HomeMy WebLinkAboutDepartment of Transportation & Unified Government of Augusta-Richmond County
Augusta Richmond GA
DOCUMENT NAME: \)9'/IIZ Tm"">" ~ 1" R.c.'" spO """ f}T ION ~ UN \ ~ ,\;-O GcVae.n e>J'I
o -\' 11 V'j u!l TA - l<., ~\H".,.vl:> G lJ r>T'f
DOCUMENT TYPE: CD(0\f~.:AC-'
YEAR: :;).DC c:;
BOX NUMBER: ~S-
FILE NUMBER' l1 Lc;;;l g
NUMBER OF PAGES: } i
;: ,
1\
(j)epartment of rrransportation
PAUL V. MULLINS
CHIEF ENGINEER
(404) 656-5277
State of (}eorgia
# 2 Capito[ Square) S. W
JItCanta) (}eorgia 30334-1002
LARRY E. DENT
DEPUTY COMMISSIONER
(404) 656-5212
. HAROLD E. L1NNENKOHL
COMMISSIONER
(404) 656-5206
EARL L. MAHFUZ
TREASURER
(404) 656-5224
March 17,2005
The Honorable Bob Young
Unified Government of Augusta-Richmond County
530 Greene St., Room 806
Augusta, GA 30911
1-;( /-()Lj
#~
Dear Mayor Young:
RE: AP050-9000-35(245) Richmond
Transmitted herewith is a copy of the fully executed contract between the Department and the Unified
Government of Augusta-Richmond County. The contract is for an Airfield Security Improvements and
Runway 5/23 Edge Seal Coat at the Daniel Field.
The attached document serves as your formal Notice to Proceed with the project, effective
March 14,2005.
A pre-construction conference with the contractor should be scheduled and accomplished prior to the
start of construction. The conference should be scheduled by you or your airport engineering consultant.
Please insure that our office and the Department's Area Engineer are invited to the meeting.
We look forward to working with you on this project. If you have any questions, please contact
Jack Joiner, Aviation Programs at (404) 651-5204.
t' an, Manager
. ation Programs
ER:JJ:cam
Enclosures
):
,I i
GEORGIA DEPARTMENT OF TRANSPORTATION
AIRPORT CONTRACT
NOTICE TO PROCEED
PROJECT NUMBER: AP050-9000-35(245) Richmond County
COUNTY: Richmond County
CONSTRUCTION AUTHORIZATION: DISTRICT 2
EFFECTIVE DATE: March 14.2005
PID NO.: T001453
CONTRACT WITH: Unified Government of Augusta-Richmond County
DATE CONTRACT EXECUTED: March 14.2005
r,
'I'
Revised January 16, 2001
CONTRACT FOR CONSTRUCTION OF AIRPORT
AIRPORT PROJECT NO. AP050-9000-35(245)
PID - T001453
RICHMOND COUNTY
**LIMITED PARTICIPATION**
STATE OF GEORGIA ** DO NOT UNSTAPLE THIS BOOKLET...
ENTER ALL REQUIRED INFORMATION
FULTON COUNTY EITHER BY HAND OR STAMP.
THIS AGREEMENT made and entered into this the ~ day Of~
2005, by and between the DEPARTMENT OF TRANSPORTATION OF GEORGIA,
party of the first part (hereinafter called "DEPARTMENT"), and the
UNIFIED GOVERNMENT OF AUGUSTA-RICHMOND COUNTY (hereinafter called
"SPONSOR"), who have been duly authorized to execute this Agreement.
WITNESSETH:
WHEREAS, the DEPARTMENT and the SPONSOR desire the
construction of certain work at a certain airport, and the SPONSOR
agrees to contract for all the materials and to perform all work and
labor for said purpose, the Project being more particularly
described as follows:
Airfield Security Improvements and Runway 5/23 Edge Seal Coat at the
Augusta - Daniel Field.
Now, therefore, in consideration of the premises and the mutual
covenants herein contained, the parties hereto agree as follows:
(1) The work and materials shall be in strict and entire
conformi ty with the provisions of this contract and the plans on
Airport Project No. AP050-9000-35(245) Richmond County, prepared (or
approved) by the Georgia Department of Transportation and in
accordance with the Standard Specifications, 2001 Edition, and the
Supplemental Specifications and Special Provisions contained in
Attachment A, which are hereby made a part of this Agreement as
fully and to be the same effect as if the same had been set forth at
length in the body of this Agreement, and the Federal Aviation
Administration's Standards for Specifying Construction of Airports,
dated February 17, 1989.
The original plans and specifications are on file at the Office of
the Georgia Department of Transportation in Atlanta, Georgia and
said plans and specifications are hereby made a part of this
Agreement as fully and to be same effect as if the same had been set
forth at length in the body of this Agreement.
(2) At the time of execution of this Agreement, the SPONSOR agrees
to furnish to the DEPARTMENT, at the expense of the SPONSOR, a
complete set of plans and specifications for said project, and to
furnish to said DEPARTMENT from time to time or demand by the
DEPARTMENT to the SPONSOR all revisions of said plans and
specifications.
1
""
.
,
i-'
(3) This contract is accepted with the express understanding thctt
no person, firm, corporation or governmental agency can increase the
liability of the DEPARTMENT in connection herewith, except under
written agreement with the DEPARTMENT.
(4) The DEPARTMENT and the SPONSOR agree that the cost of this
Project shall be as follows:
The total estimated cost of the Project is Two Hundred
Fourteen Thousand Eight Hundred Twenty Nine and 00/100 Dollars
($214,829.00). The total estimated cost of the Project as described
herein is shown on the Summary of Construction Items in Exhibit A,
which is hereby made a part of this Agreement as fully and to be the
same effect as if the same had been set forth at length in the body
of this Agreement.
It is further agreed that the DEPARTMENT'S obligation will
include state funds for the Project as summarized in Exhibit A. It
is further agreed that the maximum amount the DEPARTMENT shall be
obligated to pay is the total amount of the state share of the
project. However, if the sum total of the actual cost of the Project
is less than the amounts indicated in Exhibit A, the DEPARTMENT
shall be obligated to pay only the actual Project cost as verified
from the records of the SPONSOR or actual measured quantities of the
items listed in the Summary of Construction Items (Exhibit A),
whichever is less.
It is further understood and agreed that any costs of the
total Project that exceed the above estimated Project costs will be
the sole responsibility of the SPONSOR.
It is further understood and agreed that any line item in the
Summary of Construction Items as shown in EXHIBIT A may be increased
or decreased without the execution of a Supplemental Agreement,
provided that the DEPARTMENT'S total maximum obligation under this
agreement is not changed.
Payments by the DEPARTMENT shall be made upon the submission
of monthly work progress statements. The payments by the DEPARTMENT
for the work completed, as evidenced by the monthly statements,
shall be on a prorated basis. These monthly payments will be made
in the amount of sums earned less all previous partial payments.
Upon completion of the proj ect, the DEPARTMENT will pay the
SPONSOR a sum equal to one hundred percent (100%) of the
DEPARTMENT'S share of the compensation set forth herein less the
total of all previous partial payments made, or in the process of
payment.
The SPONSOR shall maintain all books, documents, papers,
accounting records, and other evidence pertaining to costs incurred
on the Project and used in support of their proposal and shall make
such material available at all reasonable times during the period of
the Contract, and for three years from the date of final payment
under the Contract, for inspection by the Department and copies
thereof shall be furnished if requested.
(5) The work shall be done in accordance with the Laws of the
State of Georgia and to the satisfaction of the DEPARTMENT. All
construction on this project shall be in accordance and compliance
2
, '
with the 2001 Edition of the Standard Specifications, the
Supplemental Specifications and Special Provisions included in and
made a part of this contract and the Standards for Specifying
Construction of Airports, dated February 17, 1989, Federal Aviation
Administration, hereinafter jointly referred to as the "STANDARDS."
The DEPARTMENT reserves the right to refuse payment on any monthly
statement presented for work that does not comply with the
STANDARDS. The DEPARTMENT reserves the right to withhold the final
payment until the project is completed to the DEPARTMENT'S
satisfaction and complies with the STANDARDS. The decision of the
Chief Engineer upon any question connected with the execution or
fulfillment of this Agreement shall be final and conclusive.
(6) The SPONSOR further covenants that it is the owner of fee
simple title to the land whereon the actual construction of said
project is performed, as evidenced by Certificate of Title
heretofore furnished to DEPARTMENT.
(7) It is further understood and agreed that no money derived from
motor fuel taxes shall be expended for this project and that for the
purposes of this contract a specific allotment of funds has been
made, from sources other than motor fuel taxes.
(8) The SPONSOR hereby agrees to defend any and all suits, if any
should arise as a result of said project, at the entire expense of
said SPONSOR, and to pay from the funds of said SPONSOR any and all
settlements or judgments that may be made or had under or as a
result of such suits.
(9) The SPONSOR further agrees to save harmless the DEPARTMENT
from any and all claims for any damages whatsoever that may arise
prior to or during construction of the work to be done under said
project and this contract, or as a result of said construction work
whether said damages arise as a result of the actual construction
work or from change of grade, change of location, drainage, loss of
access, loss of ingress and egress, torts, or any other cause
whatsoever; it being the intention of this Agreement to save
harmless the DEPARTMENT from any claim that could or may arise as a
result of construction of said project.
(10) The SPONSOR further agrees that, at its own cost and expense,
it will maintain said project in a manner satisfactory to the
DEPARTMENT and said SPONSOR will make provisions each year for such
maintenance.
(11) It is agreed by the SPONSOR that time is of the essence in
the completion of this project and that the obligation of the
DEPARTMENT is made in the interest. and for the public welfare.
Therefore, the SPONSOR agrees to supervise the completion of said
project and to require the Contractor to complete said project in an
expedient and workmanlike manner.
(12) SERVICE DELIVERY STRATEGY CERTIFICATION: By execution of this
contract, I certify, under penalty of law, that the Unified
Government of Augusta-Richmond County is in compliance with the
Service Delivery Strategy Law (House Bill 489) and is not debarred
from receiving financial assistance from the State of Georgia.
Also, I certify that the funds to be use on the project are
consistent with applicable Service Delivery Strategy.
3
"
IN WITNESS WHEREOF, the DEPARTMENT has caused these presents to be
executed by the COMMISSIONER of said DEPARTMENT, who has been duly
authorized, and by the Mayor of the Unified Government of Augusta-Richmond
County, who has been duly authorized by the Unified Government of Augusta-
Richmond County, who have hereto set their hands this day and year
hereafter written.
Executed on behalf of the
Executed on behalf of
Georgia this the
Department of Transportation of
/+
day
Unified Government of Augusta-Richmond
County
This the Ar-l1v day
of )~ ,2005
~ ~ '1:-6
of
YY10lUVl
, 2005
BY'~~
Commissioner
WITNESS FOR:
Unified Government of Augusta-Richmond
County
M~OJI//~
Recommended:
..-:~ ~
This cdrttract approved by
'-: .,'
Unified Government of Augusta-Richmond
County
~c~~.~
Chief nglneer
at a meeting held at:
/J/,{lft<.S/a -Ac/J/J7tJni t.~tlnl'l ,A/JI/lic."~A..1 /3/dq,
../ /' J
This the :? / sf
~
day
of
, ~ ,::< tJt?~
Date:
~4Lf-05
Clerk
Witness for the Department of
Transportation of Georgia
G~~CL
5;:'- ~~tJJ./~" 7~
Federal ID/IRS #
2
i'
Department of Transportation
State of Georgia
February 22, 2005
SPECIAL PROVISIONS
AIRPORT PROJECT NO. AP050-9000-35(245) Richmond County
Airfield Security Improvements and Runway 5/23 Edge Seal Coat at the Augusta - Daniel
Field.
S.P. CODE
SPECIAL PROVISIONS DESCRIPTION
107-1-01-SP Legal Regulations and Responsibility to the Public
108-1-01-SP Prosecution and Progress
109-1-01-SP Measurement and Payment
404-1-01-SP Coal-Tar Sealer/Rejuvenator
AP050-9000-35(245)Plans (1)
Attachment A-l
)>
c
G')
c
en
~
)>
I
C
)>
Z
-
m
r-
-n
-
m
r-
C
~
~
~
==
~
~.
>
>
;;
"Tl
-G')
~o
cO
en-l
m"'C
0:;0
cO
:;oc..
-m
-10
~-I
~z
"'Cc
:;o~
Om
<m
m:;o
~..
m>
z"'C
-10
enUl
>0
zeD
00
o
:;00
Cw
ZUl
:E-
>~
~U1
-
~:;o
N -.
(,,)0
m:T
03
G')g
me.
eno
mo
>c
r:;:,
o~
o
>
-I
NNNNN~~~~~~~~~~ -I
~wN~owro~m~~wN~Owro~m~~wN~m
~
oo~ooooooooooo~~~"U"U"U~~en
~~NN I NNNNNNNNNNN I I I .L I .L I I "'C
O~NW~~~~~~~~~NNN~~~mmm~~
~o~wmNN~~~~~~wwNmmmNNNmOmo
OwNN~W~~~~O~~NNNNOOON~
-Ien~men::ooa"U~rororoaen}>m~NNQ::o::oa~
omlllamm~oalll~~~roCCOx~x~Mee~o
~ III -. m 3 >U :;:, ,...., 0 e e e M C" co 0 V >U ::J ::J III .....
...... - ;:!. !!!. a. 5' 0 'I ^ 3 3 3 ~ co ..., III m ~ ::0 C/) c::: c::: -' ~
~a mOo III ..., I,...., _. _. -...., m < a. N m C/) < < ::J -
'o::J::J~ <co m.}>"::J::J::J::J III co el.m -3 roJE~ r-~
III III III m m mOo 0 0 co a. III _. C/) 0 m -.. ,-.. -.
-::J::Jlllm~,....,gel.eeelllmroco::J~e~lllllllll~g
::ooa.::Jx~"m C/)C/)C/)::J iij'lllma.::J::J::J
e m a. (ii' '0 e C/) a a a a. ro ::J }> C/) a. a. ~
::Jlll~~~mcrC/) OOOQ ~~en~o ~-I~
::E ::J a. e co::J III -::0 ::J::J::J..., m 0 c::: 5. 0 III III '0
llla.-'ff ::Jao oooe ^5::Jm XXm
t< "U 3 ~ ~ a. e III CD CD CD 0" a::!l ::J' co C/) :E' :E' f/I 0
~a~::J~acra. rororo~ g5.coQ~ ~~ m
Nro_coO~Ill< enroroCO ~coQel.}> en
w 0 a m < ::J ~ e -. III m Qo el. m S. "U "U 0
m~o !a.ro ~~C/) m 0 ~~ :;0
.~o;:!. C/)Q~ lllmm a 3 ~~ ~
,,=::J..., eQ o""a 0 1ll::J::J -I
moQ. ~e mao 3 ~ coleO -
- m~ aoe '0 0 -h 0
-I ~m oe~ III en ~~ z
m Ill"" ~~m a ~ ~~
~ ::J C/)m ::Jo -_
fr a. _m- co::J m
Q ~ co ~_
e -1'< Q
~ '<'0 III
m 'Om -
..., m ro m
m
",>",ae-l-l-l}>aaammm,enen,,~
enenena~~~~Fzzza~~~}>}>}>ro~~~en~
m ~~Nm D
~w~~ ~~~N~W~W ~~~w
~~~ ~~OroN~Wro O~ON~~OON~~-I
~o ~ omroo ~
~
~ C
~~ ~ z
m~~~ ~ ~~ ~-
- ~-~~ ~ ~~~-~ ~~~ ~-I
gomw ~~~~N~~m~~~~ow ~~"'C
oW~W~~NO~owwo~m~~w~~~~~~:;o
~NNWN~WOO~~ON~N~~NOOO~O_
g660~o~6000660~0060~~w~6mO
ooo~oooooooo~o~OOOO~NOO
~~~ ~ ~ ~-I
~~~~~N~ ~ ~~~~~~~ ~~ ~w~O
~m~~~~~~~~N~~m~N~~~~~~~W~-I
rooomwrorotNwro~~wNwNwww~~ro~~>
NOW~W~ro NNoomom~moro~mm~w~r
WO~Nrowro ~oo~oo~m~NoNo~~roo
66600666000066~0~6606~N66
0000000000000000000000000
G')
o
~~~ ~ 0
~~~~~~ ~ -I
roNp~~~ ~~ ~~ ~N~
~O~N~~~~~ ~~~~~~~~~N~~~W~"Tlc
NONowowNro~~ww~w~WNom~~~NOz
~omwro~~~orooNmN~N~NwW~woww
oON6~~N~moom~~~w~~~WO~NW~Oen
oo~oo~ooooowoo~o~~ooowro~o
~~~~~NNNNNNNNNNNNNNNNNNN
~~~~~~~~~~~~~~~~~~~~~~~~~
~~~~~~~~~~~~~~~~~~~~~~~~
~
~
:!:
c
~
G')
o
o
-I
"Tl
C
Z
o
en
-I
:I:
en
o
o
Z
-I
~
o
-I
~
it
en
N
....
o
o
I
en
-
III
-
CD
m
x
~
5'
;::;.:
}>
Date: September 24,2002
First Use Date 2001 Specifications: November 1, 2002
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISION
(For State Aid Contracts Only)
Section 107-Legal Regulations and Responsibility to the Public
Delete Subsection l07.23.A and substitute the following:
107.23 Environmental Considerations
All environmental considerations and clearances shall be the responsibility of the County or municipality to meet,
including the requirements of Section 404 of the Clean Water Act (33 USC 1344).
After July 1, 1991, State funded projects must comply with the requirements of Chapter 16 of Title 12 of the Official
Code of Georgia Annotated, the Georgia Environmental Policy Act (GEP A), of 1991. In compliance with GEP A,
those projects for which Federal funding is sought, and NEPA compliance is accomplished, are exempt from the
requirements of GEP A.
GEP A requires that environmental documentation be accomplished for County or City projects if more than 50
percent of the total project cost is funded by a grant of a State Agency or a grant of more that $250,000.00 is made by
the State Agency to the municipality or County. The "responsible official of the government agency shall determine
if a proposed governmental action is a proposed governmental action which may significantly adversely affect the
quality of the environment."
A. The Following Projects Would Not Significantly Adversely Affect The Quality Of The Environment:
Non-land disturbing activities and minor land disturbing activities that would not be anticipated to significantly
affect the quality of the environment include the following list. These types of projects funded with state money
would not be subject to environmental assessment of any kind. Hearing procedures outline in GEP A would not
be applicable.
] . Minor roadway and non-historic bridge projects.
a. Modernization of an existing highway by resurfacing, restoration, rehabilitation, adding shoul~ers,
widening a single lane or less in each direction and the addition of a median within previously disturbed
existing right-of-way.
b. Adding auxiliary lanes for localized purposes (weaying, climbing, speed changes, etc.) and correction
substandard curves and intersections within previously disturbed existing right-or-way.
c. Non-historic bridge replacement projects in existing alignment with no detour bridge.
2. Lighting, signing, pavement marking, signalization, freeway surveillance and control systems, and railroad
protective devices.
3. Safety projects such as grooving, glared screen, safety barriers, energy attenuators, median barriers, etc.
4. Highway landscaping and landscaping modification, rest area projects and truck weigh stations within
previously disturbed existing right-of-way.
5. Construction of bus shelters and bays within existing right-of-way.
Office of State Aid
Attachment A-2
6, Temporary replacement of a highway facility that is commenced immediately after' the occurrence of a
natural disaster of catastrophic failure to restore the highway for the health, welfare, and safety of the public.
B. The Following Projects May Not Significantly Adversely Affect The Quality Of The Environment:
For projects that will cause land disturbance and for which there is no anticipation that the project may
significantly adversely affect the quality of the environment, certain studies will be undertaken. These studies
would serve to document whether or not the County or municipality should anticipate that a project might
significantly adversely affect the quality of the environment. Documentation of the studies will be accomplished
through the use of the "GEP A Investigation Studies" checklist.
The types of projects that would fall under the category, would include:
1. Bridge replacement projects on new location or with a detour bridge, where there are no significant adverse
impacts to historic or archaeological resources, no involvement with Federally listed threatened and
endangered species and no significant adverse impact to wetlands.
2. Passing lanes, median additions and widening projects, where there are no significant adverse impacts to
historic or archaeological resources, no involvement with Federally listed threatened and endangered species
and no significant adverse impact to wetlands.
3. Safety and intersection improvements where there are no significant adverse impacts to historic or
archaeological resources, no involvement with Federally listed threatened and endangered species and no
significant adverse impact to wetlands.
4. Rest area projects and truck weigh stations with no purchase of additional right-of-way.
5. New location projects where there are no significant adverse impacts to historic or archaeological resources,
no involvement with Federally listed threatened and endangered species and no significant adverse impact to
wetlands.
If studies demonstrate that the project will not significantly adversely affect the quality of the environment,
project files will be documented. If studies demonstrate that the project may significantly adversely affect the
quality of the environment, development of an environmental effects report (EER) will be undertaken along with
full GEPA compliance.
C. The Following Projects May Significantly Adversely Affect The Quality Of The Environment:
This category of projects may include major widening and new location projects. If such projects result in a
significant adverse effect, an EER shall be prepared.
D. EER Procedure:
GEPA calls for consideration of the "cumulative effect of the proposed government actions on the
environment... ..if a series of proposed government actions are related either geographically or as logical parts in
a chain of contemplated actions." Therefore, EER's for sections of roadways to be widened or built as new
location facilities will include all projects that are connected geographically or as logical parts in a chain of
contemplated actions.
I. During preparation of an environmental effect report, the County or Municipality will consult with and
solicit comments from agencies that have jurisdiction by law, special expertise, or other interest with respect
to environmental impacts.
2. In compliance with GEP A the following shall be contained in the EER, at a minimum:
a. Cover sheet;
b, Executive summary;
c. Alternatives, including the no-build;
Attachment A-3
d. Relevant environmental setting; Geology, soils, water supply and wetlands, floral fauna,
archaeology/history, economic environment, energy, cultural resources;
e. The environmental impact of the proposed action of the relevant setting and mitigation measures
proposed to avoid or minimize adverse impact;
f. Unavoidable adverse environmental effects;
g. Value of short-term uses of the environment and maintenance and enhancement of its long-term value;
h. Beneficial aspects, both long term and short term and its economic advantages and disadvantages;
I. Comments of agencies which have jurisdiction by law, special expertise, or other interest with respect to
any environmental impact or resource;
3. At least 45 days prior to making a decision as to whether to proceed with the undertaking, publish in the
"legal organ of each County in which the proposed governmental action or any part thereof is to occur,
notice that an environmental effects report has been prepared".
4. The County or Municipality shall send a copy ofthe EER and all other comments to the Director, EPD.
5. The County or municipality shall make the document available to the public and agencies, upon request.
6. A public hearing will be held in each affected county if at least 100 residents of the State of Georgia request
on within 30 days of publication in the legal organ of an affected County. The responsible official or his
designee may hold a public hearing if less than 100 requests are received. (The county or municipality is not
relieved of other State legal requirements of public hearings, however.)
7. Following the public notice period and/or public hearing, a summary of the document, comments received
and recommendation as to whether to proceed with the action as originally prepared, to proceed with
changes, or not to proceed will be prepared (Notice of Decision).
8. This decision document, when signed by the responsible official, will be sent to the director, EPD, and an
abbreviated notice of the decision will be published in the legal organ of each County in which the proposed
governmental action or any part thereof is to occur.
9. A copy of the decision document, the EER and public hearing comments (if any) will be sent to the
Department Of Transportation, Office of Environment and Location and The Department of Natural
Resources, Environmental Protection Division for their files.
Department Of Transportation
Office Of Environment And Location
3933 Aviation Circle
Atlanta, Georgia 30336
Department Of Natural Resources
Environmental Protection Division
205 Butler Street, SE
Suite 1152
Atlanta, Georgia 30334
Any mitigation measures identified in the EER will be incorporated into the final project plans.
Attachment A-4
Date: May 29,2001
First Use Date 2001 Speciflcations: November 1, 2002
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISION
Section 10S-Prosecution and Progress
Retain Subsection 108.03 except as modified below:
For this Project, the Progress Schedule required by Subsection 108.03 need not be submitted.
Attachment A-5
Date: July 3,2001
First Use Date 2001 Specifications: November 1,2002
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISION
Section 1 09-Measurement & Payment
(City/County Contracts)
Delete the first sentence of Subsection l09.07.A, paragraph one, and substitute the following:
A. General: On the tenth day of each calendar month, the total value of Items complete in place will be estimated by the
Engineer and certified for payment.
Attachment A-6
,~..
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
August 25, 1995
SECTION 404 COAL-TAR SEALER/REJUVENATOR
..* CAUTION*"
Coal-tar sealer/rejuvenator mixtures have a low flashpoint of 1250F
consult product manufacturer for further information and
cautions.
404-1.1 GENERAL. This item shall consist of a coal-tar sealer/re-
juvenator applied on a previously prepared bituminous surface, in
accordance with these specifications, for the areas shown on the
plans or as designated by the Engineer. The purpose of this sealer
is to provide a fuel. resistant surface and to rej uvenate the
asphalt binder.
404-2.1 MATERIALS. The bituminous material shall be composed of
coal-tar oils and coal-tar prepared from a high temperature, coal-
tar pitch conforming to the requirements of ASTM D 490. Grade 12.
The material shall meet the requirements of Table 1 and be Pavement
Dressina Cqnditioner or approved equal.
Test Property Test Method Requirements
Specific Gravity @ 25/250 e ASTM 070 or GHD Equivalent 1.04 min.
Viscosity Engler 50 cc @ 500e ASTM 0 1665 or GHD Equivalent 8.0 max.
Water, % by volume ASTM D 95 or GHD Equivalent 2.0 max.
Distillation - % by weight to: ASTM D 20 or GHD Equivalent
170 20 max.
270 20-50
300 60 max.
Softening Point oC
A & 8 Residue above 30QoC ASTM 036 or GHD Equivalent 65 max.
Chemical Resistance of ..
Organic Coatings
Aviation Gas 100LL No Effect
Jet "A" Fuel - . ASTM 0 1308 or GHD Equivalent No Effect
TABLE 1. PROPERTY REQUIREMENTS
1
Attachment A-7
~-,4f
'.~, '~tr
",;;.i:',:,;Ji';':' I
.,.'.~.~~
~..;
404-3'.1 WEATHER LIMITATIONS. The coal-tar sealer shall be applied
only when the existing surface is dry and the pavement surface
temperature is above 50 degrees F (lOOC).
404-3.2 EQUIPMENT. The Contractor shall furnish all equipment,
tools, and machines necessary for the performance of the work to
the satisfaction of the Engineer.
a. Pressure Distributor. The distributor shall' be de-
signed, equipped, maintained, and operated so that
coal-tar sealer at even heat may be applied uniformly
on variable widths of pavement at the specified rate
without any detectable overspray or ponding. The dis-
tributor shall be instrumented to readout application
rate in GPM (or L/S) with a vehicle speedometer to 1 MPH
(or 1 KM/H) graduations and/or G/SYD or L/~ so that an
inspector may check the application rate. Portable
tankers shall be gauged so that gallons/liters used at
any time may be easily read.
b. Power Broom. A power broom and/or blower shall be
provided for removing deleterious material from the
pavement surface.
c. portable Tanker Trucks. portable tanker tru~ks shall
have a calibrated volume gauge and temperature readout
to allow material volume to be measured. A means of
agitation should be available to reagitate volume
storage containers should the material de-homogenize.
404-3.3 CLEANING EXISTING SURFACE. Prior to placing the sealer, the
surface of the pavement shall be clean and free from dust, dirt,
water or other foreign matter. All organic material within the
area to be treated shall be destroyed with a herbicide and removed.
When required, the surface shall be cleaned with a power broom.
4Q4.3.4 TEST SECTION. Prior to full production the Contractor shall
place a series of one-square yard test sections at rates between
0.05, 0.075, and 0.09 gallons per square yard (0.22, 0.33, 0,40
L/M2) adjusted to standard temperature of 10oF/20oC as determined
by the Contractor to meet the viscosity reduction requirements of
Paragraphs 404-4 and 404-5 below. The area'to be tested will be
designated by the Engineer and will be located on the existi~g
pavement. The Engineer shall examine the results 24 hours after
placement and confirm the Contractor's determination of the
application rate for the remainder of the project. A test
application will be required for each different type of pavement
surface.
2
/
404-3.5 APPLICATION OF SEALER/REJUVENATOR. The coal/tar
sealer/rejuvenator shall be uniformly applied with a bituminous
distributor at the rate determined in paragraph 3.4. The
application rate shall not be varied without the approval of the
Engineer. Overlap of each distributor pass shall be adequate to
insure complete coverage. Squeegee or hand roller shall be used to
fill in and cover odd shaped areas. The sealer/rejuvenator shall
not be applied if the official National Weather Service Forecast
predicts rain within 24 hours of estimated work completion.
FOllowing the application, the surface shall be allowed to cure
without being disturbed until the sealer has dried out. This
period shall be determined by the Engineer. Suitable precautions
shall be taken by the Contractor during'this period, including the
application of any sand necessary to blot up excess material. No
pavement markings shall be applied until such time as the coal/tar
sealer/rejuvenator is completely cured.
404-3.8 BITUMINOUS MATERIAL - CONTRACTOR'S RESPONSIBILITY. Samples
of bituminous materials that the contractor proposes to use,
together with a statement as to their source, must be submitted and
approved before using the material.
The Contractor shall furnish the manufacturers certification that
each consignment of coal- tar sealer / rej uvenator shipped to the
project meets the requirements of the specification. The
manufacturer's certification shall not be interpreted as a basis
for final acceptance. Any certification received shall be subject
to verification by testing random samples received for use.
404-3.9 FREIGHT AND WEIGH BILLS. The Contractor shall furnish the
Engineer receipted bills when railroad shipments are made, and
certified weigh bills when materials are received in any other
manner, of the coal-tar sealer used in the construction covered by
the contract. The Contractor shall not remove material from the
tank car 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. Hazardous material data sheets shall be provided for
each shipment as required by state or ~ederal law.
404-4.1 PERFORMANCE. The rejuvenator shall be applied so that the
test properties of the binder extracted from samples of the upper
1/2 inch (13mm) of the surface of the test section show that
viscosities have decreased "rejuvenation" by at least 20 ~ercent.
The percent decrease in viscosity will be computed as follows:
(Viscositv of untreatpd samole) - (Viscositv of treated samolelX 100=% decrease in viscosity
, Viscosity of untreated samples
3
404-5.1 SAMPLING. Core samples of the test section shall be taken
before (untreated control) and after the pavement has been treated.
Core samples' shall be of sufficient size' to provide enough
bituminous binder for the determination of viscosity. The top 1/2
inch (13rnm) of the core samples taken from the control area and the
treated areas shall be saw cut from the remainder and the change in
viscosity determined.
404-5.2 TESTING: Tests conducted to extract the bituminous binder
shall be in accordance with ASTM D 2172 and asphalt recovery in
accordance with ASTM D 1856. Viscosity of the bituminous material
shall be measured in accordance with ASTM D 2170 or D 2171, as
applicable, and shall be conducted at 140 degrees F. (60 degrees
C.) unless otherwise specified. The change in viscosity shall be
determined for each application rate of rejuvenator in the test
section from the tests conducted on samples taken before and
samples taken after ,the pavement has been rejuvenated. Sampling
and testing shall be the responsibility of the Contractor.
404-5.3 CALIBRATION TEST: The Contractor shall furnish all
equipment, materials and labor necessary to calibrate the
bituminous distributor. Calibration shall be made with approved
job material and prior to applying the rejuvenator to the prepared
surface. Calibration of the bituminous distributor shall be in
accordance with ASTM D 2995.
404-6.1 MEASUREMENT AND PAYMENT: The coal-tar sealer shall be
measured by the square yard or square meter applied to the pavement
and accepted.
404-7.1 COAL-TAR SEALER/REJUVENATOR: The quantity of Coal-Tar
Sealer/Rejuvenator as determined under paragraph 404-7.1 shall be
paid for at the contract unit price per SYD or M2. Such price and
payment shall be full compensation for preparation of the existing
pavement, for furnishing and application of the Coal-Tar
Sealer/Rejuvenator material including all tools, equipment, labor,
materials, incidentals, and testing to complete the work a~
specified; also including traffic controls ,or barricading as
directed by the engineer until the sealer/rejuvenator is fully
cured and accepted.
Payment shall be made under:
Item No. 404
Coal-Tar Sealer/Rejuvenator--per square yard/square meter
4
ASTM D 20
ASTM D 36
ASTM D 70
ASTM D 95
ASTM D 1665
ASTM D 1856
ASTM D 2170
ASTM D 2171
ASTM D 2172
ASTM D 2995
ASTM D 1308
TESTING REQUIREMENTS
Test Method for Distillation of Road Tars
Test Method for Softening Point of Bitumen (Ring-
and-Ball Apparatus)
Test Method for Specific Gravity and Density' of
Semi-solid Bitumen Materials
Test Method for Water in Petroleum Products and
Bituminous Materials by Distillation
Test Method for Engler Specific Viscosity of Tar
Products
MATERIAL REQUIREMENTS
Test Method for Recovery of Asphalt from Solution by
the Abson Method
Test Method for Kinematic Viscosity of Asphalt
(Bitumen)
Test Method for Viscosity of Asphalt by Capillary
Viscometer
Quantitative Extractions of Bitumen from Bituminous
Paving Mixtures
Practice for Determining Application Rate of
Bituminous Distributors
Chemical Resistance of Organic Coatings - (Jet Fue~
and AVGAS 100LL).
5