2nd Change Order 04/11/2023 MO�gQE Cg!LNTY/ENGNMUNG/FRQI�Cr-MAkAGEM-ENT
CoNTRAcr CHANGE ORDER
PROJECT TITLE: Commercial Apron Expansion and Mitigation CHANGE ORDER NO: 2
INITIATION DATE: 3/5/2023
TO CONTRACTOR: Charley Toppino&Sons CONTRACT DATE:10/19/22
The Contract is changed as follows:
The original Contract Sum ............................................... ...... ...... $17,166,179.68
Net change by previously authorized Change Order ....... $502,911.00
The Contract Sum prior to this Change order was........... ........... ...$17,669,090.68
The Contract Sum is (increased) by this Change Order 2 $ 822,151.11
The Revised I Contract Sum including this Change Order .. .... ....... $18,491,241.79
The Engineered Material Arresting System (EMAS) located in the Runway 9 Safety Area at Key West International Airport
was damaged beyond repair due to Hurricane Ian. Due to the importance that this safety system provides to aircraft
landing and departing on the runway it was imperative that this system be replaced as an emergency response.
During the October 19, 2022, the BOCC gave approval to waive purchasing procedures to issue a purchase order to
procure the EMAS material for the replacement of the damaged system. The removal and replacement of this system will
be done in a phased approach. This phased approach is required to maintain a level of safety at the airport while
accommodating the manufacturing and delivery schedule of the EMAS material.
Under the first phase, the initial 14 rows of the EMAS block were removed and replaced to take advantage of the early
partial delivery schedule from the manufacturer and to maintain safety.
The second phase will include preparing the site for the future delivery of the EMAS material from the manufacturer. This
change order number two includes demolition, and pavement repair in advance of the future delivery of the remaining 70
rows worth of EMAS material in accordance with the attached Phase 2 drawings, technical specifications, and the
incorporation of additional Federal/FEMA/FDEM Contract Requirements.
The total cost to complete the work as noted within this change order is an increase of$822,151.11. See attached price
quotation from Charley Toppino&Sons, Inc,
Net change to contract Change Order 2: $822,151.11
The project commencement was March 5, 2023
This Change Order 2 increases contract time by 29 calendar days.
Contractor agrees to accept the increase/decrease in monetary compensation and hereby waives and releases any and all
claims for any additional compensation related to these bid items.
This Change Order 1 represents 4.8% of the original contract price.
Not valid until ap _p
,proved by Owner,Architect(if ap_Iicable), a,nd Contractor
3/31/2023
ARCHITECT/ENGI
Da
CONTRACTOR
AIRPORTS DIRECTOR........ .............. 43J, 3
Date
COUNTY/ASSISTANT ADMINISTRATOR 04.11.2023
Date
NROE COUNTY ATTOnNEY
ArPA07��4
FORM
e_<.
PE JMERCA9G---
ASSIBSTA UNITY ATMRNrEY
Date 4/4/23
i/o/o//
i
Q Q LL
Co x.
�C CO) a
Q z Cl)
0)
W
QJ Z
J
cm
O Z CD cV o' LL V tw
Q � V O Q V j W Q
Z CO) to z
IL
Z Q
�ILU
to
v
z
0 W 0
V �
Z
is
ui
o Ewa
ztw o 0 0
5
NOiion iSNO 2o�03f1SSl
�] N
ONdOd��HadNdO(INV m E p
ShcON�HadNdO i=Oad
o
1 - wp
- w-
>�-
��
0w - -E
Qo oop p¢LL_
ao -0 �m <
o o�
M. XOd z Owz o - mm
F m0>mprolm_
mo Jjo<zWWpO
m _ OX
w p-t� F¢p0
ZO <ZQ -Z dm- O z
���0 OmmW
W
F zz2 'mo
z 020 -F2O O
OQI , m ILLZ OOm
- �Om0 "oFw-�—''2O
� �w �o
1aop3 r m < o
} w wm'
W
LL 'U' 0zmoim'=�pz --
�w� IQ mar 0wmw�Y
00
w U1<50
Z <mU o w LL 0
D
K
m -w
wQ
- r m J�OWFp��o --_ Wo2N
w '0 Q
=w
w �w11> ood
� oW. mw.'
, ago
w Wo� -O
-- - o
-
O ME
w
a3:oQ =mo _ oho -
_ om ww r
w zp~~
11
- -mwo J - - oo_- w~ ' w
IS ow
"wd o
�W w zw
-
UOQ
-o
(n
B0 ��0 0 �
ww o N �pQ - Nzm
>o- - W - «' Fwg
m -
QQl - 0
Ow Z - _ _ O
-Q> OOW a Z- o w
-NOF o Wo — w i�m - oww . o
- z m'� o o w<. oXo '0 =J - 3w a
o _Q opo F p¢ wow< w No
Z F-
F -
a' - o U` wh
'— Z owsw <--
w m -
r �
U _ _ FF wF
U
w Ww � w O s
w lo-
_ o Jo� ��w o U 0o.o z m
_2 w�z
0 a wUa 0 owio _ UwUOU om�m �2 11 0
Del ¢ M Q Of M Q
a a a
w1
p�
�� F� �� _ Foam -
Yz �- <O� Q� w Wo j w¢�F -000z �� o
��0 oo �Ew<>u w o =01aM =1
p 20 0z-> O< � < w<&o< o
moo¢ IN
=�=zo - �w w�zao W rIN
O
z - o�3wo< - omo60o z0 �'o<
z o,oz o W LL.
OLL
0-Q - �zao oM , oFO a1.1.o
� _. w g � -
w>U N,Joo z
�o m� a
m w w
w -
o
00 --- � am�� -
8- ow�
--w
m o<90 =� m ¢
IN UO - oo m z 0 o
_
- m ma�; - w on � o� � z
F Wa
> o ozmmo = <ow =W M 0 M 0
1- r o _ Q w o o. Ol � a
` o - < <
mo� -<
< _ mr mp oWo z o o �a
wz m 0a o w o w
o _ OLL < o m <-ll oo0 o a o ll< o '< 3 em- W�ll oa
w ww zX�
zO o _ oxD mm om o � o
a m Q I
a
❑ U <
NO iion iSNOO 2 o0 03f1SSl
.ea mm .om� ..� see�ewnx xo seaxoxsimso3m sirs
awwes °�°°xms 3n�xowser
ose Sins ssxsuxos mooc
„x sqo3eC ShcON 4NV NV�d o
SSdOOH NOIlomJiSNOO
liZOA
C7
o
w - w
` s
J
N
� '��'her, <,� ♦�
1;
, .�'♦°
l �J J I "" P��pp � •��
I 5 r 1 V4
II
a
w "
1
/ 1
i
d
1 z
W
1 w W
L t G
1 Q
W W
ai 1 a
U
1 w
e 1 ¢ _ o
F 1
o
z z z
W
0
o o
d 1
it
F a a LL
i I 1
ZV MVl
x� z o m
L--"asz m W� o
m o
a r
ur
oo wwm �o am ��a � oa
0
Ug a m
=Qo
Uz awea �
aW o~
o w
i W LLLL z�z m
a
��' 'a' W > �
o s max
w z� -o zo Qoo
wo
o� o
P
w �xzomm 'o
o�w
W «=Ww
w
♦ i w w>`�U --o
♦ �i N Q zw LL< QM.' &>0�
oy
stNst 1 \' ZO aou mmzo. a z�� mo Rw
1 ~ Sao �W
♦ U o� zxxxx �� o w� a
U
Z
p
6�a �
❑ U Q
NOiion iSNOO 2o0 03f1SSl
oz=sgo3e ShcON(INV NV�d o�oNo,
gs��y a ONISVHd�VaENdO i
0
ao
Z � 3 wz
o
w �z
1' -
< �r
0
Q w z
,n o �
> mm
W
O o�
J m
O 'W m 0 1.
z W m
w w¢W o
0
r ,
o �m
�t-ow d' , a>o
> K
m oda LU Y ¢ moo
~m¢ H K 3
U
of < s
O 0w
�3ow ? �r� >
m wo m
�il ., a p<J o
Z �za
o
Wz d
w�
zoQ M W r z
zo
uw z
LL wz
<z o
z m
z w
w aaz ;
m P. .....:....... .�,. w w O w
o
' Z 0
< ° o� m
W
SV AVMIXVl - 0 z d 3
m w m
m
�i w O r
m
U mo�'d�
i w
U m
o v m LL Y Q
< LL
d z!wp �m
+ LU 8g
z
a w
&�1 Iwo aw
da dui
�QWo moo 001,
m Zz
mo=l
o ir3az aiWd¢o
v mm w
0 o �Q -o o�Q
u
o "T wzomQ�
o
0 3o o�xm`v
mrm or
z o\ m 1.
1.
l (n �w ao zaz ��
mo }I _ i o a o =o� o zo m
o.ww u a �oow w
103<3 z z w oa 3a o jo�o
oo 'tea
�Q� m j O mQ �� �o ���o �Qo�,F 'o'
Q Q�z~ rl�al�� LL a m�3 = m�LLoN� �rYm�Qoi<m0w3m�ir
rWo roO� 0z03 Qmo z 0 rr zo
mQ oowQ Q m"
w �3 mo i',o.� �loll. awo
m z �m z
O w
III U U m a
11
❑ U Q
NO iion2 iSNOO 2 o0 onSSl
.ero mm .om� ..� see�ewnx xo irarvx�iw�mur�
go3eC ShcON aNH SNH�d
l„ �oawwa� �sMo� M
q n ONISHHd AlddHS mom o
gs��y a N0IlomJiSN00 e i
8Z(INV HZ SdSHHd
ow -w-
o
o- � z moo ow o
z oo oFo m o w
a �v onoU) El, -IQ om �<m
-��w -
F - O um- - - o� w ~ w� m wa�azuo o
m w
m<mW�mmo � o O >
-�
QO o o w w U,� o� . ow
o
�m � � �IQ o
o w oNW - 2 W w r o doo Q . m,,, Q m,,,W
�z
O m a m a m
iNaNaAVd iaodns soma iNaNaAVd iaodns soma
mT mT
(SNNnhoo W (SNNnhoo W
SAOM9SVNa SAOM9SVNa
09 LzL 09 LzL
t t
0
r
m w m
m , m
m 5
w d T /r
w /i 0
Z ~
fi O
o ~
Z
W 0
0
N w
W Z
IQ
= N
�� w
a
aim m aim m x wu a w a
N
w� w�
e SV"MIXvi e SV AVMIXVl
U¢ m UM UM
z
w Xw X
w � w
gi
mu m'u
w w
2e e 2e e
❑ U Q
NOIlon1 iSNO 2o0 03f1SSl
c ,a SgOJ2 SNOIlIGNOO ONIlSIX3
E
U
....
1
r
m
a '
z
a
J �
Z o a
�,N 1
a
Y r
o r
f`
0
<
I
w <
ww
< o
< �
m z
0
o - g w w w
o m o o <� o z
o z u o w w
10 < z z z z z z < z z z z
x � w w w w w w w w w
o w
LU
louu
LU III I
r _
U-ww0 zow � <,< 0�
—0>Eo� w
W�Woo
z
«�J�Qo� aow�
a«Hwy
Qom w0 w �o
zJ w dU oxmQ
o w�� "
z< w ow"
wE < —
�m�w� ��� w
O�E D<08w<<o o<<� w
u
<"
o� oWW z ya0< oz
0,
-0 < a0
Qw"WZQ �<
Owe 0- ow zo
-' <�
" u <o a ooQ Uo
Eo< z<� w���
z�w<
"I �" �z"
0. HUM "
a' ""ww
0 oQUF
��o <
��w w
0
z "
"0_l..w"zo"w "Uo0<w0"zw
<0<"wz.z.0 zUzU-��
i w�`<<awz00= wQ�w<8 LL
wz �<
O
�
F W � -u
o ��
1 < xooEm
} „ o gg�
c�
zo
z
o02.1. m w
z
tg
u~ -
z<ao �zJ< <
x � o�z�
"
� �< w�_w _ _5 ww�<0—
w
a
NO Ilon1 iSNOO 2 oO o3nssi
z=sgo3er d�idpad E
U
I
J--
Z
w
o r£+8s vss iAd oz w 0 w
x � ,
w p
Eoz z o��
oz LL OOQ
oa
a
Sao
axa
oz w a
z
w
p
N w Z o
o w � eoa
0
Ewa
eoa F
eo z
w
o w
aQ
(1) <
¢ ,u
o
No z nee Ind sz o w
0£98+bs vis IOd J o
¢ O>
ro I = r
LL
z
+w I ZwW o
ONoo�
<w I -oho
� ry Xw
Ww w
0 J
O w
O I
0
o
O� I
Z� I
Z o
0
w v I
❑ U Q
sN0l cy yaa!NI \{ \
2: -d 9` 6
ou
-
: -
` \ / -
� -
> -
w <
° \<
} y i , :§ » i
/
/\ / > \\ \> \
: < d - ` «
> : . \ \ 3
^ ` ? / //
-- > - - -- \\ - -- - y\ -—? - - -- +\
, � . [, , \ \ . \§
` \\ \ §
« . ) _ y y m
\
\ . M<IM
U0 ,\ d . :
/ yw
` § /
//:///
mx
-
. \ \ <\
d1.
§ d d
-
\ IQ \ /^
TECHNICAL SPECIFICATIONS
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs-Runway 9 Safety Area-Remove and Install EMAS
ITEM P-101
SURFACE PREPARATION
DESCRIPTION
101-1.1 This item shall consist of p-o,..,,-atier f&iist r pavefneat s�tf�ees for-ever-lay, removal of
existing pavement, and other miscellaneous items. The work shall be accomplished in accordance with
these specifications and the applicable drawings.
EQUIPMENT
101-2.1 All equipment shall be specified hereinafter or as approved by the Engineer. The equipment shall
not cause damage to the pavement to remain in place.
CONSTRUCTION
101-3.1 REMOVAL OF EXISTING PAVEMENT
a. Concrete: The existing concrete to be removed shall be freed from the pavement to remain unless
jackhammers are used for the complete removal. This shall be accomplished by line drilling or sawing
through the complete depth of the slab 1 ft inside the perimeter of the final removal limits or outside the
load transfer devices, whichever is greater. In this case, the limits of removal would be located on joints.
If line drilling is used, the distance between holes shall not exceed the diameter of the hole. The pavement
between the perimeter of the pavement removal and the saw cut or line-drilled holes shall be removed
with a jackhammer. Where the perimeter of the removal limits is not located on the joint, the perimeter
shall be saw cut 2 in in depth or 1/4 the slab thickness,whichever is less. Again, the concrete shall be line
drilled or saw cut the full depth of the pavement 6 in inside the removal limits. The pavement inside the
saw cut or line shall be broken by methods suitable to the Contractor; however,if the material is to be
wasted on the airport site,it shall be reduced to a maximum size designated by the airport owner. The
Contractor's removal operation shall not cause damage to cables,utility ducts,pipelines, or drainage
structures under the pavement. Any damage shall be repaired by the Contractor at no expense to the
airport owner.
b.Asphaltic Concrete: Asphaltic concrete pavement to be removed shall be sawcut to the full depth
of the bituminous material around the perimeter of the area to be removed. The sawcutting shall be
incidental to the pavement removal. The pavement shall be removed in such a manner that the joint for
each layer of pavement replacement is offset 1 ft from the joint in the preceding layer. This does not apply
if the removed pavement is to be replaced with concrete or soil. If the material is to be wasted on the
airport site,it shall be broken to a maximum size as designated by the airport owner.
,
and jeints widef than 3,18 in shall be filled with a ffli�Etufe ef effitilsified asphalt and aggfegae. The
hall eensist-ef liffiestene, veleanie ash, sand, ef ethef fflaefial tha will etife te fefRi a hafd
SURFACE PREPARATION P-101-1
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS
Tablet
Sieve Size Per-cent Passing
�No. 4 488
No. 9 QQ 10
No.16 65 9
Ne--�O 40 6
No.100 15
No.200 18Up to -�8
0 eement ean be added to e set not 0
f , 1 ,;fh ,f, approvalin f; FFofn the E44 ;moo
The pr-opoAioas of asphalt efn�tlsioll a-Rd aggregate shall be detefmiaed in the field and ma-Y be vai4ed to
be plaeed in the joint or-er-ae-k and eompaeted to fofm a voidless mass. The joint or-er-ae-k shall be filled
within 0 to 1,18 in of the sidf�ee. Any fnater-ial spilled o�4side the width of the joint shall be r-emoved fFofn
A44 the sidf�ee and vegetation in the joints need to be r-em
101 3.3 REMOVAL OF PAINT-AND RUBBER. All paint and f+ibber-over- 14 wide that will affee
pr-essidfe water-, heater-seai-7ifier-(asphakie eoner-ete only), eold milling, or-sa-Rdblasting may be�tsed. An
j -damage to the pavement. Major-damage is defined as ehanging the
the Pavement or-r-efRoving Pavement Over- 1,18 in deep. if ehefnieals afe�tsed, they shall
plans. This speeifiea+ien shall net be used fef feffi&val ef fabbef d f&ve skid fesistanee e
11(l�4 CONCRETE SPAA7 FAILED ASPHALTIC CONCRETE DAALEA4 TT REPAIR.
Repair of Conerete Spalls in Areas to be ever-laid with Asphalt! The Gentfaetefs shall fepaif all
a.
fepaif shall be sawed a ffliniffitiffi ef 1 in deep ef shall be eut with appf&ved teels te this depth. The
feffi&ved with a geelegist piek. The feffi&ved afea shall be filled with asphalfie eenefete with a ffliniffitiffi
..-ted. The fflaefial shall net be plaeed in lifts &vef 4 in in depth. This ffiethed ef fepaif applies enly te
b.Asphalfie Conerete Pavement Repair! The failed afeas shall be feffi&ved as speeifi
pafagfaph 10 1 3.1b. All failed fflaefial ineluding suffiaee, base eetifse, subbase eetifse, and subgfade shall
be feffi&ved. The base eetifse and subbase shall be feplaeed if it has been infiltfaed with elay, silt, e
101 3.5 COLD PLANING-.
NIN
SURFACE PREPARATION P-101-2
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs-Runway 9 Safety Area-Remove and Install EMAS
edges of the pavement to r-emain. The fnaehiae shall have a positive fnethed of eantfalling the depth a
et4. The Engineer-shall la-yettt the afea to be milled. The afea shall be laid et4 with s4aightedges in
iner-ements of 1 R widths. The afea to be milled shall eaver-only the failed afea. Any &ieessive afea that is
milled beeattse the Geatfaeter-doesn't have the appr-epfiate fnaehiae, or-afeas that afe damaged beeattse of
his negligenee, shall net be inektded in the € efnea enr
b.Profiling, Grade Cor-reetion, or Surfaee Cor-reetion: The fnaehiae shall have a fniaifnwn widdh-
of 10 feet. it shall be eqttipped with eleetfanie gr-ade eantfal deviees an both sides that will et4 the sidf�ee
eantfal shall be provided. The fnaehiae shall be eapable of disehafgiag the millings in a tftie-k or-leaving
them in a defined wiad%�A-
MET-140D Or-ME A SURE a1rPIT
101 4.1 MEASUREMENT,
SUREMTi I TT
a. General.! if there shown in the bidding sehedttle, the wefk eaver-ed by thi seetion
b.Pavement Removah The H*4 of fneasidfefneat for-demolition of existingpavemenlpa�vefnea
wfneval> >
shall be the a�tmber-a
the pa�vefneat was damaged by negligenee an the pa+,t of the Geat+aeter-shall not be inektded in the
fneasidfefneatfor-payment,
e. joint and Craek Repair! The H*4 of fneasidfefneat for-joint and er-ae-k repair-shall be the line
feet fjoint,
d.Paint and Rubber Removal! The tffiit ef ffleasttfefflent fef paint and fidbbef feffleial shall be the
sure feet,
(1) The tffiit ef ffleastife fef eenefete spa!!fepaif shall be the nuffibef ef squafe feet. The a-,�efage depth
ef the pa+eh shall be agfeed upen by the Gentfaetef and the Resident Engineef. The quantity shall be
dii4ded in the fellewing
Ta
fi Cold Planing.! The tffiit ef ffleastife fef eeld planing shall be the nuffibef ef squafe yafds. The
a-,�efage depth ef the eeld planing shall be detefRiined pfief te aeeeffiplishffient ef the wefk. When sffffiaee
SURFACE PREPARATION P-101-3
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS
and will be paid only anee for-the total depth of planning. The q�t&44y shall be divided inte the fellowing
(a) � ;r
(,) n o3.5in
(e) 0t n ;r
(d) n t c i
(e) nt tii
BASIS OF n A yr 41214eam r
101 5.1 PAYMENT.Payment shall be made at eeatfaet�mit pr-iee to demo&h existingpovementpe
for-fitmishing all fnater-ials a+id for-all pr-epafatiea, hattling, disposal(inehides both asp- hak am�-12-ON-12FOM
pavement), and plaeiag of the fnater-ial and for-all lab tools, and ine-i d
.into this item
n n�'—'r�emeli�kzvistitzg�P-avementpersq"amyaTc�
END OF ITEM P-101
SURFACE PREPARATION P-101-4
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs-Runway 9 Safety Area-Remove and Install EMAS
ITEM P-152
EXCAVATION AND EMBANKMENT
DESCRIPTION
152-1.1 This item covers excavation, disposal,placement, and compaction of all materials within the
limits of the work required to construct safety areas, runways, taxiways, aprons, and intermediate as well
as other areas for drainage,building construction,parking, or other purposes in accordance with these
specifications and in conformity to the dimensions and typical sections shown on the plans.
152-1.2 CLASSIFICATION.All material excavated shall be classified as defined below:
a. Unclassified Excavation.Unclassified excavation shall consist of the excavation and disposal of
all material,regardless of its nature,which is not otherwise classified and paid for under the following
items. The material excavated in order to construct the proposed asphalt pavement section shall
become the property of the Contractor and shall be removed and legally disposed of off airport
property.
ledges,
in bedded d
fnet�Z�c�asr f� ee eea tie
,
eens"etien, type as shewn en the P!
152-1.3 Unsuitable Excavation.Any material containing vegetable or organic matter, such as muck,
peat, organic silt, or sod shall be considered unsuitable for use in embankment construction. Material,
when approved by the RPR Enginee as suitable to support vegetation, may be used on the embankment
slope.
CONSTRUCTION METHODS
152-2.1 General. , the afe-a
The suitability of material to be placed in embankments shall be subject to approval by the RPR
Enginee . All unsuitable material shall be disposed of in waste areas shown on the plans. All waste areas
shall be graded to allow positive drainage of the area and of adjacent areas. The surface elevation of waste
EXCAVATION AND EMBANKMENT P-152-1
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS
areas shall not extend above the surface elevation of adjacent usable areas of the airport,unless specified
on the plans or approved by the RPR Eaginee .
When the Contractor's excavating operations encounter artifacts of historical or archaeological
significance, the operations shall be temporarily discontinued. At the direction of the RPR Eaginee , the
Contractor shall excavate the site in such a manner as to preserve the artifacts encountered and allow for
their removal. Such excavation will be paid for as extra work.
Those areas outside of the pavement areas in which the top layer of soil material has become compacted,
by hauling or other activities of the Contractor shall be scarified and disked to a depth of 4 in(100 mm),
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 RPR Eaginee , who shall arrange for their removal if necessary. The
Contractor shall, at his/her own expense, satisfactorily repair or pay the cost of all damage to such
facilities or structures that may result from any of the Contractor's operations during the period of the
contract.
152-2.2 EXCAVATION.No excavation shall be started until the work has been staked out by the
Contractor and the RPR Chas obtained elevations and measurements of the ground surface. All
suitable excavated material shall be used in the formation of embankment, subgrade, or for other purposes
shown on the plans. All unsuitable material shall be disposed of as shown on the plans.
When the volume of the excavation exceeds that required to construct the embankments to the grades
indicated, the excess shall be used to grade the areas of ultimate development or disposed of as directed.
When the volume of excavation is not sufficient for constructing the fill to the grades indicated, the
deficiency shall be obtained from borrow areas.
The grade shall be maintained so that the surface is well drained at all times. When necessary, temporary
drains and drainage ditches shall be installed to intercept or divert surface water that may affect the work.
a. Selective Grading.When selective grading is indicated on the plans, the more suitable material as
designated by the Engineer shall be used in constructing the embankment or in capping the pavement
subgrade. If, at the time of excavation,it is not possible to place this material in its final location,it shall
be stockpiled in approved areas so that it can be measured for payment for rehandling as specified in
paragraph 3.3.
the depth speeified. Unsuitable fflaefiffis shall be dispesed ef a+leea+iens shewn en the plans. This
feek sffff-aee shall be dfaifted in aeeefdanee with the details shewn en the plans.
EXCAVATION AND EMBANKMENT P-152-2
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS
the wfneval and disposal of ever-br-eak that the Engineer-deteRnines as avaidable. Unavoidable evef4eak
will be elassifed as '�Uaelassifie e=�atio
d.Removal of Utilities. The removal of existing structures and utilities required to permit the orderly
progress of work will be accomplished by someone other than the Contractor, for example, the utility
unless otherwise shown on the plans. All existing foundations shall be excavated for at least 2 feet(60
cm)below the top of subgrade or as indicated on the plans, and the material disposed of as directed. All
foundations thus excavated shall be backfilled with suitable material and compacted as specified herein.
e. Compaction Requirements. The subgrade under areas to be paved shall be compacted to a depth
of 6" and to a density of not less than 95%percent of the maximum density as determined by ASTM
D1557. The material to be compacted shall be within+/-2 percent of optimum moisture content before
rolled to obtain the prescribed compaction(except for expansive soils).
The in-place field density shall be determined in accordance with ASTM D 1556 or ASTM D 2167.
Stones or rock fragments larger than 4 in(100 mm)in their greatest dimension will not be permitted in
the top 6 in (150 mm)of the subgrade. The finished grading operations, conforming to the typical cross
section, shall be completed and maintained at least 1,000 feet(300 m) ahead of the paving operations or
as directed by the RPR Eaginee .
In cuts, all loose or protruding rocks on the back slopes shall be barred loose or otherwise removed to line
of finished grade of slope. All cut-and-fill slopes shall be uniformly dressed to the slope, cross section,
and alignment shown on the plans or as directed by the RPR Eaginee .
Blasting will be pefmit4ed only when proper-pr-eea�4ieas afe taken 99r-the saga�y of all per-seas, the ,
fefflain the saffie, the Gentfaetef shall subfflit a blasting plan ef the inififf!blasts te the Engineef fe
appf&val. This plan ffitist eensist ef hele sii�e, depth, spaeing, btiMen, type ef e�Tlesives, type ef del
&vefbttfden if any. The ffi&Eiffithft e�Tlesive ehafge weights pef delay ineltided in the plan shall net be
approved pefmits r-eviewed by the Eagiaeer-. Any approval given, however-, will not r-elieve the Geatfaete
EXCAVATION AND EMBANKMENT P-152-3
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS
shall notify the Engineer-, at least 15 days prior-to begifming the &ieavatioa, so neeessaty fneastifements
a+id tests ea+i be made. All imsititable fnater-ial shall be disposed of by the Goatfaeter, All beffew pits
they shall be dr-ained and left in a neat,pr-esentable eandition with all slopes dressed ifffifefffll�-
ditehes siteh as inter-eepting; inlet or-otitlet, for-tempor-afy levee E)r-for-a-By other-�Ype as
designed or-as shown an the plans. The wofk shall be per-fefffied eqiteaeev4th the othe
All neeessaty 3A,efk shall be per-fefmed to seetife a finish tftte to line, elevation, and er-oss
r-esponsibility to loeate and obtain the s"ply, s413,jeet to the approval of the Eagineer, The Goatfaeto
�r
boop the fFee f debrisor- bstftietions itiitil the p eet ; aeeepted.
a height of 4 feet(1-20 em) or-less, all sod and vegetable fnal4er-shall be r-efRoved f:Fefn the stiffitee"an
or-seafifying to a fninifniiiii depth of 6 in(150 mm). This afea shall then be eampaeted as indieated iii
pafagr-aph-2.6. When the height of fill is greater-than 4 feet(1-20 em), sod not wqitir-ed to be r-emoved shall
Wher-e embankments afe to be plaeed an aat-ufal slopes steeper-than 3 to 1, her-izental benehes shall be
eanstftieted as shown on the plans.
layefs of net ffiefe than 8 in(200 ffiffl)in loose depth fef the ffill width of the e fflle�
The gfadiii hall be eendueted, and the v�etts soil stfitta shall be pliteed, te pfeduee a soil
Opefittiens en effthwe4E shall be suspended a+any tiffie when satisfiaetefy fesults eannet be obtained
beea-use of fain, fteei4iig, of ethef tffisittisfiaetefy eendifiens of the field. The Gentfaetef shall dfag,blade,
ebtain the fe eentent shall be done with appfeied equipffient thitt will suffieiently distfibtAe
EXCAVATION AND EMBANKMENT P-152-4
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS
Based an these tests, the Caatfaeter-shall make the neeessaty eaffeetions and adj�ts�meats in ,
easit-y for-neneehesive sails, and 90 per-eent of fnffliifnwn deasit-y for-eahesive sails as
detefmined by AST-N4 [1. Under-all afeas to be paved, the embankments shall be eampaeted to a depth of
[1 and to a deal ' of not less than []percent of the maximum density as determined by ASTM [].
Compaetion afeas shall be-kept sepafate, and ne !a-yer-shall be eaver-ed by another-�mtil the proper-deas4y
is obtained.
the eatir-e width of the embankment. The eq�tipfneat shall be operated in s�teh a manner-that when leaded and when efnp�y, ever-the !a-yer-s as they afe plaeed and shall distfibt4e the tfavel evenly a
eemented gr-avel, elay, or-other-eh�t*-ky sail fnater-ial will be br-e-kea�tp inte small pa+�ieles and beeafne
to,a with the other-w..,ter-ia i the !a-ye
la the eanstt+ietion of embankments, !a-yer-plaeement shall begin in the deepest peftion of the fill; as
plaeement progresses, !a-yer-s shall be eeastt+ieted appr-&kifnately pafallel to the finished pavement grade
When r-ee-k and other-embankment fnater-ial afe &keavated at appr-&kifnately the same tifne, the r-ee-k shall
dimensions will not be allowed in the top 6 in(150 fnfn) of the s4gr-ade. Raekfill shall be br-e�tght" in
!a-yer-s as speeified or-as dir-eeted and evefy effei4 shall be &kei4ed to fill the voids with the finer-fnater-ial
feet(60 effl) in thiekness. Eaeh layef shall be leveled and sffieethed with st�table leveling equipffient and
by distfibutien ef spalls and finef ftagffients ef feek. These type lifts shall net be eens"eted ab&ve an
152-2.7 FINISHING AND PROTECTION OF SUBGRADE.After the subgrade has been substantially
completed the full width shall be conditioned by removing any soft or other unstable material that will not
compact properly. The resulting areas and all other low areas, holes or depressions shall be brought to
grade with suitable select material. Scarifying, blading,rolling and other methods shall be performed to
provide a thoroughly compacted subgrade shaped to the lines and grades shown on the plans.
Grading of the subgrade shall be performed so that it will drain readily. The Contractor shall take all
precautions necessary to protect the subgrade from damage. He/she shall limit hauling over the finished
subgrade to that which is essential for construction purposes.
EXCAVATION AND EMBANKMENT P-152-5
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS
All ruts or rough places that develop in a completed subgrade shall be smoothed and recompacted.
No subbase,base, or surface course shall be placed on the subgrade until the subgrade has been approved
by the RPR Eaginee .
152-2.8 HAUL.All hauling will be considered a necessary and incidental part of the work. Its cost shall
be considered by the Contractor and included in the contract unit price for the pay of items of work
involved.No payment will be made separately or directly for hauling on any part of the work.
152-2.9 TOLERANCES.In those areas upon which a subbase or base course is to be placed, the top of
the subgrade shall be of such smoothness that,when tested with a 16 ft(4.8 m) straightedge applied
parallel and at right angles to the centerline,it shall not show any deviation in excess of 1/2 in (12 mm),
or shall not be more than 0.05 ft(0.015 m) from true grade as established by grade hubs or pins. Any
deviation in excess of these amounts shall be corrected by loosening, adding, or removing materials;
reshaping; and recompacting by sprinkling and rolling.
On safety areas, intermediate and other designated areas, the surface shall be of such smoothness that it
will not vary more than 0.10 ft(0.03 m) 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.
shall be salvaged fFefn stfipping E)r-ather-gr-ading aper-ations. The topsail shall fneet the wqitir-efneats E)
only beploeed in the stag4wx greig not be plaeed within 200 feet efFdflWa-y paVefllefit E)r-89 feet E)
tfflkiwa-y pffi,pem-Peat —And -hall not be plaeed an afeas that s4seqtteady will wqttir-e any &ieava ion ei
embankment. if-, in the jttdgment of the RPR Engineer-, it is pr-aetieal to plaee the salvaged topsail at the
152 2.10 TOPSOIL.When topsail is speeified E)r-r-eEtitir-ed as shown an the plans E)r-itiider-kem T 905, i
METHOD OF MEASUREMENT
slepe lines, ef the quanfity ef fflittefial used fef ptifpeses ethef than these difee
ffleastifed in the steekpiled pesifien as seen as the fflittefial has been steekPiled.
EXCAVATION AND EMBANKMENT P-152-6
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS
or-iginal gr-e.H*d line established by field er-ess seetions and the final theer-etieal pay line established b
Final field er-ess seetions shall be empleyed if the fellowing ehanges ha�ve been made:
a.Plan width of embankments or-&kea�vatieas afe ehanged by fner-e than phts or-fnill�ts 1.0 ft(0.3
fneter-); a
m 1T
BASIS OF n A yr 41214 r
152 4.1 Fer-44nelassified &kea�vatiea"payment shall be made at the eeatfaet unit pfiee per-e4ie yafd
> >
152 4.2 Far-"Ree-k&kea�vatiea"payment shall be made at the eeatfaet H*4 pr-iee per-e4ie yafd (e4ie
fneter+ This pr-iee shall be fitil eampeasation for-fitmishing all fnater-ials, lab tools, a-H
ineidentals fleeessaty t , rlete the 41.1
152 4.3 Far-"NUte-k&kea�vatiea"payment shall be made at the eeatfaet H*4 pr-iee per-e4ie yafd (e4ie
fneter+ This pr-iee shall be fitil eampeasation for-fitmishing all fnater-ials, lab tools, a-H
ineidentals fleeessaty t , rlete the 41.1
ReffiP 152 4.11
EXCAVATION AND EMBANKMENT P-152-7
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS
TESTING REQUIREMENTS
ASTM D 698 Test for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures, Using
5.5-pound(2.49 kg) Rammer and 12 in(305 mm) Drop
ASTM D 1556 Test for Density of Soil In Place by the Sand-Cone Method
ASTM D 1557 Test for Laboratory Compaction Characteristics of Soil Using Modified Effort
ASTM D 2167 Test for Density and Unit Weight of Soil In Place by the Rubber Balloon Method.
ASTM D 6938 In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear
Methods
END OF ITEM P-152
EXCAVATION AND EMBANKMENT P-152-8
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS
ITEM P-211
LIME ROCK BASE COURSE
DESCRIPTION
211-1.1 This item shall consist of the placement and compaction of base course and re-working and re-
compacting of existing base course composed of lime rock constructed on the prepared underlying
course per these specifications and shall conform to the dimensions and typical cross-section shown on
the plans.
MATERIALS
211-2.1 Materials. The lime rock base course material shall consist of fossiliferous limestone of uniform
quality. The material shall not contain hard or flinty pieces that will cause a rough surface containing pits
and pockets. The rock shall show no tendency to "air slake"or undergo chemical change when exposed to
the weather. The material when watered and rolled shall be capable of compacting to a dense and well-
bonded base.
Lime Rock Base Course Material Propertiesz
Lime Rock Oolitic Non-Oolitic
Carbonates of calcium 95% minimum 70% minimum 75% minimum
and magnesium'
Oxides of iron and Less than or equal to Less than or equal to Less than or equal to
aluminum' 2% 2% 2%
Liquid limit Not greater than 35 NA Not greater than 35
Plasticity Index Not greater than 6 NA Not greater than 6
Organic or foreign Not more than 0.5% Not more than 0.5% Not more than 0.5%
matter
Lime Bearing Ratio 125 125 125
(LBR)3 at 0 to +1.5%
optimum
' The combined amount of carbonates,oxides,and silica shall be at least 97%.The material shall be non-
plastic.
2 The chemical analysis of lime rock shall consist of determining the insoluble silica,iron oxide,and alumina
by solution of the sample in hydrochloric(HCl)acid,evaporating,dehydrating,re-dissolving the residue,and
neutralizing with ammonium hydroxide, filtering,washing,and igniting the residue lime rock.The difference
between the percentage of insoluble matter and 100%is reported as carbonates of calcium and magnesium.
3 FM 5-515,Florida Method of Test for Lime Rock Bearing Ratio
LIME ROCK BASE COURSE P-211-1
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs-Runway 9 Safety Area-Remove and Install EMAS
Lime Rock Base Course Gradation
Sieve Designation Percentage by Weight Passing
(square openings) Sieves
3-1/2 inch(87.5 mm) 100
3/4 inch(19.0 mm) 50-100
All fine material shall consist entirely of dust of fracture (fine portion passing the No. 10 (2.00 mm)
sieve).
211 2.2 Sampling and Testing.
a.Aggregate base materials. The Ceatfaeter-shall take samples of the aggregate base in aeeer-da-ne-e-
with AS4A4 P75 to vefify initial aggregate base r-e. i d gr-adation. Mater-ial shall fneet the
. . ts in pafagr-aph-211 -2.1. This sampling and testing will be the basis fOr-appr-E)Val Of the
aggregate base , .l4yr-e rt�
b. Gradation requirements. The Ceatfaeter-shall take at least two aggregate base samples per-day
in the pr-eseflee of the Resident Pr-ejeet Repr-esentative (RPR)to ehee-k the final gr-adation. Sampling shall
with the !at size�tsed for-deas4y. 44ie s—ap-A-ples shall 4he in plaee, H* eampaeted fnater-ial
sampling paints and i tef all designated by the RPQ
211-2..3 Separation Geete e. Not�tsed.
CONSTRUCTION METHODS
211-3.2 Preparing underlying course. The RPR shall check and accept the underlying course 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. Material shall not be placed on frozen subgrade.
211-3.3 Placement. The material shall be placed and spread on the prepared underlying layer by spreader
boxes or other devices as approved by the RPR, to a uniform thickness and width. The equipment shall
have positive thickness controls to minimize the need for additional manipulation of the material.
Dumping from vehicles that require re-handling shall not be permitted. Hauling over the uncompacted
base course shall not be permitted.
The material shall meet gradation and moisture requirements prior to compaction. The layer shall be
constructed in lifts as established in the control strip,but not less than 4 inches (100 mm)nor more than
12 inches (300 mm)of compacted thickness.
When more than one lift is required to establish the layer thickness shown on the plans, the construction
procedure described here shall apply to each lift. No lift shall be covered by subsequent lifts until tests
LIME ROCK BASE COURSE P-211-2
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS
verify that compaction requirements have been met. The Contractor shall rework, re-compact and retest
any material placed which does not meet the specifications.
211-3.4 Compaction. Immediately upon completion of the spreading operations, compact each layer of
the base course, as specified, with approved compaction equipment. The number, type, and weight of
rollers shall be sufficient to compact the material to the required density within the same day that the
aggregate is placed on the subgrade. The field density of each compacted lift of material shall be at least
10 0% of the maximum density of laboratory specimens prepared from samples of the subbase material
delivered to the jobsite. The moisture content of the material during placing operations shall be within±2
percentage points of the optimum moisture content as determined by ASTM D1557. Maximum density
refers to maximum dry density at optimum moisture content unless otherwise specified.
211-3.5 Finishing.After the watering and rolling of the base course, the entire surface shall be scarified
to a depth of at least 3 inches (75 mm) and shaped to the exact crown and cross-section with a blade
grader. The scarified material shall be rewetted and thoroughly rolled. Rolling shall continue until the
base is bonded and compacted to a dense,unyielding mass, true to grade and cross-section. Scarifying and
rolling of the surface of the base shall follow the initial rolling of the lime rock by not more than four(4)
days. When the lime rock base is constructed in two layers, the scarifying of the surface shall be to a
depth of 2 inches (50 mm).
If cracks or checks appear in the base before the surface course is laid, the Contractor shall rescarifying,
reshaping, watering, add lime rock where necessary, and recompact. If the underlying material becomes
mixed with the base course material, the Contractor shall,without additional compensation,remove,
reshape, and recompact the mixture.
211-3.6 Weather limitations.Material shall not be placed unless the ambient air temperature is at least
40°F (4°C) and rising. Work on base course shall not be conducted when the subgrade or subbase is wet
or frozen or the base material contains frozen material.
211-3.7 Maintenance. The base course shall be maintained in a condition that will meet all specification
requirements until the work is accepted by the RPR. When material has been exposed to excessive rain,
snow, or freeze-thaw conditions,prior to placement of additional material, the Contractor shall verify that
materials still meet all specification requirements. Equipment may be routed over completed sections of
base course,provided that no damage results and the equipment is routed over the full width of the
completed base course. Any damage resulting to the base course from routing equipment over the base
course shall be repaired by the Contractor at the Contractor's expense.
When necessary, temporary drainage measures shall be installed to furnish and maintain the integrity and
compaction of the base course. The cost necessary to install, maintain, and remove any temporary
drainage measures will not be paid for separately,but shall be incidental to the associated pay items.
211-3.8 Surface tolerance. After the course has been compacted, the surface shall be tested for
smoothness and accuracy of grade and crown. Any portion lacking the required smoothness or failing in
accuracy of grade or crown shall be scarified to a depth of at least 3 inches (75 mm), reshaped and
recompacted to grade until the required smoothness and accuracy are obtained and approved by the RPR.
Any deviation in surface tolerances shall be corrected by the Contractor at the Contractor's expense. The
smoothness and accuracy requirements specified here apply only to the top layer when base course is
constructed in more than one layer.
a. Smoothness. The finished surface shall not vary more than 3/8-inch(9 mm)when tested with a
12-foot(3.7-m) straightedge applied parallel with and at right angles to the centerline. The straightedge
shall be moved continuously at half the length of the 12-foot(3.7-m) straightedge for the full length of
each line on a 50-foot(15-m) grid.
LIME ROCK BASE COURSE P-211-3
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS
b. Grade. The grade and crown shall be measured on a 50-foot(15-m) grid and shall be within+0
and-1/2 inch(12 mm) of the specified grade.
211-3.9 Acceptance sampling and testing. Lime rock base course shall be accepted for density on an
area basis. Two tests shall be made for density and thickness for each 300 square yards. Sampling
locations will be determined on a random basis per ASTM D3665.
a. Density. The Contractor's laboratory shall perform all density tests in the RPR's presence and
provide the test results upon completion to the RPR for acceptance.
Each area shall be accepted for density when the field density is at least [ 10 0 0 ] of the maximum
density of laboratory specimens compacted and tested per ASTM D1557. The in-place field density shall
be determined per ASTM D1556 or ASTM D6938 using Procedure A, the direct
transmission method. ASTM D6938 shall be used to determine the
moisture content of the material. The machine shall be calibrated in
accordance with ASTM D6938 . If the specified density is not attained, the entire area shall be
reworked and/or recompacted and two additional random tests made. This procedure shall be followed
until the specified density is reached. Maximum density refers to maximum dry density at optimum
moisture content unless otherwise specified.
b. Thickness.Depth tests shall be made by test holes or cores at least 3 inches (75 mm)in diameter
that extend through the base. The thickness of the base course shall be within+0 and -1/2 inch(12 mm)of
the specified thickness as determined by depth tests taken by the Contractor in the presence of the RPR
for each area. Where the thickness is deficient by more than 1/2-inch(12 mm), the Contractor shall
correct such areas at no additional cost by scarifying to a depth of at least 3 inches (75 mm), adding new
material of proper gradation, and the material shall be blended and recompacted to grade. The Contractor
shall replace, at his expense,base material where depth tests have been taken.
211-3.10 Rework Lime Rock Base. The Contractor shall rework the existing lime rock base course as
indicated on the plans to minimum depth of 4 inches. The rework shall include re grading and re-
compaction to meet the required densities.
METHOD OF MEASUREMENT
211 4.1 The quantity ef liffie feek base eetifse shall be the nuffibef ef etibie yafds (etibie ffietefs) ef base
w e r .;� ,gin
payffient.
211 A.2 The qffaif 6ty of Feworked&te reek base eoffrise shall be the if fffliber-of sqffatw yards 6t(�AthT
BASIS OF PAYMENT
VAiTTi I TT
the iteffl.
LIME ROCK BASE COURSE P-211-4
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS
The cost of removing cracks and checks including the labor, and the additional lime rock necessary for
crack elimination,will not be paid for separately but shall be included in the contract price per cubic yard
(e4ie Riete for lime rock base course.
n. .00& and; eide sivismee sar-Yto a „lete the ite
Payment will be made�mder-:
item P -21�4 Lime r-ee-k base ee-afse per-eu ie yaf-1
ne tt-2-4-2 n.,,..09M>li.w.e M e hoser-s per- .Ma
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications
are referred to within the text by the basic designation only.
ASTM International(ASTM)
ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse
Aggregates
ASTM D75 Standard Practice for Sampling Aggregates
ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of
Soil Using Standard Effort (12,400 ft-lbf/ft3(600 kN-m/m3))
ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by
the Sand-Cone Method
ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of
Soil Using Modified Effort (56,000 ft-lbf/fe (2700 kN-m/m3))
ASTM D3665 Standard Practice for Random Sampling of Construction Materials
ASTM D4318 Standard Test Methods for Liquid Limit,Plastic Limit, and Plasticity
Index of Soils
ASTM D4491 Standard Test Methods for Water Permeability of Geotextiles by
Permittivity
ASTM D4751 Standard Test Methods for Determining Apparent Opening Size of a
Geotextile
American Association of State Highway and Transportation Officials (AASHTO)
M288 Standard Specification for Geosynthetic Specification for Highway
Applications
END OF ITEM P-211
LIME ROCK BASE COURSE P-211-5
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS
INTENTIONALLY LEFT BLANK
LIME ROCK BASE COURSE P-211-6
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS
SECTION 337
ASPHALT CONCRETE FRICTION COURSES
DESCRIPTION
337-1.1 Construct an asphalt concrete friction course pavement with the type of mixture specified
in the Contract, or when offered as alternates, as selected. This Section specifies mixes designated
as FC;-5;T;-AFC-12.5.
Meet the plant and equipment requirements of Section 320, as modified herein. Meet the general
construction requirements of Section 330, as modified herein.
MATERIALS
337-2.1 General Requirements: Meet the requirements specified in Division III as modified
herein. The Engineer will base continuing approval of material sources on field performance.
Warm mix technologies (additives, foaming techniques, etc.) listed on the FDOT's website may be
used in the production of the mix. The URL for obtaining this information, if available, is:
ham://www.dot.state.fl.us/Specificationsoffice/implemented/URLinSpecs/files/WarmMixA,sphalt
.pdf.
337-2.2 Asphalt Binder: Meet the requirements of Section 336, and any additional requirements
or modifications specified herein for the various mixtures. When called for in the Contract
Documents, use a PG 76-22 asphalt binder meeting the requirements of 916-1. For projects with a
total quantity of FG 5, Fief FC-12.5 less than 500 tons, the Contractor may elect to substitute
a PG 76-22 for the ARB-12 or ARB-5, meeting the requirements of 916-1.
337-2.3 CRPRse Aggregate: Meet the requirements of Section 901, and any additional
requirements or modifications specified herein for the various mixtures.
337-2.4 Fine Aggregate: Meet the requirements of Section 902, and any additional requirements
or modifications specified herein for the various mixtures.
337-2.5 Hydrated Lime: Meet the requirements of AASHTO M 303-89 (2010), Type 1. Provide
certified test results for each shipment of hydrated lime indicating compliance with the
specifications.
337-2.6 Liquid Anti-strip Additive: Meet the requirements of 916-4 and be listed on the
Department's Qualified Products List(QPL).
337-2.7 Fiber Stabilizing Additive(Required for FC-5 only): Use either a mineral or cellulose
fiber stabilizing additive. Meet the following requirements:
ASPHALT CONCRETE FRICTION COURSES 337-1
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS
337-2.7.1 Mineral Fibers: Use mineral fibers (made from virgin basalt, diabase,
or slag) treated with a cationic sizing agent to enhance the disbursement of the
fiber, as well as to increase adhesion of the fiber surface to the bitumen. Meet the
following requirements for physical properties:
1. Size Analysis
Average fiber length: 0.25 inch(maximum) Average fiber
thickness: 0.0002 inch (maximum)
2. Shot Content(ASTM C612)
Percent passing No. 60 Sieve: 90 - 100
Percent passing No. 230 Sieve: 65 - 100
Provide certified test results for each batch of fiber material indicating compliance with
the above tests.
337-2.7.2 Cellulose Fibers: Use cellulose fibers meeting the following
requirements
1. Fiber length: 0.25 inch (maximum)
2. Sieve Analysis
a. Alpine Sieve Method
Percent passing No. 100 sieve: 60-80 b. Ro-Tap Sieve Method
Percent passing No. 20 sieve: 80-95
Percent passing No. 40 sieve: 45-85
Percent passing No. 100 sieve: 5-40
3. Ash Content: 18% non-volatiles (plus or minus 5%)
4. pH: 7.5 (plus or minus 1.0)
5. Oil Absorption: 5.0% (plus or minus 1.0) (times fiber weight)
6. Moisture Content: 5.0%by weight(maximum)
Provide certified test results for each batch of fiber material indicating
compliance with the above tests.
GENERAL COMPOSITION OF MIXES
337-3.1 General: Use a bituminous mixture composed of aggregate (cRPRse, fine, or a mixture
thereof), asphalt binder, and in some cases, fibers and/or hydrated lime. Size, uniformly grade and
combine the aggregate fractions in such proportions that the resulting mix meets the requirements
of this Section.
337-3.2 Specific Component Requirements by Mix:
337 2.1�C- ;
0 0 0
0
wvai-lable, is-
ASPHALT CONCRETE FRICTION COURSES 337-2
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs-Runway 9 Safety Area-Remove and Install EMAS
f4 -IA dat stato r� , nntisme,.i,o�ni1,e,s tiFees,
-3-37 3.2.11.2 Asphnit Bind,... Use an n RB 12 asphalt .- t,t,er- binder:Ir
,lle for- i the (`.nlffaet Tl.,..time„ts tise ., PG 76 22 asphalt bifl e
337- e a Lime;_ Add the lifne ter dew f i not by
weight of the total dfy aggregate to fni*es eentai-i...
337- .1.4 Liquid Anti strip Additive; Use a li"id anti st ip ,,,hive t
0
by weight of the asphalt binder- for-fni*tur-es eentaining lifnestefte aggr-eg4e. Othef
337-3.2.1.5 Ti�CS+.nbili ing Additive. Ag Lei*- rei amx al ber-s -4 a
dosage r-4e of 0 0
,
weight of total f
337-3.2.2 FC-9.5 zad FC-12.5:
337-3.2.2.1: Aggregates: Use an aggregate blend that consists of crushed
granite, crushed Oolitic limestone, other crushed materials (as approved by the Engineer for
friction courses per Rule 14-103.005, Florida Administrative Code), or a combination of the
above. Crushed limestone from the Oolitic formation may be used if it contains a minimum of
12% silica material as determined by FM 5-510 and the Engineer grants approval of the source
prior to its use. As an exception, mixes that contain a minimum of 60% crushed granite may either
contain: 1) up to 40% fine aggregate from other sources or 2) a combination of up to 20% RAP
and the remaining fine aggregate from other sources.
A list of aggregates approved for use in friction course may be
available on the FDOT's website. The URL for obtaining this information, if available, is:
ftp://ftp.dot.state.fl.us/fdot/smo/website/sources/frictioncoLi se.pdf .
337-3.2.2.2: Asphalt Binder: Use an ARB-5 asphalt rubber binder. If
called for in the Contract Documents, use a PG 76-22 asphalt binder.
337-3.3 Grading Requirements:
Ne. 4 1 Ne. S 1 Ne. 16 1 Ne.30 1 Ne. 50 1 Ne. 100 Ne. 200
4-W I 9-9,-+W 1 5-5-� 1 +5-2-5 1 5-4-0 2-4
337-3.3.3 FC-12.5: Meet the design gradation requirements for a SP-12.5
Superpave fine mix as defined in 334-3.2.2.
MIX DESIGN
ASPHALT CONCRETE FRICTION COURSES 337-3
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs-Runway 9 Safety Area-Remove and Install EMAS
Aggregate T-f-pe Binder- ire to„t
dam.- she r,-aaito 5.5 7.0
33 7-4 2 FC 9.5 mid FC 12.5. P,- vide a fni* design „fe-ming t ther-e 0 o„t� y
337-4.3 Revision of Mix Design: For FC-5, FC-9.5 and FC-12.5, meet the requirements of 334-
3.3. For FC-5, all revisions must fall within the gradation limits defined in Table 337-1.
CONTRACTOR'S PROCESS CONTROL
337-5.1 Provide the necessary process control of the friction course mix and construction in
accordance with the applicable provisions of 320-2, 330-2 and 334-4. The Engineer will monitor
the spread rate periodically to ensure uniform thickness. Provide quality control procedures for
daily monitoring and control of spread rate variability. If the spread rate varies by more than 5% of
the spread rate set by the Engineer in accordance with 337-8, immediately make all corrections
necessary to bring the spread rate into the acceptable range.
ACCEPTANCE OF THE MIXTURE
337-6.1 C 9.5 mid FC-12.5: Meet the requirements of 334-5. The project shall be classified as
Asphalt Work Category 3 per Table 334-1 and density testing shall be required per Specification
334.
337-6.2 Additional Acceptance Criteria
(A) Thickness. Thickness of each lift of surface course shall be evaluated by the RPR for compliance
to the requirements shown on the plans. Measurements of thickness shall be made by the RPR using
the cores extracted for density measurement. The maximum allowable deficiency at any point shall
not be more than %in less than the thickness indicated for the lift.Average thickness of lift, or
combined lifts, shall not be less than the indicated thickness. Where the thickness tolerances are not
met, area shall be corrected by the Contractor at his expense by removing the deficient area and
replacing with new pavement. The Contractor, at his expense, may take additional cores as approved
by the RPR to circumscribe the deficient area.
(B)Smoothness. The final surface shall be free from roller marks. The finished surfaces of each
course of the pavement, except the finished surface of the final course, shall not vary more than %in
when evaluated with a 16 ft straightedge. The finished surface of the final course of pavement shall
not vary more than %in when evaluated with a 16 ft straightedge. The lot size shall be 2,000 square
yards. Smoothness measurements shall be made at 50 ft intervals and as determined by the RPR. In
the longitudinal direction, a smoothness reading shall be made at the center of each paving lane.In
the transverse direction, smoothness readings shall be made continuously across the full width of the
pavement. However, transverse smoothness readings shall not be made across designed grade
changes.At warped transition areas, straightedge position shall be adjusted to measure surface
smoothness and not design grade transitions. When more than 15 percent of all measurements within
a lot exceed the specified tolerance, the Contractor shall remove the deficient area to the depth of the
final course ofpavement and replace with new material. Skin patching shall not be permitted.
ASPHALT CONCRETE FRICTION COURSES 337-4
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs-Runway 9 Safety Area-Remove and Install EMAS
Isolated high points may be ground off providing the course thickness complies with the thickness
specified on the plans. High point grinding will be limited to 15 sq yd.Areas in excess of 15 sq yd will
require removal and replacement of the pavement in accordance with the limitations noted above.
(C) Grade. The finished surface of the pavement shall not vary from the gradeline elevations and
cross sections shown on the plans by more than '/ in (12.70 mm). The finished grade of each lot will
be determined by running levels at intervals of 50 feet(15.2 m) or less longitudinally and all breaks in
grade transversely(not to exceed 50 feet) to determine the elevation of the completed pavement. The
Contractor shall pay the cost of surveying of the level runs that shall be performed by a licensed
surveyor. The documentation, stamped and signed by a licensed surveyor, shall be provided by the
Contractor to the Engineer. The lot size shall be 2,000 square yards. When more than 15 percent of
all the measurements within a lot are outside the specified tolerance, or if any one shot within the lot
deviates -Y in or more from planned grade, the Contractor shall remove the deficient area to the depth
of the final course of pavement and replace with new material. Skin patching shall not be permitted.
Isolated high points may be ground offproviding the course thickness complies with the thickness
specified on the plans. The surface of the ground pavement shall have a texture consisting of grooves
between 0.090 and 0.130 in wide. The peaks and ridges shall be approximately 1132 in higher than
the bottom of the grooves. The pavement shall be left in a clean condition. The removal of all of the
slurry resulting from the grinding operation shall be continuous The grinding operation should be
controlled so the residue from the operation does not flow across other lanes of pavement. High point
grinding will be limited to 15 sq yd.Areas in excess of 15 sq yd will require removal and replacement
of the pavement in accordance with the limitations noted above.
337 6.2 FC c. Aleet t e of 334 c with t e fellewing; o ept;.,,,�.
-��4
Gh et, t: Teiefa-flee (I-)
0
o rr,,fget rk 7 cn
0
0 Tzafget k 3.
337 6.2.1 raa._.idun! Test Tole..nnees for FE-5 Produeti6 : T-effflif t the T nrr
ASPHALT CONCRETE FRICTION COURSES 337-5
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs-Runway 9 Safety Area-Remove and Install EMAS
fnee r of Table 337--2-
z) Two eenseeatk e test ,-o „ks within t e s e LOT for- gi-ad4ien v�`p
of t e fell �;� (D�&�4 �1 t t t e t� f Table 337 2.Tic'�s'izc�-fir- , , zrv�iiecczrr�re�iiiiel�eli�vrzirm �
t l�o tl.o ,
When " 1=0T is tiefi iir&ted"e-to •, QG failtif e, stoppre"eti6iio tie
•
pr-e"etiefl Uf4il appr-e ..iate --tiefis have been made. infer-m t4e Engineer- of t4e pr-oblem and-
o..tief s made to eefFeet the pr-oblem. After- ,.a et;o , sample and o
in t e event t44 a QG failtir-e i-s3 not addressed efin d abE) o *e
1.00 ( defined in 337 12.3) for- o e ,, lity ,.ha-aeto,-ist;,
SPECIAL CONSTRUCTION REQUIREMENTS
0
F. As aft
to 0
0
t,, ..
e.
Phi — Total Weight of Relief(pettnds) Total Width of Df+tms (inehes)
ASPHALT CONCRETE FRICTION COURSES 337-6
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs-Runway 9 Safety Area-Remove and Install EMAS
emshing the aggr-eg4e. in t4e event that the roller-begins to emsh t4e aggr-eg4e, r-e"ee the
tandem steel wheel roller-weighing fiet fner-e t4afi 135 lb,Lper-liftear- ifieh (P14) of dmfn width.
337-7.5 Temperature Requirements for C 9.5 mid FC-12.5:
337-7.5.1 Air Temperature at Laydown: Meet the requirements of Table 330-1.
337-7.5.2 Temperature of the Mix: Heat and combine the asphalt binder and
aggregate in a manner to produce a mix having a temperature, when discharged from the plant,
meeting the requirements of 320-6.3. Meet all requirements of 330-6.1.3 at the roadway.
337-7.6 Prevention of Adhesion: To minimize adhesion to the drum during the rolling operations,
the Contractor may add a small amount of liquid detergent to the water in the roller. At
intersections and in other areas where the pavement may be subjected to cross-traffic before it has
cooled, spray the approaches with water to wet the tires of the approaching vehicles before they
cross the pavement.
337-7.7 Transportation Requirements of Friction Course Mixtures: Cover all loads
of friction course mixtures with a tarpaulin, or waterproof cover, meeting requirements of 320-7.
337-7.8 Asphalt Rubber Binder Requirements: Meet the requirements of Section 336
Asphalt Rubber Binder, particularly noting testing and action requirements to be met at the project
site.
THICKNESS OF FRICTION COURSES
337-8.1 FC-12.5 na : The thickness of the friction course layer will be the plan thickness
as shown in the Contract Documents. For construction purposes, the plan thickness will be
converted to spread rate as defined in 334-1.4.
Plan quantities are based on a G..of 2.540, corresponding to a spread rate of 110
lbs/yd�-in. Pay quantities will be based on the actual maximum specific gravity of the mix being
used.
based eft the eeffibifted aggfegae bulk speeifie gfa-,�ity ef the asphalt ffli�i beifig used as shewft ift
the fellewi
) -t�E 4C,,,ii,�.
8 0) 1b-y-�. wil
used.
ASPHALT CONCRETE FRICTION COURSES 337-7
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS
inter-leek t4e pr-epet4iening deviee with t4e aggr-eg4e feed or-weigh System to maintain t4e eeFF
337 9.1 Fiber- Supply System; Use a separ-4e feed system to aeetir-atel t4e r-e"ir-ed
t4e f4ber-system, inter-leeked with plant eentFels so t44 t4e fni*ttir-e pr-e"etiefi will
ptigmill. ^� add
Wheniitdt f f plant ttl
; -- and, „i fe-mly disperse f4be-zcr vv•tzr� 4e
aggr-eg4e prior-to t4e addition of t4e asphalt mbber, Add the f4ber- in stieh a fna-nner-that it will
l,o..eme o„t.aifie.a i t e o..l atilt system of the .a,-;o,- . p1.,,,t
337 9.2 14ydr-nted Lime Supply System; For-FC; fni*es ee i4e, tise
e*hatist system of t4e dr-ier- or-plant. inter-leek t4e pr-epet4iening deviee w44 t4e aggregate feed or-
weigh system to maintain t4e eeff tis f9r- all r-4es of pr-e"etiefi and b4eh sizes and
0
fei
ASPHALT CONCRETE FRICTION COURSES 337-8
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs-Runway 9 Safety Area-Remove and Install EMAS
obtained.
0
Aggr-eg4e pnet-1�e-at-ed A.A.,44 hydrated lifne in this fna*ner- shall be ifieer-per-4ed inte t4e asphalt
n, ea t
Me1.�rry c A Dfy Fo-f : Add 1 the,-e"ir—ed-g a-ntity of hyd-&tq of eEar
0
P etf ent M tl.�vd-vB--14ydr-c3ted Lifn1'A'4er- Siiffy: Add there"ired
tiffifer-m t
o.z.2 Blending QC Dees- �ta���E�eq�t2 Q��eC-6�f
infer-mation, eeftif4ed test r-estilts for-the hydrated lifne, aggr- Fe eentent prior-to
blending, as blended "at4ities of aggregate and hydrated lifne, pr-E�eet ft ber-, etisteffler-name,
and shipping date.
eet4if4eatiefi with eaeh lead of fnater-ial deliver-ed to the 14MA plant, th4 the m4er-ial has been
pfetfeaed.
FAILING MATERIAL
337-10.1 Meet the requirements of 334-5.9.
Table 337 ift lieu ef Table 334-5.
METHOD OF MEASUREMENT
ASPHALT CONCRETE FRICTION COURSES 337-9
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS
asphalt eefier-ete fFietiefi eetifse pay item. S4fnit this eet4if4ea ion to t4e Engineer-fie 14er-than
Twelve 0'elaek noon NR)fida-y Aerz the estimate et4 off or-as dir-eeted by the Engineer-, based oft
Get4i foe,tief and t e tefis r ,,,a,,ee f9- eaeh asphalt r ;tow,
BASIS OFPAvn ENI
deter-mined oft a LOT by LOT basis. The pay adjtistment will be assessed by ealettlating a Pay
Composite Pay Faeter-for-the LOT by t4e bid pr-iee per-ten. Per-fer-fn all ealettlations with the
is Et6r�vrnsneets.
3337 12zzz C 9.5 .,,,a FC 12.5
•. Meet the,-0 0 e is of 334 4
337 r 1c.3 FC c. Meet the,-e o e is f 334 4 with the f 11,,,E ; o e.
Faete f W,.,-k.,heet.
ASPHALT CONCRETE FRICTION COURSES 337-10
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs-Runway 9 Safety Area-Remove and Install EMAS
Speeif e4ien Limits for-Fc-5
Qti lity Char-aeter-istie Speei foe,tie Limits
Passing No. of Target Ek n cn
Passing No. 4 sieve (%4 Target, Ek 2.50
337 12.4 Pnyment; Payment will be made tinder-
h2}l No. 337-i Asphar Er-@te Stiffa ten.
ASPHALT CONCRETE FRICTION COURSES 337-11
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS
INTENTIONALLY LEFT BLANK
ASPHALT CONCRETE FRICTION COURSES 337-12
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS
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 Resident Project Representative
(RPR) shall designate the specific material to be used.
Table 1 Bituminous Material
Type and Specification Application Temperatures'
Grade Deg.F Deg.C
Emulsified Asphalt
SS-1, SS-lh ASTM D 977 70-160 20-70
race n crrn 6 X)-7
4-
CSS ,,rsc n Srrr 16e 20 7
C;O4S-2 1 n ST- 78-169 20 7
C-utbnek Aq*aR
RG 39 n ST- $&+ 40-+
RG 79 n ST- -5404=
RG 250 n ST- 7-5-+
The maximum temperature for cutback asphalt shall be that at which fogging
occurs.
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 60 °F (15 °C), and when the weather is not foggy or rainy. The
temperature requirements may be waived,but only when so directed by the RPR Enginee .
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.
BITUMINOUS PRIME COAT P-602-1
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS
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 gauges, 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.
If the distributor is not equipped with an operable quick shut off valve, the prime operations shall be
started and stopped on building power. The Contractor shall remove blotting sand prior to asphalt
concrete lay down operations at no additional expense to the owner.
A power broom and/or blower shall be provided for any required cleaning of the surface to be treated.
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 0.25 to 0.50 gallons per square yard(1.20 to 2.40 liters per square meter) depending on the base
course surface texture. The type of bituminous material and application rate shall be approved by the
RPR Eaginee 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 of the prime coat 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 of the 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 test reports shall contain all the data required by the applicable
specification. If the Contractor applies the prime material prior to receipt of the tests reports,payment for
the material shall be withheld until they are received. If the material does not pass the specifications it
shall be replaced at the contractor's expense. 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 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 of the work.
METHOD OF MEASUREMENT
BITUMINOUS PRIME COAT P-602-2
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS
602 4.1 The bit--Hmiae�ts fnater-ial for-pr-ifne eeat shall be fneasidfed by the gallon . Nlehtfne shall be
117 3 of The Asphalt last;t.,te's TR.,,-tta MS 6 for-o „lsi fie asp
r-v
BASIS OFDAV 41214
602 5.1 Payment shall be made at the eeatfaet tmit pr-iee per-gallon for-bit-tt eeat. This pfic-e
shall be fitil eampeasation for-fitmishing all fnater-ials and for-all pr-epafatiea, deliver-ing, a-Rd applying the
fnater-ials, and for-all lab tools, and ineidentals neeessaty to eamplete this item.
Payment will be made tt*der-:
item P 60-2 15.1 Bit-ttfnilletts Pr-ifne Coat per-gallon
TESTING REQUIREMENTS
ASTM D 1250 Petroleum Measurement Tables
Asphalt Institute Asphalt Pocketbook of Useful Information (Temperature-Volume Corrections
Manual MS-6 Table for Emulsified Asphalts)
IV-3
MATERIAL REQUIREMENTS
ASTM D 977 Emulsified Asphalt
ASTM D 2028 Cutback Asphalt(Rapid Curing Type)
ASTM D 2397 Cationic Emulsified Asphalt
END OF ITEM P-602
BITUMINOUS PRIME COAT P-602-3
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS
INTENTIONALLY LEFT BLANK
BITUMINOUS PRIME COAT P-602-4
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Install EMAS
ITEM P-603
BITUMINOUS TACK COAT
DESCRIPTION
603-1.1 This item shall consist of preparing and treating a bituminous or concrete surface with
bituminous material in accordance with these specifications and in reasonably close conformity to the
lines shown on the plans.
MATERIALS
603-2.1 BITUMINOUS MATERIALS. The bituminous material shall be either cutback asphalt,
emulsified asphalt, or tar and shall conform to the requirements of Table 1. The type, grade, controlling
specification, and application temperature of bituminous material to be used shall be specified by the
Resident Project Representative (RPR) Eaginee .
Table 1 Bituminous Material
Type and Grade Specification Application Temperature
Deg.F Deg.C
Emulsified Asphalt
SS-1, SS-lh ASTM D 977 75-130 25-55
C-utbnek Asphalt
RG 70 n crrr 2-9 120-1-69 50 7
T-ff
v-rru c RTC-B 6 n n currn rn c2 60 12 .15-30
CONSTRUCTION METHODS
603-3.1 WEATHER LIMITATIONS. The tack coat shall be applied only when the existing surface is
dry and the atmospheric temperature is above 60 °F (15 °C). The temperature requirements may be
waived,but only when so directed by the RPR Enginee
603-3.2 EQUIPMENT. The Contractor shall provide equipment for heating and applying the 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 gauges, 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.
BITUMINOUS TACK COAT P-603-1
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Install EMAS
If the distributor is not equipped with an operable quick shut off valve, the tack operations shall be started
and stopped on building paper. The Contractor shall remove blotting sand prior to asphalt concrete lay
down operations at no additional expense to the owner.
A power broom and/or blower shall be provided for any required cleaning of the surface to be treated.
603-3.3 APPLICATION OF BITUMINOUS MATERIAL. Immediately before applying the tack coat,
the full width of surface to be treated shall be swept with a power broom and/or air blast to remove all
loose dirt and other objectionable material.
Emulsified asphalt shall be diluted by the addition of water when directed by the RPR Eaginee and shall
be applied a sufficient time in advance of the 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 (0.24 to 0.72 liters per square meter)
depending on the condition of the existing surface. The type of bituminous material and application rate
shall be approved by the RPR Eaginee prior to application.
Following the application, the surface shall be allowed to cure without being disturbed for such period of
time as may be necessary to permit drying out and setting of the tack coat. This period shall be
determined by the RPR Eaginee . 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.
603-3.4 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 service tests,
shall be acceptable.
The Contractor shall furnish the vendor's certified test reports for each carload, or equivalent, of
bituminous material shipped to the pro]ect. The tests reports shall contain all the data required by the
applicable specification. If the Contractor applies the material prior to receipt of the tests reports,payment
for the material shall be withheld until they are received. If the material does not pass the specifications it
shall be replaced at the contractor's expense. The report shall be delivered to the RPR Enginee 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.
603-3.5 FREIGHT AND WEIGH BILLS.Before the final estimate is allowed, the Contractor shall file
with the OAR Enginee 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 RPR Enginee , nor
shall the car or tank be released until the final outage has been taken by the RPR Enginee . Copies of
freight bills and weigh bills shall be furnished to the RPR Enginee during the progress of the work.
BITU M I NOUS TACK COAT P-603-2
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Install EMAS
METHOD OF>\4E A cT Tv E a1rrrr
0 0
taf, and Table !N1 3 of The Asphalt lastittAe's Man�tal MS 6 for-efn�tlsified asphalt. Water-added to
efn�tlsified asphalt will not be fneastifed for-payment,
BASIS OF n A 3P 41214 r
item.603.5 1 Payment shall be made at the eeatfaet H*4 pr-iee per-gallon of bit--Hmiae�ts fnater-ial. This pr-iee
Payment will be made�mder-:
item n 603 15.1 u;t fniae,ts Tack Goat per- .n,.,
MATERIAL REQUIREMENTS
ASTM D 633 Volume Correction Table for Road Tar
ASTM D 977 Emulsified Asphalt
ASTM D 1250 Petroleum Measurement Tables
ASTM D 2028 Cutback Asphalt(Rapid-Curing Type)
ASTM D 2397 Cationic Emulsified Asphalt
Asphalt Institute Manual Asphalt Pocketbook of Useful Information(Temperature-Volume
MS-6 Table IV-3 Corrections for Emulsified Asphalts)
END ITEM P-603
BITUMINOUS TACK COAT P-603-3
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Install EMAS
INTENTIONALLY LEFT BLANK
B ITU M I N O U S TACK COAT P-603-4
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS
ITEM P-620
RUNWAY AND TAXIWAY PAINTING
DESCRIPTION
620-1.1 This item shall consist of the painting of numbers, markings, and stripes on the surface of
runways, taxiways, and aprons,in accordance with these specifications and at the locations shown on the
plans, or as directed by the Resident Project Representative (RPR) Eaginee
MATERIALS
620-2.1 MATERIALS ACCEPTANCE. The Contractor shall furnish manufacturer's certified test
reports for materials shipped to the pro]ect. 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
RPR Eaginee may perform verification testing. The reports shall not be interpreted as a basis for
payment. The Contractor shall notify the RPR Eaginee upon arrival of a shipment of materials to the
site.
620-2.2 PAINT.Paint shall be waterborne,in accordance with the requirements of paragraph 620-2.2a.
Paint shall be furnished in white,yellow and black in accordance with Federal Standard No. 595.
a.Waterborne.Paint shall meet the requirements of Federal Specification TT-P-1952E, Type I.
b.Epoxy.Paint shall be a t-we ee ifn�tm 99 per-eent selids�ype system eeafefmiag to th-e
fellewing�
(1) Pigments. Geffipenent A. Pefeent by weight.
(a)White.!
(b)Yellow and Colors.!
•
(3)Amine Number. Geffipenent B. When tested in ffeeefdanee with AST-N4 D -2074 shall be
(a)White! The daylight difeetienal fefleetanee ef the white paint shall net be less than 75 pefe
(fela+ive te — cide), when tested in aeeefdanee with Fedefal Test Methed Standafd
(2) Epo*y Content. Geffipenent A. The weight pef epe" ecittivalent,When tested in aeeefdaffee
141RIGEN M *hed 61-2
RUNWAY AND TAXIWAY PAINTING P-620-1
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS
per-eent(r-e! I i asiwn &iide),when tested in aeeer-da-nee with Federal Test Methed Standafd(b)Yellow! The daylight dir-eetional wfleeta-nee of the yellew paint shall not be less tha-H 38
below:for-t+affie yellew standafd 33538, or-shall be eansistent with the teler-anee listed
.462 .470 .479 .5 01
3L-4-�g 3L-4 55 3L-4 29 3L-4 52
(a) Sample Preparation.Apply the paint at a wet film thie-kness of 0.013 in(0.33 fnfn)to f6i
1 411=1/GEI4, Methed 2013. Air drytheample 48 he-afs- rde-sta-Rdafd , rd ti r-
(b) Testing Conditions. Test in aeeer-da-nee with AS4A4 G 15453 �tsiag both U4a Violet(UNI B)
he-afs , rdeas to o at 40 or
(e) Evaluation.Remove the samples and eandition for--24 he-afs H*der-standafd eanditions.
`1-oye. Eyc`!l}k e for-Ee�`-need ;t�rchrcrhe eerier—r—e ccii€i�}€ass
n.,,.� tin Appea&k n raethe,a 24
eeler-s shall ben m
test in aeeer-da-nee with AST-M P 968, Methed A, &keept that the inside diameter-of the fnetal gttide t-abe
shall be fFefn 0.74 7 to 0.750 in (18.97 to 19.05 mm). Five liters of-H*�tsed sa-Rd shall be�tsed for-eaeh test
panel. The test shall be ftffi en twe test panels. FNete� fiie litefs ef sand weighs 17.5 1b. (7.94 kg).l Bet
baked and weahefed paint filffis shall fecittife net less 4ian 150 litefs ef sand fef the feffleiffl ef the Paint
filiiiss.
(10) Hardness, Shere. HaMness shall be a+least 80 when tested in aeeefdanee with AST-M D
2--240.
(1) Pigments. Geffipenew A. Pefeent by weight.
(a)3A'hite.!
•
(b)Yellow and Colors.!
•
RUNWAY AND TAXIWAY PAINTING P-620-2
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS
(relative to — kide), when tested in aeeer-da-nee with Federal Test Methed Standafd(a)IA'hite! The daylight dir-eetional wfleeta-nee of the white paint shall not be less tha-H 75 per-e
14 1 Tl/GEE Met-he 61 7 1
per-eent(r-e! I i asiwn &kide),when tested in aeeer-da-nee with Federal Test Methed Standafd(b)Yellow! The daylight dir-eetional wfleeta-nee of the yellew paint shall not be less tha-H 4 5
below:for-t+affie yellew standafd 33538, or-shall be eansistent with the teler-anee listed
-462 4785 4799 .501
3�g �� 3 .429 .452
(a) Sample Preparation.Apply the paint at a wet film thie-kness of 0.013 in(0.33 fnfn)to f6i
,Standafd No. 141P,/GENT. Air-dfy the sample n 4 he-afs, rde-standafd , rd ti r�
(b) Testing Conditions. Test in aeeer-da-nee with AS4A4 G 53 154 �tsiag both U4a Violet
he-afs , rdeas,te o .,t nn or
(e) Evaluation.Remove the samples and eandition for--24 he-afs H*der-standafd eanditions.
`1-oye. Eyc`!l}k e f$rEeafefm-need with the eerierre ccii€i�}€its
n.,,.t tin Appea&k n >\aethe,a 24
eeler-s shall ben m
shall be ffeffi 0.74 7 te 0.750 in (18.97 te 19.05 ffiffi). F4ve litefs ef tffittsed sand shall be t1sed fef efteh test
panel. The test shall be ftffi en twe test panels. FNete� 5 litefs ef sand weighs 17.5 1b. (7.94 kg).! Bet
baked and weahefed paint filffis shall fecittife net less 4ian 150 litefs ef sand fef the feffi&Val ef the Paint
filiiiss.
(8) Hardness, Shere.HaMness shall be a+least 80 when tested in aeeefdanee with AST-M D
-2-240.
d. Sokent Base.Paint shall ffleet the fecittifeffients ef Fedefal Speeifiea+ien [A A 2886A Type 1 of
Type ffl.
e. Preformed T-her-moplastie Airport Pavement Markings. Mafkings ffittst be eeffipesed ef estef
F with
(2) Graded Glass Beads.
by weight. The iwefRii�Eed beads shall eenfefRi te [Feder-a! Speeifieation. T-T- B > >
RUNWAY AND TAXIWAY PAINTING P-620-3
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS
0
)per- 10 sq. ft. These faetefy applied eeated sidffaee beads shall haie
Size Gradation
Retained, 0% Passing, %
US Mesh
44 4:788 0 20% 99 i 000%
4'!4 1400 8 �.50% 9�5��
4H 4488 2 250% 75 990%
49 4000 29 O% T7?20%
24 45-0 6� % 29 �70%
} 6!n 0n 6 7 7�70% 2Z ZZO
�GVn tl� Fpi-�Y-rr7a z�T�_r�_pr���
o5n4 4W 99 950% yam�--�ipo%�
BH YG4 97 100%
(3) Heating indieators. The top stiff4ee of the fnater-ial (same side as the faetefy applied stiffac-e
beads) shall have wgttlafly spaeed indents. These indents shall aet as a visttal ette dw4ag applieation th
the fnater-ial has r-eaehed a maken state so satisfaetefy adhesion and proper-bead embedment has been
aehieved and a post applieation visttal ette that the installation pr-eeedttfes have beell fellew
(4) Pigments.Per-eent by weight.
(a)IA,hite:
zT-ii-.,,-,itt Pi&ide A STAR P 476 f.pe 11 sh,ll,�P€�C€�
(b)Yellow and Colors.!
•
(fela+ive te — cide), when tested in aeeefdanee with Fedefal Test Methed Standafd
(a)IA'hite! The daylight difeetienal fefleetanee ef the white pffint shall net be less than 75 Pefe
14 1D,1GE.r M *hed 61-2
pefeent(fel I i — �,sittffi e�Eide),when tested in aeeefdanee with Fedefal Test Methed StandaM(b)Yellow! The daylight difeetienal fefleetanee ef the yellew pffint shall net be less than 4 5
•
-462 .478 .479 .501
9 .455 .429 .452
(7) Skid Resistanee. The suffiaee, with pfepefly applied and effibedded suffiaee beads, ffitts
RUNWAY AND TAXIWAY PAINTING P-620-4
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS
s-H*Iight, water-, salt, or-adverse weather-eanditions a-Rd imp to aviatiea fitels, gaseline, and oil.
fFOfHf-ftillat-
pr-eviettsly applied thefmaplasties when heated with a heat satifee per-fnaattfaetttFer-'s weemmeadation.
fnttst be faetefy assembled with a eampatible fnater-ial and inter-eanneeted so that in the field it is ne
neeessaty to assemble the individttal pieees within a mar-king segment. Obtaining fnttkieeler-ed effeet by
620 2.3 REFLECT-11TE MEDIA. Glass beads shall ffleet the fef Fetieral Spee�fwiafioif.-
TIT B 1325-DL, Type L,gmdadoif A . Glass beads shall be tfea+ed with all eeffipa+ible eeupli
Paint l+..d.... Beads,Glass Type7
Glass Beads,Type 11 Glass Beads,Type A'
GFadation
White Cep Cep Cep
RUNWAY AND TAXIWAY PAINTING P-620-5
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS
CONSTRUCTION METHODS
620-3.1 WEATHER LIMITATIONS. The painting shall be performed only when the surface is dry and
when the surface temperature is at least 45 °F(7 °C) and rising and the pavement surface temperature is at
least 5 °F (2.7 °C) above the dew point. Markings shall not be applied when the pavement temperature is
greater than 120 °F (49 °C).
620-3.2 EQUIPMENT.Equipment shall include the apparatus necessary to properly clean the existing
surface, a mechanical marking machine, a bead dispensing machine, and such auxiliary hand-painting
equipment as may be necessary to satisfactorily complete the job.
The mechanical marker shall be an atomizing spray-type or airless-type marking machine suitable for
application of traffic paint. It shall produce an even and uniform film thickness at the required coverage
and shall apply markings of uniform cross-sections and clear-cut edges without running or spattering and
without over spray.
620-3.3 PREPARATION OF SURFACE. Immediately before application of the paint, the surface shall
be dry and free from dirt, grease, oil, laitance, or other foreign material that would reduce the bond
between the paint and the pavement. The area to be painted shall be cleaned by sweeping and blowing
or by other methods as required to remove all dirt, laitance, and loose materials without damage to the
pavement surface. Use of any chemicals or impact abrasives during surface preparation shall be approved
in advance by the RPR Eaginee .
620-3.4 LAYOUT OF MARKINGS. The proposed markings shall be laid out in advance of the paint
application. The locations of markings to receive glass beads shall be shown on the plans.
620-3.5 APPLICATION.Paint shall be applied at the locations and to the dimensions and spacing
shown on the plans.Paint shall not be applied until the layout and condition of the surface has been
approved by the RPR Enginee . The edges of the markings shall not vary from a straight line more than
1/2 in(12 mm)in 50 ft(15 m) and marking dimensions and spacings shall be within the following
tolerances:
Dimension and Spacing Tolerance
36 in(910 mm)or less f1/2 in(12 mm)
greater than 36 into 6 ft(910 mm to 1.85 m) f 1 in(25 mm)
greater than 6 ft to 60 ft(1.85 in to 18.3 m) f 2 in(51 mm)
greater than 60 ft(18.3 m) f 3 in(76 mm)
The paint shall be ffli�ied in aeeefdanee with the fflantif-aettifef's ins"etiens and applied te the pa-�efflen
pefied ef 30 days shall elapse between plaeeffient ef a bitufflinetts sfffflaee eettfse ef sea! eea+and
appliea+ien ef the paint.
RUNWAY AND TAXIWAY PAINTING P-620-6
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS
Table 1 Application Rates For Paint And Glass Beads
(See Note regarding Red and Pink Paint)
Paint Glass Beads Type 1, Glass Beads, Glass
Beads,
a�en�4 �tType A
Sq ft per Pounds.. gallon„r Pounds.. gallon„r Pounds.. gallon„r
Paint Type gallon,ft�/gaL paint ,h ,,.,,, �+,h ,,.,,, �t,h ,,.,,,
l. �l.
lit ins per (Km per-liter-of paint (Km per-liter-of (Km per-liter-of paint
liter, m�/I) ) pa4
115 ft'lgaL max ""'� 40 l
Waterborne (2 8 m211) �a� „ �
Note: The glass bead application rate for Red and Pink paint shall be reduced by 2 lb./gal. (0.24 kg/1)for Type I
and Type IV beads.Type III beads shall not be applied to Red or Pink paint.
Glass beads shall be distfib�4ed"an the fnafked afeas at the leeations shown an the plans to weeive glass
beads immediately after-applieation of the paint. A dispeaser-shall be fitmished that is pr-eper-ly designed
for-a4aehfneat to the fnafkiag fnaehiae and s�titable for-dispensing glass beads. Glass beads shall be
applied at the rate shown in Table 1. Glass beads shall not be applied to blae-k paint. Glass beads shall
All emptied containers shall be returned to the paint storage area for checking by the RPR . The
containers shall not be removed from the airport or destroyed until authorized by the RPR Eaginee .
620 3.6 APPLICATION PREFORMED ED AIRPORT T PAXEMENT AI A D7ITNGS
bend in the fflafking/substfae inteffiaee, the fflaefials ffitist be applied using a Vafiftble Speed
pfepelled ffiebile hea+ef with an eff-eetive heaing width ef ne less than 16 ft(14.88 ffl) and a ffee span
between Suppefting Wheels ef ne less than 18 ft(5.4 9 ffi). The hea+ef ffitts .,.i t the..—I fadiaien te t
0 0
620-3.7 PROTECTION AND CLEANUP. After application of the markings, all markings shall be
protected from damage until dry. All surfaces shall be protected from excess moisture and/or rain and
from disfiguration by spatter, splashes, spillage, or drippings. The Contractor shall remove from the work
area all debris, waste, loose or unadhered reflective media, and by-products generated by the surface
preparation and application operations to the satisfaction of the RPR Enginee . The Contractor shall
dispose of these wastes in strict compliance with all applicable state, local, and Federal environmental
statutes and regulations.
RUNWAY AND TAXIWAY PAINTING P-620-7
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS
METHOD OF>\4E n cT ry E a1rrrr
620 4.1 The q�t&44y of Fdnwa-y and tffliiwa-y fnafkiags to be paid for-shall be the number of square feet
of refleetive and non refleetive pavement markings and the number of pounds (lim) of refleefiv_e
medial [the number of square feet(square meters) of preformed markingsl [one eomplete item in
620 4.2 The quantity of retro refleetive markers shall be paid for eaeh marker installed in plaee
and aeeepted by the RPR-.
BASIS OF nwfleetive fnedia. This pr-iee shall be fitil eampeasation for-fitmishing all fnater-ials a-Rd for-all
620 5.1 Payment shall be made at the r-espeetive eeatfaet priee per square foot for refleetive and noft-
refleetive pavement markings for-Fdawa-y and tfflkiwa-y painting [, and [priee per pound (Iim)l [himp
sum prieel [priee per square foot(square meter-)I [lump sum prieel for preformed markingsl fe
,
tools, and ineidentals neee-s`aty to eamplete the item.
equipment,installed. This priee shall be Nil eompensation for furnishing all materials and for all labor-,
tools,
and ineidentals neeessary to eomplete the item.
Payment will be made H*der-:
kem P 620 5.1 11
Painting [per square foot(square meter-)I [lump sum4
>t,,.., v tin
�-z
Tt,,... P 620 5.1 z
TESTING REQUIREMENTS
ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates
ASTM C 146 Chemical Analysis of Glass Sand
ASTM C 371 Wire-Cloth Sieve Analysis of Nonplastic Ceramic Powders
ASTM D 92 Test Method for Flash and Fire Points by Cleveland Open Cup
ASTM D 711 No-Pick-Up Time of Traffic Paint
ASTM D 968 Standard Test Methods for Abrasion Resistance of Organic Coatings
by Falling Abrasive
RUNWAY AND TAXIWAY PAINTING P-620-8
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS
ASTM D 1213-54 (1975) Test Method for Crushing Resistance of Glass Spheres
ASTM D 1652 Test Method for Epoxy Content of Epoxy Resins
ASTM D 2074 Test Method for Total Primary, Secondary, and Tertiary Amine Values
of Fatty Amines by Alternative Indicator Method
ASTM D 2240 Test Method for Rubber Products-Durometer Hardness
ASTM G 15453 Operating Light and Water-Exposure Apparatus (Fluorescent Light
Apparatus UV-Condensation Type) for Exposure of Nonmetallic
Materials.
Federal Test Method Paint, Varnish, Lacquer and Related Materials; Methods of Inspection,
Standard No. 141D/GEN Sampling and Testing
MATERIAL REQUIREMENTS
ASTM D 476 Specifications for Dry Pigmentary Titanium Dioxide Pigments
Products
Code of Federal Regulations 40 CFR Part 60, Appendix A—Definition of Traverse Point Number
and Location
Code of Federal Regulations 29 CFR Part 1910.1200 —Hazard Communications
FED SPEC TT-B-1325D Beads (Glass Spheres) Retroreflective
AASHTO M 247 Glass Beads Used in Traffic Paints
FED SPEC TT-P-1952E Paint, Traffic and Airfield Marking, Waterborne
Commercial Item Description Paint, Traffic, Solvent Based
(CID) A-A-288613
FED STD 595 Colors used in Government Procurement
END OF ITEM P-620
RUNWAY AND TAXIWAY PAINTING P-620-9
Jacobs Key West International Airport 1/23
Monroe County
Emergency Repairs—Runway 9 Safety Area—Remove and Install EMAS
INTENTIONALLY LEFT BLANK
RUNWAY AND TAXIWAY PAINTING P-620-10
ADDITIONAL FEDERAL/FEMA/FDEM CONTRACT REQUIREMENTS - As applicable,
the following terms modify and/or are hereby added to the contract as follows:
A) Davis-Bacon Act, as amended (40 U.S.C. §§3141-3148). When required by Federal
program legislation, which includes emergency Management Preparedness Grant Program,
Homeland Security Grant Program, Nonprofit Security Grant Program, Tribal Homeland Security
Grant Program, Port Security Grant Program and Transit Security Grant Program, all prime
construction contracts in excess of$2,000 awarded by non-Federal entities must comply with the
Davis-Bacon Act(40 U.S.C. §§3141-3144, and §§3146-3148) as supplemented by Department of
Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering
Federally Financed and Assisted Construction"). In accordance with the statute, contractors must
be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages
specified in a wage determination made by the Secretary of Labor. In addition, contractors must
be required to pay wages not less than once a week. If applicable, the COUNTY must place a
current prevailing wage determination issued by the Department of Labor in each solicitation. The
decision to award a contract or subcontract must be conditioned upon the acceptance of the wage
determination. The COUNTY must report all suspected or reported violations to the Federal
awarding agency. When required by Federal program legislation, which includes emergency
Management Preparedness Grant Program, Homeland Security Grant Program,Nonprofit Security
Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program and
Transit Security Grant Program(it does not apply to other FEMA grant and cooperative agreement
programs, including the Public Assistance Program), the contractors must also comply with the
Copeland "Anti-Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor
regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work
Financed in Whole or in Part by Loans or Grants from the United States"). As required by the Act,
each contractor or subrecipient is prohibited from inducing, by any means, any person employed
in the construction, completion, or repair of public work, to give up any part of the compensation
to which he or she is otherwise entitled. The COUNTY must report all suspected or reported
violations to the Federal awarding agency.
(1) Contractor. The contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and
the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by
reference into this contract.
(2) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the
clause above and such other clauses as the FEMA 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 of these contract clauses.
(3) Breach. A breach of the contract clauses above may be grounds for termination of
the contract, and for debarment as a contractor and subcontractor as provided in 29
C.F.R. § 5.12.
B) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where
applicable, which includes all FEMA grant and cooperative agreement programs, all contracts
awarded by the COUNTY in excess of$100,000 that involve the employment of mechanics or
laborers must comply with 40 U.S.C.§§ 3702 and 3704, as supplemented by Department of
Labor regulations (29 CFR Part 5). Under 40 U.S.C. §3702 of the Act, each contractor must
compute the wages of every mechanic and laborer on the basis of a standard work week of 40
hours. Work in excess of the standard work week is permissible provided that the worker is
compensated at a rate of not less than one and a half times the basic rate of pay for all hours
worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are
applicable to construction work and provide that no laborer or mechanic must be required to
work in surroundings or under working conditions which are unsanitary, hazardous or
dangerous. These requirements do not apply to the purchases of supplies or materials or articles
ordinarily available on the open market, or contracts for transportation or transmission of
intelligence.
C) Clean Air Act(42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act
(33 U.S.C. 1251-1387). Contractor agrees to comply with all applicable standards, orders or
regulations issued pursuant to the Clean Air Act (42 U.S.C. §§7401-7671q) and the Federal
Water Pollution Control Act as amended (33 U.S.C. §§1251-1387) and will report violations
to FEMA and the Regional Office of the Environmental Protection Agency (EPA). The Clean
Air Act(42 U.S.C. 7401-7671q.)and the Federal Water Pollution Control Act(33 U.S.C. 1251-
1387), as amended—applies to Contracts and subgrants of amounts in excess of$150,000.
D)Americans with Disabilities Act of 1990, as amended(ADA)—The CONTRACTOR
will comply with all the requirements as imposed by the ADA, the regulations of the Federal
government issued thereunder, and the assurance by the CONTRACTOR pursuant thereto.
E) Compliance With Procurement Of Recovered Materials As Set Forth In 2 CFR §
200.323. - Contractor must comply with section 6002 of the Solid Waste Disposal Act, as
amended, by the Resource Conservation and Recovery Act. The requirements of Section 6002
include procuring only items designated in guidelines of the Environmental Protection Agency
(EPA) at 40 C.F.R part 247 that contain the highest percentage of recovered materials practicable,
consistent with maintaining a satisfactory level of competition, where the purchase price of the
item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year
exceeded$10,000;procuring solid waste management services in a manner that maximizes energy
and resource recovery; and establishing an affirmative procurement program for procurement of
recovered materials identified in the EPA guidelines. In the performance of this contract, the
Contractor shall make maximum use of products containing recovered materials that are EPA-
designated items unless the product cannot be acquired
1. Competitively within a timeframe providing for compliance with the contract
performance schedule;
2. Meeting contract performance requirements; or
3. At a reasonable price.
Information about this requirement, along with the list of EPA-designated items, is available at
EPA's Comprehensive Procurement Guidelines web site,
hops://www.epa.gov/smm/comprehensiveprocurement-guideline-cpg-pro_ gram.
The Contractor also agrees to comply with all other applicable requirements of Section 6002 of
the Solid Waste Disposal Act.
F) Prohibition On Certain Telecommunications And Video Surveillance Services Or
Equipment As Set Forth In 2 CFR § 200.216. Recipients and subrecipients and their contractors
and subcontractors may not obligate or expend any federal funds to (1)Procure or obtain;
(2) Extend or renew a contract to procure or obtain; or(3) Enter into a contract(or extend or renew
a contract) to procure or obtain equipment, services, or systems that uses covered
telecommunications equipment or services as a substantial or essential component of any system,
or as critical technology as part of any system. As described in Public Law 115-232, section 889,
covered telecommunications equipment is telecommunications equipment produced by Huawei
Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities).
(i) For the purpose of public safety, security of government facilities, physical security
surveillance of critical infrastructure, and other national security purposes, video surveillance and
telecommunications equipment produced by Hytera Communications Corporation, Hangzhou
Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or
affiliate of such entities).
(ii) Telecommunications or video surveillance services provided by such entities or using
such equipment.
(iii) Telecommunications or video surveillance equipment or services produced or
provided by an entity that the Secretary of Defense, in consultation with the Director of the
National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes
to be an entity owned or controlled by, or otherwise connected to, the government of a covered
foreign country.
G) Domestic Preference For Procurements As Set Forth In 2 CFR §200.322 - The County
and Contractor should, to the great extent practicable, provide a preference for the purchase,
acquisition, or use of goods, products, or materials produced in the United States (including but
not limited to iron, aluminum, steel, cement, and other manufactured products). These
requirements of this section must be included in all subawards including contracts and purchase
orders for work or products under federal award. For purposes of this section:
(1) "Produced in the United States" means, for iron and steel products, that all
manufacturing processes, from the initial melting stage through the application of coatings,
occurred in the United States.
(2) "Manufactured products" means items and construction materials composed in whole
or in part of non-ferrous metals such as aluminum; plastics and polymer-based products such as
polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber.
H) Disadvantaged Business Enterprises (DBE) Policy And Obligation_ - It is the policy of
the County that DBE's, as defined in 49 C.F.R. Part 26, as amended, shall have the opportunity to
participate in the performance of contracts financed in whole or in part with County funds under
this Agreement. The DBE requirements of applicable federal and state laws and regulations apply
to this Agreement. The County and its Contractor agree to ensure that DBE's have the opportunity
to participate in the performance of this Agreement. In this regard, all recipients and contractors
shall take all necessary and reasonable steps in accordance with 2 C.F.R. § 200.321(as set forth in
detail below), applicable federal and state laws and regulations to ensure that the DBE's have the
opportunity to compete for and perform contracts. The County and the Contractor and
subcontractors shall not discriminate on the basis of race, color,national origin or sex in the award
and performance of contracts, entered pursuant to this Agreement.
2 C.F.R. § 200.321 CONTRACTING WITH SMALL AND MINORITY BUSINESSES,
WOMEN'S BUSINESS ENTERPRISES, AND LABOR SURPLUS AREA FIRMS
a. If the Contractor,with the funds authorized by this Agreement, seeks to subcontract
goods or services, then, in accordance with 2 C.F.R. §200.321, the Contractor shall take the
following affirmative steps to assure that minority businesses, women's business enterprises, and
labor surplus area firms are used whenever possible.
b. Affirmative steps must include:
(1) Placing qualified small and minority businesses and women's business enterprises on
solicitation lists;
(2) Assuring that small and minority businesses, and women's business enterprises are solicited
whenever they are potential sources;
(3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to
permit maximum participation by small and minority businesses, and women's business
enterprises;
(4) Establishing delivery schedules,where the requirement permits,which encourage participation
by small and minority businesses, and women's business enterprises;
(5) Using the services and assistance, as appropriate, of such organizations as the Small Business
Administration and the Minority Business Development Agency of the Department of
Commerce.
(6) Requiring the Prime contractor, if subcontractor are to be let,to take the affirmative steps listed
in paragraph(1)through(5) of this section.
I) Energy Efficiency - Contractor will comply with the Energy Policy and Conservation
Act(P.L. 94-163; 42 U.S.C. 6201-6422) and with all mandatory standards and policies relating to
energy efficiency and the provisions of the state Energy Conservation Plan adopted pursuant
thereto.
J) Access To Records - Contractor and their successors, transferees, assignees, and
subcontractors acknowledge and agree to comply with applicable provisions governing the
Department of Homeland Security (DHS) and the Federal Emergency Management Agency's
(FEMA) access to records, accounts, documents, information, facilities, and staff. Contractor
must;
1. Cooperate with any compliance review or complaint investigation conducted by DHS
2. Give DHS access to and the right to examine and copy records, accounts, and
other documents and sources of information related to the grant and permit
access to facilities, personnel, and other individuals and information as may be necessary,
as required by DHS regulations and other applicable laws or program guidance.
3. Submit timely, complete, and accurate reports to the appropriate DHS officials and
maintain appropriate backup documentation to support the reports.
K) DHS Seal, Logo And Flags - Contractor shall not use the Department of Homeland
Security seal(s), logos, crests, or reproduction of flags or likeness of DHS agency officials without
specific FEMA approval.
L) Changes To Contract- Contractor understands and agrees that any cost resulting from
a change or modification, change order, or constructive change of the agreement must be within
the scope of any Federal grant or cooperative agreement that may fund this Project and be
reasonable for the completion of the Project. Any contract change or modification, change order
or constructive change must be approved in writing by both the County and Contractor.
M) Compliance With Federal Law, Regulations, And Executive Orders - This is an
acknowledgement that FEMA financial assistance may be used to fund all or a portion of the
contract. The contractor will comply will all applicable Federal Law,regulations, executive orders,
FEMA policies, procedures, and directives.
N) No Obligation By Federal Government- The Federal Government is not a party to this
contract and is not subject to any obligations or liabilities to the County /non-Federal entity,
contractor, or any other parry pertaining to any matter resulting from the contract.
O) Program Fraud And False Or Fraudulent Statements Or Related Acts - If applicable,
the contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims
and Statements) applies to the contractor's actions pertaining to this contract.
P) Binding Terms And Conditions - The Contractor is bound by the terms and conditions
of the Federally-Funded Subaward and Grant Agreement between County and the Florida Division
of Emergency Management (Division) found on the Monroe County web page through the
following link: http://www.monroecogjM-fl.gov/DocumentCenter/View/22883/DEM-
Agreement
Q) Hold Harmless - The Contractor shall hold the Division and County harmless against
all claims of whatever nature arising out of the Contractor's performance of work under this
Agreement, to the extent allowed and required by law.
"General Decision Number: FL20230147 01/06/2023
Superseded General Decision Number: FL20220147
State: Florida
Construction Type: Highway
County: Monroe County in Florida.
HIGHWAY CONSTRUCTION PROJECTS
Note: Contracts subject to the Davis-Bacon Act are generally
required to pay at least the applicable minimum wage rate
required under Executive Order 14026 or Executive Order 13658.
Please note that these Executive Orders apply to covered
contracts entered into by the federal government that are
subject to the Davis-Bacon Act itself, but do not apply to
contracts subject only to the Davis-Bacon Related Acts,
including those set forth at 29 CFR 5.1(a)(2)-(60).
JIf the contract is entered Executive Order 14026
linto on or after January 30, generally applies to the
12022, or the contract is contract.
irenewed or extended (e.g., an The contractor must pay
loption is exercised) on or all covered workers at
after January 30, 2022: least $16.20 per hour (or
the applicable wage rate
listed on this wage
determination, if it is
higher) for all hours
spent performing on the
contract in 2023.
JIf the contract was awarded onl . Executive Order 13658
for between January 1, 2015 andl generally applies to the
January 29, 2022, and the contract.
contract is not renewed or The contractor must pay alli
lextended on or after January covered workers at least 1
130, 2022: $12.15 per hour (or the
applicable wage rate listed)
on this wage determination, 1
if it is higher) for all
hours spent performing on
that contract in 2023. 1
1 1 1
The applicable Executive Order minimum wage rate will be
adjusted annually. If this contract is covered by one of the
Executive Orders and a classification considered necessary for
performance of work on the contract does not appear on this
wage determination, the contractor must still submit a
conformance request.
Additional information on contractor requirements and worker
protections under the Executive Orders is available at
http://www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/06/2023
ELEC0349-002 09/01/2021
Rates Fringes
ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 37.61 11.72
----------------------------------------------------------------
SUFL2013-008 08/19/2013
Rates Fringes
CARPENTER, Includes Form Work. . . .$ 11.95 ** 1.44
CEMENT MASON/CONCRETE FINISHER. . .$ 13.65 ** 0.00
HIGHWAY/PARKING LOT STRIPING:
Operator (Striping Machine). . . . .$ 12.70 ** 0.00
HIGHWAY/PARKING LOT STRIPING:
Operator (Spray Nozzleman). . . . . . .$ 13.08 ** 0.00
INSTALLER - GUARDRAIL. . . . . . . . . . . .$ 14.44 ** 0.00
IRONWORKER, REINFORCING. . . . . . . . . .$ 13.85 ** 0.00
LABORER (Traffic Control
Specialist). . . . . . . . . . . . . . . . . . . . . .$ 12.17 ** 1.71
LABORER: Asphalt, Includes
Raker, Shoveler, Spreader and
Distributor. . . . . . . . . . . . . . . . . . . . . .$ 13.60 ** 0.00
LABORER: Common or General. . . . . .$ 11.96 ** 2.90
LABORER: Flagger. . . . . . . . . . . . . . . .$ 9.87 ** 0.00
LABORER: Grade Checker. . . . . . . . . .$ 11.45 ** 0.00
LABORER: Landscape &
Irrigation. . . . . . . . . . . . . . . . . . . . . . .$ 11.16 ** 0.00
LABORER: Pipelayer. . . . . . . . . . . . . .$ 12.68 ** 0.00
OPERATOR:
Backhoe/Excavator/Trackhoe. . . . . . .$ 17.20 0.00
OPERATOR: Bobcat/Skid
Steer/Skid Loader. . . . . . . . . . . . . . . .$ 11.60 ** 0.00
OPERATOR: Broom/Sweeper. . . . . . . . .$ 10.89 ** 0.00
OPERATOR: Bulldozer. . . . . . . . . . . . .$ 13.90 ** 0.00
OPERATOR: Crane. . . . . . . . . . . . . . . . .$ 17.83 0.00
OPERATOR: Forklift. . . . . . . . . . . . . .$ 11.03 ** 0.00
OPERATOR: Grader/Blade. . . . . . . . . .$ 16.08 ** 0.00
OPERATOR: Loader. . . . . . . . . . . . . . . .$ 16.59 0.00
OPERATOR: Mechanic. . . . . . . . . . . . . .$ 13.55 ** 0.00
OPERATOR: Milling Machine. . . . . . .$ 13.23 ** 0.00
OPERATOR: Oiler. . . . . . . . . . . . . . . . .$ 12.61 ** 0.00
OPERATOR: Paver (Asphalt,
Aggregate, and Concrete). . . . . . . . .$ 18.17 0.00
OPERATOR: Roller. . . . . . . . . . . . . . . .$ 13.28 ** 2.39
OPERATOR: Screed. . . . . . . . . . . . . . . .$ 15.79 ** 0.00
OPERATOR: Trencher. . . . . . . . . . . . . .$ 16.00 ** 0.00
TRAFFIC SIGNALIZATION:
Traffic Signal Installation. . . . . .$ 19.03 0.00
TRUCK DRIVER: Dump Truck. . . . . . . .$ 12.66 ** 0.00
TRUCK DRIVER: Lowboy Truck. . . . . .$ 14.94 ** 0.00
TRUCK DRIVER: Water Truck. . . . . . .$ 13.05 ** 0.00
----------------------------------------------------------------
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
----------------------------------------------------------------
----------------------------------------------------------------
** Workers in this classification may be entitled to a higher
minimum wage under Executive Order 14026 ($16.20) or 13658
($12.15). Please see the Note at the top of the wage
determination for more information.
Note: Executive Order (EO) 13706, Establishing Paid Sick Leave
for Federal Contractors applies to all contracts subject to the
Davis-Bacon Act for which the contract is awarded (and any
solicitation was issued) on or after January 1, 2017. If this
contract is covered by the EO, the contractor must provide
employees with 1 hour of paid sick leave for every 30 hours
they work, up to 56 hours of paid sick leave each year.
Employees must be permitted to use paid sick leave for their
own illness, injury or other health-related needs, including
preventive care; to assist a family member (or person who is
like family to the employee) who is ill, injured, or has other
health-related needs, including preventive care; or for reasons
resulting from, or to assist a family member (or person who is
like family to the employee) who is a victim of, domestic
violence, sexual assault, or stalking. Additional information
on contractor requirements and worker protections under the EO
is available at
https://www.dol.gov/agencies/whd/government-contracts.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii)).
----------------------------------------------------------------
The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of ""identifiers"" that indicate whether the particular
rate is a union rate (current union negotiated rate for local),
a survey rate (weighted average rate) or a union average rate
(weighted union average rate).
Union Rate Identifiers
A four letter classification abbreviation identifier enclosed
in dotted lines beginning with characters other than ""SU"" or
""UAVG"" denotes that the union classification and rate were
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of
the union which prevailed in the survey for this
classification, which in this example would be Plumbers. 0198
indicates the local union number or district council number
where applicable, i.e., Plumbers Local 0198. The next number,
005 in the example, is an internal number used in processing
the wage determination. 07/01/2014 is the effective date of the
most current negotiated rate, which in this example is July 1,
2014.
Union prevailing wage rates are updated to reflect all rate
changes in the collective bargaining agreement (CBA) governing
this classification and rate.
Survey Rate Identifiers
Classifications listed under the ""SU"" identifier indicate that
no one rate prevailed for this classification in the survey and
the published rate is derived by computing a weighted average
rate based on all the rates reported in the survey for that
classification. As this weighted average rate includes all
rates reported in the survey, it may include both union and
non-union rates. Example: SULA2012-007 5/13/2014. SU indicates
the rates are survey rates based on a weighted average
calculation of rates and are not majority rates. LA indicates
the State of Louisiana. 2012 is the year of survey on which
these classifications and rates are based. The next number, 007
in the example, is an internal number used in producing the
wage determination. 5/13/2014 indicates the survey completion
date for the classifications and rates under that identifier.
Survey wage rates are not updated and remain in effect until a
new survey is conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate
that no single majority rate prevailed for those
classifications; however, 100% of the data reported for the
classifications was union data. EXAMPLE: UAVG-OH-0010
08/29/2014. UAVG indicates that the rate is a weighted union
average rate. OH indicates the state. The next number, 0010 in
the example, is an internal number used in producing the wage
determination. 08/29/2014 indicates the survey completion date
for the classifications and rates under that identifier.
A UAVG rate will be updated once a year, usually in January of
each year, to reflect a weighted average of the current
negotiated/CBA rate of the union locals from which the rate is
based.
----------------------------------------------------------------
WAGE DETERMINATION APPEALS PROCESS
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
National Office because National Office has responsibility for
the Davis-Bacon survey program. If the response from this
initial contact is not satisfactory, then the process described
in 2.) and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
----------------------------------------------------------------
END OF GENERAL DECISIO"
lad'n Im
qW
PRICE QUOTATION
Attention:Chris Bowker DATE: 3/23/23
Jacobs
200 W.Forsyth Street,Suite 1520
Jacksonville,FL 32202
ITEMIZED QUANTITIES
Location: 3491 S Roosevelt Blvd,Key West FL 33040 1
Scope: EMAS Removal/Replacement-Phase 2
Item Description Quantity Units Cost per Unit Line Item Cost Notes
PHASE 2:
1 Mobilizations 1.0 LS $ 100,000.00 $ 100,000.00
2 La down Setup 1.0 LS $ 10,000.00 $ 10,000.00
3 Surveying 1.0 LS $ 30,000.00 $ 30,000.00
4 lRunway Safety/Light Towers 1.0 LS $ 77,918.00 $ 77,918.00
5 Demolish/Dispose EMAS System+Asphalt Paving 3,750.0 SY $ 126.00 $ 472,500.00
6 Rework Existing Limerock Base 3,750.0 SY $ 30.83 $ 115,612.50
Subtotal $ 806,030.50
7 Performance/Payment Bonds($20.00/Thousand) 1.0 LS $ $ 16,120.61
8 Mobilization/Demobilization 1.0 LS $ $
9 General Conditions(project management,etc.) 1.0 LS $ $
Notes: 60 NIGHTS QUOTED AS PER PLANS DATED 1125123
Exclusions: Runway closure si na e,permits,design,permit fees,EMAS material.
Prepared by: '&.1 tr zm';"
Estimator
Charley Toppino&Sons,Inc.
Sheetl 1 of 1
Date: 3/23/23