner or lessee
of the property.
60-07 UNACCEPTABLE MA TERlALS. 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 ofthe
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.
60-08 OWNER FURNISHED MATERIALS. The Contractor shall furnish all materials
required to complete the work, except those specified herein (if any) to be furnished by the owner.
Owner- furnished materials shall be made available to the Contractor at the location specified herein.
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,
GP-60-3
GP-60-4
I
I
I
I
I
I
I
I
I
'I
I
I
I
I
I
I
I
I
,I
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 which 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 inclUTed 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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 70
LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC
70-01 LA WS TO BE OBSERVED. The Contractor shall keep fullyinfonnedofallFederal
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. He 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 hislher 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
himself or his/her employees.
If the Contractor observes that the drawings and specifications are at variance with any laws, codes,
ordinances, and regulations, he shall promptly notify the Engineer in writing, and any necessary
changes shall be adjusted as provided in the contract for changes in the work. If the Contractor
performs any work contrary to such laws, codes, ordinances, and regulations, and without such notice
to the Engineer, he shall bear all costs arising therefrom.
70-02 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 prosecution of the work.
70-03 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, he shall provide for such use by suitable legal agreement with the patentee or owner. The
Contractor and the surety shall indemnify and save 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 prosecution or after the completion ofthe work.
70-04 RESTORA nON 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.
Except as indicated on the plans or contract documents, 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.
GP-70-1
Should the owner of public oqrivate utility service, FAA, or NOAA facility, or a utility service of
another government agency bellllthorized to construct, reconstruct, or maintain such utility service or
facility during the progress cfflhe work, the Contractor shall cooperate with such owners by
arranging aud penonning tDr work in this contract so as to facilitate such construction,
reconstruction or maintenance~ others whether or not such work by others is listed above. When
ordered as extra work by the Eqpneer, the Contractor shall make all necessary'repairs to the work
which are due to such authoria:d. work by others, unless otherwise provided for in the contract,
plans, or specifications.
It is understood and agreed that"'e Contractor shall not be entitled to make any claim for damages
due to such authorized work b,others or for any delay to the work resulting from such authorized
work.
70-05 FEDERAL AND STATE AID PARTICIPATION. For AlP contracts, the United
States Government has agreed.. reimburse the owner for some portion of the contract costs. Such
reimbursement is made from - to time upon the owner's (sponsor's) request to the FAA. In
consideration of the United St'*s'6overnment's (FAA's) agreement with the owner, the owner has
included provisions in this con_pursuant to the requirements of the Airport hnprovement Act of
1982, as amended by the AirpOlfand Airway Safety and Capacity Expansion Acts of 1987 and 1990,
and the Rules and Regulations afthe FAA that pertain to the work.
As required by the Act, the CO_t work is subject to the inspection and approval of duly authorized
representatives of the AdminiSlr>lor, FAA, and is further subj ect to those provisions of the rules and
regulations that are cited in thecontract, plans, or specifications.
No requirement of the Act, the mles and regulations imp lementing the Act, 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.
The attention of the Contractor isalso invited to the fact that the State in which this project is located
will pay a portion of the cost of this improvement In accordance with said State's rules and
regulations, work will be Subject to such inspection of the State, or its representative, as deemed
necessary to protect the inleresls of the people of the State. The Contractor shall furnish the
inspecting party with every rellSOnable assistance to ascertain whether or not the requirements and
intent of the contract are being met. Such inspections will in no way infer that the State is party to
the contract, except for those contracts wherein the State is a signatory.
70-06 SANITARY, HEALTH. AND SAFETY PROVISIONS. The Contractor shall
provide and maintain in a neat sanitary condition such accommodations for the use of hislher
employees as may be necessary to comply with the requirements of the statc and local Board of
Health, or of other bodies or tribunals having jurisdiction.
Attention is directed to Federal, state, aud local laws, rules and regulations conceming constructiou
safety and health standards. The Contractor shall not require any worker to work in surroundings or
under conditions which are unsanitary, hazardous, or dangerous to hislher health or safety.
GP-70-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I,
I
I
I
I,
I
I
I
I
I
I
I
I
I
I
70-07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control hislher
operations and those ofhis/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/her own operations and those of hislher subcontractors and all suppliers in
accordance with the subsection 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 titled LIMITATION OF OPERATIONS of Section 80 hereinafter.
The Contractor shall provide initial and continuing instructions to all supervisors, employees,
subcontractors, and suppliers to enable them to conduct their work in a manner that will provide the
maximum safety with the least hindrance to air and ground traffic, the general public, airport
employees, and to the workmen employed on the site.
All safety provisions specified by the plans and documents or received from the Project Engineer,
and those required by laws, codes and ordinances, shall be thoroughly disseminated and rigidly
enforced.
70-08 BARRICADES. W ARNlNG 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.
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 of
Uniform Traffic Control Devices for Streets and Highways (published by the United States
Government Printing Office).
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 AC 150/5340-1F, Marking of Paved Areas on Airports.
The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches,
excavations, temporary stock piles, and hislher 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 150/5370-2C, Operational Safety on Airports During Construction. The
Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable
conformance to AC 150/5370-2C.
The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior
to commencing work which requires such erection and shall maintain the barricades, warning signs,
and markings for hazards until their dismantling is directed by the Engineer.
Open-flame type lights shall not be permitted within the air operations areas ofthe airport.
GP-70-3
70-09 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution
ofthe 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 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 ofthe work ofhislher 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 of the airport
property.
70-10 PROTECTION AND RESTORA nON 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
prosecution of the work, resulting from any act, omission, neglect, or misconduct in his/her manner
or method of executing the work, or at any time due to defective work or materials, and said
responsibility will not be released until the project shall have 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 nonexecution thereof by the Contractor, he shall restore, at hislher 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 he shall make good such damage or injury in an
acceptable manner.
Work that is to remain in place which is damaged or defaced by reasons of work performed under
this contract, shall be restored at no additional cost to the Owner.
Items removed, indicated to be salvaged for Owner or reused in new work, which are damaged
beyond repair, shall be replaced with equal new materials under this contract at no additional cost to
the Owner.
It is recognized that the Owner will incur the costs for employees' salaries, engineering fees, and
otherwise in connection with the damage and inspection and repair of any such damage, caused by
the Contractor; consequently, the Owner may incur loss of income by reason of the diversion of
aircraft traffic from the airport resulting from interruption of the use of airport facilities; and that
such expenses and loss of income are not measurable now and may not be reasonably ascertainable at
the time of any incident caused by the Contractor. The Owner and the Contractor hereby agree to the
assessment of liquidated damages in lieu of such expenses or other damages incurred by the Owner.
GP-70-4
I
I
,I
I
I
I
I
I
,I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
In addition to the obligation ofthe Contractor to immediately repair any cables or facilities damaged
by the Contractor, as set forth above, the sum of not greater than $1,000.00 per incident may be
deducted from any money due the Contractor, or if no money is due the Contractor, the Owner shall
have the right to recover said sum or sums from the Contractor, from the surety, or from both, The
amount ofthese deductions is to cover liquidated damages to the sponsor incurred by additional and
other expenses and damages arising from the incident or incidents caused by the Contractor, and
such deductions are not considered as penalties.
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 ofthe 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
hislher contract as may be considered necessary by the owner for such purpose may be retained for
the use of the owner or, in case no money is due, hislher surety may be held until such suit or suits,
action or actions, claim or claims for injuries or damages as aforesaid 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 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 the public or any member thereof a third party beneficiary or to authorize anyone
not a party to the contract to maintain 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 ofthe contract work for the beneficial occupancy ofthe owner
prior to completion ofthe 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 ofthe work
on or before the date specified or as otherwise specified. The Contractor shall make hislher own
estimate of the difficulties involved in arranging his/her work to permit such beneficial occupancy by
the owner.
Upon completion of any portion ofthe work indicated on the drawing, such portion shall be accepted
by the owner in accordance with the subsection 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 ofthe work to public traffic on a temporary
or intermittent basis, such openings shall be made when, in the opinion ofthe 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 ofthe
portion of the work so opened or a waiver of any provision of the contract. Any damage to the
GP-70-5
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/her expense.
I
,I
I
I
I
I
t
I
I
I
I
I
I
I
I
I
I
I
I
The Contractor shall make his/her own estimate ofthe 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.,
70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the Engineer's final
written acceptance of the entire completed work, excepting only those portions ofthe work accepted
in accordance with the subsection 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 nonexecution ofthe 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/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,
seedings, and soddings furnished under his/her 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 titled RESTORATION OF SURFACES DISTURBED
BY OTHERS of this 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 ofthe work. In addition, the Contractor shall control his/her 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.
It is understood and agreed that the owner does not guarantee the accuracy or the completeness ofthe
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 his/her responsibility to protect such existing features from damage or
unscheduled interruption of service.
Prior to commencing the work in the general vicinity of an existing utility service or facility, the
Contractor shall notify each owner of his/her plan of operation. If, in the Contractor's opinion, the
GP-70-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 day's notice hereinabove provided shall be cause for the
Engineer 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 excavation methods acceptable to the Engineer within
3 feet 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, he 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 hislher operations whether or not due to negligence or accident. The (contract) owner
reserves the right to deduct such costs from any monies due or which may become due the
Contractor, or hislher surety.
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 to him by this contract, there shall
be no liability upon the Engineer, hislher 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 ofthe work, the owner will
expeditiously make final inspection and notify the Contractor of final acceptance, Such final
acceptance, however, shall not preclude or estop the owner from correcting any measurement,
estimate, or certificate made before or after completion of the work, nor shall the owner be precluded
or estopped from recovering from the Contractor or hislher surety, or both, such overpayment as may
be sustained, or by failure on the part of the Contractor to fulfill hislher obligations under the
contract. A waiver on the part ofthe 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 ofthe 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.
GP-70-7
1 All work of water pollution and siltation .control is subject to
inspection by the local and/or state governmental enforcing agent.
GP-70-8
I
I
I
I
I
I
I
I
I
I
I
I'
I
I
I
I
,
I
I
70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal,
state, and local laws and regulations controlling pollution of the environment. He 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.
In the event of conflict between Federal, State or local laws, codes, ordinances, rules and regulations
concerning pollution control, the most restrictive applicable ones shall apply.
The Contractor shall pay special attention to the pollution control requirements of the several
specifications. Work items which may cause excessive pollution and shall be closely controlled by
the Contractor are:
a Clearing, grubbing, burning or other disposal.
b Stripping, excavation, and embankment.
c Drainage and ditching.
d Aggregate production, handling and placing.
e Cement, lime, or other stabilization.
f Concrete and bituminous materials handling, production, and paving.
g Seeding, fertilizing, mulching and use of herbicides or insecticides.
h Contractor's own housekeeping items; haul roads; sanitary facilities; water
supply; equipment fueling; servicing and cleaning; job clean up and disposal.
When the contractor submits his,tentative progress schedule in accordance with PROSECUTION
and PROGRESS, Section 80, he shall also submit for acceptance of the project engineer, his
schedules for accomplishment of temporary and permanent erosion control work, as are applicable
for clearing, grading, structures at watercourses, construction, and paving, and his proposed method
of erosion control on haul roads and borrow pits and his plan for disposal of waste materials, No
work shall be started until the erosion control schedules and methods of operations have been
accepted by the Engineer.
The following listed stipulations shall apply to this contract unless more restrictive ones are specified
by the plans, special provisions, laws, codes, ordinances, etc, Cost of pollution control shall be
incidental to the appropriate work items unless otherwise specified.
a Control of Water Pollution and Siltation.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2
All applicable regulations of fish and wildlife agencies and statutes
relating to the prevention and abatement of pollution shall be
complied with in the performance of the contract.
3
Construction operations shall be conducted in such manner as to
reduce erosion to the practicable minimum and to prevent damaging
siltation of watercourses, streams, lakes or reservoirs. The surface
area of erodible land, either on or off the airport site, exposed to the
elements by clearing, grubbing or grading operations, including
gravel pits, waste or disposal areas and haul roads, at anyone time,
for this contract, shall be subject to approval ofthe Engineer and the
duration of such exposure prior to final trimming and finishing ofthe
areas shall be held to the minimum practical. The Engineer shall
have full authority to order the suspension of grading and other
operations pending adequate and proper performance of trimming,
finishing and maintenance work or to restrict the area of erodible land
exposed to the elements.
4
Materials used for permanent erosion control measures shall meet the
requirements of the applicable specifications. Gravel or stone,
consisting of durable particles of fines, shall be used for construction
pads, haul roads and temporary roads in or across streams.
5
Where called for on the plans, a stilling basin shall be constructed to
prevent siltation in the stream from construction operations.
6
The disturbance of lands and waters that are outside the limits of
construction as staked is prohibited, except as found necessary and
approved by the Engineer.
7
The Contractor shall conduct his work in such manner as to prevent
the entry of fuels, oils, bituminous materials, chemicals, sewage or
other harmful materials into streams, rivers, lakes or reservoirs.
8
Water from aggregate washing or other operations containing
sediment shall be treated by filtration, by use of a settling basin or
other means to reduce the sediment content to a level acceptable to
the local and/or state governmental enforcing agent.
9
All waterways shall be cleared as soon as practicable of falsework,
piling, debris or other obstructions placed during construction
operations and not a part of the finished work. Care shall be taken
during construction and removal of such barriers to minimize the
muddying of a stream.
GP-70-9
10 The Contractor shall care for the temporary erosion and siltation
control measures during the period that the temporary measures are
required and for the permanent erosion control measures until the
contract has been completed and accepted. Such care shall consist of
the repair of areas damaged by erosion, wind, fire or other causes,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
11 Permanent and temporary erosion control work that is damaged due
to the Contractor's operations or where the work required is attributed
to the Contractor's negligence, carelessness, or failure to install
permanent controls at the proper time, shall be repaired at the
Contractor's expense.
b
Open Burning of Combustible Wastes.
1 The Contractor shall obtain a burning permit from local authorities,
where applicable, prior to any burning.
2 All burning shall conform to the conditions ofthe permit, except that
the conditions herein shall apply if they are more restrictive.
3 No tires, oils (except atomized fuels applied by approved equipment),
asphalt, paint, or coated metals shall be permitted in combustible
waste piles.
4 Burning will not be permitted within 1,000 feet of a residential or
built-up area nor within 100 feet of any standing timber or flammable
growth unless otherwise specified.
5 Burning shall not be permitted unless the prevailing wind is away
from a nearby town or built-up area,
6 Burning shall not be permitted during a local air inversion or other
climatic condition as would result in a pall of smoke over a nearby
town or built-up area.
7 Burning shall not be permitted when the danger of brush or forest
. fires is made known by Federal, State, or local officials.
8 The size and number of fires shall be restricted to avoid the danger of
brush or forest fires. Burning shall be done under surveillance of a
watchman who shall have fire-fighting equipment and tools readily
available.
c
Control of Other Air Pollutants
1 Minimum possible areas of open grading, borrow or aggregate
excavation shall be exposed at one time, consistent with the progress
of the work,
GP-70-1O
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2 Grading areas shall be kept at proper moisture conditions.
3 Sand or dust blows shall be temporarily mulched, with or without
seeding, or otherwise controlled with stabilizing agents.
4 Cements, fertilizers, chemicals, volatiles, etc" shall be stored in
proper containers or with proper coverings to prevent accidental
discharge into the air.
5 Aggregate bins, cement bins, and dry material batch trucks shall be
properly covered to prevent loss of material to the air.
6 Drilling, grinding, and sand blasting apparatus shall be equipped with
water, chemical, or vacuum dust controlling systems except where
otherwise permitted by the Engineer in writing.
7 Applications of chemicals and bitumens shall be held to
recommended rates.
8 Bituminous mixing plants shall be equipped with dust collectors as
noted in the specifications.
9 Quarrying, batching, and mixing operations and the transfer of
materials between trucks, bins, or stockpiles shall be properly
controlled to minimize dust diffusion.
10 When necessary, certain operations shall be delayed lUltil proper wind
or climatic conditions exist to dissipate or inhibit potential pollutants
to the satisfaction of the Project Engineer.
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.
Should the Contractor encounter, during his/her operations, any building, part of a building,
structure, or object which is incongruous with its surroundings, he shall immediately cease
operations in that location and notify the Engineer. The Engineer will immediately investigate the
Contractor's finding and will direct the Contractor to either resume his/her operations or to suspend
operations as directed.
Should the Engineer 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 modification (change order or supplemental agreement) as
provided in the subsection titled EXTRA WORK of Section 40 and the subsection titled PAYMENT
FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If appropriate, the contract
GP-70-11
GP-70-12
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
modification shall include an extension of contract time in accordance with the subsection titled
DETERMINA nON AND EXTENSION OF CONTRACT TIME of Section 80.
END OF SECTION 70
I
I
I
I
I
I
I
I
I
I
I
I
I
'I
I
I
I
I
I
SECTION 80
PROSECUTION AND PROGRESS
80-01 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.
Should the Contractor elect to assign his/her contract, said assignment shall be concurred in by the
surety, shall be presented for the consideration and approval ofthe owner, and shall be consummated
only on the written approval ofthe Owner. In case of approval, the Contractor shall file copies of all
subcontracts with the Engineer.
80-02 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 ofthe time actual construction operations will begin,
80-03 PROSECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall
submit hislher 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 ofthe
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 hislher operations to provide such additional materials, equipment, and labor necessary
to meet the revised schedule. Should the prosecution ofthe work be discontinued for any reason, the
Contractor shall notify the Engineer at least 24 hours in advance of resuming operations.
For AIP contracts, the Contractor shall not commence any actual construction prior to the date on
which the notice to proceed is issued by the owner.
80-04 LIMITATION OF OPERATIONS. The Contractor shall control hislher operations
and the operations of his/her subcontractors and all suppliers so as to provide for the free and
unobstructed movement of aircraft in the AIR OPERATIONS AREAS of the airport,
When the work requires the Contractor to conduct his/her operations within an AIR OPERATIONS
AREA ofthe airport, the work shall be coordinated with airport management (through the Engineer)
at least 48 hours prior to commencement of such work. The Contractor shall not close an AIR
OPERATIONS AREA until so authorized by the Engineer and until the necessary temporary
GP-80-1
GP-80-2
I
I
I
I
I
I
I
I
I
I
I
I
,
I
I
I
I
I
I
marking and associated lighting is in place as provided in the subsection titled BARRICADES,
WARNING SIGNS, AND HAZARD MARKINGS of Section 70.
When the contract work requires the Contractor to work within an AIR OPERA nONS AREA of the
airport on an intermittent basis (intermittent opening and closing of the AIR OPERATIONS AREA),
the Contractor shall maintain constant communications as hereinafter specified; immediately obey all
instructions to vacate the AIR OPERATIONS AREA; immediately obey all instructions to resume
work in such AIR OPERATIONS AREA. Failure to maintain the specified communications or to
obey instructions shall be cause for suspension of the Contractor's operations in the AIR
OPERATIONS AREA until the satisfactory conditions are provided.
80-05 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 a subcontractor who, 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 ofthe 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 the approval of the
Engineer.
Should the Contractor fail to remove such person or persons or fail to furnish suitable and sufficient
personnel for the proper prosecution of the work, the Engineer may suspend the work by written
notice until compliance with such orders.
All equipment which 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 ofthe 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, he 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 ofthe 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 does not meet contract requirements, the Contractor shall
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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.
The failure to provide adequate labor and equipment may be considered cause for terminating the
contract.
80-06 TEMPORARY SUSPENSION OF THE WORK. The Engineer shall have the
authority to suspend the work wholly, or in part, for such period or periods as he may deem
necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the
prosecution 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 Engineer, 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 ofthe Engineer's order to suspend work to the effective date ofthe
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/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
Contractor, 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.
He 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.
80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of
calendar 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:
CONTRACT TIME based on CALENDAR DAYS shall consist ofthe 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 nonwork days. All calendar days elapsing
between the effective dates ofthe Engineer's orders to suspend and resume all work, due to
causes not the fault of the Contractor, shall be excluded.
GP-80-3
GP-80-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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.
If the Contractor finds it impossible for reasons beyond hislher control to complete the work within
the contract time as specified, or as extended in accordance with the provisions of this subsection, he
may, at any time prior to the expiration ofthe contract time as extended, make a written request to
the Engineer for an extension of time setting forth the reasons which he believes will justify the
granting ofhislher request. The Contractor's plea that insufficient time was specified is not a valid
reason for extension of time. If the Engineer finds that the work was delayed because of conditions
beyond the control and without the fault ofthe Contractor, he may extend the time for completion in
such amount as the conditions justify. The extended time for completion shall then be in full force
and effect, the same as though it were the original time for completion.
80-08 FAILURE TO COMPLETE ONTlME. For each calendar day that any work remains
uncompleted after the contract time (including all extensions and adjustments as provided in the
subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME ofthis Section),
liquidated damages will be deducted from any money due or to become due the Contractor or hislher
surety, in the amount specified in the Supplementary Conditions. Such deducted swns shall not be
deducted as a penalty but shall be considered as liquidation of a
reasonable portion of damages that will be incurred by the owner should the Contractor fail to
complete the work in the time provided in his/her contract.
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.
80-09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be
considered in default of his /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 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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
d Discontinues the prosecution of the work, or
e Fails to resume work which has been discontinued within a reasonable time
after notice to do so, or
f Be'comes insolvent or is declared bankrupt, or commits any act of bankruptcy
or insolvency, or .
g Allows any final judgment to stand against him unsatisfied for a period of 10
days, or
h Makes an assignment for the benefit of creditors, or
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 hereinbefore, he
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 ofthe 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 prosecution of the work out of the
hands ofthe 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 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 thereofby 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
prosecution 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
GP-80-5
GP-80-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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/her
responsibilities for the completed work nor shall it relieve his/her surety of its obligation for and
concerning any just claim arising out of the work performed,
The Engineer and the Owner shall be given full access to all books, cost records, correspondence and
papers of the Contractor relating to the contract in order to determine amounts to be paid the
Contractor due to any termination of the contract.
END OF SECTION 80
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 90
MEASUREMENT AND PAYMENT
90-0 I MEASUREMENT OF QUANTITIES, All work completed under the contract will be
measured by the Engineer, or hislher authorized representatives, using United States Customary
Units of Measurement.
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 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 Contractor shall retain surveyor(s) accompanied and supervised by registered land
surveyor( s) in the State where the proj ect is located to provide cross-sectional data to the Engineer to
assist him in checking and computation of earthwork quantities.
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 inches.
The term "ton" will mean the short ton consisting of2,000 pounds avoirdupois. All materials which
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 be 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.
GP-90-1
GP-90-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 to the Engineer, 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 may be weighed, and such weights will be converted to cubic yards 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 or ton. When measured by volume, such
volumes will be measured at 60 degrees F or will be corrected to the volume at 60 degrees Fusing
ASTM D 4311 for asphalts or ASTM D 633 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.
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 or hundredweight.
Timber will be measured by the thousand feet board measure (M.F.B.M.) 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 titled
PAYMENT FOR EXTRA AND FORCE ACCOUNT 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 gage, 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,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 one-half percent 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 percent of the
nominal rated capacity of the scale, but not less than I pound. 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 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 weighing-accuracy test will be reduced by
the percentage of error in excess of one-half of I percent.
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.
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 ofthe
work will be made, unless the dimensions of said portions of the work shown on the plans are
revised by the Engineer. Ifrevised 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.
90-02 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 prosecution thereof, subject to the
provisions of the subsection titled NO WANER OF LEGAL RIGHTS of Section 70.
GP-90-3
GP-90-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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.
90-03 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 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/her unbalanced
allocation of overhead and profit among the contract items, or from any other cause.
90-04 PAYMENT FOR OMITTED ITEMS, As specified in the subsection 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 nonperform 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 ofthe
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.
90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. Extra work,
performed in accordance with the subsection 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. When the change order or supplemental agreement authorizing the extra
work requires that it be done by force account, such force account shall be measured and paid for as
follows:
a Labor. For all labor (skilled and unskilled) and foremen in direct charge of a
specific force account item, the Contractor shall receive the rate of wage (or
scale) for every hour that such labor or foreman is actually engaged in the
specified force account work. Such wage (or scale) shall be agreed upon in
writing before the beginning of the work.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The Contractor shall receive the actual costs paid to, or in behalf of, workers
by reason of subsistence and travel allowances, health and welfare benefits,
pension fund benefits or other benefits, when such amounts are required by
collective bargaining agreement or other employment contract generally
applicable to the classes of labor employed on the work.
An amount equal to 15 percent of the sum of the above items will also be
paid to the Contractor.
b
Insurance and Taxes. For property damage, liability, and workmen's
compensation insurance premiums, unemployment insurance contributions,
and social security taxes on the force account work the Contractor shall
receive the actual cost, to which cost (sum) 5 percent will be added. The
Contractor shall furnish satisfactory evidence ofthe rate or rates paid for such
insurance and taxes.
c
Materials, For materials accepted by the Engineer and then used, the
Contractor shall receive the actual cost of such materials delivered on the
work, including transportation charges paid by him (exclusive of machinery
rentals as hereinafter set forth), to which cost (sum) 15 percent will be added.
d
EQuit>ment. For any machinery or special equipment (other than small tools)
including fuel and lubricants, plus transportation costs, the use of which has
been authorized by the Engineer, the Contractor shall receive the rental rates
agreed upon in writing before such work is begun for the actual time that
such equipment is committed. to the work, to which rental sum 15 percent
will be added,
e
Miscellaneous. No additional allowance will be made for general
superintendence, the use of small tools, or other costs for which no specific
allowance is herein provided.
f
Comparison of Record, The Contractor and the Engineer shall compare
records of the cost of force account work at the end of each day. Agreement
shall be indicated by signature of the Contractor and the Engineer or their
duly authorized representatives.
g
Statement. No payment will be made for work performed on a force account
basis until the Contractor has furnished the Engineer with duplicate itemized
statements of the cost of such force account work detailed as follows:
1 Name, classification, date, daily hours, total hours, rate and extension
for each laborer and foreman.
2 Designation, dates, daily hours, total hours, rental rate, and extension
for each unit of machinery and equipment.
GP-90-5
3 Quantities of materials, prices, and extensions.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
4 Transportation of materials.
5 Cost of property damage, liability and workman's compensation
insurance premiums, unemployment insurance contributions, and
social security tax.
Statements shall be accompanied and supported by a receipted invoice for all
materials used and transportation charges. However, if materials used on the
force account work are not specifically purchased for such work but are taken
from the Contractor's stock, then in lieu of the invoices the Contractor shall
furnish an affidavit certifying that such materials were taken from hislher
stock, that the quantity claimed was actually used, and that the price and
transportation claimed represent the actual cost to the Contractor.
The additional payment, based on the percentages specified above, shall
constitute full compensation for all items of expense not specifically provided
for the force account work. The total payment made as provided above shall
constitute full compensation for such work.
90-06 PARTIAL PAYMENTS. Partial payments will be made at least once each month as
the work progresses. Said payments will be based upon estimates prepared by the Engineer ofthe
value of the work performed and materials complete 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 titled PAYMENT FOR
MATERIALS ON HAND of this section.
No partial payment will be made when the amount due the Contractor since the last estimate
amounts to less than five hundred dollars.
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. The balance (90
percent) of the amount payable, less all previous payments, shall be certified for payment.
When not less than 95 percent of the work has been completed the. Engineer may, at hislher
discretion and with the consent of the surety, prepare an estimate from which will be retained 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.
GP-90-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
,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 titled ACCEPTANCE AND FINAL PAYMENT of this section.
90-07 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 ofthe 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.
d The Contractor has furnished the owner legal title (free of liens or
encumbrances of any kind) to the material so stored or stockpiled, if
requested.
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 anytime 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 /her responsibility for furnishing and
placing such materials in accordance with the requirements ofthe 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.
90-08 ACCEPTANCE AND FINAL PAYMENT. When the contract work has been
accepted in accordance with the requirements of the subsection titled FINAL ACCEPTANCE of
Section 50, the Engineer will prepare the final estimate ofthe items of work actually performed. The
Contractor shall approve the Engineer's final estimate or advise the Engineer of his /her objections to
the final estimate which are based on disputes in measurements or computations of the final
GP-90-7
GP-90-8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 titled CLAIMS FOR
ADJUSTMENT AND DISPUTES of Section 50.
After the Contractor has approved, or approved under protest, the Engineer's final estimate, 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.
Ifthe Contractor has filed a claim for additional compensation under the provisions ofthe subsection
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. Upon final adjudication of such claims, any additional
payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate.
Prior to final payment the Contractor shall submit to the Owner a sworn affidavit that all bills for
labor, materials, equipment, service, subcontractors and incidentals have been paid and that there are
no suits pending in connection with the work done or labor and materials furnished under the
contract.
END OF SECTION 90
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 100
CONTRACTOR QUALITY CONTROL PROGRAM
100-01 GRNRR AT.. 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 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
herein 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, his/her
understanding of the quality control requirements. The Contractor shall not begin any construction
or production of materials to be incorporated into the completed work until the Quality Control
Program has been reviewed by the Engineer. No partial payment will be made for materials subject
to specific quality control requirements until the Quality control Program has been reviewed.
The quality control requirements contained in this section and elsewhere in the contract technical
specifications are in addition to and separate from the acceptance testing requirements. Acceptance
testing requirements are the responsibility of the Engineer.
lllil-02
DF-SCRIPTION OF PROGRAM.
a. General Description. The Contractor shall establish a Quality Control Program to
perform inspection and testing of all items of work required by the technical specifications,
including those performed by subcontractors. This Quality Control Program shall ensure
conformance to applicable specifications and plans with respect to materials, workmanship,
construction, finish, and functional performance., The Quality Control Program 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
GP-IOO-l
GP-100-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Program in a written document which shall. be reviewed by the Engineer prior to the start of any
production, construction, or off-site fabrication. The written Quality Control Program shall be
submitted to the Engineer for review at lease 7 calendar days before the preconstruction conference.
The Quality Control Program shall be organized to address, as a minimum, the following items:
a. Quality control organization;
b. Project progress schedule;
c. Submittals schedule;
d. Inspection requirements;
e. Quality control testing plan;
f. Documentation of quality control activities; and
g. Requirements for corrective action when quality control and/or acceptance criteria
are not met.
The Contractor is encouraged to add any additional elements to the Quality Control Program that
he/she deems necessary to adequately control all production and/or construction processes required
by this contract.
100-0~ QlJAI.ITY CONTROl, ORGANIZATION. The Contractor's 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 utilized for
specific inspection and testing functions for different items of work. If an outside organization or
independent testing laboratory is used for implementation of all or part of the Quality Control
Program, the personnel assigned shall be subject to the qualification requirements of paragraph
100-03a and 100-03b. The organizational chart shall indicate which personnel are Contractor
employees and which are provided by an outside organization.
The quality control organization shall consist ofthe following minimum personnel:
a. Program Administrator. The Program Administrator shall be a full-time
employee of the Contractor, or a consultant engaged by the Contractor. The Program Administrator
shall have a minimum of 5 years of experience in airport and/or highway construction and shall
have had prior quality control experience on a project of comparable size and scope as the contract.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Additional qualifications for the Program Administrator shall include at least 1 of the following
requirements:
(1) Professional engineer with year of airport paving experience acceptable to the
Engineer.
(2) Engineer-in-training with 2 years of airport paving experience acceptable to the
Engineer.
(3) An individual with 3 years of highway and/or airport paving experience acceptable
to the Engineer, with a Bachelor of Science Degree in Civil Engineering, Civil
Engineering Technology or Construction,
(4) Construction materials technician certified at Level ill by the National Institute for
Certification in Engineering Technologies (NICET).
(5) Highway materials technician certified at Level III NICET,
(6) Highway construction technician certified at Level ill by NICET.
(7) A NICET certified engineering technician in Civil Engineering Technology with 5
years of highway and/or airport paving experience acceptable to the Engineer.
The Program Administrator shall have full authority to institute any and all actions necessary for the
successful implementation of the Quality control Program to ensure compliance with the contract
plans and technical specifications. The Program Administrator shall report directly to a responsible
officer of the construction firm. The Program Administrator may supervise the Quality Control
Program on more than one project provided that person can be at the job site within 2 hours after
being notified of a problem.
b. Quality Control Technicians. A sufficient number of quality control technicians
necessary to adequately implement the Quality control Program shall be provided. These persOlll1el
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 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 Section 100-06,
(2) Performance of all quality control tests as required by the technical specifications and
Section 100-07.
GP-100-3
GP-lOO-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Certification at an equivalent level, by a state or nationally. recognized organization will be
acceptable in lieu ofNICET 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,
100-04 PRO.JF,CT PROGRF,SS SCRF,DITl ,K The Contractor shall submit a coordinated
construction schedule for all work activities. The schedule shall be prepared as a network diagram
in Critical Path Method (CPM), PERT, or other format, or as otherwise specified in the contract.
As a minimum, it shall provide information on the sequence of work activities, milestone dates, and
activity duration.
The Contractor shall maintain the work schedule and provide an update and analysis of the progress
schedule on a 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.
100-05 SnRMTTT A T.S SeRF,DnT .K The Contractor shall submit a detailed listing of all
submittals (e.g., mix designs, material certifications) and shop drawings required by the technical
specifications. The listing can be developed in a spreadsheet format and shall include:
a. Specification item number;
b. Item description;
c. Description of submittal;
d. Specification paragraph requiring submittal; and
e. Scheduled date of submittal.
100-06 TNSPF,CTTON RF,QlTTRRMRNTS. Quality control inspection functions shall be
organized to provide inspections for all definable features of work, as detailed below. All
inspections shall be documented by the Contractor as specified by Section 100-07.
Inspections shall be 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 utilized to ensure the quality of aggregates and other mix components, and to
adjust and control mix proportioning to meet the approved mix design and other requirements of
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
the technical specifications. All equipment utilized in proportioning and mixing shall be inspected
to ensue its proper operating condition. The Quality Control Program shall detail how these and
other quality control functions will be accomplished and utilized.
b. During field operations, quality control test results and periodic inspections shall be
utilized to ensure the quality of all materials and workmanship. All equipment utilized in placing,
finishing, and compacting shall be inspected to ensure its proper operating condition and to ensure
that all such operations are in conformance to the technical specifications and are within the plan
dimensions, lines, grades, and tolerances specified. The Program shall document how these and
other quality control functions will be accomplished and utilized.
100-07 QUAI "TV CONTROl. TRSTING PI ,AN. As 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 (e.g., P-401);
b. Item description (e.g., Plant Mix Bituminous Pavements);
c. Test type (e.g., gradation, grade, asphalt content);
d. Test standard (e.g., ASTM or AASHTO Test number, as applicable);
e. Test frequency (e.g., as required by technical specifications or minimum frequency
when requirements are not stated);
f Responsibility (e.g., plant technician); and
g. Control requirements (e.g., target, permissible deviations).
The testing plan shall contain a statistically-based procedure of random sampling for acquiring test
samples in accordance with ASTM D 3665. The Engineer shall be provided the opportunity to
witness quality control sampling and testing.
All quality control test results shall be documented by the Contractor as required by Section 100-08.
100.08 nOCUMRNT A TION. The Contractor shall maintain current quality control
records of all inspections and tests performed. These records shall include factual evidence that the
required inspections or tests have been performed, including type and number of inspections or tests
involved; results of inspections or tests; nature of defects, deviations, causes for rejection, etc.;
proposed remedial action; and corrective actions taken.
GP-IOO-5
GP-IOO-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 on a form
acceptable to the Engineer. These technician's daily reports shall provide factual evidence that
continuous quality control inspections have been performed and shall, as a minimum, include the
following:
(1) Technical specification item number and description;
(2) Compliance with approved submittals;
(3) Proper storage of materials and equipment;
(4) Proper operation of all equipment;
(5) Adherence to plans and technical specifications;
(6) Review of quality control tests; and
(7) Safety inspection.
The daily inspection reports shall identifY inspections conducted, results of inspections, location
and nature of defects found, causes for rejection, and remedial or corrective actions taken or
proposed.
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
which 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;
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(4) Date oftest;
(5) Control requirements;
(6) Test results;
(7) Causes for rejection;
(8) Recommended remedial actions; and
(9) Retests.
Test results from each day's work period shall be submitted to the Engineer prior to the start of the
next days 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.
100-09 CORRRCTIVR ACTION RRQlJIRRMRNTS. The Quality Control Program
shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of
control (out of tolerance) and detail what action will be taken to bring the process into control. The
requirements for corrective action shall include both general requirements for operation of the
Quality Control Program as a whole, and for individual items of work contained in the technical
specifications.
The Quality Control Program shall detail how the results of quality control inspections and tests
will be used for determining the need for corrective action and shall contain clear sets of rules to
gauge when a process is out of control and the type of correction to be taken to regain process
control.
When applicable or required by the technical specifications, the Contractor shall establish and
utilize statistical quality control charts for individual quality control tests. The requirements for
corrective action shall be linked to the control charts.
100-10 SlJRVRJJ .J .A NCR RV THR RNGINRRR. All items of material and equipment
shall be subject to surveillance by the Engineer at the point of production, manufacture or shipment
to determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality
control system in conformance with the requirements detailed herein and the applicable technical
specifications and plans. In addition, all items of material, 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.
GP-100-7
GP-100-8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1 00-11
NONCOMPI.JANCK
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 hislher authorized representative to the Contractor
or hislher 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's
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:
(I) Order the Contractor to replace ineffective or unqualified quality control personnel
or subcontractors.
(2) Order the Contractor to stop operations until appropriate corrective actions is taken.
END OF SECTION 100
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 110
METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION
LIMITS (PWL)
110-01 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) ofthe 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(s), 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.
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 the material produced at the acceptable quality level is
rejected or subjected to a pay adjustment. The Owner's risk is the probability that the material
produced at the rejectable 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
ACCEPT ABLE 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.
110-02 METHOD FOR COMPUTING PWL. The computational sequence for computing the
PWL is as follows:
a. Divide the lot into n sub lots in accordance with the acceptance requirements of the
specification.
b. Locate the random sampling position within the sub lot in accordance with the
requirements ofthe 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
GP-IIO-I
GP-IIO-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
formula:
x = (Xl + Xz + X3 + ... Xn)/ n
Where:
x = Sample average of all sub lot values within a lot
Xl, Xz = Individual sublot values
n = Number of sub lots
e. Find the sample standard deviation (Sn) by use of the following formula:
Sn = [(dlZ + dl + dl + ... dn2)/(n-I)] 1/2
Where:
Sn = standard deviation of the number of sub lot values
in the set
dl, dz = Deviations ofthe individual sublot values Xl,
X2 . . . from the average value X
that is dl = (x] - X), dz = (xz - X) ... dn = (xn - X)
n = Number of sub lots
f. For single sided specification limits (i.e., L only), compute the Lower Quality Index
QL by use of the following formula:
QL =(X - L)/Sn
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. lfthe value QL falls between values
shown on the table, use the next higher value of PWL.
g. For double sided specification limits (i.e. Land U), compute the Quality Indexes QL
and Qu by use of the following formulas:
QL = (X - L)/Sn
and Qu = (U - X)/Sn
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Where:
Land U = specification lower and upper tolerance limits
Estimate the percent of material between the lower (L) and upper (D) 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 ofPL or Pu. Determine the PWL by use of the following formula:
PWL=(Pu+PL)-lOO
. Where:
PL = percent within lower specification limit
P u = percent within upper specification limit
EXAMPLE OF PWL CALCULATION
Project:
Test Item:
Example Project
Item P-401, Lot A.
A. PWL Determination for Mat Density.
1. Density of four random cores taken from Lot A.
A-I 96.60
A-2 97.55
A-3 99.30
A-4 98.35
n=4
2. Calculate average density for the lot.
x = (Xl + X2 + X3 + . . xn)/n
x = (96.60 + 97.55 + 99.30 = 98.35)/4
x = 97.95 percent density
3. Calculate the standard deviation for the lot.
Sn = [((96.60-97 .95i+(97.5 5-97 .95)2+(99 .30-97 .95i
+(98.35-97.95i )/(4_1)]1/2
GP-llO-3
GP-II0-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Sn = [(1.82 + 0.16 + 1.82 + 0.16) 1 3 ]1/2
Sn = 1.15
4. Calculate the Lower Quality Index QL for the lot. (L=96.3)
QL = (X - L) 1 Sn
QL = (97.95-96.30) 11.15
QL = 1.4384
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-I 5.00
A-2 3.74
A-3 2.30
A-4 3.25
2. Calculate the average air voids for the lot.
X = (Xl + X2 + X3. . xn)/n
X = (5.00 + 3.74 + 2.30 + 3.25) 1 4
X = 3.57 percent
3. Calculate the standard deviation Sn for the lot.
Sn = [ (3.57-5.00)2 + (3.57-3.74)2 + (3.57-2.30i
+ (3.57-3.25i 1 (4-1) ]1/2
Sn = [ (2.04 + 0.03 + 1.62 + 0.10) ) 1 3 ] 1/2
Sn = 1.12
4. Calculate the Lower Quality Index QL for the lot. (L=2.0)
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
QL = (X - L) Sn
QL = (3.57-2.00) 11.12
QL = 1.3992
5. Determine PL by entering Table 1 with QL = 1.40 and n=4.
PL = 97
6. Calculate the Upper Quality Index Qu for the lot. (U=5.0)
Qu = (U - X) 1 Sn
Qu = (5.00 - 3.57) 11.12
Qu = 1.2702
7. Determine Pu by entering Table 1 with Qu = 1.27 and n = 4.
Pu = 93
8. Calculate Air Voids PWL
PWL = ((PL + Pu) - 100
PWL = (97 + 93) - 100 = 90
TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL)
Percent
Within Limits
(PWL)
PI and Pu
99
98
97
96
95
94
93
92
91
90
89
n=3
1.1541
1.1524
1.1496
1.1456
1.1405
1.1342
1.1269
1.1184
1.1089
1.0982
1.0864
Positive Values of 0
n=4 n=5
1.4700 1.6714
1.4400 1.6016
1.4100 1.5427
1.3800 1.4897
1.3500 1.4407
1.3200 1.3946
1.2900 1.3508
1.2600 1.3088
1.2300 1.2683
1.2000 1.2290
1.1700 1.1909
GP-110-5
n=6
1.8008
1.6982
1.6181
1.5497
1.4887
1.4329
1.3810
1.3323
1.2860
1.2419
1.1995
n=7
1.8888
1.7612
1.6661
1.5871
1.5181
1.4561
1.3991
1.3461
1.2964
1.2492
1.2043
n=8
1.9520
1.8053
1.6993
1.6127
1.5381
1.4716
1.4112
1.3554
1.3032
1.2541
1.2075
I
TABLE 1. TABLE FOR ESTIMATING PERC~NT OF LOT WITHIN LIMITS (PWL) I
Percent
Within Limits I
(PWL) Positive Values of 0
.& and Pu n=3 n=4 n=5 n=6 n=7 n=8
88 1.0736 1.1400 1.1537 1.1587 1.1613 1.1630 I
87 1.0597 1.11 00 1.11 73 1.1191 1.1199 1.1204
86 1.0448 1.0800 1.0817 1.0808 1.0800 1.0794 I
85 1.0288 1.0500 1.0467 1.0435 1.0413 1.0399
84 1.0119 1.0200 1.0124 1. 0071 1.0037 1.0015
83 0.9939 0.9900 0.9785 0.9715 0.9672 0.9643
82 0.9749 0.9600 0.9452 0.9367 0.9325 0.9281 I
81 0.9550 0.9300 0.9123 0.9025 0.8966 0.8928
80 0.9342 0.9000 0.8799 0.8690 0.8625 0.8583
79 0.9124 0.8700 0.8478 0.8360 0.8291 0.8245 I
78 0.8897 0.8400 0.8160 0.8036 0.7962 0.7915
77 0.8662 0.8100 0.7846 0.7716 0.7640 0.7590
76 0.8417 0.7800 0.7535 0.7401 0.7322 0.7271 I
75 0.8165 0.7500 0.7226 0.7089 0.7009 0.6958
74 0.7904 0.7200 0.6921 0.6781 0.6701 0.6649
73 0.7636 0.6900 0.6617 0.6477 0.6396 0.6344 I
72 0.7360 0.6600 0.6316 0.6176 0.6095 0.6044
71 0.7077 0.6300 0.6016 0.5878 0.5798 0.5747
70 0.6787 0.6000 0.5719 0.5583 0.5504 0.5454 I
69 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164
68 0.6187 0.5400 0.5129 0.4999. 0.4924 0.4877
67 0.5878 0.5100 0.4836 0.4710 0.4638 0.4592 I
66 0.5563 0.4800 0.4545 0.4424 0.4354 0.4310
65 0.5242 0.4500 0.4255 0.4139 0.4073 0.4031
64 0.4916 0.4200 0.3967 0.3856 0.3793 0.3753
63 0.4586 0.3900 0.3679 0.3575 0.3515 0.3477 I
62 0.4251 0.3600 0.3392 0.3295 0.3239 0.3203
61 0.3911 0.3300 0.3107 0.3016 0.2964 0.2931
60 0.3568 0.3000 0.2822 0.2738 0.2691 0.2660 I
59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391
58 0.2872 0.2400 0.2254 0.2186 0.2147 0.2122
57 0.2519 0.2100 0.1971 0.1911 0.1877 0.1855 I
56 0.2164 0.1800 0.1688 0.1636 0.1613 0.1592
55 0.1806 0.1500 0.1408 0.1363 0.1338 0.1322
54 0.1447 0.1200 0.1125 0.1090 0.1070 0.1057 I
53 0.1087 0.0900 0.0843 0.0817 0.0802 0.0792
52 0.0725 0.0600 0.0562 0.0544 0.0534 0.0528
51 0.0363 0.0300 0.0281 0.0272 0.0267 0.0264 I
50 0.0 0.0 0.0 0.0 0.0 0.0
49 -0.0363 -1.0300 -0.0281 -1.0272 -0.0267 -0.0264
48 -0.0725 -1.0600 -0.0562 -1.0544 -0.0534 -0.0528 I
47 -0.1087 -1.0900 -0.0843 -1.0817 -0.0802 -0.0792
46 -0.1447 -1.1200 -0.1125 -1.1090 -0.1070 -0.1 057
45 -0.1806 -1.1500 -0.1408 -1.1363 -0.1338 -0.1322
44 -0.2164 -1.1800 -0.1688 -1.1636 -0.1607 -0.1592 I
GP-110-6 I
I
I TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL)
Percent
I Within Limits
(PWL) Positive Values of 0
PI and Pu_ n=3 n=4 n=5 n=6 n=7 n=8
I 43 -0.2519 -1.2100 -0.1971 -1.1911 ~0.1877 -0.1855
42 -0.2872 -1.2400 -0.2254 -1.2186 -0.2147 -0.2122
41 -0.3222 -1.2700 -0.2537 -1.2461 -0.2418 -0.2391
I 40 -0.3568 -1.3000 -0.2822 -1.2738 -0.2691 -0.2660
39 -0.3911 -1.3300 -0.3107 -1.3016 -0.2964 -0.2931
38 -0.4251 -1.3600 -0.3392 -1.3295 -0.3239 -0.3203
I 37 -0.4586 -1.3900 -0.3679 -1.3575 -0.3515 -0.3477
36 -0.4916 -1.4200 -0.3967 -1.3856 -0.3793 -0.3753
35 -0.5242 -1.4500 -0.4255 -1.4139 -0.4073 -0.4031
I 34 -0.5563 -1.4800 -0.4545 -1.4424 -0.4354 -0.4310
33 -0.5878 -0.5100 -0.4836 -0.4710 -0.4638 -0.4592
32 -0.6187 -0.5400 -0.5129 -0.4999 -0.4924 -0.4877
31 -0.6490 -0.5700 -0.5423 -0.5290 -0.5213 -0.5164
I 30 -0.6787 -0.6000 -0.5719 -0.5583 -0.5504 -0.5454
29 -0.7077 -0.6300 -0.6016 -0.5878 -0.5798 -0.5747
28 -0.7360 -0.6600 -0.6316 -0.6176 -0.6095 -0.6044
I 27 -0.7636 -0.6900 -0.6617 -0.6477 -0.6396 -0.6344
26 -0.7904 -0.7200 -0.6921 -0.6781 -0.6701 -0.6649
25 -0.8165 -0.7500 -0.7226 -0.7089 -0.7009 -0.6958
I 24 -0.8417 -0.7800 -0.7535 -0.7401 -0.7322 -0.7271
23 -0.8662 -0.8100 -0.7846 -0.7716 -0.7640 -0.7590
22 -0.8897 -0.8400 -0.8160 -0.8036 -0.7962 -0.7915
I 21 -0.9124 -0.8700 -0.8478 -0.8360 -0.8291 -0.8245
20 -0.9342 -0.9000 -0.8799 -0.8690 -0.8625 -0.8583
19 -0.9550 -0.9300 -0.9123 -0.9025 -0.8966 -0.8928
I 18 -0.9749 -0.9600 -0.9452 -0.9367 -0.9325 -0.9281
17 -0.9939 -0.9900 -0.9785 -0.9715 -0.9672 -0.9643
16 -1.0119 -1.0200 -1.0124 -1.0071 -1.0037 -1.0015
I 15 -1.0288 -1.0500 -1.0467 -1.0435 -1.0413 -1.0399
14 -1.0448 -1.0800 -1.0817 -1.0808 -1.0800 -1.0794
13 -1.0597 -1.11 00 -1.1173 -1.1191 -1.1199 -1.1204
12 -1.0736 -1.1400 -1.1537 -1.1587 -1.1613 -1.1630
I 11 -1.0864 -1.1700 -1.1909 -1.1995 -1.2043 -1.2075
10 -1.0982 -1.2000 -1.2290 -1.2419 -1.2492 -1.2541
9 -1.1089 -1.2300 -1.2683 -1.2860 -1.2964 -1.3032
I 8 -1.1184 -1.2600 -1.3088 -1.3323 -1.3461 -1.3554
7 -1.1269 -1.2900 -1.3508 -1.3810 -1.3991 -1.4112
6 -1.1342 -1.3200 -1.3946 -1.4329 -1.4561 -1.4716
I 5 -1.1405 -1.3500 -1.4407 -1.4887 -1.5181 -1.5381
4 -1.1456 -1.3800 -1.4897 -1.5497 -1.5871 -1.6127
3 -1.1496 -1.4100 -1.5427 -1.6181 -1.6661 -1.6993
I 2 -1.1524 -1.4400 -1.6016 -1.6982 -1.7612 -1.8053
1 -1.1541 -1.4700 -1.6714 -1.8008 -1.8888 -1.9520
I END OF SECTION GP-110
GP-110-7
I
I
I
I
I
I
I
I
I PART I.
I PART II.
PARTID.
I PARTN.
I PART V.
I
I
I
I
I
I
I
I
SECTION 120
REQUIRED BID AND CONTRACT PROVISIONS
REQUIREMENTS TO BE INCLUDED IN SOLICIT A nON FOR BIDS
WAGE AND LABOR PROVISIONS
EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS
MISCELLANEOUS CONTRACT PROVISIONS
REQUIREMENTS OF 49 CFR PART 26
DISADVANTAGED BUSINESS ENTERPRISE PROGRAM
GP-120-1
6.9%
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PART I. REQUIREMENTS TO BE INCLUDED IN SOLICITATION FOR BIDS
A. Notice of Requirement for Affirmative Action to Ensure Equal Emplovment Opportunity
(Executive Order 11246, as Amended).
(1) The Offerh's or Bidder's attention is called tO'the "Equal Opportunity Clause" and
the "Standard Federal Equal Employment Opportunity Construction Contract
Specifications" set forth herein.
(2) The goals and timetables for minority and female participation, expressed in
percentage terms for the Contractor's aggregate work force in each trade on all
construction work in the covered area are as follows:
Timetables Goals for Minority
Participation
for Each Trade
Goals for Female
Participation
in Each Trade
33%
These goals are applicable to all the contractor's construction work (whether or not it is Federal or
Federally assisted) performed in the covered area. lfthe Contractor performs construction work in a
geographical area located outside of the covered area, it shall apply the goals established for such
geographical area where the work is actually performed. With regard to this second area, the
Contractor also is subjected to the goals for both its Federally involved and nonfederally involved
construction.
The Contractor's compliance with the executive order and the regulations in 41 CFR Part 60-4 shall
be based on its implementation of the Equal Opportunity Clause, specific affirmative action
obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its effortsto meet the
goals. The hours of minority and female employment and training must be substantially uniform
throughout the length of the contract, and in each trade, and the contractor shall make a good faith
effort to employ minorities and women evenly on each of its projects. The transfer of minority or
female employees or trainees from contractor to contractor or from project to project, for the sole
purpose of meeting the Contractor's goals, shall be a violation of the contract, the Executive Order,
and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the
total work hours performed.
(3) The Contractor shall provide written notification to the Director, OFCCP, within 10
working days of award of any construction subcontract in excess of $1 0,000 at any
tier of construction work under the contract resulting from this solicitation. The
notification shall list the name, address, telephone number of the subcontractor;
employer identification number ofthe subcontractor; estimated dollar amount ofthe
subcontracts; estimated starting 3;nd completion dates of the subcontract; and the
geographical area in which the subcontract is to be performed.
(4) As used in this notice and in the contract resulting from this solicitation, the "covered
area" is Richmond County, Georgia.
GP-120-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
B. Requirement for Certification of Nonsegregated Facilities:
(1) Notice to Prospective Federally Assisted Construction Contractors.
(a) Certification of Nonsegregated Facilities must be submitted prior to the
award of a federally assisted construction contract exceeding $10,000 which
is not exempt from the provisions of the Equal Opportunity Clause.
(b) Contractors receiving federally assisted construction contract awards
exceeding $10,000 which are not exempt from the provisions of the Equal
Opportunity Clause will be required to provide for the forwarding of the
following notice to prospective subcontractors for supplies and construction
contracts where the subcontracts exceed $10,000 and are not exempt from the
provisions ofthe Equal Opportunity Clause. NOTE: The penalty for making
false statements in offers is prescribed in 18 U.S.C. 1001.
(2) Notice to Prospective Subcontractors of Requirement for Certification of
Nonsegregated Facilities.
(a) A Certification of Nonsegregated Facilities must be submitted prior to the
award of subcontract exceeding $10,000 which is not exempt from the
provisions of the Equal Opportunity Clause.
(b) Contractors receiving federally assisted construction subcontract awards
exceeding $10,000 which are not exempt from the provisions of the Equal
Opportunity Clause will be required to provide for the forwarding of the
following notice to prospective subcontractors for supplies and construction
contracts where the subcontracts exceed $10,000 and are not exempt from the
provisions ofthe Equal Opportunity Clause. NOTE: The penalty for making
false statements in offers is prescribed in 18 U.S.C. 1001.
CERTIFICA nON TO BE SUBMITTED BY FEDERALLY ASSISTED CONSTRUCTION
CONTRACTORS AND THEIR SUBCONTRACTORS (APPLICABLE TO FEDERALLY
ASSISTED CONSTRUCTION CONTRACTS AND RELATED SUBCONTRACTS EXCEEDING
$10,000 WHICH ARE NOT EXEMPT FROM THE EQUAL OPPORTUNITY CLAUSE)
CERTIFICATION OF NONSEGREGATED FACILITIES
The Federally assisted construction contractor certifies that he does not maintain or provide, for his
employees, any segregated facilities at any of his establishments and that he does not permit his
employees to perform their services at any location, under his control, where segregated facilities are
maintained. The Federally assisted construction contractor certifies that he will not maintain or
provide, for his employees, segregated facilities at any of his establishments and that he will not
permit his employees to perform their services at any location under his control where segregated
facilities are maintained. The Federally assisted construction contractor agrees that a breach of this
GP-120-3
GP-120-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
certification is a violation of the Equal Opportunity Clause in this contract. As used in this
certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and
washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or
dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation and
housing facilities provided for employees which are segregated by explicit directives or are, in fact,
segregated on the basis of race, color, religion, or national origin because of habit, local custom, or
any other reason. The Federally assisted construction contractor agrees that (except where he has
obtained identical certifications from proposed subcontractors for specific time periods) he will
obtain identical certifications from proposed subcontractors prior to the award of subcontracts
exceeding $10,000 which are not exempt from the provisions ofthe Equal Opportunity Clause and
that he will retain such certifications in his files.
CERTIFICATIONS OF NONSEGREGATED FACILITIES BY SPONSORS OF FEDERAL
ASSISTANCE WHO ARE THEMSELVES PERFORMING CONSTRUCTION CONTRACTS
The Sponsor certifies that it does not maintain or provide for its employees any segregated facilities
at any of its establishments and that it does not permit its employees to perform their services at any
location under its control where segregated facilities are maintained. It further certifies that it will
not maintain or provide for its employees any segregated facilities at any of its establishments and
that it will not permit its employees to perform their services at any location under its control where
segregated facilities are maintained. The Sponsor agrees that a breach of this certification is a
violation of the Equal Opportunity Clause in this contract. As used in this certification, the term
"segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants
and other eating area, timeclocks, locker rooms and other storage or dressing areas, parking lots,
drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided
for employees which are segregated by explicit directives or are, in fact, segregated on the basis of
race, color, religion, or national origin because of habit, local customs, or any other reason. It further
agrees that it will obtain identical certifications from proposed contractors prior to the award of
contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity
Clause; that it will retain such certifications in its files; and that it will forward the following notice
to such proposed contractors:
NOTICE TO PROSPECTIVE CONTRACTORS OF REQUIREMENT FOR CERTIFICATION OF
NONSEGREGATEDFAC~ITIES
A Certification of Nonsegregated Facilities must be submitted prior to the award of a contract or
subcontract exceeding $10,000 which is not exempt :from the provisions ofthe Equal Opportunity
Clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.
PART II. WAGE AND LABOR PROVISIONS
1. Each Sponsor entering into a construction contract over $2,000 for an airport development
project is required to insert in the contract the following provisions from 29 CFR 5.5. Each
contractor is to include these provisions in each construction subcontract.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
a.
Minimum Wages.
(1) All laborers and mechanics employed or working upon the site of the work
will be paid unconditionally and not less often than once a week, and without
subsequent deduction or rebate on any account (except such payroll
deductions as are permitted by regulations issued by the Secretary of Labor
under the Copeland Act (29 CFR Part 31), the full amount of wages and bona
fide fringe benefits (or cash equivalents thereof) due at time of payment
computed at rates not less than those contained in the wage determination of
the Secretary of Labor which is attached hereto and made a part hereof,
regardless of any contractual relationship which may be alleged to exist
between the Contractor and such laborers and mechanics. Contributions
made or costs reasonably anticipated for bona fide fringe benefits under
section 1 (b )(2) ofthe Davis-Bacon Act on behalf oflaborers or mechanics are
considered wages paid to laborers or mechanics, subject to the provisions of
subparagraph a.( 4) below; also, regular contributions made or costs incurred
for more than a weekly period (but not less often than quarterly) under plans,
funds, or programs which cover the particular weekly period, are deemed to
be constructively made or incurred during such weekly periods. Such
laborers and mechanics shall be paid the appropriate wage rate and fringe
benefits on the wage determination for the classification of work actually
performed, without regard to skill, except as provided in paragraph d. ofthis
. clause. Laborers or mechanics performing work in more than one
classification may be compensated at the rate specified for each classification
for the time actually worked therein: Provided, that the employer's payroll
records accurately set forth the time spent in each classification in which
work is performed. The wage determination (including any additional
classification and wage rates conformed under a.(2) ofthis section) and the
Davis-Bacon poster (WH -1321) shall b.e posted at all times by the Contractor
and its subcontractors at the site of the work in a prominent and accessible
place where it can easily be seen by the workers.
(2)
(i)
The contracting officer shall require that any class of laborers or
mechanics which is not listed in the wage determination and which is
to be employed under the contract shall be classified in conformance
with the wage determination. The contracting officer shall approve
an additional classification and wage rate and fringe benefits therefor
only when the following criteria have been met:
(A) The work to be performed by the classification requested is
not performed by a classification in the wage determination;
and
GP-120-5
(3)
(B) The classification is utilized in the area by the construction
industry; and
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(C) The proposed wage rate, including any bona fide fringe
benefits, bears a reasonable relationship to the wage rates
contained in the wage determination.
(ii) If the Contractor and the laborers and mechanics to be employed in
the classification (if known), or their representatives, and the
contracting officer agree on the classification and wage rate
(including the amount designated for fringe benefits where
appropriate), a report of the action taken shall be sent by the
contracting officer to the Administrator of the Wage and Hour
Division, Employment Standards Administration, U.S. Department of
Labor, Washington, D.C. 20210. The Administrator, or an authorized
representative, will approve, modifY, or disapprove every additional
classification action within 30 days of receipt and so advise the
contracting officer or will notifY the contracting officer within the 30-
day period that additional time is necessary. (Approved by the Office
of Management and Budget under OMB control number 1215-0140).
(iii) In the event the Contractor, the laborers or mechanics to be employed
in the classification or their representatives and the contracting officer
do not agree on the proposed classification and wage rate (including
the amount designated for fringe benefits where appropriate), the
contracting officer shall refer the questions, including the views of all
interested parties and the recommendation of the contracting officer,
to the Administrator. The Administrator, or an authorized
representative will issue a determination within 30 days of receipt and
so advise the contracting officer or will notifY the contracting officer
within the 30-day period that additional time is necessary. (Approved
by the Office of Management and Budget under OMB control number
1215-0140).
(iv) The wage rate (including fringe benefits where appropriate)
determined pursuant to subparagraphs (2)(ii) or (iii) ofthis paragraph,
shall be paid to all workers performing work in the classification
under this contract from the first day on which work is performed in
the classification.
Whenever the minimum wage rate prescribed in the contract for a class of
laborers or mechanics includes a fringe benefit which is not expressed as an
hourly rate, the Contractor shall either pay the benefit as stated in the wage
GP-120-6
I
I
I
I
I
I
I
I
I
I
a
I
I
,I'
I
I
I
I
I
determination or shall pay another bona fide fringe benefit or an hourly cash
equivalent thereof.
(4) If the Contractor does not make payments to a trustee or other third person,
the Contractor may consider as part ofthe wages of any laborer or mechanic
th~ amount of any costs reasonably ant~cipated in providing bona fide fringe
benefits under a plan or program, provided, that the Secretary of Labor has
found, upon the written request of the contractor, that the applicable
standards of the Davis-Bacon Act have been met. The Secretary of Labor
may require the contractor to set aside in a separate account assets for the
meeting of obligations under the plan or program. (Approved by the Office
of Management and Budget under OMB control number 1215-0140).
b.
Withholding. The FAA or the Sponsor shall upon its own action or upon written
request of an authorized representative ofthe Department of Labor withhold or cause
to be withheld from the Contractor under this contract or any other Federal contract
with the same prime contractor, or any other federally-assisted contract subject to
Davis-Bacon prevailing wage requirements, which is held by the same prime
contractor, so much of the accrued payments or advances as may be considered
necessary to pay laborers and mechanics, including apprentices, trainees, and helpers,
employed by the contractor or any subcontractor the full amount of wages required by
the contract. In the event of failure to pay any laborer or mechanic, including any
apprentice, trainee, or helper, employed or working on the site of work, all or part of
the wages required by the contract, the Federal Aviation Administration may after
written notice to the contract, Sponsor, applicant, or Owner, take such action as may
be necessary to cause the suspension of any further payment, advance, or guarantee of
funds until such violations have ceased.
c.
Payrolls and Basic Records.
(1) Payrolls and basic records relating thereto shall be maintained by the
Contractor during the course ofthe work and preserved for a period ofthree
years thereafter for all laborers and mechanics working at the site ofthe work.
Such records shall contain the name, address, and social security number of
each such worker, his or her correct classification, hourly rates ofwages paid
(including rates of contributions or costs anticipated for bona fide fringe
benefits or cash equivalents thereof of the types described in section
l(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours
worked, deductions made and actual wages paid. Whenever the Secretary of
Labor has found under paragraph a.( 4) of this clause that the wages of any
laborer or mechanic include the amount of any costs reasonably anticipated in
providing benefits under a plan or program described in section 1 (b )(2)(B) of
the Davis-Bacon Act, the Contractor shall maintain records which show that
the commitment to provide such benefits is enforceable, that the plan or
program is financially responsible, and that the plan or program has been
communicated in writing to the laborers or mechanics affected, and records
which show the costs anticipated or the actual costs incurred in providing
such benefits. Contractors employing apprentices or trainees under approved
programs shall maintain written evidence of the registration of apprenticeship
GP-120-7
programs and certification of trainee programs, the registration of the
apprentices and trainees, and the ratios and wage rates prescribed in the
applicable programs. (Approved by the Office of Management and Budget
under OMB control numbers 1215-0140 and 1215-0017).
I
I
I
I
I
I
I
,
I
I
I
,
I
I
I,
I
I
I
I
I
(2)
(i) The Contractor shall submit weekly for each week in which any
contract work is performed a copy of all payrolis to the applicant,
Sponsor, or Owner, as the case may be, for transmission to the
F ederal Aviation Administration. The payrolls submitted shall set out
accurately and completely all of the information required to be
maintained under paragraph c.(1) above. This information may be
submitted in any form desired. Optional Form WH-347 is available
for this purpose and may be purchased from the Superintendent of
Documents (Federal Stock Number 029-005-00014-1), U.S.
Government Printing Office, Washington, D.C. 20402. The prime
contractor is responsible for the submission of copies of payrolls by
all subcontractors. (Approved by the Office of Management and
Budget under OMB control number 1215-0149).
(ii) Each payroll submitted shall be accompanied by a "Statement of
Comp liance," signed by the Contractor or subcontractor or his or her
agent who pays or supervises the payment of the persons employed
under the contract and shall certifY the following:
(A) That the payroll for the payroll period contains the
information required to be maintained under paragraph c.(I)
above and that such information is correct and complete;
(B) That each laborer and mechanic (including each helper,
apprentice and trainee) employed on the contract during the
payroll period has been paid the full weekly wages earned,
without rebate, either directly or indirectly, and that no
deductions have been made either directly or indirectly from
the full wages earned, other than permissible deductions asset
forth in Regulations 29 CFR Part 3;
(C) That each laborer or mechanic has been paid not less than the
applicable wage rates and fringe benefits or cash equivalents
for the classification of work performed, as specified in the
applicable wage determination incorporated into the contract.
(iii) The weekly submission of a properly executed certification set forth
on the reverse side of Optional Form WH-347 shall satisfy the
requirement for submission of the "Statement of Compliance"
required by paragraph c.(2)(ii) of this section.
GP-120-8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(iv) The falsification of any of the above certifications may subject the
Contractor or subcontractor to civil or criminal prosecution under
Section 1001 of Title 18 and Section 231 of Title 31 of the United
States Code.
(3) The Contractor or subcontractor shall make the records required under
paragraph c.(I) of this section available for inspection, copying or
transcription by authorized representatives of the Sponsor, the Federal
Aviation Administration or the Department of Labor, and shall permit such
representatives to interview employees during work hours on the job. If the
Contractor or subcontractor fails to submit the required records or to make
them available, the Federal agency may, after written notice to the Contractor,
Sponsor, applicant or Owner, take such action as may be necessary to cause
the suspension of any further payment, advance, or guarantee of funds.
Furthermore, failure to submit the required records upon request or to make
such records available may be grounds for debarment action pursuant to 29
CFR 5.12.
d.
Apprentices and Trainees.
(1) Apprentices. Apprentices will be permitted to work at less than the
predetermined rate for the work they performed when they are employed
pursuant to and individually registered in a bona fide apprenticeship program
registered with U.S. Department of Labor, Employment and Training
Administration, Bureau of Apprenticeship and Training, or with a State
Apprenticeship Agency recognized by the Bureau, or if a person is employed
in his or her first 90 days of probationary employment as an apprentice in
such an apprenticeship program, who is not individually registered in the
program, but who has been certified by the Bureau of Apprenticeship and
Training or a State Apprenticeship Agency (where appropriate) to be eligible
for probationary employment as an apprentice. The allowable ratio of
apprentices to journeymen on the job site in any craft classification shall not
be greater than the ratio permitted to the contractor as to the entire work force
under the registered program. Any worker listed on a payroll at an apprentice
wage rate, who is not registered or otherwise employed as stated above, shall
be paid not less than the applicable wage rate on the wage determination for
the classification of work actually performed. In addition, any apprentice
performing work on the job site in excess of the ratio permitted under the
registered program shall be paid not less than the applicable wage rate on the
wage determination for the work actually performed. Where a contractor is
performing construction on a project in a locality other than that in which its
program is registered, the ratios and wage rates (expressed in percentages of
the journeyman's hourly rate) specified in the contractor's or subcontractor's
registered program shall be observed. Every apprentice must be paid at not
GP-120-9
(3)
less than the rate specified in the registered program for the apprentice's level
of progress, expressed as a percentage ofthe journeymen hourly rate specified
in the applicable wage determination. Apprentices shall be paid fringe
benefits in accordance with the provisions ofthe apprenticeship program. If
the apprenticeship program does not specify fringe benefits, apprentices must
be paid the full amount of fringe benefits listed on the wage determination for
the applicable classification. If the Administrator determines that a different
practice prevails for the applicable apprentice classification, fringes shall be
paid in accordance with that determination. In the event the Bureau of
Apprenticeship and Training, or a State Apprenticeship Agency recognized
by the Bureau, withdraws approval of an apprenticeship program, the
Contractor will no longer be permitted to utilized apprentices at less than the
applicable predetermined rate for the work performed until an acceptable
program is approved.
I
I
I~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(2)
Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted
to work at less than the predetermined rate for the work performed unless
they are employed pursuant to and individually registered in a program which
has received prior approval, evidenced by formal certification by the U.S.
Department of Labor, Employment and Training Administration. The ratio
of trainees to journeymen on the job site shall not be greater than permitted
under the plan approved by the Employment and Training Administration.
Every trainee must be paid at not less than the rate specified in the approved
program for trainee's level of progress, expressed as a percentage of the
journeyman hourly rate specified in the applicable wage determination.
Trainees shall be paid fringe benefits in accordance with the provisions ofthe
trainee program.If the trainee program does not mention fringe benefits,
trainees shall be paid the full amount of fringe benefits listed on the wage
determination unless the Administrator of the Wage and Hour Division
determines that there is an apprenticeship program associated with the
corresponding journeyman wage rate on the wage determination which
provides for less than full fringe benefits for apprentices. Any employee
listed on the payroll at a trainee rate who is not registered and participating in
a training plan approved by the Employment and Training Administration
shall be paid not less than the applicable wage rate on the wage determination
for the classification of work actually performed. In addition, any trainee
performing work on the job site in excess of the ratio permitted under the
registered program shall be paid not less than the applicable wage rate on the
wage determination for the work actually performed. In the event the
Employment and Training Administration withdraws approval of a training
program, the Contractor will no longer be permitted to utilize trainees at less
than the applicable predetermined rate for the work performed until an
acceptable program is approved.
Equal Employment Opportunity. The utilization of apprentices, trainees and
journeymen under this part shall be in conformity with the equal employment
opportunity requirements of Executive Order 11246, as amended, and 29
CFR Part 30.
GP-120-10
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
e. Compliance With Copeland Act Requirements. The Contractor shall comply with
the requirements of 29 CFR Part 3, which are incorporated by reference in this
contract.
f. Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the
clauses contained in paragraphs a. through j. of this contract and such other clauses as
the Federal Aviation Administration may by appropriate instructions require, and also
a clause requiring the subcontractors to include these clauses in any lower tier
subcontracts. The prime Contractor shall be responsible for the compliance by any
subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5.
g. Contract Termination: Debarment. A breach ofthe contract clauses in paragraphs a.
through j. ofthis clause and a. through e. ofthe second clause below may be grounds
for termination of the contract, and for the debarment as a contractor and a
subcontractor as provided in 29 CFR 5.12.
h. Compliance With Davis-Bacon and Related Act Requirements. All rulings and
interpretations ofthe Davis-Bacon and Related Acts contained in 29 CFR Parts 1,3,
and 5 are herein incorporated by reference in this contract.
1. Disputes concerning Labor Standards. Disputes arising out of the labor standards
provisions of this contract shall not be subject to the general disputes clause of this
contract. Such disputes shall be resolved in accordance with the procedures of the
Department of Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes within the
meaning of this clause include disputes between the Contractor (or any of its
subcontractors) and the contracting agency, the U.S. Department of Labor, or the
employees or their representatives.
J. Certification of Eligibilitv.
(1) By entering into this contract, the Contractor certifies that neither it (nor he or
she) nor any person or firm who has an interest in the contractor's firm is a
person or firm ineligible to be awarded Government contracts by virtue of
section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(I).
(2) No part ofthis contract shall be subcontracted to any person or fIrm ineligible
for award of a Government contract by virtue section 3(a) ofthe Davis-Bacon
Act or 29 CFR 5. 12(a)(1).
(3) The penalty for making false statements is prescribed in the U.S. Criminal
Code, 18 U.S.C. 1001.
2. The following clauses in paragraphs a., b., c., d., and e. below, required by the Contract Work
Hours and Safety Standards Act, will also be inserted in full in AlP construction contracts in excess
of$2,000 in addition to the clauses required by 29 CFR 5.5(a) or 4.6 of Part 4 of Title 29. As used in
the following, the term "laborers" and "mechanics" included watchmen and guards.
GP-120-11
e.
a.
Overtime Requirements. No Contractor or subcontractor contracting for any part of
the contract work which may require or involve the employment of laborers or
mechanics shall require or permit any such laborer or mechanic in any workweek in
which he or she is employed on such work to work in excess of forty hours in such
workweek unless such laborer or mechanic receives compensation at a rate not less
than one and one-half times the basic rate of pay for all hours worked in excess of
forty hours in such workweek, whichever is greater.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
b.
Violation: Liability for Unpaid Wages: Liquidated Damages. In the event of any
violation of the clause set forth in paragraph a. above, the Contractor or any
subcontractor responsible therefor shall be liable for the unpaid wages. In addition,
such Contractor and subcontractor shall be liable to the United States, (in the case of
work done under contract for the District of Columbia or a territory, to such District
or to such territory), for liquidated damages. Such liquidated damages shall be
computed with respect to each individual laborer or mechanic, including watchmen
and guards, employed in violation of the clause set forth in paragraph a. above, in the
sum of$1 0 for each calendar day on which such individual was required or permitted
to work in excess of the standard workweek of forty hours without payment of the
overtime wages required by the clause set forth in paragraph a. above.
c.
Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation
Administration or the Sponsor shall upon its own action or upon written request of an
authorized representative of the Department of Labor withhold or cause to be
withheld, from any monies payable on account of work performed by the Contractor
or subcontractor under any such contract or any other Federal contract with the same
prime contractor, or any other federally-assisted contract subject to the Contract
Work Hours and Safety Standards Act, which is held by the same prime Contractor,
such sums as may be determined to be necessary to satisfy any liabilities of such
Contractor or subcontractor for unpaid wages and liquidated damages as provided in
the clause set forth in paragraph b. above.
d.
Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the
clauses set forth in paragraphs a. through d. and also a clause requiring the
subcontractor to include these clauses in any lower tier subcontracts. The prime shall
be responsible for compliance by any subcontractor or lower tier subcontractor with
the clauses set forth in paragraphs a. through d.
Working Conditions. No Contractor or subcontractor may require any laborer or
mechanic employed in the performance of any contract to work in surroundings or
under working conditions that are unsanitary, hazardous or dangerous to his health or
safety as determined under construction safety and health standards (29 CFR Part
1926) issued by the Department of Labor.
GP-120-12
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3. In addition to the provisions in 1 and 2 above for contracts in excess of$2,000, the following
is to be included in all contracts for work on airport development projects involving labor:
Veteran's Preference. In the employment of labor (except in executive, administrative and
supervisory positions), preference shall be given to veterans of the Vietnam era and disabled
veterans. However, this preference shall apply only where the individuals are available and qualified
to perform the work to which the employment relates.
PART III. EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS
The Standard Federal Equal Employment Opportunity Construction Contract Specifications
(Executive Order 11246, as amended) are to be included in all Federally assisted construction
contracts or subcontracts (including the Solicitations for Bids) in excess of$1 0,000 to be performed
in geographical areas designated by the Director, OFCCP. (41 CFR 60-4.3).
1. As used in these specifications:
a. "Covered area" means the geographical area described in the solicitation from
which this contract resulted;
b. "Director" means Director, Office of Federal Contract Compliance Programs
(OFCCP), U.S. Department of Labor, or any person to who the Director
delegates authority;
c. "Employer identification number" means the Federal social security number
used on the Employer's Quarterly Federal Tax Return, U.S. Treasury
Department Form 941;
d. "Minority" includes:
(1) Black (all persons having origins in any of the Black African racial
groups not of Hispanic origin);
(2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or
South American, or other Spanish culture or origin regardless of
race);
(3) Asian and Pacific Islander (all persons having origins in any of the
original peoples of the Far East, Southeast, Asia, the Indian
Subcontinent, or the Pacific Islands); and
(4) American Indian or Alaskan native (all persons having origins in any
ofthe original peoples of North America and maintaining identifiable
GP-120-13
tribal affiliations through membership and participation or
community identification).
I
I
I'
I
I
I
I
I
I
I
I
I
,I
I
I
I
I
I
I
2.
Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of
the work involving any construction trade, it shall physically include in each
subcontract in excess of$1 0,000 the provisions ofthese specifications and the notice
which contains the applicable goals for minority and female participation and which
is set forth in the solicitations from which this contract resulted.
3.
If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan
approved by the U.S. Department of Labor in the covered area either individually or
through an association, its affirmative action obligations on all work in the plan area
(including goals and timetables) shall be in accordance with that plan for those trades
which have unions participating in the plan. Contractors must be able to demonstrate
their participation in and compliance with the provisions of any such Hometown
Plan. Each Contractor or subcontractor participating in an approved plan is
individually required to comply with its obligations under the EEO clauses and to
make a good faith effort to achieve each goal under the plan in each trade in which it
has employees. The overall good faith performance by other contractors or
subcontractors toward a goal in an approved plan does not excuse any covered
contractor's or subcontractor's failure to take good faith efforts to achieve the plan
goals and timetables.
4.
The contractor shall implement the specific affirmative action standards provided in
paragraphs 7.a through p. of these specifications. The goals set forth in the
solicitation from which this contract resulted are expressed as percentages ofthe total
hours of employment and training of minority and female utilization the Contractor
should reasonably be able to achieve in each construction trade in which it has
employees in the covered area. Covered construction contracts performing
construction work in a geographical area where they do not have a Federal or
federally assisted construction contract shall apply the minority and female goals
established for the geographical area where the work is being performed. Goals are
published periodically in the Federal Register in notice form, and such notices may
be obtained from any Office of Federal Contract Compliance Programs office or from
Federal procurement contracting officers. The Contractor is expected to make
substantially uniform progress in meeting .its goals in each craft during the period
specified.
5.
Neither the provisions of any collective bargaining agreement nor the failure by a
union with whom the Contractor has a collective bargaining agreement to refer either
minorities or women shall excuse the contractor's obligations under these
specifications, Executive Order 11246, as amended, or the regulations promulgated
pursuant thereto.
GP-120-14
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
6.
In order for the nonworking training hours of apprentices and trainees to be counted
in meeting the goals, such apprentices and trainees must be employed by the
Contractor during the training period and the Contractor must have made a
commitment to employ the apprentices and trainees at the completion of their
training, subject to the availability of employment opportunities. Trainees must be
trained pursuant to training programs approved by the U.S. Department of Labor.
7.
The Contractor shall take specific affirmative actions to ensure EEO. The evaluation
ofthe contractor's compliance with these specifications shall be based upon its effort
to achieve maximum results from its actions. The Contractor shall document these
efforts fully and shall implement affirmative action steps at least as extensive as the
following:
a. Ensure and maintain a working environment free of harassment, intimidation,
and coercion at all sites, and in all facilities at which the contractor's
employees are assigned to work. The Contractor, where possible, will assign
two or more women to each construction project. The Contractor shall
specifically ensure that all foremen, superintendents, and other onsite
supervisory personnel are aware of and carry out the contractor's obligation to
maintain such a working environment, with specific attention to minority or
female individuals working at such sites or in such facilities.
b. Establish and maintain a current list of minority and female recruitment
sources, provide written notification to minority and female recruitment
sources and to community organizations when the Contractor or its unions
have employment opportunities available, and maintain a record of the
organizations' responses.
c. Maintain a current file of the names, addresses, and telephone numbers of
each minority and female off-the-street applicant and community
organization and of what action was taken with respect to each such
individual. If such individual was sent to the union hiring hall for referral
and was not referred back to the Contractor by the union or, if referred, not
employed by the Contractor, this shall be documented in the file with the
reason therefore along with whatever additional actions the contractor may
have taken.
d. Provide immediate written notification to the Director when the union or
unions with which the Contractor has a collective bargaining agreement has
not referred to the contractor a minority person or woman sent by the
contractor, or when the contractor has other information that the union
referral process has impeded the Contractor's efforts to meet its obligations.
GP-120-15
J.
e.
Develop on-the-job training opportunities and/or participate in training
programs for the area which expressly include minorities and women,
including upgrading programs and apprenticeship and trainee programs
relevant to the contractor's employment needs, especially those programs
funded or approved by the Department of Labor. The Contractor shall
provide notice of these programs to the sources compiled under 7b above.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
f.
Disseminate the Contractor's EEO policy by pr,oviding notice of the policy to
unions and training programs and requesting their cooperation in assisting the
contractor in meeting its EEO obligations; by including it in any policy
manual and collective bargaining agreement; by publicizing it in the company
newspaper, annual report, etc.; by specific review of the policy with all
management personnel and with all minority and female employees at least
once a year; and by posting the company EEO policy on bulletin boards
accessible to all employees at each location where construction work is
performed.
g.
Review, at least annually, the company's EEO policy and affirmative action
obligations under these specifications with all employees having any
responsibility for hiring, assignment, layoff, termination, or other
employment decisions including specific review of these items with onsite
supervisory personnel such as superintendents, general foremen, etc., prior to
the initiation of construction work at any job site. A written record shall be
made and maintained identifYing the time and place of these meetings,
persons attending, subject matter discussed, and disposition of the subject
matter.
h.
Disseminate the Contractor's EEO policy externally by including it in any
advertising in the news media, specifically including minority and female
news media, and providing written notification to and discussing the
Contractor's EEO policy with other contractors and subcontractors with
whom the Contractor does or anticipates doing business.
1.
Direct its recruitment efforts, both oral and written, to minority, female, and
community organizations; to schools with minority and female students; and
to minority and female recruitment and training organizations serving the
Contractor's recruitment area and employment needs. Not later than one
month prior to the date for the acceptance of applications for apprenticeship
or other training by any recruitment source, the Contractor shall send written
notification to organizations, such as the above, describing the openings,
screening procedures, and tests to be used in the selection process.
Encourage present minority and female employees to recruit other minority
persons and women and, where reasonable, provide after school, summer,
GP-120-16
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
and vacation employment to minority and female youth both on the site and
in other areas of a contractor's workforce.
k. Validate all tests and other selection requirements where there IS an
obligation to do so under 41 CFR Part 60-3.
I. Conduct, at least annually, an inventory and evaluation, at least of all
minority and female personnel, for promotional opportunities and encourage
these employees to seek or to prepare for, through appropriate training, etc.,
such opportunities.
m. Ensure that seniority practices, job classifications, work assignments, and
other personnel practices do not have a discriminatory effect by continually
monitoring all personnel and employment related activities to ensure that the
EEO policy and the contractor's obligations under these specifications are
being carried out.
n. Ensure that all facilities and company activities are nonsegregated except that
separate or single-user toilet and necessary changing facilities shall be
provided to assure privacy between the sexes.
o. Document and maintain a record of all solicitations of offers for subcontracts
from minority and female construction contractors and suppliers, including
circulation of solicitations to minority and female contractor associations and
other business associations.
p. Conduct a review, at least annually, of all supervisor's adherence to and
performance under the Contractor's EEO policies and affirmative action
obligations.
8.
Contractors are encouraged to participate in voluntary associations which assist in
fulfilling one or more of their affirmative action obligations (7.a through p.). The
efforts of a contractor association, joint contractor union, contractor community, or
other similar groups of which the Contractor is a member and participant, may. be
asserted as fulfilling anyone or more of its obligations under 7.a through p. ofthese
specifications provided that the contractor actively participates in the group, makes
every effort to assure that the group has a positive impact on the employment of
minorities and women in the industry, ensures that the concrete benefits of the
program are reflected in the contractor's minority and female workforce participation,
makes a good faith effort to meet its individual goals and timetables, and can provide
access to documentation which demonstrates the effectiveness of actions taken on
behalf ofthe contractor. The obligation to comply, however, is the Contractor's; and
failure of such a group to fulfill an obligation shall not be a defense for the
Contractor's noncompliance.
GP-120-17
14.
9.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
A single goal for minorities and a separate single goal for women have been
established. The Contractor, however, is required to provide EEO and to take
affirmative action for all minority groups, both male and female, and all women, both
minority and non-minority. Consequently, the Contractor may be in violation ofthe
executive order if a particular group is employed in a substantially disparate manner
(for example, even though the Contractor has achieved its goals for women generally,
the Contractor may be in violation of the exec uti ve order if a specific minority group
of women is under-utilized).
10.
The Contractor shall not use the goals and timetables or affirmative action standards
to discriminate against any persons because of race, color, religion, sex, or national
ongm.
II.
The Contractor shall not enter into any subcontract with any person or firm debarred
from Government contracts pursuant to Executive Order 11246, as amended.
12.
The Contractor shall carry out such sanctions and penalties for violation of these
specifications and of the Equal Opportunity Clause, including suspension,
termination, and cancellation of existing subcontracts as may be imposed or ordered
pursuant to Executive Order 11246, as amended, and its implementing regulations,
by the OFCCP. Any contractor who fails to carry out such sanctions and penalties
shall be in violation ofthese specifications and Executive Order 11246, as amended.
13.
The Contractor, in fulfilling its obligations under these specifications, shall
implement specific affirmative action steps, at least as extensive as those standards
prescribed in paragraph 7. ofthese specifications, so as to achieve maximum results
from its efforts to ensure equal employment opportunity. If the Contractor fails to
comply with the requirements of the executive order, the implementing regulations,
or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8.
The Contractor shall designate a responsible official to monitor all employment
related activity to ensure that the company EEO policy is being carried out, to submit
reports relating to the provisions hereof as may be required by the Government, and
to keep records. Records shall at least include for each employee, the name, address,
telephone number, construction trade, union affiliation if any, employee identification
number when assigned, social security number, race, sex, status (e.g., mechanic,
apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per
week in the indicated trade, rate of pay, and locations at which the work was
performed. Records shall be maintained in an easily understandable and retrievable
form; however, to the degree that existing records satisfy this requirement,
contractors shall not be required to maintain separate records.
GP-120-18
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
15. Nothing herein provided shall be construed as a limitation upon the application of
other laws which establish different standards of compliance or upon the application
of requirements for the hiring of local or other area residents (e.g., those under the
Public Works Employment Act of 1977 and the Community Development Block
Grant Program).
Contractor Contractual Requirements
During the performance of this contract, the Contractor, for itself, its assignees and successors in
interest (hereinafter referred to as the "contractor") agrees as follows:
I. Compliance with Regulations. The Contractor shall comply with the Regulations
relative to nondiscrimination in federally assisted programs of the Department of
Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21,
as they may be amended from time to time (hereinafter referred to as the
Regulations), which are herein incorporated by reference and made a part of this
contract.
2. Nondiscrimination. The Contractor, with regard to the work performed by it during
the contract, shall not discriminate onthe grounds of race, color, or national origin in
the selection and retention of subcontractors, including procurements of materials and
leases of equipment. The Contractor shall not participate either directly or indirectly
in the discrimination prohibited by section 21.5 of the Regulations, including
employment practices when the contract covers a program set forth in Appendix B of
the Regulations.
3. Solicitations for Subcontracts. including Procurements of Materials and Equipment.
In all solicitations either by competitive bidding or negotiation made by the
Contractor for work to be performed under a subcontract, including procurements of
materials or leases of equipment, each potential subcontractor or supplier shall be
notified by the Contractor ofthe contractor's obligations under this contract and the
Regulations relative to nondiscrimination on the grounds of race, color, or national
ongm.
4. Information and Reports. The Contractor shall provide all information and reports
required by the Regulations or directives issued pursuant thereto and shan permit
access to its books, records, accounts, other sources of information, and its facilities
as may be determined by the Sponsor or the F ederal Aviation Administration (FAA)
to be pertinent to ascertain compliance with such regulations, orders, and
instructions. Where any information required of a contractor is in the exclusive
possession of another who fails or refuses to furnish this information, the Contractor
shall so certify to the Sponsor or the FAA, as appropriate, and shall set forth what
efforts it has made to obtain the information.
GP-120-19
GP-120-20
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
5. Sanctions for Noncompliance. In the event ofthe Contractor's noncompliance with
the nondiscrimination provisions of this contract, the sponsor shall impose such
contract sanctions as it or the FAA may determine to be appropriate, including, but
limited to:
a. Withholding of payments to the Contractor under the contract until the
Contractor complies; and/or
b. Cancellation, termination, or suspension ofthe contract, in whole or in part.
6. Incorporation of Provisions. The Contractor shall include the provisions of
paragraph 1. through 5. in every subcontract, including procurements of materials and
leases of equipment, unless exempt by the Regulations or directives issued pursuant
thereto. The Contractor shall take such action with respect to any subcontract or
procurement as the Sponsor or the FAA may direct as a means of enforcing such
provisions including sanctions for noncompliance. Provided, however, that in the
event a Contractor becomes involved in, or is threatened with, litigation with a
subcontractor or supplier as a result of such direction, the Contractor may request the
Sponsor to enter into such litigation to protect the interests of the Sponsor and, in
addition, the Contractor may request the United States to enter into such litigation to
protect the interests ofthe United States.
EQUAL EMPLOYMENT OPPORTUNITY CLAUSE
Include in all construction contracts in excess of $1 0,000.
During the performance of this contract, the Contractor agrees as follows:
1. The Contractor will not discriminate against any employee or applicant for
employment because of race, color, religion, sex, or national origin. The Contractor
will take affirmative action to ensure that applicants are employed, and that
employees are treated during employment without regard to their race, color, religion,
sex, or national origin. Such action shall include, but not be limited to, the following:
Employment, upgrading, demotion, or transfer; recruitment or recruitment
compensation; and selection of transfer; recruitment or recruitment advertising;
layoff or termination; rates of payor other forms of compensation; and selection for
training, including apprenticeship. The Contractor agrees to post in conspicuous
places, available to employees and applicants for employment, notices to be provided
setting forth the provisions of this nondiscrimination clause.
2. The Contractor will, in all solicitations or advertisements for employees placed by or
on behalf of the Contractor, state that all qualified applicants will receive
considerations for employment without regard to race, color, religion, sex or national
ongm.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3. The Contractor will send to each labor union or representative of workers with which
he has a collective bargaining agreement or other contract or understanding, a notice
to be provided advising the said labor union or workers' representatives of the
Contractor's commitments under this section, and shall post copies of the notice in
conspicuous places available to employees and applicants for employment.
4. The Contractor will comply with all provisions of Executive Order 11246 of
September 24, 1965, and of the rules, regulations, and relevant orders of the
Secretary of Labor.
5. The Contractor will furnish all information and reports required by Executive Order
11246 of September 24, 1965, and by rules, regulations and orders ofthe Secretary of
Labor, or pursuant thereto, and will permit access to his books, records, and accounts
by the administering agency and the Secretary of Labor for purposes of investigation
to ascertain compliance with such rules, regulations, and orders.
6. In the event ofthe Cont~actor's noncompliance with the nondiscrimination clauses of
this contract or with any ofthe said rules, regulations, or orders, this contract may be
canceled, terminated, or suspended in whole or in part and the contractor may be
declared ineligible for further Government contracts or federally assisted construction
contracts in accordance with procedures authorized in Executive Order 11246 of
September 24, 1965, and such other sanctions may be imposed and remedies invoked
as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation,
or order ofthe Secretary of Labor, or as otherwise provided by law.
7. The Contractor will include the portion of the sentence immediately preceding
paragraph 1. and the provisions of paragraphs 1. through 7. in every subcontractor
purchase order unless exempted by rules, regulations, or orders of the Secretary of
Labor issued pursuant to section 204 of Executive Order 11246 of September 24,
1965, so that such provisions will be binding upon each subcontractor or vendor.
The Contractor will take such action with respect to any subcontract or purchase
order as the administering agency may direct as a means of enforcing such
provisions; including sanctions for noncompliance: Provided, however, that in the
event a Contractor becomes involved in, or is threatened with, litigation with a
subcontractor or vendor as a result of such direction by the administering agency, the
Contractor may request the United States to enter into such litigation to protect the
interests of the United States.
Notices to be Posted. The "Equal Employment Opportunity is the Law poster is to be posted
by the Contractor in a conspicuous place available to employees and applicants for employment as
required by paragraphs 1. and 3. of the EEO clause. Copies of this poster will be furnished to
contractors at the preconstruction conference.
GP-120-21,
Required Reports.
(l) Monthly Employment Utilization Report. This report is to be prepared on Form CC
257 (Rev. 9-78) and sent to the Area Office, Federal Contract Compliance Program
(OFCCP) that serves the geographical area in which this project is located. The
report is due by the fifth day of each month after work has commenced. The
Contractor will be advised further regarding this report, including the address ofthe
OFCCP Area Office, at the preconstruction conference.
(2) Annual EEO-l Report. Contractors/subcontractors working on federally assisted
airport construction projects are required to file annually, on or before March 31,
complete and accurate reports on Standard Form 100 (Employee Information Report,
EEO-l). The first such report is required within 30 days after award unless the
contractor/subcontractor has submitted such a report within 12 months preceding the
date of award (the FAA or Department of Labor OFCCP can designate other
intervals). This form is normally furnished based on a mailing list, but can be
obtained from the Joint Reporting Committee, 1800 G. Street, N.W., Washington,
D.C. 20506. This report is required if a Contractor or subcontractor meets all ofthe
following conditions:
(a) Nonexempt. Contractors/subcontractors are not exempt based on 41 CFR 60-
1.5; and
(b) Number of employees. Has 50 or more employees; and
(c) Contractor/subcontractor. Is a prime contractor or first tier subcontractor; and
(d) Dollar Level. There is a contract, subcontract, or purchase order amounting
to $50,000 or more or serves as a depository of government funds in any
amount, or is a financial institution which is an issuing and paying agent for
U.S. savings bonds and savings notes. Some subcontractors below the first
tier who work at the site are required to file if they meet the requirements of
41 CFR 60-1.7.
( e) Records. The FAA or Department of Labor OFCCP may require a contractor
to keep employment or other records and to furnish, in the form requested
within reasonable limits, such information as necessary.
PART IV. MISCELLANEOUS CONTRACT PROVISIONS
A. Airport Improvement Program Prolect. The work in this contract is included in Airport
Improvement Program Project No. 3-13-0011-25 which is being undertaken and accomplished by
the Augusta Aviation Commission in accordance with the terms and conditions of a grant
GP-120-22
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
agreement between the AUf!usta -Richmond County. Georf!ia and the United States, under the
Airport and Airway improvement Act of 1982 and Part 152 ofthe Federal Aviation Regulations (14
CFR Part 152), pursuant to which the United States has agreed to pay a certain percentage of the
costs of the project that are determined to be allowable project costs under that Act. The United
States is not a party to this contract and no reference in this contract to the FAA or any representative
thereof, or to any rights granted to the FAA or any representative thereof, or the United States, by the
contract, makes the United States a party to this contract.
B. Consent to Assignment. The Contractor shall obtain the prior written consent ofthe Owner
to any proposed assignment of any interest in or part of this contract.
C. Veterans Preference. In the employment oflabor (except in executive, administrative, and
supervisory positions), the Contractor shall give preference to veterans of the Vietnam era and
disabled veterans as defined in Section 515(c)(I) and (2) of the Airport and Airway hnprovement
Act of 1982.
D. FAA Inspection and Review. The Contractor shall allow any authorized representative ofthe
FAA to inspect and review any work or materials used in the performance of this contract.
E. Subcontracts. The Contractor shall insert in each of his subcontracts the provisions contained
in paragraphs A., C., and D., ofthis section and also a clause requiring the subcontractors to include
these provisions in any lower tier subcontracts which they may enter into, together with a clause
requiring this insertion in any further subcontracts that may in term be made.
F. Clean Air and Water Pollution Control Requirements for All Construction Contracts and
Subcontracts Exceeding $100.000.
Contractors agree:
(1) That any facility to be used in the performance ofthe contract or to benefit from the
contract is not listed on the Environmental Protection Agency (EP A) List of
Violating Facilities.
(2) To comply with all the requirements of Section 114 ofthe Clean Air Act and Section
308 ofthe Federal Water Pollution Control Act and all regulations issued thereunder.
(3) That as a condition for award of a contract, they will notifY the awarding official of
the receipt of any communication from the EP A indicating that a facility to be
utilized for performance of or benefit from the contract is under consideration to be
listed on the EP A List of Violating Facilities.
(4) To include in any subcontract which exceeds $100,000, the requirements of(1), (2),
and (3) above.
GP-120-23
GP-120-24
I
I
I
11
I
I
I
I
I
I
I,
I
I
I
I
I
I
I
I
PART V - REQUIREMENTS OF 49 CFR Part 26, DISADVANTAGE BUSINESS
ENTERPRISE PROGRAM
A. POLICY. It is the policy of the Department of Transportation that disadvantage business
enterprises as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the
performance of contracts financed in whole or in part with Federal funds under this agreement.
Consequently, the Disadvantage Business Enterprise (DBE) requirements of 49 CFR Part 26 apply to
this contract.
B. DBE OBLIGATION. The recipient or its contractor agrees to ensure that disadvantage
business enterprises as defined in 49 CFR Part 26 have the maximum opportunity to participate in
the performance of contracts financed in whole or in part with Federal funds provided under this
agreement. In this regard, all recipients or contractors shall take all necessary and reasonable steps in
accordance with 49 CFR Part 26 to ensure that disadvantage business enterprises have the maximum
opportunity to compete for and perform contracts.
C. The following is an excerpt from FAA Program Guidance Letter 88-1, December 3, 1987.
On October 21, DOT published in the Federal Register an amendment to 49 CFR Part 26,
Participation by Disadvantage Business Enterprise in Department of Transportation Programs. Only
one change will affect the airport grant program. Effective October 21, a Sponsor or Contractor may
count toward its DBE goals 60 percent of its expenditures for materials and supplies required under a
contract and obtained from a DBE and 100 percent of such expenditures to a DBE manufacturer.
Minimum Disadvantage Business Enterprise goals for this project are:
DBE Goals: 25.0%.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GENERAL DECISION GA030029 06/13/2003 GA29
Date: June 13,2003
General Decision Number GA030029
Superseded General Decision No. GA020029
State: Georgia
Construction Type:
HIGHWAY
County(ies):
COLUMBIA
MCDUFFIE
RICHMOND
HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area
proj ects, and railroad construction; bascule, suspension & spandrel arch bridges; bridges designed for
commercial navigation; bridges involving marine construction; other major bridges)
Modification Number
o
Publication Date
06/13/2003
COUNTY(ies):
COLUMBIA
MCDUFFIE
RICHMOND
SUGA3010A 05/0111990
.
ASPHALT RAKER
CARPENTER
CONCRETE FINISHER
FLAGGER
IRONWORKER, REINFORCING
LABORER
PILEDRIVER
Rates
6.08
8.72
7.43
5.15
10.83
5.84
14.99
Fringes
POWER EQUIPMENT OPERATORS:
Asphalt distributor
Asphalt paver
Backhoe
Bulldozer
Crane
Loader
Milling machine
Motor grade operator
7.07
7.64
8.35
8.40
10.00
7.62
12.18
8.56
GP-120-25
Roller
Scraper
Striping machine operator
Tractor (utility)
6.36
8.00
6.26
5.65
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TRUCK DRIVERS:
Single rear axle
Multi rear axle
5.67
6.58
WELDER
11.23
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 (29 CFR
5.5(a)(1 )(ii)).
_w____________________________________________________________________________________________________________________________________________
In the listing above, the "SU" designation means that rates listed under that identifier do not reflect
collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates
have been determined to be prevailing.
WAGE DETERMINATION APPEALS PROCESS
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, D. C. 20210
GP-120-26
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2.) lfthe 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, D. C. 20210
The request should be accompanied by a full statement ofthe 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.) lfthe 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, D. C. 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION
GP-120-27
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 00800
SUPPLEMENTARY CONDITIONS
The following conditions amend or supplement the referenced "Standard Federal Aviation
Administration General Provisions". All provisions which are not so amended or supplemented
remain in full force and effect.
SECTION 10 DEFINITIONS
SC-l DELETE THE FOLLOWING DEFINITIONS AND REPLACE WITH THE
FOLLOWING DEFINITIONS:
DELETE "10-14 CONTRACT"; REPLACE WITH:
10-14 CONTRACT. The written agreement between OWNER and CONTRACTOR
covering the Work to be performed; other Contract Documents are attached to the
Contract and made a part thereof as provided therein. The term "Agreement" has the
same meaning as "Contract".
DELETE "10-19 ENGINEER"; REPLACE WITH:
10-19 ENGINEER. The person, firm or corporation named as such in the
Agreement.
DELETE "10-41 SPECIAL PROVISIONS"; REPLACE WITH:
10-41 SUPPLEMENTARY CONDITIONS. The part of the Contract Documents
which amends or supplements these Standard FAA General Provisions.
DELETE "10-49 SURETY"; REPLACE WITH:.
1 0-49 SURETY. The corporate body which is bound with the CONTRACTOR arid
which engages to be responsible for the CONTRACTOR and his acceptable
performance of the work and his payment of all debts pertaining to the work.
DELETE "10-51 WORK"; REPLACE WITH:
1 0-51 WORK. The entire complete construction or the various separately
identifiable parts thereof required to be furnished under the Contract Docunlents.
Work is the result of performing services, furnishing labor and furnishing and
incorporating materials and equipment into the construction, all as required by the
Contract Documents.
00800-1
10-16 CONTRACT TIME. The number of calendar days stated in the Bid, allowed
for completion of the contract, plus authorized time extensions. If a calendar date of
completion is stated in the proposal, in lieu of a number of calendar days, the contract
shall be completed by that date. When any period of time is referred to in the
Contract Documents by days, it will be computed to exclude the first and include the
last day of such period. If the last day of any such period falls on a Saturday or
Sunday or on a day made a legal holiday by the law of the applicable jurisdiction,
such day will be omitted from the computation.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SC-2 DELETE "10-16 CONTRACT TIME"; REPLACE WITH:
SC-3 AFTER THE LAST DEFINITION OF SECTION 10, ADD THE FOLLOWING
NEW DEFINITIONS:
10-53 GENERAL PROVISIONS. Standard FAA conditions of the Contract
identified as Sections 10,40,50,60, 70,80,90, and 120.
10-54 PRODUCTS. The materials, systems and equipment to be incorporated into
the work.
10-55 PROJECT MANUAL. The bound documents compnsmg Bidding
Requirements, Bid Forms, Contract Forms, General Conditions, Supplementary
Conditions, Specifications, Addenda and modifications.
1 0-56 SUBSTANTIAL COMPLETION. The W ork (or a specified part thereof) has
progressed to the point where, in the opinion of ENGINEER as evidenced by
ENGINEER's definitive certificate of Substantial Completion, it is sufficiently
complete, in accordance with the Contract Documents, so that the Work (or a
specified part) can be utilized practically and efficiently for the purposes for which it
is intended; or if there be no such certificate issued, when final payment is due in
accordance with Section 90. The terms "substantially complete" and "substantially
completed" as applied to any Work refer to "Substantial Completion thereof."
SC-4 DELETE "10-52 WORKING DAY".
SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS
SC-5 REFER TO INSTRUCTIONS TO BIDDERS FOR REQUIREMENTS FOR
PREPARING AND SUBMITTING BIDS, AND EVALUATION OF BIDS AND
BIDDERS.
SC-6 EXAMINATION OF PLANS, SPECIFICATIONS AND PHYSICAL
CONDITIONS:
The Bidder is expected to carefully examine the site of the proposed work, the
bidding requir~ments, plans, specifications, and contract forms. He shall satisfy
00800-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SC-7
SC-8
himself as to the character, quality, and quantities of work to be performed, materials
to be furnished, and as to the requirements ofthe proposed contract. The submission
of a proposal shall be a binding representation 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.
Boring logs and other records of subsurface investigations and tests are attached to
these specifications. It is understood and agreed that such subsurface information
was obtained and is intended for the Owner's design and estimating purposes only.
Such information has been made available for the convenience of all BIDDERs. It is
further understood and agreed that each BIDDER is solely responsible for all
assumptions, deductions, or conclusions which he may make or obtain from his
examination of the boring logs and other records of subsurface investigations and
tests that are furnished by the Owner.
In preparation ofthe Drawings and Specifications, ENGINEER has relied upon the
exploration and tests of subsurface conditions.
REFER TO ARTICLES 16, 17 AND 18 OF THE INSTRUCTIONS TO
BIDDERS FOR PROCEDURES FOR A WARD AND SIGNING OF
CONTRACTS, AND DISPOSITION OF BID SECURITY.
PERFORMANCE AND OTHER BONDS:
a) Contractor shall furnish performance and payment Bonds, each in an amount
at least equal to the Contract Price as security for the faithful performance and
payment of all Contractor's obligations under the Contract Documents. These Bonds
shall remain in effect at least until one year after the date when final payment
becomes due, except as otherwise provided by Law or Regulation or by the Contract
Documents. Contractor shall also furnish such other Bonds as are required by the
Supplementary Conditions. All Bonds shall be in the forms prescribed by the
Contract Documents and be executed by such sureties as are named in the current 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 Audit Staff Bureau of Accounts, U.S. Treasury Department. All
Bonds signed by an agent must be accompanied by a certified copy ofthe authority to
act.
b) If the surety on any Bond furnished by Contractor is declared a bankrupt or
becomes insolvent or its right to do business is terminated in any state where any part
of the Project is located or it ceases to meet the requirements of the paragraph
SC-8(a). Contractor shall within five days thereafter substitute another Bond and
Surety, both of which must be acceptable to Owner.
00800-3
SC-9
SC-I0
/
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ADD THE FOLLOWING PARAGRAPH TO THE END OF SUBSECTION 40-
02 "ALTERATION OF WORK AND QUANTITIES":
40-02.1 The Engineer shall have authority to order minor changes in the Work not
involving adjustment of the contract sum or extension of the contract time and not
inconsistent with the intent ofthe contract document. Such changes shall be effected
by written order and shall be binding on the Owner and Contractor. The Contractor
shall carry out such written orders promptly and the Contractor shall receive no
additional compensation therefor, nor shall there be any change in the contract time
as a result thereof
ADD THE FOLLOWING PARAGRAPHS TO THE END OF PARAGRAPH
50-16 "CLAIMS FOR ADJUSTMENT AND DISPUTES":
50-16.1 "The following documentation and information must be presented in order
for the Engineer to properly evaluate such claim:
.1 Definition of the basis of the claim, including a detailed identification of
which materials and what work is considered to represent a change to the
original contract, an explanation of why the work or material is different than
what was called for by the original contract, and an identification of the
contract provisions and anything else which the Contractor relied upon;
.2 An explanation of how and why the work which is considered a change
resulted in any additional cost or performance time for the Contractor;
.3 An identification of the categories of additional costs which were incurred, an
estimate of the dollar magnitude of each, and a statement of the impact this
work will have on the construction schedule, including the contract
completion dates;
.4 An indication of how the additional costs which is believed that were
incurred can be, and are to be, quantified;
.5 Documentation of any actual additional costs and any actual impact to the
construction schedule due to this work;
.6 Documentation of the cost of performing all similar "unchanged" work, to
provide the Engineer a basis for comparison;
.7 All backup and other documentation which is believed to support or elate to
the claim;
.8 Documentation quantifying the amount of work which is believed to
constitute this "changed" work, and the time period and the areas where such
work was performed."
00800-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
50-16.2
50-16.3
50-16.4
NOTICE
The giving of a timely notice of a potential claim prior to doing work, and the
submittal ofthe above listed information for claim evaluation, within 10 days
of the completion of the work which is subject of the claim, are both
conditions precedent to the making oqhe claim, to recovery thereon, and to
the bringing of a legal action for the resolution thereof.
RESOLUTION OF CLAIMS AND DISPUTES
.1
At the Owner's sole discretion, the ENGINEER may be requested to further
review Claims which have been properly preserved as set forth in this section
and take one or more ofthe following preliminary actions within ten days of
receipt of a Claim: (1) request additional supporting data from the claimant,
(2) submit a schedule to the parties indicating when the Engineer expects to
take action, (3) reject the Claim in whole or in part, stating reasons for
rejection, (4) recommend approval of the Claim by the other party or (5)
suggest a compromise. The Engineer also may, but is not obligated to, notifY
the surety, if any, of the nature and amount ofthe Claim.
.2
If a Claim has been resolved, the Engineer will prepare or obtain appropriate
documentation.
.3
If a Claim has not been resolved, the party making the Claim shall, within ten
days after the Engineer's preliminary response, take one or more of the
following actions: (1) submit additional supporting data requested by the
Engineer, (2) modify the initial Claim or (3) notify the Engineer that the
initial Claim stands.
.4
If a Claim has not been resolved after consideration of the foregoing and of
further evidence presented by the parties or requested by the Engineer, the
Engineer will notify the parties in writing that the Engineer's decision will be
made within seven days, which decision shall be final and binding on the
parties but subiect to arbitration. Upon expiration of such time period, the
Engineer will render to the parties the Engineer's written decision relative to
the Claim, including any change in the Contract Sum or Contract Time or
both. If there appears to be a possibility of a Contractor's default, the
Engineer may, but is not obligated to, notify the surety and request the
surety's assistance in resolving the controversy.
ARBITRATION
.1
Controversies and Claims Subiect to Arbitration. Any controversy or Claim
arising out of or related to the Contract, or the breach thereof, shall be settled
by arbitration in accordance with the construction Industry Arbitration Rules
of the American Arbitration Association, and judgment upon the award
00800-5
rendered by the arbitrator or arbitrators may be entered in any court having
jurisdiction thereof, except controversies or Claims relating to aesthetic
effect. Such controversies or Claims upon which the Engineer has given
notice arid rendered a decision as provided in Subparagraph 50-16.3.4 above
shall be subject to arbitration upon written demand of either party.
Arbitration may be commenced when 30 days have passed after a Claim has
been referred to the Engineer and no decision has been rendered.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
.2
Rules and Notices for Arbitration. Claims between the Owner and Contractor
not resolved under Paragraph 50-16.2 shall, if subject to arbitration under
. Subparagraph 50-16.3.1, be decided by arbitration in accordance with the
Construction Industry Arbitration Rules of the American Arbitration
Association currently in effect unless the parties mutually agree otherwise.
Notice of demand for arbitration shall be filed in writing with the other party
to the Agreement between the Owner and Contractor and with the American
Arbitration Association, and a copy shall be filed with the Engineer.
.3
Contract Performance During Arbitration. During arbitration proceedings,
contractor shall proceed diligently with performance of the contract and the
Owner shall continue to make payments in accordance with the Contract
Documents.
.4
When Arbitration Mav Be Demanded. Demand for arbitration of any Claim
may not be made until the earlier of (1) the date on which the Engineer has
rendered a final written decision on the Claim, (2) the thirtieth day after the
parties have presented evidence to the Engineer or have been given
reasonable opportunity to do so, if the Engineer has not rendered a final
written decision by that date.
.4.1 When a written decision of the Engineer states that (1) the decision is
final but subject to arbitration and (2) a demand for arbitration of a Claim
covered by such decision must be made within 30 days after the date on
which the party making the demand receives the final written decision, then
failure to demand arbitration within said 30 days' period shall result in the
Engineer's decision becoming final and binding upon the Owner and
Contractor. If the Engineer renders a decision after arbitration proceedings
have been initiated, such decision may be entered as evidence, but shall not
supersede arbitration proceedings unless the decision is acceptable to all
parties concerned.
.4.2 A demand for arbitration shall be made within the time limits
specified in Subparagraphs 50-16.3.1 and 50-16.3.4 where applicable,
and in other cases within a reasonable time after the Claim has arisen,
and in no event shall it be made after the date when institution of
legal or equitable proceedings based on such Claim would be barred
00800-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
by the applicable statute oflimitations as determined by Laws ofthe
State of Georgia.
.5
Limitation on Consolidation or Joinder. No arbitration arising out of or
relating to the Contract Documents shall include, by consolidation or joinder
or in any other manner, the Engineer, their employees or consultants, except
by written consent containing specific reference to the Agreement and signed
by the Engineer, Owner, Contractor and any other person or entity sought to
be joined. No arbitration shall include, by consolidation or joinder or in any
other manner, parties other than the Owner, Contractor, Subcontractor(s) and
other persons substantially involved in a common question of fact or law
whose presence is required if complete relief is to be accorded in arbitration.
No person or entity other than the Owner, Contractor or Subcontractor(s)
shall be included as an original third party or additional third party to an
arbitration whose interest or responsibility is insubstantial. Consent to
arbitration involving an additional person or entity shall not constitute
consent to arbitration of a dispute not described therein or with a person or
entity not named or described therein. The foregoing agreement to arbitrate
and other agreements to arbitrate with an additional person or entity duly
consented to by parties to the Agreement shall be specifically enforceable
under applicable law in any court having jurisdiction thereof.
.6
Claims and Timely Assertion of Claims. A party who files a notice of
demand for arbitration must assert in the demand all Claims then known to
that party on which arbitration is permitted to be demanded. When a party
fails to include a Claim through oversight, inadvertence or excusable neglect,
or when a Claim has matured or been acquired subsequently, the arbitrator or
arbitrators may permit amendment.
.7
Judgment on Final Award. The award rendered by the arbitrator or
arbitrators shall be final, and judgment may be entered upon it in accordance
with applicable law in any court having jurisdiction thereof.
00800-7
SC-l1
SC-12
ADD THE FOLLOWING SUBSECTIONS TO THE END OF SECTION SO
"CONTROL OF WORK":
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
50-19 VENUE. This contract has been executed by, delivered to and accepted by the
Owner in the state of Georgia, and the provisions hereof shall be governed by the
laws of the state. Any disputes arising out of or related to this contract shall be
resolved in accordance with said laws.
The parties agree that any action or legal proceeding arising out of or related to this
contract shall be brought in the state courts of the County of Richmond, Georgia or in
the federal court in the district where the Airport is located; and the parties hereby
consent to and waive any objection to jurisdiction or venue in said courts.
50-20 NO DAMAGES FOR DELAY. It is understood that the Owner and Engineer
shall not in any way be liable to the Contractor for delays of any kind whatsoever.
The Owner's or Engineer's exercise of any of its rights under any applicable
provisions of the Owner/Engineer Agreement or Owner/Contractor Agreement
relating to changes in the work, or requirement of correction or re-execution of any of
the work or additional work shall not, under any circumstances, be construed as
active or intentional interference with the Contractor's performance ofthe Work. No
other acts by the Owner or Engineer shall be considered exceptions of this no
damages for delay clause unless motivated by bad faith.
If completion is delayed by any act or neglect of the Owner or the Engineer, or by
strikes or by other exceptional conditions over which the Contractor has no
reasonable control, the time of completion, upon receipt of the Contractor's written
request, may be extended by such period as the Engineer may consider reasonable.
No extension shall be allowed unless a claim is presented in writing to the Engineer
within seven (7) days after the commencement of such delay or the claim is waived.
If Contractor is delayed by any acts of the Owner or Engineer and is granted an
extension of time by the Engineer, the Contractor shall comply with the extended
schedule with no additional compensation from the Owner.
The Contractor shall be fully responsible for making up lost time of all delays except
to the extent that extensions of time are granted. Nothing is this clause shall be
construed to release the Contractor from the obligation to perform at its own expense
all overtime necessary to maintain the contract completion date where delays have
occurred which are not excused.
DELETE SUBPARAGRAPH 70-19(2) IN ITS ENTIRETY AND INSERT THE
FOLLOWING:
"(2) BURNING IN ANY SHAPE OR FORM WILL NOT BE ALLOWED."
00800-8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SC-13
DELETE PARAGRAPH 70-11 "RESPONSIBILITY FOR DAMAGE
CLAIMS" IN ITS ENTIRETY AND INSERT THE FOLLOWING:
70-11 RESPONSIBILITY FOR DAMAGE CLAIMS.
70-11.1
INSURANCE:
Contractor shall purchase and maintain such comprehensive general liability,
comprehensive automobile liability and other insurance as is appropriate for the
Work being performed and furnished and as will provide protection from claims set
forth below which may arise out of or result from Contractor's performallce and
furnishing of the Work and Contractor's other obligations under the Contract
Documents, whether it is to be performed or furnished by Contractor, by any
Subcontractor, by anyone directly or indirectly employed by any ofthem to perform
or furnish any of the Work, or by anyone for whose acts any of them may be liable:
-11.1.1 Claims under workers' or workmen's compensation, disability benefits and
other similar employee benefit acts;
-11.1.2 Claims for damages because of bodily injury, occupational sickness or
disease, or death of Contractor's employees;
-11.1.3 Claims for damages because of bodily injury, sickness or disease, or death of
any person other than Contractor's employees;
-11.1.4 Claims for damages insured by personal injury liability coverage which are
sustained (a) by any person as a result of an offense directly or indirectly related to
the employment of such person by Contractor, or (b) by any other person for any
other reason;
-11.1.5 Claims for damages, other than to the Work itself, because of injury to or
destruction oftangible property whe!ever located, including loss of use of resulting
therefrom;
-11.1.6 Claims arising out of operation of Laws or Regulations for damages because
of bodily injury or death of any person or for damage to property; and
-11.1.7 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.
The insurance required by this paragraph 70-11.1 shall include the specific coverage
and be written for no less than the limits ofliability and coverage specified in 70-11.3
or required by law, whichever is greater. The comprehensive general liability
insurance shall include completed operations insurance. All of the policies of
insurance so required to be purchased and maintained (or the certificates or other
00800-9
70-11.2
70-11.3
evidence thereof) shall contain a provision or endorsement that the coverage afforded
will not be canceled, materially changed or renewal refused until at least thirty days
prior written notice has been given to Owner and Engineer by certified mail. All
such insurance shall remain in effect until final payment and at all times thereafter
when Contractor may be correcting, removing or replacing defective Work in
accordance with paragraph 50-18. In addition, Contractor shall maintain such
completed operations insurance for at least two years after final payment and furnish
Owner with evidence of continuation of such insurance at final payment and one year
thereafter.
I
I
I
I
I
I
I'
I
I
I
I
I
I
I
I
I
I
I
I
INDEMNIFICATION:
-11.2.1 The Contractor shall indemnify and hold harmless OWNER and ENGINEER
and their consultants, agents and employees from and against all claims, damages,
losses and expenses, direct, indirect or consequential (including but not limited to
fees and charges of engineers, architects, attorneys and other professionals and court
and arbitration costs) arising out of or resulting from the performance of the Work,
provided that any such claim, damage, loss or expense (a) is attributable to bodily
injury, sickness, disease or death, or to injury to or destruction of tangible property
(other than the Work itself) including the loss of use resulting therefrom and (b)
arises out of the Contractor's operations or is caused in whole or in part by any
negligent act or omission of Contractor, any Subcontractor, any person or
organization directly or indirectly employed by any ofthem to perform or furnish any
of the Work or anyone for whose acts any or them may be liable, regardless of
whether or not it is caused by a party indemnified hereunder or arises by or is
imposed by Law or Regulations regardless of the negligence of any such party.
-11.2.2 In any and all claims against OWNER or ENGINEER or any of their
consultants, agents or employees by any employee of Contractor, any Subcontractor,
any person or organization directly or indirectly employed by any ofthem to perform
or furnish any of the Work or anyone for whose acts any of them may be liable, the
indemnification obligation under paragraph 11.2.1 above shall not be limited in any
way by any limitation on the amount or type of damages, compensation or benefits
payable by or for Contractor or any such Subcontractor or other person or
organization under workers' or workmen's compensation acts, disability benefit acts
or other employee benefit acts.
COVERAGE:
The limits ofliability for the insurance required by Paragraphs 70-11.1 shall provide
coverage for not less than the following amounts or greater where required by law:
A. Workers' Compensation, etc.:
(1) State:
(2) Applicable Federal
00800-10
Statutory
Statutory
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
70-11.4
(e.g. Longshoreman's)
(3) Employer's Liability
$1,000,000
B.
Comprehensive Commercial General Liability:
(1) Bodily Injury and Property Damage:
$5,000,000 Combined Single Limit (Per Occurrence)
(2) The Contractor's Commercial General Liability insurance shall
provide coverage for the following: (1) Premises - Operations, (2)
Independent Contractors, (3) Products/Completed Operations Hazard,
(4) Underground Hazard, (5) Broad Form Property Damage, (6)
Explosion and Collapse Hazard, (7) Personal Injury, and (8)
Contractual Liability.
C.
Comprehensive Automobile Liability:
(1) Bodily Injury and Property Damage:
$1.000,000 Combined Single Limit (Per Occurrence)
(2) The Contractor's Comprehensive Automobile Liability Insurance
shall provide coverage for Bodily Injury and Property Damage Per
Occurrence for owned, hired and non-owned vehicles.
D.
The Augusta Aviation Commission, its officials, staff and consultants;
Augusta, Georgia and the Augusta-Richmond County Commission, its
elected officials, officers, and employees; and The LP A Group
Incorporated, its staff and consultants shall be named as additional insured
in the policy. A Certificate of Insurance naming Augusta Aviation
Commission as a certificate holder as well as a Certificate of Insurance
naming Augusta, Georgia and the Augusta-Riclunond County Commission as
a certificate holder as well as a Certificate of Insurance naming the LP A
Group, Inc. as a certificate holder shall be issued by the Contractor's
insurance provider. The Contractor's insurance provider shall edit the
Certificate of Insurance standard cancellation clause from"..., the issuing
company will endeavor to mail days written notice to the certificate
holder..." to "..., the issuing company will mail 30 days written notice to the
certificate holder...".
The Contractor shall obtain in the name of the Owner, Owner's
Protective Liability Insurance which will have the same limits of
coverage as that required above for the Contractor's general liability
coverage, including liability for acts of Subcontractors and Subordinate
Contractors. The Contractor's insurance provider shall provide two (2)
00800-11
70-11.5
70-11.6
70-11.7
copies of the insurance policy to the Engineer for the Engineer to
distribute to the Owner.
I
I
I
I
I
I
I'
I
I
I
I
I
I
I
I
I
I
I
I
Contractor shall purchase and maintain such Protective and Contractual
Bodily Injury Liability Insurance and such Protective and Contractual
Property Damage Liability Insurance as shall be required by any public
bodies or utility companies whose property, facilities, or right-of-way may be
affected by the Work to be done under this Contract.
Contractor will provide such additional information in respect of insurance
provided by him as the Owner may reasonably request. Failure by Owner to
give any such notice of obj ection within the time provided shall constitute an
acceptance of such insurance purchased by Contractor as complying with the
Contract Documents.
Certificates in triplicate from the insurance carrier stating the limits of
liability and expiration date shall be filed with Owner before operations are
begun. Certificates shall not merely name the types of policy provided but
shall specifically refer to this Contract and shall contain a separate express
statement of compliance with each of the requirements as set forth in this
Article. The certificates shall, in addition to the information relative to the
insurance required, contain the following:
(a) Inception and expiration dates of insurance policy.
(b) Limits of liability provided (Public Liability and Property Damage).
(c) Coverage provided, including special hazards if required.
(d) Name of insurance company.
( e) Policy Number.
(f) Additional interests covered.
(g) Statement that the Explosion, Collapse, and Underground exclusions
do not apply.
(h) Certificate shall reflect self-insured retention applicable to any
contract of insurance.
(i) Excess liability certified contracts must state underlying insurance
requirements.
(j) Project number and nature of work.
(k) Cancellation notice stipulation in Paragraph 70-11.3.
No certificate will be accepted which exculpates the issuer or reduces any rights
conferred on the Owner by the above certificates, nor will they be accepted unless the
certificates bear a live signature of a direct representative of a company authorized to
do business in Georgia.
No certificate will be accepted unless the person signing the certificate certifies, in a
separate letter, his exact relationship with the insurance carrier or carriers indicated in
the certificate.
00800-12
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The Owner may, at his discretion, modifY or waive any of the foregoing
requirements. No contract of insurance containing a "claims made" insuring
agreement will be acceptable unless the Contractor offering such insurance to fulfill
the requirements ofthis Contract agrees that each such contract of insurance shall be
renewed for the entire existence ofthe Contractor, their successors or assigns; and
that on termination of such coverage which is not replaced by a similar contract with
the required limits of liability, a "tail policy" will be purchased with limits not less
. than those required by this Contract."
SC-14
80-08 FAILURE TO COMPLETE ON TIME:
80-08.1
Liquidated Damages:
Liquidated damages for failure to complete all work within the total Contract time of
180 consecutive calendar days after the Notice -To-Proceed (N.T.P.) shall be $1000
per calendar day. This sum is exclusive of additional engineering fees and inspection
fees incurred during the period of delay. See paragraph 3.3 of the Contract at page C-
2.
In addition, for not completing all punchlist work as determined by the
Engineer and the Owner at the Final Inspection for the entire project
within 30 consecutive calendar days from date of the Final Inspection,
$500 per day shall be deducted from money due the Contractor or his
surety until the punchlist items are completed to the satisfaction of the
Owner.
SC-15
80-06 TEMPORARY SUSPENSION OF THE WORK:
After the last paragraph, add the following new sentences:
If the Contractor requests a suspension of the work in whole or part for such period
or periods as he may need, due to unsuitable weather or such other conditions as
Contractor considers unfavorable for the prosecution of work, or if ordered by
OWNER or ENGINEER due to inclement weather or the failure on the part of the
Contractor to carry out orders given, or to perform any or all provisions of the
contract, a suspension may be granted provided the Contractor shall perform the
following without additional compensations:
.1 Suitably store all materials.
.2 hnplement measures to protect existing work from damage or deterioration.
.3 Erect such temporary structures and barricades as ENGINEER may required
to provide for traffic on, to, or from the airport.
00800-13
SC-16
SC-17
.5 Pay all cost of OWNER associated with the suspension including but not
limited to cost of ENGINEER, inspection and OWNER's testing laboratory to
perform their contractual requirements with respect to the project during the
work suspension.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
.6 Maintain all insurance and bond coverage.
.7 Perform such other work as required by the Contract Documents with respect
to the Project.
80-09 DEFAULT AND TERMINATION OF CONTRACT
DELETE THE FOLLOWING FROM SECTION 80-09 OF THE GENERAL
PROVISIONS "..Should the Engineer consider the Contractor in default ofthe contract
for any reason hereinbefore, he 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" AND INSERT THE
FOLLOWING:
"The Engineer shall advise the Owner that sufficient grounds exist to terminate the
contractor. Upon such consultation, the Owner shall, in consultation with the
Engineer, refer to the provisions of the Contractor's Performance Bond and follow
any mandatory procedures which might be set out therein as prerequisites to invoking
the performance obligations of the bond Surety.
If no such mandatory procedures are specified in the performance bond, the Engineer,
with authorization from the Owner, will write a letter to the Contractor, with a copy
to the Surety, declaring the Contractor in default. As an alternative to immediate
termination of the contract, the Owner may request that the Engineer give the
Contractor and Surety specific notice of what conditions must be met to avoid
termination."
CONTRACT TIME
Time for completion of the work is 180 consecutive calendar days from the
Notice-to-Proceed date and within the stipulated phasinglsubphasing requirements as
outlined in paragraph 80-08.1 Liquidated Damages of this section (Section 00800)
and Section 010 10 Scope Of Work.
In the event that the construction contract time period occurs between the dates
April 1, 2005 through April 14, 2005 inclusive, all construction activities shall be
stopped. No contract time will apply against the contract during this time
period. The Contractor will be required to de-mobilize and re-mobilize at no
additional expense to the Owner.
00800-14
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SC-18
SC-19
SC-20
SC-21
SC-22
COPIES OF CONSTRUCTION DOCUMENTS
ENGINEER will furnish at no charge to Contractor five (5) complete sets of plans
and specifications including cross-sections for Contractor's use during construction.
One set shall be maintained as the Project Record Documents. Additional sets of
plans and specifications or individual sheets of plans will be furnished to Contractor
at the cost of reproduction and postage.
WAIVER OF LIEN
Prior to final payment, the Contractor shall deliver to the Owner complete releases of
lien for all labor, materials, and equipment supplied under this Contract. The
Contractor shall also supply waivers of lien for all Subcontractors and material
suppliers.
90-01 MEASUREMENT OF QUANTITIES
DELETE THE FIRST PARAGRAPH AND REPLACE WITH THE FOLLOWING
REVISED PARAGRAPH:
"90-01 MEASUREMENT OF QUANTITIES. All work completed under the contract
will be measured by the Engineer (unless specified otherwise), or hislher authorized
representatives, using United States Customary Units of Measurement."
90-06 PARTIAL PAYMENTS
ADD THE FOLLOWING PARAGRAPH AT THE END OF SECTION 90-06
"This Agreement is intended by the Parties to, and does, supercede any and all
provisions of the Georgia Prompt Pay Act, O.C.G.A. Prompt Pay Act g 13-11-1, et
seq. In the event any provision of this Agreement is inconsistent with any provision
of the Prompt Pay Act, the provision of this Agreement shall control.
Notwithstanding any provision of this contract or Georgia law, Contractor, by
execution of this Contract, waives any claim for interest on any sums held as
retainage under this Contract.
90-07 PAYMENT FOR MATERIALS ON HAND
After Item e of the first paragraph, add the following Item f:
f The value of the delivered material which is to be used in one item of work
exceeds $3,000 and is not sch~duled to be incorporated into the work within 60
days after delivery. .
MEASUREMENT AND PAYMENT:
No measurement and payment for Supplementary Conditions will be made except as
described below. All provisions ofthis section other than that listed below shall be
included in Item 01000, Mobilization.
00800-15
Item 00800
Supplementary Insurance Provisions -- per Lump Sum
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Items described and designated under Supplementary Condition SC-14 paragraph 70-
11.3D and 70-11.4 will be paid separately under this section as "Supplementary
Insurance Provisions". Section 70-11.3D includes provisions for the Contractor to
have the Owner and the Engineer named as additional insured with right of notice in
the Contractor's insurance policies. Section 70-11.4 includes provision for the
Contractor to purchase an Owner's Protective Liability policy. If awarded,
reimbursement for this item will be limited to the amount the Contractor can
demonstrate is an additional expense for the specified coverage.
END OF SECTION 00800
00800-16
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DIVISION 1 GENERAL REQUIREMENTS
SECTION 01000
MOBILIZATION
PART 1 GENERAL
1.01 DESCRIPTION:
A. The work covered by Item 01000 Mobilization consists of preparatory work and
operations, including but not limited to those necessary for the movement of personnel,
equipment, supplies, and incidentals to the project site; for providing the items required by
the General Provisions, Section 01510 Temporary Facilities and Supplementary Conditions
and the General Requirements including but not limited to: for the establishment of all
offices, buildings, and other facilities necessary for work on the project, construction
staking, establishing a haul route and staging area and restoration upon completion of work,
performance bond, labor and materials bond; all required insurance, all prebid and
preconstruction expense, and for all other work and operations which must be performed or
costs incurred prior to beginning work on the various items on the project site.
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION
3.01 PAYMENT:
A. All work covered by this section will be paid for at the contract lump sum price for
"Mobilization. "
B. Forty percent (40%) ofthe amount bid for this lump sum Item 01000 "Mobilization"
shall be payable to the Contractor when the staging area has been established, all Contractor
buildings and other temporary facility requirements are in place and accepted by the
Engineer, and when the access (haul) route(s) has been completed and constructed. The
remaining sixty (60%) of Item 01000 will be payable to the Contractor distributed in each
pay estimate based on a percentage of Bid Schedule items complete. This is interpreted to
mean that 10% of the remaining 60% of Mobilization will be paid when 10% of the Bid
Schedule items are complete and accepted by the Engineer, etc. All such payments will be
made less the retainage provided for in the Contract.
Payment will be made under:
Item 01000
Mobilization -- per Lump Sum
END OF SECTION 01000
01000-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 01010
SCOPE OF WORK
1.01 RELATED DOCUMENTS
A. Drawings and general provisions of Contract, including General Provisions and
Supplementary Conditions and Division 1 Specification sections, apply to work of
this section.
1.02 PROJECT IDENTIFICATION
The Project name is "General Aviation Apron Expansion / Taxiway 'c' Relocation Project, Augusta
Regional Airport, Augusta, Georgia" as shown on the contract documents prepared by THE LP A
GROUP, INCORPORATED. Drawings and specifications are dated April, 2004.
1.03 CONTRACT DOCUMENTS
A. Indicate the work of the Contract and related requirements and conditions that have
an impact on the project. Related requirements and conditions that are indicated on
the contract Documents include, but are not necessarily limited to the following:
1. Existing site conditions and restrictions on use of the site.
1.04 SUMMARY BY REFERENCES
Work of the Contract can be summarized by references to the Contract, General Provisions,
Supplementary Conditions, Specification Sections, Drawings, addenda and modifications to the
contract documents issued subsequent to the initial printing ofthis project manual and including but
not necessarily limited to printed material referenced by any of these. It is recognized that work of
the Contract is also unavoidably affected or influenced by governing regulations, natural
phenomenon including weather conditions and other forces outside the contract documents.
1.05 CONSTRUCTION TIME AND PHASING
A. Construction Time: The work as described by the contract specifications and as
shown on the plans shall be ready for use by the Owner within 180 consecutive
calendar days after the Notice-to-Proceed date. In order to minimize the impact to
airport passengers, airport tenants and the employees, completion of the project is
critical and liquidated damages for not completing the project within the stipulated
contract time as stipulated in this section and as set forth in Section 00800
Supplementary Conditions will be enforced.
B. Construction Phasing: The Work shall be completed in four (4) overall phases. The
work area and contract time duration for each phase is stipulated as follows:
01 010-1
Phase I-All Widening of Taxiway 'c' and Taxiway 'B' from stations 147+75 to 157+16.
The work also includes an expansion of the multi-use parking apron located in the infield
between Taxiways 'B' and 'D'. Related work includes milling, grading, drainage
improvements and installation of the taxiway edge lighting system with accompanying
fixtures and wiring. The time allotted for this phase is 100 calendar days.
Taxiways 'A' dud 'B' will be closed during this phase. Additionally, access to the perforated
steel plank parking area will be closed. All work shall be performed during normal work
hours (6:00 am and 7:00 pm.). Contractor shall monitor ground control frequency at all
times during construction.
Phase 2 - Widening the Taxiway 'C'and 'D' intersection from stations 146+40 to 147+75.
Related work includes milling, grading, drainage improvements and taxiway edge lighting.
The time allotted for this phase is 20 calendar days. '
Taxiway 'D' will be closed during this phase. All work shall be performed during normal
work hours (6:00 am and 7:00 pm.). Contractor shall monitor ground control frequency at all
times during construction.
Phase 3 -All widening of Taxiway 'c' and Taxiway 'E' from stations 129+52 to 146+40.
Related work includes milling, grading, drainage improvements and taxiway edge lighting.
The time allotted for this phase is 60 calendar days.
Taxiway 'E' west of Runway 17-35 will be closed. Additionally, Taxiway 'C' from stations
128+50 to 131 +00 will be closed. All work shall be performed during normal work hours
(6:00 am and 7:00 pm.). Contractor shall monitor ground control frequency at all times
during construction.
Phase 3A - Relocating the existing electrical handhole from station 140+21,6' left to station
140+22,42' right. The time allotted for this phase is 3 calendar days.
Taxiway 'E' west of Runway 17-35 will be closed. Additionally Taxiway 'C' from stations
128+50 to 140+29 will be closed. Work shall be performed on a 24 hour schedule during
daylight and nighttime hours as necessary. Contractor shall monitor ground control
frequency at all times during construction.
Phase 4 - All permanent pavement markings on and around Taxiway 'C'. This work shall
be coincide with the first three phases and shall be completed in180 calendar days.
Contractor to coordinate with ground control and Owner before any marking operations.
All work shall be performed during daylight hours between 6:00a.m. to 7 :OOp.m. Contractor
shall monitor ground control frequency at all times during construction.
The Contractor shall also comply with the following stipulations in order to minimize the impact to
the aircraft operations and the airfield tenants.
01010-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1.
In the event that the construction contract time period occurs between the dates April
1,2005 through April 14, 2005 inclusive, all construction activities shall be stopped. No
contract time will apply against the contract during this time period. All equipment
shall be stored in the designated staging area. There shall be no measurement or
payment associated with additional costs for this shutdown period. Any extra costs due
to this shutdown shall be considered incidental to Item 01000 Mobilization.
2.
The Contractor shall coordinate construction with the Engineer, Owner, FAA, and the ATCT
on a daily basis.
3.
Prior to departure of Contractor's personnel from project site each day, the Contractor shall
conduct an inspection of all the airport lighting systems with the Engineer (existing as well as
newly installed lights and cables) to insure proper and full operation of all airfield lighting
systems.
4.
Should conditions arise beyond the Contractor's control that require that a lighting system
to be inoperable, he shall notify the Engineer immediately, such that appropriate coordination
can be made with the Owner to issue NOT AMS. The Contractor then shall appropriately
barricade the affected pavement as required by the Contract Documents
5.
During the life ofthe Contract, the Contractor shall designate an authorized individual to be
on 24-hour call equipped with beeper and cellular phone to respond to any situation arising
out of his performance of work on this project, and shall respond and be at the project within
one hour after the phone call.
6.
Prior to departure from the project site each day, no open trench or depressions with
imensions excluding those as described in Section 01030 shall exist within the active runway
and taxiways safety zones. The Contractor shall return all equipment and vehicles to the
designated staging area at the end of each workday.
7.
The Contractor will not be permitted to stockpile material within the runway and taxiway
safety zones, or any other location hazardous to the aircraft operation.
8.
No overnight stockpiling of material will be allowed in the active Airport Operation Area
(AOA) outside the designated staging area.
9.
The Contractor shall employ a skilled person for locating existing airfield wiring. Before
beginning any excavation the Contractor shall locate and mark all utilities affected by his
operations. The Contractor shall maintain an ample supply of parts to repair damaged wire.
1.06
CONTRACTOR USE OF PREMISES
A. Use of the Site: Confine operations at the site to the areas permitted under the
Contract. Portions of the site beyond areas on which work is indicated are not to be
disturbed. Conform to site rules and regulations affecting the work while engaged in
proj ect construction.
01010-3
1.07
B. Open Passage: Keep existing drives, entrances, and air operations areas designated to
remain open, clear and available to the Owner, his employees and the public at all
times. Do not use these areas for parking or storage of materials.
C. Storage: Do not unreasonably encumber the site with materials or equipment.
Confine stockpiling of materials and location of storage sheds to the areas indicated.
If additional storage is necessary, obtain Engineer's approval.
D. Vehicle/Equipment Security: Lock automotive type vehicles, such as passenger cars
and trucks, and other mechanized or motorized construction equipment, when parked
and unattended, so as to prevent unauthorized use. Do not leave such vehicles or
equipment unattended with the motor running or the ignition key in place.
WORK RESTRICTIONS
A. NA V AID Areas: During the time of construction, the Contractor may be restricted
from working in or around certain essential electronic navigational aids necessary to
the safe operation of the airport. The Contractor is hereby notified that the Engineer
may restrict construction operations in those areas closest to the active runway and
taxiways.
B. Radio Communication: Contractor shall maintain two-way radio communication
with the FAA Air Traffic Control Tower, on their frequency, at all times during
construction. Contractor shall have a working radio on site at all times during
construction and shall assign responsible personnel, including flagmen, to
continuously monitor the radio. All radios shall be as specified in Section 01510.
C. Turf Restoration: All non-paved areas that are disturbed by the Contractor's work,
staging area, haul roads, etc. shall be reseeded and restored to original condition by
the Contractor. Except where otherwise specified, there will be no separate pay item
for this work; it will be considered incidental to and included in the price bid for
Section 01000, Mobilization.
D. Security: Contractor shall provide security within his construction area and shall keep
all unauthorized personnel out.
E. HaulRoute on Airfield Pavement: Contractor will not be allowed to use any ofthe
existing runways, taxiways, or aprons as part of the haul road unless authorized in
writing by the Engineer.
F. Access Points: All construction traffic shall enter and exit the project area only
through the project access point( s) shown on the plans or approved by the Engineer.
Contractor will be responsible for security of entrance gates under use by him/her.
01010-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
G. Construction Stake-Out: The Contractor shall perform construction stake-out in
accordance with Article 50-06 ofthe General Provisions.
H. Haul Route: The Contractor shall be responsible for establishing haul routes suitable
for supporting all necessary transportation and construction equipment for the'
duration ofthe project. Any existing roads or other areas that are used as part ofthe
haul route shall be restored to their original condition after completion oftheproject.
The Contractor will be responsible for all clean up operations of debris that may be
on the haul route and for watering and/or other dust preventive measures to preclude
fugitive dust from affecting buildings, occupants, or airfield operations. No separate
payment will be made for seeding or mulching, or pavement restoration; such costs
will be incidental to and included in the price bid forSection 01000, Mobilization.
I. Airfield Safety Devices: Contractor shall maintain all airfield safety devices such as
staked limit lines for the duration of the project as required. Damaged stakes or
flagging shall be replaced immediately.
J. Vehicular Markings and Lighting: All vehicles and equipment used on the airfield
shall meet airport requirements for marking and lighting.
K. Contacts During Non-Working Hours: For the duration ofthe project, the Contractor
shall designate a list of authorized individuals in a prioritized order, to be on 24 hour
call, and these individuals shall be equipped with a beeper and cellular phone. These
individuals shall be able to respond to any situation arising out ofthe performance of
the work on this project, particularly during nighttime hours, and shall respond and
be on the project site within one hour after the phone call or beep.
L. Airfield Pavement Cleanup: The Contractor shall promptly clean any and all debris
arising from the project work that are left on operational airfield pavement. Any
debris attributable to the Contractor found to be a hazard to aircraft, may be removed
by the Owner. A fee of $250/hour will be assessed to the Contractor for all such
cleaning and will be deducted on the next Contractor pay request. '
1.08 COORDINATION: The work ofthis Contract includes coordination by the Contractor of
the entire work ofthe proj ect, including preparation of general coordination drawings, diagrams and
schedules, and control of site utilization, from beginning of construction activity through project
close-out and warranty periods.
END OF SECTION 01010
01 010-5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PART 1
1.01
SECTION 01030
AIRPORT PROJECT PROCEDURES
(Construction Safety Plan)
GENERAL
INTRODUCTION:
1.02
A. This project will include Contractor operations within active Air Operations
Areas (AOA). The Airport will conduct normal aircraft operations during the
course of this project, subject to certain restrictions called out in this section
or elsewhere in the specifications. Therefore, to provide for the security and
safety of Airport users and the Contractor's forces, as well as to minimize
interruptions to aircraft operations, the Contractor shall limit his work within
the areas designated and conduct his operations as specified.
B. Any fines or assessments levied against the Sponsor (Owner) as a result of
intrusions in the AOA or other violations by the Contractor's personnel or
those of his subcontractors will be passed on to the Contractor. In addition,
the Contractor will be subject to a fine of$1 ,000.00 per incident, assessed by
the Sponsor (Owner).
AIR OPERATION AREA (AOA) SAFETY REQUIREMENTS:
A. Aircraft Operational Areas: Existing aprons, taxiways and runways outside
the limits of construction shall remain completely operational and
unencumbered by the Contractor's equipment and personnel.
B. Radio Communication: The Contractor shall maintain radio communication
with the Ground Control Frequency at the Augusta Regional Airport at all
times during construction, and shall immediately vacate the runway and
taxiway safety areas during any aircraft operation (i.e. Landings, take-offs and
taxiing). Contractor shall have a working radio on site at all times during
construction and shall assign responsible personnel to continuously monitor
radio.
C. Airfield Pavement Closures: Closures of any portions of the airfield pavement
will be made only by the Owner. The Owner shall contact the appropriate FAA
Flight Service Station prior to issuing the Notice-to-Proceed so that a Notice-to-
Airmen (NOT AM) for any closure can be issued in accordance with established
criteria.
01030-1
1.03
D. Security and Badging Requirements: Contractor shall obtain necessary
clearances and identification badges for construction personnel from the Owner's
public safety office. The Contractor will be required to adhere to all FAA
security requirements and all construction personnel working in, or having access
to, secure areas will be required to obtain and wear badges issued by the Owner.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1. Badges will be required for certain construction employees. Badges shall.
be obtained through the Airport's public safety office. The badges shall be
returned at project completion. The construction supervisor and all
approved equipment escort personnel shall be trained, certified and
badged for operations within the security identification area as defined
with the current approved airport security plan.
2. Applications should be turned into the Airport Security Administrator. A
photo I.D. badge will be issued for each approved application. There
will be a Fifty Dollar ($50.00) nonrefundable fee for fingerprinting
and badges. Each badge holder will be required to comply with the
security rules and regulations of the Augusta Regional Airport. The
Airport could suffer severe fines or penalties as a result of security
violations. The Contractor will be responsible for these fines or penalties
for any security violations that are his responsibility. Contractor security
measures will be discussed and reviewed at the Preconstruction
Conference.
CONSTRUCTION SAFETY REQUIREMENTS:
A. General:
1. Safety Officer: The Contractor is required to employ a Safety Officer
who will be the liaison between the Contractor, the Engineer and the
Owner in all safety related matters for the duration of the project.
The Safety Officer shall be on call 24 hours per day for emergency
maintenance of airport hazard lighting, barricades, and other safety
features.
2. Protection of Utilities: The Contractor shall be responsible for field
marking and protecting all utilities within the construction limits.
3. Storage of Equipment, Vehicles, and Materials: All equipment,
vehicles, and materials must be stored in the designated storage or
staging area or in areas acceptable to the Engineer.
4. Vehicular Markings: Contractor vehicles and equipment shall be
marked with checkered flags and lighted with flashing beacons to
comply with requirements ofF AA AC 150/5210-5B.
01030-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
5. Construction Methods Limitation:
a. No open flames or burning will be allowed on Airport
property.
b. Stockpiled material shall be constrained in a manner to
prevent displacement by jet blast, prop blast, or wind.
6. Safety and Accident Protection:
a. The Contractor shall comply with all applicable federal, state,
and local laws, ordinances, and regulations governing safety,
health, and sanitation; shall provide barricades; and shall take
any other needed actions, on his own responsibility, that are
reasonably necessary to protect the life and health of
employees on the job, the safety of airport users, and the
safety of moving and parked aircraft, and other property
during the performance of the work.
b. The Safety Officer's duties shall include accident prevention.
7. Navigational Aids: Airport navigational aid critical areas are shown
on the drawings. The Contractor shall not enter these areas without
the Engineer's approval.
8. FAA Advisory Circular: Except as otherwise specified, FAA AC
150/5370-2E and all its references shall be used in maintaining
airport operational safety during construction. A copy of this circular
is reproduced and attached herein.
B.
Runwav and Taxiway Safety Zones:
1. Limitations: When necessary to accomplish construction in areas
adjacent to runways and taxiways and aprons, the construction
equipment, vehicles, and men are authorized to operate without
interruption within the project limits, except within the following
areas and as specified otherwise:
Distance from runway centerline
- within 250 feet (Runway 17-35)
Distance from active taxiway centerline
- within 59 feet.
Runway approach areas
- and 34:1 slope (Runway 17-35)
01030-3
2. Request for Facility Closures: Construction activities on taxiways or
within the above restricted areas shall only be performed at times
when the taxiways are closed to aircraft. Closure of a runway or
taxiway or any portion thereof must be requested in writing by the
Contractor through the Engineer. This request must indicate the areas
needed and a schedule of operations and time(s) required for
operations within the area. The Owner reserves the right, however,
to shift any approved closure periods to alleviate aircraft
congestion or when inclement weather conditions dictate.
I
I
I
I
I
I.
I
I
I
I
I
I
I
I
I
I
I
I
I
3. Equipment Operation Restrictions: Contractor may be permitted to
operate trenching machines and other equipment in the Runway and
Taxiway Safety Zones provided all of the following conditions are
satisfied:
a. The equipment operator and/or crew foreman monitors the
Airport's Unicom frequency continuously, using a two way
radio transceiver.
b. All equipment shall be cleared from the Runway or Taxiway
Safety Zones during aircraft operations (ie. landings, take-
offs, and taxiing).
c. All equipment within the Runway and Taxiway Safety Zones
is manned and being used. No unnecessary or parked
equipment will be allowed within the Runway and Taxiway
Safety Zones.
d. All excavated trenches and holes shall be backfilled, tamped
and leveled to match existing grades before workmen leave
the site at the end of each workday.
4. Stockpiles: Stockpiled materials shall not be permitted within the
runway or taxiway safety zones.
5. Grading Requirements: All construction within a restricted area shall
be performed in such a manner that, at the end ofthe closure period, it
will leave the safety area with no abrupt grade changes and with no
trenches with depth or width greater than 3".
C.
Obstructions to Navigation:
1. Violation of Safety Zone Surfaces: Penetration of equipment,
vehicles, materials, or men into the safety zones and approach
surfaces requires the preparation and distribution of Notices of
Airmen (NOT AM) in advance to the actual penetration.
01030-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1.04
2. Scheduling: When part of the work in this project is in violation of
FAR Part 77, the clearance distance requirements from runway and
taxiway edges shall be incorporated into the construction sequence
schedule. At no time shall the construction limits of the area under
construction violate the safety zones without prior notification to and
approval by the Engineer.
3. Coordination and Communication: Work within and adjacent to
active AOAs shall be coordinated with the Engineer prior to
commencement of the activity. Work crews in these areas shall be
accompanied by the construction superintendent and the resident
inspector, both of which shall constantly monitor the CT AF or
Ground Control Radio frequency at all times during construction.
activities.
SAFETY PLANNING:
1.05
1.06
RUNWAY AND TAXIWAY CLOSURES:
The Contractor shall integrate and maintain requirements of airport operational safety
into each of his planning and work schedules. The Contractor's Safety Officer shall
continuously monitor all planning schedules and work underway for compliance to
AC l50/5370-2E; he shall maintain vigilance to detect areas needing attention due to
oversight or altered construction activities. Airport operational safety during
construction will be on the agenda at the preconstruction conference and each
coordination and progress meeting.
SECURITY REQUIREMENTS: The Contractor has the responsibility for
maintaining control of the access gates or any other entrance to the AOA. The
Contractor may utilize a gate guard or install an automatic operated gate controller
with limited access with numeric key pad. The Contractor may be required to erect
temporary fencing to protect the AOA during construction. The Contractor's method
of maintaining security shall be set forth in his Security Plan and shall comply with
the airport's rules and regulations concerning work in the airport restricted areas.
There will be no separate measurement or payment for gate guards or temporary
fencing required to maintain the integrity ofthe AOA.
A. The Contractor shall coordinate and schedule runway and taxiway closures and
temporary relocation of any runway threshold with Owner through Engineer
before closure is required so that Owner can issue appropriate NOTAMs.
B. Runway and Taxiway closures shall be scheduled in advance. Contractor shall
identify taxiway closures with barricades and by covering taxiway lights within
01030-5
the closure limits. Remove barricades and covers when no longer needed or as
directed by Engineer.
PART 2 PRODUCTS
2.01 AIRFIELD BARRICADES: Airfield Barricades, when required, shall be constructed
as specified in Section 01530.
PART 3 EXECUTION
3.01 LIMITATION OF CLOSURES:
Airfield pavement closures will be made only by the Owner. The Contractor shall
request the closure through the Engineer from the Owner.
3.02 BARRICADE INSTALLATION:
If any portion of the airfield pavement is necessary to be closed, the Contractor shall
supply low profile barricades with red flashing or steady-burn lights that are
acceptable to the Engineer. The cost of providing and maintaining barricades shall be
included under Item 01530. The Contractor shall securely anchor all barricades to
the satisfaction of the Engineer.
PART 4
MEASUREMENT AND PAYMENT
Except as otherwise specified in Section 01530, no measurement or payment will be
made for this item of work and it will be considered as incidental cost to
Mobilization, Section 01000.
END OF SECTION 01030
01030-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
~~
U.S. Department
of Transportation
Federal Aviation:
Administration
I
I
I
Advisory
Circular
I
Subject: OPERATIONAL SAFETY ON AIRPORTS
DURING CONSTRUCTION
I
1. THE PURPOSE OF THIS ADVISORY
CIRCULAR (Ae).
I
Aviation safety is the primary consideration at airports,
especially during construction. This AC sets forth
guidelines for operational safety on airports during
construction. It contains major changes to the following
areas "Runway Safety Area," paragraph 3-2, "Taxiway
Safety Areas/Object-Free Areas," paragraph 3-3;
"Overview," paragraph 3-4; "Marking Guidelines for
Temporary Threshold," paragraph 3-5, and "Hazard
Marking and Lighting," paragraph 3-9.
I
I
2. WHAT THIS AC CANCELS.
I
This AC cancels AC 150/5370-2D, OperationalSafety
on Airports During Constn/ction. dated May 31, 2002
I
3. READING MATERIAL RELATED TO THIS
AC.
I
Appendix I contains a list of reading materials on
airport construction, design, and potential safety
hazards during construction, as well as instructions for
ordering these documents Many of them, including
this AC, are available on the Federal Aviation
Administration (FAA) Web site
I
I
I
c:1M CLJ9
I
DA VID L BENNETT
Director, Office of Airport Safety and Standards
I
I
Date: l/17/03
Initiated by: AAS-300
AC No: 150/5370-2E
Change:
4. WHO THIS AC AFFECTS.
This AC assists airport operators in complying with 14
Code of Federal Regulations (CFR), part 139,
Certification and Operation: Land Airports Serving
Certain Air Carriers, and with the requirements of
airport construction projects receiving funds under the
Airport Improvement Program or from the Passenger
Facility Charge Program. While the FAA does not
require noncertificated airports without grant
agreements to adhere to these guidelines, we
recommend that they do so as it will help these airports
maintain a desirable level of operational safety during
construction.
5. ADDITIONAL BACKGROUND
INFORMA TION.
Appendix 2 contains definitions of tenns used in this
AC. Appendix 3 provides airport operators with
boilerplate fonnat and language for developing a safety
plan for an airport construction project. Appendix 4 is
a sample Notice to Ainnen fonn.
6. HAZARD LIGHTING IMPLEMENTATION
TIME LINE.
Supplemental hazard lighting must be red in color by
October I, 2004 See paragraph 3-9 for more
infonnation
I
1/17/03
AC 150/5370-2E
CONTENTS
I
ParaQraph
PaQe
I
CHAPTER 1. GENERAL SAFETY REQUIREMENTS AND RESPONSIBILITIES ................................................. 1
I-I. Overview. .... ............... ...... .... ............ .... ..... ..... ........ ................. ....... .......... ........ ................... .............................. ....... I
1-2. Who Is Responsible for Safety During Construction. ..........................................;...................................................1
I
CHAPTER 2. SAFETY PLANS. ........ .......... .................... ........ .................................... .............. ....... ......... ............... 3
Section 1. Basic Safety Plan Considerations .......................................................................................................3
2-1. Overview. .. .............. ...................................... ..... ..... ........... ...... ...... .......... ............... ... .... ................. .........................3
2-2. Safety Plan Checklist. .............................. ..... ..... ................. ................ ..... ................ .................................................3
Section 2. Safety and Security Measures .............................................................................................................4
2-3. Overview. ............................................................................................................................ ................... ..................4
2-4. Vehicle Operation and Marking and Pedestrian Control. .........................................................................................4
2-5. Construction Employee Parking Areas. .... ......................................... .......................................................................5
2-6. Construction Vehicle Equipment Parking. ................................................................................................................5
2-7. Radio Communication Training. ............................ ..................................................................................................5
2-8 . Fencing and Gates. ........ .................................................... ................................. ...................................................... 5
Section 3. Notification of Construction Activities .......... ...... ........... .......... ........ .................. ............... ............. ..... 5
2-9. General. ..................................................................................................... ................. ............ .................................. 5
2-10. Assuring Prompt Notifications. ......................... ................................. ..... .................................................................6
2-11. Notices to Ainnen (NOTAMs).................................................................................................................................6
2-12. Aircraft Rescue and Fire Fighting (ARFF) Notification...........................................................................................6
2-13. Notification to the FAA. ...........................................................................................................................................6
2-14. Work Scheduling and Accomplishment. ............................................. ................................................. ....................6
I
I
I
I
I
I
I
CHAPTER 3. SAFETY STANDARDS AND GUIDELINES ...................................................................................... 7
Section 1. Runway and Taxiway Safety Areas, Obstacle-Free Zones, and Object-Free Areas ...................... 7
3 -I. Overview. ............................................................................................................................................................ ..... 7
3-2. Runway Safety Area (RSA)/Obstacle-Free Zone (OFZ). ......................................................................................... 7
3-3. Taxiway Safety Areas/Object-Free Areas. ...............................................................................................................7
Section 2. T empora ry Ru nway Thresholds........................................................ ..... .......... ........... ....... ................. 8
3-4 . Overview. ...................................................................................................................................................... ........... 8
3-5. Marking Guidelines for Temporary Threshold. ........................................................................................................8
3-6. Lighting Guidelines for Temporary Threshold......................................................................................................... 9
Section 3. Other Construction Marking and Lighting Activities .....................................................:................ 10
3-7. Overview. ............................................................................................................................................................... 10
3-8. Closed Runway and Taxiway Marking and Lighting. ............................................................................................ 10
3-9. Hazard Marking and Lighting ................................................................................................................................10
3-10. Construction Near Navigational Aids (NA V AIDs). ...............................................................................................11
3-11. Construction Site Access and Haul Roads......................................c.......................................................................11
3-12. Construction Material Stockpiling..........................................................................................................................11
3-13. Other Limitations on Construction. ........................................................................................................................ II
3-14. Foreign Object Debris (FOD) Management. ..........................................................................................................12
Section 4. Safety Hazards and Impacts ................ ....................... ...... ................... ......... .......................... ........... 12
3-15 . Overview. ........ ........ ............... ................................. ........................ .................................... ......... ............ .............. 12
I
I
I.
I
I
I
I
iii
I
I
1/17/03
AC 150/5370-2E
I
CHAPTER 1. GENERAL SAFETY REQUIREMENTS AND RESPONSIBILITIES
1-1. OVERVIEW.
I
Hazardous practices and marginal conditions created by
construction activities can decrease or jeopardize
operational safety on airports. To minimize disruption of
normal aircraft operations and to avoid situations that
compromise the airport's operational safety, the airport
operator must carefully plan, schedule, and coordinate
construction activities While the guidance in this AC is
primarily used for construction operations, some of the
methods and procedures described may also enhance day-
to-day maintenance operations.
I
I
I
1-2. WHO IS RESPONSIBLE FOR SAFETY
DURING CONSTRUCTION.
I
An airport operator has overall responsibility for
construction activities on an airport. This includes the
predesign, design, preconstruction, construction, and
inspection phases. Additional infonnation on these
responsibilities can be found throughout this AC.
a. Airport operator's responsibilities-
(1) Develop internally or approve a
construction safety plan developed by an outside
consultant/contractor that complies with the safety
guidelines in Chapter 2, "Safety Plans," and Appendix 3,
"Airport Construction Safety Planning Guide," of this
AC
I
I
I
(2) Require contractors to submit plans
indicating how they intend to comply with the safety
requirements of the project
(3) Convene a meeting with the construction
contractor, consultant, airport employees, and, if
appropriate, tenant sponsor to review and discuss project
safety before beginning construction activity
(4) Ensure contact infonnation is accurate for
each representative/point of contact identified in the
safety plan
(5) Hold weekly or, if necessary, daily safety
meetings to coordinate activities
(6) Notify users, especially aircraft rescue and
fire fighting (ARFF) personnel, of construction activity
and conditions that may adversely affect the operational
safety of the airport via Notices to Ainnen (NOTAMs) or
other methods, as appropriate Convene a meeting for
review and discussion if necessary.
(7) Ensure that construction personnel know
of any applicable airport procedures and of changes to
those procedures that may affect their work.
I
I
I
I
I
I
I
I
I
(8) Ensure that construction contractors and
subcontractors undergo training required by the safety
plan.
(9) Develop and/or coordinate a construction
vehicle plan with airport tenants, the airport traffic control
tower (A TCT), and construction contractors. Include the
vehicle plan in the safety plan See Chapter 2, section 2,
of this AC for additional information.
(10) Ensure tenants and contractors comply
with standards and procedures for vehicle lighting,
marking, access, operation, and communication.
(11) At certificated airports, ensure that each
tenant's construction safety plan is consistent with 14
CFR part 139, Certification and Operations: Land
Airports Serving Certain Air Carriers.
(12) Conduct frequent inspections to ensure
construction contractors and tenants comply with the
safety plan and that altered construction activities do not
create potential safety hazards.
(13) Resolve safety deficiencies immediately.
(14) Ensure construction access complies with
the security requirements of 49 CFR part 1542, Airport
Security .
(15) Notify appropriate parties when
conditions exist that invoke provisions of the safety plan
(e.g., implementation of low-visibility operations).
b. Construction contractor's responsibilities-
(1) Submit plans to the airport operator on
how to comply with the safety requirements of the
project.
(2) Have available a copy of the project safety
plan
(3) Comply with the safety plan associated
with the construction project and ensure that construction
personnel are familiar with safety procedures and
regulations on the airport
(4) Provide a point of contact who will
coordinate an immediate response to correct any
construction-related activity that may adversely affect the
operational safety of the airport
(5) Provide a safety officer/construction
inspector familiar with airport safety to monitor
construction activities
(6) Restrict movement of construction
vehicles to construction areas by flagging and barricading,
erecting temporary fencing, or providing escorts, as
appropriate
AC 150/5370-2E
(7) Ensure that no construction employees,
employees of subcontractors or suppliers, or other persons
enter any part of the air operations areas (AOAs) from the
construction site unless authorized
c. Tenant's responsibilities if planning
construction activities on leased property-
(1) Develop a safety:plan, and submit it to the
airport operator for approval prior to issuance of a Notice
to Proceed.
(2) Provide a point of contact who will
coordinate an immediate response to correct any
2
1/17/03
I
constmction-related activity that may adversely affect the
operational safety of the airport.
(3) Ensure that no tenant or construction
employees, employees of subcontractors or suppliers, or
any other persons enter any part of the AOA from the
construction site unless authorized
(4) Restrict movement of construction
vehicles to construction areas by flagging and barricading
or erecting temporary fencing.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1/17/03
I
AC 150/5370-2E
CHAPTER 2. SAFETY PLANS
I
OVERVIEW.
Section 1. Basic Safety Plan Considerations
2-2. SAFETY PLAN CHECKLIST.
2-1.
I
Airport operators should coordinate safety issues with the
air carriers, FAA Airway Facilities, and other airport
tenants before the design phase of the project. The airport
operator should identify project safety concerns,
requirements, and impacts before making arrangements
with contractors and other personnel to perfonn work on
an airport. These safety concerns will serve as the
foundation for the construction safety plan and help
maintain a high level of aviation safety during the project
The airport operator should detennine the level of
complexity of the safety plan that is necessary for each
construction project and its phases. The safety plan may
be detailed in the specifications included in the invitation
for bids, or the invitation for bid may specify that the
contractor develop the safety plan and the airport operator
approve it. In the latter case, the invitation for bid should
contain sufficient information to allow the contractor to
develop and determine the costs associated with the safety
plan In either case, safety plan costs should be
incorporated into the total cost of the project. The airport
operator has final approval authority and responsibility
for all safety plans.
Coordination will vary from fonnal predesign conferences
to informal contacts throughout the duration of the
construction project
Details of a specified safety plan, or requirements for a
contractor-developed safety plan, should be discussed at
the predesign and preconstruction conferences and should
include the following, as appropriate'
I
I
I
I
I
I
I
I
a. Actions necessary before starting construction,
including defining and assigning responsibilities.
I
b. Basic responsibilities and procedures for
disseminating instructions about airport procedures to the
contractor's personnel
I,
c. Means of separating construction areas from
aeronautical-use areas.
I
d. Navigational aid (NA V AID) requirements and
weather
I
e. Marking and lighting plan illustrations
I
f. Methods of coordinating significant changes in
airport operations with all the appropriate parties
I
I
To the extent applicable, the safety plan should address
the following:
a. Scope of work to be perfonned, including
proposed duration of work
b. Runway and taxiway marking and lighting.
c. Procedures for protecting all runway and taxiway
safety areas, obstacle-free zones (OFZs), object-free areas
(OF As), and threshold citing criteria outlined in AC
150/5300-13, A irport Design, and as described in this AC
This includes limitations on equipment height and
stockpiled material.
d. Areas and operations affected by the
construction activity, including possible safety problems.
e. NA V AIDs that could be affected, especially
critical area boundaries
f. Methods of separating vehicle and pedestrian
construction traffic from the airport movement areas
This may include fencing off construction areas to keep
equipment operators in restricted areas in which they are
authorized to operate. Fencing, or some other fonn of
restrictive barrier, is an operational necessity in some
cases.
g. Procedures and equipment, such as barricades
(identify type), to delineate closed construction areas from
the airport operational areas, as necessary.
h. Limitations on construction.
i. Required compliance of contractor personnel
with all airport safety and security measures.
j. Location of stockpiled construction materials,
construction site parking, and access and haul roads
k. Radio communications
I. Vehicle identification
m. Trenches and excavations and cover
requirements
3
AC 150/5370-2E
n. Procedures for notifying ARFF pers<;mnel if
water lines or fire hydrants must be deactivated or if
emergency access routes must be rerouted or blocked.
o. Emergency notification procedures for medical
and police response.
p. Use oftemporary visual aids.
q. Wildlife management
r. Foreign object debris (FOD) control provisions
s. Hazardous materials (HAZMA T) management.
t. NOTAM issuance.
u. Inspection requirements.
v. Procedures for locating and protecting existing
underground utilities, cables, wires, pipelines, and other
underground facilities in excavation areas.
1/17103
I
w. Procedures for contacting responsible
representatives/points of contact for all involved parties.
This should include off-duty contact infonnation so an
immediate response may be coordinated to correct any
construction-related activity that could adversely affect
the operational safety of the airport. Particular care
should be taken to ensure that appropriate Airways
Facilities personnel are identified in the event that an
unanticipated utility outage or cable cut occurs that
impacts FAA NA V AIDs.
I
I
I
x. Vehicle operator training.
I
y. Penalty provisions for noncompliance with
airport rules and regulations and the safety plan (e.g., if a
vehicle is involved in a runway incursion)
I
z. Any special conditions that affect the operation
of the airport and will require a portion of the safety plan
to be activated (e.g., low-visibility operations, snow
removal)
I
2-3.
OVERVIEW.
Section 2. Safety and Security Measures
I
Airport operators are responsible for closely monitoring
tenant and construction contractor activity during the
construction project to ensure continual compliance with
all safety and security requirements. Airports subject to
49 CFR part 1542, Airport Security, must meet standards
for access control, movement of ground vehicles, and
identification of construction contractor and tenant
personnel In addition, airport operators should use safety
program standards, as described in Chapter 3 of this AC,
to develop specific safety measures to which tenants and
construction contractors must adhere throughout the
duration of construction activities.
General safety provisions are contained in AC
150/5370-10, Standardsfor Specifying Construction of
Airports, paragraphs 40-05, "Maintenance of Traffic",
70-08, "Barricades, Warning Signs, and Hazard
Markings", and 80-04, "Limitation of Operations" At any
time during constmction, aircraft operations, weather,
security, or local airport mles may dictate more stringent
safety measures The airport operator should ensure that
both general and specific safety requirements are
coordinated with airport tenants and A TCT personnel
The airport operator should also include these parties in
the coordination of all bid documents, construction plans,
and specifications for on-airport construction projects
4
2-4. VEHICLE OPERATION AND MARKING
AND PEDESTRIAN CONTROL.
I
Vehicle and pedestrian access routes for airport
construction projects must be controlled to prevent
inadvertent or unauthorized entry of persons, vehicles, or
animals onto the AOA This includes aircraft movement
and nonmovement areas. The airport operator should
develop and coordinate a construction vehicle plan with
airport tenants, contractors, and the A TCT. The safety
plan or invitation for bid should include specific vehicle
and pedestrian requirements
I
I
I
The vehicle plan should contain the following items'
a. Airport operator's rules and regulations for
vehicle marking, lighting, and operation
b. Requirements for marking and identifying
vehicles in accordance with AC 150/5210-5, Painting,
Marking, and Lighting of Vehicles Used on an Airport.
c. Description of proper vehicle operations on
movement and nonmovement areas under nonnal, lost
communications, and emergency conditions
d. Penalties for noncompliance with driving rules
and regulations
e. Training requirements for vehicle drivers to
ensure compliance with the airport operator's vehicle
rules and regulations
f. Provisions for radio communication training for
construction contractor personnel engaged in construction
activities around aircraft movement areas Some drivers,
,I
II
I
I
I
I
I
I
1/17/03
I
such as construction drivers under e_scort, may not require
this training
g. Escort procedures for construction vehicles
requiring access to aircraft movement areas. A vehicle in
the movement area must have a working aviation-band,
two-way radio unless it is under escort. Vehicles can be
in closed areas without a radio if the closed area is
properly marked and lighted to prevent incursions and a
NOTAM regarding the closure is issued.
h. Monitoring procedures to ensure that vehicle
drivers are in compliance with the construction vehicle
plan.
i. Procedures for, if appropriate, personnel to
control access through gates and fencing or across aircraft
movement areas
I
I
I
I
I
2-5. CONSTRUCTION EMPLOYEE PARKING
AREAS.
I
Designate in advance vehicle parking areas for contractor
employees to prevent any unauthorized entry of persons
or vehicles onto the airport movement area. These areas
should provide reasonable contractor employee access to
the job site. .
I
2-6. CONSTRUCTION VEHICLE EQUIPMENT
PARKING.
I
Construction employees must park and service all
construction vehicles in an area designated by the airport
operator outside the runway safety areas and OFZs and
never on a closed taxiway or runway Employees should
also park construction vehicles outside the OF A when not
in use by construction personnel (e.g., overnight, on
weekends, or during other periods when construction is
not active). Parking areas must not obstruct the clear line
of sight by the A TCT to any taxiways or runways under
air traffic control nor obstruct any runway visual aids,
signs, or navigational aids. The FAA must also study
those areas to determine effects on 14 CFR part 77,
Objects Affecting Navigable Airspace, surfaces (see
paragraph 2-13 for further information).
I
I
I
I
2-7. RADIO COMMUNICATION TRAINING.
The airport operator must ensure that tenant and
construction contractor personnel engaged in activities
involving un escorted operation on aircraft movement
I
AC 150/5370-2E
areas observe the proper procedures for communications,
including using appropriate radio frequencies at airports
with and without A TCTs. Training of contractors on
proper communication procedures is essential for
maintaining airport operational safety When operating
vehicles on or near open runways or taxiways,
construction personnel must understand the critical
importance of maintaining radio contact with airport
operations, A TCT, or the Common Traffic Advisory .
Frequency, which may include UNICOM, MUL TICOM,
or one of the FAA Flight Service Stations (FSS), as
directed by airport management.
Vehicular traffic crossing active movement areas must be
controlled either by two-way radio with the A TCT, escort,
flagman, signal light, or other means appropriate for the
particular airport. Vehicle drivers must confirm by
personal observation that no aircraft is approaching their
position when given clearance to cross a runway. In
addition, it is the responsibility of the escort vehicle driver
to verifY the movement/position of all escorted vehicles at
any given time.
Even though radio communication is maintained, escort
vehicle drivers must also familiarize themselves with
A TCT light gun signals in the event of radio failure (see
the FAA safety placard "Ground Vehicle Guide to Airport
Signs and Markings"). This safety placard may be
ordered through the Runway Safety Program Web site at
http://www.faarsp.org or obtained from the Regional
Airports Division Office.
2-8. FENCING AND GATES.
Airport operators and contractors must take care to
maintain a high level of safety and security during
construction when access points are created in the security
fencing to permit the passage of construction vehicles or
personnel. Temporary gates should be equipped so they
can be securely closed and locked to prevent access by
animals and people (especially minors). Procedures
should be in place to ensure that only authorized persons
and vehicles have access to the AOA and to prohibit
"piggybacking" behind another person or vehicle. The
Department of Transportation (DOT) document
DOTIFAAlAR-OO/52, Recommended Security Guidelines
for Airport Planning and Construction, provides more
specific infonnation on fencing A copy of this doc~ment
can be obtained from the Airport Consultants Council,
Airports Council International, or American Association
of Airport Executives.
I
GENERAL.
Section 3. Notification of Construction Activities
2-9.
I
In order to maintain the desired levels of operational
safety on airports during construction activities, the safety'
I
I
plan should contain the notification actions described
below.
5
AC 150/5370-2E
2-10. ENSURING PROMPT NOTIFICATIONS.
The airport operator should establish and follow
procedures for the immediate notification of airport users
and the FAA of any conditions adversely affecting the
operational safety of an airport.
2-11. NOTICES TO AIRMEN (NOTAMS).
The airport operator must provide information on closed
or hazardous conditions on airport movement areas to the
FSS so it can issue a NOT AM. The airport operator must
coordinate the issuance, maintenance, and cancellation of
NOT AMs about airport conditions resulting from
construction activities with tenants and the local air traffic
facility (control tower, approach control, or air traffic
control center. Refer to AC 150/5200-28, Notices to
Airmen (NOTAMs) for Airport Operators. and Appendix
4 in this AC for a sample NOT AM form. Only the FAA
may issue or cancel NOT AMs on shutdown or irregular
operation of FAA-owned facilities. Only the airport
operator or an authorized representative may issue or
cancel NOT AMs on airport conditions. (The airport
owner/operator is the only entity that can close or open a
runway.) The airport operator must file and maintain this
list of authorized representatives with the FSS. Any
person having reason to believe that a NOT AM is
missing, incomplete, or inaccurate must notify the airport
operator.
2-12. AIRCRAFT RESCUE AND FIRE
FIGHTING (ARFF) NOTIFICATION.
The safety plan must provide procedures for notifying
ARFF personnel, mutual aid providers, and other
emergency services if construction requires shutting off or
otherwise disrupting any water line or fire hydrant on the
airport or adjoining areas and if contractors work with
hazardous material on the airfield. Notification
procedures must also be developed for notifying ARFF
and all other emergency personnel when the work
performed will close or affect any emergency routes
Likewise, the procedures must address appropriate
notifications when services are restored
2-13. NOTIFICATION TO THE FAA.
For certain airport projects, 14 CFR part 77 requires
notification to the FAA In addition to applications made
for Federally funded construction, 14 CFR part 157,
Notice of Construction, Alteration, Activation, and
6
1/17/03
I
Deactivation of Airports, requires that the airport operator
notify the FAA in writing whenever a non-Federally
funded project involves the construction of a new airport,
the construction, realigning, altering, activating, or
abandoning of a runway, landing strip, or associated
taxiway; or the deactivation or abandoning of an entire
airport. Notification involves submitting FAA Form
7480-1, Noti~e of Landing Area Proposal, to the nearest
FAA Regional Airports Division Office or Airports
District Office.
I
I
I
Also, any person proposing any kind of construction or
alteration of objects that affect navigable airspace, as
defined in 14 CFR part 77 must notify the FAA. This
includes construction equipment and proposed parking
areas for this equipment (i.e., cranes, graders, etc.). FAA
Form 7460-1. Notice of Proposed Construction or
Alteration, can be used for this purpose and submitted to
the FAA Regional Airports Division Office or Airports
District Office. (See AC 70/7460-2, Proposed
Construction or Alteration of Objects that May Affect the
Navigable Airspace.)
If construction operations require a shutdown of at! airport
owned NA V AID from service for more than 24 hours or
in excess of 4 hours daily on consecutive days, we
recommend a 45-day minimum notice prior to facility
shutdown. Coordinate work for a FAA owned NA V AID
shutdown with the local FAA Airways Facilities Office.
In addition, procedures that address unanticipated utility
outages and cable cuts that could impact FAA NA V AIDs
must be addressed.
I
I
I
I
I
I
2-14. WORK SCHEDULING AND
ACCOMPLISHMENT.
I
Airport operators-or tenants having construction on their
leased properties-should use predesign, prebid, and
preconstruction conferences to introduce the subject of
airport operational safety during construction (see AC
150/5300-9, Predesign, Prebid, and Preconstruction
Conferences for Airport Grant Projects). The airport
operator, tenants, and construction contractors should
integrate operational safety requirements into their
planning and work schedules as early as practical.
Operational safety should be a standing agenda item for
discussion during progress meetings throughout the
project. The contractor and airport operator should cany
out onsite inspections throughout the project and
immediately remedy any deficiencies, whether caused by
negligence, oversight, or project scope change
I
I
I
I
I
I
I
I
I
1/17/03
I
AC 150/5370-2E
CHAPTER 3. SAFETY STANDARDS AND GUIDELINES
I
3-1. OVERVIEW.
Section 1. Runway and Taxiway Safety Areas, Obstacle-Free Zones, and Object-Free Areas
I
Airport operators must use these safety guidelines when
preparing plans and specifications for construction
activities in areas that may interfere with aircraft
operations. The safety plan should recognize and address
these standards for each airport construction project.
However, the safety plan must reflect the specific needs
of a particular project, and for this reason, these safety
guidelines should not be incorporated verbatim into
project specifications. For additional guidance on
meeting safety and security requirements, refer to tbe
planning guide template included in Appendix 3 of this
AC.
I
I
I
I
3-2. RUNWAY SAFETY AREA (RSA)/
OBSTACLE-FREE ZONE (OFZ).
I
A runway safety area is the defined surface surrounding
the runway prepared or suitable for reducing the risk of
damage to airplanes in the event of an undershoot,
overshoot, or excursion from the runway (see AC
150/5300-13, Airport Design). Construction activities
within the standard RSA are subject to the following
conditions:
a. Runway edges.
(1) No construction may occur closer than
200 feet (60m) from the runway centerline unless the
runway is closed or restricted to aircraft operations,
requiring an RSA that is equal to the RSA width available
during construction, or 400 feet, whichever is less (see
AC 150/5300-13, Tables 3-1 through 3-3).
(2) Personnel, material, and/or equipment
must not penetrate the OFZ, as defined in AC 150/5300-
13
I
I
I
I
I
(3) The airport operator must coordinate the
construction activity in the RSA as pennitted above with
the A TCT and the FAA Regional Airports Division
Office or appropriate Airports District Office and issue a
local NOT AM
I
b. Runway ends.
(I) An RSA must be maintained of such
dimensions that it extends beyond the end ofthe runway a
distance equal to that which existed before construction
activity, unless the runway is closed or restricted to
aircraft operations for which the reduced RSA is adequate
(see AC 150/5300-13) The temporary use of declared
distances and/or partial nmway closures may help provide
the necessary RSA
I
I
I
I
In addition, all personnel, materials, and/or equipment
must'remain clear of the applicable threshold siting
surfaces, as defined in Appendix 2, "Threshold Siting
Requirements," of AC 150/5300-13.' Consult with the
appropriate FAA Regional Airports Division Office or
Airports District Office to detennine the appropriate
approach surface required.
(2) Personnel, material, and/or equipment
must not penetrate the OFZ, as defined in AC 150/5300-
13.
(3) The safety plan must provide procedures
for ensuring adequate distance for blast protection, if
required by operational considerations
(4) The airport operator must coordinate
construction activity in this portion of the RSA with the
A TCT and the FAA Regional Airports Division Office or
appropriate Airports District Office and issue a local
NOTAM.
c. Excavations.
(1) Construction contractors must
prominently mark open trenches and excavations at the
construction site with red or orange flags, as approved by
the airport operator, and light them with red lights during
hours of restricted visibility or darkness.
(2) Open trenches or excavations are not
pennitted within 200 feet (60m) ofthe runway centerline
and at least the existing RSA distance from the runway
threshold while the runway is open. If the runway must
be opened before excavations are backfilled, cover the
excavations appropriately. Coverings for open trenches
or excavations must be of sufficient strength to support
the weight of the heaviest aircraft operating on the
runway
3-3. T AXIW A Y SAFETY AREAS/OBJECT-
FREE AREAS.
a. Unrestricted construction activity is permissible
adjacent to taxiways when the taxiway is restricted to
aircraft such that the available taxiway safety area is equal
'If a full safety area cannot be obtained through declared
distances and partial closures, or other methods such as altemate
runway use, construction activity may operate in the RSA as
long as conditions cited in paragraph 3-lb(2) thru (4) are met In
addition, various surfaces outlined in AC 150/5300-13 and
Temlina[ Instrument Procedures (TERPS) must be protected
through an aeronautical study
7
AC 150/5370-2E
to at least Y2 of the widest wingspan of the air~raft
expected to use the taxiway and the available taxiway
object-free area is equal to at least .7 times the widest
wingspan plus 10 feet. (See AC 150/5300-13 for
guidance on taxiway safety and object-free areas)
Construction activity may be accomplished closer to a
taxiway, subject to the following restrictions
(1) The activity is first coordinated with the
airport operator
(2) Appropriate NOT AMs are issued.
(3) Marking and lighting meeting the
provisions of paragraph 3-9 are implemented.
(4) Adequate clearance is maintained between
equipment and materials and any part of an aircraft. If
such clearance can only be maintained if an aircraft does
not have full use of the entire taxiway width (with its
1/17/03
I
main landing gear at the edge ofthe pavement), then it
will be necessary to move personnel and equipment for
each passing aircraft In these situations, flag persons will
be used to direct construction equipment, and wing
walkers may be necessary to guide aircraft. Wing walkers
should be airline/aviation personnel rather than
construction workers
I
I
b. Construction contractors must prominently mark
open trenches and excavations at the construction site, as
approved by the airport operator, and light them with red
lights during hours of restricted visibility or darkness
c. Excavations and open trenches may be pennitted
up to the edge of a structural taxiway and apron pavement
provided the dropoff is marked and lighted per paragraph
3-9, "Hazard Marking and Lighting."
I
I
I,
3-4. OVERVIEW.
Section 2. Temporary Runway Thresholds
I
Construction activity in a runway approach area may
result in the need to partially close a runway or displace
the existing runway threshold. In either case, locate the
threshold in accordance with Appendix 2 of AC
150/5300-13, Airport Design. Objects that do not
penetrate these surfaces may stilI be obstructions to air
navigation and may affect standard instrument approach
procedures. Coordinate these objects with the FAA's
Regional Airports Office or appropriate Airports District
Office, as necessary. Refer to the current edition of AC
150/5300-13 for guidance on threshold siting
requirements. The partial runway closure, the
displacement of the runway threshold, as well as closures
ofthe complete runway and other portions of the
movement area also requires coordination with
appropriate A TCT personnel and airport users.
Caution regarding partial runway closures: When
filing a NOT AM for a partial runway closure, clearly state
to FSS personnel that the portion of pavement located
prior to the threshold is not available for landing and
departing traffic. In this case, the threshold has been
moved for both landing and takeoff purposes (this is
different than a displaced threshold)
Example NOTAM "North 1,000 feet of Runway 18/36 is
closed; 7,000 feet remain available on Runway 18 and
Runway 36 for arrivals and departures." There may be
situations where the portion of closed runway is available
for taxiing only lfso, the NOTAM must reflect this
condition
Caution regarding displaced thresholds:
Implementation of a displaced threshold affects runway
length available for aircraft landing over the
displacement. Depending on the reason for the
displacement (to provide obstruction clearance or RSA),
8
such a displacement may also require an adjustment in the
landing distance available and accelerate-stop distance
available in the opposite direction. If project scope
includes personnel, equipment, excavation, etc. within the
RSA of any usable runway end, we do not recommend a
displaced threshold unless arrivals and departures toward
the construction activity are prohibited. Instead,
implement a partial closure.
I
I
I
3-5. MARKING GUIDELINES FOR
TEMPORARY THRESHOLD.
Ensure that markings for temporary displaced thresholds
are clearly visible to pilots approaching the airport to
land. When construction personnel and equipment are
located close to any threshold, a temporary visual
NA V AID, such as runway end identifier lights (REIL),
may be required (even on unlighted runways) to define
the new beginning of the runway clearly. A visual
vertical guidance device, such as a visual approach slope
indicator (V ASI), pulse light approach slope indicator
(PLASI), or precision approach path indicator (P API),
may be necessary to assure landing clearance over .
personnel, vehicles, equipment, and/or above-grade
stockpiled materials. If such devices are installed, ensure
an appropriate descriptive NOT AM is issued to infonn
pilots of these conditions The current edition of AC
150/5340-1. Standards for Airport Markings. describes
standard marking colors and layouts In addition, we
recommend that a temporary runway threshold be marked
using the following guidelines
I
I
I
I
I
I
a. Airport markings must be clearly visible to
pilots, not misleading, confusing, or deceptive, secured in
place to prevent movement by prop wash, jet blast, wing
vortices, or other wind currents, and constructed of
I
I
I
I
1/17/03
I
materials that would minimize damage to an aircraft in
the event of inadvertent contact.
I
(1) Pavement markings for temporary closed
portions of the runway should consist of yellow chevrons
to identify pavement areas that are unsuitable for
takeoff/landing (see AC 15P;5340-1) If unable to paint
the markings on the pavement, construct them from any
of the following materials: double-layered painted snow
fence, colored plastic, painted sheets of plywood, or
similar materials. They must be properly configured and
secured to prevent movement by prop wash, jet blast, or
other wind currents
(2) It may be necessary to remove or cover '
runway markings, such as runway designation markings
and aiming point markings, depending on the length of
construction and type of activity at the airport
(3) When threshold markings are needed to
identify the temporary beginning of the runway that is
available for landing, use a white threshold bar ofthe
dimensions specified in AC 150/5340-1.
(4) If temporary outboard elevated or flush
threshold bars are used, locate them outside of the runway
pavement surface, one on each side of the runway. They
should be at least 10 feet (3m) in width and extend
outboard from each side of the runway so they are clearly
visible to landing and departing aircraft. These threshold
bars are white. If the white threshold bars are not
discernable on grass or snow, apply a black background
with appropriate material over the ground to ensure the
markings are clearly visible.
(5) A temporary threshold may also be
marked with the use of retroreflective, elevated markers.
One side of such markers is green to denote the approach
end of the runway; the side that is seen by pilots on
rollout is red. See AC 150/5345-39, FAA Specification L-
853, Runway and Taxiway Retroreflective Markers.
(6) At 14 CFRpart 139 certificated airports,
temporary elevated threshold markers must be mounted
with a frangible fitting (see 14 CFR part 139.309).
However, at noncertificated airports, the temporary
elevated threshold markings may either be mounted with
a frangible fitting or be flexible. See AC 150/5345-39.
I
I
I
I
I
I
I
I
I
I
I
I
b. The application rate of the paint to mark a short-
term temporary runway threshold may deviate from the
standard (see Item P-620, "Runway and Taxiway
Painting," in AC 150/5370-10, StandardsforSpecifYing
Construction of Airports), but the dimensions must meet
the existing standards, unless coordinated with the
appropriate offices.
I
I
c. When a runway is partially closed, the distance
remaining signs for aircraft landing in the opposite
direction should be covered or removed during the
construction
I
I
AC 150/5370-2E
3-6. LIGHTING GUIDELINES FOR
TEMPORARY THRESHOLD.
A temporary runway threshold must be lighted if the
runway is lighted and it is the intended threshold for night
landings or instrument meteorological conditions. We
recommend that temporary threshold lights and related
visual' NA V AIDs be installed outboard of the edges of the
full-strength pavement with bases at grade level or as low
as possible, but not to exceed 3 inches (7.6cm) above
ground. When any portion of a base is above grade, place
properly compacted fill around the base to minimize the
rate of gradient change so aircraft can, in an emergency,
cross at normal landing or takeoff speeds without
incurring significant damage (see AC 150/5370-10). We
recommend that the following be observed when using
temporary runway threshold lighting:
a. Maintain threshold and edge lighting color and
spacing standards as described in AC 150/5340-24,
Runway and Taxiway Edge Lighting System.
Battery-powered, solar, or portable lights that meet the
criteria in AC 150/5345-50, Specification for Portable
Runway Lights, may be used. These systems are intended
primarily for visual flight rules (VFR) aircraft operation
but may be used for instrument flight ruies (IFR) aircraft
operations, upon individual approval from the Flight
Standards Division of the applicable FAA Regional
Office.
b. When the runway has been partially closed,
disconnect edge and threshold lights with associated
isolation transformers on that part of the runway at and
behind the threshold (i e , the portion of the runway that is
closed). Alternately, cover the light fixture in such a way
as to prevent light leakage. Avoid removing the lamp
from energized fixtures because an excessive number of
isolation transformers with open secondaries may damage
the regulators and/or increase the current above its normal
value.
c. Secure, identify, and place any temporary
exposed wiring in conduit to prevent electrocution and
fire ignition sources.
d. Reconfigure yellow lenses (caution zone), as
necessary. If the runway has centerline lights, reconfigure
the red lenses, as necessary, or place the centerline lights
out of service
e. Relocate the visual glide slope indicator (VGSI),
such as V ASl and P API, other airport lights, such as
REIL; and approach lights to identify the temporary
threshold. Another option is to disable the VGSI or any
equipment that would give misleading indications to
pilots as to the new threshold location Installation of
temporary visual aids may be necessary to provide
adequate guidance to pilots on approach to the affected
runway. If the FAA owns and operates the VGSI,
9
AC 150/5370-2E
coordinate its installation or disabling with the local
Airway Facilities Systems Management Office
1/17/03
I
f. Issue a NOT AM to inform pilots of temporary
lighting conditions.
I
Section 3. Other Construction Marking and Lighting Activities
3-7. OVERVIEW.
Ensure that construction areas, including closed runways,
are clearly and visibly separated from movement areas
and that hazards, facilities, cables, and power lines are
identified prominently for construction contractors.
Throughout the duration of the construction project,
verify that these areas remain clearly marked and visible
at all times and that marking and lighting aids remain in
place and operational. Routine inspections must be made
of temporary construction lighting, especially battery-
powered lighting since weather conditions can limit
battery life.
3-8. CLOSED RUNWAY AND TAXIWAY
MARKING AND LIGHTING.
Closed runway markings consist of a yellow "X" in
compliance with the standards of AC 150/5340-1,
Standards for Airport Markings. A very effective and
preferable visual aid to depict temporary closure is the
lighted "X" signal placed on or near the runway
designation numbers. This device is much more
discernible to approaching aircraft than the other
materials described. If the lighted "X" is not available,
construct the marking of any of the following materials:
double-layered painted snow fence, colored plastic,
painted sheets of plywood, or similar materials. They
must be properly configured and secured to prevent
movement by prop wash, jet blast, or other wind currents.
In addition, the airport operator may install barricades,
traffic cones, activate stop bars, or other acceptable visual
devices at major entrances to the runways to prevent
aircraft from entering a closed portion ofnmway. The
placement of even a single reflective barricade with a "do
not enter" sign on a taxiway centerline can prevent an
aircraft from continuing onto a closed runway. If the
taxiway must remain open for aircraft crossings,
barricades or markings, as described above or in
paragraph 3-9, should be placed on the runway
a. Permanently closed runways.
For runways and taxiways that have been pern1anently
closed, disconnect the lighting circuits. For runways,
obliterate the threshold marking, runway designation
marking, and touchdown zone markings, and place "X's" at
each end and at I ,OOO-foot (300-m) intervals. For taxiways,
place an "X" at the entrance of the closed taxiway
10
I
b. Temporarily closed runway and taxiways.
For runways that have been temporarily closed, place an
"X" at the each end of the run~ay. With taxiways, place
an "X" at the entrance of the closed taxiway.
I
c. Temporarily closed airport.
I
When the airport is closed temporarily, mark the runways
as closed and turn off the airport beacon.
I
d. Permanently closed airports
When the airport is closed permanently, mark the
runways as permanently closed, disconnect the airport
beacon, and place an "X" in the segmented circle or at a
central location if no segmented circle exists.
I
3-9. HAZARD MARKING AND LIGHTING.
I
Provide prominent, comprehensible warning indicators
for any area affected by construction that is normally
accessible to aircraft, personnel, or vehicles. Using
appropriate hazard marking and lighting may prevent
damage, injury, traffic delays, and/or facility closures.
Hazard marking and lighting must restrict access and
make specific hazards obvious to pilots, vehicle drivers,
and other personnel Barricades, traffic cones (weighted
or sturdily attached to the surface), or flashers are
acceptable methods used to identify and define the limits
of construction and hazardous areas on airports.
Provide temporary hazard marking and lighting to prevent
aircraft from taxiing onto a closed runway for takeoff and
to identify open manholes, small areas under repair,
stockpiled material, and waste areas. Also consider less
obvious construction-related hazards and include
markings to identify FAA, airport, and National Weather
Service facilities cables and power lines; instrument
landing system (ILS) critical areas, airport surfaces, such
as RSA, OF A, and OFZ, and other sensitive areas to make
it easier for contractor personnel to avoid these areas
The construction specifications must include a provision
requiring the contractor to have a person on call 24 hours
a day for emergency maintenance of airport hazard
lighting and barricades. The contractor must file the
contact person's information with the airport.
I
I
I
I
I
I
I
a. Nonmovement areas.
Indicate construction locations on nonmovement areas in
which no part of an aircraft may enter by using barricades
that are marked with diagonal, alternating orange and white
stripes Barricades may be supplemented with alternating
I
I
I
I
I
1/17/03
I
orange and white flags at least 20 by 20 inches (SO by SO
cm) square and made and installed so- they are always in an
extended position, properly oriented, and securely fastened
to eliminate jet engine ingestion Such barricades may be
,.many different shapes and made from various materials,
including railroad ties, sawhorses, jersey barriers, or
barrels During reduced visibility or night hours,
supplement the barricades with red lights, either flashing or
steady-burning, which should meet the luminance
requirements of the State Highway Department (yellow
lights are not acceptable after October 1,2004). The
intensity of the lights and spacing for barricade flags and
lights must adequately and without ambiguity delineate the
hazardous area.
I
I
I
I
b. Movement areas.
Use orange traffic cones; red lights, either flashing or
steady-burning, which should meet the luminance
requirements of the State Highway Department (yellow
lights are not acceptable after October I, 2004);
collapsible barricades marked with diagonal, alternating
orange and white stripes; and/or signs to separate all
construction/maintenance areas from the movement area.
All barricades, temporary markers, and other objects
placed and left in safety areas associated with any open
runway, taxiway, or taxilane must be as low as possible to
the ground; of low mass; easily collapsible upon contact
with an aircraft or any of its components; and weighted or
sturdily attached to the surface to prevent displacement
from prop wash, jet blast, wing vortex, or other surface
wind currents If affixed to the surface, they must be
frangible at grade level or as low as possible, but not to
exceed 3 inches (7.6cm) above the ground. Do not use
nonfrangible hazard markings, such as concrete barriers
and/or metal-drum-type barricades, in aircraft movement
areas. Do not use railroad ties on runways
Use highly reflective barriers with flashing or steady-
burning red lights to barricade taxiways leading to closed
runways Evaluate all operating factors when detennining
how to mark temporary closures that can last from 10 to
15 minutes to a much longer period of time. However,
we strongly recommend that, even for closures of
relatively short duration, major taxiway/runway
intersections be identified with barricades spaced no
greater than 20 feet (6m) apart. Mark the barricades with
a flashing or steady-burning red light. At a minimum, use
a single barricade placed on the taxiway centerline.
I
I
I
I
I
I
I
I
I
3-10. CONSTRUCTION NEAR NAVIGATIONAL
AIDS (NA V AIDS).
I
Constmction activities, materials/equipment storage, and
vehicle parking near electronic NA V AIDs require special
consideration since they may interfere with signals
essential to air navigation. Evaluate the effect of
construction activity and the required distance and
direction from the NA V AID for each construction project
Pay particular attention to stockpiiing material, as well as
I
I
I
AC 150/5370-2E
to movement and parking of equipment that may interfere
with line of sight from the A TCT or with electronic
emissions. Interference from construction may require
NA V AID shutdown or adjustment of instrument approach
minimums for IFR. This condition requires that a
NOT AM be filed. Construction activities and
materials/equipment storage near a NA V AID may also
obstruct access to the equipment and instruments for
maintenance. Before .commencing construction activity,
parking vehicles, or storing construction equipment and
materials near a NA V AID, consult with the nearest FAA
Airway Facilities Office.
3-11. CONSTRUCTION SITE ACCESS AND
HAUL ROADS.
Detennine the construction contractor's access to the
construction sites and haul roads Do not pennit the
construction contractor to use any access or haul roads
other than those approved. Construction contractors must
submit specific proposed routes associated with
construction activities to the airport operator for
evaluation and approval as part of the safety plan before
beginning construction activities. These proposed routes
must also provide specifications to prevent inadvertent
entry to movement areas. Pay special attention to ensure
that ARFF right of way on access and haul roads is not
impeded at any time and that construction traffic on haul
roads does not interfere with NA V AIDs or approach
surfaces of operational runways
3-12. CONSTRUCTION MATERIAL
STOCKPILING.
Stockpiled materials and equipment storage are not
pennitted within the RSA and OFZ of an operational
runway. The airport operator must ensure that stockpiled
materials and equipment adjacent to these areas are
prominently marked and lighted during hours of restricted
visibility or darkness. This includes detennining and
verifYing that materials are stored at an approved location
to prevent foreign object damage and attraction of wildlife.
3-13. OTHER LIMITATIONS ON
CONSTRUCTION.
Contractors may not use open-flame welding or torches
unless adequate fire safety precautions are provided and
the airport operator has approved their use Under no
circumstances should flare pots be used within the AOA
at any time. The use of electrical blasting caps must not
be pennitted on or within 1,000 feet (300m) of the airport
property (see AC 150/5370-10, Standards (or Specifying
Constntction of Airports)
11
AC 150/5370-2E
3-14. FOREIGN OBJECT DEBRIS (FQD)
MANAGEMENT.
Waste and loose materials, commonly referred to as FOD,
are capable of causing damage to aircraft landing gears,
propeIlers, and jet engines Construction contractors must
1/17/03
I
not leave or place FOD on or near active aircraft
movement areas. Materials tracked onto these areas must
be continuously removed during the construction project
We also recommend that airport operators and
construction contractors carefuIly control and
continuously remove waste or loose materials that might
attract wildlife.
I
I
Section 4. Safety Hazards and Impacts
I
3-15. OVERVIEW.
The situations identified below are potentially hazardous
conditions that may occur during airport construction
projects. Safety area encroachments, unauthorized and
improper ground vehicle operations, and unmarked or
uncovered holes and trenches near aircraft operating
surfaces pose the most prevalent threats to airport
operational safety during airport construction projects.
Airport operators and contractors should consider the
following when perfonning inspections of construction
activity:
a. Excavation adjacent to runways, taxiways, and
aprons.
b. Mounds of earth, construction materials,
temporary structures, and other obstacles near any open
runway, taxiway, or taxilane; in the related object-free
area and aircraft approach or departure areaslzones; or
obstructing any sign or marking.
c. Runway resurfacing projects resulting in lips
exceeding 3 inches (7.6cm) from pavement edges and
ends
d. Heavy equipment (stationary or mobile)
operating or idle near AOAs, in runway approaches and
departures areas, or in OFZs
e. Equipment or material near NA V AIDs that may
degrade or impair radiated signals and/or the monitoring
of navigational and visual aids. Unauthorized or
improper vehicle operations in localizer or glide slope
critical areas, resulting in electronic interference and/or
facility shutdown
f. Tall and especially relatively low-visibility units
(i.e., equipment with slim profiles)-cranes, drills, and
similar objects-located in critical areas, such as OFZs
and approach zones.
g. Improperly positioned or malfunctioning lights
or unlighted airport hazards, such as holes or excavations,
on any apron, open taxiway, or open taxilane or in a
related safety, approach, or departure area
h. Obstacles, loose pavement, trash, and other
debris on or near AOAs Construction debris (gravel,
12
sand, mud, paving materials, etc ) on airport pavements
may result in aircraft propeller, turbine engine, or tire
damage Also, loose materials may blow about,
potentially causing personal injury or equipment damage
I
I
i. Inappropriate or poorly maintained fencing
during construction intended to deter human and animal
intrusions into the AOA. Fencing and other markings that
are inadequate to separate construction areas from open
AOAs create aviation hazards.
I
j. Improper or inadequate marking or lighting of
runways (especially thresholds that have been displaced
or runways that have been closed) and taxiways that could
cause pilot confusion and provide a potential for a runway
incursion. Inadequate or improper methods of marking,
barricading, and lighting oftemporarily closed portions of
AOAs create aviation hazards.
I
I
k. Wildlife attractants-such as trash (food scraps
not collected from construction personnel activity), grass
seeds, or ponded water--on or near airports.
I
I. Obliterated or faded markings on active
operational areas.
I
m. Misleading or malfunctioning obstruction lights
Unlighted or unmarked obstructions in the approach to
any open runway pose aviation hazards.
I
n. Failure to issue, update, or cancel NOTAMs
about airport or runway closures or other
construction-related airport conditions.
o. Failure to mark and identify utilities or power
cables Damage to utilities and power cables during
construction activity can result in the loss of
nmway/taxiway lighting; loss of navigational, visual, or
approach aids, disruption of weather reporting services;
and/or loss of communications
p. Restrictions on ARFF access from fire stations to
the runway-taxiway system or airport buildings
I
I
I
I
q. Lack of radio communications with constntction
vehicles in airport movement areas
I
r. Objects, regardless of whether they are marked
or flagged, or activities anywhere on or near an airport
I
I
I
1/17/03
I
that could be distracting, confusing, qr alanning to pilots
during aircraft operations
I
s. Water, snow, dirt, debris, or other contaminants
that temporarily obscure or derogate the visibility of
runway/taxiway marking, lighting, and pavement edges
Any condition or factor ~hat obscures or diminishes the
visibility of areas under construction
I
1. Spillage from vehicles (gasoline, diesel fuel, oil,
etc.) on active pavement areas, such as runways,
taxiways, ramps, and airport roadways.
I
I
u. Failure to maintain drainage system integrity
during construction (e g., no temporary drainage provided
when working on a drainage system).
I
I
I
I
I
I
I
I
I
I
I
I
I
AC 150/5370-2E
v. Failure to provide for proper electrical lockout
and tagging procedures. At larger airports with multiple
maintenance shifts/workers, construction contractors
should make provisions for coordinating work on circuits
w. Failure to control dust. Consider limiting the
amount of area from which the contractor is allowed to
strip turf
x. Exposed wiring that creates an electrocution or
fire ignition hazard Identify and secure wiring, and place
it i~ conduit or bury it.
y. Site burning, which can cause possible
obscuration
z. Construction work taking place outside of
designated work areas and out of phase
13
I
1/17/03
I
AC 150/5370-2E
APPENDIX 1. RELATED READING MATERIAL
I
1. Obtain the latest version of the following free
publications from the FAA on its Web site at
http://www.faa.gov/arp/. In addition, these ACs are
available by contacting the U.S. Department of
Transportation, Subsequent Distribution Office, SVC-
121.23, Ardmore East Business Center, 3341 Q 75th
Avenue, Landover, MD 20785.
I
I
a. AC 150/5200-28, Notices to Airmen (NOTAM)
for Airport Operators. Provides guidance for the use of
the NOT AM System in airport reporting.
I
b. AC 150/5200-30, Airport Winter Safety and
Operations. Provides guidance to airport
owners/operators on the development of an acceptable
airport snow and ice control program and on appropriate
field condition reporting procedures
I
I
c. AC 150/5200-33, Hazardous Wildlife Attractants
On or Near Airports. Provides guidance on locating
certain land uses having the potential to attract hazardous
wildlife to public-use airports.
I
d. AC 150/5210-5, Painting, Marking, and Lighting
of Vehicles Used on an Airport. Provides guidance,
specifications, and standards for painting, marking, and
lighting vehicles operating in the airport air operations
areas.
I
I
e. AC 150/5220-4, WaterSupplySystemsfor
Aircraft Fire and Rescue Protection. Provides guidance
for the selection of a water source and standards for the
design of a distribution system to support aircraft rescue
and fire fighting service operations on airports.
I
I
f. AC 150/5340-1, Standardsfor Airport Markings.
Contains FAA standards for markings used on airport
runways, taxiways, and aprons.
I
g. AC 150/5340-14B, Economy Approach Lighting
Aids Describes standards for the design, selection, siting,
and maintenance of economy approach lighting aids.
I
I
I
I
I
h. AC 150/5340-18, Standardsfor Airport Sign
Systems. Contains FAA standards for the siting and
installation of signs on airport runways and taxiways.
i. AC 150/5345-28, Precision Approach Path
Indicator (P API) Systems Contains the FAA standards
for P API systems, which provide pilots with visual glide
slope guidance during approach for landing.
j. AC 150/5380-5, Debris Hazards at Civil
Airports Discusses problems at airports, gives
infonnation on foreign objects, and explains how to
eliminate such objects from operational areas.
k. AC 70/7460-2, Proposed Construction or
Alteration of Objects that May Affect the Navigable
Airspace. Provides infonnation to persons proposing to
erect or aIter an object that may affect navigable airspace
and explains the need to notify the FAA before
construction begins and the FAA's response to those
notices, as required by 14 CFR part 77.
2. Obtain copies ofthe following publications from the
Superintendent of Documents, U.S. Government Printing
Office, Washington, DC 20402. Send a check or money
order made payable to the Superintendent of Documents
in the amount stated with your request. The Government
Printing Office does not accept C.O.D. orders. In
addition, the FAA makes these ACs available at no charge
on the Web site at http://www.faa.gov/arp/.
a. AC 150/5300-13, Airport Design. Contains
FAA standards and recommendations for airport design,
establishes approach visibility minimums as an airport
design parameter, and contains the object-free area and
the obstacle free-zone criteria. ($26. Supt. Docs.)
SN050-007-01208-0.
b. AC 150/5370-10, Standards for SpecifYing
Constnlction of Airports. Provides standards for
construction of airports. Items covered include
earthwork, drainage, paving, turfing, lighting, and
incidental construction. ($18 Supt Docs) SN050-007-
0821-0
A-1
AC 150/5370-2E
1/17/03
I
APPENDIX 2. DEFINITIONS OF TERMS USED IN THE AC
I
1. AIR OPERATIONS AREA (AOA). Any area of
the airport used or intended to be used for the landing,
takeoff, or surface maneuvering of aircraft An air
operations area includes such paved or unpaved areas that
are used or intended to be used for the unobstructed
movement of aircraft in addition to its associated
runways, taxiways, or aprons.
2. CONSTRUCTION. The presence and movement of
construction-related personnel, equipment, and materials
in any location that could infringe upon the movement of
aircraft.
3. CERTIFICATED AIRPORT. An airport that has
been issued an Airport Operating Certificate by the FAA
under the authority of 14 CFR part 139, Certification and
Operation: Land Airports Serving Certain Air Carriers, or
its subsequent revisions.
4. FAA FORM 7460-1, NOTICE OF PROPOSED
CONSTRUCTION OR ALTERATION. The fonn
submitted to the FAA Regional Air Traffic or Airports
Division Office as formal written notification of any kind
of construction or alteration of objects that affect
navigable airspace, as defined in 14 CFR part 77, Objects
Affecting Navigable Airspace (see AC 70/7460-2,
Proposed Construction or Alteration of Objects that May
Affect the Navigable Airspace, found at
bttp :/Iwww.faa.gov/arpl).
5. FAA FORM 7480-1, NOTICE OF LANDING
AREA PROPOSAL. Form submitted to the FAA
Airports Regional Division Office or Airports District
Office as fonnal written notification whenever a project
without an airport layout plan on file with the FAA
involves the construction of a new airport; the
construction, realigning, altering, activating, or
abandoning of a runway, landing strip, or associated
taxiway; or the deactivation or abandoning of an entire
airport (found at http://www.faa.gov/arpl).
6. MOVEMENT AREA. The runways, taxiways, and
other areas of an airport that are used for ~axiing or hover
taxiing, air taxiing, takeoff, and landing of aircraft,
exclusive of loading ramps and aircraft parking areas
(reference 14 CFR part 139)
7. OBSTRUCTION. Any object/obstacle exceeding
the obstruction standards specified by 14 CFR part 77,
subpart C.
A-2
8. OBJECT-FREE AREA (OFA). An area on the
ground centered on the runway, taxiway, or taxi lane
centerline provided to enhance safety of aircraft
operations by having the area free of objects except for
those objects that need to be located in the OF A for air
navigation or aircraft ground maneuvering purposes (see
AC 150/5300-13, Airport Design, for additional guidance
on OFA standards and wingtip clearance criteria)
9. OBSTACLE-FREE ZONE (OFZ). The airspace
below 150 feet (45m) above the established airport
elevation and along the runway and extended runway
centerline that is required to be clear of all objects, except
for frangible visual NA V AIDs that need to be located in
the OFZ because of their function, in order to provide
clearance protection for aircraft landing or taking off from
the runway and for missed approaches (refer to AC
150/5300-13 for guidance on OFZs).
10. RUNWAY SAFETY AREA (RSA). A defined
surface surrounding the runway prepared or suitable for
reducing the risk of damage to airplanes in the event of an
undershoot, overshoot, or excursion from the runway, in
accordance with AC 150/5300-13
11. T AXIW A Y SAFETY AREA. A defined surface
alongside the taxiway prepared or suitable for reducing
the risk of damage to an airplane unintentionally
departing the taxiway, in accordance with AC 150/5300-
13.
12. THRESHOLD. The beginning of that portion of the
runway available for landing. In some instances, the
landing threshold may be displaced.
13. DISPLACED THRESHOLD. The portion of
pavement behind a displaced threshold that may be
available for takeoffs in either direction or landing from
the opposite direction.
I
I
I
I
I
I
I
I
I
I
14. VISUAL GLIDE SLOPE INDICATOR (VGSI).
This device provides a visual glide slope indicator to
landing pilots. These systems include precision approach
path indicators (PAPIs), visual approach slope indicators
(V ASls), and pulse light approach slope indicators
(PLASls)
I
I
I
I
I
I
I
I
1/17/03
I
AC 150/5370-2E
APPENDIX 3. AIRPORT CONSTRUCTION SAFETY PLANNING GUIDE
Aviation Safety Requirements During Construction
I
PURPOSE. This appendix provides airport operators
with boilerplate fonnat and language for developing a
safety plan for an airport construction project Adapt this
appendix, as applicable, to specific conditions found on
the airport for which the plan is being developed
Consider including a copy of this safety plan in the
construction drawings for easy access by contractor
personnel Plans should contain the following.
I
I
1. GENERAL SAFETY REQUIREMENTS.
I
Throughout the construction project, the following safety
and operational practices should be observed:
. Operational safety should be a standing agenda
item during progress meetings throughout the
construction project
. The contractor and airport operator must perform
onsite inspections throughout the project, with
immediate remedy of any deficiencies, whether
caused by negligence, oversight, or project scope
change.
. Airport runways and taxiways should remain in .
use by aircraft to the maximum extent possible.
. Aircraft use of areas near the contractor's work
should be controlled to minimize disturbance to
the contractor's operation.
. Contractor, subcontractor, and supplier
employees or any unauthorized persons must be
restricted from entering an airport area that
would be hazardous.
I
I
I
I
I
I
. Construction that is within the safety area of an
active runway, taxiway, or apron that is
performed under normal operational conditions
must be performed when the runway, taxiway, or
apron is closed or use-restricted and initiated
only with prior pennission from the airport
operator
· The contracting officer, airport operator, or other
designated airport representative may order the
contractor to suspend operations, move
personnel, equipment, and materials to a safe
location, and stand by until aircraft use is
completed
I
I
I
I
2. CONSTRUCTION MAINTENANCE AND
FACILITIES MAINTENANCE.
I
Before beginning any construction activity, the contractor
must, through the airport operator, give notice [using the
I
I
Notice to Airmen (NOTAM) System) of proposed
location, time, and date of commencement of
construction. Upon completion of work and return of all
such areas to standard conditions, the contractor must,
through the airport operator, verify the cancellation of all
notices issued via the NOT AM System. Throughout the
duration of the construction project, the contractor must-
a. Be aware of and understand the safety problems
and hazards described in AC 150/5370-2, Operational
Safety on Airports During Construction.
b. Conduct activities so as not to violate any safety
standards contained in AC 150/5370-2 or any ofthe
references therein.
c. Inspect all construction and storage areas as
often as necessary to be aware of conditions.
d. Promptly take all actions necessary to prevent or
remedy any unsafe or potentially unsafe conditions as
soon as they are discovered.
3. APPROACH CLEARANCE TO RUNWAYS.
Runway thresholds must provide an unobstructed
approach surface over equipment and materials. (Refer to
Appendix 2 in AC 150/5300-13, Airport Design, for
guidance in this area.)
4. RUNWAY AND TAXIWAY SAFETY AREA
(RSA AND TSA).
Limit construction to outside of the approved RSA, as
shown on the approved airport layout plan-unless the
runway is closed or restricted to aircraft operations,
requiring a lesser standard RSA that is equal to the RSA
available during construction (see AC 150/5370-2 for
exceptions). Construction activity within the TSA is
pennissible when the taxiway is open to aircraft traffic if
adequate wingtip clearance exists between the aircraft and
equipment/material, evacuations, trenches, or other
conditions are conspicuously marked and lighted; and
local NOT AMs are in effect for the activity (see AC
150/5300-13 for wingtip clearance requirements) The
NOT AM should state that, "personnel and equipment are
working adjacent to Taxiway_"
a. Procedures for protecting runway edges.
. Limit construction to no closer than 200 feet
(60m) from the runway centerline-unless
the runway is closed or restricted to aircraft
operations, requiring a lesser standard RSA
A-3
AC 150/5370-2E
1/17/03
I
that is equal to the RSA available during
construction
. Coordinate construction activity with the
Airport Traffic Control Tower (A TCT) and
FAA Regional Airports Division Office or
Airports District Office, and through the
airport operator, issue an appropriate
NOTAM.
I
. Prevent personnel, material, and/or
equipment, as defined in AC 150/5300-13,
Paragraph 306, "Obstacle Free Zone
(OFZ)," from penetrating the OFZ.
I
Complete the following chart to determine the area that must be protected along the runway edges
I
I
I
I
I
*See AC 150/5300-13, Airport Design, to complete the chart for a specific runway.
b. Procedures for protecting runway ends.
· Maintain the RSA from the runway
threshold to a point at least the distance from
the runway threshold as existed before
construction activity-unless the runway is
closed or restricted to aircraft operations,
requiring an RSA that is equal to the RSA
length available during construction in
accordance with AC 150/5300-13. This
may involve the use of declared distances
and partial runway closures (see AC
150/5370-2 for exceptions). !
. Ensure all personnel, materials, and/or
equipment are clear of the applicable
threshold siting criteria surface, as defined
in Appendix 2, "Threshold Siting
Requirements," of AC 150/5300-13.
. Prevent personnel, material, and/or equipment,
as defined in AC 150/5300-13, from penetrating
the obstacle-free zone.
I
. Ensure adequate distance for blast protection is
provided, as needed.
. Coordinate construction activity with the A TCT
and FAA Regional Airports Division Office or
Airports District Office, and through the airport
operator, issue an appropriate NOT AM.
· Provide a drawing showing the profile ofthe
appropriate surfaces of each runway end where
construction will take place. Where operations
by turbojet aircraft are anticipated, review
takeoff procedures and jet blast characteristics of
aircraft and incorporate safety measures for
construction workers in the contract documents
I
I
I
I
I
I
I
I
A-4
I
I
I
1/17103
I
AC 150/5370-2E
Complete the following chart to determine the area that must be protected before the nmway threshold:
I
I
I
I
: FEET
_' 1 to (threshold)
_: FEE,T
_' 1 to (threshold)
_: FEET
_: I to (threshold)
: FEET
_: 1 to (threshold)
*See AC 150/5300-13, Airport Design, to complete the chart for a specific runway.
I
5. MARKING AND LIGHTING FOR
TEMPORARY THRESHOLDS.
I
Marking and lighting for a temporary threshold is---.--fis
not_ required. The airport owner or contractor, as
specified in the contract, will furnish and maintain
markings for temporary thresholds. Precision approach
path indicators (PAPIs) or runway end identification
lights (REIL) are---.--fare not_ required. The airport
owner or contractor, as specified in the contract, will
furnish and install all temporary lighting Include
appropriate items per AC 150/5370-2, Chapter 3, "Safety
Standards and Guidelines." Ifmarking and lightingfor
the temporary threshold is not required, delete this
section of the safety plan. Ifvisual aids and/or markings
are necessary, provide details. (Include applicable 14
CFR part 77 surfaces in the contract documents.)
I
I
I
I
6. CLOSED RUNWAY MARKINGS AND
LIGHTING.
I
The following must be specified for closed runways.
Closed runway marking are ---.--fare not_ required.
Closed runway markings will be as shown on the
plans_/as furnished by the airport
owner_/other_ (specify). Barricades, flagging,
and flashers are~are not_required at Taxiway_
and Runway_and will be supplied by the airport
-----1other _(specify).
I
I
7. HAZARDOUS AREA MARKING AND
LIGHTING.
I
Hazardous areas on the movement area will be marked
with barricades, traffic cones, flags, or flashers (specify)
These markings restrict access and make hazards obvious
to aircraft, personnel, and vehicles During periods of low
visibility and at night, identify hazardous areas with red
flashing or steady-burning lights (specify) The
hazardous area marking and lighting will be supplied by
I
I
I
the airport operator/contractor, as specified in the
contract, and will be depicted on the plans.
8. TEMPORARY LIGHTING AND MARKING.
Airport markings, lighting, and/or signs will be altered in
the following manner (specify) during the period from
_ to _' The alterations are depicted on the
plans.
9. VEHICLE OPERA nON MARKING AND
CONTROL.
Include the following provisions in the construction
contract, and address them in the safety plans'
a. When any vehicle, other than one that has prior
approval from the airport operator, must travel over any
portion of an aircraft movement area, it will be escorted
and properly identified. To operate in those areas during
daylight hours, the vehicle must have a flag or beacon
attached to it. Any vehicle operating on the movement
areas during hours of darkness or reduced visibility must
be equipped with a flashing dome-type light, the color of
which is in accordance with local or state codes
b. It may be desirable to clearly identify the
vehicles for control purposes by either assigned initials or
numbers that are prominently displayed on each side of
the vehicle The identification symbols should be at
minimum 8-inch (20-cm) block-type characters of a
contrasting color and easy to read They may be applied
either by using tape or a water-soluble paint to facilitate
removal. Magnetic signs are also acceptable In addition,
vehicles must display identification media, as specified in
the approved security plan (This section should be
revised to conform to the airport operator's
requirements.)
A-5
AC 150/5370-2E
c. Employee parking shall be
(specify
location), as designated by the airport manager-1
project engineer_/other_ (specify).
d. Access to the job site shall be via
(specify route), as shown on the plans_/designated
by the engineer-'designated by the
superintendent-'designated by the airport
manager-'other_ (specifY).
e. At 14 CFR part 139 certificated and towered
airports, all vehicle operators having access to the
movement area must be familiar with airport procedures
for the operation of ground vehicles and the consequences
of noncompliance
f. If the airport is certificated and/or has a security
plan, the airport operator should check for guidance on
the additional identification and control of construction
equipment.
10. NAVIGATIONAL AIDS.
The contractor must not conduct any construction activity
within navigational aid restricted areas without prior
approval from the local FAA Airway Facilities sector
representative. Navigational aids include instrument
landing system components and very high-frequency
omnidirectional range, airport surveillance radar. Such
restricted areas are depicted on construction plans
11. LIMITATIONS ON CONSTRUCTION.
Additional limitations on construction include-
a. Prohibiting open-flame welding or torch cutting
operations unless adequate fire safety precautions are
provided and these operations have been authorized by
the airport operator (as tailored to conform to local
requirements and restrictions)
A-6
1/17/03
I
b. Prominently marking open trenches, excavations,
and stockpiled materials at the construction and lighting
these obstacles during hours of restricted visibility and
darkness.
I
c. Marking and lighting closed, deceptive, and
hazardous areas on airports, as appropriate
I
d. Constraining stockpiled material to prevent its
movement as a result ofthe maximum anticipated aircraft
blast and forecast wind conditions
I
12. RADIO COMMUNICATIONS.
I
. Vehicular traffic located in or crossing an active
movement area must have a working two-way radio in
contact with the control tower or be escorted by a person
in radio contact with the tower. The driver, through
personal observation, should confirm that no aircraft is
approaching the vehicle position. Construction personnel
may operate in a movement area without two-way radio
communication provided a NOT AM is issued closing the
area and the area is properly marked to prevent
incursions. Two-way radio communications are -----1are
not_required between contractors and the Airport
Traffic Control Tower_IF AA Flight Service
Station_/Airport Aeronautical Advisory Stations
(UNICOM/CTAF)_ Radio contact is lis
not_ required between the hours of _and_.
Continuous monitoring is required _lor is required
only when equipment movement is necessary in certain
areas_ (This section may be tailored to suit the
specific vehicle and safety requirements of the airport
sponsor)
I
I
I
I
I
I
13. DEBRIS.
Waste and loose material must not be placed in active
movement areas Materials tracked onto these areas must
be removed continuously during the work project.
I
I
I
I
I
I
I
I
I 1/17/03 AC 150/5370-2E
I APPENDIX 4. SAMPLE NOT AM
I AIRPORT
I FAA NOTAM # DATE:
AIRPORT J.D. # TIME:
I NOTAM TEXT:
I
I NOTIFICATON:
####TOWER
PHONE # INITIALS TIME CALLED IN BY
I
# # # # FSS
I PHONE # INITIALS TIME CALLED IN BY
I AIRLINES
I
I CANCELLED:
NOTlFICATON:
#### TOWER
I PHONE # INITIALS TIME CALLED IN BY
I # # # # FSS
PHONE # INITIALS TIME CALLED IN BY
I AIRLINES
I
I
I A-7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 01035
WEATHER DELAYS
PART 1 - GENERAL
1.01 EXTENSIONS OF CONTRACT TIME:
A. Ifthe basis exists for an extension oftime in accordance with General Provisions 80-
07, an extension oftime on the basis of weather may be granted only for the number
of Weather Delay Days in excess of the number of days listed as the Standard
Baseline for the entire construction duration of each phase as a whole.
1.02 STANDARD BASELINE FOR AVERAGE CLIMATIC RANGE:
A. The Owner has reviewed weather data available from the National Oceanic and
Atmospheric Administration (NOAA) and determined a Standard Baseline of average
climatic range for the Augusta Airport - WSO.
B. Standard Baseline shall be regarded as the normal and anticipatory number of
calendar days for each month during which construction activity shall be expected to
be prevented and suspended by cause of precipitation in excess of one-tenth inch
(0.10") liquid measure. Suspension of construction activity for the number of days
each month as listed in the Standard Baseline is included in the Work and is not
eligible for extension of Contract Time.
C. Standard Baseline (based upon precipitation in excess of one-tenth inch (0.10") liquid
measure) established for this contract is as follows:
Jan
7
Feb
6
Mar
7
Apr
5
May Jun
5 7
Jul
7
Aug
7
Sept Oct
5 4
Nov
4
Dec
6
1.03 ADVERSE WEATHER AND WEATHER DELAY DAYS:
A. Adverse Weather is defined as the' occurrence of one or more of the following
conditions which prevents exterior construction activity or access to the site within
twenty-four (24) hours:
1. precipitation (rain, snow, or ice) in excess of one-tenth inch (0.10") liquid
measure;
2. temperatures which do not rise above 32 degrees F by 10:00 a.m.;
3. temperatures which do not rise above that specified for the day's construction
activity by 10:00 a.m., if any is specified;
4. sustained wind in excess of twenty-five (25) m.p.h.;
01035-1
D.
5. standing snow in excess of one inch (1.00");
I
I
I
I
I
I,
I
I
I
I
I
I
I
I
I
I
I
I
I
6. any day that the Owner has requested no work to be performed.
B.
A Weather Delay Day may be counted if adverse weather prevents work on the
project for fifty percent (50%) or more of the Contractor's scheduled work day,
including a weekend day or holiday if Contractor has scheduled construction activity
that day.
Adverse Weather may include "dry-out" or "mud" days, as determined by the
Engineer such as:
1. For rain days above the standard baseline.
2. Only if there is a hindrance to site access or sitework, such as excavation,
embankment, backfill, footings, etc. (see 4. & 5. below).
3. At a rate no greater than one (1) make-up day for each day or consecutive
days of rain beyond the standard baseline that total 0.1 inch or more, liquid
measure, if no substantial work is possible (see 4. & 5. below), unless
specifically recommended otherwise by the Engineer.
4. If the. Contractor's activity is limited to approximately 50% of the
Contractor's activity before the Adverse Weather occurrence, then one-half
(lIz) a weather delay day will be counted. For example if the Contractor is
disking excavation and embankment areas to dry in situ moisture in the soils
or hauling and placing unclassified excavation or borrow material to the
embankment before an Adverse Weather occurrence, but is able to continue
disking excavation and embankment areas or placing unclassified excavation
or borrow material, one-half (lIz) a Weather Delay Day will be allowed.
5. If the Contractor's activity is limited to minor activity when compared to the
Contractor's activity before the Adverse Weather occurrence, then one (1)
weather delay day will be counted. For example if the Contractor is disking
excavation and embankment areas to dry in situ soils, hauling borrow
material to embankment before an Adverse Weather occurrence, but is only
ab Ie to disk excavation and embankment areas to dry them due to the Adverse
Weather occurrence, one (1) Weather Delay Day will be allowed.
C.
If the Contractor is able to only perform disking operations to dry excavation and
embankment areas due to in situ moisture in the soil, this is not considered an
Adverse Weather occurrence or a Weather Delay Day and is considered to be a part
of normal construction activities whether any other work can be performed or not.
The Engineer will compile monthly weather data from the Local National Weather
Station or from on site observations.
01035-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The determination of Contractor's entitlement for any Weather Delay days, as
defined hereinabove, will be based on the entire construction duration of the phase in
lieu of a month-by-month consideration. The entitlements will consider those
months that conditions are better or worse than the Standard Baseline established for
this contract.
For exainple:
1. lfthe total number of standard baseline days for a Phase is forty one (41) days
and there are thirty six (36) days with precipitation in excess of one tenth inch
(0.10") liquid measure and ten (10) weather delay days, giving a total of forty
six (46) rain and weather delay days. This would amount to five (5) days in
excess of the total baseline days for that Phase. Five (5) additional days will
be added to the time for that Phase.
2. If the total standard baseline for a Phase is forty one (41) days and there are
twenty (28) days with precipitation in excess of one tenth inch (0.10") liquid
measure and nine (9) weather delay days, giving a total ofthirty seven (37)
rain and weather delay days. This would amount to four (4) days better than
the total baseline days for that Phase. Four (4) days will be deducted from the
time for that Phase.
Baseline days will be prorated when partial months are a part of a phase/stage or the
overall contract time.
For example:
1. If the contract or a phase begins on April 11, including April 11, there are
twenty (20) calendar days remaining in April. Twenty (20) remaining
calendar days divided by thirty (30) total calendar days in April equals
0.6667. Six (6) total baseline days established for April multiplied times
0.6667 equals four (4) baseline days for the remaining twenty calendar days
in April.
Section 01035, Weather Delays establishes an anticipated number of days of lost
construction time for each month.
1. To calculate any liquidated damages for a phase/stage that is not completed
on time, the number of baseline days for the actual total construction time for that
phase/stage will be calculated from the standard baseline.
2. The number of weather delay days for the actual total construction time for
that phase/stage will be calculated.
3. The difference in weather delay days and baseline days will then be
calculated. Months that have less weather delay days than baseline days will
result in a negative number.
01035-3
4. The resulting difference will then be added to the contract time for the
phase/stage.
5. The difference in the actual total construction time and the contract time plus
. weather delay days in excess of the baseline for that phase/stage will
determine if and what the actual amount of liquidated damages for that
phase/stage will be.
Using a hypothetical Phase 1 for example if:
NUMBER OF
FROM TO BASELINE ACTUAL WEATHER DAYS IN
DAYS DELAY DAYS EXCESS OF
BASELINE
July 10, 1999 July 31, 1999 5 3 -2
Aug. 1, 2000 Aug. 31, 2000 7 11 +4
Sept. 1, 2000 Sept. 8, 2000 1 4 +3
13 18 +5
Phase 1 Contract Time 60
Phase 1 Contract Time + Number Of Weather Delay Days In Excess Of Baseline 65
Phase 1 Actual Construction Time 67
Phase 1 Days Of Liquidated Damages 2
END OF SECTION 01035
01035-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I 0
N
00
("')
0
-
It)
I en
"'I:t
0
en
0
=1:1:
I <i
(!)
c
I ..J ~
W ca
u: E
J: E
rn ::J
I ::::> rn
Ul I-
<C Q)
.c
J- -
rn ca
I Q)
::::> 3:
(!)
::J
<C
I.~
-
ca
-
I~
.c
-
ca
I~
I
I
I
I
I
I"- ex> 0> I"- '<t e<> '<t '<t 0> 0 l"- N I.!) ex> '<t e<> l"- I.!) I.!) I"- <0 <0 I.!) I.!) ~ I.!) '<t '<t N <0 N <0
.... ~ I"-
<.:i ~
Q)
0
r- C") '<t '<t <0 <0 N C") l"- N I"- ex> '<t
e<> '<t l"- N <0 '<t '<t I.!) N ex> l"- e<> '<t '<t N .... l"- N l"- N
N
> ....
0
z
,...-.
C") 0 N l"- I.!) ~ N <0 I.!) I.!) e<> C") ex> <0 ~ '<t C") l"- N l() '<t ex> l() C") 0> 0 N 0 ~ ex> ex> '<t
....
....; ....
u
0
l- I.!) I"- ex> ex> l"- I.!) '<t '<t l() N I.!) <0 l() N '<t <0 C") l() ex> ex> I"- <0 l() <0 <0 N l()
~ .... .... .... ~
.... l()
0.. ....
Q)
C/) ....
Q)
ro
r- Q)
.... ex> 0 <0 C") ex> <0 I"- ..-- ex> l() <0 <0 I"- C") '<t 0 '<t 0> ..-- ex> <0 ex> 0> e<> I.!) '<t l() ex> '<t ex> 0 l"-
e> ..-- ..-- ..-- ..-- ..-- ..--
Ql .... N
:J 0
<t: c:
.Q
I- ro
~ <0 ex> 0 <0 '<t '<t <0 e<> l() 0 I.!) N '<t <0 N I.!) ..-- I.!) N ex> '<t l"- I.!) ex> 0 I.!) '<t 10 ex> '<t N l"-
T"" ..-- ..-- ..-- ..-- ..-- ..-- 0
~ U N
Q)
....
:J 0-
J
0
..--
- 0 l"- I"- I"-
..- l"- I"- I"- '<t C") C") 10 0> <D l"- N I"- 10 ..-- l() N e<> I"- <0 '<t 0 0 0 '<t <0 <0 I"- to
..... ..-- ..- ..-- ..-- ..-- ..- 0>
Q) 0 ..-
c: ~
:J
J ro
0
r- "0
Q) <0 to 0 0 '<t l() N to <D '<t 10 I"- to 10 e<> N '<t '<t M C") '<t CO '<t '<t 10
t C") to 10 <0 l"- e<> ..-
..- ..-- ..- <0
~ 0 ..-
a.
Q)
~ a::
:z:,
- .t=
-
c: '<t I"- '<t N e<> <0 I"- '<t '<t I"- to 0 '<t N e<> <0 l"- N l() '<t '<t '<t '<t '<t I"- 0> 10 '<t e<> '<t I"- 10
0 ..-- '<t
~ ..-
"C
a.
<t:
'-- l"- I"-
..-- CO I"- to 0> 10 <0 '<t '<t 10 0 l"- e<> 10 0> 10 0> <0 CO <0 to to N '<t 10 <0 '<t 0 l"- N
..c: ..-- ..-- ..- ..- 0
U N
....
ro
~
- I"- to 0) e<> N l"- I"- 10 l() I"- ('I) <0 0> CO 0> e<> l"- I"- <0 e<> e<> ('I) 0 <0
0 <0 to '<t 0> CO <0 <0
..- to
.ci ..-
Q)
u..
- 0 I"- to l() 0> I"- ex> N e<> I"- <0 I.!) 0 to '<t I"- 0 <0 0> to <D 0> 0> 0> 0> I"- <0 I"- ('I) I"-
to '<t
..-- ..- ..-- ..- N
c: N
ro
J
e<> '<t 10 CO I"- to 0> 0 ..- N e<> '<t l() <0 I"- to 0> 0 T"" N ('I) "<t 10 <0 I"- to 0> 0 ..-- N
l"- I"- l"- I"- l"- I"- I"- to to to to to to to to to to 0> 0> 0> 0> 0> 0> 0> 0> 0> 0> 0 0 0
.... 0> 0> 0> 0> 0> 0> 0> 0> 0> 0> 0> 0> 0> 0> 0> 0) 0> 0> 0> 0> 0> 0> 0> 0> 0> 0> 0> 0 0 0
ro ..-- ..- ..- ..-- ..- ..- ..-- ..- ..-- ..- ..- ..-- ..-- ..-- ..-- T"" ..- ..-- T"" T"" ..-- ..-- ..-- ..-- ..-- ..-- ..-- N N N
Q) CO
>- OJ
-0 ~
f-
..-- N e<> "<t I.!) <0 I"- to 0> 0 ..- N C") "<t l() CO I"- to 0> 0 ..- N e<> '<t I.!) CO I"- to 0> 0
0 ..-- ..- ..-- ..- ..- ..- ..- ..- ..-- ..- N N N N N N N N N N e<>
Z
~
ro
E
E
:J
C/)
CO
u
'5>
o
:g
ro
"~
U
CO
:J
c:
c:
<t:
c:
"Q
10
....
en
:s
E
~
u
"C
Q)
..c:
a.
en
o
E
<(
"0
c:
ro
.~
c:
ro
Q)
u
o
CO
c:
.Q
ro
z
~
::l
E
o
~
"0
~
"a.
E
o
u
.!Q
lU
ro
o
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PART 1
l..Ql
lJl2
PART?
PART 1
lfll
SECTION 01040
PROJECT COORDINATION
GENE~AT.
RET.A TED DOCl JMENTS'
All contract documents and drawings apply to work of this section.
DESCRIPTION OF WORK'
Minimum administrative and supervisory requirements necessary for coordination
of work on the project include but are not necessarily limited to the following:
1. Coordination and meetings.
2. Surveys and records or reports.
3. Limitations on use of site.
4. Special reports.
5. General installation provisions.
6. Cleaning and protection.
7. Conservation and salvage.
PRODUCTS (Not applicable.)
EXECT rTTON
COORDINATTON AND MEETINGS'
A. Genera 1. The Contractor shall prepare a written memorandum on required
coordination activities and include such items as required notices, reports
and attendance at meetings. Distribute this memorandum to each entity
performing work at the Project site. Prepare similar memorandum for
separate Contractors where interfacing oftheir work is required.
B. Precon~lTI1ction Conference' A Preconstruction Conference will be
scheduled after award of Contract and prior to issuance of a Notice to
Proceed. Key Project personnel representing the Prime Contractor and all
major Subcontractors will be required to attend this Conference. All other
parties involved with this Project, such as the Owner, Engineer, and FAA,
will also be represented. The entire Construction Schedule will be reviewed
carefully by all affected parties at the Preconstruction Conference. The
Contractor(s) shall prepare a detailed Construction Schedule for review prior
to and at the Preconstruction Conference.
01040-1
C.
Coordination Meetings' The Contractor shall hold General Project
Coordination Meetings at regularly scheduled times convenient for all
parties involved. These meetings may be as often as weekly if required.
These meetings are in addition to specified meetings held for other purposes,
such as regular Project meetings and special Pre-installation Meetings.
Request representation at each meeting by every party currently involved in
coordination or planning for the work of the entire Project. Conduct
meetings in a manner which will resolve coordination problems. Record
results of the meeting and distribute copies to everyone in attendance and to
others affected by decision or actions resulting from each meeting.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1. The Contractor shall conduct daily coordination meetings with the
Engineer's representative, FAA and designated Owner's
representative to coordinate construction and airport operations.
D.
Proeress Meetines' Conduct progress meetings weekly at the project site.
Notify the Owner and Engineer of scheduled meeting dates. Coordinate
dates of meetings with preparation of the payment request.
E.
A ttendees' In addition to representatives of the Owner and Engineer, each
subcontractor, supplier or other entity concerned with current progress or
involved in planning, coordination or performance of future activities shall
be represented at these meetings by persons familiar with the project and
authorized to conclude matters relating to progress.
F.
Agenda- Review and correct or approve minutes of the previous progress
meeting. Review other items of significance that could affect progress.
Include topics for discussion as appropriate to the current status of the
project, and to airport operational safety during construction.
1. Contractor's Constmction Schedllle' Review progress since the last
meeting. Determine where each activity is in relation to the
Contractor's Construction Schedule, whether on time or ahead or
behind schedule. Determine how construction behind schedule will
be expedited; secure commitments from parties involved to do so.
Discuss whether schedule revisions are required to ensure that
current and subsequent activities will be expedited; secure
commitments from parties involved to do so. Discuss whether
schedule revisions are required to ensure that current and subsequent
activities will be completed within the Contract Time.
01040-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2. Oiher:. Review the present and future needs of each entity present,
including such items as:
Interface requirements.
Time.
Sequences.
Deliveries.
Off-site fabrication problems.
Access.
Site utilization.
Temporary facilities and services.
Hours of work.
Hazards and risks.
Housekeeping.
Quality and work standards.
Change orders.
Documentation of information for payment requests.
G. Reporting' No later than 3 days after each progress meeting date, distribute
copies of minutes of the meeting to each party present and to other parties
who should have been present. Include a brief summary, in narrative form,
of progress since the previous meeting and report.
H. Schedule Updating' Revise the construction schedule after each progress
meeting where revisions to the schedule have been made or recognized.
Issue the revised schedule concurrently with the report of each meeting.
3Jl2
SURVEYS AND RECORDSIREPORTS'
A. Constmdion Staking' The Engineer has established survey base lines for
the Contractor. The Contractor shall take all necessary precautions to
prevent the loss or damage of primary control points. The Contractor will be
responsible for staking required for construction. Working from lines and
levels established by the design survey, establish and maintain bench marks
and other dependable markers required for construction. Establish bench
marks and markers to set . lines and levels for work at each stage of
construction and elsewhere as needed to properly locate each element of the
project. Calculate and measure required dimensions as shown within
recognized tolerances. Drawings shall not be scaled to determine
dimensions. Advise entities performing work of marked lines and levels
provided for their use.
01040-3
B.
Survey ProcerlnreR' Before proceeding with the layout of actual work, verify
the layout information shown on the drawings, in relation to the property
survey and existing bench marks. As work proceeds, check every major
element for line, level and plumb. Maintain a surveyor's log or record book
of such checks; make this log or record book available for the Engineer's
reference. Record deviations from tequired lines and levels, and advise the
Engineer promptly upon detection of deviations that exceed indicated or
recognized tolerances. Record deviations which are accepted, and not
corrected, on record drawings. Survey work shall be performed by and
under supervision of a professional (registered) land surveyor in the State of
South Carolina.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
C.
Quality of Work' The elevations of permanent and temporary bench marks
shall be determined and recorded to the nearest 0.01 foot. Differential
leveling and transit traverses shall be of such precision that the error of
vertical closure in feet shall not exceed plus or minus 0.1 foot in 5000 feet.
The angular error of closure for transit traverses shall not exceed 1.0 minute
times the square root of the number of angles turned.
Slope stakes shall be placed, as a minimum, at 100 foot stations, breaks in
the original ground surface, and at any other intermediate stations necessary
to insure accurate location for construction layout and measurement. Slope
stakes and cross sections shall be perpendicular to the centerline. Significant
breaks in grade shall be determined for cross sections. Distances shall be
measured horizontally and recorded to the nearest 0.1 foot. Side shots for
interim construction stakes may be taken with a hand level.
D.
Recoril~' All survey data shall be recorded in fully identified, standard hard-
bound engineering survey field notebooks with consecutively numbered
pages. All field notes and printed data shall include the purpose or
description of the work, the date the work was performed, weather data,
sketches and the personnel who performed and checked the work.
Electronically generated survey data and computations shall be bound, page
numbered and cross referenced in a bound field notebook containing the
index for all survey data and shall be signed and sealed by a registered Land
Surveyor in the State of Georgia.
The construction survey records shall be available at all times during the
progress of the work for examination and use by the Engineer and copies
shall be made available to the Engineer upon request. The original field
notebooks and other records shall be turned over to and become the property
of the Owner prior to final acceptance ofthe work.
01040-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
E. QA Survey Servlce~' Contractor shall furnish surveying services required to
establish horizontal and vertical location of soil density tests by Owner's
quality assurance testing laboratory.
F. Envneer Servlce~' Engineer will furnish available benchmark and
coordinate information on drainage structures at no cost to Contractor.
3....03.
T ,TMTT A TTONS ON T ISH OF THE SITE'
A. Gener~ l' Limitations on site usage as well as specific requirements that
impact site utilization are indicated on the drawings and by other contract
documents. Schedule deliveries so as to minimize space and time
requirements for storage of materials and equipment on site.
B. W3~te Dispm:~l' Waste materials shall be disposed of as specified elsewhere
in Contract Documents.
3...0.4
MEASTTREMRNT AND PAYMENT'
No measurement or payment will be made for work in this item; it will be
considered as incidental cost to Mobilization and other items of work.
END OF SECTION 01040
01040-5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PART 1
l..O.1
L02
PART 2
PART 1
.3..ill
SECTION 01060
CONTROL OF EROSION, SILTATION AND POLLUTION
GFNR~AJ,
GFNERAl. RFQIITRFMFNTS'
The Contractor shall take whatever measures are necessary to minimize soil erosion
and siltation, water pollution and air pollution caused by his operations. The
Contractor shall also comply with the applicable regulations of all legally
constituted authorities relating to pollution prevention and control. The Contractor
shall keep himself fully informed of all such regulations which in any way affect the
conduct of the work, and shall at all times observe and comply with all such
regulations. In the event of conflict between such regulations and the requirements
of the specifications, the more restrictive requirements shall apply.
The Engineer will limit the area over which clearing and grubbing, excavation,
borrow, and embankment operations are performed whenever the Contractor's
operations do not make effective use of construction practices and temporary
measures which will minimize erosion, or whenever effective erosion control
features are not being completed as soon as permitted by construction operations.
FROSION CONTROL SCHFDI IT.F.-
At or prior to the preconstruction conference, the Contractor shall submit to the
Engineer for his approval 3 copies of his erosion control schedule. This schedule
shall show the time relationship between phases of the work which must be
coordinated to reduce erosion, and shall describe construction practices and
temporary erosion control measures which will be used to minimize erosion. The
schedule shall also show the Contractor's proposed method of erosion control on
haul roads and borrow and material pits, and his plan for disposal of waste
materials. No work shall be started until the erosion control schedules and methods
of operations have been approved by the Engineer.
PRODTJCTS (Not used)
FXECI JTTON
FROSION AND SIT ,T A TTON CONTROl,'
The Contractor shall exercise every reasonable precaution throughout the life of the
project to prevent the eroding of soil and silting of rivers, streams, lakes, reservoirs,
other impoundments, ground surfaces, or other property.
01060-1
Prior to suspension of operations on the project or any portion thereof, the
Contractor shall - take all necessary measures to protect the construction area,
including but not limited to borrow pits, soil type base courses, and waste areas,
from erosion during the period of suspension.
3J}2
COORDlN A TTON OF EROSTON CONTROT , OPFR A TTONS'
Temporary and permanent erosion control measures shall be provided as shown on
the plans or as directed by the Engineer. All permanent erosion control work shall
be incorporated into the project at the earliest practicable time. Temporary erosion
control measures shall be coordinated with permanent erosion control measures and
all other work on the project to assure economical, effective, and continuous erosion
control throughout the construction and post construction period and to minimize
siltation of rivers, streams, lakes, reservoirs, other water impoundments, ground
surfaces, or other property.
Temporary erosion control measures shall include but not be limited to the use of
temporary berms, dikes, dams, silt fences, drainage ditches, silt basins, diversion
ditches, slope drains, structures, vegetation, mulches, mats, netting, gravel, rip rap,
or any other methods or devices that are necessary. Temporary erosion control
measures may include work outside the construction limits where such work is
necessary as a result of construction such as borrow pit operations, haul roads, plant
sites, equipment storage sites, and disposal of waste or debris. The Contractor shall
be liable for all damages to public or private property caused by silting or slides
originating in waste areas furnished by the Contractor.
Materials for temporary erosion control measures shall have been approved by the
Engineer before being used or shall be as directed by the Engineer.
Erosion control measures installed by the Contractor shall be acceptably maintained
by the Contractor.
3.1l3.
WATER AND Am POLUITTON'
The Contractor shall exercise every reasonable precaution throughout the life of the
project to prevent pollution of rivers, streams, and water impoundments. Pollutants
such as chemicals, fuels, lubricants, bitumens, raw sewage, and other harmful waste
shall not be discharged into or alongside of rivers, streams, or impoundments, or
into natural or manmade channels leading thereto.
The Contractor shall comply with all Federal, State or local air pollution regulations
throughout the life ofthe project.
1M
OPEN HI JRNlNG OF COMRI JSTTBT,E WASTES'
A. Burning shall not be permitted on airport property.
01060-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I"
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
B. The following are alternatives to open burning:
1. Wood may be salvaged for fire-wood or commercial use, or it may
be chipped and disposed of for use as mulch.
2. Logs, brush, and other debris may be removed to an authorized
disposal area. '
3Jli
DnST CONTROl:
The Contractor shall control dust throughout the life of the project within the project
area and at all other areas affected by the construction of the project, including, but
not specifically limited to unpaved roads, haul roads, access roads, disposal sites,
borrow and material pits, and production sites. Dust control shall not be considered
effective where the amount of dust creates a potential or actual unsafe condition,
public nuisance, or condition endangering the value, utility, or appearance of any
property.
The Contractor will not be directly compensated for any dust control measures
necessary, as this work will be considered incidental to the work covered by the
various contract times.
lQ(i
A PPl .TCA TION OF SPECTFTCA TTONS'
The provisions of this section shall apply to all construction operations. Further
references and detailed requirements concerning erosion, siltation, and pollution
prevention and control, may be given in other sections of the specifications and on
the drawings.
3...Q1
CONTRACTOR'S lNSPECTION AND REPORT'
The Contractor shall make an inspection of the construction site on a weekly basis
and after each potentially damaging rainfall. Note shall be taken of any damage to
existing erosion control features and of siltation problems encountered during the
inspection. In a report to the Engineer, the Contractor shall outline his corrective
measures to be undertaken and the date of implementation.
3..il8.
TEMPOR A RY SI JSPENSTON OF WORK'
Failure of the Contractor to fulfill any of the requirements of this section may result
in the Engineer ordering the stopping of construction operations in accordance with
the following:
A. The Engineer shall have the authority to suspend the wort<: wholly or in part
by written order, for such periods as he may deem necessary due to
conditions considered unfavorable for the suitable prosecution of the work,
01060-3
or to failure on the part of the Contractor to correct conditions unsafe for
workmen-or the general public or to carry out orders given or to perform any
provisions of the contract. Such suspension of operations will not justify an
extension of contract time.
B. Failure on the part of the Contractor to perform the necessary measures to
:control erosion, siltation, and pollution will result in the Engineer notifying
the Contractor to take such measures. Any fine, penalty or other cost
assessed by State, local or other governmental agencies for non-performance
of erosion, siltation or pollution controls against the Owner shall becom~ the
responsibility of the Contractor; such assessments, if not paid by the
Contractor, shall be ,deducted from monies due the Contractor at the
completion of the job. In the event that the Contractor fails to perform such
measures within 24 hours after receipt of such notice, the Engineer may
suspend the work as provided above, or may proceed to have such measures
performed by others. The cost of such work performed by others will be
deducted from monies due the Contractor on his contract.
3J}2 PAYMENT'
Except where specified otherwise elsewhere in the specifications, there will be no
direct payment for any work in connection with the requirements of this sectio~; the
work shall be considered incidental to grading, excavation, embankment, or other
operations.
END OF SECTION 01060
01060-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 01090
REGULATIONS AND DEFINITIONS
PART 1
GENERAL
1.01
RELATED DOCUMENTS:
Drawings, General Provisions, Supplementary Conditions, Specifications, and other
contract documents apply to work of this section. See Section 10 of General
Provisions for additional definitions.
1.02
DESCRIPTION OF REQUIREMENTS:
A. General: This section specifies procedural and administrative requirements
for compliance with governing regulations, codes and standards imposed
upon the work. These requirements include obtaining permits, licenses,
inspections, releases and similar documentation, as well as payments,
statements and similar requirements associated with regulations, codes and
standards.
The term "Regulations" is defined to include laws, statutes, ordinances and
lawful orders issued by governing authorities, as well as those rules,
conventions and agreements within the construction industry which
effectively control the performance of the work regardless of whether they are
lawfully imposed by governing authority or not.
B. Governing Regulations: Refer to General Provisions, Supplementary
Conditions, and General Requirements for requirements related to
compliance with governing regulations.
1.03
DEFINITIONS:
A. General Explanation: Certain terms used in contract documents are defined
in this article. Definitions and explanations contained in this section are not
necessarily complete, but are general for the work to the extent that they are
not stated more explicitly in another element of the contract documents.
B. General Requirements: Provisions and requirements of Division 1 sections
apply to the entire work of the contract and, where so indicated, to other
elements which are included in the project.
01090-1
C.
D.
E.
Indicated: The term "indicated" is a cross-reference to graphic
representations, notes or schedules on the drawings, to other paragraphs or
schedules in the specifications, and to similar means of recording
requirements in contract documents. Where terms such as "shown", "noted",
"scheduled"" and "specified" are in lieu of "indicated" , it is for the purpose of
helping the reader locate the cross-reference, and no limitation oflocations is
intended except as specifically noted.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Directed, Requested, etc.: Terms such as "directed", "requested",
"authorized", Ilse1ected", "approved", "required", "accepted'" and "permittedll
mean "directed by the Engineer", "requested by the Engineer", and similar
phrases. However, no such implied meaning will be interpreted to extend the
Engineer's responsibility into the Contractor's area of construction
supervIsIon.
Approved: Where used in conjunction with the Engineer's response to
submittals, requests, applications, inquiries, reports and claims by the
Contractor, the term "approved" will be held to limitations ofthe Engineer's
responsibilities and duties as specified in General Provisions and
Supplementary Conditions. In no case will the Engineer's approval be
interpreted as a release of the Contractor from responsibilities to fulfill
requirements of contract documents or acceptance of the work, unless
otherwise provided by requirements of the contract documents.
F.
Proiect Site: The term "project site" means the space available to the
Contractor for performance of the work, either exclusively or in conjunction
with others performing other construction as part ofthe project. The extent
ofthe project site is shown on the drawings.
G.
Furnish: The term "furnish" is used to mean "supply and deliver to the
project site, ready for unloading, unpacking, assembly, installation, and
similar operations."
H.
Install: The term "install" is used to describe operations at project site
including the actual "unloading, unpacking, assembly, erection, placing,
anchoring, applying, working to dimension, finishing, curing, protecting,
cleaning and similar operations."
1.
Provide: The term "provide" means "to furnish and install, complete and
ready for the intended use."
01090-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
J. Installer: The "installer" is the "the entity" (person or firm) engaged by the
Contractor, its subcontractor or sub-subcontractor for performance of a
particular element of construction at the project site, including installation,
erection, application and similar required operations. It is a requirement that
installers are experienced in the operations they are engaged to perform.
K. Incidental To: The term "incidental to" shall mean that the cost associated
with a designated particular work element shall be considered to be included
in the unit price of the item (or items) that the particular element is prescribed
to be incidental to.
1.04 SUBMITTALS:
Permits, Licenses, and Certificates: For the Owner's records, submit copies of
permits, licenses, certifications, inspection reports, releases, jurisdictional
settlements, notices, receipts for fee payments, judgments, and similar documents,
correspondence and records established in conjunction with compliance with
standards and regulations bearing upon performance of the work.
PART 2
PRODUCTS (Not Applicable)
PART 3
EXECUTION (Not Applicable)
END OF SECTION 01090
01090-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 01150
MEASUREMENT AND PAYMENT
PART 1
GENERAL
1.01
DESCRIPTION:
A. Method of Measurement and Payment: This section supplements Section 90
of the General Provisions and establishes the method of measurement and
payment for work performed under this contract.
B. Unit Price: Except where lump sum is indicated, payment for work
performed shall be made on a unit price basis in accordance with the accepted
bid and the method of payment provided in the General Provisions.
C. Related Requirements in Other Parts of the Specifications:
1. Bid (Proposal).
2. Agreement.
3. Conditions of the Contract.
D. Related Requirements Specified in Other Sections:
1. Scope of Work - Section 01010.
2. Submittals - Section 01300.
3. Contract Closeout - Section 01700.
E. Work With No Identified Payment Items: No additional payment will be
made for items of work for which a separate payment item is not specified or
contained in the Bid Schedule; such work shall be deemed incidental to the
project and payment for said work shall be considered as included in the
various unit bid prices.
1.02
APPLICATIONS FOR PAYMENT:
A. Submittal Schedule: Submit Applications for Payment to the Engineer in
accordance with the schedule established by Conditions ofthe Contract and
Agreement between Owner and Contractor.
B. Format and Data Required:
1. Submit Applications for Partial Payment on the form required by
Owner with itemized data typed on 8 1/2 x 11 inch white paper
continuation sheets.
01150-1
D.
2. Provide itemized data on continuation sheet: Format, schedules, line
items and values: Those of the Schedule of Values accepted by the
Engineer.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
C.
Preparation of Application for Each Progress Payment:
1. Application Form:
a. Fill in required information, including that for Change Orders
executed prior to the date of submittal of application.
b. Fill in summary of dollar values to agree with the respective
totals indicated on the continuation sheets.
c. Execute certification with the signature of a responsible
officer of the contract firm.
2. Continuation Sheets:
a. Fill in total list of all scheduled component items of work,
with item number and the scheduled dollar value for each
item.
b. Fill in the dollar value in each column for each scheduled line
item when work has been performed or products stored.
Round off values to the nearest dollar, or as provided in the
bid.
3. List each Change Order executed prior to the date of submission, at
the end of the continuation sheets.
a. List by Change Order and description, as for an original
component item of work.
4. Submit Applications for Payment to Owner at the times stipulated in
the Agreement.
a. Number: Four copies of each Application.
Substantiating Data:
I. When the Owner or Engineer require substantiating data, Contractor
shall submit suitable information with cover letter identifying:
a. Project.
b. Application number and date.
c. Detailed list of enclosures.
01150-2
I
I
I
I
I
I
I
I
I
I
I
I
I
.1
I
I
I
I
I
d. For stored products: Item number and identification as shown
on application.
e. Description of specific material.
2. Submit one copy of data and cover letter for each copy of application.
E. :Preparation of Application for Final Payment:
I. Fill in application form as specified for progress payments.
2. Use continuation sheet for presenting the final statement of
accounting as specified in Section 01700 - Contract Closeout.
1.03
CHANGE ORDER PROCEDURES:
A. Format and Data Required:
1. Change Orders shall be prepared and submitted and will be processed
in accordance with requirements of General Provisions and Funding
Agency Requirements.
2. Engineer will transmit Certificate for Change to Owner and Agency
for approval.
3. When Owner and Agency approval is received, Change Order will be
included under next partial Application for Payment.
4. When the Owner or Engineer require substantiating data, Contractor
shall submit suitable information with cover letter identifying:
a. Actual cost of materials/equipment.
b. All costs of labor and equipment including number of
men/equipment and hourly rates.
c. All overhead and profit data.
d. If work to be done by a subcontractor, then provide detail of
the subcontractor's actual costs (both labor and materials),
and all overhead and profit data.
1.04
MEASURES AND WEIGHTS:
A. Contractor Assistance: To aid the Owner in determining all quantities, the
Contractor shall, whenever so requested, provide scales, equipment and
assistance for weighing or for measuring any of the materials at no cost to the
Owner.
B. Weights and Measures: Quantities for payment will be the actual weight or
actual measure, and no special or trade or so-termed customary allowances
01150-3
PART 2
will be made, nor will any material which is lost or misplaced be included for
payment. -
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
C. Use of Planimeter: For estimating quantities in which computation of areas
by geometric methods would be comparatively laborious, it is agreed that the
planimeter shall be considered an instrument of precision to the measurement
of such areas.
D. Precedence of Dimensions: Figured dimensions on drawings shall take
precedence over measurement by scale, and detailed working drawings are to
take precedence over general drawings and shall be considered as explanatory
of them and not as indicating extra work.
PRODUCTS (Not Applicable)
EXECUTION (Not Applicable)
PART 3
END OF SECTION 01150
01150-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 01300
SUBMITT ALS
PART 1
GENERAL
1.01
SUBMITTALS BY CONTRACTOR:
A. Construction Progress Schedule.
B. Certifications as specified in the various sections.
C. Shop Drawings and Project Data as specified in the various sections.
D. Miscellaneous:
I. Equipment Manuals.
2. Weekly Payroll.
3. EEO Reports.
4. DBE Expenditure Report.
S. Safety Plan.
6. Security Plan.
7. Warranties and Bonds.
8. QC Plan.
9. Other(s) as required.
1.02
PROGRESS SCHEDULE:
A. Bar-Chart Schedule: Submit a bar-chart construction schedule 7 calendar
days prior to the preconstruction conferenc~ date established for the work.
On the schedule, indicate a time bar for each major category or unit of work
to be performed at the site, properly sequenced and coordinated with other
elements of work. Show completion ofthe work sufficiently in advance of
the date established for substantial completion of work.
B. Sequencing: Arrange schedule with notations to show how sequence of work
is affected by requirements for phased completion, limitations of continued
utilization, non-interruptible services, use prior to substantial completion, site
restrictions, roadway closures, provisions for future work, seasonal
variations, environmental control, and similar provisions oftotal project. The
sequencing/safety schedule is required at least 10 days prior to the
preconstruction meeting. Each subsequent phasing schedule is required at
least two weeks before the phase is to begin. Refer to other sections of
Division 1 and other contract documents for requirements.
01300-1
C. Distribution: Following the initial submittal to and response by the Engineer,
print and distribute progress schedules to the Engineer (3 copies), Owner,
separate contractors, principal subcontractors and suppliers or fabricators, and
others with a need-to-know schedule-compliance requirement. Post copies in
~he project meeting room and temporary field office. When revisions are
made, distribute updated issues to the same entities and post updated issues in
the same locations. Delete entities from distribution when they have
completed their assigned work and are no longer involved in the performance
of scheduled work.
D. Update: Contractor shall update the schedule monthly for duration of
construction.
1.03
SHOP DRAWINGS AND PRODUCT DATA:
A. Scope: Submit shop drawings, certifications, and product data for all
products to be incorporated in the work.
B. Shop Drawings Will:
1. Be original drawings, prepared by the Contractor, subcontractor,
supplier, or distributor, which illustrate some portion of the work;
showing fabrication, layout, setting, or erection details.
2. Be prepared by a qualified detailer.
3. Identify details by reference to sheet and detail numbers shown on
Contract Drawings.
4. Be sheet size 24 in. x 36 in.
S. Be reproduced for submittals on opaque diazo prints or blueprints.
C. Product Data Will:
1. Include manufacturer's standard schematic drawings. The Contractor
will:
a. Modify drawings to delete information, which IS not
applicable to project.
b. Supplement standard information to provide additional
information applicable to project.
2. Include manufacturer's catalog sheets, brochures, diagrams,
schedules, performance charts, illustrations and other standard
descriptive data. The Contractor will:
01300-2
I
I
,I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
D.
a. Clearly mark each copy to identify pertinent materials or
products.
b. Show dimensions and clearances required.
c. Show performance characteristics and capacities.
The Contractor Will:
1. Be responsible for all submittals.
2. Review shop drawings and product data prior to submission.
3 . Verify:
a. Field measurements.
b. Field construction criteria.
c. Catalog numbers and similar data.
4. Coordinate each submittal with the requirements ofthe work and of
the Contract Documents.
5. Notify the Engineer, in writing at time of submission, of deviations in
submittals from requirements of the Contract Documents.
6. Begin no work which requires submittals until the return of
submittals with the Engineer's stamp and initials or signature
indicating review.
7. After the Engineer's review, distribute copies.
E.
Contractor's Responsibilities:
1. Contractor's responsibility for errors and omissions in submittals is
not relieved by the Engineer's review of submittals.
F.
2. Contractor's responsibility for deviations in submittals from
requirements of the Contract Documents is not relieved by the
Engineer's review of submittal, unless the Engineer gives written
acceptance of specific deviations.
Submission Requirements Include:
01300-3
1.
The shop drawings shall be submitted in sufficient time to allow
discussion and correction prior to beginning the work. Work shall
not be performed nor materials ordered prior to the review of the
drawings except at the Contractor's risk.
4.
Submit 6 copies of all shop drawings after which one copy will be
returned for correction or marked reviewed as noted. Any drawings
returned for correction must be resubmitted with same number of
copies as required above.
3.
All submittals must be accompanied by a transmittal Jetter, III
duplicate, containing:
a. Date.
b. Project title and number.
c. Contractor's name and address.
d. The number of each shop drawing and product data
submitted.
e. Notification of deviations from Contract Documents.
f. Other pertinent data.
4.
Submittals shall include the following, as applicable:
a. Date and revision dates.
b. Project title and number.
c. The names of:
(1) Engineer.
(2) Contractor.
(3) Subcontractor.
(4) Supplier.
(5) Manufacturer.
(6) Separate detailer when pertinent.
d. Identification of product or material.
e. Relation to adjacent structure or materials.
f. Field dimensions, clearly identified as such.
g. Specification item or section number.
01300-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
h. Applicable standards, such as ASTM number or Federal
Specification.
1. A blank space, 5 in. x 5 in., for the Engineer's stamp.
J. Identification of deviations from the Contract Documents.
k. Contractor's stamp, initialed or signed, certifying Contractor's
review of submittal, ~erification of field measurements, and
compliance with Contract Documents.
G.
Resubmission Requirements Include:
1. Revision of initial drawings as required and resubmittal as specified
for initial submittal.
2. An indication on the drawings of any changes which have been made,
other than those requested by the Engineer.
3. On product data resubmittals, include new data as required for initial
submittal.
H.
Distribution to Others:
After review and approval, the Contractor will distribute copies of shop
drawings and product data which carry the Engineer's stamp to others as may
be required.
I.
Shop Drawings and Product Data:
1. Submit notarized certifications co signed by manufacturer/supplier
and Contractor for:
a. All electrical components (wire, fixtures, etc.);
b. Marking point;
c. Bituminous Concrete;
d. Concrete.
2. Submit shop drawings, product data and steel placement plans for:
01300-5
All other products as required by the drawings, specifications ,and
Engineer.
1.04
MISCELLANEOUS:
A. Equipment Manual: Prepare an Installation, Operation, and Maintenance
Manual for all airport lighting and other equipment installed as a part ofthis
contract. This manual shall be a vinyl notebook with ring bound compilation
of manufacturers' instructions and maintenance manuals. Prepare this
manual, marking out sections which do not apply, and present four (4) copies
to the Owner through the Engineer after the final inspection is complete.
Final payment will not be processed until the Owner has received and
accepted the Manual.
B. Weekly Payrolls:
I. In accordance with Section 120 of the General Provisions submit
certified weekly payrolls for prime contractor and all subcontractors
working at project site.
2. Submit payrolls no later than 7 calendar days after pay period.
Payrolls will be considered current if received within 10 calendar
days after last workday of payroll workweek. A workweek is the
seven day period between midnight Sunday and midnight the
following Sunday.
3. The Contractor is responsible for submission of payrolls by his
subcontractors.
4. Submit a typed summary sheet with each payroll submission listing
by week when contractor and each subcontractor worked at site.
5. A payroll submission is only required for weeks when Contractor or
subcontractor is actually working at the site.
C. EEO Reports:
1. Contractor shall submit Monthly Employment Utilization Report and
Annual EEO-l Report to the appropriate Federal Labor Area Office
in accordance with Section 100 of the General Provisions. Submit
copy of submittal to Owner for his records.
2. Prime Contractor shall insure that all his first tier subcontractors
submit these reports and shall submit a sworn statement to Owner
monthly certifying that all subcontractor reports have been submitted
as required.
01300-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PART 2
PART 3
D. DBE Expenditure Reports:
With each application for payment, the Contractor shall submit his DBE
expenditure report indicating the name, date and amount disbursed to his
DBE subcontractors for the period as well as for the project to date
expenditure.
E. Security Plan:
At preconstruction conference submit for approval, proposed security plan
describing specifically how security will be maintained at each access point
and work area by Contractor's forces.
F. Warranties and Bonds:
Submit as specified in Section 01740.
PRODUCTS (Not Applicable)
EXECUTION (Not Applicable)
END OF SECTION 01300
01300-7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PART 1
SECTION 01510
TEMPORARY FACILITIES
GENERAL
1.01
DESCRIPTION:
1.02
PART 2
A. Contractor shall furnish, install and maintain temporary utilities required for
construction and other temporarY facilities as indicated; remove on
completion of work.
B. Related requirements are specified in other sections of the specifications.
REQUIREMENTS OF REGULATORY AGENCIES:
A. Comply with National Electric Code.
B. Comply with Federal and Local codes and regulations and with utility
company requirements.
PRODUCTS
2.01
PART 3
MATERIALS, GENERAL:
Materials and equipment may be new or used, but must be adequate in capacity for
the required usage, must not create unsafe conditions, and must not violate
requirements of applicable codes and standards. Acceptability of all items will be
determined by the Engineer.
EXECUTION
3.01
3.02
TEMPORARY ELECTRICITY AND LIGHTING:
Provide temporary electrical service required for power and lighting, and pay all costs
for service and for power used.
TEMPORARY WATER:
A. Provide water for construction purposes; pay all costs for installation,
maintenance and removal, and service charges for water used.
B. The site is served by a municipal water system. The Contractor shall make
arrangements for securing and providing necessary water as required for the
performance of the work.
01510-1
3.03
TEMPORARY SANITARY FACILITIES:
A. Provide sanitary facilities in compliance with laws and regulations.
B. Service, clean and maintain facilities and enclosures.
3.04
TEMPORARY SUPPORT FACILITIES:
A. General: Provide reasonably neat and uniform in appearance temporary
support facilities acceptable to the Engineer and the Owner.
B. Siting: Locate field offices, storage and fabrication sheds and other support
facilities for easy access to the work. Position office so that windows give
the best possible view of construction activities.
C. Maintenance: Maintain field offices, on-site plants, storage and fabrication
sheds, temporary sanitary facilities, waste collection and disposal systems,
and project identification and temporary signs until project completion.
D. Airfield Communications:
1. Contractor shall furnish his construction personnel with sufficient
truck and hand-held transceiver radios to allow all construction
locations to be in radio contact with the Airport A TCT. When
working within active runway or taxiway safety areas, project
superintendents shall be in constant radio contact with A TCT and
shall be responsible for controlling the movement of project
equipment, vehicles and personnel.
2. The Contractor shall also furnish the Engineer's resident project
representative 1 (one) transceiver radio for his exclusive use for the
duration ofthe project and one (1) transceiver radio for the Owner's
exclusive use for the duration of the project. BOTH RADIOS
SHALL BECOME THE PROPERTY OF THE OWNER AT
THE END OF THE PROJECT. The radio shall be a ICOM
MODEL IC-A4 handheld transceiver or approved equal with the
following accessories:
A. 115v AC wall Charger.
B. Ear phone.
C. Car cigarette lighter DC Charger.
D. One spare battery.
3. The Contractor will not be directly compensated for providing two-
way radios as this work is considered incidental to the work covered
by the various contract items.
01510-2
I
I
I
I
I
I,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
E.
Staging Area: Contractor shall prepare his staging area by grading, drainage,
and placing a six (6) inch thick layer of GADOT Type 57 Stone over the
entire staging area. The access road( s) shall be constructed of materials and a
thickness that will adequately support the Contractor's proposed equipment
and vehicles. The Contractor shall apply a periodic top dressing in order to
minimize any fugitive dust or mud during the construction period. Upon
:completion of the project, the base shall be completely removed, the site
graded to drain, and then seeded with bermuda seed and mulched to the
satisfaction of the Owner.
F.
Access and Haul Roads:
I. The locations' of access and haul roads will be approved by the
Engineer and are shown on the drawings. These roads will be located
to minimize conflict with Airport operations and shall be maintained,
well defined, and confined to the minimum area required. Damaged
roads shall be promptly repaired by the Contractor to the satisfaction
of the Engineer at no cost to the Owner. The Contractor shall
construct a haul route of adequate materials and thickness to support
hislher equipment and vehicles to access the proposed staging area
site and remove this haul route upon completion ofthe project.
2. The Contractor shall maintain the access and haul roads and shall
monitor the roads as required to create no dust. All project traffic
must be routed through these areas. The Contractor shall provide all
markings required to clearly define the access and haul roads.
3. The Contractor will be responsible for obtaining any necessary
driveway permit(s) from local agencies for access and haul roads.
c
4. If access or haul routes cross a utility, the Contractor shall protect the
utility as directed by the Owner of the utility.
5. There shall be no direct payment for the construction,
maintenance, and removal of all access and haul roads.
6. Access routes that cross existing FAA NA V AID cables shall be
bridged with a 1" thick by 5 foot wide steel plate(s) that span the
width of the access route to protect the existing FAA cable(s) as
directed by the Engineer.
G.
Engineer's Field Office: In the main project staging area, furnish an office or
trailer for exclusive use by Engineer's Resident Representative with the
following requirements:
1. Minimum 12' x 56' (672 sq. ft.) divided into three separate rooms
consisting of two offices divided by a conference room with a common
restroom. Both offices shall have exterior doors with locks and two
sets of keys.
01510-3
2.
Utility services: Power, telephone (with call waiting and internet
access), water, and sanitary.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3.
Services: Water cooler, suitable indoor toilet facilities, and HV AC.
4.
Furnishings:
1 -conference table large enough to accommodate 8 people
2 -office desk, with drawers, locks and two (2) sets of keys
2 -office swivel chair
6 -office straight-back chairs
2 -4-drawer legal size steel filing cabinet with lock and keys
2 -wastebaskets
1 -30"x60" drafting table with stool
1 -fully equipped first aid kit
1 -bookcase with at least 9 linear feet of shelves
1 -facsimile machine with dedicated second'phone line
1 -answering machine with beeperless remote
1 -plan stickfile
1 -long carriage typewriter
2 -adding machines, tape type, registering to at least ten digits
2 -OSHA-approved fire extinguishers
2 -touch-tone telephones with speaker
1 -photo copier machine
5.
Site: Prepare the field office site consisting of two-way access to public
roads, grading of the site for field office placement and vehicle parking,
surface drainage, stabilizing and maintaining the access road to the
office site, and area lights. The access road to the field office shall be a
minimum of24' wide. The vehicle parking areas shall be large enough
to accommodate three (3) vehicles (minimum 30' x 20') and shall be
covered with a minimum of six (6) inches of gravel (GADOT Type 57).
The office area site preparation plans shall be reviewed and approved
by the Engineer prior to construction.
6.
Maintenance: The Contractor shall be responsible for periodically
cleaning (weekly) the facility and furnishing toilet and washroom
supplies.
7.
All cost of utility usage, including local and long distance telephone
calls, in the field office provided for the Engineer during the course of
this project will be borne by the Contractor.
8.
Maintain Engineer's field office up to 30 days beyond the substantial
completion of project. Remove when directed by the Engineer, grade
the site to drain, topsoil ed, and seed and mulch in accordance with Item
01510-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
T -901 and T -905. There shall be no separate measurement or payment
for this grassing restoration work and shall be incidental to and
included in the price bid for Item 01000 Mobilization.
3.05 EXECUTION, GENERAL:
Maintain and operate systems to assure continuous service. ,
3.06 REMOVAL:
A. Completely remove temporary materials and equipment when their use is no
longer required.
B. Clean and repair damage caused by temporary installations or use of
temporary facilities. Restore grassed and paved areas to their pre-
construction condition.
3.07 MEASUREMENT AND PAYMENT:
No measurement and payment for Temporary Facilities will be made. All provisions
of this section other than that listed below, including their removal costs shall be
included in Item 01000, Mobilization.
END OF SECTION 01510
01510-5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PART 1
l.ffi
PART 2
? 01
PART 3
::\ 01
::\ 02
SECTION 01530
TEMPORARY AIRFIELD BARRICADES
GENERAL
DESCRIPTION'
A. Provide installation and maintenance of airfield barricades as required for
safety of aircraft and Contractor's 'York forces, and to maintain use of the
various portions ofthe air operations area during construction.
B. Comply with the referenced FAA Advisory Circulars and the safety and
phasing plan.
C. Related work specified elsewhere:
1. Construction safety: General Provisions and General Requirements.
2. Staging and safety plan: Contract Drawings and General
Requirements.
PRODUCTS
BARRICADES-
The Owner will supply 60 barricades for contractor use. Contractor shall supply
additional barricades (Multi Barrier Model; AR-1, or approved equal) as needed.
Each barrier must have alternating orange and white flags and two battery powered
flashing or steady bum red lights. Contractor shall provide flags and flashing lights
for Owner supplied barricades as well. Contractor shall return ALL barricades to
Owner in original condition at the end of construction.
EXECUTION
GENERAl:
A. Install airfield barricades at locations shown on the drawings and where
directed by Engineer. Generally, place barricades a maximum of 20 feet
apart and not less than three (3) per taxiway and eight (8) per runway unless
otherwise directed by the Engineer. Anchor barricades with sand bags or
other method approved by Engineer. There shall be no additional
measurement or payment for this work.
MEASTJREMENT AND PAYMENT-
Airfield barricades shall be measured and paid for on a lump sum basis.
Measurement and payment shall be made for all airfield barricades installed,
01530-1
moved, and reused. The payment shall be full compensation for providing all
labor, materials, equipment maintenance, batteries, fuel, replacement light bulbs,
removal, repair and reuse of the airfield barricades, as shown on the drawings.
Payment will be made under:
Item 01530A
Airfield Barricades (Contractor Supplied)--per lump
sum.
Item 01530B
Appurtenances for Owner Supplied Barricades--per
lump sum.
END OF SECTION 01530
01530-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 01600
MATERIAL AND EQUIPMENT
PART 1
GENERAL
1.01
GENERAL:
A. Material and Equipment (Products) Incorporated Into the Work:
1. Shall conform to applicable specifications and standards.
2. Shall comply with size, make, type and quality specified, or as
specifically approved in writing by the Engineer.
3. Shall not be used for any purpose other than that for which it is
designed or is specified.
B. Manufactured and Fabricated Products:
1. Design, fabricate and assemble in accord with the best engineering
and shop practices.
2. Manufacture like parts of duplicate units to standard sizes and gages,
to be interchangeable.
3. Products shall be suitable for service conditions.
4. Equipment capacities, sizes and dimensions shown or specified shall
be adhered to unless variations are specifically approved by Engineer
in writing.
C. Related Requirements in Other Parts of the Project Manual:
I. Conditions ofthe Contract.
D. Standardization:
1. Unless otherwise approved by the Engineer, items and equipment of a
similar type and function shall be furnished by one manufacturer to
standardize on replacement parts, service calls, operation and
maintenance matters, and to avoid a division of responsibility among
several manufacturers.
01600-1
2. A single supplier shall be used on principal items of equipment and
systems where one or more components are not manufactured by the
principal supplier; this is required to place performance and service
responsibilities for the entire unit or system with only one supplier or
manufacturer.
1.02
PRODUCTS SUBSTITUTIONS AND OPTIONS:
A. Products List:
1. Contractor shall submit a complete list of products to be incorporated
into the work (with the name of the installing contractor) at the
Preconstruction Conference required by these specifications.
B. Contractor's Options:
1. For products specified only by reference standard, select any product
meeting that standard.
2. For products specified by naming several products or manufacturers,
select anyone of the products or manufacturers named, which
complies with the specifications.
C. Product Substitutions:
1. Contractor shall submit, at the Preconstruction Conference, all
requests for product substitutions. No requests for substitutions will
be accepted from manufacturers or suppliers.
2. Submit a separate written request for each product, supported with
complete data, with drawings and samples as appropriate, including:
a. Comparison ofthe qualities ofthe proposed substitution with
that specified.
b. Changes required in other elements of the work because of the
substitution.
c. Effect on the construction schedule.
d. Cost data comparing the proposed substitution with the
product specified.
01600-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
e. Any required license fees or royalties.
f. Availability of maintenance servIce, and source of
replacement materials.
3. Engineer shall be the judge of the equality and acceptability of the
proposed substitution.
4. If Engineer determines the proposed substitute product is not "equal"
to the specified product, the Contractor must provide the specified
product, subject to Engineer's shop drawing review and approval.
5. No further requests for substitutions will be considered after
Preconstruction Conference.
D. Contractor's Representation: A request for a substitution constitutes a
representation that Contractor:
1. Has investigated the proposed product and determined that it is equal
to or superior in all respects to that specified.
2. Will provide the same warranties or bonds for the substitution as for
the product specified.
3. Will coordinate the installation of an accepted substitution into the
work, and make such other changes as may be required to make the
work complete in all respects.
4. Waives all claims for additional costs, under his responsibility, which
may subsequently become apparent.
E. Engineer's Review: Engineer will review requests for substitutions with
reasonable promptness and notify Contractor, in writing, of the decision to
accept or reject the requested substitution.
1.03
MANUFACTURER'S INSTRUCTIONS:
A. Printed Instructions: When Contract Documents require that installation of
work shall comply with manufacturer's printed instructions, Contractor shall
obtain and distribute copies of such instructions to parties involved in the
installation, including copies to Engineer.
1. Maintain one set of complete instructions at the job site during
installation and until completion.
01600-3
B. Strict Compliance: Handle, install, connect, clean, condition, and adjust
products in strict accord with such instructions and in conformity with
specified requirements.
I. Should job conditions or specified requirements conflict with
manufacturer's instruction" consult with Engineer for further
instructions.
2. Do not proceed with work without clear instructions.
C. Complete Compliance: Perform work in accord with manufacturer's
instructions. Do no omit any preparatory step or installation procedure unless
specifically modified or exempted by Contract Documents.
1.04
TRANSPORTATION AND HANDLING:
A. Deliveries: Contractor shall arrange deliveries of products in accord with
construction schedules; coordinate to avoid conflict with work and conditions
at the site.
1. Deliver products in undamaged condition, in manufacturer's original
containers or packaging, with identifying labels intact and legible.
2. Immediately on delivery, inspect shipments to assure compliance with
requirements of contract documents and approved submittals, and that
products are properly protected and undamaged.
B. Handling: Provide equipment and personnel to handle products by methods
to prevent soiling or damage of products or packaging.
1.05
STORAGE AND PROTECTION:
A. Storage: Store products in accord with manufacturer's instructions, with seals
and labels intact and legible.
1. Store products subject to damage by the elements in weathertight
enclosures.
2. Maintain temperature and humidity within the ranges required by
manufacturer's instructions.
01600-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
B. Exterior Storage:
I. Store fabricated products above the ground, on blocking or skids;
prevent soiling or staining. Cover products which are subject to
deterioration with impervious sheet coverings; provide adequate
ventilation to avoid condensation.
2. Store loose granular materials in a well-drained area on solid surfaces
to prevent mixing with foreign matter.
C. . Storage Inspection: Arrange storage in a manner to provide easy access for
inspection. Make periodic inspections of stored products to assure that
products are maintained under specified conditions, and free from damage or
deterioration.
D. Protection After Installations: Provide substantial coverings as necessary to
protect installed products from damage from traffic and subsequent
construction operations. Remove when no longer needed.
PART 2
PRODUCTS (Not Applicable)
PART 3
EXECUTION (Not Applicable)
END OF SECTION 01600
01600-5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 01700
CONTRACT CLOSEOUT
PART 1
GENERAL
1.01
GENERAL:
A. Comply with requirements stated in conditions of the contract and in
specifications for administrative procedures in closing out the work.
B. Related requirements in other parts of the Project Manual:
1. Fiscal provisions, legal submittals and additional administrative
requirements: Conditions of the contract.
C. Related requirements specified in other sections:
1. Closeout submittals required of trades: The respective sections of
specifications.
2. Project Record Documents: Section 01720.
3. Warranties and Bonds: Section 01740.
1.02
SUBSTANTIAL COMPLETION:
The conditions and procedures for inspection; and Contractor's, Engineer's and
Owner's responsibilities pertaining to substantial completion are as specified in the
General Provisions and in the Supplementary Conditions.
PART 2
PRODUCTS (Not Used)
PART 3
EXECUTION
3.01
FINAL INSPECTION:
A. Shall be in accordance with conditions and procedures outlined in the
Contract Documents.
B. When Engineer finds that the work is acceptable under the Contract
Documents, he will request required Contractor's Closeout Submittals.
01700-1
3.02 REINSPECT ION FEES:
A. Should Engineer perform reinspections due to failure of the work to comply
with the claims of status of completion made by the Contractor:
I. Owner will compensate Engineer for such additional services.
2. Owner will deduct the am~unt of such compensation from the final
payment due the Contractor.
3.03 CONTRACTOR'S CLOSEOUT SUBMITTALS TO ENGINEER:
A. Evidence of compliance with requirements of governing authorities:
1. Certificates of Inspection.
B. Project Record Documents: Conform to requirements of Section 01720. To
be submitted as a condition for release of final payment (including retainage).
C. Warranties and Bonds: Conform to requirements of Section 01740.
D. Evidence of payment and release of liens: To requirements of General
Provisions and Supplementary Conditions.
E. Certificates of Insurance for products and completed operations.
F. Once the Engineer has determined the work is acceptable under the Contract
Documents, he will furnish the Contractor appropriate number of copies of
the following forms, copies of which are attached:
a) Contractor Warranty Form
b) Affidavit of Payment
c) Affidavit of Release of Liens
d) Final Waiver of Lien
e) Consent of Surety for Final Payment
f) Final DBE Participation Report
3.04 PAYMENT:
No separate payment will be made under this section for work described or specified
herein.
END OF SECTION 01700
01700-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I,
I
I
I
I
I
I
I
I
I
CONTRACTOR WARRANTY FORM
PROJECT:
LOCATION:
OWNER:
We
, Contractor
(Company Name)
for the above-referenced project, do hereby warrant all the labor and materials furnished
and work performed are in accordance with the Contract Documents and authorized
modifications thereto, and will be free from defects due to the defective materials or
workmanship for a period of one year from Date of Substantial Completion.
This warranty commences on
Date of Substantial Completion
and expires on
This warranty covers that portion ofthe project described below:
Should any defect develop during the warranty period due to improper materials,
workmanship or arrangement, the defect shall, upon written notice by the Owner, be
made good to the Undersigned at no expense to the Owner.
Nothing in the above shall be deemed to apply to work that has been abused or neglected
by the Owner.
DATE:
FOR:
(Company Name)
BY:
TITLE:
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AFFIDAVIT OF PAYMENT
To All Whom It May Concern:
WHEREAS, the undersigned has been employed by
to furnish labor and materials for
work,
for
m
under a contract
the improvement of property described as
the of
of which
County of '
, State of
is the Owner,
NOW, THEREFORE, this _ day of
,20_,
The undersigned, as the Contractor for the above-named Contract pursuant to the Contract hereby certified
that, except as listed below, he has paid in full or has otherwise satisfied all obligations for all materials and
equipment furnished, for all work, labor and services perfonned, and for all indebtedness and claims against
the Contractor for damages arising in any manner in connection with the perfonnance of the Contract
referenced above for which the Owner or his property might in any way be held responsible.
EXCEPTIONS: (Ifnone, write "None". If required by the Owner, the Contractor shall furnish bond satisfactory to
the Owner for each exception.)
ATTACHMENTS:
1. Consent of Surety of Final Payment. (Whenever Surety is involved, Consent of Surety is required.)
2. Contractor's Release or Waiver Liens, conditional upon receipt of final payment.
3. Separate Releases or Waivers of Liens fonn Subcontractors and material and equipment suppliers.
4. Contractor's Affidavit of Release Lien.
(SEAL)
CONTRACTOR (Name of sole ownership, corporation or partnership)
(Affix corporate
seal here)
(SEAL)
(Signature of Authorized Representative)
TITLE:
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AFFIDAVIT OF RELEASE OF LIEN
To All Whom It May Concern:
WHEREAS, the undersigned has been employed by
under a contract
the improvement of property described as
the of
of which
to furnish labor and materials for
work,
for
m
County of
, State of
is the Owner,
NOW, THEREFORE, this _ day of
,20_,
The undersigned, as the Contractor for the above-named Contract pursuant to the Conditions of the Contract
hereby certifies that to the best of his knowledge, information and belief, except as listed below, the
Releases or Waivers of Lien attached hereto include the Contractor, all Subcontractors, all suppliers of
materials and equipment, and all performers of Work, labor or services, who have or may have liens against
. any property of the Owner arising in any manner out of the performance of the Contract referenced above.
EXCEPTIONS: (If none, write "None". If required by the Owner, the Contractor shall furnish bond satisfactory to
the Owner for each exception.)
ATIACHMENTS:
1. Contractor's Release or Waiver of Liens, conditional upon receipt of final payment.
2. Separate Releases or Waivers of Liens from Subcontractors and material and equipment suppliers.
(SEAL)
CONTRACTOR (Name of sole ownership, corporation or partnership)
(Affix corporate
seal here)
(SEAL)
(Signature of Authorized Representative)
TITLE:
I
I
FINAL WAIVER OF LIEN
To All Whom It May Concern:
I
WHEREAS, the undersigned has been employed by
to furnish labor and materials for
contract ' for the improvement of property described as
in the
work, under a
I
(City-Village) of
County of
, State of
of which
I
is the
Owner,
I
NOW, THEREFORE, this _ day of
,20_,
I
for and in consideration of the sum of (E)
I
Dollars paid simultaneously herewith, the receipt whereof is hereby acknowledged by the lUldersigned, the lUldersigned does
hereby waive and release any lien rights to, or claim of lien with respect to and on said above-described premises, and the
improvements thereon, and on the monies or other considerations due to become due from the owner, on accolUlt of labor,
services, material, fixtures, apparatus of machinery heretofore or which may hereafter be furnished by the lUldersigned to or for
the above-described premises by virtue of said contract.
I
I
(F) (SEAL)
(Name of sole ownership, corporation or partnership)
(Affix corporate
I
seal here)
(SEAL)
(Signature of Authorized Representative)
TITLE:
I
I
INSTRUCTIONS FOR FINAL WAIVER
I
(A) Person or firm with whom you agreed to furnish either labor, or services, or materials, or both
(B) Fill in nature and extent of work; strike the word labor or the word materials ifnot in your contract.
(C) If you have more than one contract on the same premises, describe the contract by number if available, date and extent of work
I
. (D) Furnish an accurate enough description ofthe improvement and location of the premises so that it can be distinguished from any other property
(E) Amount shown should be the amount actually received and equal to total amount of contract as adjusted
I
(F) If waiver is for a corporation, corporate name should be used, corporate seal affixed and title of officer signing waiver should be set forth; if waiver
is for a partnership, the partnership name should be used, partner should sign and designate himself as partner.
Construction Industry Affairs Connnittee of Chicago
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CONSENT OF SURETY
For Final Payment
Project Name
Location
Project No.
Contract No.
Type of Contract
Amount of Contract
In accordance with the provisions ofthe above-named contact between the Owner and the
Contractor, the following named surety:
on the Payment Bond of the following named Contractor:
hereby approves of final payment to the Contractor, and further agrees that said final payment to
the Contractor shall not relieve the Surety Company named herein of any of its obligations to the
following named Owner: as set forth in said Surety company's bond:
IN WITNESS WHEREOF, the Surety Company has hereunto set its hand and seal this _ day
of 20
(Name of Surety Company)
(Signature of Authorized Representative)
(Affix corporate
seal here)
TITLE
IF SIGNED BY ATTORNEY-IN-FACT POWER OF ATTORNEY MUST BE ATTACHED.
I
I
I
I
.. ti
I 0_
;:Qa:l
~~
~ f-;f-;
f-; 55
I <
0 00
~~
<<
l.t.ll.t.l
I a:la:l
o~
.....:l.....:l
~ <<
~ f-;f-;
00
I 0 f-;f-;
~
~ Cd
u.l
I z ~ 0
0 0 f-;
1-1
~
-< "ti
I ~
1-1 0_
U ;:Qa:l
1-1 ~~
,~
~ l.t.ll.t.l
I a:la:l
-< o~
~ 'cf(,*-
li;I;1
I ~
~
.1
I
~
0
I ~
~
I ~
5 0
I 0 0
0 Cd ~ PZ
0 Z 0 < l.t.l
f-; f-; f-; t:l..
Z U U U f-;
I ~ ~ ~ ~ ~
0 f-; t-< t-<
t:l.. Z 6 Z
~ 0 0 ~
u u u u
I
CI)
Ol.t.l
~I-
223
<0
u.ll-
~
00
~o
~PZ
~l.t.l
2;
<::r:
u.ll-
~ .
01-
~~
f-;<
Z .
ol.t.l
u~
a:lo
~<
~
u.l
::r:
t-<
0
~
'E--<
a:lz
~o
Cl)u
~ .
u.l~
~~
00
I
t:l..~
t:l..l.t.l
~-
CI).....:l
u.l D D D D D
a:l
~
u.l D D 0 D D
a:l
0
z
8~
t:l..o
PZ~
u~
[20
0
~
0
E--<
l.t.lu
a:l~
e:f-;
u.lZ
a:lO
Ou
a:l
~
CI)
~
o~
~~
ot-<
~~
u.lE--<
t:l..U
~~
oE--<
~6
~u
Ol.t.l
u.l~
~PZ
~t:l..
>><
.....:la:l
-<
E--<
o
f-;
~
E--<
~ ~ <
t-< f-; 0
-< < 0 p:j
0 E--< E-
o -<
0 0 0 CI
E--< f-; u.l 0
CI) CI) ~ E-
o 0 CI
~ 0 P<
Z ga ~
- ~
~ l.t.l 0
< ~ t:l.. ~
l.t.l ~ P<
l.t.l ll.,
u.l ~
a:l a:l 0
0 ~ ~ 0
.....:l .....:l ~ ~
~ -< 0 f.1..
E--< ';t. 0
0 0 ~
Q
f-; f-; l.t.l P<
a:l ell
Q ~
o~
z-
<~
g;f-;ZZ
ouOo
a:l!8C1)~
-<pz-U
l.t.loZ~
,::r: u 9 CI)
f-; f-;~
0<
E--<ZE--<~
~-<zo
f-;u.ll.t.l~
><~~l.t.l
~~u.....:l
-E--<oo:l
f-; <
~~OdlJ:.i
Ur<Cl<~
ZZ>-
><u.l--<E--<
ffi ~ ~ CI) z><
~l.t.lO-
l.t.l~~o<
::r:f-;~Zf-;
_CI)CI)<<
P<
.....l
E-
f::
o(l
~
:::>
E-
-<
Z
o
Cii
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 01710
CLEANING AND DISPOSAL
PART 1
GENEML
1.01
DESCRIPTION:
A. Contractor shall execute cleaning during progress of the work and at
completion of the work, as required by General Provisions.
1.02
DISPOSAL REQUIREMENTS:
A. Conduct cleaning and disposal operations to comply with all local, state
and federal codes, ordinances, regulations, and anti-pollution laws.
B. All disposal of waste materials shall be off-site at approved locations.
C. Contractor shall be responsible for arranging for and obtaining off-site
disposal areas, including payment for all costs associated with such
disposal.
1.03
SUBMITTALS:
A. Prior to beginning work, submit a plan for the satisfactory disposal of all
waste materials and debris.
B. Should Contractor propose disposal of materials at sites not property of
Owner (landfills, etc.), submit two (2) copies of the property Owner's
written permission for such disposal with Disposal Plan required by these
specifications.
PART 2
PRODUCTS
2.01
MATERIALS:
A. Use only those cleaning materials which will not create hazards to health
or property and which will not damage surfaces.
B. Use only those cleaning materials and methods recommended by
manufacturer ofthe surface material to be cleaned.
01710-1
C.
Use cleaning materials only on surfaces recommended by cleaning material
manufacturer.
2.02
BARRIERS AND PROTECTION:
A. Protect existing structures and vegetation from cleaning and disposal
operations as required.
PART 3
EXECUTION
3.01
A.
Execute periodic cleaning to keep the Work, the site and adjacent
properties free from accumulations of waste materials, rubbish and
windblown debris, resulting from construction operations.
B. Provide on-site containers for the collection of waste materials, debris and
rubbish.
C. Remove waste materials, debris and rubbish from the site periodically and
dispose of at approved locations.
END OF SECTION 01710.
01710-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PART 1
SECTION 01720
PROJECT RECORD DOCUMENTS
GENERAL
1.01
PART 2
PART 3
GENERAL REQUIREMENTS:
A. Contractor shall maintain at the site as specified herein for the Owner one
record copy of:
1. Drawings.
2. Specifications.
3. Addenda.
4. Change orders and other modifications.
5. Engineer field orders or written instructions.
6. Approved shop drawings, product data and samples.
7. Field test records.
8. Laboratory test records.
B. Related requirements in other parts of the Project Manual:
1. Conditions of the Contract.
PRODUCTS (Not Used.)
EXECUTION
3.01
MAINTENANCE OF DOCUMENTS AND SAMPLES:
A. Store record documents and samples in Contractor's field office apart from
documents used for construction.
B. File documents and samples in accordance with data filing format of the
Construction Specifications Institute - MASTERFORMAT.
C. Maintain documents in a clean, dry, legible condition and in good order. Do
not use record documents for construction purposes.
D. Make documents and samples available at all times for inspection by
Engineer.
01720-1
3.02
RECORDING:
A. Stamp or label each document "PROJECT RECORDS" in 3/4 inch letters.
B. During daily progress ofthe work, the job superintendent for the Contractor
shall record information concurrently with construction progress.
1. Do not conceal any work until required information is recorded.
C. Drawings: Legibly mark to record actual construction in color codes
designated by the Engineer.
D. Record Information includes but is not limited to the following:
1. The finished pavement surface shall be cross-sectioned at a maximum
of 50' intervals with a maximum of25' side shots. Both hard copy
and electronic point data shall be transmitted. The survey shall show
all changes in grade pavement edges and other pertinent data. The
format for electronic data transmission shall be approved by the
Engineer.
2. Field changes of dimension and detail.
3. Changes made by field order or by change order.
4. Details not on original contract drawings.
5. Extent and dimensions of pavement removal.
6. Any other changes in the plans.
7. Storm drainage, water and sewer line construction:
a. Exact distance between all manholes, inlets or points of
intersection.
b. The invert elevation of the end of all pipes, services and
stubouts, and headwalls.
c. The rim (top offrame) or top of grate and invert elevations of
all manholes, catch basins, and other structures.
8. Electrical construction identification:
a. Exact distance between all manholes or points of intersection.
01720-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
b. - Exact size and location of duct bank or cable run and what
circuits it feeds.
c. Exact location of any lines abandoned in place.
d. Rim and invert elevation of all manholes and duct banks.
e. Depth of cover on direct burial lines.
E. Specifications and addenda: Legibly mark each section to record:
1. Manufacturer, trade name, catalog number, and supplier of each
product and item of equipment actually installed.
2. Changes made by field order or by change order.
F. All horizontal control dimensions shall be to the nearest tenth of a foot.
Elevations shall be to the nearest one-hundredth of a foot.
3.03
SUBMITTAL:
A. The Contractor shall furnish a legible set of "as-built" plans, in good
condition, to the Engineer no later than the date of Pinal Inspection. Such
plans shall have all significant changes marked in the color red. The
Engineer shall review the marked plans for accuracy, legibility, and
completeness. As-built plans, approved by the Engineer, must have the
Engineer's signature on the cover sheet. No "as-built" plans will be accepted
by the Owner without the approval of the Engineer. The Contractor shall
provide all necessary information to the degree of accuracy required by
Engineer in order to obtain the Engineer's signature. The Engineer will be
the final judge as to the acceptableness ofthe completeness and accuracy of
the "as-built" plans.
B. Upon completion ofthe work as described in Section 010 10 "Scope ofW ork",
the Contractor shall submit on hard copy drawings of all work and the RLS
signed and sealed hard copy of as-built survey notes. Additionally, all
elevation/location data shall be submitted by the RLS in electronic media form
of consisting of survey points submitted in ASCII Format or other approved
format (compatible with Autocad Release 14 from Autodesk, Inc.) and shall
include, as a minimum the northing, easting, elevation (all in feet) and
descriptor for each data point.
01720~3
All hard copy submittals shall be signed and sealed by a Professional Land
Surveyor registered in the state of Georgia.
Following the completion of the work, all subsequent pay requests will
not be processed until the Engineer receives the as-built drawings and
the RLS signed and sealed hard copy of as-built survey notes for the
work from the Contractor.
C. At the close of the job and prior to reducing the contract retain age to any
percentage less than 10% and receipt of final payment, the Contractor shall
deliver to the Engineer for the Owner one complete set of Record Documents
meeting the requirements in 3.03(A).
D. Accompany submittal with transmittal letter containing:
1. Date.
2. Project title and number.
3. Contractor's name and address.
4. Title and number of each record document.
5. Signature of Contractor or his authorized representative.
3.04 PAYMENT:
There will be no separate measurement or payment for this work. The cost of this
work shall be considered incidental to and included in the unit price bid for Item
01000 "Mobilization". The Contractor will not be paid for his final pay request
until the record drawing requirements stipulated in Paragraphs 3.03A and
3.03B are completed, submitted to the Engineer and accepted by the Engineer.
END OF SECTION 01720
01720-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PART 1
SECTION 01740
WARRANTIES AND BONDS
GENERAL
1.01
PART 2
GENERAL REQUIREMENTS:
A. Contractor shall:
1. Compile specified warranties and bonds.
2. Compile specified service and maintenance contracts.
3. Co-execute submittals to verifY compliance with Contract
Documents.
4. Review submittals to verifY compliance with Contract Documents.
5. Submit to Engineer for review and transmittal to Owner.
B. Related requirements in other parts ofthe Project Manual:
1. Bid Bonds: Instructions to bidders.
2. Performance Bond and Payment Bond: Conditions of the contract.
3. General warranty of construction: Conditions ofthe contract.
C. Related requirements specified in other sections: .
1. Contract closeout: Section 01700
2. Equipment Manuals: Section 01300
3. Warranties and Bonds required for specific products: Each respective
section of specifications.
4. Provisions .0fW arranties and Bonds, duration: The respective section
of specifications which specifies the product.
PRODUCTS (Not Used.)
01740-1
PART 3
3.01
3.02
EXECUTION
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SUBMITTAL REQUIREMENTS:
A. Assemble warranties, bonds and service and maintenance contracts, executed
by each of the respective manufacturers, suppliers, and subcontractors.
B. Number of original signed copies required: Two (2) each.
C. Table of Contents: Neatly typed, in orderly sequence. Provide complete
information for each item.
1. Product or work item.
2. Firm, with name of principal, address and telephone number.
3. Scope.
4. Date of beginning of warranty, bond or service and maintenance
contract.
5. Duration of warranty, bond or service and maintenance contract.
6. Provide information for Owner's personnel:
a. Proper procedure in case of failure.
b. Instances which might affect the validity of warranty or bond.
7. Contractor, name of responsible principal, address and telephone.
number.
FORM OF SUBMITTALS~
A. Prepare in duplicate packets.
B. Format:
1. Size 8 1/2 inches x 11 inches, punch sheets for 3-ring binder.
a. Fold larger sheets to fit into binders.
2. Cover: Identify each packet with typed or printed title
"W ARRANTIES AND BONDS". List:
01740-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
a. Project title and number
b. Owner's name.
c. Contractor's name and address.
C. Binders: Commercial quality, 3-ring, with durable and cleanable plastic
covers.
3.03 TIME OF SUBMITTALS:
A. Submit within ten (10) days after date of substantial completion, and prior to
final request for payment.
B. For items of work where acceptance is delayed materially beyond the date of
substantial completion, provide updated submittal within ten (10) days after
acceptance, listing the date of acceptance as the start of the warranty period.
3.04 SUBMITTALS REQUIRED:
Submit warranties, bonds, service and maintenance contracts as specified in the
respective sections of specifications.
3.05 INITIAL WARRANTY DATE:
The beginning date of the warranty for ALL of the work items shall
commence upon the date ofthe final acceptance ofthe complete (entire)
project.
3.06 PAYMENT:
No separate payment will be made under this section for work described or specified
herein.
END OF SECTION 01740
01740-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ITEM S-140
SITE DEMOLITION
DESCRIPTION
140-1.1 This item consists of demolition work inCluding complete or partial removal of
existing construction as indicated on the drawings or as directed by the Engineer.
The work includes coordination and scheduling of demolition work by other
contractors and utility companies.
Do not begin demolition work until authorized by Owner.
140-1.2 SCOPE. Types of demolition work include but are not limited to:
A. Bituminous concrete pavement and base as well as Portland cement concrete
pavement and base by breaking up and removal from the site. Thicknesses of
pavements to be removed as may be indicated in logs of borings or on drawings are
approximate. The Contractor shall investigate and verify to his satisfaction the
thickness of existing pavements to be removed.
B. Portions of the existing storm drainage system, including various sizes of pipes and
structures.
C. Portions of the existing perforated steel planking to be carefully removed and
delivered to an Owner - designated location on the Airport.
D. Wooden wheel stops indicated on drawing are to be carefully removed and
delivered to an Owner - designated location on the Airport.
140-1.3 RELATED WORK. Removal work excluded from this section but specified in
other sections of specifications:
A. Pavement milling specified in Item S-180.
B. Paint removal specified in Item S-190.
C. Removal of airfield lighting, transformers, guidance SIgnS, and related items
specified in Items for electrical work.
140-1.4 SUBMITTALS. Prior to the start of demolition work, submit a demolition plan
indicating proposed methods, sequence of operations, and schedule for demolition
and removal work to the Engineer for approval. Include coordination for shut-off,
capping, and continuation of utility services as required; details for phasing; erosion
control; removal methods; disposal of materials; salvage requirements; and
coordination of other work in progress.
S-140-1
140-1.5 JOB CONDITIONS.
A. Conoition of Stmchm~s. Owner assumes no responsibility for actual condition of
items or structures to be demolished. .
B. Demolition :lno S:llv:lee. Except where materials are designated to be incorporated
into new work or retained by Owner, items indicated tQ be removed but of salvable
value to Contractor may be removed as work progresses. Transport such salvaged
items from the site as they are removed.
C. Sales. Storage or sale of removed items on site will not be permitted.
D. Protection. Provide temporary barricades and other forms of protection as required
to protect workmen and the public from injury due to demolition work, to provide
free and safe passage of Owner's personnel and general public to and from occupied
portions of site, and to protect from damage existing work that is to remain in place.
Do not overload structural elements or pavements to remain.
E. Dam:l~s. Promptly repair damages caused to adjacent or other facilities by
demolition work at no cost to Owner. All such repairs must have Engineer's
approval.
F. Traffic. Conduct demolition operations and debris removal in a manner to ensure
minimum interference with roads, airport employees, general public, and aircraft
operation areas.
G. Explosives. Use of explosives will not be permitted.
H. Environmental Controls. Use water sprinkling, temporary enclosures, and other
suitable methods to limit dust and dirt rising and scattering in air to lowest practical
level. Do not use water if it results in hazardous or objectional conditions such as
ice, flooding, or pollution.
I. Fencing. Except where indicated to be demolished or relocated, existing fencing
shall remain in place. However, when existing fencing interferes with the work, the
fencing may be temporarily removed to facilitate construction and restored to it
original condition upon completion of construction. During the interval of fence
removal, security shall be maintained by the Contractor by methods approved by the
Engineer. There will be no separate payment for this temporary removal, security,
and replacement; this work is incidental to the construction that it interferes with.
140-1.6 REGULATORY AND SAFETY REQUIREMENTS. Comply with all federal,
state, and local safety, security, hauling, disposal, and environmental protection
regulations.
S-140-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
140-1.7 FOREIGN OBJECT DAMAGE (FOD). Aircraft and aircraft engines are subject
to FOD from debris and waste material lying on airfield pavements. Remove all
materials that may appear on or near operational aircraft pavements due to the
Contractor's operations. If necessary, the Engineer may require the Contractor to
install a temporary barricade at the Contractor's expense to control the spread of
FOD potential debris. The barricade shall consist of a fence covered with a fabric
designed to stop the spread of debris; anchor the fence imd fabric to prevent
displacement by winds or jet/prop blasts. Remove barricade when no longer
required.
140-1.8 STAGING. Certain items cannot be demolished until after work in other phases is
complete. Coordinate work with Owner and approved phasing plan.
EXECUTION
140-2.1 INSPECTION. Prior to commencement of demolition work, inspect areas in
which demolition will be performed. Photograph or video tape existing condition of
structure surface~, equipment or surrounding properties which could be
misconstrued as damage resulting from demolition work. File photographs or tapes
with Engineer prior to starting work.
140-2.2 PREPARATION. Provide shoring, bracing, or support to prevent movement,
settlement, or collapse of structures or elements to be demolished and adjacent
facilities to remain. Cease operations and notify the Engineer immediately if safety
of structure or surrounding area appears to be endangered. Take precautions to
support structure until determination is made for continuing operations.
140-2.3 . DEMOLITION.
A. Perform demolition work in a systematic manner. Use such methods as required to
complete work indicated on drawings or directed by Engineer in accordance with
the demolition plan and governing regulations.
B. Demolish concrete, excluding pavements, and masonry construction in sections; cut
concrete and masonry at junctions with construction to remain using power-driven
impact tools, saws, or hand tools as permitted.
C. Completely fill below-grade areas and voids resulting from demolition work.
Provide fill consisting of approved soil, gravel or sand, free of trash and debris,
stones over 6" diameter, roots or other organic matter. Place fill in accordance with
Item P-152.
D. Remove existing utilities and terminate in a manner conforming to the nationally
recognized code covering the specific utility and approved by the Engineer.
S-140-3
140-2.4 PAVEMENT REMOVAL.
A. Sawcut existing pavement . full depth along removal limits except as otherwise
indicated. Except where milling is indicated, break up and remove pavements full
depth or as otherwise indicated.
B. Edges of sawcuts shall be protected and shall be neat and square for matching new
pavement to existing pavement.
C. Where milling is required, see Item S-180 for requirements and payment.
D. Remove aggregate and stabilized base courses to top of existing subgrade.
E. Except when otherwise required, existing concrete pavements shall be removed to
the existing joints shown or directed by the Engineer. If the Contractor
accomplishes pavement demolition work without damaging existing pavements or
joint edges to remain, the sawcuts noted to be required may be waived by the
Engineer.
F. Pavement demolition shall be performed with minimum disturbance or vibration to
adjacent pavements to remain. Any subsidence, weakening, or damage to pavement
or pavement edges to remain that are caused by the Contractor's operations shall be
repaired as directed by the Owner and Engineer at the sole expense of the
Contractor. All repair materials and methods shall be as directed by the Engineer
whose decision shall be final.
140-2.5 DUST AND DEBRIS CONTROL. Contractor shall prevent the spread of dust
and debris on airfield pavements and elsewhere and shall avoid creation of a
nuisance or hazard in the surrounding area. Vacuum and sweep pavements as often
as necessary to control the spread of debris that may result in FOD potential to
aircraft.
140-2.6 DISPOSAL OF DEMOLISHED MATERIALS.
A. Transport. and legally dispose of all debris, rubbish and other demolished materials,
daily, off airport property. Do not allow accumulations on airfield pavements or
elsewhere on site. Store materials that cannot be removed daily in areas designated
by the Engineer.
B. If hazardous materials are encountered during demolition operations, comply with
applicable regulations, laws, and ordinances concerning removal, handling and
protection against exposure or environmental pollution.
C. Burning will not be permitted on airport property.
S-140-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
140-2.7
CLEAN-UP. Upon completion of demolition work, remove tools, equipment and
demolished matenals from site. Remove protections and leave areas clean and free
of dust and debris.
MEASUREMENT AND PAYMENT
140-3.1
GENERAL. The contract unit prices shall include the cost of removing the items,
labor, tools, equipment, handling, hauling, stockpiling, disposal, re-installation,
clean-up, and all incidental work required to complete the item.
A. Pavement removal including base course will be measured and paid on a square
yard basis which also will cover the cost of saw cutting.
B. Removal of drainage structures will be measured and paid per each, and includes
excavation and backfilling.
C. Removal of storm drainage pipes will be measured and paid per linear foot and
includes excavation, backfilling, and plugging ends of pipes and structures with
concrete or masonry as required.
D. Removal of the perforated steel planking will be measured and paid for per square
yard acceptably removed and delivered to Owner - designated location on Airport
property.
E. Removal of wooden wheel stops will be measured and paid for per square yard
acceptably removed and delivered to Owner - designated location on Airport
property.
Payment will be made under:
S-140A
Remove Existing Asphalt Pavement--per square yard
S-140B
Remove Existing Concrete Pavement--per square yard
S-140C
Remove Existing Storm Drain Pipe--linear foot
S-140D
Remove Existing Drainage Structure(s)--per each
S-140E
Remove Existing P~rforated Steel Planking--per square yard.
S-140F
Remove Existing Wooden Wheel Stops--per each.
END OF ITEM S-140
S-140-5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
180-1.1
180-2.1
180-2.2
180-2.3
180-3.1
180-3.2
ITEM S-180
PAVEMENT MILLING
DESCRIPTION
The work shall consist of milling bituminous pavement in accordance with these
specifications and at locations and typical sections indicated on the drawings, or as
directed by the Engineer.
EQUIPMENT
COLD MILLING MACHINE. Shall be a self-propelled pavement profiler having
a profile milling head/drum with sufficient power, traction, and stability to cold mill
bituminous pavements. The milling machine shall be equipped with grade and slope
control systems which will automatically control the longitudinal profile and cross
slope of the milled surface to an accuracy of::t lI8-inch by the use of one or more
sensors. The machine shall be capable ofleaving a uniform surface without damage
to the underlying pavement structure. The gross weight ofthe machine shall be sized
and distributed to avoid overstressing or damaging the existing pavement structure or
sub grade to remain. Conveyors shall be provided to transfer the milled material from
the pavement to a truck.
DUST CONTROL. The milling equipment shall be provided with dust control
devices as needed to meet local, State, and Federal pollution control regulations.
MISCELLANEOUS. Provide power brooms, hand brooms, shovels, vacuums, and
other equipment as needed for final cleaning of milled surface and disposal of debris.
CONSTRUCTION REQUIREMENTS
MILLING OPERATION. The existing pavement shall be milled to the indicated
profile and cross section at the locations shown on the drawings. The Contractor may
elect to make multiple cuts to achieve the depth of cut or cross slope required by the
drawings.
GRADE CONTROL. The profile and cross slope of the milled surface shall be
established by string lines and an automatic cross slope control mechanism. The
milled pavement surface will be subject to visual and straightedge inspection. A 10-
foot straightedge shall be maintained in the vicinity of the milling operation at all
times for the purpose of measuring surface irregularities of the milled pavement
S-180-1
180-3.3
180-3.4
180-3.5
180-3.6
180-4.1
surface. The straightedge and labor for its use shall be provided by the Contractor.
All longitudinal irregularities in excess of lI8-inch in 10 feet shall be remilled at no
additional cost to the Owner, including the cost of any leveling material that may be
needed.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The cross slope shall be uniform to a degree that no depressions or misalignment of
slope greater than 1/4-inch in 10 feet are present when tested with a straightedge
placed perpendicular to the centerline.
PROTECTION. The milling operation shall proceed in such a manner as to prevent
damage to the underlying pavement structure, utilities, drainage structures, light
fixtures, paved surfaces outside the milled area, and any other appurtenances. The
milled pavement surface shall be reasonably free of excessive scarification marks or
other damage as determined by the Engineer. Any leveling or patching required as a
result of negligence by the Contractor shall be repaired with hot asphalt plant mix at
no cost to the Owner and in a manner acceptable to the Engineer. Manholes, inlets,
light fixtures, utility lines, and other existing features damaged by the Contractor's
operations shall be repaired or replaced at the expense of the Contractor. The
Engineer may require re-milling any area where surface laminations or defects
resulting from the Contractor's operations cause a non-uniform surface.
CLEAN-UP. The milled pavement surface shall be thoroughly cleaned of all loose
aggregate particles, dust, mill cuttings, and other objectionable material. Cuttings not
immediately picked up during milling and removal operations shall be promptly
removed by power brooming, vacuuming, blowing, or other means as necessary; this
clean-up shall be done before traffic or construction equipment is allowed to
recompact and rebond loose milling residue to the milled surface.
DUST AND HAZARD CONTROL. The pavement removal operations shall be
conducted to effectively control within regulations the amount of dust being emitted.
The operation shall be planned and conducted so that it is safe for persons and
property adjacent to the work including the traveling public.
DISPOSAL. The material removed by means of milling shall be disposed of on
Airport property as directed by Owner for use in constructing an Airport access road.
METHOD OF MEASUREMENT
The quantity of milled bituminous pavements to be paid for will be the actual number
of square yards of milled pavement surface approved, completed, and accepted.
Milling in multiple cuts will be counted as one surface, not multiple surfaces.
S-180-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
180-5.1
BASIS OF PAYMENT
Milled pavement, measured as defined above, will be paid for at the contract unit
price bid per square yard. Such payment shall be full compensation for all work
covered by this section, including but not limited to milling the pavement, cleaning
the milled surface, loading, hauling, and disposal of all milled material and for all
materials, labor, equipment, tools, and incidentals necessary for satisfactory
performance of the work.
Payment will be made under:
Item 8-180
END OF ITEMS-180
Milling Bituminous Pavement-- per square yard.
S-180-3
I
I
I
I
I
I
I
I
I
I"
I
I
I
I
I
I
I
I
I
190-1.1
190-2.1
190-2.2
190-2.3
190-3.1
190-4.1
ITEM S-190
PAVEMENT MARKING REMOVAL
DESCRIPTION
This item shall consist of removing existing pavement markings from paved areas
designated on the drawings or required by the Engineer. The Contractor shall
schedule and coordinate the removal operations with the Engineer prior to the start of
any work. The limits of pavement marking removal will be determined by the
Engineer.
MATERIALS
WATER. Water to be used by high-pressure water equipment or for other purposes
shall be obtained by the Contractor.
CHEMICALS. The use of chemicals for removing pavement markings will not be
permitted.
SAND. The use of sand blasting for removing pavement markings will not be
permitted.
EQUIPMENT
COLD MILLING MACHINE. Shall meet requirements of Specification S-180
Section 180-2.1. In addition, if marking removal is on active runway or taxiway
pavement (not paved shoulders), the milling machine shall be equipped with a
marking removal milling drum that has equally spaced teeth with a minimum of 60
teeth per foot of drum, in a minimum of two equally spaced flights. The carbide
cutting teeth shall be uniform in diameter with a uniform length of:f: 0.02 inches. In
addition, the tooth holder blocks shall be uniform and not vary the cutting radius of
the mandrel by no more than:f: 0.02 inches.
CONSTRUCTION
DEGREE OF REMOVAL. Remove all loose, flaking paint from existing painted
areas that are to be restriped with compatible materials, and from paved areas to be
overlaid with new asphalt pavement; hard, firm paint that has the surface chalk
removed may remain in such areas. Remove 100% of all existing and temporary
markings that do not comply with the new striping layout. Remove 100% of all
existing marking materials that are not compatible with new marking materials to be
placed thereon; compatibility ofthe marking materials shall be certified in writing by
the manufacturer of the new marking material.
S-190-1
190-4.2
190-4.3
190-5.1
190-5.2
REMOVAL METHODS. Pavement markings shall be removed from active
runway and taxiway areas by cold milling machine conforming to requirements of
Section 190-3.1 above that cause negligible damage to existing pavements, surface
texture, joint sealants, or other airfield appurtenances as determined by the Engineer.
The final surface left after the marking removal by milling is complete shall be
smooth and conform to the requirements <:>f Section 622.20 of the latest Georgia
Department of Transportation Specifications. The Contractor shall repair at his
expense any damage to the pavement, surface texture, sealant, or appurtenances
caused by the removal work by methods aC,ceptable to the Engineer.
I
I
I
I
,I
I
I
I
I
.1
I
I
I
I
I
I
I
I
I
Obliterating pavement markings by masking with paint, bituminous material, surface
treatments or other cover material will not be an acceptable removal method in these
areas.
Obliterating pavement markings in paved areas outside active runway and taxiway
areas shall be performed by minimal depth milling or surface grinding in accordance
with Specification S-180. The area shall be cleaned of all milled or ground materials
in the same method as outlined in Specification S-180, Bituminous Pavement .
Milling.
Any removal method that causes objectionable dust, contaminated water runoff, or
other such hazard or nuisance shall be controlled by means approved by the Engineer
that eliminate such causes of objection or its use will not be allowed.
REMOVAL OF DEPOSITS. Waste material that may be deposited on the
pavement as a result of removal operations shall be removed as the work progresses.
Obtain the approval of residue removal and disposal method from the Engineer prior
to beginning work. Accumulations of residue or other waste materials which might
interfere with drainage or might constitute a hazard to aircraft or aircraft operations
will not be permitted.
METHOD OF MEASUREMENT
The quantity of pavement marking removal to be paid for shall be the number of
square feet of designated pavement markings removed in accordance with the
specifications, complete, and accepted by Engineer.
There shall be no separate measurement or payment for removing loose and flaking
paint, and paint chalkings, from existing markings to be overlaid or restriped. All
costs for this work shall be considered incidental and shall be included in contract
unit prices for other payment items.
S-190-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BASIS OF PAYMENT
190-6.1
For removal of existing non-conforming, non-compatible, or temporary pavement
markings, payment shall be made at the contract unit price per square feet. This
contract price shall be full compensation for all disposal work and for furnishing all
material, labor, equipment, tools, and incidentals necessary to complete the item.
Payment will be made under:
Item S-190
Pavement Markings Removal -- per square feet
END OF ITEM S-190
S-190-3
I
I
I
I
I
I
I
I
I
I,
I
I
I
I
I
I
I
I
I
152-1 1
1 ':;2-1 2
152-1 2
1 ':;)-2 1
ITEM P-152
EXCA V A TION AND EMBANKMENT
DESCRIPTION
This item covers excavation, disposal, placement, and compaction of all soil and
rock materials within the limits of the work required to construct safety areas and
taxiways, as well as other areas for drainage or other purposes in accordance with
these specifications and in conformity to' the dimensions and typical section(s)
shown on the plans.
CI ,A SSTFIC A TTON All material excavated shall be classified as defined below:
a.
Emhankment Embankment shall con&ist of the excavation and placement of all
material, regardless of its nature, which is not otherwise classified and paid for
under the following items. Heavy clay soil unsuitable for use under buildings or
paved areas when encountered shall be disposed of in embankment areas
designated by the Engineer. If directed to remove this material from the site this
material shall be designated as waste excavation.
b.
Wa~te Excavation Waste excavation shall include all unsuitable material or
excess material excavated which is not required for use in construction of the
proposed embankments.
c.
SlIhV'ade Preparation Subgrade preparation shall consist of the removal,
manipulation and recompaction of suitable material under areas to be paved.
Depth of removal shall be two feet below the final subgrade elevation. No
payment will be made for sub grade preparation if the insitu conditions are such
that removal and recompaction are not required.
I Tmmitahle Excavation Any material containing vegetable or organic matter, such
as muck, peat, organic silt, or sod shall be considered unsuitable for use in
embankment construction. Material, when approved by the Engineer as suitable
to support vegetation, may be used as topsoil. Material unsuitable for use as
topsoil shall be wasted and paid for under the waste excavation item.
CONSTRUCTION METHODS
General The suitability of material to be placed in embankments shall be subject
to approval by the Engineer. . All unsuitable material shall be disposed of outside
airport property. When the Contractor's excavating operations encounter artifacts
of historical or archaeological significance, the operations shall be temporarily
discontinued. At the direction of the Engineer, the Contractor shall excavate the
P-152-1
152-2 7.
site in such a manner as to preserve the artifacts encountered and allow for their
removal. Such excavation will be paid for as extra work.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Those areas outside of the pavement areas in which the top layer of soil material
has become compacted, by hauling or other activities of the Contractor shall be
scarified and disked to a depth of 4 inches, in order to loosen and pulverize the
soil.
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, except
as otherwise indicated on the plans. The Contractor shall, at his/her own expense,
satisfactorily repair or pay the cost of all damage to such facilities or structures
which may result from any of the Contractor's operations during the period of the
contract.
EXCA V A TION. No excavation shall be started until the work has been staked
out by the Contractor and the Engineer has obtained the Contractor's elevations
and measurements of the ground surface. All suitable excavated material shall be
used in the formation of embankment, sub grade, or for other purposes shown on
the plans. All unsuitable material shall be disposed of off airport property.
When the volume of the excavation exceeds that required to construct the
embankments to the grades indicated, the excess shall be disposed of at the
location designated on the plans. If the volume of excavation is not sufficient for
constructing the fill to the grades indicated, the deficiency shall be obtained from
moving back slopes in designated areas to obtain additional material.
The grade shall be maintained so that the surface is well drained at all times.
When necessary, temporary drains and drainage ditches shall be installed to
intercept or divert surface water which may affect the work. Where such features
are impractical, provide suitable pumping for disposal of accumulations of surface
water.
a. I JnderclItting If unsuitable material is encountered at the bottom of
planned excavations the material shall be excavated to a minimum depth
of 12 inches, 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 as specified. This excavated material shall be paid for
at the contract unit price per cubic yard for Embankment or Topsoil when
the material is used to construct shoulders or placed on areas to be grassed
and Waste Excavation when the material is removed from the site.
P-152-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The excavated area shall be refilled with suitable material obtained from the grading
operations and compacted to specified densities. The necessary refilling will constitute a
part of the embankment.
b. Overhreak Overbreak, including slides, is that portion of any material
displaced or loosened beyond the finished work as planned or authorized
by the Engineer. The Engineer shall determine if the' displacement of such
material was unavoidable and his/her decision shall be final. All
overbreak shall be graded or removed by the Contractor and disposed of as
directed; however, payment will not be made for the removal and disposal
of overbreak which the Engineer determines as avoidable. Unavoidable
overbreak will be classified as "Embankment" or "Waste Excavation"
depending on where the material is disposed.
c. Removal of Stmctllres ann TJtilities The removal of existing structures
and utilities required to permit the orderly progress of work will be
accomplished by someone other than the Contractor, e.g., the utility unless
otherwise shown on the plans. All existing foundations shall be excavated
by the Contractor for at least 2 feet below the top of sub grade or as
indicated on the plans, and the material disposed of as directed. All
foundations thus excavated shall be backfilled with suitable material and
compacted as specified herein.
d. Compaction Reqlllrements. The top 8 inches of sub grade under areas to
be paved shall be compacted to a density of not less than 95 percent of the
maximum density as determined by ASTM 1557. Material below 8 inches
under areas to be paved shall be compacted to a density of not less than 90
percent of the maximum density as determined by ASTM 1557.
Compaction for areas to be turfed shall be 90 percent of the maximum
density as determined by ASTM 1557. The material in the layer shall be
within +/-2 percent of optimum moisture content before rolling to obtain
the prescribed compaction and shall be maintained at this moisture content
until the next layer is placed.
Payment for suitable materials removed, manipulated, and replaced in
order to obtain the required depth of density will be paid for as Sub grade
Preparation. Sub grade Preparation shall cover removal and recompaction
of material two feet below the finished sub grade. Sub grade Preparation
will not be paid in areas in which removal and manipulation are not
required.
The in-place field density shall be determined in accordance with ASTM
D 1556 or ASTM D 2167. Stones or rock fragments larger than 4 inches
in their greatest dimension will not be permitted in top 6 inches of the
sub grade.
P-152-3
1 ';2-2 ~
1 ';2-2 4
1 ';2-2 ';
1 ';2-2 ()
RORROW EXCA V A TION Offsite borrow will not be required. Material for
completing all embankments shall come from the onsite material generated from
the excavations shown.
TEMPORARY DRAlNAGE EXCAVATTON Temporary drainage excavation
shall consist of excavating for drainage ditches such as intercepting, inlet or
outlet; for temporary levee construction;, or for any other type of temporary
drainage as required. The work shall be performed in the proper sequence with
the other construction and maintained until permanent drainage measures can be
installed. This work shall be considered incidental to the various items of work.
PREPARATION OF EMRANKMENT AREA Where an embankment is to be
constructed, all topsoil, sod and vegetable matter shall be removed from the
surface upon which the embankment is to be placed and the cleared surface shall
be completely broken up by plowing or scarifying to a minimum depth of 6
inches. This area shall then be compacted as indicated in paragraph 2.6.
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.
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 grading operations shall be conducted, and the various soil strata shall be placed, to
produce a soil structure as shown on the typical cross section or as directed. Materials
such as brush, hedge, roots, stumps, grass and other organic matter, shall not be
incorporated or buried in the embankment.
Operations on earthwork shall be suspended at any time when satisfactory results cannot
be obtained because of rain, freezing, or other unsatisfactory conditions of the field. The
Contractor shall drag, blade, or slope the embankment to provide proper surface drainage.
The material in the layer shall be within +/-3 percent of optimum moisture content before
rolling to obtain the prescribed compaction and shall be maintained at this moisture
content until the next layer is placed. In order to achieve a uniform moisture content
throughout the layer, wetting or drying of the material and manipulation shall be required
when necessary. Should the material be too wet to permit proper compaction or rolling,
all work on all of the affected portions of the embankment shall be delayed until the
material has dried to the required moisture content. Sprinkling of dry material to obtain
the proper moisture content shall be done with approved equipment that will sufficiently
distribute the water. Sufficient equipment to furnish the required water shall be available
at all times. Samples of all embankment materials for testing, both before and after
placement and compaction, will be taken for each 500 CY. Based on these tests, the
P-152-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
,I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Contractor shall make the necessary corrections and adjustments in methods, materials or
moisture content in order to achieve the correct embankment density
Rolling operations shall be continued until the embankment is compacted to not less than
that indicated in paragraph 152-2.2 d.
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 D 1556 or
ASTM D 2167.
Compaction areas shall be kept separate, and no layer shall be covered by another until
the proper density is obtained.
During construction of the embankment, the Contractor shall route his/her equipment at
all times, both when loaded and when empty, over the layers as they are placed and shall
distribute the travel evenly over the entire width of the embankment. The equipment
shall be operated in such a manner that hardpan, cemented gravel, clay, or other chunky
soil material will be broken up into small particles and become incorporated with the
other material in the layer.
In the construction of embankments, layer placement shall begin in the deepest portion of
the fill; as placement progresses, layers shall be constructed approximately parallel to the
finished pavement grade line.
Frozen material shall not be placed in the embankment nor shall embankment be placed
upon frozen material.
All costs incidental to placing in layers, compacting, disking, watering, mixing, sloping,
and other necessary operations for construction of embankments will be included in the
contract price.
1 S2-? 7
FTNTSHlNG AND PROTECTION OF SlffiGRADE After the subgrade has been
substantially completed, the full width shall be conditioned by removing any soft
or other unstable material which will not compact properly. The resulting areas
and all other low areas, holes or depressions shall be brought to grade with
suitable select material. Scarifying, blading, rolling and other methods shall be
performed to provide a thoroughly compacted sub grade 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
P-152-5
152-2 R
1 '12-1. 9
151.-2 10
shall take all precautions necessary to protect the sub grade from damage. Helshe shall
limit hauling over the finished sub grade to that which is essential for construction
purposes.
All ruts or rough places that develop in a completed sub grade shall be smoothed and
recompacted.
No subbase, base, or surface course shall be placed on the sub grade until the subgrade has
been approved by the Engineer.
a. Sllh~o11 ProofRo11ing After removal of topsoil or other overburden, proof
roll .the underlying surface with 4 coverages of a pneumatic-tired roller
having four tires abreast, each tire loaded to 20,000 pounds and inflated to
a pressure of 90+\-5 psi. A coverage is defined as the application of one
tire print over the designated area. Operate the roller in a systematic
manner to provide the number of coverages at speeds between 2 and 4
miles per hour. Proof rolling shall be done in the presence of the.
Engineer. Rutting or pumping shall indicate areas of unsatisfactory
material or non-uniform compaction. Such areas shall be manipulated as
needed to adjust the water content and re-compacted, or removed and
replaced with satisfactory material as directed by the Engineer. The
repaired areas shall again be proof rolled.
HAT H , All hauling will be considered a necessary and incidental part of the
work. Its cost shall be considered by the Contractor and included in the contract
unit price for the pay of items of work involved. No payment will be made
separately or directly for hauling on any part of the work.
TOT ,ER A NCES In those areas upon which a subbase or base course is to be
placed, the top of the subgrade shall be of such smoothness that, when tested with
a 16-foot straightedge applied parallel and at right angles to the centerline, it shall
not show any deviation in excess of 112-inch, or shall not be more than 0.05-foot
from true grade as established by grade hubs or pins. Any deviation in excess of
these amounts shall be corrected by loosening, adding, or removing materials;
reshaping; and recompacting by sprinkling and rolling.
On safety areas, intermediate and other designated unpaved areas, the surface shall be of
such smoothness that it will not vary more than 0.10 foot 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.
TOPSOTT, When topsoil is specified or required as shown on the plans or under
Item T -905, it shall be salvaged from stripping or other grading operations. The
topsoil shall meet the requirements of Item T -905. If, at the time of excavation or
stripping, the topsoil cannot be placed in its proper and final section of finished
P-152-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1 :';2-2 11
1')2-1 1
construction, the _ material shall be stockpiled at approved locations. Stockpiles
shall not be placed on areas which subsequently will require any excavation or
embankment. 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 as such under Item P-152. The quantity
removed and placed directly or stockpiled shall be paid for at the contract unit price per
cubic yard for "T -905 Onsite Topsoi1."
When stockpiling of topsoil and later rehandling of such material is directed by the
Engineer, the material so rehandled shall be paid for at the contract unit price per cubic
yard for "Topsoiling," as provided in Item T-905.
DEW A TERlNG
a. Surface water and subsurface or ground water shall be prevented from
flowing into excavations and from flooding the project site and
surrounding area by methods approved by the Engineer. Submit
dewatering plans to the Engineer for approval.
b. Do not allow water to accumulate in excavations. Remove water to
prevent softening of foundation soils, undercutting of footings, and soil
changes detrimental to the stability of sub grades and foundations.
Maintain grades so that the surface is well drained. Provide and maintain
pumps, well points, sumps, suction and discharge lines, and other
dewatering system components necessary to convey water away from
excavations.
c. Convey water removed from excavations and drain to collecting or runoff
areas. Establish and maintain temporary drainage ditches, swales, and
other diversions to protect slopes and structures. Do not use trench
excavations as temporary drainage ditches.
MEASUREMENT
The quantity of Embankment to be paid for shall be the number of cubic yards
measured in its final position after removal of topsoil.
P-152-7
152-1 2
152-11
152-14
152-1 ()
Measurement shall not include the quantity of materials placed without
authorization beyond normal slope lines, or the quantity of material used for
purposes other than those directed.
The quantity of Waste Excavation to be paid for shall be the number of cubic
yards measured in its original position after removal of topsoil.
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.
Sub grade Preparation shall be paid for on the basis of the number of square yards
measured on the ground surface for material that is removed to the specified two
feet of depth, manipulated and replaced. No payment will be made for sub grade
preparation if the insitu conditions are such that removal and recompaction are not
required.
For payment specified by the cubic yard, measurement for all excavation and
embankments shall be computed by the Engineer using computer digital terrain
modeling software (Terramodellatest version). The volume of material that is
bounded by the original ground line, after removal of topsoil or pavement and
base course, established by field cross sections and the final pay line established
by final field cross sections, subject to verification by the Engineer.
Payment for embankment or excavation beyond the limits authorized will be
deducted from the appropriate quantity.
It is the intention of this specification that the Contractor supply ALL survey required to
verify the quantities of earthwork used during this project. All cross sections shall be
performed by a Professional Land Surveyor registered in the State of Georgia. Upon
completion of the field survey, the Contractor shall submit cross section data on hard
copy and electronic copy to the Engineer. The cost of all earthwork measurements shall
be considered incidental to and included in the unit price bid for the various earthwork
pay items.
All excavation and embankment survey data will be supplied to the Engineer on
electronic media in an ASCn format and shall include as a minimum, the northing,
easting, elevation (all in feet) and descriptor for each data point. Other electronic formats
maybe acceptable with the prior approval of the Engineer. ,
There shall be no separate measurement or payment for dewatering. All costs
related to dewatering shall be considered incidental and shall be included in the
contract unit price for other payment items.
P-152-8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1 '52-1 7
1 '52-4 1
1 '52-4 2
1 '52-4 :1
There shall be no separate measurement of payment for proof rolling. All costs
related to proof roliing shall be considered incidental and shall be included in the
contract unit price for other payment items.
BASIS OF PAYMENT
For "Embankment" 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.
For" Waste 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.
For" Subgrade Preparation" payment shall be made at the contract unit price per
square yard. This price shall be full compensation for furnishing all materials,
labor, equipment, tools, and incidentals necessary to complete the item.
Payment will be made under:
Item P-152A
Embankment--per Cubic Yard
Item P-152B
Waste Excavation--per Cubic Yard
Item P-152C
Subgrade Preparation--per Square Yard
TESTING REQUIREMENTS
ASTMD 1556
Test for Density of Soil In Place by the Sand-Cone Method
ASTMD 1557
Test for Moisture-Density Relations of Soils and
Soil-Aggregate Mixtures, Using 10-pound (4. 54-kg)
Rammer and 18-inch (457-mm) Drop
. ASTM D 2167
Test for Density and Unit Weight of Soil In Place by the
Rubber Balloon Method.
END OF ITEM P-152
P-152-9
I
I
I
I
I
I
I,
I
I
I
I
I
I
I
I
I
I
I
I
ITEM P-209
CRUSHED AGGREGATE BASE COURSE
DESCRIPTION
209-1.1 This i t'em consists 0 f a base course composed of crushed aggregates constructed on a
prepared surface in accordance with these specifications and in conformity to the
dimensions and typical cross sections shown on the plans.
MATERIALS
209-2.1 AGGREGATE. Aggregates shall consist of clean, sound, durable particles of
crushed stone or crushed gravel and shall be free from coatings of clay, silt, vegetable
matter, and other objectionable materials and shall contain no clay balls. Fine
aggregate passing the No.4 sieve shall consist of fines from the operation of crushing
the coarse aggregate. If necessary, fine aggregate may be added to produce the
correct gradation. The fine aggregate shall be produced by crushing stone or gravel
that meet the requirements for wear and soundness specified for coarse aggregate.
The crushed aggregate portion which is retained on the No.4 sieve shall contain not
more than 15 percent, by weight, of flat and/or elongated pieces exceeding a ratio of
5: 1 between maximum and minimum dimensions as tested in accordance with ASTM
D 4791, and shall have at least 90 percent by weight of particles with at least two
fractured faces and 100 percent with 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 offractures
shall be at least 30 degrees to count as two fractured faces.
The percentage of wear shall not be greater than 45 percent when tested in
accordance with ASTM C 131. The sodium sulfate soundness loss shall not exceed
12 percent, after 5 cycles, when tested in accordance with ASTM C 88.
The fraction passing the No. 40 sieve shall have a liquid limit no greater than 25 and
a plasticity index of not more than 4 when tested in accordance with ASTM D 4318.
The fine aggregate shall have a minimum sand equivalent value of35 when tested in
accordance with ASTM D 2419.
A. Sampling and Testing. Aggregates for preliminary testing shall be furnished by the
Contractor prior to the start of production. Except as otherwise specified, all tests for
initial aggregate submittals necessary to determine compliance with the specification
requirements will be made by the Engineer at no expense to the Contractor.
Samples of aggregates shall be furnished by the Contractor at the start of production
and at intervals during production. The sampling points and intervals will be
P-209-1
designated by the Engineer. The samples will be the basis of approval of specific lots
of aggregates from the standpoint of the quality requirements of this section.
In lieu of testing, the Engineer may accept certified state test results indicating that
the aggregate meets specification requirements.
Samples of aggregates to check gradation shall be taken by the Engineer at least once
daily. Sampling shall be in accordance with ASTM D 75, and testing shall be in
accordance with ASTM C 136 and C 117.
B. Gradation Requirements. The gradation (job mix) of the final mixture shall fall
within the design range indicated in Table 1, when tested in accordance with ASTM
C 117 and C 136. The final gradation shall be continuously well graded from coarse
to fine and shall not vary from the low limit on one sieve to the high limit on an
adjacent sieve or vice versa.
TABLE 1. REQUIREMENTS FOR GRADATION OF AGGREGATE
Sieve Size
Job Mix Tolerances
Percent
Design Range
P~rcentage by Weight
Passing Sieves
2 in (50.0 mm)
1-1/2 (37.0 mm)
1 in (25.0 rom)
3/4 in (19.0 rom)
No.4 (4.75 mm)
No. 30 (0.60 ffim)
No. 200 (0.075 mm)
o
+/- 5
+/- 8
+/- 8
+/- 8
+/- 5
+/- 3
100
95-100
70-95
55-85
30-60
12-30
0-8
The job mix tolerances in Table 1 shall be applied to the job mix gradation to establish a job
control grading band. The full tolerance still will apply if application ofthe tolerances results
in a job control grading band outside the design range.
The fraction ofthe final mixture that passes the No. 200 sieve shall not exceed 60 percent of
the fraction passing the No. 30 sieve.
P-209-2
I
I
I
I
I
I,
,I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CONSTRUCTION METHODS
209-3.1 PREPARING UNDERLYING SURFACE. The underlying surface shall be
checked and accepted by the Engineer before placing and spreading operations are
started. Any ruts or soft yielding places caused by improper drainage conditions,
hauling, or any other cause shall be corrected at the Contractor's expense before the
base course is placed thereon. Material shall not be placed on frozen surfaces.
A. Weather Limitations. Do not construct base course when atmospheric temperature is
below 35 degrees F or when rainfall or other weather conditions detrimentally affect
the quality of the finished course.
209-3.2 MIXING. The aggregate shall be uniformly blended during crushing operations or
mixed in a plant. The plant shall blend and mix the materials to meet the
specifications and to secure the proper moisture content for compaction. Delivery,
storage, placement, and rolling procedures shall not cause damage, segregation, or
contamination to the blended and mixed materials.
209-3.3 PLACING. The crushed aggregate base material shall be placed on the moistened
underlying surface in layers of uniform thickness with a mechanical spreader.
The maximum depth of a compacted layer shall be 8 inches. If the total depth ofthe
compacted material is more than 8 inches, it shall be constructed in two or more
layers. In multi-layer construction, the base course shall be placed in approximately
equal-depth layers.
The previously constructed layer shall be cleaned ofloose and foreign material prior
to placing the next layer. The surface ofthe compacted material shall be kept moist
until covered with the next layer.
209-3.4 COMPACTION. Immediately upon completion of the spreading operations, the
crushed aggregate shall be compacted full depth to not less than 100 percent
maximum density as determined by ASTM D 1557. The number, type, and weight of
rollers shall be sufficient to compact the material to the required density.
The moisture content of the material during placing operations shall not be below,
nor more than 1-1/2 percentage points above, the optimum moisture content as
determined by the ASTM method specified for determining maximum density.
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 where it is not expected to exceed 2400 square yards. A lot will consist
of one-half day's production where a day's production is expected to consist of
between 2400 and 4800 square.
P-209-3
209-3.6
209-3.7
209-3.8
Each lot shall be divided into two equal sub lots. One test shall be made for each
sub lot. Sampling locations will be determined by the Engineer on a random basis in
accordance with statistical procedures contained in ASTM D 3665.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Each lot will be accepted for density when the field density is at least 100 percent of
the maximum density of laboratory specimens prepared from samples of the base
course:material delivered to the job site. The specimens shall be compacted and
tested in accordance with ASTM D 1557. The in-place field density shall be
determined in accordance with ASTM D 1556 or D 2167. If the specified density is
not attained, the entire lot shall be reworked and/or recompacted and two additional
random tests made. This procedure shall be followed until the specified density is
reached.
In lieu of the test hole method of field density determination, acceptance testing may
be accomplished using a nuclear gage in accordance with ASTM D 2922. The gage
shall be field calibrated in accordance with ASTM D 2922. Calibration tests shall be
conducted on the first lot of material placed that meets the density requirements.
Use of ASTM D 2922 results in a wet unit weight, and when using this method,
ASTM D 3017 shall be used to determine the moisture content of the material. The
calibration curve furnishe~ with the moisture gages shall be checked as described in
ASTM D 3017. The calibration checks of both the density and moisture gages shall
be made at the beginning of a job and at intervals as determined by the Engineer.
If a nuclear gage is used for density determination, two random readings shall be
made for each sublot.
FINISHING. The surface ofthe aggregate base course shall be finished by blading
or with automated equipment especially designed for this purpose.
In no case will the addition ofthin layers of material be added to the top layer of base
course to meet grade. If the elevation of the top layer is 1/2 inch or more below
grade, the top layer of base shall be scarified to a depth of at least 3 inches, new
material added, and the layer shall be blended and recompacted to bring it to grade.
Ifthe finished surface is above plan grade, it shall be cut back to grade and rerolled.
SURFACE TOLERANCES. The finished surface shall not vary more than 3/8 inch
when tested with a l6-foot straightedge applied parallel with and, when practical, at
right angles to the centerline. Any deviation in excess of this amount shall be
corrected by the Contractor at the Contractor's expense.
THICKNESS CONTROL. The completed thickness of the base course shall be
within 1/2 inch of the design thickness. Four determinations of thickness shall be
made for each lot of material placed. The lot size shall be consistent with that
specified in paragraph 209-3.5. Each lot shall be divided into four equal sublots.
One test shall be made for each sub lot.
P-209-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
209-3.9
209-4.1
209-5.1
Sampling locations will be determined by the Engineer on a random basis in
accordance with procedures contained in ASTM D 3665. Where the thickness is
deficient by more than 1/2 inch, the Contractor shall correct such areas at no
additional cost by excavating to the required depth and replacing with new material.
Additional test holes may be required to identify the limits of deficient areas.
MAINTENANCE. The base course shall be maintained in a condition that will
meet all specification requirements until the work is accepted. Equipment used in the
construction of an adjoining section may be routed over completed portions of the
base course, provided no damage results and provided that the equipment is routed
over the full width of the base course to avoid rutting or uneven compaction.
METHOD OF MEASUREMENT
The quantity of crushed aggregate base course to be paid for will be determined by
measurement of the number of cubic yards of material actually constructed and
accepted by the Engineer as complying with the plans and specifications. On
individual depth measurements, thicknesses more than 1/2 inch in excess of the
design thickness shall be considered as the specified thickness, plus 1/2 inch in
computing the number of cubic yards for payment.
BASIS OF PAYMENT
Payment shall be made at the contract unit price per cubic yard 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
Crushed Aggregate Base Course -- per cubic yard
TESTING REQUIREMENTS
ASTM C 88
Soundness of Aggregates by Use of Sodium Sulfate or
Magnesium Sulfate
ASTM C 117
Materials Finer than 75 micron (No. 200) Sieve in Mineral
Aggregates by Washing
ASTM C 131
Resistance to Degradation of Small-Size Coarse Aggregate by
Abrasion and Impact in the Los Angeles Machine
P-209-5
ASTM C 136
Sieve Analysis of Fine and Coarse Aggregate
ASTM D 75
Sampling Aggregates
ASTMD 1556
Density and Unit Weight of Soil in Place by the Sand - Cone
Method
ASTM D 1557
Laboratory Compaction Characteristics of Soil Using
Modified Effort (56,000 ft-Ibf/ft3) (2,700 k N-mlm3)
ASTMD 1883
CBR (California Bearing Ratio) of Laboratory-Compacted
Soils
ASTMD2167
Density and Unit Weight of Soil in Place by the Rubber
Balloon Method
ASTM D 2419
Sand Equivalent Value of Soils and Fine Aggregate
ASTM D 2922
Density of Soil and Soil-Aggregate in Place by Nuclear
Methods (Shallow Depth)
ASTMD 3017
Water Content of Soil and Rock in Place by Nuclear Methods
(Shallow Depth)
ASTM D 3665
Random Sampling of Construction Materials
ASTM D 4318
Liquid Limit, Plastic Limit, and Plasticity Index of Soils
ASTM D 4791
Flat Particles, Elongated Particles, or Flat and Elongated
Particles In Coarse Aggregate
END OF ITEM P-209
P-209-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
304-1.1
304-2.1
304-2.2
304-2.3
ITEM P-304
CEMENT-TREATED BASE COURSE
DESCRIPTION
This it~m shall consist of a base course composed of mineral aggregate and cement
uniformly blended and mixed with water. The mixed material shall be spread,
shaped, and compacted in accordance with these specifications and in conformity to
the lines, grades, dimensions, and typical cross sections shown on the plans. The
base course shall be built in a series of parallel lanes using a plan of processing that
reduces longitudinal and transverse joints to a minimum.
MATERIALS
PORTLAND CEMENT. Portland cement shall conform to the requirements of
ASTM C 150, Type I or n. The Contractor shall supply certification for the cement
not less than 14 days prior to beginning production.
WATER. Water shall be clean, clear, and free from injurious amounts of sewage,
oil, acid, strong alkalies, or vegetable matter, and it shall be free from clay or silt. If
the water is of questionable quality, it shall be tested in accordance with the
requirements of AASHTO T 26.
AGGREGATE. The aggregate shall be select granular materials meeting the
gradation requirements given in Table 1. The material shall be free of roots, sod,
and weeds. The crushed or uncrushed aggregate shall consist of hard, durable
particles of accepted quality, free from an excess of flat, elongated, soft, or
disintegrated pieces, or objectionable matter. The method used in producing the
aggregate shall be such that the finished product shall be as consistent as
practicable. All stones and rocks of inferior quality shall be wasted.
Aggregates suspected of containing injurious quantities of sulfates shall be
examined petrographically in accordance with ASTM C 295.
The aggregate shall conform to the gradation shown in Table 1 when tested in
accordance with ASTM C 136.
TABI,E 1 AGGREGATE CEMENT-TREATED BASE COIJRSE
Sieve Size
Percentage by Weight Passing Sieves
1 in. (25 mm)
No.4 (4.75 mm)
No. 10 (1.80 mm)
No. 40 (0.45 mm)
No. 80 (0.21 rom)
100
55-100
45-100
25-80
10-35
P-304-1
304-2.4
304-3.1
304-4.1
304-4.2
The gradation in the table represents the limits which shall determine suitability of
aggregate for use from the sources of supply. The final gradation decided on, within
the limits designated in the table, shall be well graded from coarse to fine and shall
not vary from the low limit on one sieve to the high limit on adjacent sieves, or vice
versa. The portion of the base aggregate, including any blended material, passing
the No. 40 sieve shall have a liquid limit of not more than 25 and a plasticity index
of not more than 6 when tested in accordance with ASTM D 4318.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
All aggregate samples required for testing shall be furnished by the Contractor at the
expense of the Contractor. Sampling shall be in accordance with ASTM D 75 and
will be observed by the Engineer. No aggregate shall be used in production of
mixtures without prior approval.
All tests required in this Item shall be by an approved laboratory at the Contractor's
expense.
COVER MATERIAL FOR CURING AND BOND BREAKER. Curing and
bond breaking material shall be a liquid membrane-forming compound conforming
to the requirements of ASTM C 309, Type 2, Class A or B.
CEMENT CONTENT
After approval of all materials to be used and prior to start of placing operations,
laboratory tests shall be made by the Contractor to determine the quantity of cement
required in the mix. The cement content for construction shall be that at which the
mix develops a 7-day compressive strength of at least 750 psi. The testing
procedure shall be as follows: mold and cure specimens in accordance with ASTM
D 560; soak specimens in water for 4 hours; cap and break specimens in
compression in accordance with ASTM D 1633. Submit test results to the Engineer
for approval.
CONSTRUCTION METHODS
WEATHER LIMITATIONS. The cement-treated base shall not be mixe.d or
placed while the atmospheric temperature is below 400p or when conditions indicate
that the temperature may fall below 350p within 24 hours or when the weather is
rainy. Cement-treated base shall not be placed on frozen underlying surfaces or
mixed when aggregate is frozen.
PREPARING UNDERLYING COURSE. The underlying course shall be
checked and accepted by the Engineer before placing and spreading operations are
started. Any ruts or soft yielding places caused by improper drainage conditions,
hauling, or any other cause shall be corrected before the base course is placed
thereon.
P-304-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3044.3
304-4.4
304-4.5
304-4.6
MIXING. The aggregate shall be proportioned and mixed with cement and water
in a central mixing plant. The plant shall be equipped with feeding and metering
devices which will introduce the cement, aggregate, and water into the mixer in the
quantities specified. Mixing shall continue until a thorough and uniform mixture
has been obtained.
PLACING. The mixture shall be transported to the job site in suitable vehicles and
shall be deposited on the moistened underlying surface in uniform layers by means
of approved mechanical spreaders. Not more than 60 minutes shall elapse between
the start of moist mixing and the start of compaction of the cement-treated mixture
on the prepared underlying surface.
COMPACTION. Immediately upon completion of the spreading operations, the
mixture shall be thoroughly compacted. The number, type, and weight of rollers
shall be sufficient to compact the mixture to the required density.
The field density of the compacted mixture shall be at least 98 percent of the
maximum density as determined hereinafter. Any mixture that has not been
compacted shall not be left undisturbed for more than 30 minutes. The moisture
content of the mixture at the start of compaction shall not be below nor more than 2
percentage points above the optimum moisture content, and shall be less than that
amount which will cause the mixture to become unstable during compaction and
finishing.
ACCEPTANCE SAMPLING AND TESTING. The cement-treated base course
shall be accepted for density on a lot basis. A lot will consist of 1200 square yards
or a day's production and will be divided into four equal sublots. A lot shall be
defined as a half day's production where a day's production is expected to exceed
1200 square yards. One test shall be made for each sub lot. Sampling locations will
be determined by the Engineer on a random basis in accordance with statistical
procedures contained in ASTM D 3665.
Each lot of compacted material will be accepted, with respect to density, when the
average field density is equal to or greater than 98 percent of the maximum density
of laboratory specimens prepared from samples of cement-treated base course taken
from the material in place.
The laboratory specimens shall b~ compacted and tested for maximum density and
optimum moisture in accordance with ASTM D 558. The in-place field density
shall be determined in accordance with ASTM D 1556 or ASTM D 2167.
The lot will be accepted without adjustment in payment if the average density, based
on four acceptance tests of the lot, is greater than or equal to 98 percent. If the
average density does not meet this requirement, the Contractor may elect to leave
the lot in place at a reduced unit price determined in accordance with Table 2.
P-304-3
304-4.7
304-4.8
304-4.9
304,.4.10
304-4.11
TART,E 2 ST ,mlNG SCA T,E PAY FACTORS
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Average Percent Density
Percent Payment
?8.0 and greater
97.0-97.9
96.0-96.9
95.0-95.9
Less than 95.0
100
95
90
75
reject
LAYER THICKNESS. The maximum depth of a compacted layer shall be 8
inches. Where total depth of the compacted base course is required to be greater
than 8 inches, no layer shall be in excess of 8 inches or less than 4 inches when
compacted. In multilayer construction, the surface of the compacted material shall
be kept moist until covered with the next layer. Successive layers shall be placed
and compacted so that the required total depth of the base course is completed the
same day.
FINISmNG. The completed base course shall conform to the required lines,
grades, and cross section. The finished surface shall be dense and smooth, free of
all imprints made by the compacting or shaping equipment, surface checking,
ridges, marring, or loose material. The compaction and finishing operations shall be
completed within 2 hours of the time water is added to the mixture.
SURFACE TOLERANCE. The finished surface shall not vary more than 3/8 inch
when tested with a 16-foot straightedge applied parallel with, or at right angles to,
the centerline of the stabilized area. Any deviation in excess of this amount shall be
corrected by the Contractor at the Contractor's expense.
CONSTRUCTION JOINTS. At the end of each day's construction, a transverse
construction joint shall be formed by a header or by cutting back into the compacted
material to form a true vertical face free ofloose material.
Longitudinal joints shall be formed by cutting back into the compacted material to
form a true vertical edge.
PROTECTION AND CURING. The completed cement-treated base shall be
cured with a curing compound applied as soon as possible without marring the
surface of the base course, and in no case later than 24 hours after completion of the
finishing operations. The surface of the base course shall be kept moist until the
compound"is applied. The curing compound shall not be applied during rainfall.
Curing compound shall be applied by mechanical sprayers under pressure at the rate
of 1 gallon to not more than 200 square feet. The spraying equipment shall be of the
fully atomizing type equipped with a tank agitator. At the time of use, the
P-304-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
compound shall be in a thoroughly mixed condition with pigment uniformly
dispersed throughout the vehicle. During application, the compound shall be stirred
continuously by effective mechanical means. Hand spraying of odd widths or
shapes will be permitted. The curing compound shall be of such character that the
film will harden within 30 minutes after application. Should the film become
damage4 from any cause within the required curing period, the damaged portions
shall be repaired immediately with additioll<ll compound. The curing period shall be
7 days.
Finished portions of the base course that are used by equipment in the construction
of an adjoining section shall be protected to prevent marring or damaging the
completed work. The stabilized base shall be protected from freezing for 7 days
after placement.
METHOD OF MEASUREMENT
304-5.1
The quantity of cement-treated base to be paid for will be determined by
measurement of the number of square yards of base actually constructed and
accepted by the Engineer as complying with the plans and specifications.
BASIS OF PAYMENT
304-6.1
Payment shall be made at the contract unit price per square yard for cement-treated
base course. This price shall be full compensation for furnishing all materials,
including portland cement, curing compound, and bond breaker; for all preparation,
manipulation, and placing of these materials; and for all labor, equipment, tools, and
incidentals necessary to complete the item.
Each lot of cement-treated base course will be accepted for density at the full
contract unit price when the results of four density tests indicate that the average
density is equal to or greater than 98 percent as determined by paragraph 304-4.6.
Each lot not meeting this requirement will be accepted at an adjusted contract unit
price in accordance with Table 2.
Payment will be made under:
Item P-304
Cement-Treated Base Course--per square yard
TESTING REQUIREMENTS
ASTM C 136
Sieve Analysis of Fine and Coarse Aggregates
ASTM C 295
Petrographic Examination of Aggregates for Concrete
P-304-5
ASTM D 75
ASTM D 558
ASTM D 560
ASTMD 1556
ASTM D 1633
ASTMD2167
ASTM D 3665
ASTM D 4318
AASHTO T 26
ASTM C 150
ASTM C 309
END OF ITEM P-304
Sampling Aggregates
Moisture-Density Relations of Soil-Cement Mixtures
Freezing and Thawing Compacted Soil-Cement Mixtures
Density and Unit Weight of Soil in Place by the Sand-Cone Method
Compressive Strength of Molded Soil-Cement Cylinders
Density and Unit Weight of Soil in Place by the Rubber-Balloon
Method
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Random Sampling of Construction Materials
Liquid Limit, Plastic Limit, and Plasticity Index of Soils
Quality of Water to be Used in Concrete
MATERIAL REQUIREMENTS
Portland Cement
Liquid Membrane-Forming Compounds for Curing Concrete
P-304-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
400-1.1
400-2.1
400-2.2
400-2.3
400-3.1
ITEM P-400
NIGHTTIME CONSTRUCTION OPERATIONS
DESCRIPTION
This item establishes the requirements for the nighttime construction operations of
this project.
EQUIPMENT'
STAND-BY EQUIPMENT. The Contractor shall have stand-by equipment at the
construction site for all types of work to be performed during nighttime construction.
The type and amount of stand-by equipment will be that which is necessary for
completion of the work period should any piece of equipment break down, e.g.
paving machine, sweepers, rollers, milling machine, distributor truck, sawing
machine, grooving machines, etc. Provision shall be made for a standby asphalt
production plant or sufficient storage bins to provide enough material to reopen the
closed facility should the primary plant break down. Standby equipment may be used
for construction to improve productivity, but the Contractor will be required to
properly repair or replace broken equipment before being allowed to proceed with the
next work period. Stand-by equipment shall be listed on the equipment log required
by the specifications.
OBSTRUCTION LIGHTING AND BARRICADES. The Contractor will be required
to have on hand an ample supply of obstruction lighting and barricades to block off
any intersecting taxiways, to delineate haul routes to the work site, and to control
other such features of the project as directed by the Engineer.
CONSTRUCTION LIGHTING. The Contractor shall provide a minimum of 1 0 foot
candles of illumination in the work area. Highly maneuverable light plants with
1,000 watt metal halide flood lights mounted as high as aircraft, airspace and
practicality will allow, shall be positioned in sufficient amounts to provide the most
natural color illumination and contrast with a minimum of shadows. In addition, all
equipment shall be equipped with flashing yellow beacons and with artificial
illumination to safely light-up the area immediately surrounding their work areas.
The Engineer will strictly enforce lighting requirements as sufficient light is a major
factor in constructing satisfactory work during nighttime operations and in
maintaining safety.
WORK PROCEDURES
SUBMITTALS. Prior to commencing work on the project, the Contractor shall
'submit the following to the Engineer for approval:
P-400-1
400- 3.2
400- 3.3
400- 3.4
400-3.5
400-3.6
400-3.7
a. A detailed progress schedule showing the proposed schedule of work in areas
to be constructed each period.
I
I
I
I
I
I,
I
I
I
I
I
I
I
I
I
I
I
I
I
b. A complete list of equipment and personnel to be used, including stand-by
equipment.
c. Evidence that the amount of materials that the Contractor proposes to place
each work period can be supplied to the job in the time and quantity required.
INSPECTION AND TESTING. The Contractor is advised that inspection of the
work will take place each night, and that work will not proceed unless approved by
Owner representative. Daily inspection reports will be made by the inspection team
and testing lab.
CONSTRUCTION PROGRESS MEETINGS. During the 3 day nighttime operation
(if needed), a daily progress meeting between the Engineer and the Contractor's
Superintendent will be held to discuss work requirements for the next work period
and to review results from the previous work period. Discussions will include
scheduling of work any new problems, and the amount of quantities placed to date.
WEATHER. The Engineer and Owner will establish procedures for determining
weather conditions under which work will not begin as scheduled. The weather
forecast data as supplied by FAA and Weather Bureau will be utilized for this
purpose.
COMMUNICATION. The Contractor is advised that all communication with the
Control Tower or any other element ofthe Airport will be made through the Engineer
or his designated representative except as otherwise permitted in writing. This is
important as the number of people having contact with elements of the Airport
should be limited in order to prevent possible misunderstandings or conflicting
information. The Engineer will have direct radio contact with FAA Control Tower at
all times.
SECURITY DURING CONSTRUCTION. In addition to the security requirements
of the Airport, the Contractor shall provide all of his personnel and suppliers a
drawing showing haul routes, restricted areas and any other details pertinent to the
nighttime operation. The drawing shall contain a note which states: "ANYONE
FOUND IN RESTRICTED AREAS WILL BE PROMPTLY AND
PERMANENTLY REMOVED FROM THE JOB."
ASSEMBLING OF EQUIPMENT FOR NIGHTTIME CONSTRUCTION. After
checking with the Weather Bureau and the Owner, the Engineer will determine
whether the work period can proceed as scheduled. The Contractor shall be sure that
all equipment, including stand-by equipment, is in operating condition and ready to
go. The Contractor shall assemble all personnel and equipment as close as possible
to the work area. Equipment and personnel should be organized so that when notice
is given, the Contractor's personnel can proceed immediately to the work area.
P-400- 2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
400-3.8
400-4.1
400-4.2
400-5.1
TIME. FAA Control Tower's time will be used as standard time for beginning and
ending work each night. The Contractor will be given an II-hour time window
between the hours of 1900 (7:00 A.M.) and 0600 (6:00 A.M).
CONSTRUCTION TECHNIQUES
PAVEMENT DROPOFFS AND SAFETY AREA SLOPES: Prior to completion of
each night's construction activities, the Contractor shall coordinate with the Engineer
and take appropriate actions to restore pavement and safety areas to safe operating
conditions for aircraft. This work shall include such temporary or permanent
provisions as smooth transitions from new to existing pavements as indicated on the
plans or required by the Engineer, no pavement dropoffs greater than 1-1/2 inches at
edges of aircraft pavements, and no ground slopes exceeding 5% within runway or
taxiway safety areas.
WORK AREA CLEAN-UP. Construction debris must be totally removed from the
work area prior to it becoming available for aircraft operations. Vacuumlbrush type
sweepers should be in operation during the majority ofthe work period.
The Contractor's Superintendent shall accompany the Engineer and Owner's
personnel during inspection of the work area and all haul routes used for access to
work on the active airfield and have the necessary manpower and equipment nearby
to perform any additional cleanup that may be identified during the inspection.
MEASUREMENT AND PAYMENT
There will be no direct measurement or payment under this item for the work
described. The work will be considered incidental to or part of other bid items in the
Contract.
END OF ITEM P-400
P-400-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ITEM P-401
PLANT MIX BITUMINOUS PAVEMENTS
DESCRIPTION
401-1.1 This item shall consist of a base leveling and surface course composed of mineral
aggregate and bituminous material 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 or crushed gravel with
or without natural sand or other inert finely divided mineral aggregate. The portion
of materials retained on the No. 8 sieve is coarse aggregate. The portion passing the
No. 8 sieve and retained on the No. 200 sieve is fine aggregate, and the portion
passing the No. 200 sieve is mineral filler.
A. Coarse Aggregate. Coarse aggregate shall consist of sound, tough, durable particles,
free from adherent films of matter that would prevent thorough coating and bonding
with the bituminous material, and free from organic matter and other deleterious
substances. The percentage of wear shall not be greater than 40 percent for surface
and leveling course and 50 percent for base course when tested in accordance with
ASTM C 131. The sodium sulfate soundness loss shall not exceed 10 percent, or
the magnesium sulfate soundness loss shall not exceed 13 percent, after five cycles,
when tested in accordance with ASTM C 88.
Coarse aggregate shall contain at least 70 percent by weight of individual pieces
having two or more fractured faces and 85 percent by weight having at least one
fractured face when tested in accordance with ASTM D 5821. 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 8 percent, by weight, of flat, elongated, or
flat and elongated pieces, with a ratio value greater than 5: 1, when tested in
accordance with ASTM D 4791.
B. Fine Aggregate. Fine aggregate shall consist of clean, sound, durable, angular
shaped particles produced by crushing stone or gravel that meets the requirements
for wear and soundness specified for coarse aggregate. The aggregate particles shall
P-401-1
be free from coatings of clay, silt, or other objectionable matter and shall contain no
clay balls. The firieaggregate, including any blended material for the fine aggregate,
shall have a plasticity index of not more than 4 and a liquid limit of not more than
25 when tested in accordance with ASTM D 4318.
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 conforming to requirements of this
specification. The fine aggregate shall not contain more than 20 percent natural
sand by weight of total aggregates. The natural sand shall meet the requirements of
ASTM D 1073 and its Supplementary Requirement and shall have a plasticity index
of not more than 4 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 35 or greater when tested in
accordance with ASTM D 2419.
C. Sampling. ASTM D 75 shall be used in sampling coarse and fine aggregate, and
ASTM C 183 shall be used in sampling mineral filler.
401-2.2 MINERAL FILLER. If filler, in addition to that naturally present in the aggregate,
is necessary, it shall meet the requirements of ASTM D 242.
401-2.3 . BITUMINOUS MATERIAL. Bituminous material shall conform to the
requirements of ASTM D 3381, Viscosity Grade AC-20 or AC-30.
The Contractor shall furnish vendor's certified test reports for each lot of bituminous
material shipped to the project. The vendor's certified test report for the bituminous
material can be used for acceptance or tested independently by the Engineer.
401-2.4 PRELIMINARY MATERIAL ACCEPTANCE. Prior to delivery of materials to
the job site, the Contractor shall submit certified test reports to the Engineer for the
following materials:
A. Coarse Aggregate.
1. Percent of wear.
2. Soundness.
B. Fine Aggregate.
1. Liquid limit.
2. Plasticity index.
3. Sand equivalent.
C. Mineral Filler.
P-401-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
401-2.5
401-3.1
401-3.2
D. Bituminous Material.
The certification(s) shall show the appropriate ASTM testes), or AASHTO when
applicable, 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.
ANTI-STRIPPING AGENT. Any anti-stripping agent or additive that is 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 methods, and shall be a material that has been approved by
the Department of Transportation of the State in which the project is located.
COMPOSITION
COMPOSITION OF MIXTURE. The bituminous plant mix shall be composed
of a mixture of well-graded aggregate, filler and anti-strip agent if required, and
bituminous material. The several aggregate fractions shall be sized, handled in
separate size groups, and combined in such proportions that the resulting mixture
meets the grading requirements ofthe job mix formula (JMF).
JOB MIX FORMULA. No bituminous mixture for payment shall be produced
until a job mix formula has been approved by the Engineer. The bituminous
mixture shall be designed using standard procedures contained in Chapter 5,
MARSHALL .
METHOD OF MIX DESIGN, of the Asphalt Institute's Manual Series No. 2
(MS-2), Mix Design Methods for Asphalt Concrete, Sixth Edition, and shall meet
the requirements of Tables 1 and 2.
The design criteria in Table I are target values necessary to meet the acceptance
requirements contained in paragraph 401-5.2b. The criteria are based on a
production process, which has a material variability with the following standard
deviations:
Stability (Ibs.)
Flow (0.01 inch)
Air Voids (%)
=270
= 1.5
=0.65
Ifmaterial variability exceeds the standard deviations indicated, the job mix formula
and subsequent production targets shall be based on a stability greater than shown in
Table 1, and the flow and air voids shall be targeted close to the mid-range of the
criteria in order to meet the acceptance requirements.
If the Tensile Strength Ratio (TSR) of the composite mixture, as determined by
ASTM D 4867, is less than 75, the aggregates shall be rejected or the asphalt treated
P-401-3
with an approved anti-stripping agent. The amount of anti-stripping agent added to
the asphalt shall be sufficient to produce aTSR of not less than 75. If an antistrip
agent is required, it will be provided by the Contractor at no additional cost.
The job mix formula for each mixture required shall be submitted in writing by the
Contractor to the Engineer at least 14 days prior to the start of paving operations and
shall inClude as a minimum:
A. Percent passing each sieve size.
B. Percent of asphalt cement.
C. Asphalt viscosity or performance grade.
D. Number of blows of hammer compaction per side of molded specimen.
E. Mixing temperature.
F. Compaction temperature.
G. Temperature of mix when discharged from the mixer.
H. Temperature-viscosity relationship of the asphalt cement.
I. Plot of the combined gradation on the Federal Highway Administration (FHWA) 45
power gradation curve.
J. Graphical plots of stability, flow, air voids, voids in the mineral aggregate, and unit
weight versus asphalt content.
K. Percent natural sand.
L. Percent fractured faces.
M. Percent flat, elongated and flat and elongated particles.
N. Tensile Strength Ratio (TSR).
O. Antistrip agent (if required).
The Contractor shall submit samples to the Engineer, upon request, for job mix
formula verification testing.
The job mix formula for each mixture shall be in effect until modified in writing by
the Engineer. Should a change in sources of materials be made, a new job mix
formula must be approved by the Engineer before the new material is used.
P-401-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TABLE 1. MARSHALL DESIGN CRITERIA
TEST PROPERTY Each Course for Each Course for
Surface & Leveling base
Number of blows 75 112
Stability, pounds, minimum
2150
4,840
Flow, 0.01 in.
10-14
15-21
Air voids, percent
2.8-4.2
2.8-4.2
Percent voids m mineral aggregate,
mlmmum
See Table 2
See Table 2
TABLE 2. MINIMUM PERCENT VOIDS IN MINERAL AGGREGATE
Maximum Particle Size, in.
~
%
1
1-114
Minimum Voids in Mineral
Ag{!I'egate oercent
16
15
14
13
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 C 136 and C 117.
The gradation(s) in Table 3 represent the limits which shall determine the suitability of
aggregate for use from the sources of supply. The aggregate, as selected (and used in the
JMF), shall have a gradation within the limits designated in Table 3 and shall not vary from
the low limit on one sieve to the high limit on the adjacent sieve, or vice versa, but shall be
well graded from coarse to fine.
Deviations from the final approved mix design for bitumen content and gradation of
aggregates shall be within the action limits for individual measurements as specified in
paragraph 401-6.5a. The limits still will apply if they fall outside the master grading band
in Table 3.
The maximum size aggregate used shall not be more than one-half of the thickness of the
course being constructed except where otherwise shown on the plans or directed by the
Engineer
P-401-5
TABLE 3. AGGREGATE - BITUMINOUS PAVEMENTS
Sieve Size Percentage by Weight
Passing Sieves
: Surface/Leve1ing Course Base Course
1-1/4 in. -- 100
I in. -- 86-98
% in. 100 68-93
~in. 79-99 57-81
3/8 in. ' 68-88 49-69
No.4 48-68 34-54
No.8 33-53 22-42
No. 16 20-40 13-33
No.30 14-30 8-24
No. 50 9-21 6-18
No. 100 6-16 4-12
No. 200 3-6 3-6
Asphalt percent 5.0-7.5 4.5-7.0
Stone or gravel
The aggregate gradations shown are based on aggregates of uniform specific gravity. The
percentages passing the various sieves shall be corrected when aggregates of varying specific
gravities are used, as indicated in the Asphalt Institute Manual Series No.2 (MS-2), Chapter 3.
401-3.3
401-3.4
RECYCLED ASPHALT CONCRETE. The use of reclaimed asphalt pavement
(RAP) will not be permitted.
TEST SECTION. Prior to full production, the Contractor shall prepare and place a
quantity of bituminous mixture according to the job mix formula. The amount of
mixture shall be sufficient to construct a test section 300 feet long and 20 to 30 feet
wide, as approved by the Engineer, 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 is defined as a lane joint constructed after the first
lane has been in place four (4) hours or when surface temperatures of the mat of the
first lane adjacent to the lane has cooled to less than 160oF. 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.
Three random samples shall be taken at the plant and tested for stability, flow, and
air voids in accordance with paragraph 401-5.1a(2). Two random samples of
mixture shall be taken at the plant and tested for aggregate gradation and asphalt
content in accordance with paragraphs 401-6.3a and 3b and evaluated in accordance
P-401-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
401-3.5
with paragraphs 401-6.5a and 5b. Three randomly selected cores shall be taken
from the finished "pavement mat, and three from the longitudinal joint, and tested in
accordance with paragraph 401-5.1b(4). Random sampling shall be in accordance
with procedures contained in ASTM D 3665.
Mat density and air voids shall be evaluated in accordance with paragraph
401-5.Zf(l). Stability and flow shall be evaluated in accordance with paragraph
401-5.2f(2). Joint density shall be evaluated in accordance with paragraph
401-5.2f(3). Voids in the mineral aggregate (VMA), for each plant sample, shall
be computed in accordance with procedures contained in Chapter 4, MARSHALL
METHOD OF MIX DESIGN, of the Asphalt Institute's Manual Series No. 2
(MS-2), Mix Design Methods for Asphalt Concrete.
The test section shall be considered acceptable if; I) stability, flow, mat density, air
voids, and joint density are 90 percent or more within limits, 2) gradation and
asphalt content are within the action limits specified in paragraphs 401-6.5aand 5b,
and 3) 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 job mix formula, plant operation, placing procedures, and/or rolling
procedures shall be made. A second test section shall then be placed. If the second
test section also does not meet specification requirements, both sections shall be
removed at the 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 atthe Contractor's expense. Full
production shall not begin until an acceptable section has been constructed and
accepted by the Engineer. No payment will be made for test sections that prove
unacceptable. Test sections that meet specification requirements for the items listed
in the above subparagraph shall be paid for in accordance with paragraph 401-8.1.
Job mix control testing shall be performed by the Contractor at the start of plant
production and in conjunction with the calibration of the plant for the job mix
formula. It should be recognized that the aggregates produced by the plant may not
satisfy the gradation requirements or produce a mix that exactly meets the JMF. In
those instances, it will be necessary to reevaluate and redesign the mix using
plant-produced aggregates. Specimens shall be prepared and the optimum bitumen
content determined in the same manner as for the original design tests.
TESTING LABORATORY. The laboratory and personnel used to develop the
job mix formula shall meet the requirements of ASTM D 3666 and shall be
accredited by a national authority such as the National Voluntary Laboratory
Accreditation Program (NVLAP), the American Association for Laboratory
Accreditation (A2LA), AASHTO Accreditation Program (AAP), or any other
nationally recognized accreditation program. A certification signed by the
manager of the laboratory stating that it meets these requirements shall be
submitted to the Engineer prior to the start of construction. The certification shall
contain as a minimum:
P-401-7
A. Qualifications of personnel; laboratory manager, supervIsmg technician, and
testing technicians.
B. A listing of equipment to be used in developing the job mix.
C. A copy of the laboratory's quality control system.
D. Evidence of participation in the AASHTO Materials Reference Laboratory
(AMRL) program that the laboratory is accredited, for the test methods required
herein, by a nationally recognized laboratory accreditation organization.
CONSTRUCTION METHODS
401-4.1
WEATHER LIMITATIONS. The bituminous mixture shall not be placed upon a
wet surface or when the surface temperature of the underlying course is less than
specified in Table 4. The temperature requirements may be waived by the Engineer,
if requested; however, all other requirements including compaction shall be met.
TABLE 4. BASE TEMPERATURE LIMITATIONS
Mat Thickness Base Temnerature Deg. F. min.
3 in. or greater
40
Greater than 1 in. but less than 3 in.
45
1 in. or less
50
401-4.2
BITUMINOUS MIXING PLANT. Plants used for the preparation of bituminous
mixtures shall conform to the requirements of ASTM D 995 with the following
changes:
A.
Requirements for All Plants.
1. Truck Scales. The bituminous mixture shall be weighed on approved scales
furnished by the 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, Section 90-01.
In lieu of scales and as approved by the Engineer, asphalt mixture weights
may be determined by the use of an electronic weighing system equipped
with an automatic printer which weighs the total asphalt paving mixture.
Furnish calibration certification of the weighing system prior to mix
production and as often thereafter as requested by the Engineer.
P-401-8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
401-4.3
401-4.4
2. Testing Facilities. The Contractor shall provide laboratory facilities at the
plant for the use of the Engineer's acceptance testing and the Contractor's
quality control testing, in accordance with paragraph 401-6.2.
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 mi~tures.
4. Storage Bins and Surge Bins. Paragraph 4.9 of ASTM D 995 is deleted.
Instead, the following applies. Use of surge bins or storage bins for
temporary storage of hot bituminous mixtures will be permitted as follows:
a. The bituminous mixture may be stored in surge bins for a period of
time not to exceed 3 hours.
b. The bituminous mixture may be stored in insulated storage bins for a
period of time not to exceed 24 hours.
The bins shall be such that mix drawn from them meets the same requirements as
mix loaded directly into trucks.
If the Engineer determines that there is an excessive amount of heat loss,
segregation or oxidation of the mixture due to temporary storage, no overnight
storage will be allowed.
HAULING EQUIPMENT. Trucks used for hauling bituminous mixtures shall
have tight, clean, and smooth metal beds. To prevent the mixture from adhering to
them, the truck beds shall be lightly coated with a minimum amount of paraffin oil,
lime solution, or other approved material. 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.
BITUMINOUS PAVERS. Bituminous pavers shall be self-propelled, with an
activated screed, heated as necessary, and shall be capable of spreading and
finishing courses of bituminous plant mix material which will meet the specified
thickness, smoothness, and grade. The paver shall have sufficient power to propel
itself and the hauling equipment without adversely affecting the finished surface.
The paver shall have a receiving hopper of sufficient capacity to permit a uniform
spreading operation. The hopper shall be equipped with a distribution system to
place the mixture uniformly in front of the screed without segregation. The screed
shall effectively produce a finished surface of the required evenness and texture
P-40l-9
without tearing, shoving, or gouging the mixture.
The 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 which will maintain
the pav~r 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 plus or minus 0.1 percent.
The controls shall be capable of working in conjunction with any of the following
attachments. However, for all runway, taxiway, and apron finish surface courses
and other critical areas as determined by the Engineer, a taut stringline set to grade
will be required. For some areas determined by the Engineer to be non-critical, and
for leveling and intermediate courses, a 30-foot minimum ski device and shoe may
be used as approved by the Engineer.
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.
401-4.5 ROLLERS. Rollers ofthe vibratory, steel wheel, and pneumatic-tired type shall be
used. They shall be in good condition, capable of operating at slow speeds to avoid
displacement of the bituminous mixture. The number, type, and weight of rollers
shall be sufficient to compact the mixture to the required density while it is still in a
workable condition.
All rollers shall be specifically designed and suitable for compacting hot mix
bituminous concrete and shall be properly used. Vibratory or other 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 vibratory rollers or other
rolling operations shall be repaired by the Contractor at his expense.
The use of compaction or other type equipment which causes crushing of the
aggregate will not be permitted.
401-4.6 PREPARATION OF BITUMINOUS MATERIAL. The bituminous material
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 bituminous material delivered to the mixer shall be
sufficient to provide a suitable viscosity for adequate coating of the aggregate
particles, but shall not exceed 325 degrees F unless otherwise required by the
manufacturer and approved by the Engineer in writing.
P-401-10
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
401-4.7
401-4.8
401-4.9
401-4.10
PREPARATION OF MINERAL AGGREGATE. The aggregate for the mixture
shall be heated and dried prior to introduction into the mixer. The maximum
temperature and rate of heating shall be such that no damage occurs to the
aggregates. The temperature of the aggregate and mineral filler shall not exceed 350
degree~ F when the asphalt is added. Particular care shall be taken that aggregates
high in calcium or magnesium content are not damaged by overheating. The
temperature shall not be lower than is required to obtain complete coating and
uniform distribution on the aggregate particles and to provide a mixture of
satisfactory workability.
PREPARATION OF BITUMINOUS MIXTURE. The aggregates and the
bituminous material shall be weighed or metered and introduced into the mixer in
the amount specified by the job mix formula.
The combined materials shall be mixed until the aggregate obtains a uniform
coating of bitumen and is thoroughly distributed throughout the mixture. Wet
mixing time shall be the shortest time that will produce a satisfactory 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 D 2489, for each individual
plant and for each type of aggregate used. The wet mixing time will be set to
achieve 95 percent of coated particles. For continuous mix plants, the minimum
mixing time shall be determined by dividing the weight of its contents at
operating level by the weight of the mixture delivered per second by the mixer.
The moisture content of all bituminous mixtures upon discharge shall not exceed
0.5 percent.
Mixtures that foam or indicate excessive free moisture shall be rejected. When
excessive free moisture is detected in batch or continuous mix plant produced
mixtures, waste the mix and withdraw the aggregates in the hot bins immediately
and return to the respective stockpiles; for drum-dryer mixer plants, waste the mix,
including that in surge or storage bins that is affected by free moisture.
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 required by the contract specifications.
TRANSPORTING, PLACING, AND FINISHING. The bituminous mixture
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 mixture is uniform with minimum stopping and starting of the
paver. Adequate artificial lighting shall be provided for night placements. See
Specification P-400.
Hauling over freshly placed material shall not be permitted until the material has
P-401-11
401-4.11
been compacted, as specified, and allowed to cool to atmospheric temperature. The
Contractor may eiect to use a material transfer vehicle to deliver mix to the paver.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The mix shall be placed and compacted at a temperature suitable for obtaining
density, surface smoothness, and other specified requirements but not less than 250
degrees F.
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 bituminous mat. Unless otherwise permitted, placement of the mixture shall
begin along the centerline of a crowned section or on the high side of areas with a
one-way slope. The mixture shall be placed in consecutive adjacent strips having a
minimum width of 12.5' except where edge lanes require less width to complete the
area. 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 the crown in crowned pavement. 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 mixture may be spread and luted
by hand tools. Under any circumstance, do not spread hot mix by broadcasting.
COMPACTION OF MIXTURE. After placing, the mixture shall be thoroughly
and uniformly compacted by rolling. The surface shall be compacted as soon as
possible when the mixture has attained sufficient stability so that the rolling does not
cause undue displacement, cracking or shoving. The sequence of rolling operations
and the type of rollers used shall be at the discretion ofthe Contractor.
The speed of the roller shall, at all times, be sufficiently slow to avoid displacement
of the hot mixture and be effective in compaction. Any displacement occurring as a
result of reversing the direction of the roller, or from any other cause, shall be
corrected at once.
Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall
continue until the surface is of uniform texture, true to grade and cross section, and
the required field density is obtained.
To prevent adhesion of the mixture to the roller, the wheels shall be kept properly
moistened (and scrapers used), but excessive water will not be permitted.
In areas not accessible to the roller, the mixture shall be thoroughly compacted with
approved power driven mechanical tampers.
P-401-12
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Any mixture that becomes loose and broken, mixed with dirt, contains
check-cracking, or in any way defective shall be removed and replaced with fresh
hot mixture and immediately compacted to conform to the surrounding area. This
work shall be done at the Contractor's expense. Skin patching shall not be allowed.
401 :-4.12 JOIN1;S. 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 mixture 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 given a tack coat of bituminous material before placing any fresh
mixture against the joint.
Longitudinal joints which are irregular, damaged, uncompacted, or otherwise
defective shall be cut back to expose a clean, sound surface for the full depth of the
course. All contact surfaces shall be given a tack coat of bituminous material prior
to placing any fresh mixture against the joint. The cost of this work and tack coat
shall be considered incidental to the cost of the bituminous course.
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. Testing organizations performing these tests shall meet the
requirements of ASTM D 3666. All equipment in Contractor furnished laboratories
shall be calibrated by the testing organization prior to the start of operations.
A. Plant-Produced Material. Plant-produced material shall be tested for stability,
flow, and air voids on a lot basis. Sampling shall be from material deposited into
trucks at the plant or from trucks at the job site. A lot will consist of:
-one day's production not to exceed 2,000 tons, or
-a half day's production where a day's production is expected to consist of between
2,000 and 4,000 tons, or
-similar subdivisions for tonnages over 4,000 tons.
Where more than one plant is simultaneously producing material for the job, the lot
sizes shall apply separately for each plant.
P-401-13
1. Sampling. Each lot will consist of four equal sublots. Sufficient material
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 D 3665. One set of laboratory compacted specimens will be
prepared for each sublot in accordance with AASHTO T 245, paragraph 3.5,
at the number of blows required by paragraph 401-3.2, Table 1. Each set of
laboratory compacted specimens will consist of three test portions prepared
from the same sample increment.
The sample of bituminous mixture shall 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 job mix formula.
2. Testing. Sample specimens shall be tested for stability and flow in
accordance with AASHTO T 245, paragraph 4. Air voids will be
determined by the Engineer in accordance with ASTM D 3203.
Prior to testing, the bulk specific gravity of each test specimen shall be measured by
the Engineer in accordance with ASTM D 2726 using the procedure for laboratory-
prepared thoroughly dry specimens, or ASTM D 1188, whichever is applicable, for
use in computing air voids and pavement density.
For air voids determination, the. theoretical maximum specific gravity of the mixture
shall be measured for each sublot in accordance with ASTM D 2041, Type C, D, or
E container. The value used in the air voids computation for each sublot shall be
based on the maximum specific gravity measurement for the sub lot.
The stability and flow for each sub lot shall be computed by averaging the results of
all test specimens representing that sublot.
3.. Acceptance. Acceptance of plant produced material for stability, flow, and
air voids shall be determined by the Engineer in accordance with the
requirements of paragraph 401-5.2b.
B. Field Placed Material. Material placed in the field shall be tested for mat and joint
density on a lot basis.
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 6-inch diameter
core of finished, compacted materials shall be taken by the Contractor from
each sublot. Core locations will be determined by the Engineer on a random
basis in accordance with procedures contained in ASTM D 3665. Cores
shall not be taken closer than one foot from a transverse or longitudinal
joint.
P-401-14
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2. Joint Density. The lot size shall be the total length of longitudinal joints
constructed by a lot of material as defined in paragraph 401-5.1a. The lot
shall be divided into four equal sublots. One 6-inch diameter core of
finished, compacted materials shall be taken by the Contractor from each
sub lot. Core locations will be determined by the Engineer on a random basis
in accordance with procedures contained in ASTM D 3665. All coring shall
be centered on the joint.
3. Sampling. Samples shall be neatly cut with a core drill. The cutting edge of
the core drill bit shall be of hardened steel or other suitable material with
diamond chips embedded in the metal cutting edge. 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 and filling the cored pavement. Cored holes shall be filled in a
manner acceptable to the Engineer and within one day after sampling.
4. Testing. The bulk specific gravity of each cored sample will be measured
by the Engineer in accordance with ASTM D 2726 or D 1188, whichever is
applicable. The percent compaction (density) of each sample will be
determined by dividing the bulk specific gravity of each sublot sample by
the average bulk specific gravity of all laboratory prepared specimens for the
lot, as determined in paragraph 401-5.1a(2). The bulk specific gravity used
to determine the joint density at joints between two different lots shall be the
lower of the specific gravity values from the two different lots.
5. Acceptance. Acceptance of field placed material for mat density will be
determined by the Engineer in accordance with the requirements of
paragraph 401-5.2c. Acceptance for joint density will be determined in
accordance with the requirements of paragraph 401-5.2d.
c. Partial Lots - Plant-Produced Material. When operational conditions cause a lot
to be terminated 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 sub lot from which it
was taken. Where three sub lots ar~ produced, they shall constitute a lot. Where one
or two sub lots are produced, they shall be incorporated into the next lot, and the
total number of sub lots shall be used in the acceptance plan calculation, i.e., n = 5 or
n = 6, for example.
D. Partial Lots - Field Placed Material. The lot size for field placed material shall
correspond to that of the plant material, except that, in no cases, less than 3 cored
samples shall be obtained for the acceptance plan calculations, i.e., n = 3.
P-401-15
401-5.2
ACCEPTANCE CRITERIA.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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's Quality Control plan and test results:
1. Stability
4. Mat density
7. Smoothness
2. Flow
5. Joint density
8. Grade
3. Air voids
6. Thickness
Stability, flow, air voids, mat density, and joint density will be evaluated for
acceptance on a lot basis using the method of estimating percentage of material
within specification limits (PWL). Acceptance using PWL considers the variability
(standard deviation) of the material and the testing procedures, as 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) or below the upper specification
tolerance limit (U).
Thickness will be evaluated by the Engineer for compliance in accordance with
paragraph 401-5.2.f(4). Acceptance for smoothness will be based on the criteria
contained in paragraph 401-5.2f(5). Acceptance for grade will be based on the
criteria contained in paragraph 401-5.2f(6).
The Engineer may at any time, notwithstanding previous plant acceptance, reject
and require the Contractor to dispose of any batch of bituminous mixture which is
rendered unfit for use due to contamination, 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. Stability, Flow, and Air Voids. Evaluation for acceptance of each lot of plant-
produced material for stability, flow, and air voids shall be based on PWL. The
Contractor shall target production quality to achieve 90 PWL or higher.
C. Mat Density. Evaluation for acceptance of each lot of in-place pavement for mat
density shall be based on PWL. The contractor shall target production quality to
achieve 90 PWL or higher.
D. Joint Density. Evaluation for acceptance of each lot of in-place pavement for joint
density shall be based on PWL. The Contractor shall target production quality to
achieve 90 PWL or higher.
P-401-16
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
E. Percentage of Material Within Specification Limits (PWL). The percentage of
material within specification limits (PWL) shall be determined in accordance with
procedures specified in Section 110 of the General Provisions. The specification
tolerance limits(L) and (U) are contained in Table 5.
F. Acceptance Criteria.
1. Mat Density and Air Voids. If the PWL of the lot equals or exceeds 90
percent, the lot shall be acceptable~ Acceptance and payment for the lot
shall be determined in accordance with paragraph 401-8.1.
2. Stability and Flow. Ifthe PWL of the lot equals or exceeds 90 percent, the
lot shall be acceptable. If the PWL is less than 90 percent, the Contractor
shall determine the reason and take corrective action. If the PWL is below
80 percent, the Contractor must stop production and make adjustments to the
mIX.
3. Joint Density. If the PWL of the lot equals or exceeds 90 percent, the lot
shall be acceptable. If the PWL is less than 90 percent, the Contractor shall
evaluate the method of compacting joints. If the PWL is below 80 percent,
the Contractor shall stop production until the reason for poor compaction
can be determined.
4. Thickness. Thickness shall be evaluated for compliance by the Engineer to
the requirements shown on the plans. Measurements of thickness shall be
made by the Engineer using the cores extracted for each sub lot for density
measurement.
5. Smoothness. The finished surfaces of the pavement shall not vary more
than ~" for the surface course and 3/8" for the base course. Each lot shall
be evaluated with a 12-foot straightedge. The lot size shall be 2000 square
yards. Measurements will be made perpendicular and parallel to the
centerline at distances not to exceed 50 feet. When more than 15 percent of
all measurements within a lot exceed the specified tolerance, the Contractor
shall remove the deficient area and replace with new material. Sufficient
material shall be removed to allow at least 1-1/2 inches of asphalt concrete
to be placed. Skin patching shall not be permitted. High points may be
ground off providing the course thickness remains within specified
tolerance.
6. Grade. The finished surface of the pavement shall not vary from the
gradeline elevations and cross sections shown on the plans by more than 1/2
inch. The finished grade of each lot will be determined by running levels at
intervals of 50 feet or less longitudinally and transversely to determine the
elevation of the completed pavement. The lot size shall be 2000 square
P-401-17
yards. When more than 15 percent of all the measurements within a lot are
outside the specified tolerance, the Contractor shall remove the deficient
area and replace with new material. Sufficient material shall be removed to
allow at least 1-112 inches of asphalt concrete to be placed. Skin patching for
correcting low areas shall not be permitted. High points may be ground off
providing the course thickness remains within specified tolerance.
G. Outliers. All individuals' tests for mat density and air voids shall be checked for
outliers (test criterion) in accordance with ASTM E 178, at a significance level of
5 percent. Outliers shall be discarded, and the PWL shall be determined using the
remaining test values.
Test Property Each Course
Number of Blows 75
Soecification Tolerance Limit
L U
Stability, pounds, minimum 1800 --
Flow, 0.0 I-inch 8 16
Air Voids Total Mix, percent 2 5
Mat Density, percent 96.3 --
Joint Density, percent 93.3 --
401-5.3
RESAMPLING PAVEMENT.
A. General. Resampling of a lot of pavement for mat density will be allowed if the
Contractor requests, in writing, within 48 hours after receiving the written test
results from the Engineer. A retest will consist of all the sampling and testing
procedures contained in paragraphs 401-5.1b and 401-5.2c. Only one res amp ling
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
P-40l-18
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
401-5.4
401-6.1
401-6.2
used to calculate the payment for that lot in accordance with Table 6.
C. Outliers. If the tests within a lot include a very large or a very small value which
appears to be outside the normal limits of variation, check for an outlier in
accordance with ASTM E 178, at a significance level of 5 percent, to determine if
this value should be discarded when computing the PWL.
LEVELING COURSE. Any course used for tming and leveling shall meet the
requirements of paragraphs 401-3.2 and 5.2b, but shall not be subject to the density
requirements of paragraphs 401-5.2c and d. The leveling course shall be compacted
with the same effort used to achieve density of the test section. The tming and
leveling course shall not exceed a nominal thickness of 1-1/2 inches.
CONTRACTOR QUALITY CONTROL
GENERAL. The Contractor shall develop a Quality Control Program in
accordance with Section 100 of the General Provisions. The program shall address
all elements which effect the quality ofthe pavement including, but no limited to:
A. Mix Design ,
F. Mixing and Transportation
B. Aggregate Grading
G. Placing and Finishing
C. Quality of Materials
H. Joints
D. Stockpile Management
I. Compaction
E. Proportioning
J. Surface Smoothness
TESTING LABORATORY. The Contractor shall provide a fully equipped
asphalt laboratory located at the plant or job site. It shall be available for joint use
by the Contractor for quality control testing and by the Engineer for acceptance
testing and must have adequate equipment for the performance of the tests required
by these specifications. The Engineer shall have priority in use of the equipment
necessary for acceptance testing.
The effective working area of the laboratory shall be a minimum of 150 square feet
with a ceiling height of not less than 7.5 feet. Lighting shall be adequate to
illuminate all working areas. It shall be equipped with heating and air conditioning
units to maintain a temperature of70 degrees F + 5 degrees F.
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.
P-401-l9
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 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.
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 s~t forth in the approved Quality Control
Program. The testing program shall include, but not necessarily 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 tests shall be performed per lot in
accordance with ASTM D 2172 or ASTM D 6307 for determination of asphalt
content. The weight of ash portion of the extraction test, as described in ASTM D
2172, shall be determined as part of the first extraction test performed at the
beginning of plant production; and as part of every tenth extraction test performed
thereafter, for the duration of plant production. The last weight of ash value obtained
shall be used in the calculation of the asphalt content for the mixture.
The use of the nuclear method for determining asphalt content in accordance with
ASTM D 4125 is permitted, provided that it is calibrated for the specific mix being
used.
The use of an ignition binder oven for determining asphalt content in accordance
with ASTM D 6307 is permitted, provided that it is calibrated for the specific mix
being used. This calibration shall be provided to the Engineer prior to the start of
production. The Engineer reserves the right to verify the calibration of any
equipment.
B. Gradation. Aggregate gradations shall be determined a minimum of twice per lot
from mechanical analysis of extracted aggregate in accordance with ASTM D 5444,
and ASTM C 136 (Dry Sieve). When asphalt content is determined by the nuclear
method, aggregate gradation shall be determined from hot bin samples on batch
plants, or from the cold feed on drum mix or continuous mix plants, and tested in
accordance with ASTM C 136 (dry sieve) using actual batch weights to determine
the combined aggregate gradation of the mixture. If the asphalt content is
determined by the ignition method, aggregate gradations shall be determined from a
mechanical analysis of the combined virgin aggregate, taken just prior to
introduction into the dryer drum or mixer, and tested in accordance with ASTM C
117 and ASTM C 136 (Dry Sieve).
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
P-401-20
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ASTM C 566.
D. Moisture Content of Mixture. The moisture content of the mixture shall be
determined once per lot in accordance with ASTM D 1461. If it exceeds 0.5% by
weight of dry mix, the Contractor shall cease production until an action acceptable
to the Engineer is taken.
E. Temperatures. Temperatures shall be checked, at least four times per lot, at
necessary 10cations to determine the temperatures of the dryer, the bitumen in the
storage tank, the mixture at the plant, and the mixture at the job site.
F. In-Place 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 D 2950.
G. Additional Testing. Any additional testing that the Contractor deems necessary to
control the process may be performed at the Contractor's option.
H. Monitoring. The Engineer reserves the right to monitor any or all of the above
testing.
401-6.4 SAMPLING. When directed by the Engineer, the Contractor shall sample and test
any material which appears inconsistent with similar material being sampled, unless
such material is voluntarily removed and replaced or deficiencies corrected by the
Contractor. All sampling shall be in accordance with standard procedures specified.
401-6.5 CONTROL CHARTS. The Contractor shall maintain linear control charts both
for individual measurements and range (i.e., difference between highest and lowest
measurements) for aggregate gradation and asphalt content.
Control charts shall be posted in a location satisfactory to the Engineer and shall be
kept current. As a minimum, the control charts shall identify the project number,
the contract item number, the test number, each test parameter, the Action and
Suspension Limits applicable to each test parameter, and the Contractor's test
results. The Contractor shall use the control charts as 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 and
asphalt content. 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:
P-401-21
CONTROL CHART LIMITS FOR INDIVIDUAL MEASUREMENTS
.. Sieve Action Limit Suspension Limit
1-1/2 inch ~ 0% 0%
3/4 inch 0% (Surface/leveling); ::l: 6% (base) 0% (Surface/leveling); ::l: 11 % (base)
~ inch +/-6% +/-9%
3/8 inch +/-6% +/-9%
No.4 +/-6% +/-9%
No. 16 . +/-5% +/-7.5%
No. 50 +/-3% +/-4.5%
No. 200 +/-2% +/-3% '
Asohalt Content +/-0.45% +/-0.70%
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 1.27 forn = 4.
CONTROL CHART LIMITS BASED ON RANGE
(Based on n = 2)
Sieve
1/2 inch
3/8 inch
No.4
No. 16
No. 50
No. 200
Asohalt Content
Susoension Limit
11 percent
11 percent
11 percent
9 percent
6 percent
3.5 percent
0.8 oercent
C. Corrective Action. The Quality Control Plan 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.
P-401-22
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
METHOD OF MEASUREMENT
401-7.1
MEASUREMENT. Plant mix bituminous' concrete pavement shall be measured
by the number of tons of bituminous mixture used in the accepted work. Recorded
batch weights or truck scale weights will be used to determine the basis for the
tonnage.
BASIS OF PAYMENT
401-8.1
PAYMENT. Payment for an accepted lot of bituminous concrete pavement shall
be made at the contract unit price per ton for bituminous mixture adjusted according
to paragraph 401-8.1 a, subject to the limitation that:
The total project payment for plant mix bituminous concrete pavement shall not
exceed 102 percent of the product of the contract unit price and the total number of
tons of bituminous mixture used in the accepted work (see Note 2 under Table 6).
The price shall be compensation for furnishing all materials, for all preparation,
mixing, and placing of these materials, and for all labor, equipment, tools, and
incidentals necessary to complete the item.
A. Basis of Adjusted Payment. 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 percent 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 percent 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 percent.
TABLE 6. PRICE ADJUSTMENT SCHEDULEl
Percentage of Material Within Specification Lot Pay Factor (Percentage of Contract Unit
Limits (PWL) Price)
96-100 106
90-95 PWL + 10
75-89 0.5 PWL + 55
55-74 1.4 PWL-12
Below 55 Reiect2
lALTHOUGH IT IS THEORETICALLY POSSIBLE TO ACHIEVE A PAY FACTOR OF 106 PERCENT FOR
EACH LOT, ACTUAL PAYMENT ABOVE 100 PERCENT SHALL BE SUBJECT TO THE TOTAL PROJECT
PAYMENT LIMITATION SPECIFIED IN PARAGRAPH 401-8.1.
~HE 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
P-401-23
WRITING THAT TIlE LOT SHALL NOT BE REMOVED, IT SHALL BE PAID FOR AT 50 PERCENT OF TIlE
CONTRACT 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 401-8.1. Payment in excess
of 100 percent for accepted lots of bituminous concrete pavement shall be used to
offset payment for accepted lots of bituminous concrete pavement that achieve a lot
pay factor less than 100 percent.
B. Payment. Payment will be made under:
Item P-401A
Bituminous Surface Course--per ton.
Item P-40 1 B
Bituminous Base Course--per ton.
Item P-401C
Bituminous Leveling Course--per ton.
TESTING REQUIREMENTS
ASTM C 29
Bulk Density (Unit Weights) and Voids III
Aggregate
ASTM C 88
Soundness of Aggregates by Use of Sodium Sulfate
or Magnesium Sulfate
ASTM C 117
Materials Finer than 75-micron (No.200) Sieve in
Mineral Aggregates by Washing
ASTM C 131
Resistance to Degradation of Small-Size Coarse
Aggregate by Abrasion and Impact in the Los
Angeles Machine
ASTM C 136
Sieve Analysis of Fine and Coarse Aggregates
ASTM C 183
Sampling and the Amount of Testing of Hydraulic
Cement
ASTM C 566
Total Evaporable Moisture Content of Aggregate by
Drying
Sampling Aggregates
ASTM D 75
ASTM D 995
Mixing Plants for Hot-Mixed, Hot-Laid Bituminous
Paving Mixtures
P-401-24
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ASTM D 1188
Bulk Specific Gravity and Density of Compacted
Bituminous Mixtures Using Paraffin-Coated
Specimens
ASTM D 1461
Moisture or Volatile Distillates in Bituminous Paving
Mixtures
ASTMD2041
Theoretical Maximum Specific Gravity and Density
of Bituminous Paving Mixtures
ASTMD 2172
Quantitative Extraction of Bitumen from Bituminous
Paving Mixtures
ASTM D 2419
Sand Equivalent Value of Soils and Fine Aggregate
ASTM D 2489
Estimating Degree of Particle Coating of
Bituminous-Aggregate Mixtures
ASTM D 2726
Bulk Specific Gravity and Density of Non-
Absorptive Compacted Bituminous Mixtures
ASTM D 2950
Density of Bituminous Concrete in Place by Nuclear
Method
ASTM D 3203
Percent Air Voids in Compacted Dense and Open
Bituminous Paving Mixtures
ASTM D 3665
Random Sampling of Construction Materials
ASTM D 3666.
Minimum Requirements for Agencies Testing and
Inspecting Road and Paving Materials
ASTMD 4125
Asphalt Content of Bituminous Mixtures by the
Nuclear Method
ASTM D 4318
Liquid Limit, Plastic Limit, and Plasticity Index of
Soils
ASTM D 4791
Flat Particles, Elongated Particles, or Flat and
Elongated Particles in Coarse Aggregate
ASTM D 4867
Effect of Moisture on Asphalt Concrete Paving
Mixtures
ASTM D 5444
Mechanical Size Analysis of Extracted Aggregate
P-401-25
ASTMD 5821
Determining the Percentage of Fractured Particles in
Coarse Aggregate
ASTM D 6307
Asphalt Content of Hot-Mix Asphalt by Ignition
Method
ASTME 178
Dealing with .outlying Observations
AASHTO T 245
Resistance to Plastic Flow of Bituminous Mixtures
Using Marshall Apparatus
The Asphalt Institute's
Manual No.2 (MS-2)
Mix Design Methods for Asphalt Concrete
MATERIAL REQUIREMENTS
ASTM D 242
Mineral Filler for Bituminous Paving Mixtures
ASTMD 1073
Fine Aggregate for Bituminous Paving Mixtures
ASTMD 3381
Viscosity-Graded Asphalt Cement for Use III
Pavement Construction
ASTM D 4552
Classifying Hot-Mix Recycling Agents
AASHTO MP1
Performance Graded Binder Designation
END OF ITEM P-401
P-401-26
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 types, grades, controlling specifications, and application
temperatures for the bituminous materials are given in Table 1. The Engineer shall approve the
specific material to be used.
TABLE 1. BITUMINOUS MATERIAL
Type and Grade
Specification
Application Temperatures
Deg.F
Emulsified Asphalt
EA-P
SS-l, SS-lh
MS-2, HFMS-1
CSS-l, CSS-lh
CMS-2
SCDOT - 406.05
ASTM D 977
ASTM D 977
ASTM D 2397
ASTM D 2397
60-140
70-160
70-160
70-160
70-160
CONSTRUCTION METHODS
602-3.1 Weather Limitations. The prime coat shall be applied only when the existing surface is dry
or contains sufficient moisture to get uniform distribution of the bituminous material, when the
atmospheric temperature is above 60Dp and when the weather is not foggy or rainy. The temperature
requirements may be waived, but only when so directed by the Engineer.
602-3.2 Equipment. The equipment used by the Contractor shall include a self-powered pressure
bituminous material distributor and equipment for heating bituminous material. The distributor shall
be designed, equipped, maintained, and operated so that bituminous material at even heat may be
applied uniformly on variable widths of surface at the specified rate. The allowable variation from
the specified rate shall not exceed 10 percent. Distributor equipment shall include a tachometer,
pressure gages, volume-measuring devices or a calibrated tank, and a thermometer for measuring
temperatures of tank contents. The distributor shall be self-powered and shall be equipped with a
power unit for the pump and full circulation spray bars adjustable laterally and vertically.
P-602-1
A power broom andlor blower shall be provided for any required cleaning of the surface to be
tremed. -
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 including solvent shall be uniformly applied with a bituminous distributor
at the rate of 0.15 to 0.25 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 the application, the primed surface shall be allowed to dry not less than 48 hours without
being disturbed or for such additional time as may be necessary to permit the drying out ofthe prime
until it will not be picked up by traffic or equipment. This period shall be determined by the
Engineer. The surface shall then be maintained by the Contractor until the surfacing has been
placed. Suitable precautions shall be taken by the Contractor to protect the primed surface against
damage during this interval, including supplying and spreading any sand necessary to blot up excess
bituminous material.
602-3.4 Bituminous Material Contractor's Responsibility. Samples of the bituminous materials that
the Contractor proposes to use, together with a statement as to their source and character, must be
submitted and approved before use of such material begins. The Contractor shall require the
manufacturer or producer of the bituminous materials to furnish material subject to this and all other
pertinent requirements ofthe contract. Only satisfactory materials, so demonstrated by service tests,
shall be acceptable.
The Contractor shall furnish vendor's certified test reports for each carload, or equivalent, of
bituminous material shipped to the project. The report shall be delivered to the Engineer before
permission is granted for use of the material. The furnishing ofthe vepdor's certified test report for
the bituminous material shall not be interpreted as basis for final acceptance. All such test reports
shall be subject to verification by testing samples of materials received for use on the project.
602-3.5 Freight And Weigh Bills. Before the final estimate is allowed, the Contractor shall file with
the Engineer receipted bills when railroad shipments are made, and certified weigh bills when
materials are received in any other manner, of the bituminous materials actually used in the
construction covered by the contract. The Contractor shall not remove bituminous material from the
tank car or storage tank until the initial outage and temperature measurements have been taken by the
Engineer, nor shall the car or tank be released until the final outage has been taken by the Engineer.
Copies of freight bills and weigh bills shall be furnished to the Engineer during the progress ofthe
work.
P-602-2
I
I
I
I
I
I
I
I
I
I
III
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
METHOD OF MEASUREMENT
602-4.1 The bituminous material for prime coat shall be measured by the gallon. Volume shall be
corrected to the volume at 600P in accordance with Table IV -3 of The Asphalt Institute's Manual
MS-6 for emulsified asphalt.
BASIS OF PAYMENT
602-5.1 Payment shall be made at the contract unit price per gallon for bituminous prime coat. This
price shall be full compensation for furnishing all materials and for all preparation, delivering, and
applying the materials, and for all labor, equipment, tools, and incidentals necessary to complete this
item.
Payment will be made under:
Item P-602
Bituminous Prime Coat--per Gallon
MATERIAL REQUIREMENTS
ASTM D 977
Emulsified Asphalt
ASTM D 2397
Cationic Emulsified Asphalt
AASHTO M 140
Emulsified Asphalt
TESTING REQUIREMENTS
Asphalt
Institute
Manual MS-6
Table IV-3
,
Temperature-Volume Corrections for Emulsified
Asphalts
END OF ITEM P-602
P-602-3
I
I
I
I
I
I
I'
I
I
I
I
I
-
I
I
I
I
I
I
60~-1.1
603-2.1
Type and Grade
ITEM P-603
'BITUMINOUS TACK COAT
DESCRIPTION
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
BITUMINOUS MATERIALS. The bituminous material shall be either asphalt
cement or emulsified asphalt and shall conform to the requirements ofT able 1. The
type, grade, controlling specification, and application temperature of bituminous
material to be used will be approved by the Engineer. Other types of bituminous
material suitable for use as a tack coat may be used when approved in writing by the
Engineer.
TABLE 1. BITUMINOUS MATERIAL
Specification
. Application Temperature
Deg.F
Emulsified Asphalt
SS-l, SS-lh
CSS-1, CSS-lh
ASTM D 977
ASTM D 2397
75-130
75-130
Asphalt Cement
AC-20, AC-30
603-2.2
603-3.1
603-3.2
ASTM D 3381
300-350
NIGHT PAVING. During nighttime paving operations, when required, only a
viscosity graded asphalt cement meeting the requirements of ASTM D 3381will be
allowed for tack coat.
CONSTRUCTION METHODS
WEATHER LIMITATIONS. The tack coat shall be applied only when the
existing surface is dry and the atmospheric temperature is above 60oF. The
temperature requirements may be waived, but only when so directed by the Engineer.
EQUIPMENT. The Contractor shall provide equipment for heating and applying
the bituminous material.
The distributor shall be designed, equipped, maintained, and operated so that
P-603-1
603-3.3
603-3.4
bituminous material at even heat may be applied uniformly on variable widths of
surface at the speCified rate. The allowable variation from the specified rate shall not
exceed 10 percent. Distributor equipment shall include a tachometer, pressure gages,
volume-measuring devices or a calibrated tank, and a thermometer for measuring
temperatures of tank contents. The distributor shall be self-powered and shall be
equipped with a power unit for the pump and full circulation spray bars adjustable
laterally and vertically. The distributor shall be mounted on pne,umatic tires wide
enough to distribute wheel loads to prevent damage to pavements.
I
I
I
I
I
,I
,I
I
I
I
I
I
-
I
I
I
I
I
I
A power broom and/or blower shall be provided for cleaning of the surface to be
treated.
APPLICATION OF BITUMINOUS MATERIAL. Immediately before applying
the tack coat, the full width of surface to be treated shall be cleaned with a power
broom and/or airblast to remove all loose dirt and other objectionable material.
Emulsified asphalt, slow-setting types only, shall be diluted by the addition of water
when directed by the Engineer and shall be applied a sufficient time in advance ofthe
paver to ensure that all water has evaporated before any of the overlying mixture is
placed on the tacked surface.
The bituminous material including vehicle or solvent shall be uniformly applied with
a bituminous distributor at the rate of 0.05 to 0.15 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. The tack coat
shall be applied such that the entire surface to be tack coated is uniformly covered.
Following the application, the surface shall be allowed to cure without being
disturbed for such period oftime as may be necessary to permit drying out and setting
of the tack coat. This period shall be determined by the Engineer. The surface shall
then be maintained by the Contractor until the next course has been placed. Suitable
precautions shall be taken by the Contractor to protect the surface against damage
during this interval.
No more tack coat shall be applied than can be covered with a bituminous course in
the same day.
BITUMINOUS MATERIAL-CONTRACTOR'S RESPONSIBILITY. Samples
of the bituminous material that the Contractor proposes to use, together with a
statement as to its source and character, must be submitted and approved before use
of such material begins. The Contractor shall require the manufacturer or producer of
the bituminous material to furnish material subject to this and all other pertinent
requirements of the contract. Only satisfactory materials, so demonstrated by
services tests, shall be acceptable.
The Contractor shall furnish the vendor's certified test reports for each carload, or
P-603-2
I
I
I
I
I
I
I,
I
I
I
I
I
I
I'
I
I
I
I
I
603-3.5
603-4.1
603-5.1
equivalent, of bituminous material shipped to the project. The report shall be
delivered to the Engineer before permission is granted for use of the material. The
furnishing of the vendor's certified test report for the bituminous material shall not be
interpreted as a basis for final acceptance. All such test reports shall be subject to
verification by testing samples of material received for use on the project.
FREIGHT AND WEIGH BILLS. Before the final estimate is allowed, the
Contractor shall file with the Engineer receipted bills when railroad shipments are
made, and certified weigh bills when materials are received in any other manner, of
the bituminous materials actually used in the construction covered by the contract.
The Contractor shall not remove bituminous material from the tank car or storage
tank until the initial outage aild temperature measurements have been taken by the
Engineer, nor shall the car or tank be released until the final outage has been taken by
the Engineer. Copies of freight bills and weigh bills shall be furnished to the
Engineer during the progress of the work.
METHOD OF MEASUREMENT
The bituminous material for tack coat shall be measured by the gallon. Volume shall
be corrected to the volume at 600F in accordance with ASTM D 4311 for asphalt
cement and Table IV -3 of The Asphalt Institute's Manual MS-6 for emulsified
asphalt. Water added to emulsified asphalt will not be measured for payment.
BASIS OF PAYMENT
Payment shall be made at the contract unit price per gallon of bituminous material.
This price shall be full compensation for furnishing all materials, for all preparation,
delivery, and application of these materials, and for all labor, equipment, tools, and
incidentals necessary to complete the item.
Payment will be made under:
Item P-603
Bituminous Tack Coat -- per gallon
P-603-3
ASTM D 977
ASTM D 2397
ASTMD 3381
ASTM D 4311
Asphalt Institute
Manual MS-6
END OF ITEM P-603
MATERIAL REQUIREMENTS
I
I
,I
I
I
I.
,I
I
I
I
I
I
.1
.1
I
I
I
I
I
Emulsified Asphalt
Cationic Emulsified Asphalt
Viscosity-Graded Asphalt Cement for Use in Pavement
Construction
Determining Asphalt Volume Correction to a Base
Temperature
Tab le IV - 3: T emperature- Volume Corrections for Emulsified
Asphalts
P-603-4
I
I
I:
I,
I
I
I
I
I
I,
I
I
I
I:
I
I
I
I
I
ITEM P-610
STRUCTURAL PORTLAND CEMENT CONCRETE
DF,SCRIPTION
61 0-1 1 This item shall consist of plain and reinforced structural portland cement concrete,
prepared and constructed in accordance with these specifications, at the locations and of the form,
dimensions, and requirements shown on the drawings.
MATRRIAI,S
61 0- /. 1 General. Only approved materials, conforming to the requirements of these specifications,
shall be used in the work. They may be subjected to inspection and tests at any time during the
progress of their preparation or use. The source of supply of each of the materials shall be approved
by the Engineer before delivery or use is started. Representative preliminary samples of the
materials shall be submitted by the Contractor, when required, for examination and test. Materials
shall be stored and handled to insure the preservation of their quality and fitness for use and shall be
located to facilitate prompt inspection. All equipment for handling and transporting materials and
concrete must be clean before any material or concrete is placed therein.
In no case shall the use of pit-run or unprocessed naturally mixed aggregates be permitted.
Naturally mixed aggregate shall be screened and washed, and all fine and coarse aggregate shall be
stored separately and kept clean. The mixing of different kinds of aggregates from different sources
in one storage pile or alternating batches of different aggregates will not be permitted.
610-22 rmm;e Agereeate, The coarse aggregate for concrete shall meet the requirements of
ASTM C 33, Size No. 57, 67, or 467, except the nominal maximum size shall not exceed 1/5 of the
narrowest dimension between sides of forms, or 3/4 of the minimum clear spacing between
individual reinforcing bars.
610-21 Fine Aggreeate. The fine aggregate for concrete shall meet the requirements of ASTM C
33.
610-24 rement Cement shall conform to the requirements of ASTM C 150, Type I or II.
The Contractor shall furnish vendor's certified test reports for each carload, or equivalent, of cement
shipped to the project. The report shall be delivered to the Engineer before permission to use the
cement is granted. All such test reports shall be ~ubject to verification by testing sample materials
received for use on the project.
610-25 Water. The water used in concrete shall be free from sewage, oil, acid, strong alkalies,
vegetable matter, and clay and loam. If the water is of questionable quality, it shall be tested in
accordance with AASHT0 T 26.
P-610-1
() 10-2 () AClmixtures. The use of any material added to the concrete mix shall be approved by the
Engineer. Before approval of any material, the Contractor shall be required to submit the results of
complete physical and chemical analyses made by an acceptable testing laboratory. Subsequent
tests shall be made of samples taken by the Engineer from the supply of the material being
furnished or proposed for use on the work to determine whether the admixture is uniform in quality
with that approved.
Pozzolanic admixtures shall be fly ash meeting the requirements of ASTM C 618, Class C or F, as
approved by the Engineer.
Air-entraining admixtures shall meet the requirements of ASTM C 260. Air-entraining admixtures
shall be added at the mixer in the amount necessary to produce the specified air content.
Water-reducing, set-controlling admixtures shall meet the requirements of ASTM C 494, Type A,
water-reducing or Type D, water-reducing and retarding. Water-reducing admixtures shall be
added at the mixer separately from air-entraining admixtures in accordance with the manufacturer's
printed instructions. Other types of admixtures that meet the requirements of ASTM C 494 may be
provided if approved by the Engineer.
010-?- 7 PremolfleCl TointM::tteria1. Premolded joint material for expansion joints shall meet the
requirements of ASTM D 1751 or D 1752, Type II or III.
o1O-?- R Toint Se::tler, The sealer for joints shall meet the requirements of ASTM D 3405, unless
otherwise specified on the drawings or permitted by the Engineer.
010-?- 9 Steel Reinforcement. Reinforcing shall consist of and conform to the following as shown
on the drawings or designated by the Engineer.
a.
b.
Welded Steel Wire Fabric
Welded Deformed Steel Fabric
Steel Bar Mats
ASTMA 185
ASTM A 497
ASTM A 184 and
ASTM A 615, Grade 60
c.
()10-2 10 rover Materials For rllring. Curing materials shall conform to one of the following
specifications:
a.
b.
Sheet Materials for Curing Concrete
Compounds for Curing Concrete
ASTM C 171
ASTM C 309, Type 2
CONSTRUCTION MRTHOnS
010-1 1 Gener::t1. The Contractor shall furnish all labor, materials, and services necessary for, and
incidental to, the completion of all work as shown on the drawings and specified herein. All
machinery and equipment owned or controlled by the Contractor, which he proposes to use on the
work, shall be of sufficient size to meet the requirements of the work, and shall be such as to
P-61O-2
I
I
:1
,I
'I
,I
I
I
I
I
I
I
\1
I
I
I
I
I
I
I
I
I
I
I
I
I:
I
I
I
I
I
I,
I
I
I
I
I
I
produce satisfactory work; all work shall be subject to the inspection and approval ofthe Engineer.
610-1 7. Concrete CompoRition Except where shown otherwise on the drawings, the concrete
shalf develop a compressive strength of 4000 psi in 28 days as determined by test cylinders made in
accordance with ASTM C 31 and tested in accordance with ASTM C 39. The concrete shall
contain 5 percent of entrained air, plus or minus 1 percent, as determined by ASTM C 231 and shall
have a slump of3 inches, plus or minus 1 inch, as determined by ASTM C 143.
610-1 i Accf'{ltance Sampling Ami TeRtinp;. Concrete for each structure will be accepted on the
basis of the compressive strength specified in paragraph 3.2. The concrete shall be sampled in
accordance with ASTM C 172. Compressive strength specimens shall be made in accordance with
ASTM C 31 and tested in accordance with ASTM C 39.
The Contractor shall make, cure and store the test specimens as specified and under such conditions
as directed.
610-14 Proportioning Ann MeaRllrine Devices. When package cement is used, the quantity for
each batch shall be equal to one or more whole sacks of cement. The aggregates shall be measured
separately by weight. If aggregates are delivered to the mixer in batch trucks, the exact amount for
each mixer charge shall be contained in each batch compartment. Weighing boxes or hoppers shall
be approved by the Engineer and shall provide means of regulating the flow of aggregates into the
batch box so that the required and exact weight of aggregates can be readily obtained.
61 0-1 S Consistency. The consistency of the concrete shall be checked by the slump test specified
. in ASTM C 143. Samples for slump determination shall be taken from the concrete during placing
in the forms.
610-1 6 Mixing. Concrete may be mixed at the construction site, at a central point, or wholly or in
part in truck mixers. The concrete shall be mixed and delivered in accordance with the
requirements of ASTM C 94.
610-1 7 Mixing Connitions. The concrete shall be mixed only in quantities required for immediate
use. Concrete shall not be mixed while the air temperature is below 400p 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 SOOp nor more than
100Op. 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/her expense.
Retempering of concrete by adding water or any other material shall not be permitted.
The delivery of concrete to the job shall be in ,such a manner that batches of concrete will be
deposited at uninterrupted intervals.
610-1 R Fonns. Concrete shall not be placed until all the forms and reinforcements have been
inspected and approved by the Engineer. Forms shall be of suitable material and shall be of the
type, size, shape, quality, and strength to build the structure as designed on the drawings. The
forms shall be true to line and grade and shall be mortar-tight and sufficiently rigid to prevent
P-61O-3
displacement and sagging between supports. The Contractor shall bear responsibility for their
adequacy. The surfaces of fOrIns shall be smooth and free from irregularities, dents, sags, and
holes.
The internal ties shall be arranged so that, when the forms are removed, no metal will show in the
concrete surface or discolor the surface when exposed to weathering. All forms shall be wetted
with water or with a nonstaining mineral oil which shall be applied shortly before the concrete is
placed. Forms shall be constructed so that they can be removed without injuring the concrete or
concrete surface. The forms shall not be removed before the expiration of at least 30 hours from
vertical faces, walls, slender columns, and similar structures; forms supported by falsework under
slabs, beams, girders, arches, and similar construction shall notbe removed until tests indicate that
at least 2500 psi has been developed.
All exposed joints, edges, and external comers shall be chamfered 3/4 inch except where otherwise
indicated.
010-19 Placine Reinforcement. All reinforcement shall be accurately placed, as shown on the
drawings, and shall be firmly held in position during concreting. 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.
010-1 1 0 Emhed(lf~d Item!';. Before placing concrete, any items that are to be embedded shall be
firmly and securely fastened in place as indicated. All such items shall be clean and free from
coating, rust, scale, oil, or any foreign matter. The embedding of wood shall be avoided. The
concrete shall be spaded and consolidated around and against embedded items.
010-1 11 Placine Concrete. All concrete shall be placed during daylight, unless otherwise
approved. The concrete shall not be placed until the depth and character of foundation, the
adequacy of forms and falsework, and the placing of the steel reinforcing have been approved.
Concrete shall be placed as soon as practical after mixing and in no case later than I hour after
water has been added to the mix. The method and manner of placing shall be such to avoid
segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an
aid in placing concrete when necessary. Dropping the concrete a vertical distance of more than 3
feet, or depositing a large quantity at one point, will not be permitted. Concrete shall be placed
upon clean, damp surfaces, free from water, or upon properly consolidated soil.
The concrete shall be compacted with suitable mechanical vibrators operating within the concrete.
"When necessary, vibrating shall be supplemented by hand spading with suitable tools to assure ,
proper and adequate compaction. Vibrators shall be manipulated so as to work the concrete
thoroughly around the reinforcement and embedded fixtures and into comers and angles of the
forms. The vibration at any joint shall be of sufficient duration to accomplish compaction but shall
not be prolonged to the point where segregation occurs.
010-1 12 Con!';tnwtion Joint!';. When the placing of concrete is suspended, necessary provisions
shall be made for joining future work before the placed concrete takes its initial set. For the proper
bonding of old and new concrete, such provisions shall be made for grooves, steps, keys, dovetails,
P-610-4
I
I
I
I
I
,I
I
I
I
I
I
I
j
I
I
I
I
I
I
I
I,
I
I
I
I,
I
I
I
I
I,
I'
I
I
I
Ii
I
I
I
reinforcing bars or other devices as may be prescribed. The work shall be arranged so that a section
begun on any day shall be finIshed during daylight of the same day., Before depositing new
concrete on or against concrete which has hardened, the surface of the hardened concrete shall be
cleaned by a heavy steel broom, roughened slightly, wetted, and covered with a neat coating of
cement paste or grout.
610-3 13 Exp:m~ion' TOint~. Expansion joints shall be 'constructed at such points and of such
dimensions as may be indicated on the drawings. The premolded filler shall be cut to the same
shape as that of the surfaces being joined. The filler shall be fixed firmly against the surface of the
concrete already in place in such manner that it will not be displaced when concrete is deposited
against it. .
610-3 14 Defective Work. Any defective work disclosed after the forms have been removed shall
be immediately removed and replaced. If any dimensions are deficient, or if the surface of the
concrete is bulged, uneven, or shows honeycomb, which in the opinion of the Engineer cannot be
repaired satisfactorily, the entire section shall be removed and replaced at the expense of the
Contractor.
610-':\ 15 Snrface Finl5;h. All exposed concrete surfaces shall be true, smooth, and free from open
or rough spaces, depressions, or projections. The concrete in horizontal plane surfaces shall be
brought flush with the finished top surface at the proper elevation and shall be struck-off with a
straightedge and floated. Mortar finishing shall not be permitted, nor shall dry cement or sand-
cement mortar be spread over the concrete during the finishing of horizontal plane surfaces.
When directed, the surface finish of exposed concrete shall be a rubbed finish. If forms can be
removed while the concrete is still green, the surface shall be pointed and wetted and then rubbed
with a wooden float until all irregularities are removed. If the concrete has hardened before being
rubbed, a carborundum stone shall be used to finish the surface. When approved, the finishing can
be done with a rubbing machine.
610-116 Olring Ano Protection. All concrete shall be properly cured and protected by the
Contractor. The work shall be protected from the elements, flowing water, and defacement of any
nature during the building operations. The concrete shall be cured as soon as it has sufficiently
hardened by covering with an approved material. Water-absorptive coverings shall be thoroughly
saturated when placed and kept saturated for a period of at least 3 days. All curing sheets or mats
shall be sufficiently weighted or tied down to keep the concrete surface covered and to prevent the
surface from being exposed to currents of air. Where wooden forms are used, they shall be kept
wet at all times until removed to prevent the opening of joints and drying out of the concrete.
Traffic shall not be allowed on concrete surfaces for 7 days after the concrete has been placed or
until 3,000 psi has been developed.
610-3 17 f)rain~ Or f)lId~. 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 ofthe concrete.
610-1 1 R (;010 WeMher Protection. Except when authorized by the Engineer, concrete shall not be
P-61O-5
placed at air temperatures below 40<>P. When authorized, the Contractor shall provide satisfactory
methods and means to protect the mix from injury by freezing in accordance with ACI 306R.
Concrete damaged by freezing shall be removed and replaced at the expense ofthe Contractor.
610-1 19 Sealing Joints. All joints which require sealing shall be thoroughly cleaned, and any
excess mortar or concrete shall be cut out with proper tools. Joint sealing shall not be started until
after final curing and shall be done only when the concrete is completely dry. The cleaning and
sealing shall be carefully done with proper equipment and in a manner to obtain a neat looking joint
free from excess sealer.
MRASIJRRMRNT ANDVAVMRNT
610-4 1 Structural portland cement concrete, either non-reinforced or reinforced, will not be
measured for payment. The cost of concrete complete and accepted shall be incidental to and
included in the various contract bid items requiring concrete.
TRSTTNG RRQUTRRMF,NTS
ASTMC31
Making and Curing Concrete Test Specimens in the Field
ASTM C 39
Compressive Strength of Cylindrical Concrete Specimens
ASTM C 138
Unit Weight, Yield, and Air Content of Concrete
ASTM C 143
Slump of Hydraulic Cement Concrete
ASTM C 172
Sampling Freshly Mixed Concrete
ASTM C 231
Air Content ofPreshly Mixed Concrete by the Pressure Method
AASHTO T 26
Quality of Water to be Used in Concrete
ACI306R
Cold Weather Concreting
MATRRIAL RRQITlRRMRNTS
ASTMA 184
Fabricated Deformed Steel Bar Mats for Concrete Reinforcement
ASTMA185
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 C 33
Concrete Aggregates
P-610-6
I
I
,I
J
I
.1
I
I
I
I
.1
J
j
I
I
\1
I
I
I
I
I
I
I
I
I
,I-
I
I
I
I
I
I
I
I
I
I
I
I
ASTM C 94
ASTM C 150
ASTM C 171
ASTM C 260
ASTM C 309
ASTM C 494
ASTM C 618'
ASTMD 1751
ASTM D 1752
ASTM D 3405
END OF ITEM P-61 0
Ready-Mixed Concrete
Portland Cement
Sheet Materials for Curing Concrete
Air-Entraining Admixtures for Concrete
Liquid Membrane-Forming Compounds for Curing Concrete
Chemical Admixtures for Concrete
Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral
Admixture in Portland Cement Concrete
Preformed Expansion Joint Filler for Concrete Paving and Structural
Construction
Preformed Sponge Rubber and Cork Expansion Joint Fillers for
Concrete Paving and Structural Construction
Joint Sealants, Hot-Poured, for Concrete and Asphalt Pavements
P-61O-7
I
I
I
I
I
I
I:
I
I
I
I
I
I.
I
I
I
I
I.
I
620-1.1
620-2.1
620-2.2
620-2.3
620-3.1
620-3.2
ITEM P-620
PAVEMENT MARKING
DESCRIPTION
This item shall consist of painting of stripes' on the surface of taxiways, aprons, and
other pavements in accordance with these specifications and at the locations shown
on the plans, or as directed by the Engineer.
MATERIALS
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.
PAINT. Paint shall be waterborne as specified herein or shown on the plans. Paint
shall be furnished inmanufacturor's containers, colored White-37925, Black-37038
and Yellow33539 or 33655 in accordance with Federal Standard No. 595. Paint shall
meet the requirements of Federal Specification TT-P-1952D, Type I or Type II.
REFLECTIVE MEDIA. Glass beads shall meet the requirements of Fed. Spec. TT-
B-1325, Type ill. Glass beads shall be treated with adhesion promoting and/or
flotation coatings as specified by the manufacturer of the paint. Glass beads shall be
used only for permanent pavement marking.
CONSTRUCTION METHODS
WEATHER LIMITATIONS. The painting shall be performed only when the
surface is dry, the surface temperature is at least the minimum permitted by the paint
manufacturer's recommendations and 450F and rising, and the pavement surface
temperature is at least 5 degrees F above the dew point. Painting operations shall be
discontinued when the surface temperature exceeds the maximum permitted by the
paint manufacturer's recommendations. Do not paint when wind displaces paint
spray or glass beads.
EQUIPMENT. Equipment shall include the apparatus necessary to properly clean
the pavement surface, a mechanical marking machine, a bead dispensing machine,
and such auxiliary hand-painting equipment as may be necessary to satisfactorily
complete the job.
P-620-1
620-3.3
620-3.4
620-3.5
the required coverage and shall apply markings of uniform cross sections and clear-
cut edges without running or spattering and without over spray. A wind screen or
shroud shall be used on the machine to prevent displacement of materials by wind.
I
I
I
I
I
,I
I
I
I
I
I
I
I
I
I
I
I
I
I
PREPARATION OF SURFACE. Immediately before application of the paint,
the surface shall be dry and free from dirt, grease, oil, laitance, rubber, saw
cuttings, loose paint, or other foreign material that would re<iuce the bond between
the paint and the pavement. The area to be painted shall be cleaned by sweeping,
blowing, water blasting, vacuuming, or other methods as required. Surface
preparation shall include all requirements set forth in the paint manufacturer's
printed instructions. Existing pavement markings so designated for removal shall
be removed in accordance with Item S-190.
LA YO UT 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 as
shown on the plans. Control points shall be spaced at such intervals as will ensure
accurate location of all markings.
The Contractor shall provide an experienced technician to supervise the location,
alignment, layout, dimensions and application of the paint.
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
ofthe surface have been approved by the Engineer.
The edges ofthe markings shall not vary from a straight line more than Yz inch in 50
feet and marking dimensions and spacings shall be within the following tolerances:
Dimension and Spacing
36 inches or less
greater than 36 inches to 6 feet
greater than 6 feet to 60 feet
greater than 60 feet
Tolerance
+1- 12 inch
+1- 1 inch
+1- 2 inches
+1- 3 inches
The paint shall be mixed in accordance with the manufacturer's instructions and
applied to the pavement with a marking machine at the rate( s) shown in Table 1. The
addition ofthinner will not be permitted. A minimum period of24 hours shall elapse
between placement of a bituminous surface course and application ofthe permanent
paint.
P-620-2
I
I
I
I
I
I,
I
I
I
I
I
I
I,
I
I
I
I
I
I
TABLE 1. APPLICATION RATES FOR PAINT AND GLASS BEADS
Glass Beads,
Paint Type ill
Paint Type : Square feet per Pounds per
gallon, ft2/gal gallon of paint--
lb.lgal.
Waterborne
(temporary) 57.5.fe/ft\l1. . NONE
maXImu
Waterborne 115 felgal. 12 lb.lgal.
. .
(permanent) maxImum mInImUm
Temporary waterborne or solvent-based paint markings shall be applied at 50 percent of the
specified application rates for permanent markings. No glass beads or sand are required for
temporary markings.
Glass beads shall be distributed upon the permanently marked areas indicated
immediately after application of the paint. A dispenser shall be furnished which is
properly designed for attachment to the marking machine and suitable for dispensing
glass beads. Glass beads shall be applied at the rate(s) shown in Table 1. Glass
beads shall not be applied to black paint.
Glass beads shall adhere to the cured paint or all marking operations shall cease until
corrections are made.
All emptied containers shall be returned to the paint storage area for checking by the
Engineer.
The containers shall not be removed from the airport or destroyed until authorized by
the Engineer.
620-3.6
PROTECTION. After application ofthe paint, all markings shall be protected from
damage until the paint is dry; damaged markings shall be removed and replaced at the
expense ofthe Contractor. The Contractor shall erect or place suitable warning signs,
flags or barricades, and protective screens or coverings as required. All surfaces shall
be protected from excess moisture and/or rain and from disfiguration by spatter,
splashes, spillage, or drippings of paint; errant markings shall be removed by the
Contractor.
P-620-3
620-3.7
620-4.1
620-5.1
ASTM C 136
ASTM C 146
ASTM D 968
ASTM G 53
DEFECTIVE WORKMANSHIP OR MATERIAL. When any material not
conforming to the requirements of the specifications or drawings has been delivered
to the project or incorporated in the work, or any work performed is of inferior
quality, such defective material and work shall be corrected as directed by the
Engineer, at the expense of the Contractor.
I
I
I
I
I
,I
I
I
I
'I
I
I
I
I
I
I
I
I
I
METHOD OF MEASUREMENT
The quantity of permanent pavement 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.
BASIS OF PAYMENT
Payment shall be made at the contract unit price per square foot for pavement
marking. This price shall be full compensation for furnishing all materials including
glass beads and for all labor, equipment, tools, and incidentals necessary to complete
the item.
Payment will be made under:
Item P-620A Permanent Reflective Pavement Markings -- per square foot
Item P-620B Temporary Non-Reflective Pavement Markings -- per square foot
TESTING REQUIREMENTS
Sieve Analysis of Fine and Coarse Aggregates
Chemical Analysis of Glass Sand
Abrasion Resistance of Organic Coatings by Falling Abrasive
Operating Light and Water-Exposure Apparatus (Florescent
UV -Condensation Type) for Exposure of Nonmetallic
Materials.
Federal Test Method
Standard No. 141
Paint, Vamish, Lacquer and Related
Materials; Methods of Inspection, Sampling and Testing
P-620-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I,
I
I
I
I
I
ASTM D 476
Code of Federal
Regulations
Fed. Spec. TT-B-1325
Fed. Spec. TT-P-1952D
Federal Standard 595
Commercial Item
Description (CID) A-A-2886A
END OF ITEM P-620
MATERIAL REQUIREMENTS
Titanium Dioxide Pigments
40 CFR Part 60, Appendix A
29 CFR Part 1910.l200
Beads (Glass Spheres) Retro-Reflective
Paint, Traffic and Airfield Marking, Waterbome
Colors Used in Government Procurement
Paint, Traffic, Solvent Based
P-620-5
I
I
I
I
I
I
Ii
I
I
I
I
I
I
I
I
I
I
I,
I
701-1.1
701-2.1
701-2.2
701-3.1
701-3.2
(b)
ITEM D-701
PIPE FOR STORM DRAINS AND CULVERTS
DESCRIPTION
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
Materials shall meet the requirements shown on the plans and specified below.
Pipe.
a) Reinforced Concrete Pipe (RCP): Shall meet the requirements of
ASTM C 76, Class ill reinforcement, with O-ring gasket joint conforming to
ASTM C443.
CONSTRUCTION METHODS .
Equipment. All equipment necessary and required for the proper construction of
storm sewers and culverts shall be on the project, in first class working condition and
approved by the Engineer before construction is permitted to start.
The Contractor shall provide appropriate hoisting equipment to handle the pipe while
unloading and placing it in its final position without damage to the pipe.
The Contractor shall provide hand tampers and pneumatic tampers to obtain the
required compaction of the pipe bed and the backfill, as specified.
Excavation.
(a)
Common - The Contractor shall do all common excavation to the depth shown on the
plans. Common excavation shall consist of all excavation, including rock, required
to install piping as specified herein.
General- Excavated material not required or acceptable for backfill shall be disposed
of by the Contractor as directed by the Engineer. Common excavation shall not be
carried below the required depth; but when it is, the trench shall be backfilled at the
Contractor's expense with material approved by the Engineer and compacted to the
density of the surrounding earth material as determined by Item P-152.
D-701-1
Addendum No.2
701-3.3
701-3.4
When directed, unstable soil shall be removed for the full width of the trench and
replaced with an approved granular material. The Engineer shall determine the depth
of removal of unstable soil and the amount of backfill necessary. The backfill shall
be compacted and shaped to a firm but slightly yielding condition to form the bed for
the pipe. The cost of removing unstable soil shall be included in the unit price bid
per foot for each reinforced concrete pipe installed.
I
I
I
I
I
'I
I
I
I
I
I
I
I
I
I
I
I
I
I
The minimum width of the trench at the top of the pipe, when placed, shall be not
less than the dimensions shown in the drawings. The sides of the trench shall be
vertical, unless otherwise approved by the Engineer.
The Contractor shall do such trench bracing, sheathing, or shoring necessary to
perform and protect the Contractor's employees, the public and pipe excavation
during pipe construction operations as required by OSHA. The bracing, sheathing, or
shoring shall not be removed in one operation but shall be done in successive stages
as determined by the Engineer to prevent overloading of the pipe during backfilling
operations. The cost of all necessary bracing, sheathing, or shoring, and the removal
of same, shall be incidental to and included in the unit price bid per foot for the pipe.
Bedding.
Reinforced Concrete Pipe (RCP) and Reinforced Elliptical Pipe. Bedding shall
consist of a bed of No. 57 stone, 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
percent ofthe pipe's vertical diameter. The layer of bedding material shall be shaped
to fit the pipe for 10 percent 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. The cost of the bedding shall be incidental to and included in the unit
price bid per linear foot for installing the various sizes ofRCP and Elliptical Pipe.
Laving And Installing Pipe.
The Contractor shall provide the necessary mason's lines and supports to. ensure
installation of the pipe to line and grade, as staked by the Contractor in accordance
with the drawings. The Contractor's facilities for lowering the pipe into the trench
shall be such that neither the pipe nor the trench will be damaged or disturbed.
The Engineer shall inspect all pipe before it is laid, and reject any section that is
damaged by handling or is defective to a degree which will materially affect the
function and service of the pipe.
The laying ofthe pipe in the finished trench shall be started at the lowest point and
laid upgrade. When bell and spigot pipe is used, the bell shall be laid upgrade.
D-701-2
Addendum No.2
I
I
I
I
I
I
I'
I
I
I
I
I
I
I
I
I
I
I
I
701-3.5
701-3.6
The pipe and shall be firmly and accurately set to line and grade so that ~he invert will
be smooth and unifonn. The pipe shall be protected from water during installation.
When bell and spigot pipes are used, spaces for the pipe bells shall be dug into the
pipe subgrade to accommodate the bells. These spaces shall be deep enough to
ensure that the bells do not bear the load of the pipe; they shall not be excessively
wide in relation to the longitudinal direction of the trench. When the pipes are laid,
the barrel of each section of pipe shall be in contact with the quadrant-shaped
bedding throughout its full length, exclusive ofthe bell, to support the entire load of
the pipe.
Pipe shall not be laid on frozen ground.
Pipe which is not true in alignment, or which shows any settlement after laying, shall
be taken up and re-laid without extra compensation.
The Contractor shall provide, as may be necessary, for the temporary diversion of
stream flow in order to permit the installation of the pipe under dry conditions.
Joining Pipe. Joints shall be made with rubber gaskets for RCP and Sealing Bands
for Elliptical Pipe as specified in Section 701-2.2. The method of joining pipe
sections shall be such that the ends are fully extended and the inner surfaces are
reasonably flush and even. Under no circumstances shall pipe be installed where the
joints will leak. The pipe will be removed and reset properly at the sole cost to the
Contractor should leaking joints occur.
Backfilling. All trenches and excavations shall be backfilled within a reasonable
time after the pipes are installed, unless other protection ofthe pipe is directed. The
backfill material shall be selected granular material from excavation or borrow;
material which is placed at the sides of the pipe and 1 foot over the top shall be
material which can be readily compacted. It shall not contain stone retained ,on a 3-
inch sieve, frozen lumps, chunks of highly plastic clay, or any other material which is
objectionable to the Engineer. The material shall be moistened or dried, ifnecessary,
to be compacted by the method in use. Backfill material shall be approved by the
Engineer.
The backfill shall be placed in loose layers not to exceed 6 inches in depth along each
side ofthe pipe. Special care shall be taken to secure thorough compaction under the
haunches and at the sides of the pipe. This backfill shall be brought up evenly on
each side of the structure to an elevation as shown on the drawings, or such greater
elevation as directed by the Engineer. Backfilling shall be done in a manner to avoid
injurious top or side pressures on the pipe.
D-701-3
Addendum No.2
701-3.7
701-3.8
701-3.9
In embankments and for other areas outside of pavements, the fill shall be compacted
at each side ofthe pipe for a lateral distance equal to twice the outside diameter or 12
feet, whichever is less, and carried up to an elevation of at least 1 foot above the top
ofthe pipe. The backfill shall be compacted to the density required for embankments
in unpaved areas under Item P-152. Under paved areas, the subgrade and any backfill
shall be compacted to the density required for embankments for paved areas under
Item P-152.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Movement of construction machinery over a culvert shall be at the Contractor's risk.
Any pipe damaged thereby shall be replaced at the expense of the Contractor.
Connections. Where the plans call for connection to existing or proposed structures,
these connections shall be watertight and made so that smooth uniform flow line will
be obtained throughout the drainage system. The mortar used for making
connections shall be as specified in Item D- 7 51 - "Drainage Structures" and shall be
of the desired consistency for caulking and filling between the pipe and the drainage
structures. Mortar that is not used within 45 minutes after water has been added shall
be discarded. Retempering of mortar shall not be permitted. Contractor to verify
existing structures to be extended and insure proposed pipe will fit properly.
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 ordered by the Engineer. Except for
paved areas of the airport, the Contractor shall restore all disturbed areas to their
original condition.
After all work is completed, the Contractor shall remove all tools and other
equipment, leaving the entire site free, clear, and in good condition.
Performance ofthe work described in this section is not payable directly, but shall be
considered as a subsidiary obligation of the Contractor covered under the contract
unit price for the pipe.
Inspection. Prior to final approval ofthe drainage system, the Engineer, accompanied
by the Contractor's representative, shall make a thorough inspection, by an
appropriate method, of the entire installation. Any indication of defects in material or
workmanship, or obstruction to flow in the pipe system, shall be further investigated
and corrected. Defects due to the Contractor's negligence shall be corrected by the
Contractor without additional compensation and as directed by the Engineer.
METHOD OF MEASUREMENT
D-701-4
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
701-4.1
The footage of pipe to be paid for shall be the number of linear feet of each type and
size of pipe in place, completed, and approved to 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 sizes shall be measured separately. All bedding,
undercut excavation, removal of excess excavation, sealing bands, and backfill shall
be included in the footage as typical pipe sections in the pipeline being measured.
BASIS OF PAYMENT
701-5.1
Payment will be made at the contract unit price per linear foot for each size and type
of pipe designated. This price shall be full compensation 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. Bedding,
removal of excess excavation, and backfill quantities and sealing bands are incidental
to and shall be included in the cost per linear foot of pipe.
Payment will be made under:
Item
D - 701A
24" Class III RCP - Per Linear Foot
Ilt.@::::::::;:;:;)~:;:t~:W:l,l,t,I::;g:\lq\~R:::@~:r:;:;I~[~I\t~l~~:\:Qm~$..~\!&il\l~::*Ie~::_\~~ffi.i_
TESTING AND MATERIAL REQUIREMENTS
Test Material and Short Title
ASTM C 76 -
Reinforced Concrete Pipe
ASTM C 443 -
Rubber Gasket for RCP
ASTM C 507 -
Reinforced Concrete Elliptical Culvert
ASTM C 877 -
External Sealing Bands for Non-Circular Concrete Sewer
END OF ITEM D-701
D-701-5
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I,
I
I
I
I
I
I
I
ITEMD-751
DRAINAGE STRUCTURES
DESCRIPTION
751-1.1 This item shall consist of construction of catch basins and modifications of existing
structures, 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 C 32, Grade SM.
751-2.2 MORTAR. Mortar shall consist of one part portland cement and two parts sand by
volume. The portland cement shall conform to the requirements of ASTM C 150,
Type I. The sand shall conform to the requirements of ASTM C 144. Hydrated
lime conforming to ASTM C 207 may be added to the sand-cement mix in an
amount not to exceed 15% of the weight of cement.
751-2.3 CONCRETE. Plain and reinforced concrete used in structures, aprons, connections
of pipes with structures, support of structures or frames, and elsewhere as indicated
shall conform to the requirements ofItem P-610.
751-2.4 FRAMES, COVERS, AND GRATES. The castings shall conform to one of the
following requirements..
A. Gray iron castings shall meet the requirements of ASTM A 48, Class 30B or 35B.
B. Malleable iron castings shall meet the requirements of ASTM A 47.
C. Steel castings shall meet the requirements of ASTM A 27, Grade 60-30.
D. Structural steel for grates and frames shall conform to the requirements of ASTM A
283, Grade D.
E. Ductile iron castings shall meet the requirements of ASTM A 536, Grade 65-45-12.
All castings and 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 or grate unit shall be provided with fastening members to
prevent it from being dislodged by traffic but which will allow easy removal for
D-751-1
access to the structure.
All castings shall be thoroughly cleaned. After fabrication, structural steel units
shall be galvanized to meet the requirements of ASTM A 123.
751-2.7 STEPS. The steps shall be gray or malleable cast iron, galvanized steel, or
reinforced polypropylene plastic and shall meet the requirements of ASTM C 478.
The steps shall be the size, length, and shape shown on the drawings. Steps that are
not galvanized or plastic shall be given a coat of bituminous paint, when directed.
CONSTRUCTION METHODS
751-3.1 UNCLASSIFIED EXCAVATION.
A. The Contractor shall do all excavation for structures and footings to the lines,
grades, and elevations shown on the drawings, 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 and footings shown. The elevations of the bottoms of
footings, as shown on the drawings, shall be considered as approximate only; the
Engineer may order, in writing, changes in dimensions or elevations of footings
necessary to secure a satisfactory foundation. Structures shall be placed on stone
beddings when indicated on drawings. The cost of bedding shall be incidental to
and included in the unit price bid for each structure.
B. Boulders, logs, or any other objectionable material encountered in excavation shall
be removed. All rock or other hard foundation material shall be cleaned of all loose .
material and cut to a firm surface either level, stepped, or serrated, as directed by the
Engineer. All seams or crevices shall be cleaned out and grouted. All loose and
disintegrated rock and thin strata shall be removed. When concrete is to rest on a
surface other than rock, special care shall be taken not to disturb the bottom of the
excavation, and excavation to final grade shall not be made until just before the
concrete or reinforcing is to be placed.
C. The Contractor shall provide all bracing, sheathing, and shoring necessary to
implement and protect the excavation, structure, and workers as required for safety
and conformance to governing laws and regulations. The cost of bracing, sheathing,
and shoring shall be included in the unit price bid for the structure.
D. Unless otherwise provided, bracing, sheathing, or shoring involved in the
construction of this item shall be removed by the Contractor after the completion of
the structure. Removal shall be effected in a manner which will not disturb or mar
finished masonry. The cost of removal shall be included in the unit price bid for the
structure.
D-751-2
I
I
I
I
I
I
I
I
I
I
I
,I
J
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
E. After each excavation is completed, the Contractor shall notify the Engineer to that
effect; and concrete or reinforcing steel shall be placed after the Engineer has
approved the depth ofthe excavation and the character of the foundation material.
751-3.2 CONCRETE STRUCTURES. Concrete structures shall be built on prepared
foundations, conforming to the dimensions and form indicated on the plans. The
construction shall conform to the requirements specified in Item P-61O. 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 so as to be smooth,
uniform, and cause minimum resistance to flowing water. The interior bottom shall
be sloped downward toward the outlet.
751-3.3 PRECAST CONCRETE STRUCTURES. Precast concrete structures shall be
constructed on prepared or previously placed slab foundations and shall conform to
the dimensions and locations shown on the plans. All precast concrete sectio~s
necessary to build a completed structure shall be furnished. The different sections
shall fit together readily, and all jointing and connection shall be cemented with
mortar or provided withapproved gaskets.
The top of the upper precast concrete member 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 resilient connections for lateral pipe, including drops
and leads that maybe installed in the structure. The flow lines shall be smooth,
uniform, and cause minimum resistance to flow.
751-3.4 CONCRETE APRONS. Cast in place concrete aprons shall be constructed about
drop inlets in non-paved areas as indicated on the drawings. Cost of aprons shall be
included in the unit price bid for drop inlets.
751-3.5 INLET AND OUTLET PIPES. Inlet and outlet pipes shall extend through the
walls of the structures for a sufficient distance beyond the outside surface to allow
for connections but shall be cut off flush with the wall on the inside surface, unless
otherwise directed. Mortar or resilient material shall be placed around these pipes
so as to form a tight, neat connection to the structure.
751-3.6 PLACEMENT AND TREATMENT OF CASTINGS, FRAMES, AND
FITTINGS. All castings, frames and fittings shall be placed in the positions
indicated on the drawings or as directed by the Engineer, and shall be set true to line
and to correct elevation. Frames or fittings shall be set in concrete or cement
mortar. All anchors and 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.
After the frames or fittings have been set in final position and the concrete or mortar
has been allowed to harden for 7 days, then the grates or covers shall be placed and
fastened down.
D-751-3
751-3. 7 INSTALLATION OF STEPS. The steps shall be installed as indicated on the
drawings or directed by the Engineer. Steps shall be aligned and placed at vertical
intervals of 15 inches. When the steps are to be set in concrete, they shall be placed
and secured in position before the concrete is placed. The steps shall not be
disturbed or used until the concrete or mortar has hardened for at least 7 days. After
this period has elapsed, steps that are not galvanized or plastic shall be cleaned and
painted:
When steps are required with precast concrete structures, they shall be cast into the
sides 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.
The cost of steps shall be included in the unit price bid for the structure.
751-3.8 BACKFILLING.
A. After a structure has been completed, the area around it shall be filled with approved
material, in horizontal layers not to exceed 6 inches in loose depth, and compacted
to the density required 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 drawings or as directed by the Engineer.
B. Backfilling 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 the
concrete has been in place 7 days, or until tests made by the laboratory under
supervision of the Engineer establish that the concrete has attained sufficient
strength to provide a factor of safety against damage or strain in withstanding any
pressure created by the backfill or the methods used in placing it.
C. Backfill shall not be measured for direct payment. Performance of this work shall
be considered as a subsidiary obligation of the Contractor covered under the contract
unit price for the structure involved.
751-3.13 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
except where otherwise shown.
After all work is completed, the Contractor shall remove all tools and equipment,
leaving the entire site free, clear, and in good condition.
D-751-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I,
I
I
I
I
I
I
751-4.1
751-5.1
METHOD OF MEASUREMENT
Catch basins shall be measured by the unit.
BASIS OF PAYMENT
The accepted quantities of catch basins 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; disposal of excess excavation material; 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. No measurement or allowances will
be made for steps, steel, forms, false work, cofferdams, pumping, bracing, joints, or
finishing work.
Payment will be made under:
Item D-7 51 A Type 12 Catch Basin -- per each
Item D-7 51 B Modified Type 12 Catch Basin -- per each
MATERIAL REQUIREMENT
ASTM A 27
Steel Castings, Carbon, for Generill Application
ASTM A 47
ASTM A 48
Ferritic Malleable Iron Castings
Gray Iron Castings
ASTM A 123
Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products
ASTM A 283
Low and Intermediate Tensile Strength Carbon Steel Plates
ASTM A 536
Ductile Iron Castings
ASTM A 897
Austempered Ductile Iron Castings
ASTM C 32
Sewer and Manhol~ Brick
ASTM C 33
Concrete Aggregates
ASTM C 144
Aggregate for Masonry Mortar
ASTM C 150
Portland Cement
D-751-5
ASTM C 207
ASTM C 443
ASTM C 478
ASTM C 923
END OF ITEM D-751
Hydrated Lime for Masonry Purposes
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber
Gaskets
Precast Reinforced Concrete Manhole Sections
Resilient Connectors Between Reinforced Concrete Manhole
Structures, Pipes and Laterals
D- 7 51-6
I
I
I
I
I
I
I
I
I
I
I
I
I,
I
I
I
I
I
I
ITEM E-891
INLET PROTECTION
DESCRIPTION
891-1.1 The work covered by this section consists bf furnishing, placing, maintaining, and
removing temporary inlet protection at the locations and dimensions shown on the
drawings or as directed by the Engineer.
MATERIALS
891-2.1 FILTER STONE. Clean washed stone or gravel, ASTM C 33, size no. 5, with 100
percent passing a 1 112-inch sieve and not more than 10 percent passing a 1/2-inch
SIeve.
891-2.2 BLOCKS. Nominal size 8 x 8 x 16 concrete block.
891-2.3 WIRE SCREEN. Hardware cloth or wire mesh with ll2-inch openings.
CONSTRUCTION METHODS
891-3.1 CONSTRUCTION.
A. Lay one block on each side of the structure on its side in the bottom row to allow
pool drainage. The foundation shall be excavated at least 2 inches below the crest
of the inlet, or paved apron if present. Place the bottom row of blocks against the
edge of the inlet or paved apron for lateral support and to avoid washouts when
overflow occurs. If needed, give lateral support to subsequent rows by placing 2 x 4
wood studs through block openings.
B. Carefully fit hardware cloth or wire mesh over all block openings to hold filter stone
in place.
C. Place filter stone 2 inches below the top of the block on a 2: 1 slope or flatter and
smooth it to an even grade.
891-3.2 MAINTENANCE. Inspect protection device after each rainfall. Repair or replace
damaged areas as required. Replace sediment choked filter stone with clean filter
stone. Remove sediment deposits when deposition accumulates to 1/2 of height of
protection device.
E-891-1
891-3.3
891-4.1
891-5.1
REMOVAL. When no longer needed, as determined by the Engineer, the inlet
protection shall be removed and the area restored to meet final grading and grassing
requirements.
I
I
I
I
I
I
I
I
I
I
I
I
,I
I
I
I
I
I
I
METHOD OF MEASUREMENT
Inlet Protection shall be measured by each new protection device installed and
accepted.
BASIS OF PAYMENT
The quantities of Inlet Protection will be paid for at the contract unit price per each,
complete, in place and accepted. This price shall be full compensation for
furnishing all materials and for all preparation, excavation, placing materials, and
replacing materials as required to maintain protection; removal when no longer
needed; and for all labor equipment, tools, and incidentals necessary to complete the
protection.
Payment will be made,under:
Item E-891
Inlet Protection - - - per each
END OF ITEM E-891
E-891-2
I
I
I
I
I
I
I
I
I
I
I
I
I,
I
I
I
I
I
I
ITEM T-901
GRASSING AND MULCHING
GRNRRAT,
901-1 1 De~cription' Work described in this section includes permanent grassing by either seeding
and hydroseeding of grass over areas indicated in the drawings and in areas disturbed within the
Contractor's staging area, haul routes, and all other areas outside the limits of construction.
901-1 2 Definitions' Satisfactory stand of grass: Full cover over designated areas, with living
grass (green in color), free of weeds, and without bare spots.
901-1 1 SlIhmittak Certificates: Submit certificates for all seed. Indicate grass species, weed
content, and percent germination.
901-1 4 QlIality Assurance'
A. These specifications are to be used as a guide to enable the Contractor to develop a
satisfactory stand of grass. The Contractor shall visit the site and acquaint himself as to the
nature and condition of the soil and the extent of the work required prior to bidding. The
Contractor shall have the soil tested to determine the actual rates and/or types of lime,
fertilizer, seed and mulch required. Prior to construction, the contractor shall submit a
seeding plan to the Engineer for his review. In addition to the above, it shall also include
his methods of maintenance, watering, reseeding, fertilizing, mowing and recommendations
for future maintenance by the Owner.
B. Seed shall be furnished separately or in mixtures in standard containers with the
seed name, lot number, net weight, percentages of purity and of germination and hard seed,
and percentage of maximum weed seed content clearly marked for each kind of seed. The
Contractor shall furnish the Engineer duplicate signed copies of a statement by the vendor
certifying that each lot of seed has been tested by a recognized laboratory for seed testing
within 6 months of date of delivery. This statement shall include: name and address of
laboratory, date of test, lot number of 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.
T-901-1
MATRRTALS
901-2 1 Fertilizer
1. Regular type: Nitrogen content derived from organic or inorganic sources; bearing
manufacturer's statement of analysis. Minimum requirements: 12% nitrogen, 8% phosphoric acid,
8% potash. :
2. Slow-release type: 50% of nitrogen is in slow-release form, content derived from organic or
inorganic sources; bearing manufacturer's statement of, analysis. Minimum requirements: 12%
nitrogen, 4% phosphoric acid, 10% potash.
3. Commercial mixed type: Nitrogen content derived from organic or inorganic sources, bearing
manufacturer's statement of analysis. Minimum requirements: 10% nitrogen, 10% phosphoric acid,
10% potash.
901-2 2 T ,ime' Ground limestone containing not less than 85% carbonates; 50% passing 100 mesh
sieve and 90% passing 20 mesh sieve. Coarser material is acceptable if application rates are
increased to achieve quantities and depth specified. Liquid Lime may be substituted for ground
lime provided it meets all requirements for Agricultural Lime except percent by weight passing
U. S. Standard Sieves, which is waived for Liquid Lime.
901-11 Seeo' The grass seed to be furnished shall have a maximum of two and one-half percent
(2-1/2%) of weed seed and a minimum of ninety percent (90%) by weight of pure live seed. The
seed shall conform to the requirements of Federal Specification JJJ-S-181.
Seedine Scheonle'
Common Name of Seeo
Pounds
Per Acre
Planting
Datef:\
Total Seed
Mixtnre
Bermuda Grass
( Hulled)
120
70
March 1 -
Aug. 16
Korean Lespedeza
25
25
70
Aug. 15 -
Feb. 28
Kentucky 31 Fescue
Bermuda Grass
(50% Hulled,
. 50% Unhulled)
145
Korean Lespedeza
Kentucky 31 Fescue
25
25
5
20
Annual Ryegrass*
Rye Grain*
T-901-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
*These grasses are not to be used by themselves, but should be used in conjunction with one of the
Bermuda grasses specified. -
901-24 Hydmmnldr Wood cellulose fiber containing no germination inhibiting or growth
inhibiting agents. Characteristics shall be as follows:
1. Percent moisture content: 10.0% (+ 2.0)
2. Percent organic matter: 99.4% (+ 0.2%).
3. Percent ash content: 0.6% (+ 0.2%).
4. pH: 4.8 (+ 0.5%).
5. Water holding capacity: 1050 grams waterll00 grams fiber, minimum.
901-?- ') Dry Mulch: Clean, seed free stray of hay, wheat, rye, oats, barley, straw or manure.
901-2 n Asphalt Spray Mllkh' Meeting ASTM D 977-79a, Grade SS-1 with 57%-59% residual
asphalt, mixed with equal parts of water.
901-2 7. Staking Pegs' Staking pegs: 3/411 diameter by 8" long softwood.
901-?- R Water Clean, potable.
CONSTRlTCTION MRTHOnS
901-3 1
Preparation'
A. Place topsoil as specified in Section T -905 on area to be grassed.
B. Check soil pH. Add lime as required to achieve a soil pH of at least 5.5 but at a
minimum of 1.5 tons/acre. Apply lime and mix into soil during seedbed preparation.
Apply fertilizer to seedbed at rate of 1 000 lbs. per acre or equivalent of 10-10-10 fertilizer.
C. Rake areas to be grassed, filling depressions and removing stones over 2" in size, sticks
and rubbish.
D. After preparation of soil, level areas to be seeded and bring to finish grade. Hand rake
smooth, allowing for settlement.
901-3 2
Seeding'
A. Uniformly distribute the first half of the seed mixture over the designated areas using a
seed drill and then uniformly distribute the last half of the seed mixture over the designated
areas by means of a mechanical spreader. Seed mixture shall be sown at the rate shown in
T-901-3
the SEEDING SCHEDULE, immediately after fertilization.
B. Sow half of seed with spreader moving in one direction; the remainder with spreader
moving at right angle to first sowing.
C. Cover seed lightly with minimum of 1/4" of soil by hand raking.
D. Firm seeded area by rolling with a light roller (40-65 lbs. per foot of width for clay soil,
and 150-200 lbs. per foot of width for sandy or light soils).
E. Mulch seeded areas having slopes of four to one or greater with dry mulch or
hydromulch. Use asphalt spray mulch or hydromulch within safety areas of airfield
pavements (See Typical Section sheet for prescribed safety area distances).
901 -1 1
Dry M1I1ch'
A. Apply dry mulch at rate of 2-3 tons per acre to provide a uniform loose depth between
1-1/2 and 3 inches.
B. Secure mulch with a very thin layer of topsoil, stakes and wire mesh, or asphalt binder
as approved by Engineer.
1. Peg and string method - secure mulch using stakes and wire pins spaced on 5
foot centers. String binder twine diagonally and at right angles.
2. Manufactured netting may be used if approved by Engineer.
C. Do not use dry mulch within runway and taxiway safety areas. Hydromulch or asphalt
spray mulch within all safety areas.
901-1 4
Hynroseenin 8'
A. Apply seedlfertilizerlhydromulch mixture in water slurry. Dispense using hydraulic
mulching equipment in following minimum quantities:
1. Fertilizer: 1000 lbs.!acre, except for areas to be seeded with Love Grass
shall receive 25 lbs. of fertilizer and 75 lbs. oflimestonell 000 s.f.
2. Hydromulch: 1200-1500lbs.!acre.
3. Seed: Please see SEEDING SCHEDULE for appropriate percentages for
each respective growing se~son.
901-1 ';
Maintemmce'
A. Maintain grassed areas at a height of not to exceed 2" until final acceptance of the
project. Repair damaged mulch.
T-901-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
B. Regrass areas larger- than one sq. ft. not having a uniform stand of grass. Eradicate
weeds which appear in grassed areas.
C. At completion of grassing operation, remove excess soil and debris from project site.
D. 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.
E. The Contractor shall apply 30 units of nitrogen per acre after the grass has attained a
height of 1/2 to 3/4 inch. Approximately four (4) weeks afterwards, apply a second
application of30 units of nitrogen per acre.
F. The Contractor shall establish a good stand of grass of uniform green color and density
to the satisfaction of the Engineer. If at the time when the contract has been otherwise
completed, it is not possible to make an adequate determination of the color, density, and
uniformity of such stand of grass, payment for the unaccepted portions of the areas seeded
out of season will be withheld until such time as these requirements have been met. In lieu
of retaining the value of grassing not acceptable to the Engineer, the Contractor may submit
a bond to the Owner (providing the Owner agrees to this option) for the amount of grassing
that has not achieved a good stand of grass of uniform green color and density and receive
payment for the unacceptable grassing.
MF,THOn OF MF,ASlJRF,MF,NT
901-41 The quantity of grassing and mulching areas shall be the number of acres, measured on
the ground surface, completed and accepted.
All areas within the Contractor's staging area, haul routes and all other areas outside the
limits of construction to be grassed shall not be measured for payment. Grassing of these
areas shall be considered incidental to and included in the lump sum price bid for Item 01000
- "Mobilization".
BASIS OF P A YMF,NT
901-~ 1 The quantity for grassing and mulching areas determined as provided above, will
be paid for at the contact unit price per acre, or fraction thereof, for the pay item listed below,
which price and payment shall be full compe~sation for furnishing and placing all material,
including mulching, watering and maintenance of seeded areas as directed by the Engineer, and
for all labor, equipment, tools, and incidentals necessary to complete the work prescribed in this
item.
T-901-5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ITEM T -905 TOPSOILING
DESCRIPTION
905-1.1 This item shall consist of preparing the ground surface for topsoil application, removing
topsoil from on site areas to be stripped and graded or from approved sources off airport property,
stockpiling when required, 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, stumps, roots, brush,
stones (one inch or more in diameter), clay lumps, or similar objects. Brush and other vegetation
which will not be incorporated with the soil during handling operations shall be cut and removed.
Ordinary sods and herbaceous growth such as grass and weeds are not to be removed but shall be
thoroughly broken up and intermixed with the soil during handling operations. The topsoil or soil
mixture, unless otherwise specified or approved, shall have the following composition.
905.,.2.2 COMPOSITION. Onsite and offsite topsoil as needed shall contain at least 3% and not
more than 20% organic matter as determined by the Organic Carbon, 6A, Chemical Analysis Method
described in USDA Soil Survey Investigations Report No.1. The mixture shall have a pH level
between 5.5 and 7.6. All topsoil will be subject to inspection during the planting period and any
material which does not meet the specifications will be rejected.
Natural topsoil may be amended by the Contractor with approved materials and methods to meet the
above specifications at no additional cost to the Owner.
CONSTRUCTION METHODS
905-3.1 GENERAL. Suitable equipment necessary for proper preparation and treatment of the
ground surface, stripping of topsoil, and 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 SURF ACE. 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 of2 inches (50 mm) to facilitate bonding of
the topsoil to the covered sub grade soil. The surface ofthe area to be topsoiled shall be cleared of all
stones larger than 2 inches (50 mm) in any diameter and all litter and other material which may be
detrimental to proper bonding, the rise of capillary moisture, or the proper growth of the desired
planting.
T -905-1
Grades on the areas to be topsoiled shall be as indicated on the plans and shall be maintained in a
true and even condition. Where grades have not been established, the areas shall be smooth graded
and the surface left at suitable grades in an even and properly compacted condition to prevent,
insofar as practical, the formation of low places or pockets where water will stand.
905-3.3 OBTAINING TOPSOIL. Suitable topsoil shall be secured from onsite stripping or grading
work or from off airport property, 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.
Prior to the stripping of topsoil from approved areas, any vegetation, briers, stumps, 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.
The Contractor shall remove the topsoil to the depths as directed by the Engineer. The topsoil shall
be hauled to the site of the work and spread on areas already tilled and smooth graded, or stockpiled
in areas approved by Engineer. Stockpile areas must be clear of runway and taxiway safety areas.
Any topsoil temporarily stockpiled by the Contractor shall be rehandled and placed without
additional compensation. 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.
The Contractor shall install all erosion control measures (such as silt fence, inlet protection,
diversion ditches, sedimentation ponds, etc.) prior to stripping any area on the project site.
905-3.4 PLACING TOPSOIL. The topsoil shall be evenly spread on the prepared areas to a uniform
depth of not less than 4 inches after compaction, unless otherwise shown on the plans or approved
by the Engineer. The Engineer will perform at least two depth checks per acre of topsoil placed.
The Contractor shall rework any areas where topsoil depths are found to be less than specified
thickness at no additional cost to the Owner. 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 (one inch 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
operations shall be promptly removed.
T-905-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
METHOD OF MEASUREMENT
905.4.1 Topsoil shall be measured by the number of cubic yards in its final position. The
measurement will only be made for the 4-inch depth times the area topsoiled and will only be paid once
regardless of whether the topsoil can be stripped and then immediately placed or if it is stripped,
stockpiled; and then rt:?handled at a later date. The use of topsoil from off site will only be undertaken
once the supply of topsoil from onsite strippings has been exhausted.
BASIS OF PAYMENT
905-5.1 Payment will be made at the contract unit price per cubic yard for topsoil in-place,
complete and accepted. This price shall be full compensation for furnishing all materials and for all
preparation, hauling, stockpiling, rehandling, placing, and spreading of the materials, and for all
labor, equipment, tools, and incidentals necessary to complete the item.
Payment will be made under:
T-905
Onsite Topsoil-- per cubic yard
END OF ITEM T -905
T -905-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 10520
FIRE-PROTECTION SPECIALTIES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General Provisions and
Supplementary Conditions and Division 1 Specification Sections, apply to this Sec-
tion.
1.2 SUMMARY
A. This Section includes the following:
1. Wheeled fire extinguishers.
1.3 SUBMITTALS
A. Product Data: Include construction details, material descriptions, dimensions of indi-
vidual components and profiles, and finishes for fire-protection cabinets.
1. Fire Extinguishers: Include rating and classification.
B. Maintenance Data: For fire extinguishers to include in maintenance manuals.
1.4 QUALITY ASSURANCE
A. Source Limitations: Obtain fire extinguishers through one source from a single
manufacturer.
B. NFPA Compliance: Fabricate and label fire extinguishers to comply with NFPA 10,
"Portable Fire Extinguishers."
C. Fire Extinguishers: Listed and labeled for type, rating, and classification by an inde-
pendent testing agency acceptable to authorities having jurisdiction.
1. Provide fire extinguishers approved, listed, and labeled by FMG.
1.5 WARRANTY
A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to re-
pair or replace components of portable fire extinguishers that fail in materials or
workmanship within specified warranty period.
1. Failures include, but are not limited to, the following:
10520 - 1
a. Failure of hydrostatic test according toNFPA 10.
b. Faulty operation of valves or release levers.
2. Warranty Period: Six years from date of Substantial Completion.
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. In other Part 2 articles where titles below int~oduce lists, the following requirements
apply to product selection:
1. Available Manufacturers: Subject to compliance with requirements, manufac-
tuers offering products that may be incorporated into the Work include, but are
not limited to, manufacturers specified.
2. Manufacturers: Subject to compliance with requirements, provide products by
one of the manufacturers specified.
3. Basis-of-Design Product: The design for each product is based on the product
named. Subject to compliance with requirements, provide either the named prod-
uct or a comparable product by one of the other manufacturers specified.
2.2 WHEELED FIRE EXTINGUISHER
A. Manufacturers: Wheeled Fire Extinguisher shall be a 150lb stored pressure purple K
wheel unit; Model#30310 as manufactured by Buckeye Fire Equipment Company or
approved equal.
PART 3 - BASIS OF PAYMENT
A. Payment shall be made at the contract unit price per each for the wheeled fire extin-
guisher herein specified. This price shall be full compensation for furnishing all ma-
terials, delivery and placement on site, and for all labor equipment, tools and inciden-
tals necessary to complete the item.
Payment will be made under:
Item 10520
Wheeled Fire Extinguisher--per each.
END OF SECTION 10520
10520-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ITEM L-108
INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS
DESCRIPTION
108-1.1 . This item shall consist of underground cable furnished and installed in accordance
with this specification at the locations and in accordance with the design, dimensions, and details
shown in the plans. This item shall include the excavation and backfill of the trench and the
installation of cable and counterpoise wire in trench, duct or conduit. It shall include splicing,
cable marking, and testing of the installation and all incidentals necessary to place the cable in
operating condition as a completed unit to the satisfaction of the engineer. This item shall not
include the installation of the duct or conduit.
108-2.1
EQUIPMENT AND MATERIALS
GENERAL.
A.
Proposed airport lighting equipment and materials shall be listed in FAA Bulletin.
Other equipment and materials not listed in the FAA Bulletin shall be tested and
certified by an independent testing laboratory that have been approved for testing
by the FAA.
B.
All other equipment and materials covered by other referenced specifications shall
be subject to acceptance through the manufacturer's certification of compliance
with the applicable specifications.
C.
Installation and materials shall be in accordance with the latest edition of the
National Electrical Code, all applicable Building Codes, and all local codes.
Apply and pay for all permits and fees required for this construction.
D.
Lists of the equipment and materials required for a particular system are contained
in the applicable advisory circulars.
108-2.2 CABLE. Underground cable for series lighting circuits shall conform to the
requirements of Specification for L-824 Underground Electrical Cables for Airport Lighting
Circuits, Type C single conductor cable with 5000 volt cross linked polyethylene insulation.
Underground cable for low voltage parallel circuits shall be underwriter's laboratories listed type
RHH or RHW -2 or USE-2, suitable for operation at 600 volts or less in wet or dry locations,
including direct burial in earth. Conductors shall be annealed copper, cross-linked polyethylene
(XLP) insulated.
Underground telephone cable for direct earth burial shall conform to the requirements of REA
Specification PE-54. Cable shall consist of twisted paired conductors, No. 19 A WG solid
copper, polyolefin or polyvinylchloride insulated, with petroleum jelly base core filling
L-108-1
compound, polyethylene or polyvinylchloride inner jacket, 0.005 metallurgically bonded copper-
steel-copper corrugated metal shield, and polyethylene copolymer or polyvinylchloride plastic
outer jacket. Number of pairs shall be as indicated on the drawings.
All cable for airport lighting service shall be 7 or 19 strand. For power cable, conductor size
shall not be smaller than No.8 A WG. Control cable conductor size shall not be less than
No. 12 A WG. These limits on conductor sizes shall not apply to leads furnished by
manufacturers on transformers and fixtures.
Cable type, size, number of conductors, strand and service voltage shall be specified in the plans
and/or proposal.
108-2.3 BARE COPPER WIRE (Counterpoise). Bare copper wire for counterpoise
installations shall be manufactured as bare copper stranded wire, class 'C', conforming to ASTM
Specifications B3 and B8.
108-2.4 CABLE CONNECTIONS. For series circuits, the in-line connections of
underground primary cables shall be of the type called for in the plans or in the proposal, and
shall be one ofthe types listed below. When the plans or proposal permit a choice of connection,
the contractor shall indicate in the bid the type of connection he proposes to furnish:
A. The Cast Splice. A cast splice, employing a plastic mold and using epoxy resin
equal to that manufactured by Minnesota Mining and Manufacturing Company,
"Scotchcast" Kit No. 82--A, or as manufactured by Hysol Corporation, "Hyseal
Epoxy Splice" Kit No. El135, for potting the splice is approved. This means of
splicing is the only type approved for telephone control cable.
B. The Field-attached Plug-in Splice. Figure 14 of Specification for L-823 Plug and
Receptacle, Cable Connectors, employing connector kits, is approved for field
attachment to single conductor cable. All field attached plug-in splices shall be
insulated and sealed using heat shrinkable tubing kits as specified in 108-2.5
below.
C. The Factory-mold Plug-in Splice. Specifications for L-823 Connectors, Factory-
molded to Individual Conductors, are approved.
D. Taped Splice. Taped splices employing field applied rubber or synthetic rubber
tape covered with plastic tape are approved. The rubber tape shall be 3M
Company No. 23, or equal, and the plastic tape shall be 3M Company No. 33, or
approved equal. In all cases, connections of cable conductors shall be made using
crimp connectors utilizing a crimping tool designed to make a complete crimp
before the tool can be removed. No. 19 AWG telephone control wires may be
connected by means of wrapped and soldered splice, 3M Company Moisture
Proof Type UR Connector, or equal, or by a method approved by the Engineer.
Crimping tools are required for all 5 kV L-824C cable connections to L-823 connectors. The
crimping tool shall make a complete crimp before the tool can be removed. Crimping tool shall
L-I08-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
be Siemens ADB TBM25S or approved equal. NO other methods such as using side cutters are
allowed for crimping connections.
Cable end stripper/pencillers are required for stripping all 5 kV L-824C cables. The cable end
stripper shall be Siemens ADB WS 49, Cooper Crouse-Hinds 10036-36 or approved equal. NO
other methods are allowed for stripping 5 kV L-824C cable.
,
108-2.5 HEAT SHRINKABLE TUBING KITS. Heat shrinkable tubing kits for L-823
connector kits shall be Siemens SAS Splice kits, or approved equals, consisting of one piece of
tubing, with sealant coating the entire length of the tube or sealant on each end. "Half sized" kits
are not permitted. The contractor shall install 2 wraps, minimum, of 130C rubber tape by 3M
company, or approved equal, around the cable at the made up connection on the L-823 connector.
The rubber tape shall be placed under the sealant to form a dam to prevent moisture from
entering the cable. The rubber tape is not required on the factory molded connection side.
108-2.6 CONCRETE. Concrete for cable and duct markers shall be 3000 psi minimum
compressive strength at 28 days. The contractor shall submit the 3000 psi concrete mix design
with recent strength history with shop drawing submittals.
CONSTRUCTION METHODS
108-3.1 GENERAL. The Contractor shall install the specified cable at the approximate
locations indicated in the airport lighting layout plans. The engineer shall indicate specific
locations.
Cable connections between lights will be permitted only at the light locations for connecting the
underground cable to the primary leads of the individual insulating transformers. Splices will be
permitted for cables for h01)1e runs or other long cable runs, where approved by the engineer or
shown in the plans.
Prior to any trench work being performed or the removal of any airfield conductors, the
contractor shall provide megger readings for all the existing airfield lighting circuits served by
constant current regulator(s) in the airfield lighting vault. The Owners authorized representative
shall witness all megger readings. Readings shall be recorded in writing and furnished to the
engineer within 10 days after the start of construction.
At the end of the project, the contractor shall provide megger readings for all new and existing
airfield lighting circuits served by constant current regulator(s) in the airfield lighting vault. The
Owners authorized representative shall witness all megger readings. Readings shall be recorded
in writing and furnished to the engineer during the final inspection. Any existing circuit NOT
within 10% of the original reading shall be considered damaged by the contractor. The
contractor shall find and replace the damaged cable. The repaired circuit shall be megged again
and shall be within 10% of the original reading. New circuits shall meet the requirements of the
TESTING section ofthis specification.
L-I08-3
108-3.2 INSTALLATION IN DUCT OR CONDUIT. This item includes the installation
of the cable in duct or conduit as described below. The maximum number and voltage ratings of
cables installed in each single duct or conduit, and the current-carrying capacity of each cable
shall be in accordance with the latest National Electric Code, or the code of the local agency
having jurisdiction.
The Contractor shall make no connections or joints of any kind in cables installed in conduits or
ducts. The Contractor shall make sure that the conduit or duct is open, continuous, and clear of
debris before installing cable. The cable shall be installed in a manner to prevent harmful
stretching of the conductor, injury to the insulation, or damage to the outer protective covering.
The ends of all cables shall be sealed with moisture-seal tape before pulling into the conduit and
it shall be left sealed until connections are made. Where more than one cable is to be installed in
a duct under the same contract, all cable shall be pulled in the duct at the same time. The pulling
of a cable through ducts or conduits may be accomplished by handwinch or power winch with
the use of cable grips or pulling eyes. Pulling tensions should be governed by recommended
standard practices for straight pulls or bends. A lubricant recommended for the type of cable
being installed shall be used where pulling lubricant is required. Upon completion of installation
of wiring in ducts or conduits, ends of duct or conduit shall be sealed with duct seal, or other
sealer as approved by the engineer. Duct or conduit markers temporarily removed for
excavations shall be replaced as required.
108-3.3 TRENCHING. Where turfis well established and the sod can be removed, it shall
be carefully stripped and properly stored.
Trenches for cables and conduits may be excavated manually or with mechanical trenching
equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface
is disturbed. Road patrols or graders shall not be used to excavate the trench with their blades.
The bottom surface of trenches shall be essentially smooth and free from coarse aggregate.
Unless otherwise specified, cable trenches shall be excavated to a minimum depth of 18 inches
below finished grade, except as otherwise indicated, except as follows:
A. When off the airport or crossing under a roadway or driveway, the
minimum depth shall be 36 inches unless otherwise specified.
B. Minimum cable depth when crossing under a railroad track, shalf be 42
inches unless otherwise specified.
The Contractor shall excavate all cable trenches to a width not less than 6 inches. The trench
shall be deepened or widened, where more than two cables or conduits are to be installed in the
same trench. Unless otherwise specified in the plans, all cables and conduits in the same location
and running in the same general direction shall be installed in the same trench.
When rock excavation is encountered, the rock shall be removed to a depth of at least 3 inches
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 1I4-inch sieve. The
Contractor shall ascertain the type of soil or rock to be excavated before bidding. All eJiCavation
shall be unclassified.
L-I08-4
I
I
I
I
I
I.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
108-304 INSTALLATION IN TRENCHES. The Contractor shall not use a cable plow for
installing the cable. Mechanical cable-laying equipment shall not be used, unless prior approval
is obtained from the engineer. It shall provide for physical inspection of cable prior to
backfilling. Sharp bends or kinks in the cable shall not be permitted.
Cables shall be unreeled in place alongside or in the trench ,and shall be carefully placed along
the bottom of the trench. The cable shall not be unreeled and pulled into the trench from one
end.
Where two or more cables are laid parallel in the same trench, they shall be placed laterally a
minimum distance of 3 inches apart. Cables shall not coil with each other or cross in contact
with each other.
Cables crossing over each other shall have a minimum of 3-inch vertical displacement with the
topmost cable depth at or below the minimum required depth below finished grade.
Not less than 1 foot of cable slack shall be left on each side of all connections, insulating
transformers, light units, and at all other points where cable is connected to field equipment. The
slack cable shall be placed in the trench in a series of S curves. Additional slack cable shall be
left in light bases, handholes, manholes, etc., to allow bringing the cable above ground level to
make connections. The amount of slack cable shall be stipulated by the engineer, or as shown in
the plans and specifications.
108-3.5 BACKFILLING. After the cable has been installed, the trench shall be backfilled
8 inches deep, loose measurement, and shall be either sand, soft earth, or other fine fill
containing no mineral aggregate particles that would be retained on a 1/4-inch sieve. This layer
shall not be compacted. The remainder of the backfill shall be excavated or imported mineral
and shall not contain stone or aggregate larger than 4 inches maximum diameter.
The second layer 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.
Trenches shall not be excessively wet and shall not contain pools of water during backfilling
operations. The trench shall be completely backfilled and tamped level with the adjacent surface,
except that when sod is to be placed over the trench, the 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 in accordance with instructions issued by
the engineer.
108-3.6 RESTORATION. Where sod has been removed, it shall be replaced as soon as
possible after the backfilling is completed. All areas disturbed by the trenching, storing of soil,
cable laying, pad construction, and other work shall be restored to its original condition. The
restoration shall include any necessary topsoiling, fertilizing, liming, seeding, sodding, sprigging
or mulching. All such work shall be performed in accordance with the FAA Standard Turfing
L-I08-5
Specifications. The Contractor shall be held responsible for maintaining all disturbed surfaces
and replacements until final acceptance.
108-3.7 CABLE MARKERS. A concrete slab marker, 2 feet square and 4 inches thick
and extending approximately 1 inch above the surface, shall mark the location of cables and
conduits. Each cable run from the line of runway or taxiway lights to the equipment vault shall
also be marked at approximately every 200 feet along the cable run, with an additional marker at
each change of direction of cable run. All other cable buried directly in the earth shall be marked
in the same manner. The Contractor shall not install slab markers where cable lies in straight
lines between lights or bases which are spaced 300 feet, apart, or less. Cable markers shall be
installed immediately above the cable. The Contractor shall' impress the word "CABLE" and
directional arrows on each cable marking slab by means of a stencil, hand lettering is not
acceptable. The letters shall be approximately 4 inches high and 3 inches wide, with width of
stroke 1/2 inch and 1/4 inch deep.
The locations of each underground cable connection, except at lighting units or insulating
transformers, shall be marked by a concrete marker slab placed above the connection. The
Contractor shall impress the word "SPLICE" on each slab by means of a stencil, hand lettering is
not acceptable. He also shall impress additional circuit identification symbols on each slab if so
directed by the engineer.
Duct Markers shall be provided to mark the ends of all new underground ducts without
handholes. The Contractor shall impress the word "DUCT" on each slab by means of a stencil,
hand lettering is not acceptable, and also the quantity and size ducts, for example: 2-4"
108-3.8 CABLE I.D. TAGS. In order to facilitate maintenance of airfield cables, circuit
identification numbers shall be installed by the following or similar methods.
A. I.D. tag shall be a brass disk with a nylon tie to attach it to the 5 kV L-824C cable.
The ill tag shall identify the circuit. See plans for details and coordinate
numbering method with the Owner.
Cable I.D. tags shall be installed on all new cables in pull boxes, handholes and
inside the airfield lighting vault.
108-3.9 SPLICING. Connections of the type shown in the plans shall be made by
experienced personnel regularly engaged in this type of work and shall be made as follows:
A. Cast Splices. These shall be made by using crimp connectors for joining
conductors. Molds shall be assembled, and the compound shall be mixed and
poured in accordance with manufacturer's instructions and to the satisfaction of
the engineer.
B. Field.;.attached Plug-in Splices. These shall be assembled in accordance with
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 sealed with a heat shrinkable tubing jacket.
L-I08-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 sealed with heat shrinkable tubing jacket.
D.
Taped Splices. Taped splices 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
the compression sleeve connector with 1/41nch of bare conductor on each side of
the connector. Use a cable end stripperlpenciller for 5 kV L-824C cable. Care
must be taken to avoid nicking or injuring the conductor during removal of the
insulation or penciling. Do not use emery cloth during splicing. 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 a crimping tool that requires a complete crimp before the 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 on each end) is clean. After scraping, wipe the entire area with a
clean lint-free cloth. Do no use solvents.
Apply high voltage rubber tape half-lapped over the bare conductor. This tape
shall be tensioned as recommended by the manufacturer. Voids in the connector
must be eliminated by stretching the tape 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 1 112" times
the cable diameter over the body of the connector with ends tapered a distance of
approximately 1 inch over the original jacket. Cover rubber tape with two layers
of vinyl pressure sensitive tape half-lapped. Do not use glyptol or lacquer over
vinyl tape. No further cable covering or splice boxes are required.
If shielded cable is to be spliced, prepare cable as for a regular taped splice, except
that the neoprene jacket shall be removed a distance not less than 5 inches from
the beginning of the penciled portion. Carefully unwrap the shielding tape from
that portion where the jacket has been removed and cut off so that it extends about
1 inch from the end of the jacket. Proceed with the taped splice as described
above and tape up to 1/4 inch from the shield on both ends. Build up rubber tape
to a thickness equal to the insulation thickness or 5/16 inch over the connector.
Next wrap one-half lapped layer of semi-conducting tape (Scotch No. 13 Semi-
conducting Tape, or equal) over the splicing shield and 1/4 inch onto the shielding
tape. Wrap a fine flat shielding braid half-lapped over the splice extending 1/2
inch onto the metallic shielding. Solder ends of braid to metallic shielding tape.
A bonding wire, (Minimum No. 14 stranded copper) equal to the current carrying
capacity of the metallic shield, shall have the individual strands wrapped around
the metallic shield at both ends of the splice. These strands shall be tack soldered
to the shield in several places. The cable sheath shall be replaced by wrapping
with two half-lapped layers of vinyl tape extending 2 inches onto the cable jacket.
L-I08-7
108-3.10 BARE COUNTERPOISE WIRE INSTALLATION AND GROUNDING FOR
LIGHTNING PROTECTION. A stranded bare copper wire, No.6 A WG minimum size, shall be
installed for lightning protection ofthe underground cables. The bare counterpoise wire shall be
installed in the same trench for the entire length of the insulated cables it is designed to protect,
and shall be placed at a distance of approximately 4 inches above the insulated cable or the
conduit. The counterpoise wire shall be securely attached to each light base, or mounting stake.
The counterpoise wire shall also be securely attached to copper or copper-clad ground rods
installed as indicated on the drawings, not more than 500 feet apart, around the entire circuit.
The ground rods shall be 3/4-inch diameter by 10 ft length. The counterpoise shall NOT be
directly connected to any equipment using printed circuit boards such as signs. At signs connect
the counterpoise only to the transformer base. The ground wire for the equipment shall be
connected to a ground rod as required by code.
108-3.11 TEMPORARY CONNECTIONS: The Contractor shall intercept existing
homerun cables and provide temporary cable connections to allow the removal of the existing
homerun handhole, and provide a new duct bank extension and new homerun handhole. See
drawings for circuits noted to be temporarily connected. Circuit interruptions shall be scheduled
and coordinated with airport personnel and FAA authorized representatives. Switch-overs shall
be made during good weather conditions, daytime VFR conditions. The lump sum pay item shall
be inclusive to all work, material, connections and miscellaneous items for temporary
connections. Trench with backfill and cable shall be paid as separate per linear foot pay items.
Temporary cables shall "NOT" be used for permanent homerun cables.
108-3.12 TESTING. The Contractor shall furnish all necessary equipment and appliances
for testing the underground cable circuits after installation. The Contractor shall test and
demonstrate to the satisfaction of the engineer the following:
A. That all lighting power and control circuits are continuous and free from short
circuits.
B. That all circuits are free from unspecified grounds.
C. That the insulation resistance to ground of all new nongrounded series circuits is
not less than 500 megohms.
D. That the insulation resistance to ground of all new nongrounded conductors of
multiple circuits is not less than 500 megohms.
E. That all circuits are properly connected in accordance with applicable wiring
diagrams.
F. That all circuits are operable. Tests shall be conducted that include operating each
control not less than 10 times and the continuous operation of each lighting and
power circuit for not less than 1/2 hour.
L-I08-8
I
I
I
I
I
I,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I"'
METHOD OF MEASUREMENT
108-4.1 The quantity of trench to be paid for shall be the linear feet of trench, including
the excavation, backfill, and reconditioning, completed, measured as excavated, and accepted as
satisfactory.
When specified in the proposal, separate measurement shall be made fo'r trenches of various
specified depths.
108-4.2 The footage of cable or counterpoise wire installed in trench or conduit to be paid
for shall be the number of linear feet of cable or counterpoise wire installed and measured in
place, completed, ready for operation, and accepted as satisfactory. Separate measurement shall
be made for each cable or counterpoise wire installed in trench or conduit. Make-up cable shall
be neatly looped at each light fixture. Allowances will be made for cable make-up at lights from
isolation transformer as follows:
Base Mount Light
and Sign Base
10 feet L-824-C Cable
(allows for 2 feet in base and 3 feet above
finished elevation for each conductor)
Allowances for cables in handholes shall be as follows. Each cable installed through the
handhole shall be equal to the depth of the handhole plus 5 feet above the fmished elevation. All
cables shall be neatly looped inside the handhole and installed in cable racks and have J.D. tags.
BASIS OF PAYMENT
108-5.1 Payment will be made at the contract unit price for trenching and for cable or bare
counterpoise wire installed in trench or duct by the contractor and accepted by the engineer. This
price shall be full compensation for furnishing all materials and for all preparation and
installation of these materials, and for all labor, equipment, tools, and incidentals necessary to
complete this item.
Payment will be made under:
Item L-108A
Cable Trench in Earth for Temporary
Connections--per linear foot.
Item L-1 08B
Conduit Trench in Earth, with Earth Backfill--per
linear foot.
Item L-108C
Conduit Trench in Existing Asphalt Pavement with
Concrete Backfill--per linear foot.
Item L-l 08D
Cable llC #8 5kV, L-824C, Installed in Duct or
Trench--per linear foot.
L-108-9
Item L-l 08E
Cable llC #4 600V, RHHIRHW-2/USE-2, Installed
in Duct or Trench--per linear foot.
Item L-l 08F
Counterpoise Wire, #6 Bare Stranded, Installed in
Duct or Trench--per linear foot.
Item' L-l 08G
%" Diameter x 10' Long Copper Clad Ground Rod
and Connection to Counterpoise Wire--per each.
Item L-l 08H
Temporary Connections--per lump sum.
ASTM SPECIFICATION REFERENCED IN ITEM L-108
Number
Title
B-3
Soft or Annealed Copper Wire.
B-8
Concentric-Lay-Stranded Copper Conductor, Hard, Medium-Hard, or Soft.
'"
END OF ITEM L-I08
L-108-10
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
,I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ITEM L-110
INSTALLATION OF AIRPORT
UNDERGROUND ELECTRICAL DUCT
DESCRIPTION
110-1.1 This item shall consist of underground electrical ducts and direct burial conduit
installed in accordance with this specification at the locations and in accordance with the
dimensions, design, and details shown in the plans. It shall also include all trenching,
backfilling, removal, and restoration of any paved areas; mandreling, installation of steel drag
wires and conduit markers, capping, and the testing of the installation as a completed conduit
system ready for installation of cables, to the satisfaction of the Engineer.
EQUIPMENT AND MATERIALS
110-2.1
GENERAL.
A. Proposed airport lighting equipment and materials shall be listed in FAA
Bulletin. Other equipment and materials not listed in the FAA Bulletin
shall be tested and certified by an independent testing laboratory that have
been approved for testing by the FAA.
B. All other equipment and materials covered by other referenced
specifications shall be subject to acceptance through the manufacturer's
certification of compliance with the applicable specifications.
C.. Installation and materials shall be in accordance with the latest edition of
the National Electrical Code, all applicable Building Codes, and all local
codes. Apply and pay for all permits and fees required for this
construction.
D. Lists of the equipment and materials required for a particular system are
contained in the applicable advisory circulars.
110-2.2 CONCRETE. Concrete for duct markers and concrete encased ducts shall be
3000 psi minimum compressive strength, with 4" slump, at 28 days. Concrete for handholes
shall be 4500 psi minimum compressive strength, with 4" slump, at 28 days. The contractor
shall submit the 3000 psi and 4500 psi concrete mix design, with 4" slump, with recent strength
history with shop drawing submittals.
110-2.3 PLASTIC CONDUIT AND FITTINGS. Plastic conduit and fittings shall conform
to the requirements ofNEMA Standards TC-2 and TC-3. Conduit and fittings shall be Schedule
40 polyvinylchloride (PVC). Fittings for use on plastic conduit systems shall be molded PVC
plastic, furnished by the manufacturer of the plastic conduit. All screws, washers, and hardware
shall be stainless steel.
L-ll 0-1
Split Ducts shall be provided where indicated on the plans for the encasement and protection of
existing cables. Split Duct shall be equivalent to "Lac Duct" as manufactured by Carlon.
Stainless steel strapping bands shall be provided as recommended by the manufacturer.
11 0-2.4 GALVANIZED RIGID CONDUIT (GRC). Galvanized rigid conduit (GRC) shall
conform to UL 6 and ASA C80.1 with full weight screwed fittings. Bushings shall be malleable
iron; bushings 1 1/4" and larger shall have insulated throat and grounding lug.
110-2.5 HANDHOLES. Shall be cast-in-place or pre-cast handholes rated for aircraft
loading. Handholes shall have a smooth trowel finish for floors and horizontal surfaces.
Concrete shall be 4500 psi. as necessary to obtain full strength of the handhole. Precast concrete
handholes, risers and tops shall conform be 4500 psi as necessary. The spacing of steps or ladder
rungs shall not exceed 16 inches. Precast units shall be the products of a manufacturer regularly
engaged in the manufacture of precast concrete handholes. Handholes shall be the type noted on
the drawings. Top, walls, and bottom shall consist of reinforced concrete. Walls and bottom
shall be of monolithic concrete construction. Duct entrances and windows shall be located near
the corners of structures to facilitate cable racking.
Provide ductile iron frames, covers and gratings as indicated on the drawings. Steel and iron
shall be formed to shape and size with sharp lines and angles. Provide all necessary lugs,
rabbets, and brackets. Set pulling-in irons and other built-in items in place before depositing
concrete. A pulling-in iron shall be installed in the wall opposite each duct line entrance. The
words "ELECTRIC" shall be cast in the top face of all power handhole covers. Cable racks,
including rack arms and insulators, shall be adequate to accommodate the cable.
CONSTRUCTION METHODS
11 0- 3.1 GENERAL. The Contractor shall install underground ducts and direct burial
conduits at the approximate locations indicated in the drawings. The Engineer shall indicate
specific locations as the work progresses. Ducts and conduits shall be of the size, material, and
type indicated in the plans or proposal. All duct and conduit lines shall be laid so as to grade
toward handholes, manholes, and duct ends for drainage. Grades shall be at least 3 inches per
100 feet. On runs where it is not practicable to maintain the grade all one way, the duct or
conduit lines shall be grades from the center in both directions toward manholes, handholes, or
duct ends. Pockets or traps where moisture may accumulate shall be avoided.
Split ducts shall be installed in accordance with the manufacturer's recommendations. Strapping
bands shall be installed at intervals not exceeding 3 feet, and within 12 inches of each joints.
Joints for the two split ducts shall be staggered at intervals of not less than 5 feet so that the
joints are half lapped.
The Contractor shall mandrel each duct and conduit. An iron-shod mandrel, not more than
1I4-inch smaller than the bore of the duct shall be pushed through each duct or conduit by means
of jointed conduit rods. The mandrel shall have a leather or rubber gasket slightly larger than the
duct hole.
L-llO-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
All ducts and conduits shall be provided with a No. 10 gage galvanized iron or steel drag wire or
equivalent plastic cord with 200 lb. tensile strength for pulling the permanent wiring. . Sufficient
length shall be left in manholes or handholes to bend the drag wire back to prevent it from
slipping back into the duct. Where spare ducts or conduits are installed, as indicated on the
plans, the open ends: shall be plugged with removable tapered plugs, designed by the duct
manufacturers, or with hardwood plugs conforming accurately to the shape of the duct and
having the larger end ofthe plug at least 1/4-inch greater in diameter than the duct.
All ducts and conduits shall be securely fastened in place during construction and progress of the
work and shall be plugged to prevent seepage of grout, water, or dirt. Any duct or conduit
section having a defective joint shall not be installed.
All ducts installed under runways, taxiways, aprons, and other paved areas (except paved
shoulders and overruns) shall be encased in a concrete envelope unless specifically noted
otherwise.
Where turf is well established and the sod can be removed, it shall be carefully stripped and
properly stored.
Trenches for ducts may be excavated manually or with mechanical trenching equipment. Walls
of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed.
Blades of road patrols or graders shall not be used to excavate the trench. The Contractor shall
ascertain the type of soil or rock to be excavated before bidding. All excavation shall be
unclassified.
110-3.2 DUCTS ENCASED IN CONCRETE. Unless otherwise shown in the plans,
concrete- encased ducts shall be installed so that the top of the concrete envelope is not less than
18 inches below the finished sub grade where installed under runways, taxiways, aprons,
roadways, or other paved areas, and not less than 18 inches below finished grade where installed
in unpaved areas. Ducts under paved areas shall extend at least 5 feet beyond the edges of the
pavement or shoulder pavement or 5 feet beyond any underdrains that may be installed alongside
the paved area. Trenches for concrete-encased ducts shall be opened the complete length before
concrete is laid so that if any obstructions are encountered, proper provisions can be made to
avoid them. All ducts for concrete encasement shall be placed on a layer of concrete not less
than 3 inches thick prior to its initial set. Where two or more ducts are encased in concrete, the
Gontractor shall space them not less than 1 1/2 inches apart (measured from outside wall to
outside wall) using spacers applicable to the type of duct. As the duct laying progresses, concrete
not less than 3 inches thick shall be placed around the sides and top of the duct bank. End bells
or couplings shall be installed flush with the concrete encasement where required.
110-3.3 DUCTS AND CONDUITS WITHOUT CONCRETE ENCASEMENT. Trenches
for single-duct lines shall be not less than 6 inches nor more than 12 inches wide, and the trench
for 2 or more ducts installed at the same level shall be proportionately wider. Trench bottoms for
ducts without concrete encasement shall be made to conform accurately to grade so as to provide
uniform support for the duct along its entire length.
L-llO-3
A layer of fine earth material, at least 4 inches thick (loose measurement) shall be placed in the
bottom of the trench as bedding for the duct. The bedding material shall consist of soft dirt, sand
or other fine fill, and it shall contain no particles that would be retained on a Y4-inch sieve. The
bedding material shall be tamped until firm.
Unless otherwise shown in plans, ducts for direct burial shall be installed so that the tops of all
ducts are at least 18 inches below the finished grade.
When two or more ducts are installed in the same trench without concrete encasement, they shall
be spaced not less than 2 inches apart (measured from outside wall to outside wall) in a
horizontal direction and not less than 6 inches apart in a vertical direction.
Trenches shall be opened the complete length before duct is installed so that if any obstructions
are encountered, proper provisions can be made to avoid them.
110-3.4 DUCT MARKERS. The location of the ends of all ducts shall be marked by a
concrete slab marker 2 feet square and 4 inches thick extending approximately 1 inch above the
surface. The markers shall be located above the ends of all ducts or duct banks, except where
ducts terminate in a handhole, manhole, or building.
The Contractor shall impress the word "DUCT" on each marker slab. He shall also impress on
the slab the number and size of ducts beneath the marker. The letters shall be 4 inches high and
3 inches wide with width of stroke 1/2-inch and 1/4-inch deep or as large as the available space
permits.
l10-3.5 BACKFILLING. After concrete-encased ducts have been properly installed and
the concrete has had time to set, the trench shall be backfilled in at least two layers with
excavated material not larger than 4 inches in diameter and thoroughly tamped and compacted
95% ASTM D1557 or as per specification P-152. If necessary to obtain the desired compaction,
the backfill material shall be moistened or aerated as required.
Trenches shall not be excessively wet and shall not contain pools of water during backfilling
operations.
The trench shall be completely backfilled and tamped level with the adjacent surface: except that,
when sod is to be placed over the trench, the 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 in accordance with instructions
issued by the Engineer.
For ducts without concrete envelope, 8 inches of sand, soft earth, or other fine fill (loose
measurement) shall be placed around the ducts and carefully tamped around and over them. The
remaining trench may be filled with regular run of excavated material and thoroughly tamped as
specified above.
L-ll 0-4
I
I
I
I
I
I,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
110-3.6 DUCTS EXTENSIONS. Existing ducts that will fall under the new pavement
shall be extended. Duct extensi"ons shall use the same size and number of ducts as the existing
ducts and shall be concrete encased. The ducts shall be extended 5 feet beyond the paved
shoulders or terminated in a new handhole as shown on the drawings. The duct extensions shall
be installed in accordance with section 110-3.2 "Ducts Encased in Concrete".
llO-3.7 HANDHOLES. Provide pre-cast concrete handholes sizes as shown on drawings
complete with all accessories, rated for aircraft loading. All handholes shall have concrete
aprons, see drawings for. details. Identify each casting by having the manufacturers name and
address cast into an interior face or permanently attached thereto. Rate the complete assembly,
including neck, collar, frame, and cover for aircraft loading, see drawings for details. Submit
manufacturer's certificate of compliance with requirements.
110-3.8 DEMOLITION WORK. The contractor shall remove the existing handholes and
duct banks as indicated on the drawings. Handhole frames and covers shall be removed and
delivered to the owner's storage facility as directed, along with any other materials that are
wanted by the owner. Any materials not wanted by the owner shall be disposed of by the
contractor at a site off of airport property. .
110-3.9 RESTORATION. Where sod has been removed, it shall be replaced as soon as
possible after the backfilling is completed. All areas disturbed by the trenching, storing of dirt,
cable laying, pad construction and other work shall be restored to its original condition. The
restoration shall include any necessary topsoil, fertilizing, liming, seeding, sprigging, or
mulching. All such work shall be performed in accordance with the FAA Standard Turfing
Specifications. The Contractor shall be held responsible for maintaining an disturbed surfaces
and replacements until final acceptance.
METHOD OF MEASUREMENT
110-4.1 The quantity of underground electrical duct, direct burial conduit and handholes to
be paid for under this item shall be the number of linear feet of single or multi way duct bank or
direct burial conduit installed, measured in place, completed, and accepted, including concrete
and fittings. Separate measurement shall be made for the various types and sizes.
L-IlO-5
BASIS OF PAYMENT
110-5.1 Payment will be made at the contract unit price for each type and size of
underground electrical duct bank or direct burial conduit completed and accepted. This price
shall be full compensation for furnishing all materials and for all preparation, assembly, and
installation of these m~terials, and for all labor, equipment, tools, and incidentals necessary to
complete this item.
Payment will be made under:
Item L-110A
Item L-llOB
Item L-110C
Item L-110D
Item L-llOE
Item L-I10F
Item L-II0G
END OF ITEM L-110
Electrical Duct, 4-Way 4", Concrete Encased, Complete, in
Place--per linear foot.
Electrical Duct Extension, 8-Way 3", Concrete Encased,
with 3 of the Eight Ducts, Split Duct, Complete, in
Place--per linear foot.
Conduit, 2" Schedule-40 PVC, Direct Burial III Earth
Trench, Complete in Place--per linear foot.
Conduit, 2" Schedule-40 PVC, Direct Burial in Pavement
Trench, Complete in Place--per linear foot.
Handhole, Type A, Complete in Place--per each.
Handhole, Type B, Complete in Place--per each.
Remove Existing Handhole, Complete--per each.
L-ll 0-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ITEM L-125
INST ALLATION OF AIRPORT LIGHTING SYSTEMS
DESCRIPTION
125-1.1 This item shall consist of airport lighting systems furnished and installed in
accordance with this specification, the referenced specification, and the applicable advisory
circulars. The systems are installed at the location and in accordance with the dimension, design,
and details shown in the plans. This item shall include the furnishing of all equipment, materials,
'services, and incidentals necessary to place the systems in operation as completed units to the
satisfaction of the engineer.
125-1.2 Additional details pertaining to a specific system covered III this item are
contained in the advisory circulars listed below.
125-1.3
AC 150/5340-24, Runway and Taxiway Edge Lighting System.
125-1.4
AC 150/5340-18, Standards for Airport Sign Systems.
EQUIPMENT AND MATERIALS
125-2.1
GENERAL.
A. Proposed airport lighting equipment and materials shall be listed in FAA
Bulletin. Other equipment and materials not listed in the FAA Bulletin
shall be tested and certified by an independent testing laboratory which
have been approved for testing by the FAA.
B. All other equipment and materials covered by other referenced
specifications shall be subject to acceptance through the manufacturer's
certification of compliance with the applicable specifications.
. C. Installation and materials shall be in accordance with the latest edition of
the National Electrical Code, all applicable Building Codes, and all local
codes. Apply and pay for all permits and fees required for this
construction.
D. Lists of the equipment and materials required for a particular system are
contained in the applicable advisory circulars.
125-2.2
FAA SPEC EQUIPMENT.
A. Certain items of airport lighting systems are covered by individual FAA
equipment specifications. These specifications are listed below. The
contractor shall furnish copies of Certification from an approved
independent testing laboratory that the equipment proposed has been
L-125-1
satisfactorily tested and is in compliance with the applicable FAA
specifications. All equipment shall be furnished by manufacturers who
have been continuously engaged in the manufacture of the products
proposed for a minimum period of three (3) consecutive years immediately
preceding the bid date.
I
I
I
I
I
I,
I
I
I
I
I
I
I
I
I
I
I
I
I
1. MEDIUM INTENSITY TAXIWAY LIGHTS - AC 15015345-46.
FAA Spec L-861, medium intensity, globe color as specified, 6.6
Amp quartz lamps with a maximum of 30 watts for medium
intensity taxiway lights. Photometries per FAA Spec L-861, base
mounting kit, as indicated on the plans. Non-metallic bodies are
NOT acceptable.
2. ISOLATION TRANSFORMERS - AC 15015345-47. FAA Spec
L-830, 6.6/6.6 amps 30/45 watt for taxiway lights. Size isolation
transformer per manufacturer's requirements for taxiway lights and
SIgnS.
3. TRANSFORMER BASES - AC 150/5345-42. Non-metallic
bodies are NOT acceptable.
For non-load bearing light bases in earth and in paved shoulders,
use FAA Type L-867, Class I, Size B, 12 inches diameter, 24
inches deep, non-load bearing, with two (2) 2-inch holes with
rubber grommets (Flex-Connex) spaced at 180 degrees, 3/4-inch
drain hole, and external ground lug. Provide three (3) 2-inch holes
with rubber grommets (Flex-Connex) spaced at 90 degrees for
connections to signs as shown on drawings.
For non-load bearing bases to be used as pull boxes in earth and in
paved shoulders, use FAA Type L-867, Class I, Size D, 16 inches
diameter, 24 inches deep, non-load bearing, with two (2) 2-inch
holes with rubber grommets (Flex-Connex) spaced at 180 degrees,
3/4-inch drain hole, external ground lug and 3/8" blank steel cover
plate. Provide third 2-inch hole with rubber grommets (Flex-
Connect) spaced at 90 degrees, for home run routing where three
conduits intercept at one base.
4. CONNECTORS - AC 15015345-26. FAA Spec L-823. Type I for
primary connections for isolating transformers; Type II for
secondary connections to isolating transformers.
B.
All other equipment and materials covered by other referenced
specifications shall be subject to acceptance through the manufacturer's
certification of compliance with the applicable specifications.
L-125-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
125-2.3 TAPE. Rubber and plastic electrical tapes shall be Scotch Electrical Tape
Numbers 23 and 88, respectively, as manufactured by the Minnesota Mining and Manufacturing
Company, or an approved equal.-
125-2.4 CONCRETE. Concrete for edge light foundations shall be 3000 psi minimum
compressive strength at 28 days. The contractor shall submit the 3000 psi concrete mix design,
with 4" slump, with re~ent strength history with shop drawing submittals.
125-2.5 CONDUIT. Rigid steel conduit and fittings shall conform to the requirements of
Underwriters Laboratories Publications UL-6.
CONSTRUCTION METHODS
125-3.1 GENERAL. The installation and testing details for the systems shall be as
specified in the applicable advisory circulars.
125-3.2 PLACING LIGHTS. The light fixtures shall be installed at the approximate
location indicated in the plans. The exact location shall be as directed by the engineer.
125-3.3 LIGHT BASE AND JUNCTION BOX. The light base shall be installed on
Undisturbed soil as shown on the details. If the soil is unsuitable, then an adequate depth of soil
should be removed and replaced with compacted acceptable material. The cable entrance hubs
shall be oriented in the proper direction. Level the base so that the mounting flange surface is
approximately 1 inch above the finished grade. With the base properly oriented and held at the
proper elevation, place approximately 4 inches (10 cm) of concrete backfill around the outside of
the base using a sonotube. The top of the concrete is sloped away from the flange portion of the
base so the sloped outer edges of the concrete are at surface grade. The Contractor shall
construct a concrete apron around the base as indicated on the drawings. See sections below for
lights installed in pavement.
125-3.4 LIGHT FIXTURES - GENERAL. The light fixture will be supplied unassembled
and consist of an optical system, lamp, connecting leads, and a mounting assembly. The installer
shall assemble, connect to mounting, level, and adjust the light fixture in accordance with the
manufacturer's instructions. Care should be taken that the lamp specified by the manufacturer,
for the particular use of the light fixture, is installed. The light fixtures shall be leveled and
aligned, where appropriate, within 1 degree. The maximum height of the top of the elevated light
fixture is l4 inches (35 cm) above the finished grade. In order to facilitate maintenance oflight
fixtures, identification numbers shall be installed by the following or similar methods.
A. I.D. tag shall be a brass disk with an aluminum wire to attach it to the
light. The ill tag shall face the closest edge of pavement. See plans for
details, and coordinate numbering method with the owner.
Globe colors and lens colors shall be as indicated on the drawings.
125-3.5 MEDIUM INTENSITY TAXIWAY LIGHT INSTALLED IN EXISTING
PAVEMENT. The Contractor shall install new L-861 T medium intensity taxiway lights, L-867
L-125-3
Base mounted in existing bituminous paved shoulders where indicated on the drawings. See
drawings for details showing diamond cut excavation and concrete backfill requirements. The
per each pay item shall be inclusive to all work and materials for a complete installation.
Conduit trench with concrete backfill, conduit and cables shall be paid as separate per linear foot
pay it~ms.
125-3.6 MEDIUM INTENSITY TAXIWAY LIGHT INSTALLED IN NEW
PAVEMENT. The Contractor shall install new L-861 T medium intensity taxiway light, L-867
base mounted in new bituminous paved shoulders where indicated on the drawings. See
drawings for details showing diamond cut excavation, conduit interception and concrete backfill
requirements. The per each pay item shall be inclusive to all work and materials for a complete
installation. Conduit trench with earth backfill, conduit and cables shall be paid as separate per
linear foot pay items.
125-3.7 DE-ENERGIZE AND REMOVE INFRARED SENSORS AND STOP LIGHT.
The existing infrared sensors and stop light security system is not in use, but it has active power
and control wiring. The Contractor shall de-energize the existing power and control wiring at the
system source and render all wiring harmless. All devices in the area of new construction as
shown on the drawings shall be removed complete to allow new construction. Equipment and
devices wanted by the Owner shall be delivered on site to such. Items not wanted by the Owner
shall be disposed. Coordinate power and control source locations and de-energization with
authorized airport operations personnel. The lump sum pay item shall be inclusive to all work
and materials for the complete removal of the system within the new construction area and the
disconnection of power and controls to render the entire system harmless.
125-3.8 RELOCATE EXISTING SIZE 1 OR SIZE 2 L-858 SIGN IN EARTH. The
Contractor shall relocate the existing L-858 signs as indicated on the drawings to new locations
in grassed area. A concrete pad shall be installed to mount the signs. Reinforce with wire mesh
or re-bar to meet load requirements and/or crack control. Finish the exposed surface of the
concrete to a smooth finish. Install a minimum of one L-867 transformer base in each concrete
foundation for illuminated signs. Where required, place another bolts in the concrete pad or
footing for additional flange supports. The L-867 transformer base shall NOT be mounted under
the sign. The transformer base shall be accessible without removing the sign. Install two tethers
per sign and locate on opposite ends. In order to facilitate maintenance of signs, identification
numbers shall be installed by the following or similar methods.
A. LD. tag shall be a brass disk with a nylon tie to attach it to one leg of the
sign. The ID tag shall be on the sign leg closest to the edge of the
pavement and face the pavement. See plans for details, and coordinate
numbering method with the Owner.
The existing concrete pad shall be removed complete and disposed. The existing pad location
shall be backfilled with earth and compacted to match existing grade. The relocated signs shall
be provided with a new isolation transformer and lamps sized to match existing. The per each
pay item shall be inclusive of all work and materials to relocate sign, new concrete pad, removal
of existing concrete pad, new isolation transformer and lamps. Conduit trench with backfill,
conduit and cables shall be paid as separate per linear foot pay items.
L-125-4
I
I
I
I
I
I,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
125-3.9 RELOCATE EXISTING SIZE 1 L-858 SIGN IN NEW PAVEMENT. The
Contractor shall relocate existing L-858 signs as indicated on the drawing to new locations in
new paved shoulders. A concrete pad shall be installed to mount the sign. Reinforce with wire
mesh or re-bar to meet load requirements and/or crack control. Finish the exposed surface of the
concrete to a smooth finish. Saw cut the bituminous pavement in a neat line and remove
pavement for new base. Pour concrete to bituminous pavement and seal overcuts with cold
applied, one component, horizontal crack and joint sealer, ASTM D6690 (formally D3405).
Intercept conduit and counterpoise in similar manner as shown on drawing details for new
medium intensity taxiway light installed in new pavement Install a minimum of one L-867
transformer concrete pad or footing for additional flange supports. The L-867 transformer base
shall NOT be mounted under the sign. The transformer base shall be accessible without
removing the sign. Install two tethers per sign and locate on opposite ends. In order to facilitate
maintenance of signs, identification numbers shall be installed by the following or similar
methods.
A. J.D. tag shall be a brass disk with a nylon tie to attach it to one leg of the
sign. The J.D. tag shall be on the sign leg closest to the edge of the
pavement and face the pavement See plans for details, and coordinate
numbering method with the owner.
The existing concrete pad shall be removed complete and disposed. The relocated signs shall be
provided with a new isolation transformer and lamps sized to match existing. The per each pay
item shall be inclusive of all work and materials to relocate sign, and concrete pad, removal of
existing concrete pad, new isolation transformer and lamps. Conduit trench with backfill,
conduit and cables shall be paid as separate per linear foot pay items.
125-3.10 DEMOLITION WORK. The contractor shall remove the existing light fixtures,
isolation transformers, stakes and bases as shown on the drawings. Holes created by demolition
work in earth, shall be backfilled with suitable earth fill material where not in new pavement
construction. Holes created by demolition in existing paved shoulders shall be backfilled with
3000 psi concrete to match existing grade, provide smooth finish. Light fixtures, lamps) bases,
stakes) and isolation transformers shall be removed and delivered to the owner's storage facility
as directed, along with any other materials that are wanted by the owner. Concrete and any
materials not wanted by the owner shall be disposed of by the contractor at a site off of airport
property.
METHOD OF MEASUREMENT
125-4.1 The quantity of lights and signs to be paid for under this item shall be the number
of each size and type installed as completed uni~s in place, ready for operation, and accepted by
the engineer.
L-125-5
BASIS OF PAYMENT
125-5.1 Payment will be made at the contract unit price for each complete light installed in
place by the Contractor 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.
Payment will be made under:
Item L-125A
Item L-125B
Item L-125C
Item L-125D
Item L-125E
Item L-125F
Item L-125G
Item L-125H
Item L-125I
Item L-125J
Item L-125K
L-861 T, Medium Intensity Taxiway Light, Blue Globe, L-
867 Base Mount, Installed in Earth, in P1ace--per each.
L-861T~ Medium Intensity Taxiway Light, Blue Globe, L-
867 Base Mount, Installed in Existing Pavement, in Place--
per each.
L-861 T, Medium Intensity Taxiway Light, Blue Globe, L-
867 Base Mount, Installed in New Pavement, in Place--per
each.
L861, Medium Intensity Taxiway Light, Yellow Globe, L-
867 Base Mount, Installed in New Pavement, in Place--per
each.
L-867D, 16" Diameter, Transformer Base with 3/8" Blank
Steel Cover Plate, Concrete Encased, in Place--per each.
Remove L-861 T Medium Intensity Taxiway Light, Base
Mounted, Complete--per each.
Remove Concrete Sign Base and Transformer Housing
Complete--per each.
De-energize and Remove Infrared Sensors and Stop Light,
Complete--per lump sum.
Remove Concrete Encased Transformer Housing Used as
Handhole, Complete--per each.
Relocate L-858 Sign, Size 1, I-Module in Earth. Provide
New Concrete Pad, Isolation Transformer and Lamps--per
each.
Relocate L-858 Sign, Size 1, 2-Module in Earth. Provide
New Concrete Pad, Isolation Transformer and Lamps--per
each.
L-125-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Item L-125L
Item L-125M
Item L-125N
Item L-1250
Item L-125P
Relocate L-858 Sign, Size 1, 3-Module in Earth. Provide
New Concrete Pad, Isolation Transformer and Lamps--per
each.
Relocate L-858 Sign, Size 2, 3-Module in Earth. Provide
New Concrete Pad, Isolation Transformer and Lamps--per
each.
Relocate L-858 Sign, Size 1, I-Module in New Asphalt
Pavement. Provide New Concrete Pad, Isolation
Transformer and Lamps--per each.
Relocate L-858 Sign, Size 1, 2-Module in New Asphalt
Pavement. Provide New Concrete Pad, Isolation
Transformer and Lamps--per each.
Relocate L-858 Sign, Size 1, 4-Module in New Asphalt
Pavement. Provide New Concrete Pad, Isolation
Transformer and Lamps--per each.
FEDERAL SPECIFICATIONS REFERENCED IN ITEM L-125
Number
Title
WW-C-581
Conduit, Metal, Rigid; and Coupling, Elbow; and Nipple, Electrical
Conduit: Zinc-Coated.
FAA SPECIFICATIONS REFERENCED IN ITEM L-125
Number
Title
AC 150/5340-24
Runway and Taxiway Edge Lighting System.
AC 15015340-18
Standards for Airport Sign Systems.
AC 15015345-47
Isolation Transformers for Airport Lighting Systems.
AC 15015345-46
Runway and Taxiway Light Fixtures.
AC 150/5345-44
Specification for Taxiway ~d Runway Signs.
AC 150/5345-42
Specification for Airport Light Base and Transformer Housings.
AC 150/5345-26
Specification for L-823 Plug and Receptacle, Connectors, Cable.
END OF ITEM L-125
L-125-7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
REPORT OF SUBSURFACE EXPLORATION
T AXIW A Y "C" RELOCATION AND APRON
EXPANSION
AUGUSTA REGIONAL AIRPORT
AUGUSTA, GA.
BY
ON- SPEC TESTING, INC.
CHARLOTfE, NC
I'
I
I
I
I
I
I,
I
I
I
I
I
I
I
I
I
I
I
I
Subsurface Investigation Taxiway "C" Relocation and Apron Expansion
Table of Contents
1.0 Executive Summary...... . .......... . .. . ....... . .. . .. ..... . .. . . . . .., .. . ... .. . ... ..... . . .. ... . ..1
2.0 Project Description........ .... ............ ...... ........ ....... ............. ............. .......1
3.0 Field Exploration...... ......... .............................................................2
4.0 Laboratory Procedures..... ....... ...... ... ...... ........................... ...... ........ ......3
4.1 Compaction..............................................................................3
4.2 Grain Size Distributions........ ........ ................................... ...... ......3
4.3 Percent Fines......... ............ ......... .... ........... '" ........... .... ... ..... .....4
4.4 Moisture Content... ................ ......... .................... ............ ........ ...4
4.5 Laboratory CBR.... ............. ................ ......... ........... .........; ...... ...4
5.0 Area Geology and Subsurface Conditions......... ......... ............... ......... .........5
5.1 Physiography Area Geology............................................................5
5.2 Subsurface Conditions....................................~........................ ....5
6.0 Geotechnical Recommendations...... ........... ........... ..... ............ ......... .... ......7
6.1 Site Preparation....... ...... .... .......... ............. ........... ..... ............. ...7
6.2. Subgrade Proofrolling.......... .......... ... ............ ............ ........ ....... ...7
6.3 . Engineered Fill Materials...... ..................................................... ..8
6.4. Water ControL................................ ............ ........................ ......9
6.5. Subsurface RecoIr:U11endations........................................................9
Appendix
Boring Location Map
Boring Logs
Laboratory Test Reports
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1.0 EXECUTIVE SUMMARY
On-Spec Testing, Inc. has completed the subsurface geotechnical exploration of the
Taxiway "C" relocation and Apron expansion at the Augusta Regional Airport located in
Augusta Georgia. (Figure 1 depict the site location)
In accordance with the scope of services, the subsurface exploration consisted of:
· Conducting eleven soil borings (B 1 through B 10 and C2) to depths of 10 feet
below existing elevation.
· Coring and determining concrete and asphalt pavement thicknesses.(Cl and C2)
· Determining top soil thickness at e~ch boring location.
· Laboratory analysis for USCS soil classification, in-situ density, and in-situ
moisture contents of the upper three feet.
· Determining field and laboratory CBR values.
Eleven borings and two pavement coring locations were marked on site as directed in the
drawing provided to us by the LP A group.
2.0 PROJECT DESCRIPTION
Augusta Regional Airport is located in Richmond County part of Georgia. It is a
relatively flat land bounded in the East by Aviations' Way and in the West by Savannah
River. The existing Taxiway "C" forms part of an Apron that connects Taxiway "E",
Taxiway "B" an~ Taxiway "D" to the main tenninal. The project area is part of the grass
land between Runway 17-35 and the main Terminal. Also included in the project area, is
a concrete pad used as helicopter landing.
1
3.0 FIELD EXPLORATION
Prior to starting the field subsurface exploration, a reconnaissance of the entire
project area was performed with the help of the Airport staffs to mark borings to locate
areas that may contain any underground utility. A,total of eleven borings, (Bl through
B 1 0 and C2 ) were marked and drilled as noted in the boring location map supplied to us
by the engineer.
Field CBR test was later performed in general accordance with ASTM- D 4429 at
the location marked "C2" in the boring location plan to determine the subsoil CBR value.
The soil borings ,were advanced using a CME truck mounted drill rig. Shelby Tubes
samples were obtained in general accordance with ASTM-D 1587 for laboratory
determination of in place density as requested in the scope of services. Standard
Penetration Tests (SPT's) were performed in general accordance with ASTM -D 1586
using a split barrel sampler. In this procedure the two- inch diameter split barrel sampler
is driven into the soil a distance of 18 inches by a 140 pounds hammer falling 30 inches.
The number of blows required to drive the sampler through the last 12 inches of
penetration is recorded as the "N" value and is indicated for each sample on the attached
boring logs. This "N" value can be used as an indication of in-place relative density of
non cohesive soils and also as an indication of the consistency of cohesive soils.
The soils encountered were visually classified in the field on the basis of grain
size distribution and plasticity in general accordance with ASTM - D 2488. Undi~turbed
samples (Shelby tubes) were obtained in the field for laboratory testing in general
accordance with ASTM D 1587. Collected SPTs samples were placed in sealed bags,
labeled according to boring number and sample depths and, transported to On- Spec
2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I'
I
I
I
I
I
I~
I'
I
I
I
I
I
I
I
I
I
I
I
Testing laboratory for further analysis and testing. Five bulk samples were collected
from ( B2, B4, B5, B6, and B8) and brought to the laboratory and classified using the
Unified Soil Classification System (USCS) in general accordance with ASTM D- 2487
4.0 LABORATORY PROCEDURES
The following are brief descriptions of test procedures performed and the
results of these tests can be found in the appendix. These tests were performed in the
laboratory to further refine the field visual soil classifications.
4.1 Compaction
Modified Proctor Compaction Tests were performed in the laboratory in
accordance with ASTM -D 1557 on composite bulk samples obtained five different
locations ( B2, B4, B5, B6, and B8). Soil moisture contents were plotted versus soil dry
density to obtain a curve from which one may interpolate maximum dry density and
optimum moisture content of the soil sample.4.2 Soil PlastiCity
The Atterberg Limit Test was performed on each composite bulk samples
obtained to determine soil plasticity characteristics. The Liquid Limit and Plastic Limit
aid in the classification of soils and provide an indication of the soil behavior with.
moisture change.
4.2 Grain Size Distribution
Grain size analyses were performed in the laboratory in accordance with ASTM-
D 422 on composite bulk samples obtained to determine the particle size distribution of
each sample. The grain size of the sample coarser than #200 sieve was determined by
passing the sample through standard nested samples (#4, #10, #30, #40, #50 and #100).
3
4.3 Percent Fines
Percent fines tests were performed in the laboratory in accordance with ASTM -D
1140 to determine the amount of soils that will pass through the #200. sieve. The soil is
oven dried to a constant weight~ soaked in a solution of sodium hexametaphosphate, and
then washed over the #200 sieve. The retained soil is dried to a constant weight. The
percent of soil passing the #200 is the "Percent Fine".
4.4 Moisture Content
The moisture content was determined in accordance wit-It ASTM D-2216 on all
samples immediately below one foot elevation below the surface. A representative
portion of each sample was weighed and ~en placed in the oven and dried at.250oF until
it attained a constant weight. The sample is then removed from the oven and re-weighed.
The weight of the moisture lost during drying is determined as the fractional ratio of the
total weight of the dry soil sample, expressed as a percentage.
4.5 Laboratory California Bearing Ratio'
The California Bearing Ration, generally abbreviated as CBR, is a punching shear
test and is a comparative measure of the resistance of a soil under controlled moisture
and density. The CBR number is obtained as the ratio of the load required to affect a
certain depth of penetration into a compacted soaked soil sample. The CBR is a semi-
empirical index used to establish pavement thickness design curves~ which correlates
pavement performance with the strength and deflection characteristics of a soil.
4
I
I
I
,I
I
I.
I
,I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I'
I
I
I
I
I
I
I
I
I
I
I
I
5.0 AREA GEOLOGY AND SUBSURFACE CONDITIONS.
5.1 Physiography and Area Geology
The Augusta Regional Airport is located in Richmond County, which is located in
three major land resources areas. The northern part of the county is in the Southern
Piedmont, the western and central parts are in the Carolinas and Georgia Sand Hills, and
the southern part is on the Southern Coastal Plain. . Augusta, the county seat is the largest
city and is in the northern part of the county near the head of navigation on the Savannah
River. The Savannah River and its tributaries drain most of the county. The river
separates the eastern edge of the county from South Carolina and generally flow
southeasterly. The Southern Piedmont consists mostly of very gently sloping to strongly
sloping, well drained upland'soils that have a loamy surface layer and clayey subsoil. The
Carolina and Georgia Sand Hills are dominantly very sloping to moderately steep, well
drained to excessively drained upland soils that commonly have a thick sandy surface
layer and a loamy subsoil or sandy underlying layer. The Southern Coastal Plain is made
up mostly of nearly level to gently slopping, well drained upland soils that have a sandy
layer and a loamy subsoil.
5.2 SUBSURFACE CONDITIONS
Subsurface conditions as indicated by the test borings generally consist of top soil
underlain by residual soils and possible fill. This site is generally very flat, and the
existing elevation as compared to the surrounding elevations does not indica.te any
possible fill may have taken place. The residual soils encountered at the time of our
subsurface investigations generally consist of sandy clay. Boring Bl through BI0
encountered a layer of topsoil and grass root mat layer ranged from 6 to 9 inches. The in-
5
situ density is relatively compact when compared to the results of laboratory compacted
proctor samples. Moisture contents checked from the undisturbed Shelby Tube samples
are within +/- 3% of the optimum moisture content as determined by the laboratory
moisture density relationship tests. For more details of soil description and stratifications
at a particular boring location, the respective "Test Boring Record" located in the
Appendix I should be reviewed. Bulk samples obtained at five different locations (B2,
B3, B5, 86, and B8) were tested in the laboratory in accordance with ASTM -D 2487 for
USCS classifications. 8PT samples and undisturbed Shelby tube samples from two feet
below the existing ground elevation were also tested in the laboratory. For details soil
classification and in-situ conditions refer to the table of laboratory tests summary.
The pavement cross section, measured at two locations (Cl and C2) consisted of8
inches of concrete in C 1 and. 8 inches of asphalt in C2 (4 inches of binder and 4 inches of
surface).
In general, soils boring blow counts were relatively medium to firm. Blow counts
ranged from 4 (B6 at 2.5feet depth) to 33 (B9 at 7.5 feet depth). The soils encountered at
the time of our subsurface exploration were relatively reddish brown clayey sand.
Boring B8 is of a very particular interest in that the soils in this boring is classified as
sandy clay and silt mixture; however it is susceptible to tremendous swell during the
laboratory CBR test. Also soils in boring B6 exhibits a plasticity index (PI) above 25
and liquid limit (LL) above 40 may be unsuitable as a structural filL No groundwater
was encountered at any location at the time of our investigations.
6
I
I
I
I
I
I,
I
I
I
I
I
I
I
I
I
I
,
I
I
I
I
I
I,
I
I
I
I
I
I
I
I
I,
I
I
I
I
I
I
6.0 GEOTECHNICAL RECOMMENDATIONS
The recommendations discussed in the following section are based on: the
information obtained from the field exploration, the visual and laboratory soil
classifications, On- Spec's evaluation of the standard penetration, tests, and area soil
survey history.
6.1 Site Preparation
All surface vegetation and shrubs located within the proposed taxiway areas will
require clearing and grubbhlg. Under all area to be paved up to and including 10 feet
beyond the shoulder should be cleared of grass, shrubs, top soils and other organic
matters.
6.2 Subgrade ProofroUing
Upon completion of clearing, grubbing and stripping operations, the exposed
subgrade soil should be prooftolled with a loaded tandem-axle truck or similar pneumatic
- tire vehicle having a loaded weight of 25 tons. The proofrolled should consist of two
complete horizontal and perpendicular passes of the exposed areas. Areas that deflect, rut
or pump under the wheel load should be undercut and bridge with suitable materials.
The decision to undercut or bridge should be made in the field by qualified geotechnical
staff as the conditions are revealed during construction.
Proofrolling should be completed after a suitable period of dry weather to avoid
degrading an otherwise acceptable subgrade. Positive drainage should be maintained
during construction to prevent pounding or surface water accumulation, thereby
protecting the subgrade from excessive degradation.
7
8
I
I
I
,I
I
I
I
I
II
I
I
I
,I
I
I
I
I
I
I
Clay materials that are susceptible to high swell (LL > 40 and PI > 25) as in B6
and B8 should be undercut and replaced with suitable materials of low plasticity.
6.3 Engineered Fill Material and Placement
Representative samples of each proposed, fill material should be tested to
determine compaction and classification characteristics. Soils exhibiting a Plasticity
Index above 25, liquid limit above 40 or a Modified Proctor Maximum Dry Density of
less than 100 pcf., or found to contain deleterious material, including organics, top soil,
smectite, illite and kaolin should not be used as structural fill. Materials used as fin :ue to
be placed in 8 inches thick lifts and compacted using hand and power equipments, in
confonnity with the following procedure:
A. Stripe the areas to be filled of all topsoil, vegetation, and latent soil that may
be encountered.
B. Roughly level and proof roll these areas with a 25 - ton roller (or equivalent),
making at least four passes (two passes being perpendicular to the other).
C. That soils that exhibits excessive swell, high liquid limit, high plasticity index
(LL > 40 and PI > 25) and low bearing ratio (CBR less than 3) should be
removed and replaced with suitable materials.
D. Under all areas to be paved, the top 12 inches shall be scarified and brought
up to within +1- 2 % of optimum moisture content.
E. Under paved areas, the top 12 inches shall be compacted to 95% for cohesive
and lOO % for non cohesive soils of the maximum dry density as geterrnined
by ASTM -D 1557.
F. Stone and fragment rocks larger than 4 inches in diameter should not be
I
I
I
I.
I'
I
I
I
I
'1
I
I
I
I
I
I
I
I
I
F. Stone and fragment rocks larger than 4 inches in diameter should not be
incorporated within the top 6 inches of the sub grade.
6.4 Water Control
The presence of water can become a serious problem under any pavement; therefore,
every effort should be'made to keep the site dry during construction.
6.5 Subgrade Recommendations
The majority of the soils encountered within our scope of investigation are
classl'fied as (Sf""\ c1.:nroPV ,,"'n,.1 T aborato"" f""BR tp"ts poPrfnrffip,t 0" ~nmpn~ite ,,~nnnlp~
\ '-"./ .I."J"'J ...,aa.."". 4J .&....i.J '-' ,.. "'-~ """'SA"'..... ........- ..... --.... -""'.... ..,-.........1"...._-
from within two to four feet of the subgrade resulted in values that ranged from 1.7 at B8
to 30.3 at B2. FAA publications (circulm: AC 150/5320-6D Table 2-3) indicate typical
field CBR value for in- place soils classified as SC range from 10 to 20. Taken into
consideration that acceptable in- place soils encountered at 12 inches below the existing
ground elevation at the time of our investigation, (SC) will be re-utilized during
construction and other pertinent characteristics of this soil type as indicated in the above
referenced table, we recommend a design CBR value of lObe used.
LIMITATION OF THIS REPORT
This subsurface investigation and the report has been prepared in accordance with
generally accepted geotechnical engineering practice for specific application to this
project. The analysis and recommendations submitted herein are based, in part upon the
data obtained from the subsurface investigation. The nature and extent of variations
between the boring will not become evident until construction. In the event that any
changes in the nature, design, or location of this Taxiway / Apron, the conclusions and
9
PROJECT: TIW "r" STANDARD BORING LOG.
11/11/03
lOCATION: ...~..~. "b~"~ ~ COMPLETED DATE: II 111 1M
ORING No: BI LOGGED BY: JULIUS AJEWOLE ON-SPEC TESTING, INC.
75 Feel Soulh o/Cemerline o/T/W "8" 5617 ILFORD STREET
and 100 Ft Easlo/Cemerline ofT/W"C' DRILLER: AMERlDRlLL. INC. CHARLOITE, NORTH CAROLINA
ELEV AnON' Emting . TnnOFTI
GROUNDWATER ELEVATION: COMMENTS:
IMSL COMPLETIO~
DIAGRAM D1.0W PENETRATION DEPTH GRAPHIC SAMP1.ES & CORES DESCRlFTION
BOREHOLE COUNTS RATE OVD
DIAMETER:4 in. (BLOWSIIT.) LITHOLOGY REC. TYPE .\NAl (Color, Tulure,Slru<lure, 01<)
I , I
I
- - 0
'" - - - -- I GRASS AND TOP SOIL IN TIlE TOP 9 INCHES
:: - - --
I ~ I -
.:: MEDIUM YELLOWISH RED CLAYEY SAND
9 -
.:: ST
=
I =
= ~
= FIRM, MOIST STRONG BROWN AND YELLOW
- - 11 = - CLAYEY SAND.
5 _
I = ;
1\ -
= -
=
= ........ STIFF REDDISH BROWN CLAYEY SAND
22 =
I =
:: ~ -
11 = MEDIUM TO STIFF REDDISH YELLOW CLAYEY SAN
'^ =
I - - 15 I _
= BORING TERMINATED AT 10 FEET
-
::
I =
=
::
::
-
=
I - - 15 -
.::
=
::
I .::
=
.::
I -
- - 20 -
-
.1 .
I - i- 25 -
.::
-
I -
.:: ,
=
-
-
I ::
11/111 ..::
'Ul=
I
PROJECT: TIW .."" STANDARD BORING LOG.
" I' 1 'n~
LOCATION: ..'N,rT. ..n~n_ COMPLETED DATE: " I.. 1M
BORING No: 82 LOGGED BY: JULIUS AJEWOLE ON-SPEC TESTING, INC.
150 Fee' Sou,h of Centerline ofTIW "B" 5617ILFORD STREET
and 75 Fl. East QfCenterline QjTlW "C" ~...n 1 ".... . ."',.. CHARLOlTE, NORTH CAROLINA
ELEVATION' ExlstiD2 . T nllI11?T\
GROUNDWATER ELEVATION: , COMMENTS:
COMPLETJOI' <lAMPLr~.t. r RE~
MSL.. DIAGRAM BLOW PENETRATION DEPTH GRAPHIC DESCRIPTION
BOREHOLE COUNTS RATE OVD
DlAMETER:4 in. (BLOWSIFf.) LITHOLOGY REC. TYPE ~NA' (Color, Tnlure,Slruclure. de)
I , I
- - '\;J 0
::. - - 7
'---- GRASS AND TOP SOIL IN 1llE TOP 9 INCHES
" - -
\., ::.
- MEDIUM STRONG BROWN CLAYEY SAND
II ::.
= ST
=
::. -
= y MEDIUM, REDDISH YELLOW
- - 11 = - CLAYEY SAND
5 _
= \
-
= {i -
=
= - STIFf REDDISH YELLOW CLAYEY SAND
16 =
::
:: - FIRM, MIXTURE Of PINKISH WHITE
= V. AND REDDISH YELLOW CLAYEY SILT
- - 19 10 :: J" -
-
::. BORING TERMINATED AT 10FT
-
=
-
=
=i
=
::.
::.
- - 15 ::.
::.
::.
=
::
::
::
::
=
- - 20 -
::
.:
::
- "
-
=
::
-
- - 25 ::
::.
=
-
- ,
::.
-
::.
-
I 11111 ::.
~n -
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I,
I
I
I
I
I
PROJECT: T"" ..,... -- STANDARD BORING LOG.
. II /11/1\'1
I....OCA TION: . .----- . 1\ III 11\'1
!sORING No: BJ LOGGED BY: nil "'" . .~m~. ~ ON-SPEC TESTING, INC.
./50 Feet South of Centerline ofTiW"B" 56171LFORD STREET
I ond 75 Ft, East ;'fCenterline ;'fTIW "C. DRILLER: AMERIDRlU INC. CHARLOTIE, NORTH CAROLINA
ELEVATION: Exisriop.
GROUNDWATER ELEVATION: COMMENTS:
I MSL. COMPLETJOJI
DIAGRAM BLOW PENETRATION DEPTH GRAPllIC SAMPLES & CORES
DESCRIPTION
BOREHOLE COUNTS RATE OVD
DlAMETER:4 in. (BWWSIFT.) LITHOLOGY REe. TYPE "NAl (Color, TtJture,StRlcture, dC')
I I I I I I
I
- - "- 0
=- - -- I
- - --
I :: - - -- GRASS AND TOP SOIL IN TIlE TOP 9 INCHES
-
=
JO = MEDIUM,YELLOWISH BROWN CLAYEY SAND
-
=- ST
I \ ::
:: -
:: STIFF.DARK RED AND PINKISH WHITE
- - 20 :: l.- CLAYEY SAND
5 =
I ::
-
:: {1;' -
::
IS :: ""- STIFF REDDISH YELLOW CLAYEY SAND
I ::
::
:: ....-
:: ~ MEDIUM, MIXTURE OF REDDISH BROWN
- - 12 10 = AND REDDISH YELLOW CLAYEY SILT.
I = BORING TERMINATED AT 10 IT
::
::
- ::
=
::
::
=
-
- - 15 -
=
=
=
I =
-
=
::
I =
- - 20 -
-
-
-
I - .
- - 25 -
-
::
-
=
-
-
::
-
I II " I .::
'1/\ =
I
I
I
I
PROJECT: TIUl ..,..... II 11 II 03 STANDARD BORING LOG.
. "'h . ~~~..
LOCATION: .'h~h_ r01\ll1>. . " '" In'>
BORING No: B4 LOGGED BY: JULIUS AJEWOLE ON-SPEC TESTING, INC.
650 Feet Soutlr oICenterline ofT. W "8" 56171LFORD STREET
nMJ 7< r:. r:no< . . ;'rT.w ;Y'" DRILLER: . ."''"' CHARLOITE, NORTH CAROLINA
ELEVATION: ExistiDe .
GROUNDWATER ELEV Al10N: COMMENTS:
COMPLETlOJl
MSL DIAGRAM BLOW PENETRA nON DEPTH GRAPHIC SAMPLES & CORES DESCRIPTION
BOREHOLE COUNTS RATE OVD
DIAMETER:. ia. (BWWSIFT.) UTHOLOGY REC. lYPE NAl (Color, TUluTt,SllUttun. ttc)
I I I I I I
- - '" 0
= - /
- - --
= - - -- - GRASS AND TOP SOIL IN TlIE TOP 9 INCHES
"- I
= FIRM. MIXTURE OF PINKISH GRAY AND
16 - RED CLAYEY SAND
=
= ST
=
= ......
= FIRM. DARK REDISH BROWN AND
- i- 13 = '-- PINKISH WHITE CLAYEY SAND
5 _
=
- \
= -
=
12 = loooo- MEDIUM, BROWNISH YELLOW CLAYEY SAND
=
=
= -
MEDIUM. MIXTURE OF REDDISH BROWN
= 'Y. AND L1G1IT GRAY CLAYEY SAND
- i- S 10 =
= BOR/NGTERMINATEDAT 10FT
=
::
=
=
=
::
=
- - 15 =
=
-
::
=
::
::
=
. -
:::.
- - 20 :::.
-
-
-
- "
-
-
-
- - 25 -
=
-
-
- ,
-
-
=
=
I III I I .::
':IfI =
I
I
I
I
I
I,
I
I
I
I
M
I
I
I
I
I
I
I
I
I
I PROJECT: TIU1 ",." DE" STANDARD BORING LOG.
.---.. Il/]I/OJ
I;OCATlON: . .n_~__ COMPLETEDDATE: II Illm~
, ORING No: BS LOGGED BY: JULIUS AJEWOLE ON-SPEC TESTING, INC.
850 Feet South of Centerline ofT. W "8" 56111LFORD STREET
and 75 Ft. East ~rrenterline ~rT.'W "r" DRILLER: AMERlDRlLL, INC. CHARLOlTE, NORTH CAROLINA
I ELEVATION: Exlstin" . Tn flf1li'T\
GROUNDWATER ELEVATION: COMMENTS:.
I MSL. COMPLETIO~ ,
DIAG~M BLOW PENETRATION DEPTH GRAPHIC SAMPUS '" CORES DESCRIPTION
BOREHOLE COUNTS RATE OVD
DIAMETER:4 in (BLOWSIFT.) LITHOLOGY REC. TYPE N....l (CDlor, TtJ,tun,S.ruttur~ Ittt)
I I I I I I
- - 0
~'\. ::. - ~ -- 7
::. - - -- - GRASS AND TOP SOIL IN 1lJE TOP 9 INCHES
I "- I
= MEDIUM, LIGHT BROWNISH GRAY
8 - CLAYEY SAND
=
:: ST
I =
= -
= ~ MEDIUM, YELLOWISH BROWN AND GRAY
- - 14 = L.- CLAYEY SAND.
5
I =
-
- ~. -
=-
12 = ""-- MEDIUM, DARK RED CLAYEY SAND
=
I =
= -
= ~
- - 5 10 = :/< SOIT. STRONG BROWN CLAYEY SILT.
-
:: BORING TERMINATED AT 10 F7
-
.::
-
-'.... ::.
=
::.
::.
=
- - 15 ::.
::.
::
::-
-
::
::
-
-=
=
-- 20 -
-
-
-
. - .
-
- - 2S -
::.
-
-
-=
=
-
::.
::.
I 1'1 I I .::
'tn .::
I
I
I
I
I
'1
I
I
I
I
PROJECT: TJUl"r.. 11/1 1103 STANDARD BORING LOG.
LOCATION: ..,~..o~. nn~.. COMPLETED DATE: I tIt ''''1
BORING No: B6 LOGGED BY: JULIUS AJEWOLE ON-SPEC TESTING, INC.
5617 1LFORD STREET
200 Feet South of Centerline of helicopter Pad Entrance DRILLER: AMERIDRlLL, INC. CHARLOTfE, NORTH CAROLINA
T,'Wand 75 Ft. East a/Centerline 0/1: W "C"
ELEVATION: Exi.tlDl! .
GROUNDWATER ELEVATION: COMMENTS:
{;QMPLETlur
MSL. DIAGRAM BLOW PENETRATION DEPTH GRAPHIC SAMPLES & CORIS DESCRIPTION
BOREHOLE COUNTS RATE OVD
DIAMETER:4 in. (BLOWSIFf.) LITHOLOGY RIe. TYPE ~NA (Color. Tulure,slru<lu"" <1<)
I I I
- - 0 - -
1\ = - - -- 7
= - - -- ,....... GRASS AND TOP SOIL IN THE TOP 9 INCHES
\ = ?f SOFT, BROWNISH YELLOW CLAYEY
= SAND
4 =
\ = 8T
=
= r--
=
- - 17 = ~ FIRM, LIGHT GRAY CLAYEY SAND
5 _
=
- ;
= /, r--
= FIRM, MIXJ:URE OF L1GIIT GRAY
18 = ~ AND REDDISH BROWN CLAYEY SAND
=
=
= ~
= MEDIUM, MIXTURE OF LlGIIT GRAY AND
10 = J< REDDISH BROWN CLAYEY SAND
- - 10
-
= BORING TERMINATED AT 10 FT
-
:::
-
=
=
=
-
=
-
- C- IS -
=
:::
=
:::
:::
:::
=
-
=
- c- 20 =
=
-
=
- .
-
-
-
-
- I- 25 -
=
=
-
= ,
-
-
::
I \I I I I :::.
'1n =
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I'
I
I
I
PROJECT: T1n1 ..r.. STANDARD BORING LOG.
-- 11111/03
LOCATION: .",..,,~.... DE"'^UU "RPORT COMPLETED DATE: .. ,., 'M
BORING No: B7 LOGGED BY: JULIUS AJEWOLE ON-SPEC TESTING, INC.
/25 Feel South of Centerline of TIW ''D" 5617ILFORDSTREET
and 75 Fl. East ~fCenterllne ofT:W "C" DRILLER: AMERIDRlLL, INC. CHARLOTIE, NORTH CAROLINA
ELEVATION: Ewtio". TOllll FT\
GROUNDWATER ELEVATION: COMMENTS:
COMPLETlor
MSL. DIAGRAM BLOW PENETRATION DEPTH GRAPHIC SAMPLES & CORES DESCRIPTION
BOREHOLE COUNTS RATE OVD
DIAMETER:4 in. (BLOWSIFf.) LITHOLOGY REC. TIPE ~NAI (Color, Telture.StrucIUI"t. de)
I I I I I I
- r- ,n'
'''' 0 .:: - [7
- - --
.:: - - -- l-ooo- GRASS AND TOP SOIL IN TIlE TOP 9 INCHES
= MEDIUM. REDDISH BROWNISH AND LIGHT GRAY
10 - CLAYEY SAND.
=
\ :: ST
=
= ~
= FIRM. MIXTURE UGHT GRAY AND REDDISH BROWN
- f- 25 = J-- CLAYEY SAND
5
::
-
.:: '/ ~
J .:: .:/-
13 .:: ....... FIRM, BROWNISH YEllOW CLAYEY SAND
.::
=
:: ~
= y MEDIUM, BROWNISH YELLOW CLAYEY
- - 10 = SAND
8
= BORING TERMINATED AT lOfT
=
=
-
=
=
=
::
=
- c- =
IS =
::
-
::
::
::
::
:
- I- 20 :: ..--
-
-
::
- "
:
-
-
- I- 25 ::
::
.::
-
:::. ,
::
-
:
-
I III II .:
7n =
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PROJECT: TIm n"n STANDARD BORING LOG.
.onn", 11/11/03
LOCATION: "'~".T' ..n~ftT . COMPLETED DATE: II /11 /(n
BORING No: US LOGGED BY: JULIUS AJEWOLE ON-SPEC TESTING, INC. ,
325 Feet South olCenterline oIT/W "D" 5617 ILFORD STREET
and 75 Ft East olCenterline olTIW "C" nDII . IO"D. . 'NI' CHARLOTTE, NORTH CAROLINA
ELEVATION: EsistinE .
GROUNDWATER ELEVATION: COMMENTS:
COMPLETIOI'
DIAGRAM BLOW PENETRATION DEPTH GRAPHIC SAMPLES & CORIS DESCRlmON
MSL. BOREHOLE COUNTS RATE OVD
DIAMETER:4 in. (BWWSIFT.) L1THOWGY RIC. TYPE I\NAI (Color, Tulu....SlnJ<lu.... 01<)
I I I I I I
1- - 0 - -
'" = - - -- V GRASS AND TOP SOIL IN THE TOP 6 INCHES
- - --
- -
'\
= MEDIUM. DARK GRAY AND WHITE
7 - CLAYEY SAND.
=
= ST
=
= r---
= FIRM. UGIIT GRAY AND REDDISH
- - 14 = I- BROWN CLAYEY SAND.
5 _
:: .,
= r---
= FIRM, YELLOWISH BROWN AND GRAY
:: I- eLA YEY SAND
16 ::
::
= ~
= ~
- - 10 = FIRM. LIGHT BROWNISH GRAY CLAYEY SAND
17 =
:: BORING TERMINATED AT 10 FEET
::
::
=
;:
-
-
- I- 15 ::
::
::
::
-
::
::
-
-=
::
-
- ~ 20 -
-
-
-
- ..
-
-
-
-
- - 25 -
::
=
-
=
-
-
-
::
I " III -=
'In =
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PROJECT: Tim "1"''' STANDARD BORING LOG.
"1>1>1\'" co....n....UTE' . I 11 III 03
LOCATION: ..n~n' COMPLETED DATE: " In'>
ORIN 0 No: 89 LOGGED BY: JULIUS AJEWOLE ON-SPEC TESTING, INC.
J2J Feel Soulh afCenterline ofT/W "D" 5617 ILFORD STREET
and 75 Fl. EaSI of Centerline ofT/W"e- nDII I J;"D. ,"'C' CHARLOlTE, NORTH CAROLINA
ELEVATION: Existin" . "''''''"yn
GROUNDWATER ELEVATION, COMMENTS:
COMPLETJO~ ,
MSL. DIAGRAM BLOW PENETRATION DEPTH GRAPHIC SAMPLES & CORES DESCRIPTION
BOREHOLE COUNTS RATE OVD
DIAMETER:4ln. (BLOWSIFT.) UmOLOGY REC. TYPE f\NAl (Color, Tuture,Struc:ture, ttc)
I I ,
- - 0
\ .:: - - V'
- - -- GRASS AND TOP SOIL IN mE TOP 6 INCHES
.:: - - --
1\ .......
1\ .:: MEDIUM, GRAYISH BROWN CLAYEY SAND
8 -
.::
= ST
.::
.:: p.-
i .:: fiRM, L1GIIT YELLOWISH BROWN CLAYEY
- - 18 .:: ~ SAND.
5 _
.::
-
1\ .:: -
.::
= DENSE. BROWNISH GRAY eLA YEY SAND
33 = -
1/ .::
::: -
= ~
- - 10 .:: FIRM.DARK BROWN MEDIUM TO FINE SAND
19 .::
::: BORING TERMINATED AT 10 FEET
::
.::
.::
::
::
.::
- - .::
15 _
.::
-
::
.::
-
-
.::
::
- - 20 -
-
.:: .
-
::
::
-
::
.::
- - 25 :::
:::
.::
:::
.::
:::
-
:::
:::
I 1/111 .::
'1() .::
t
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
STANDARD BORING LOG.
PROJECT: ~R" ..~" , Annn'" II /11/ 03
LOCATION: .",..,,~.... .._~-- - COMPLETED DATE: 11 I 1 In?
BORING No: BID LOGGED BY: JULIUS AJEWOLE ON-SPEC TESTING, INC.
725 Feet Sauth afCenterline afToW "D" 5617 1LFORD STREET
and 75 Ft EasI afCenlerline afT'W "C" DRILLF.R: AMERIDRILL INC. CHARLOlTE, NORTH CAROLINA,
ELEVATION: ExistiDt! .
GROUNDWATER ELEVATION: COMMENTS:
COMPLETIO~ SAMPLES & ("
DIAGRAM BLOW PENETRATION DEPTH GRAPHIC RE DESCRIPTION
MSL.. BOREHOLE COUNTS RATE OVD
DIAMETER:. ID. (BLOWSIfT.) LITHOLOGY REC. TYPE NAI (Color. Tnture,Strurture, rle)
I I I I I I
- - 0 - -
'\ :: - - -- V GRASS AND TOP SOIL IN lHE TOP 6 INCHES
:: - - --
1'\ ~
1\ = I FIRM. BROWNISH GRAY CLAYEY
= SAND.
8 =
= ST
=
:: ~
=
- e- = '~ - FIRM. YELLOWISH BROWN eLA YEY SAND
19 5
= r?2 "
-
:: /. r-
= FIRM. GRAYISH BROWN CLAYEY
= - SAND.
13 =
=
:: r-
:: Y FIRM. YELLOWISH TAN MEDIUM TO
- J FINE SAND WITH TRACE OF CLAY
- I- 14 10 -
-=
-= BORING TERMINATED AT IOFEer
=
-
::
::
::
::
::
-
- ~ 15 -
-
::
::
::
::
::
-
::
-
- I- 20 -
::
-
:: "
-
=
-
-
- - 25 -
::
::
=
::
=
-=
::
::
\I , I II :=
'to ::
I
I
I
I
I
I
I
I
I
I
I
I
I.
I
I
I
'I
I
I
PROJECT: T"" "I"" STANDARD BORING LOG.
ADDI"" 11/11I03
lOCATION: ...~..- OODD^DT COMPLETED DATE: II 11\ 1M.
ORING No: CJ LOGGED BY: JULIUS AJEWOLE ON-SPEC TESTING, INC.
400 Feel Narlh afCenlerllne afT'W "D" 56171LFORD STREET
and /65 FL Eosl afCenterline afT/W "C" nOli r 1>0. LL. JNr CHARLOTTE, NORTH CAROLINA
ELEVATION: Exi.tiU2 . IHIlI ~-
GROUNDWATER ELEVATION: COMMENTS:
t:SL COMPLETJO~
DIAGRAM BLOW PENETRATION DEPTH GRAPHIC SAMPLES & CORES DESCRIPTION
BOREHOLE COUNTS RATE OVD
DIAMETER:. in. (BLOWSIFT.) LITHOLOGY REC. TYPE NA (Color, Te1tun,Strudu~, ett)
I I I I I I
I -
- 0
.:: ;tft~1;1~t:. ~
.:: 8 INCHES CONCRETE
I .::
-
.::
.::
I .::
.::
.::
- - .::
5 _
I .::
-
.::
.::
.::
I .::
.::
.::
.::
- - 10 .::
I ~
=
-
I .::
.::
::::
.::
.::
I - - 15 .::
.::
.::
.::
"- =
I -
.::
-
.::
.::
I .::
- - 20 ::::
.::
-
I .::
- "
-
::::
-
-
I .::
- - 25 .::
.::
.::
-
I; - \
.::
-
.::
I -=
I 11111 .::
':In .::
I
STANDARD BORING LOG.
PROJECT: TIW ",.." II /11/ 03
LOCATION: "n~n~ COMPLETED DATE: II I 111M.
BORING No: C2 LOGGED BY: JULIUS AJEWOLE ON-SPEC TESTING, INC.
1050 Feel South a/Centerline o/TIW "B" 5617 ILFORD STREET
and 75 Ft East a/Centerline ofT- W .C" DRILLER: AMERIDRILL, INC. CHARLOTIE, NORTH CAROLINA
ELEVATION: ExisliD2 . Tn I1n lIT)
GROUNDWATER E1.EVATION: COMMENTS:
COMPLETlm ,
MSL, DIAGRAM BLOW PENETRATION DEYTH GRAPHIC SAMPLES & CORIS DESCRIPTION
BOREH01.E COUNTS RATE OVD
DIAMETER:4 in. (BLOWSIFf.) LITHOLOGY REC. TYPE ~NAI (Color, Tnt1Jre,Strutturt, ttc)
I J I I I I
- - "- 0 . '. ~ '. . ~
.:: .:~'!:;~'~:~.~~.: {. 8 INCHES OF ASPHALT
"- .:: ...... .
.:: FIRM, BROWNISH GRAY CLAYEY
14 .:: - SAND.
.::
.::
.::
.:: -
.::
.:: - FIRM, YEL1.0WlSH BROWN CLAYEY SAND
- ,.... 16 5
::
- ;
= ~
= FIRM, GRAYISH BROWN CLAYEY
= --- SAND.
13 =
.::
.:: -
= V; FIRM, YELLOWISH TAN MEDIUM TO
~ 1^ .:: FINE SAND WITH TRACE OF CLAY
- 14
=
= BORING TERMINATED AT 10 FEET
=
-
=
=
=
::
=
-
- - 15 -
.::
::
::
.::
::.
::
=
.::
.::
- - 20 =
::
-
.::
:: "
-
::
-
::
::
- - 25 ::
.::
::
-
.:: ,
::
-
.::
::
--~_. -- -- - ,--- - = -- --. -- - --~- - - -
I 1/111 .,n =
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I~
I~
z;
~
I~fo<
~~
1'0
~~
l.t~
I~<
~~
....<
I~z
~o
_ , l-(
oofc.,:l
I_ oof~
~ ~
)<
,~
I- ~rFl
~;;;;;J
~c.,:l
'I~
I
I
I
I
I
I
I
I
u l) ....l U U l)
ell ell l) ell ell ell
::>
if'! t-: lr"! or) CO 'J:1
ci <:) or) ...... N 0;
Z C"'l .- - .-
p::
/Xl .- C"'l or) ~ t"l t-:
U ci ci 0; - 0; .-
C"'l -
ell
e3 ....... -:t 0 -:t ~ N
~ N .,f ci - ..,f
~ N N N C"'l N
....l lr"! - t-: \0 0
00 ....l 0\ .,f .- \Ci ori
C"'l -:t '<t or) '<t
~ Ult
= - ...... ~ ~ 'J:1
N ..,f ('<') or) C"'l
...... ...... .- ...... ......
A.. 00
o~u
I~~Q <"! r- r- '<t .-
p::!::o ...... \Ci cO cO \Ci
N ...... .- ...... ......
oell~ .... ...... ...... ...... ......
Z""'"
~
ell :;s
U U U U l) U U U (;) ell U
CI:l V> 00 ell if.! if.! if.! if.! if.! I ell
;:J U
if.!
.- ...... 0\ 0\ ~ t-: ....... 0\ - r- N
s: ci ..,f 0\ N - .... N 0\ ..,f ci
N N ...... t"l N N N .- ~
....l O<! N ~ N or) ~ ....... <:) .- "<l;
....l 00 0\ \0 N \Ci 0\ 0\ -0 r-: ""'"
t"'\ C"'l ('<') '<t ('<') <<'I t"'\ M ...... t"'\
00 CI:l
~ i=3C1:l
~ o~'""'
~ 0 <:) ~ ~ <:) ~ C! <:) <:) 0
~ ~ug 00 0\ 00 CO cO 'l? 0\ cO 0; 0\
<: ~~
00
~
~ ~ ~
~
fool v.;~Vi~ <:) t-: ~ C"'l CO <:) N ~ 0\ <"1
..,f ....... or) ci \Ci r-: N ""'" ('<') -
> 'oze;.. - ...... - ...... <:) - - N -
- ...... ...... ...... ...... ...... .- 00 .... -
~ ?Ei ~
~
s
00 ~~~g CO N
Q 0\ '<t f'! 0\ ~ ~ \0 '<t 00 00
~ ~~~~ N cO C"'l cO - ...... 0\ ...... or\ N
.- N C"'l N N ('<') N -0 C"'l .....
= 25 ~ - ...... - - ...... - 0\ ......
~
;;J .
fool ~~~;?
00
Jo-4
~ ~ <:) 00 0\ .- - "'l <'1 C'!
r- \0
f') or\ or) -0 ..,f N or) ('<') 0\ or)
;;J raz~ ...... - - ...... - ...... ...... ...... .......
<00
z~u
P-l
....l~ \
~A..P N N N N N N N N N N
C5~
CI:l
0
~~ ...... N ('<') '<t or) \0 r- OO 0\ <:)
.-
/Xl ~ ~ ~ ~ ~ /Xl l:Q l:Q /Xl
0
l:Q
I
I
I
I
I
I
I
I
I
I
I
I,
I
I
I
I
I
I
I
COMPACTION TEST REPORT
107
,
- ......
" " ~
, \.
~
/ ,
V \
J' '\
I ~
)'f'
'/
/
/ \
I
~
,
.
5.0
7.5
10.0
Water content, %
12.5
15.0
17.5
127
122
117
'0
a.
;E-
.w
c
Q)
"0
~
0
112
102
2.5
Test specification: ASTM D 1557-91 Procedure C Modified
Elevl
Depth
Classification
USCS AASHTO
Nat
Moist.
Sp.G.
LL
PI
%>
3/4 In.
%<
No.200
2 To 4FT.
SC
39.5
22.4
0.0
39.4
TEST RESULTS
Maximum dry density = 121.3 pef
Optimum moisture = 12.1 %
Project No. 081110 Client: THE LPA GROUP
Project: AUGUSTA REGIONAL AIRPORT
MATERIAL DESCRIPTION
Reddish Yellow Clayey Sand.
Remarks:
. Location: AUGUSTA AIRPORT
COMPACTION TEST REPORT
ON-SPEC TESTING INC.
Plate
2
~
o
?;
~ 30
u
~
~
a.
LIQUID AND PLASTIC LIMITS TEST REPORT
.
i
60
Dashed line indicates the approximate
upper limit boundary for natural soils
/
I
/
/
50
40
/
I
/
/
/
/
/
/
20
/
/
/
/
/
/
10
ML or OL MH 'or OH
10 30 50 70 90
LIQUID LIMIT
SOIL DATA
NATURAL
SYMBOL SOURCE SAMPLE DEPTH WATER PLASTIC LIQUID PLASTICITY
NO. (ft.) CONTENT LIMIT LIMIT INDEX
% % % %
. AUGUSTA B2 2 To 4FT. 17.1 39.5 22.4
LIQUID AND PLASTIC LIMITS TEST REPORT Client: THE LPA GROUP
Project: AUGUSTA REGIONAL AIRPORT
ON-SPEC
TESTING INC.
Pro'ect No.: OS1110
Plate 2
I
I
I
I
I
I,
I
I
I
I
I
110 I
I
USCS I
SC
~I
..
I
I
I
I
I
I
I
I
I 0:::
W
Z
u:
I I-
Z
W
U
0:::
I w
Q.
I
I
I
I
I
I
I
I
I
I
I
I
PARTICLE SIZE DISTRIBUTION TEST REPORT
e
.Ii
!i c: S
i
8 ~ 8
Ii c:: c
.:. C! ~
o
o ~ 0
100
'" '" N ,.!. - " lI: .. ~ ;{ .. .. ~
- -
I I I , , ....... I I , I I I
, I I . I I I . I I I I ,
I I . , I I I
I , I I I I . I I I r I
I I I I , I I
I I I I I I . I I I I
, I I I I I I I ~ I , I I
I I I I I' I I I I r I
I I I I I I :' I I , I
I , I I I ,
I , I I I I I
I I I I I I I I ~ I I I
I , I I I I I , I I , I
, I I I I , ,
I I I I I I
I I , I I , I I
I I I I I , I
I I. I I I I I I
, I r I I I I I I , , I
, I I I I , I I I ,
I I I I I I \ I I
I , I I I I
I I I , I , I
I , I I , , , I I I I
, I I I I I I I , I I I
I I I r I I I I
I , I I I I I I I
I 0 I I I I I I I , ~ : I I
I , I , I , , I I I I I
, I I , , I I N'
0 I I 0 I I , I I , I , I
, I , I I I I I I , I I
, 0 , I , I I
I , I r , , I ,
I I , I I , 0 I I I
, I I I I I , I \ , I
I , I
I , I I I , I I I I I ,
I , , I I , , I I I , I
I I I , , , I , I I , ,
, , I I I I I
, r I , , I I , I I I I
I I I I I I I \' ,
, I , 0 , , I , I I , I \1 I
r I I I I I , , I I I , ,
, I I , I I I , I I I I ,
I , I I I I I I I , I I ,
I I , I , , 0 , I , I , I
I I I , I I I , I , I I
I, I , I I r+- ~
- ---I -~
I 0 , I 0 I , 0 ,
, I I I , , I I , I 0 I
I I I I I , I , I I I ,
I I I , , I , , I , I ,
, , 0 I 0 I I I I 0 I 0
I I I , I I I I I I 0 0
, I I I
I I , 0 I I , I I 0 I
, I . 0 I , I r , I
I I I I I , I I I I I ,
I I , I , I I I I , , I
I , I I I , 0 0
I I I , I
I , I , I I I , I ,
I 0 I I 0 I I I I I 0
, I I I I I 0 I 0 I 0 I
I , I , , , I , , I I
0 r I I , I I I , , I I
I I r I I I I I , , , ,
r , I , , 0 , 0 I
I I I 0 , I I
I 0 I , I I I I
, I I , I 0 0
I I I I I I , I r I I
I I , , , , I , 0 I 0 0 I
I I I , , , , I I
0 I I , , I 0 I
I , r I I 0 I I I
I I , I I I 0 , I r r I I
I I , I 0 0
I 0 I 0 I , 0 , I
, I , r , , I 0
, I I I I 0 ,
, I I , I I r I I I 0 I ,
90
80
70
60
50
40
30
20
10
o
500
1
0.01
0.001
100
10
1
GRAIN SIZE - mm
% SAND
60.6
39.4
% SILT
% CLAY
%+3"
% GRAVEL
0.0
0.0
SIEVE
SIZE,
#4
#10
#30
#40
#50
#100
#200
SPEC.*
PERCENT
Soil Description
Reddish Yellow Clayey Sand.
PERCENT
FINER
100.0
99.4
91.2
82.5
68.0
46.0
39.4
PASS?
(X=NO)
uses= sc
Atterberg Limits
LL= 39.5
Coefficients
oao= 0.245
D15=
Cc=
Classification
AASHTO=
050= 0.179
010=
PL= 17.1
PI= 22.4
085= 0.459
030=
Cu=
Remarks
(no specification provided)
Sample No.: B2 Source of Sample: AUGUSTA
Location: AUGUSTA AIRPORT
Date: 11/15/03
Elev./Depth: 2 To 4FT.
ON-SPEC
TESTING INC.
Client: TIIE LPA GROUP
Project: AUGUSTA REGIONAL AIRPORT
Pro eet No: OS1110
Plate
2
BEARING RATIO TEST REPORT
750
675
600
(/) 525
Q.
Q)
u 450
c
0
..
(/)
(/) 375
Q)
l-
e:
0 300
+'
0
l-
+'
Q) 225
c
Q)
a..
150
75
0
0 0.1 0.2 0.3
Dens.
1. 1 22 . 7
2.
3.
0.4 0.5
Molded
Pene t ra t ion. in.
Soaked
Pen.
Sur.
CBR, (%)
Swell
Lin.
Cor.
% max
moist
0.1" 0.2"
Dens. % max moist
%
101 .2
30.3
35.7
10
0.2
o
11 .3%
122.4
100.9
12.6%
MATERIAL DESCRIPTION
USCS Max. Opt. LL PI
dens. ,w.c.
SC 121 .3 12. ., 39.5 22.4
Test Desc,.. . /Remo I" ks :
TEST PERFORMED ON SOAKEC SAMPLE
Project No: OS1110
Project: TAXIWAY"C" RELOCATION AND APRON EXPANSION
Location: AUGUSTA REGIONAL AIRPORT
AUGUSTA. GA.
Dote: 11 23 03
BORING B2
BEARING RATIO TEST REPORT
ON-SPEC TESTING, INC.
Fig. No.: B2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I,
I
I
COMPACTION TEST REPORT
107
".- "
? \
I
I \
J ,
/ 1\
,
I 1\
I \
I
8
13
18
Water content, %
23
28
33
127
122
117
'0
Q.
~
'ii)
c:
CD
"0
~
Cl
112
102
3
Test specification: ASTM D ]557-9] Procedure C Modified
Elev/
Depth
2 TO 4FT.
Classification
USCS AASHTO
Nat.
Moist.
Sp.G.
LL
PI
%>
3/4 In.
%<
No.200
CL
44.2
24.1
0.0
54.5
TEST RESULTS
Maximum dry density = 116.8 pef
Optimum moisture = 14.1 %
Project No. OS III 0 Client: THE LP A GROUP
Project: AUGUSTA REGIONAL AIRPORT
MATERIAL DESCRIPTION
Yellowish Red Sandy Lean Clay
Remarks:
. Location: AUGUSTA AIRPORT
COMPACTION TEST REPORT
ON-SPEC TESTING INC.
Plate
4
LIQUID AND PLASTIC LIMITS TEST REPORT
"
60
Dashed line indicates the approximate
upper limit boundary for natural soils
50
40
x
w
c
~
~ 30
u
i=
en
~
Q.
20
10
7 - --
ML or OL MH or OH
10 30 50 70 90
LIQUID LIMIT
SOIL DATA
NATURAL
SYMBOL SOURCE SAMPLE DEPTH WATER PLASTIC LIQUID PLASTICITY USCS
NO. (ft.) CONTENT LIMIT LIMIT INDEX
%) 0/0) % %
. AUGUSTA B4 2 TO 4FT. 20.1 44.2 24.1 CL
LIQUID AND PLASTIC LIMITS TEST REPORT Client: THE LPA GROUP
ProJect: AUGUSTA REGIONAL AIRPORT
ON-SPEC
TESTING INC.
Pro"ect No.: OS1110
Plate 4
I
I
I
I
I
I
I
I
I
I
I
1101
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PARTICLE SIZE DISTRIBUTION TEST REPORT
"
.s
c: c:~ c.5 .E.E
i
8 ~ 8
o i i
o
~ ;:; ;;; - ~ ~ ~ It: ~ - .. ~
- -
, I I . , I ?- , . . ,
I I , I I . I ~ , I I
I , I , I , . , , , I I
, I . , , .
, I , I I \ . I
, , I . I . I I , . I , . I
I , I I I , I . , , I I I I
. , I , I . I
I I , I I I I , <\ I I
I , , I I , , , I I I
I , , , I , ,
, , I I , I . , I , , . I
, I . I I ,
I . I , . . I . , I I . .
I , r I , I I I , I I
, I I I I , I
, . I , . , . , I ':' , I I
, . I ,
I I I . I I , I I I I I
, I I I I I I I , I I I ,
I . I r I , , I I , I \: I ,
I I , , I I I
, . I I I I I I I , , I ,
. I r ,
I . , . . . I , I I , \: ,
, I I I I I I , , I
I , r I I
I I I , I I , I I , I
I . I I , , . , I " I
, . , I I I I , I I ,
, , . I I I I I . I , ,
I " I , I , , I I , , ,
, I . I , I I , I , I
. , , . I , I I , I , I I
I I , , I I I I , I I I I
, I I I , , , I . , , , . I
I , , I I , I . I I . , , I
, , , , I I I I I
I I . , , I , ,
I , I I . ,
, I I , , I I I , I I ,
I I , I . I I I I I I ,
I I , I , I , I I I I I
I I I r I I I , I I . I I
I , I , , . . . I I , . ,
. I . '-,- --'- , - - - --- - - 1---. ---
. I , , I I , , I . , I .
I I I I , , I
I I I I I , I I I I ,
I , , , . I , , , I I I I
I I I I I , , I , I I I ,
I . I I , I , I I I , I I
I . , , I I I , , I I ,
I I I , , I . I I I
. , . , I I , , I I . I I
, , I . , , , . , , I , I I
I I I I I , I , , I I , I ,
, , I I , I I I I I , I I I .
, I . I . I I I I I , I I , I .
I I I I I I I. I , I
I , I I . I , , I I . .
I , . I I I . I I I , , I
I I I I , . I , I I , I I , .
I I I , I I I I I , I I I , I
I I I , I I I , I I I . , I
I , , I I , . I . I . , . ,
I I , I , , I I : , , I I
I . I , , I I I . . . I I ,
I I , I , , , I , , I , I , I
I I , I I . , I , I I , I , ,
, I I . I , I I I . , , I I I
I I I I , , . I I I I , , , I
I , I I I , .
, I I I I , I , I I I I I
100
90
80
70
a:: 60
W
Z
u:
I- 50
Z
W
U
0:::
W 40
a.
30
20
10
o
500
01
0.01
0001
100
10
1
GRAIN SIZE - mm
% SAND
45.5
54.5
% SILT
% CLAY
%+3"
% GRAVEL
0.0
0.0
SIEVE
SIZE
#4
#10
#30
#40
#50
#100
#200
SPEC:
PERCENT
Soil Description
Yellowish Red Sandy Lean Clay
PERCENT
FINER
100.0
100.0
98.2
95.9
88.6
65.8
54.5
PASS?
(X=NO)
USCS= CL
Atterbera Limits
LL= 44.2
Coefficients
060= 0.115
015=
Cc=
Classification
AASHTO=
050=
010=
PL= 20.1
PI= 24.1
085= 0.267
D30=
Cu=
Remarks
(no specification provided)
Sample No.: B4 Source of Sample: AUGUSTA
Location: AUGUSTA AIRPORT
Date:
Elev./Depth: 2 TO 4FT.
ON-SPEC
TESTING INC.
Client: TIIE LPA GROUP
ProJect: AUGUSTA REGIONAL AIRPORT
Pro eet No: OS11l0
Plate
4
i BEARING RATIO TEST REPORT
200
",
180
160 I
/
.-
m 140
Q. /
- "-
Q)
u 120
c /
0
....
m
.-
m 100
41
l- I
c
0 80
.- f
..
0
L-
..
Q) 60
c I
(\)
a.
40
I
20
I
0
0 0.1 0.2 0.3 0.4 0.5
Pene t 1"0 t ion. in.
Molded Soaked CBR, (%) Lin. Pen. Swell
Dens. % mox moist Dens. % mox moist O. 1 " 0.2" Cor. Sur. %
1 . 113.5 97.3 16.3% 113. 1 96.9 16.9% 9.5 11 .5 0 10 0.4
2.
3.
MATERIAL DESCRIPTION USCS Max. Opt. LL PI
dens. w.c.
.
YELLOWISH RED. SANDY SILT CL 116.7 14. 1 44.1 24.0
Project No: 051110 Test Descr./Remorks:
Pro j ec t : TAXIWAY "C" RELOCATION & APRON EXPANSION
Locat ion: AUGUSTA REGIONAL AIRPORT
, TESTS PERFORMED ON
AUGUSTA. GA.
Dote: 11/18/03 SOAKED SAMPLE
BORING B4
BEARING RATIO TEST REPORT
ON-SPEC TESTING, INC. Fig. No. ; B4
I
I
I
I
I
I,
I
I~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
119
't3
Q.
~
'ii)
c:
Q)
'tJ
~
o
114
COMPACTION TEST REPORT
129
1 ,......., \.
If \
J 1\
, \ I
J \
I \
,
,
I \
, \
I ~
If
124
109
104
2
17
Water content. %
22
27
32
7
12
Test specification: ASTM D 1557-91 Procedure C Modified
TEST RESUL T8
Maximum dry density = 119.9 pef
Optimum moisture = 13.4 %
Project No. OS III 0 Client: THE LP A GROUP
Project: AUGUSTA REGIONAL AIRPORT
Elevl
Depth
2 To 4FT.
Classification
uses AASHTO
%,> %<
3/4 in. No.200
Nat.
Moist.
LL
PI
Sp.G.
SC
41.7
20.4
29.5
0.0
MATERIAL DESCRIPTION
Reddish Yellow Clayey Sand
Remarks:
. Location: AUGUSTA AIRPORT
COMPACTION TEST REPORT
ON-SPEC TESTING INC.
Plate
5
LIQUID AND. PLASTIC LIMITS TEST REPORT Client: THE LP A GROUP
Project: AUGUSTA REGIONAL AIRPORT
ON-SPEC
TESTING INC.
Pro ect No.: OS1110
Plate 5
I
I
I
I
I
I
I
I
I
I
I
110 I
I
uscs
SC ,I
I
I
I
I
I
LIQUID AND PLASTIC LIMITS TEST REPORT
i
60
10
MH or OH
10 30 50 70 90
LIQUID LIMIT
SOIL DATA
NATURAL
SYMBOL SOURCE SAMPLE DEPTH WATER PLASTIC LIQUID PLASTICITY
NO. (ft.) CONTENT LIMIT LIMIT INDex
% % % %
. AUGUSTA B5 2 To 4FT. 21.3 41.7 20.4
Dashed line indicates the approximate
upper limit boundary for natural soils
/
/
/
/
50
40
/
/ ,
/
/
/
/
/
/
x
w
o
~
~ 30
u
i=
C/)
5
0..
20
/
/
/
/
/
/
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PARTICLE SIZE DISTRIBUTION TEST REPORT
e
.Ii
.(:!
" -
i
8 ~ 8
r: c:! c:
c; [; ~
c:
o fl ;
;; N .;. - '" .. II: .. .. ~
'" - - '"
, , , , . r, . , . , I , . ,
, , , , . , , , , , , , ,
, , , , I , . ,
. , , , , I ,
, , , , , , , , ,
, , , \J , , ,
, I , . . . , I
, , , , , , , , , , , , r ,
, , , , , , , I ,
, . , , I ,
, , , , , , , i\ , , . , . ,
, , . , . , , , , ,
, , , , I , . , , .
, . . . , , .
, , , . , , , , . , ,
. I . , , . , , , I . , ,
, , I , , , , , r , , , , ,
, , , , , , ,
r , , , , , , I , r ,
. , . , , , , , , , . , , , ,
. , . , , . ,
, . , , . , , , , I ,
, . , , , , , , . , , , I
, . , , . , ,
, , , , , , , , , , . , I ,
, , , , , , ~ , , , ,
, , , , , ,
, , I . , . . . , , , , ,
, , , r , , , , , :' , , , I ,
, . , , , . , , , , , , ,
I , . , . ~~ ,
, , , , . , , ,
, I , , , , , I
, , , , , , , , , .
, , , r , , , , , , , , , ,
, . , , . I , , , , , , ,
, , , , , , , r
I , , I , , , , , , , , I . ,
, , , , , , , I . , , I , , ,
, , , , , , , , , , \ , , ,
, , , , , , , , , , , , I . ,
I , , , , ,
, , , , , , , , ,
, , , , , . ,
I , : , . , . , . , . , , ,
. , , , , , , . :' , I ,
, , , , I , , , , , , ,
, , , , , I , r , , , , . ,
, , , , . I . , , , , ~: , ,
, I , . I , , , , , , , ,
. , . , . I . , , . , , ,
, . , , , I , , , , , ,
I , , , , , , I , , N ,
, , I , , ,
, . , , , , , , , , , ,
I , , , I , , , , , ,
. , , . . , , , . , ,
I , , , , , .
. , , . . , . , , .
, , , .
, , , , , , , , . ,
, , . ,
, , , , . , . . . , I ,
, , , , , , , , , I , ,
, , , , , , I I , , , ,
, , , , , , , , ,
, , , . , , , , , , ,
I r , , , I ,
, , , , , , , , , ,
, . , . , . , , . ,
, , , , , . I , , I , , ,
, . , , , , ,
, . . , , , . ,
, . , , , , , I , , , , ,
, I , , , , I
, r , , , . , ,
, , , . , , , , , ,
, , , , , , I , , , I , , , ,
, , , , , , . , ,
, I , , , , , , I , , , , , ,
, . , , , I , , I , , , . I ,
. , , , , , , I , , , . , ,
, . I I , , , , , I , , , , r
, , , , , . , I , , , ,
100
90
80
70
0:::
W 60
Z
u:
I- 50
Z
W
U
0:::
W 40
Q.
30
20
10
o
500 100
01
001
0001
10
1
GRAIN SIZE - mm
% SAND
70.5
29.5
%+3"
% SILT
% CLAY
% GRAVEL
0.0
0.0
SIEVE
SIZE
#4
#10
#30
#40
#50
#100
#200
SPEC:
PERCENT
Soil Description
Reddish Yellow Clayey Sand
PERCENT
FINER
100.0
90.2
70.5
64.3
57.8
38.7
29.5
PASS?
(X=NO)
uscs= SC
Atterberg Limits
LL= 41.7
Coefficients
060= 0.333
015=
Cc=
Classification
AASHTO=
050= 0.225
010=
Pl= 21.3
PI= 20.4
085= 1.40
030= 0.0795
Cu=
Remarks
(no specification provided)
Sample No.: 85 Source of Sample: AUGUSTA
Location: AUGUSTA AIRPORT
Date: 11/15/03
Elev.lDepth: 2 To 4FT.
ON-SPEC
TESTING INC.
Client: THE LP A GROUP
ProJect: AUGUSTA REGIONAL AIRPORT
Pro Gct No: OS 111 0
Plate 5
, BEARING RATIO TEST REPORT
200
180 l
j
:
r
160 I
-
(/) 140
Q. f
.
Q)
0 120
c ,
0 -
.. I
f/l ,
.-
III 100
Q) I
l-
e:
0 80
.- f
+'
0
l-
+'
III 60
e: /
III
0..
40
20 I
0
0 0.1 0.2 0.3 0.4 0.5
Pene t 1"0 t ion. in.
Molded Soaked CBR, (%) Lin. Pen. Swell
Dens. % mo~ moist Dens. % mox moist O. 1 " 0.2" Cor. Sur. %
1 . 117.0 98.6 12.8% 114. 1 96.1 16.9% 11 .4 12.5 0 10 2.5
2.
3.
MATERIAL DESCRIPTION USCS Max. Opt. LL PI
dens. w.c.
REDDISH YELLOW CLAYEY SAND SC 118.7 13.4- 41.7 20.4
Project No: OS 1 1 1 0 Test Descr./Remarks:
Project: TAXIWAY "c" RELOCATION/ APRON EXPANSION
Locot ion: AUGUSTA AIRPORT
, TEST PERFORMED ON
AUGUSTA. GA.
11/16/03 REMOULDED SAMPLE
Dote:
BORING B5
SEARING RATIO TEST REPORT
ON-SPEC TESTING, INC. Fig. No. : 5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
COMPACTION TEST REPORT
91
-
/ ""',,-
I '"
I "
J \
I '\
J .
I
J
I
;
I
I
I
,
121
111
101
'0
Q.
~
'Iii
c:
Q)
'0
~
o
81
71
4
9
14
19
Water content, %
24
29
34
Test specification: ASTM D 1557-91 Procedure C Modified
Elev/
Depth
Classification
uses AASHTO
Nat.
Moist.
Sp.G.
LL
PI
%>
3/4 In.
%<
No.200
2 To 4FT.
SC
56.6
31.9
0.0
41.0
TEST RESULTS
Maximum dry density = 109.7 pef
Optimum moisture == 17.7 %
Project No. OS III 0 Client: THE LP A GROUP
Project: AUGUSTA REGIONAL AIRPORT
MATERIAL DESCRIPTION
Reddish Yellow Clayey Sand
Remarks: ,
. Location: AUGUSTA AIRPORT
COMPACTION TEST REPORT
ON-SPEC TESTING INC.
Plate
6
LIQUID AND PLASTIC LIMITS TEST REPORT
60
Dashed line indicates the approximate
upper limit boundary for natural soils
/
/
/
/
50
40
/
/
/
/
/
/
/
/
><
w
c
~
~ 30
U
~
:5
a..
20
/
/
/
/
/
/
10
MH or OH
10 30 50 70 90
LIQUID LIMIT
SOIL DATA
NATURAL
SYMBOL SOURCE SAMPLE DEPTH WATER PLASTIC LIQUID PLASTICITY
NO. (ft.) CONTENT LIMIT LIMIT INDEX
%) % %) %
. AUGUSTA 86 2 To 4FT. 24.7 56.6 31.9
LIQUID AND PLASTIC LIMITS TEST REPORT Client: THE LPA GROUP
ON-SPEC Project: AUGUSTAREGIONALAIRPORT
TESTING INC.
Plate 6
Pro eet No.: OSlllO
I
il
I
I
I
I
I
I
I
I
I
110 I
I
uscs I
SC
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PARTICLE SIZE DISTRIBUTION TEST REPORT
.:
.s
c c:: S
i
8 ~ g
r:: c c
!i; ~ ~
o 0 l{
'" ... ;:; ,.!. - ~ ~ .. ~ ~ .. .. ~
, , , , , , ~ , , I , , I ,
, , , , , , , I , , ,
, , , , , , , I , ,
, . . . . , , ,
, , , , , , I r , , I , ,
, , , , , , , , . .
, , ~ , ,
, I , , , , , , , I , , ,
. , . , , , . , ,
" . I , . r , , , , , . ,
, , , , , , , ~ . , ,
, , , , , ,
, , , , I . , .
, , , , , , , , , I , ,
, , , I ,
, . , . , , :\ , , ,
, , , , I , ,
I . , , I , , , I ,
, , , ,
. , , , , . , , . , , , ' , ,
, , , , , ,
, , , , , , I , I I , ,(N I ,
, , , , , , , ,
, , , . , I
. . I , , , , ,
, , , , , . , , , , . I
, , , , , ,
, , , , , , , , , ,
. . , . , , , I . i' , ,
I , , , , , . , , , I , . ,
, r , , . , , ,
, , , , , , , , , I , , ,
, , I , , . , , , , , , ,
, , , , ,
. , , I , , , , . , ,
, . I I , , , , , , I , , , I
I , , I , , , . , . , \ , ,
, , , , . I , , I , , ,
. , , , , , , . ,
, , , , , , , I , I , , ,
. , , , , I , ,
, , , , . , , ,
, , , , , , , , . , , , I
, , , , I , . I . ,
I . , , , , ,
, , , , , . , , , , , , , '\ I
I , , , , , , , I I , , , ' ,
, , , . , , , I , , , , , ,
, , . , , , . , I , . , , , ,
, , I , , , , , , . , , : : ,
, I , , , , , , . , . I
, , , ,
, , , , , , I , I , I , ,
, , , , , , r , , , I , ,
I , , , , , I , , , , , , ,
, , I , , , , , I , , , I
, , , , I , , , .
I I , , , ,
, , , , , , , I , I , I , ,
, , , I , ,
, I , , , : , , , , , . ,
, , , , , , , . . . , ,
, , , , ,
, , , , , , , , , , , ,
, I . , , , , , , I , . , I
, , , , , , r I
I , . , , , , , \
, , I I . , , ,
, , , I , I
, , , , , , , , , , , .
. r . , , , , , , , , , , ,
I , , , . , , , I . , , . ,
, , , , , , I
, , , , , , , , , I , I , . ,
, , , , , , , , . , I , , , ,
. . , , . , , I
, , , , , , , , , , ,
, , , , , , , , , I , , , ,
, , , , , , , , .
, , . . . . .
, , I . , , . , ,
, . , , , I I I , . , . , ,
, , , , , . , . , , , I , , , ,
, , , , , , , ,
, , , . , , , . .
, , , , , , , , . , ,
100
90
80
70
0:::
W 60
Z
u:
..... 50
Z
W
U
0:::
W 40
Q.
30
20
10
o
500 100
01
0.01
0001
10
1
GRAIN SIZE - mm
% SAND
59.0
41.0
%+3"
% SILT
% CLAY
% GRAVEL
0.0
0.0
SIEVE
SIZE
#4
#10
#30
#40
#50
#100
#200
SPEC.*
PERCENT
Soil Description
Reddish Yellow Clayey Sand
PERCENT
FINER
100.0
98.5
90.7
85.4
77.2
53.6
41.0
PASS?
(X=NO)
uscs= SC
Atterberg Limits
LL= 56.6
Coefficients
060= 0.183
015=
Cc=
Classification
--- - - --- MSHTO=
050= O. I 30
010= '
PL= 24.7
PI= 31.9
085= 0.416
030=
Cu=
Remarks
(no specification provided)
Sample No.: B6 Source of Sample: AUGUSTA
Location: AUGUSTA AIRPORT
Date: 11/15/03
Elev,/Depth: 2 To 4FT.
ON-SPEC
TESTING INC.
Client: THE LP A GROUP
proJect: AUGUSTA REGIONAL AIRPORT
Pro'eet No: OS1110
Plate 6
i BEARING RATIO TEST REPORT
I
200
180
160 ,
- j
(/) 140
Q. /
.
Q)
u 120
c /
0
+I
(f)
.-
(f) 100
Q) I
\..
C j
0 80
.-~ /
+-'
0
\..
+-'
Q) 60
C' I
Q)
a..
40 I
20
V
0
.
0 0.1 0.2 0.3 0.4 0.5
Pene t ra t ion. in.
Molded Soaked CBR, (%) Lin. Pen. Swell
Dens. % mox moist Dens. % mox moist O. 1 " 0.2" Cur. Sur. %
1 . 112.9 95.4 16.9% 110.1 93.0 20.4% 9.2 9.8 0 10 2.5
2.
3.
MATERIAL DESCRIPTION USCS Max. Opt. LL PI
dens. w.c.
REDDISH YELLOW CLAYEY SILT SC 118.4 15.4 56.6 31.9
Project No: OS 1 1 1 0 Test DlSscr. /Remorks:
Project: TAXIWAY "C"RELOCATION AND APRON EXPANSION
Locat ion: , AUGUSTA. GA.
BORING B6 Test performed on
Date: 11/18/03 soaked sample
BEARING RATIO TEST REPORT
ON-SPEC TESTING, INC. Fig. No. : 86
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
COMPACTION TEST REPORT
106
,
,
,
l-
V" '"
~ \.
~ \
, \
/ ,
/ \
j \ ,
, \
J
1-' \
,
\
1
6
11
16
Water content, %
21
26
31
126
121
116
'0
a.
.i-
'iii
c
Q)
"0
~
o
111
. 101
Test specification: ASTM 01$57-91 Procedure C Modified
Elev/
Depth
2T04FT.
Classification
USCS AASHTO
Nat.
Moist.
Sp.G.
LL
PI
%> %<
3/4 in. No.200
SC
45.0
24.2
0.0
47.8
TEST RESULTS
Maximum dry density = 116.2 pef
Optimum moisture = 13.6 %
Project No. OSl110 Client: THE LPA GROUP
ProJect: AUGUSTA REGIONAL AIRPORT
MATERIAL DESCRIPTION
Light Gray Clayey sand
Remarks:
. Location: AUGUSTA AIRPORT
COMPACTION TEST REPORT
ON-SPEC TESTING INC.
Plate
8
60
LIQUID AND PLASTIC LIMITS TEST REPORT
x
w
o
~
~ 30
u
~
en
:5
Q.
Dashed line indicates the approximate
upper limit boundary for natural soils
50
40
20
/
/
/
/
/
/
10
ML or OL MH or OH
10 30 50 70 90
LIQUID LIMIT
SOIL DATA
NATURAL
SYMBOL SOURCE SAMPLE DEPTH WATER PLASTIC LIQUID PLASTICITY , uses
NO. (ft.) CONTENT LIMIT LIMIT INDEX
% % (%) %)
. AUGUSTA B8 2 TO 4 FT. 20.8 45.0 24.2 8C
LIQUID AND PLASTIC LIMITS TEST REPORT Client: THE LP A GROUP
Project: AUGUSTA REGIONAL AIRPORT
ON-SPEC
TESTING INC.
Pro eet No.: 081110
Plate 8
110
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I 0:::
W
Z
u:
I t-
Z
W
U
0:::
W
I CL
I
I
I
I
I,
I
I
I
I
I
I
I
PARTICLE SIZE DISTRIBUTION TEST REPORT
E
.Ii
c c S e: ~:
o i 0
8 ~ 8
o
100
;" ;;; ,.!. - " " it i ~ l i i .. ~
N - -
, , r , , . , I:' , , , , , , , ,
, , , , , , , , I , , I ,
I , , , , . , , , , ,
, , , . , , , , , , , ,
I , , , , , , . , , , , , , .
, , , , , , , , , . , , , ,
, , , I , , , ,
. , , I , , ,
, , , , , , " I, . , , , , ,
, , , , , , I , I . I ,
, . , , , , . I , , . ,
, , , , , , ,
. , , , , I ,
, , , , , I , r ,
I , , , , , . , ,
, , . , , , , , , . , .
, , , " , , , ~ , ,
. , , " , , , r ,
, r , , , , ,
, . , , , , , , , , , , ,
, , ,
, , , I . , I , ~ r ,
, . I , , , , I ,
, , I , , , I , , , ,
, r
, , , . , , I . :\ , , ,
, , , I , , I , , , ,
I , , , , . . , , , ,
, I , , , , ~
r , , I , , .
, , I , , . , , , , ,
, , , . , I , , , , ,
I , , , , , , , , \J ,
I , . , .
, . , , , , , ,
, , , , , , , ,
, , , , , , I , , , ,
, . , , , , , , I . , .
, , . , . , . ,
, , . , , . , , . I , ,
, , , . . , , , , , ; ,
I , , , , . , , I , ,
, , , , , , , ,
, I , , , , . , , ,
, , , , , , , , ,
, , . , , , . , , , , , ,
I . , . , , . . ,
, , I , , , I I , , ,
, , , ,
I , , , I , , , , ,
, . , . , , , . ,
, , I , , ,
I , . , , , , , , ,
. , , , , , , , , , ,
, I , , , , . r , . , , I ,
, . . . . , ,
, , , , . , . , . , , , , ,
. , , ,
, , . . I , r , I , , , ,
, , , . . , , , , I . , , .
, , , , , , I I , , . , , .
, , , , , , , , , , , , ,
, . , , . , , , . , . , , ,
I , , , , , ,
, , I , , . , , \
, , , , , , .
, , , , , . , . , , , ,
, , , , , , , . , . , ,
, I , , , , ,
. , , , I , , , I , , , ,
, , , , , , , , ,
, , , . I , . , . , , I . I
, , . , , , I , , I I , , I
, , , , , I , ,
, , , , , . . , . , I . ,
. I , , , , , . I I I
, , , , , , , , ,
, , , , , , , , , , , , , ,
, , , , , . ,
, I . , , , , I
I , , . I . . . , . r , ,
, , , , , , I ,
, , , . . , , , , ,
90
80
70
60
50
40
30
20
10
o
500 100
0,01
0.001
10
01
1
GRAIN SIZE - mm
% SAND
52.2
47.8
%+3"
0/0 SILT
% CLAY
% GRAVEL
0.0
0.0
SIEVE
SIZE
#4
#10
#30
#40
#50
#100
#200
SPEC. *
PERCENT
Soil Description
Light Gray Clayey sand
PERCENT
FINER
100.0
85.2
77.1
71.8
65.8
53.5
47.8
PASS?
(X=NO)
USCS= SC
Atterberg Limits
LL= 45.0
Coefficients
060= 0.221
015=
Cc=
Classification
AASHTO=
Remarks
050= 0.107
010=
PL= 20.8
PI= 24.2
085= 1.96
030=
Cu=
(no specification provided)
Sample No.: B8 Source of Sample: AUGUSTA
Location: AUGUSTA AIRPORT
Date: 11/15/03
Elev./Depth: 2 TO 4 FT.
ON-SPEC
TESTING INC.
Client: THE LP A GROUP
Project: AUGUSTA REGIONAL AIRPORT
Pro eet No: OS1110
Plate
8
BEARING RATIO TEST REPORT
100
90
80
(/) 70
Q.
Q)
u 60
e:
0
..
Ul
fI) 50
II>
'-
e:
0 40
+'
0
L
+'
il> 30
c
II>
a..
20
10
0
0 0.1 0.2 0.3
Dens.
1. 113.1
2.
3.
Molded
Penetration. in.
Soaked
0.4 0.5
CBR, (%) Lin. Pen. Swell
O. 1 " 0.2" Cor. Sur. %
1 .7 1 .6 0 10 11 .2
% mo x mo i s t
% rllo x mo i s t
Dens.
97.3
19.4%
11.3%
101 .7
87.5
MATERIAL DESCRIPTION
USCS
Max. Opt.
dens. w.e.
LL
PI
MIXTURE OF WHITE AND GRAY CLAYEY SILT
SC-SM 116.2 13..6 45.024.2
Project No: OSl110
Project: TAXIWAY "C" RELOCATION & APRON EXPANSION
Location: AUGUSTA REGIONAL AIRPORT
AUGUSTA, GA.
Da t e : 1 1 1 8 03
Test Descr./Remarks:
BORING B8
REMOULDED SAMPLE
BEARING RATIO TEST REPORT
ON-SPEC TESTING. INC.
Fig. No.: B8
I
I
I,
I
I
I
I
I
I
I
'I
I
I
I.
I
I
I
I
I
BEARING RATIO TEST REPORT
350
315
280
.-
(/) 245
Q. ~
.
Q)
u 210 ~
c ~
0 /'
....
!II
.-
(/) 175
Q) I
L.
C
0 140
.- V
....
0
l- )
.... "
Q) 105 I
c
Q)
a..
70
/
35
V
0
0 0.1 0.2 0.3 0.4 0.5
Penet rot ion. in.
Molded Soaked CBR. (%) Lin. Pen. Swell
Dens. % max moist Dens. % mox moist 0.1" o ">" Cor. Sur. %
.L
1 . 11 .4 13.4 0 20
2.
3.
MATERIAL DESCRIPTION USCS Max. Opt. LL PI
dens. w.c.
FINISHED SURFACE SC .
Project No: OS 1 1 1 0 Test Descr .jRemorks:
Project: TAXIWAY"C" RELOCATION AND APRON EXPANSION FIELD CBR
Locat ion: AUGUSTA REGIONAL AIRPORT
AUGUSTA. GA. FIELD CBR PERFORMED
Dote: 11/23/03 ON SITE
BORING C2
BEARING RATIO TEST REPORT 1 FT . BELOW ASPHALT
ON-SPEC TESTING, INC. Fig. No.; C2
t g ~
-
IJ ~ ~ ~~~f PO
, -.: ~ fig- g
"f ! I",,~~ If ~ l j
s
.~ ~'. ~"" z r- o g
< ~ I~"
! m~~~Ui! Ul f
o~< i l~hhl ~
9l;-9 MJ)J
.3,Mll
..
~
i
1
nlu
I
nlu -
J-:-
'I'
~
~a::
1
"l..
I
I
~ I'
52
Z
:5
...
m I
Q
i
~ r
~
i I
::::i
I
I ,
- a:I
!
f
Of,
~
,3, Mil "''''c. ..~
~~
&n
C")
I
"
0-
...
z
~
~
Q
IU
lS
...
o
'"
...
II.
o
~.~~..~. ..~
...... ,a,Mll
~
5~
z...
0",
~t
ZO
t;~
i1~
t;
a~!!I
Vl>-lil
z~'"
::"=Z
~~o
zl-3
lil~o
~<iil
J '"
1
III
~
o
C)
..;
f;:;; J
1 I
l J
ij ~
'< II)
I I
~ 0
Ii g
I l!-
I j
~~
z.
Xu.
uo
15~
wO
'ell;!