.......... 􀀧􀀮􀁾􀀠 􀁾􀀠 AGREEMENT TIllS AGREEMENT is made by and between HNTB Corporation, hereinafter called "ENGINEER", and the Town of Addison, Texas, hereinafter called "OWNER." WHEREAS, Owner desires Engineer to perform certain work set forth in Section 2, Scope of Services. WHEREAS, the Engineer has expressed a willingness to perform said services, hereinafter referred to only as "services", specified in said Scope of Services, and enumerated under Section 2 of this Agreement. NOW, THEREFORE, all parties agree as follows: SECTION 2. SCOPE OF SERVICES The following Basic and Additional Services, when authorized in writing by a notice-toproceed, shall be performed by the. Engineer in accordance with the Owner's requirements for design of the apron north of the existing hangars located on Richard Byrd Drive. I. Project Defrnition This project consists of the preparation of plans and specifications for bidding and construction of Addison Airport Pavement Improvements (the "Project"). Paving improvements at the following locations: 1. An asphalt apron north of the existing hangars located on Richard Byrd Drive (Westside T-Hangar) 2. Taxiway Romeo Patio Hangar overlay 3. Ornni Flight Access Road concrete 4. Ornni Flight Romeo concrete 5. Taxiway Quebec overlay 6. Taxiway Papa overlay 7. Grass inlandIRomeo concrete 8. Taxiway Uniform triangle fill in 9. Taxiway Papa T-Hangar overlay Services will generally include topographical survey, geotechnical investigation and pavement design, construction plans for the project areas including grading, construction phasing, striping, specifications, preparation of bid document originals and record drawings, and coordination with the Town of Addison and Addison Airport personnel. n. Detailed Scope of Basic Services A detailed list of the basic scope of services for this project is as follows: M:\JOBSI41301!·Riclwd Byrd North\cONTRACl\Pave",ent Replacement Contract 06·22-{)S.doc I A. Geotechnical Engineering and Pavement Design See Exhibit "A" for a detailed proposal for Geotechnical services. B. Surveying See Exhibit "Bn for a detailed proposal for Surveying services. C. Final Design -Paving and Drainage 1. Prepare final construction drawings. (Scale 1" = 40' Horizontal and 1" =5' Vertical except as noted.) The following sheets shall be included: a. Cover Sheet b. General Notes c. Quantity Sheets d. Project Layout/Survey Control e. Construction Phasing f. Removal Plan g. Paving Plan h. Joint Layout Sheet for concrete pavement areas i. Paving Details I Striping Plans I Typical Sections J. Grading Plan k. Erosion Control Plan I. Miscellaneous Details 2. Prepare Specifications and Contract Documents 3. Prepare Estimate of Final Construction Cost 4. Produce and Submit four (4) sets of half-size plans for review to the Owner for 65% review and 95% (final). 5. Incorporate Owner's review comments into plans after each SUbmittal. D. Bidding and Contract Award 1. Prepare two (2) Advertisements for Bidders. 2. Provide 15 half-size sets of plans and bid documents for two bid packages. 3. Conduct two (2) pre-bid meetings. 4. Prepare necessary addenda and respond to bidder's questions.' M:\JOBS\4130ll.-Riclwd Byrd North\CONTRACl\Pavement Replacement Contnlct (i6·22'()S.doc 2 5. Prepare two (2) bid tabulations. 6. Recommend a bidder for the award of the construction contract after performing reference checks for two (2) bid packages. E. Construction Administration 1. Provide three (3) half-size sets of plans and specifications for the Owner for each bid package. 2. Provide three (3) half-size sets of plans and specifications for the Contractor for each pid package. 3. Conduct tw0 pre-construction meetings. 4. Respond to Requests for Information. 5. Review submittals, as required by the contract documents. 6. Attend final inspection and prepare punch list. 7. Prepare as-built plans. m. Detalled Scope of Additional Services A. None. SECTION 3. PAYMENT Owner shall pay Engineer for services authorized in writing as properly performed by Engineer on the basis herein described, subject to additions or deletions for changes or extras agreed upon in writing. Basis of CompensatWn Owner shall make payment monthly to Engineer based upon statements submitted by the Engineer for work performed. Compensation for performing Basic and Additional Services shall be as shown in Exhibit "C" on a Lump Sum amount of $109,493. The total contract amount shall not exceed $109,493 unless amended by both parties. SECTION 4. RESPONSmILITIES Engineer shall be responsible for the professional quality, technical accuracy, and the coordination of the design, drawings, plans, specifications, estimates, and· other services furnished by Engineer under this Agreement. Engineer shall, without additional M,1l0BS141308-Richa!d Byrd NorthlCONTRAC'N'avement Replacement Cootract 06-22-0S.doc 3 compensation, correct or review any errors or deficiencies that are attributable to the Engineer in such design, drawings, plans, specifications, estimates, and other services. Neither Owner's review, approval or acceptance of, nor payment for, any of the services required under this Agreement shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement, and Engineer shall be and remain liable to Owner in accordance with applicable law for all damages to Owner caused by Engineer's negligent performance of any of the services furnished under this Agreement. The rights and remedies of Owner and Engineer under this Agreement are as provided by law. Engineer shall not be responsible for construction means, methods, techniques, sequences, procedures, or safety precautions and programs in connection with the Project. SECTION 5. TIME FOR PERFORMANCE Engineer shall perform all services as provided for under this Agreement in a proper, efficient and professional manner in accordance with the terms of this Agreement. The services to complete construction docmnents shall be completed within 3 months of Notice-to-Proceed. In the event Engineer's performance of this Agreement is delayed or interfered with by acts of the Owner or others, Engineer may request an extension of time for the performance of same as hereinafter provided. If such delay is in excess of 60 days on any one occurrence or a cumulative delay of over 180 days, Engineer shall have the right to renegotiate the remainder of this contract. A delay shall be defined as any event caused by others that substantially inhibits the Engineer from proceeding with its services on the project. This shall include, but is not limited to, Owner reviews, right-of-way negotiations and awaiting critical information to be supplied by Town or franchised utility companies. No allowance of any extension of time, for any cause whatever, shall be claimed or made by the Engineer, unless Engineer shall have made written request upon Owner for such extension within 14 calendar days after the cause for such extension occurred, and unless Owner and Engineer have agreed in writing upon the allowance of additional time to be made. Provided, however, Engineer shall not be considered in default hereunder in delays are caused by reasons beyond its reasonable contro). SECTION 6. DOCUMENTS All instruments of service (including plans, specifications, drawings, reports, designs, computations, computer files, estimates, surveys, other data or work items, etc.) prepared under this Agreement shall be submitted for approval of the Owner. All completed instruments of service shall be professionally sealed as may be required by law or by Owner. Such instruments of service, together with necessary supporting documents, shall be delivered to Owner, and Owner shall have unlimited rights, for the benefit of Owner, in all instruments of service, including the right to use same on any other work of Owner without additional cost to Owner. If, in the event, Owner uses such instruments of M:\JOBS141308·Richard Byrd NorthlCONTRACl\Pav ement Replacement Contract 06·22'()5.doc 4 service on any work of Owner other than thai intended in the Scope of Services, defined in Section 2, under those circumstances Owner hereby agrees to protect, defend, indemnify and hold harmless the Engineer, their officers, agents, servants and employees (hereinafter individually and collectively referred to as "Indemnities"), from and against suits, actions, claims, losses, liability or damage of any character, and from and against costs and expenses, including, in part, attorney fees incidental to the defense of such suits, actions, claims, losses, damages or liability on account of injury, disease, sickness, including death, to any person or damage to property including, in part, the loss of use resulting therefrom, arising from any inaccuracy, such use of such instruments of service with respect to such other work except where Engineer is hired to modify such instrument for such other work. Engineer agrees to and does hereby grant to Owner a royalty-free license to such instruments of service which Engineer may cover by copyright and to designs as to which Engineer may cover by copyright and to designs as to which Engineer may assert any rights or establish any claim under the design patent or copyright laws. Engineer, after completion of the services, agrees to furnish the originals of such instruments of service to the Owner. Engineer may, however, retain copies of any and all documents produced. The license granted herein by Engineer shall survive termination of this Agreement for any reason. SECTION 7. TERMINA nON .Owner may suspend or terminate this Agreement for cause or without cause at any time by giving five (5) days written notice to the Engineer. In the event termination is for cause however, such shall be in accordance with section 14 hereof. In the event suspension or termination is without cause, payment to Engineer, in accordance with the terms of this· Agreement, will be made on the basis of services reasonably determined by Owner to be satisfactorily performed to date of suspension or termination. Such payment will be due upon delivery of all instruments of service to Owner. Should the Owner require a material modification of this Agreement, and in the event Owner and Engineer fail to agree upon such modification to this Agreement, Owner shall have the option of terminating this Agreement and the Engineer's services hereunder at no additional cost other than the payment to Engineer, in accordance with the terms of this Agreement, for the services reasonably determined by Owner to be properly performed by the Engineer prior to such termination date. Engineer may terminate this Agreement upon written notice to Owner in the event of substantial failure by the Owner to perform in accordance with the terms of this Agreement. Owner shall have 14 calendar days from the receipt of the termination notice to cure or to submit a plan for cure acceptable to the Engineer. In the event the parties cannot agree upon an acceptable cure within a reasonable period of time from the date of notice, Engineer may terminate this Agreement. SECTION 8. INSURANCE Engineer shall provide and maintain Worker's Compensation and Employer's Liability Insurance for the protection of Engineer's employees, as required by law. Engineer shall also provide and maintain in full force and effect during the term of this Agreement, M,IJOBS\41308·Ricllard Byrd North\CONTRACJ\Pavement Replacement Contract 06·22-OS.doc 5 insurance (including insurance covering the operation of automobiles, trucks and other vehicles) protecting Engineer and Owner against liability from damages because of injuries, including death, suffered by any person or persons other than employees of Engineer, and liability for damages to property, arising from or growing out of Engineer's operations in connection with the performance of this Agreement. Such insurance covering personal and bodily injuries or death shall be in the sum of not less than Two Hundred Fifty Thousand Dollars ($250,000.00) for one (1) person, and not less than Three Hundred Thousand Dollars ($300,000.00) for anyone (1) occurrence. Insurance covering damages to property shall be in the sum of not less Three Hundred Thousand Dollars ($300,000.00) aggregate. Engineer shall also provide and maintain Professional Liability Insurance coverage' to protect Engineer from liability arising out of the perfonnance of professional services under this Agreement. Such coverage shall be in the sum of not less than $1,000,000.00. A signed Certificate of Insurance, showing compliance with the requirements of this Section, shall be furnished to Owner before any services are perfonned under this Agreement. Such Certificate of Insurance shall provide for ten (10) days written notice to Owner prior to the cancellation or modification of any insurance referred to therein. Such Certificates shall terminate after completion of the project. Owner shall be named as an "additional insured" party on all insurance policies, except for Worker's Compensation and Professional Liability policies. SECTION 9. INDEMNIFICATION FOR INJURY AND PERFORMANCE Engineer further specifically obligates itself to Owner in the following respects, to wit: The Engineer hereby agrees to protect, indemnify and hold harmless the Owner, their officers, agents, servants and employees (hereinafter individually and collectively referred to as "Indemnities"), from and against losses, liability or damage of any chacacter, including defense costs, expenses and reasonable attorney fees incidental to the defense of such losses, damages or liability on account of injury, disease, sickness, including death, to any person or damage to property including the loss of use resulting therefrom, caused by any negligent act, error, or omission of the Engineer, its officers, employees, or subcontractors, or anyone else for whom Engineer is legally liable which are resulting from or caused by the perfonnance of any services called for by this Agreement. In the event the parties are found to be jointly or derivatively negligent or liable for such damage or injury, the indemnification shall be assessed on a proportionate basis in accordance with the final judgment, after all appeals are exhausted, determining such joint or derivative negligence or liability. The Engineer is not responsible for the actions of the Owner's contractor or any other party contracting with Owner to perfonn the construction of the improvements covered under this Agreement. Acceptance and approval of the final plans by the Owner shall not constitute nor be deemed a release of the responsibility and liability of Engineer, its employees, associates, M:\JOBSI41308·Rlclwd Byn:I North\coN"fRAC1\l'avemenlRepl:tcement Conmct06·22-<15.doc 6 agents and subconsultants for the accuracy or competency of their designs, working drawings and specifications, or other documents and services provided by Engineer hereunder; nor shall such approval be deemed to be an assumption of such responsibility by the Owner for any defect in the designs, working drawings and specifications, or other documents and services provided by Engineer hereunder; or other documents prepared by Engineer, its employees, and subconsultants. SECTION 10. INDEMNIFICATION FOR UNEMPLOYMENT COMPENSATION Engineer agrees that it is an independent contractor and not an agent of the Owner, and that Engineer is subject, as an employer, to all applicable Unemployment Compensation Statutes, so as to relieve Owner of any responsibility or liability from treating Engineer's employees as employees of Owner for the purpose of keeping records, making reports or payments of Unemployment Compensation taxes or contributions. Engineer further agrees to indemnify and hold Owner harmless and reimburse it for any expenses or liability incurred under said Statutes in connection with employees of Engineer. SECTION 11. INDEMNIFICATION FOR NON·PA YMENT To the extent Owner has paid Engineer in full hereunder for same, Engineer shall defend and indemnify Owner against and hold Owner and the premises harmless from any and all claims, suits or liens based upon or alleged to be based upon the non-payment of labor, tools, materials, equipment, supplies, transportation and management costs incurred by Engineer in performing this Agreement. SECTION 12. ASSIGNMENT Neither party shall assign or sublet this Agreement or any part thereof, without the prior written consent of the other party. SECTION 13. APPLICABLE LAWS Engineer shall comply with all federal, state, county and municipal laws, ordinances, regulations, safety orders, resolutions and building codes applicable to services to be performed under this Agreement. SECTION 14. DEFAULTOFENGINEER In the event Engineer fails to comply or is unable to comply with the provisions of this Agreement as to the quality or character of the service or time of performance, and the failure is not corrected within fourteen (14) days after written notice by Owner to Engineer, Owner may, at its sole discretion without prejudice to any other right or remedy: • Terminate this Agreement and be relieved of the payment of any further . consideration to Engineer except for all services determined by Owner to be satisfactorily completed prior to termination. Payment for work satisfactorily completed shall be for percentage of completion by Engineer through such date of termination. In the event of, of such termination, Owner may proceed to complete the services in any manner deemed proper by.owner, either by M:\lOBS\41308·Rlcllard Byrd NorthlCON'!RACI\l'avement Replacement Contract Q6-22-05.doc 7 the use of its own forces or by resubletting tc others. In either event, the Engineer shall be liable for all reasonable, unmitigatable costs in excess of the total contract price under this Agreement incurred to complete the services herein provided for and the costs so incurred may be due or that may thereafter become due to Engineer under and by virtce of this Agreement. • Owner may, without terminating this Agreement or taking over the services, furnish the necessary materials, equipment, supplies andlor help necessary to remedy the situation. The reasonable expense for same may be offset against amounts due the Engineer. In such case, Engineer shall not be liable with respect to indemnity or otherwise for any such services performed, arranged, or furnished by Owner. Engineer shall not be considered in default of this Agreement for delays in performance caused by acts of the Owner or other circumstances beyond the reasonable control of the Engineer. SECTION 15. ADJUSTMENTS IN SERVICES No claims for extra services, additional services'or change in the services will be made by Engineer without a written agreement with Owner prior to the performance of such services. SECTION 16. EXECUTION BECOMES EFFECTIVE This Agreement will be effective upon execution by and between Engineer and Owner. SECTION1'. VENUELOCATION In the event of any dispute or action under this Contract, venue for any and all disputes or actions shall be instituted and maintained in Dallas County, Texas. The parties agree that the laws of the State of Texas shall apply to the interpretation, validity and enforcement of this Contract; and, with respect to any conflict of law provisions, the parties agree that such conflict of law provisions shall not affect the application of the law of Texas (without reference to its conflict of law provisions) to the interpretation, validity and enforcement of this Agreement. SECTION 18. AGREEMENT AMENDMENTS This Agreement contains the entire understanding of the parties with respect to the subject matter hereof and there are no oral understandings, statements, or stipulation bearing upon the meaning or effect of this Agreement, which have not been incorporated herein. This Agreement may only be modified, amended, supplemented or waived by a written instrument executed by the parties except as may be otherwise provided therein. SECTION 19. WRITTEN NOTICES All notices, demands and communications hereunder shall be in writing and may be served or delivered personally upon the party for whom intended, or mailed to the party to whom intended at the address set forth on the signature page of this Agreement. The address of a party may be changed by notice given pursuant to this Section. SECTION 20. GENDER AND NUMBER M,\JOBSI413OS-Richard Byrd North\CON1'RACl\Pavement Replacement Contract 06-22-OS.doc 8 The use of any gender in this Agreement shall be applicable to all genders, and the use of singular numbers shall include the plural conversely. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this the day of , 2005. OWNER: ENGINEER: TOWN OF ADDISON, TEXAS HNTB CORPORATION By: By: Ron Whitehead, City Manager Benjamin J. Biller, P .E. 5300 Beltline Road Vice President, Central Division P.O. Box 9010 5910 Plano Parkway, Suite 200 Addison, Texas 75001-9010 Plano, Texas 75093 Witness: Witness: M:\JOBS\41308-Richard Byrd North\CONTRACI\Pavemenl Replacement Contract 06-22-OS.doc 9 Exhibit A Geotechnical Services M:\lOBS\41308·Ricbard Byrd North\cONTRAC'ru'.vement Ref --, ...􀁾􀀠 .-.7 􀀭􀀺􀀮􀁾􀀠,:.. 􀀬􀁟􀁾 __􀁾􀀮􀀬􀀽 l 1_ 􀂫􀁾􀀮􀁟􀀭􀁾􀀠,_ !; .:;;.di;", .: j. ' 􀁾􀀢􀀢􀀬􀀬􀀬􀀬􀀬􀀬􀀢􀁾􀁾􀀺􀀺􀀢􀀧􀀬􀁾􀀮􀀭􀀮􀁾􀀺􀀺􀀮􀁩􀀩􀀠 , . " 􀁾􀀠 -􀁾􀀠 􀁾􀀮 ,-' a: 􀁩􀀻􀀻􀁾􀁾􀁾􀀠 􀀺􀀮􀀲􀀢􀀧􀀺􀁾􀀬􀁩􀀮􀀢􀀬􀀢􀀧􀁾􀁟􀀠... 􀁟􀁾􀁟􀁾􀀮􀁾􀁟􀀮􀀮􀀻􀀺__􀁾 􀁾􀀠j , ... -"" PROPOSAL FOR SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING SERVICES ADDISON AIRPORT IMPROVEMENTS ADDISON, TEXAS ECS PROPOSAL NO. 19-2772-GP . FOR HNTB JUNE 21, 2005 GEOTECHNICAL· CONSTRUCI'ION MATERIALS· ENVIRONMENTAL June 21, 2005 Mr. Michael A. Hutchinson, P.E. HNTB 5910 West Plano Parkway Suite 210 Plano, Texas 75093 Reference: Proposal for Subsurface Exploration and Geotechnical Engineering Services Addison Airport Improvements Addison, Texas ECS Proposal No. 19-2772-GP Dear Mr. Hutchinson: As requested, ECS -Texas, LLP (ECS) is pleased to present the following proposal for providing subsurface exploration services and geotechnical engineering analysis of the proposed site for the above referenced project in Addison, Texas. We understand the project consists of reconstructing the pavements in six different areas identified in our site visit as: North side of the Airplane Hangars located south of Richard Byrd Drive; Uniform Taxiway; Addison Hanger; Addison Apron Area; Addison T -Hangers; and Addison Taxiway Quebec. Preliminary details are as follows: • North side of the Ai!;p1ane Hangars located south of Richard BYrd Drive -the existing hot mix asphaltic concrete (HMAC) pavement in this area is distressed and in need of replacement. Light single engine aircraft (approximately 12.5 kip total load) will traverse this section. Preliminary plans are to remove the HMAC and replace with full depth asphalt or a combination of asphaltic concrete and base materials. Surface drainage in this area is to the north. • Uniform Taxiway this triangular area is a grass and HMAC paved area. It is positioned in the vicinity of two larger aviation operators. Larger planes, up to 737 class, will traverse this area. Plans are to pave this area with Portland cement concrete (PCC). Surface drainage is to east toward an existing inlet. • Addison Hanger -this area is currently a HMAC paved area that has been overlaid and has some alligator cracking. The pavement under the open-air hanger is distressed due to fuel spills and concentrated wheel loads. Plans' are to overlay this area with HMAC. Light single engine aircraft (approximately 12.5 kip total load) will· traverse this section. Surface drainage is toward the south, and east and west away from the hanger. 4950 Keller Springs Road, Suite 480, Addison, TX 75001 PH (972) 392-3222· FX (972) 392-0102 www.ecs-texas.com HNTB ECS Proposal No, 19-2772-GP JW1e 21, 2005 • Addison Allron Area -this area is comprised of four different surfaces including light duty HMAC, 4-inch PCC, grass, and heavy duty HMAC. lbis area is next to the main north-south taxiway. Surface drainage is toward several surface drains parallel to the taxiway. These areas are planned for replacement with heavy duty PCC for 737 class aircraft; although the grass covered area may be paved with HMAC. • Addison T -HangerS -the area around these hangers is currently HMAC that has been overlaid and seal coated. Drainage in this area is to the south. Plans are to perform a cold-mix recycle of the existing pavement and place a new HMAC surface for light-duty aircraft traffic. A portion of the taxiway running east-west will experienee fuel truck traffic, Individual driveways leading into these hangers will be included. • Addison Taxiway Quebec -this area is currently a HMAC pavement (possible concrete underneath 1) that will be replaced with PCC. Large aircraft, 737 class, as well as fuel trucks will traverse this section. Scope of Services We understand that construction for all of these areas may not occur at this time, Therefore, we have provided a separate fee for each area. If authorized, our integrated services will include drilling of soil borings by drill crews under our direct supervision, laboratory testing of representative soil samples for pertinent engineering properties, and preparation of an engineering report, All borings will be drilled to a depth of about 5 feet below existing grade within the proposed pavement reconstruetion areas. These borings will be advanced through holes cored/cut through the existing pavement. Bulk soil samples will also be obtained to perform CBR tests. The holes will be backfilled with euttings and the pavement surface patched with cold-mix asphalt or ready-mix concrete. The subsurfaee investigation program will include the following borings at each location: • North side ofthe Airplane Hangars located south ofRichard Byrd Drive -8 • Uniform Taxiway -3 • Addison Hanger -8 • Addison Apron Area -8 • Addison T -Hangers -10 • Addison Taxiway Quebec -4 Upon completion of drilling operations, the samples will be subjected to laboratory tests (that can include moisture content, Atterberg limits, lime series, soil cement content, and CBR tests) followed by the preparation ofa written report. 2 HNTB ECS Proposal No. 19-2772-GP June 21, 2005 The engineering report will include the following items: a. Information on site conditions and special site features. b. Description of the field exploration and laboratory tests performed. c. Final logs of the soil borings and records of the field exploration in accordance with the standard practice of geotechnical engineers. A boring location plan will be included, and results of the laboratory tests will be noted on the final boring logs or included on a separate test report sheet. d. Results of CBR tests. e. Results of lime series and soil cement tests. £ Recommendations for subgrade preparation and pavement design options. Fees and Schedule The lump sum cost ofthe services outlined above in each of the areas will be as follows: • North side of the Airplane Hangars located south of Richard Byrd Drive -$3,280.00. • Uniform Taxiway -$1,455.00 • Addison Hanger -$ 2,225.00 • Addison Apron Area -$3,710.00 • Addison T-Hangers -$ 3,985.00 • Addison Taxiway Quebec --$ 1,985.00 Total Fee: $16,640.00 This lump sum cost includes 3 copies of the written report and one preliminary design meeting prior to issuing the final report. We are prepared to mobilize onto the site within 4 to 5 working days after authorization to proceed. We anticipate that fieldwork"will require approximately three working days, and that laboratory testing after drilling is completed will require approximately 15 working days. Therefore, for time budget purposes, the total scope of work could require as much as 5 weeks from initial authorization through fmal report submission. We anticipate a meeting with the design team upon completion of the laboratory testing and prior to the final report. If other items are required because of unexpected field conditions (i.e. site clearing, wet site conditions, etc.) encountered in our field exploration program, or because of a request for additional services, they would be invoiced in accordance with our current Fee Schedule. Before 3 HNTB 􀁅􀁃􀁾􀀠Proposal No, 19-2772-GP June 21,2005 modiJying or expanding the extent of our exploration program, you would be informed of our intentions for both your review and authorization, If requested, we can review plans and specifications for the referenced project to determine general compliance with the geotechnical engineer's recommendations. We can also provide additional consultation and engineering analysis for you on other problems related to performance of the structure and subsurface conditions. These services can be provided at the unit rates outlmed in the attached fee schedule, and would be in addition to the fee outlined above, Closing Attached to this letter, and an integral part of our proposal, are our "General Conditions of Service". These conditions represent the current recommendations ofthe Association of Soil and Foundation Engineers, the Consulting Engineers' Council, and the Geotechnical Division of the American Society of Civil Engineers. Our insurance carrier requires that we receive written authorization prior to initiation of work, and a signed contract prior to the release of any work product, This letter is the agreement for our services. Your acceptance of this proposal may be indicated by signing and returning the enclosed copy to us. We are pleased to have this opportonity to offer our services and look forward to working with you on the project. Respectfully, flJ;L" David A. Lewis, P,E. 􀁾􀀠 Daniel L. Franklin, Jr., P .E. Senior Geotechnical Engineer PresidentlPrincipal Engineer Enclosures: General Conditions ofService HNTB ECS Proposal No. 19-2772-GP June 21, 2005 ECS -Texas, LLP PROPOSAL ACCEPTANCE Proposal No.: 19-2772-GP Scope of Work: Subsurface Exploration and Geotechnical Engineering Services Location: Addison Airport Improvements Addison, Texas Client Signature: Date: Please complete this page and return one copy of this proposal to ECS-Texas, LLP to indicate acceptance of this proposal and to initiate work on the above-referenced project. The Client's signature above also indicates that he/she has read or has had the opportunity to read the accompanying General Conditions of Service and agrees to be bound by such General Conditions of Service. BILLING INFORMATION (please Print or Type) Name of Client: Name of Contact Person: Telephone No. Of Contact Person: Party Responsible for Payment: Company Name: PersonlTitie Department: Billing Address: Telephone Number: Fax Number: Client Project/Account Number Special Conditions for Invoice Submittal and Approval 5 ECS • Texas, LLP TERMS AND CONDITIONS OF SERVICE SeIVJce; and more effective techniques that may have been developed subsequent to the issuance of such S1andards, ECS shall identitY any deviations from such Standards to CLIENT, and the reasons for deviation, in the Scope of Services and/or Documents of Servlce. 4.4 Unless otherwise Indicated, compliance with any practice Standard, referred to as 􀁾􀁧􀁥􀁮􀁥􀁲􀁡􀁬􀀠 compllance-, specifically excludas consideration ot any practice Standard refarance d in tha Standards cited in tha Documents of Servlce provided by ECS. 5.0 CLIENT DISCLOSURES 5.1 CLIENT shall furnish andlor shaH direct CLlENrS consultant(s) or egenl{s) to furnish ECS information identifying the type and location of utility Jines and other men-made objects known, suspected, or assumed beneath the Site's surface, where the Scope of Services reqUires ECS to penetrate the Site surface. 5.2 CLlENT shall notify ECS of any known, assumed, or suspected, regulaled, contaminated, or Hazardous Materials that may exist at the Site (surficial and subsurface) prior to ECS mobilizing to the Site. SUch Hazardous Materials shall include but not be limited to any substance which poses or may pose e present or potential hazard to human health or the environment whether contained In a product, material, by-product, waste or sample. and whether It exists in a solid, liquid, semi-solid or gaseous fonn iHaUJrdOus Materials"J. 5.3 If any Hazardous Materiats are discovered or ere reasonably suspected by ECS after its Services ara Initiated, a Changed Condition shalL e)(ist If all or eny part 01 the SCOpEt of Services ere to be provided In the general vicinity of a facUlty, or In an area where dust, furnas, gas, noiSe. vibrations or other particulate or nonpartlculate matter is In the atmosphere Where it ra!S6$ e pOCentlal health ha2ard, or nuisance to those working in the area of such conditions. CLIENT shall notify ECS of such condition{s), potential health 􀁨􀁾􀁲􀁤􀁳􀀠01 nuisances. ECS shall take any n&eeSSalY and reasonable measures deemed appropriate to ECS to protect Its employees against such possible health hazards or nuisances. The cost of such protective measures shall be bome by the CliENT. 6.0 INFORMATION pROVIDED BY OTHERS 6.1 CtIENT shall provide ECS with existing information necessary for rnndering Services hereunder. as well es likely sources of this infonnatlon, 'With such sources to Include but not be limited to CLIENT, CLIENT understands that informalion provided to ECS may contain error.;. inaccuracies and/or omissions. and that It is impossible for ECS to assure the sufficiency of such /nformaUon. C1JENT therefore waives any claim of liability agalnst ECS regarding any clalm for Injury or loss allegedly arising from errors, omJsslons. or Inaccurac1es In dt;X.;umenls and other Informatlon In any form proWled to ECS, Including such information that becomes incorporated Into ECS Documents of Service. U CONCEALEQ RISKS 7.1 C1JENT acknowledges that special risks are associated with the identifteatIon of conoee1ed conditions p.e., subsurface conditions, conditions behind a wall, ate., that are hidden trom \flew, are not readily epparent, or cannot be accessed for sampllngttasUng). Even a comprehensive sampling and tesUng program Implemented by experienced personnel using applQPriato equipment under the direction of a trained professional may fall to detee\ certain eondlUons, because such conditions era concealed and then,ri'OA,ll cennot be targeted in development of an exploratlon or reconnaissance plan, or sampiingltesting program. 7.2 Conditions that ECS infers to exist betwflen sampllngJtestlng points may differ significantly from the condltlons that exist at the samplingftestlng pomts. Since some condltloM can change substantially over time, the CLIENT re<:ognizes that. because of natural occurrences' or human Intervention at or near the Site, actual conditions discovered through sampllngltesUng may be subject to rapid or gradual change. 7.3 ECS wm maklit reasoneble efforts to anticipate and idenUfy potential concealed conditions for exploration, sampling 01' testing. However, CUENT understands that such risks cannol ba elimlnaled and agrees !hat the Scope 01 Services Is that which CLIENT agrees suits CLIENT'S own nsk tolerances. CliENT may request ECS to evaluale the risks and provide e higher level of exploration to reduce such risks, If desIred or appropriate. 8.0 BIGHT OF ENTRY/DAMAGE RESULTING FROM SERVICES 8.1 CLIENT warrants that It possesses the authority to provide right of entry permissIon for the performance at ECS' Services. CUENT hereby grants ECS and its subcontractors and/or agents, the right to enter from time to tlme onto the property owned by CLIENT andfor other(s} In orderIDr ECS to perform the Scope of Services;. These Terms and Concfdions of Service. lncluding any supplements that may be agreed to, along with the accompanying Scope of Services and Professional Fees constitute the entire Agreement F'AGREEMENTj under which Servfces are to be proVided by EG$ -TeJeas.lLP rEGS"'] (including its employees. officers, successors and assigns) for Client rCLIENr] 6ncludlng its employee$. officers. s.uccassors and assfgns). 1.0 INDEPENDENT CONSULTANT STATUS Except as may be otherwise noted herein. ECS shall SE!rw 8$ an Indepandanl professlonal consultant to Cl....lENT and shall bava control owr, Bnd raspons!bllity for. the means and methods for providlng the Servi,ces under this AGREEMENT, including the retenUon of SubconlTactors and Subconsu1tants. Unless expressly stated in ECS' Scope of SeIVlces, ECS shall not serve 6S CLIENT'S agent or representatlve. SCOPE Qf SER\f!CES The SoJpe of Services includes onty those Services Identified in the Scope of Services. It is understood that the Scope of Services, Professlonal Fees, and lima schedule dafuted In the Scope of Services are based on information provlded by CLIENT andlor CUENT'S oontlactors and consultants. CLIENT ac1mow2edges that if this Information Is not current. is Incomplete or inaccUrate. or if conditions are discovered lhat could not be foreseen by III reesonable person, the Scope ot 􀁓􀁥􀁲􀁶􀁩􀁾􀁓􀁉􀀠may change, evan while the Services are In progress. Additional SeI\l!ces shell be provided at the unit rates contained In this AGREEMENT. or if not prevloLlSly provided, at the Fee Schedule rates In effect al the time the Additional Services are provided. STANDARD OF CARE ECS shall strive to perform its professional Services In a manner conslslent with that level 01 skill and carn ordinarily exercised by competent members of the same proteSSlon providing sImilar Services In the seme region, under similar conditions during the same time period. No other represenlation. expressed or Implied, and no warranty or guarantee Is Inoluded or Intended In this AGREEMENT, or In any ECS report, opinion, plan or other Document of Service, In connection with ECS' Services. CUENT understands and agrees thaI ECS' professional jUdgment must rely on the facts leamed during performance or Uw Scope of Servlces. ·CLIENT acknowledges that such data collection is limited to Ihe Immediate eres that is sampled, tested andlor obsetved. ConsequenU)!, cwENT agrees that It shan not bring a claim. based upon facts subsequently learned, regarding conditions In areas not evaluated by ECS, or which were not part of Ihe immediate area(s) explk:LUy evaluated by ECS. The CUENT recognizes that tested or e>lplored conditions may vary from thosa encountered by ECS and thai the analyses and recommendations developed b)' ECS are based predominantly on the information available from such testing. SlJrveys and explorations. COMPLIANCE WITH eODES ECS' 􀁰􀁲􀁯􀁦􀁥􀁳􀁳􀁬􀁯􀁮􀁾􀀠Services shaH be provlded In a manner consistent with sound engineering pradk::es and shall comply with appllcable codes, laws, regulations. standards. and ordinances f"Stmdards"] in affect and publicly announced as of the lime the Servloes are provided by EGS. ECS shaJi make reasonable and professlonal efforts to comply with CUENT'S lawful direction and requests governing the pertonnance of the SeMces. If e sltuatlon arises that causes ECS to believe compliance with CLIENTS wishes could result in ECS violating an applicable Standard or wlll expose ECS to claims or olher charges. or if ECS believes CLIENT'S actlons or inaction wm be In violation of applicable standards. ECS shall so advlse CLIENT. If CLlENrS actions or inaCfiM result In a Violation of applicable Standards. ECS shall have the right to terminate its Services In atrordance with the TERMINATION provisions of thls AGREEMENT. If CLIENT decides to disregard ECS' recommendations 'With respect to complying vmh applicable Standards. ECS sheH determine If ECS IS required to notify the appropnate public officials. CLIENT agrees that such determineUons are ECS' sole right to make. CLIENT ai51') agrees that ECS shall not bear liability for failing to report conditions that are CLIENTS responsibility to report. CLIENT understands that certain preScriptive professional praotice Standards {standard practices and standard guides} exist (suoh as The American Society fur Testing and Materials {ASTM}, among others) that Identify specific methods professlonels could or shoUfd Use 10 attain certain results. Such prescriptive practice S!andards fal! to consider: !he unique neads of the CL1ENT; the CLlENrS Prn;ea -specific expectations; the requirements and obligations of the professionals engaged to provide 1.1 2.0 2.1 2.2 2.3 3.0 3.1 3.2 3.3 4.0 4.1 4.3 ECS Proposal No:2772 Page 1 of 5 Var.4-24-05 8.2 Except where ECS" Scope ot Services explicitly Includes obtainfng permits, licenses, andfor utHity clearances for the performance of ECS' Services, CLIENT warrants that it possesses all necessary permits, licenses and/or utility clearances for the Servlces to be provided by EGS. 8.3 EGS will take reasonable precautions to limit damage to Ihe Site and Improvements during the performance of EGS' Services. CUENT understands that use of exploration, sampling, or teSUng equipment may cause some damage, the correction and restoration of which Is not part ot this AGREEMENT, unlass explicitly stated in ECS' Scope of Services, and reflected In the ptQfesslonat Fees, 8.4 CLIENT understands Ihat the discovery of certain conditions andfar the taking of preventive measures relallve to such oonditions may result in a reduction 01 the Property's vaJue, CLIENT agrees that it will not bring any claims for liability or for injury or loss allegedly arising tram procedures assodaled with exploration, sampling or testing actMties, or discovery of Hazardous Materials. or suspected Hazardous Materials. or ECS" findings. oonclusions, opinions, tessional Fees. Invoices will be submItted by ECS no more frequently than £Nery two weeks, which shall be due and payabla upon recelpL 19.4 If CL.IENT disputes all or part. oJ an Invoice, CLIENT shatl provide ECS with written noties stating in detail the facts of the dispute within twenty-one (21) calendar days of the invoice date and agrees 10 pay the undisputed amount of such InVQk:a promptly, 19.5 ECS reserves the right to charg& CLIENT &n additional charge of one-andone--half (1.5) percent (or the maximum percentage allowed by law, whichever 1s lower) of the Invoiced amount per month for any payment received by ECS more than thirty (30) cal&ndar days from the date of the involce, excepting any portion of the Invoiced amount In dispute and resolved In favor of CLIENT. Payment will firot ba applied to accrued Intares!: and then to the unpaid prinCipal amount Payment of invoices shall not be subject to unllateral discounting or set-off$ by CLIENT. 19.f> Application of the pareentege rate indicated above as a consequenca of CUENTS tate pa)tmE!nts does not constitute any willingness of ECS to finance CLIENT'S operations, and no such willingness shall be Inferrad. If CLIENT falls to pay Invoiced amounts within thIrty (30) calendar days of tha date of the InvoIce, ECS may at any time, without waiving any other claim against CL1ENT and w!thoullncuning any liability to CLIENT, suspend or termInate ail or pal1. 0'its Services. Termination shall not rnlleve CLIENT of its obligation to pay amounts Incurred up to termination plus edditional costs associated with ECS' termInation of Services. 19.7 CLIENT egrees that its obligatlon to pay for the Services is not contingent upon CLIENT'S abnlty 10 obtain financing, zoning, approval of governmental or regulatory agenclas, permIts, flna! adjudication of a lawsuit In whlch ECS Is not involved. upon CLlE.NTS successful complalJon of the Project. settlement of a real estala lrnnsaction. receipt of payment from CLIENTS clIent, or any other evenL Re:!alnage shall not be withheld from any payment, nor shall any doouctlon be made from any Invoice on account of penally, ilquideted damages. or other sums tncurred by Cl1ENT. 11 is agreed thai aU costs and legal fees Including actual attorney's fees, and exPenses Incurred by ECS In enforcIng any provlsloo of the AGREEMENT, In perfecting or obteinlng a lien, recovery under a bond, coIle<:ting any delinquent amounts due, or executing Judgments, shall be reimbursed by CLIENT. 19.8 In the event that CLIENT has not provided payments suoo that ECS' ability to file a property lien Is about 10 expire, ECS reserves the right to file property/mechanlc's )[ens to secure payment. All fees associated with filing and re!TlO\ll'ng a rl6n shall be paid by CLIENT. Fr.!": PrnnnAAI Nn' ?77,) 19.9 Should CLIENT decide to retain ather consultants to complete the Services cont.emplated In this AGREEMENT. or change consultants at the next phase of the Project. CLIENT agrees to compensate ECS in full for all Services performed to date prior 10 engagement of subsequent consultants. 19.10 Payment of any Invoice by the CLIENT shall be taken to mean Ihat the CLIENT agrees 10 the provisions of the AGREEMENT and Is satisfied with ECS' Services and is not aware of any defects in those Services. unless CLIENT has provided notice to ECS in accordance With the DEFECTS IN SERVICE provisions of this AGREEMENT. 19.11 The 􀁾􀁲􀁯􀀱􀁥􀁳􀁳􀁬􀁯􀁲􀁴􀁡􀁬􀀠Fees shall remain valid for a pertod of three (3) months from the date of AGREEMENT. Thereafter. Fee unit rates shall be adjusted in accordance with the Awrage Consumer Price Index (CPI) for the last twelve {12} months, as requIred by any appllcabl:e collecfrve bargaining agreel1'lant, or as mutually agreed to by CLIENT and ECS. 20.0 DEfECTS IN SERYlCE 20.1 CliENT and and CLIENT'S personnel and contractors shall promptly Infonn ECS of any actual or suspected defects in ECS' Services, to help ECS take those prompt, effective measures thet In ECS' opinion will help reduce or eliminate the consequences of any such defect. Cot"J'9Ctions of defects attributable to ECS' Services shall be provided at no cos! to CLIENT. except In the case that the deficIency is directly ettrlbutable lo CLIENT 􀁾􀁦􀁵􀁭􀁬􀁳􀁨􀁥􀁤􀀠 Infonnauon, CLIENT shall compensate ECS for the costs of COf'rOCIing such defects. 20.2 Moofficatlons 10 reports, documents and plans required tlS a result of Jurisdictional reviews or CLIENT requests shall not be considered to be defects In Services. CLIENT shall oompensate ECS for Additional Services required as a result of jurisdictional review requirements. 21.0 INSURANCE 21.1 ECS represents that It and Its subcontractors and subconsultants are protected by Workers Compensation insurance, and that ECS is covered by genera! llablllty, automobile and professional 􀁉􀁉􀁡􀁢􀁾􀁩􀁴􀁹􀀠 Insurance policies which it deems reasonable and adequate. 21.2 ECS shaH furnish eertlficates of Insurance upon request The CLIENT is responsible for requesting specffic Inclusions or limlls of coverage that are not prment In EC$ Insurance. Ihe cost of such inclusIons or coverage Increases. if available, wI!! be at the expense of the CLIENT. 22.0 LIMITATIoN QFlIABttrry 22.1 CLIENT AGREES TO ALi.OCATE CER.TAlN OF THE FtlSKS ASSOCIATED W1TH THE PR.OJECT BY UMmNG: ECS' TOTAL UA8IUTYTO CLIENT, SUBJECT TO AVAltABLE INSURANCE PR.OCEEDS, ARIS!NG FROM ECS' PR.QFUSIONA1. ACT$, ERRORS. OR OMISS!ONS AND FOR. ANY AND AU. CAUSES INCLUDING NEGUGEHCE, aTRICT UABIUTY. BREACH OF COHTftACT, OR BREACH OF WAR.RA1O'Y,INJURlES , DAMAGES, ctAlMS ,LOSS£S , EXPENSES I OR CLAIM EXPENSES (INCI.UDING REASONABLE ATTORNEY's F'EES) ONDER nils AGREEMENT TO THE FtlLLEST EXTEHT PERMITTED BY LAW, AS FOll.OWS. For projects Where ECS' Fee Esfimale or proposed fees are: 22.1.1 $2,500 or less, ECS' total aggregate Uabiiity tc CUENT CUENT shaU not exceed $5,000. 22.1.2 greater than $2,500 but $25.000 or less, ECS' total aggregate liability to CUENT shall not exceed 550.000. 22.1.3 greater than $25,000 but $100.000 or less. ECS' total aggregate liability to CLIENT shall not exceed $200,000. 22,1.4 greater than $100,000 but $500,000 or lass, ECS' lotal aggregate lIabflityto CLIENT Shall not exceed $1,000,000. 22.1.4.1 tf CLIENT wishes to Increase ECS' nmltaUon of liability from $1,000,000 to $2,000,000, where ECS' Fee estimate or actllal fees are greater than $100.000. CLIENT 'agrees to remit en additIOnal fee of $3,000 to gain the a ddi1ional coverage. Such request shall be Indicated by CLIENT'S initials: , This additional fee shall be invoiced fmmedlale!y UPQn the exeeut:lOh of thIs AGREEMENT and shall be due upon receIpt. 22.2 CLIENT agrees to require of the CLIENT'S General Contractor and Its subcontractors an idanticaillmtiatlon of ECS' liablltty for damages that may be suffered by the Contrae1Or or the subcontractors arising from ECS' professional acts, errors or omissions. In the event that CLIENT 15 lInwllllng or unable to obtain such identical limltaticn of liablllty In favor or ECS, CUENT agrees to Indemnity ECS for any amounts that ECS would not owe were such a limitation at liability In place. 22.3 CUENT agrees that ECS shaD not be responsible for bodily Injury and ptoperty damage or lOsses arising directly or Indirectly. in whole 01' in part, from ads or omissions by (he CLIENT. Its employees. agents, staff, ronsultants or subcontractors or by eny other person or combination 01 persons to tha extent sueh Injllry, damaga, or loss is caused by acts or omissions of CLIENT. its employees, agents. staff, consultants or subcontractors. 23.0 INDEMNIFICATION 23.1 ECS agrees, subled to the Ilmllalign of liabllity provisions of this AGREEMENT to hold harmless and Indemnl1y CLIENT from and against damages alising from ECS' negligent performance of lis ServiCes to the extent that such Injury is found to be caused by ECS' negligent ads, errors or omissions, Specffically tltcludlng any damages caused by any third party or bylhe CLIENT. 23.2 To the fullest extent permitted by applicable law, CLIENT agrees to indemnify, defend, and hold ECS harmless from and against any and all liability. claims. damages. demands, fines. penalties. costs and expenditures (Including reasoneble attorneys' fees and COSls of litigation defense and/or settlement) rOamages, caused In whole or in part by the negligent acts, errors, or omiSsions of the CLIENT and CLIENT'S employees, agents. staff, contractors. subcontradors, consultants, and clients, provided such Damages are attributable to: {a} the bodily InjUry, personal injUry, siCkness, disease: and/or death 01 any person; (b) InJury to or loss of value to tangible personar property; or tc) a breach of this AGREEMENT, except to the exlent such Damage Is caused by the sole negligence or wiltful misconduct of EC$. 23.3 It Is speciflcalty understood and agreed that In no case shall ECS be reQuired lO pay an amount of Damages disproportlcnal tv ECS' culpability, or any share of any amount levied to recognize more than actual economic damages. subieel to em limitations of liability and iNOEMNIF:CA TIQN provisions contained 1n this AGREEMENT. 23.4 CLIENT shaH require that General Contractor and General Contractor's subcontractors InclUde CLIENT and ECS as addltkmallnsureds under their general liability Insurance pollcl&s, whOse Insurance protection shall be primmy protection for CLIENT and ECG, and shall hold CLIENT and ECS harmless from claIms, losses, and defense costs arisIng from the General Contractor's and General Contractor's subcontractors perfonnance of work, and negligence of contractors or subcontractors on any tier. 23.5 If a..IENT fails to obtain suCh Indemnifications from General Contractor and General Contractor's subcontractors, CLIENT agrees to Indemnify. defend and hold harmless ECS from any and all claims brought by the General Contractor or General COntractor's subcontractors for any amounts ECS would nol nol owe were such a limitation of Itabll!ty In place. 23.6 IF CLIENT IS A HOMEOWNER, HOMeOWNERS 􀀧􀁁􀁳􀁳􀁯􀁣􀁾􀁮􀁏􀁎􀀠•CONDOMINIUM OWNER. CONDOM1NIUM OWNER's MSOClAnON. OR SfMIt.AR RESIDENTiAL OWNER, ECS RE(:OMMENDS THAT LEGAl COUNSEl. Sf! RETAINED BY Cl.IENTsEFORE ENTERING INTO nilS AGREEMENT TO EXPt.AJN CLIENT'S RIGHTS, AND THE UlUlATIONS, AND RESTRlcnoNs IMPOSED BY THIS AGREEMENT. CLIENT AGREES THAT FAILURE OF Ct.1EHT TO RETAlN SUCH COUNSEL SHALl. BE A KNOWiNG WANEA OF LEGAL COUNSELANO SHALL NOT BEAU.OWED ON GROUNDS OF AVOlrnNGANY PROVISION OFTHJS AGREEMENT. 23.1 If CLIENT is a residential builder or residential developer, CLIENT shall indemnffy, defend and hold harmless ECS against any and all claims or demands due to injtlTy or loss Initiated by one or more homeowners, unltcwners, or their homeowners' essooletlon. cooperative board, or similar entity against CLIENT which results In ECG being brought into the dispute. 24.0 CONSEQUENTIAL DAMAGES 24.1 CLIENT shall not be liable to ECS and ECS shall not be be liable to CLIENT for any consequential damages Incurred by eIther due to the fault of the other, regardless of the neture 01 the fault, or wherever commmed by the CLIENT or ECS, their employees, consullants. agents. oontractors or subcontractors, Of whether such liability arises in breach of contract or warranty, tort (Including negtlgence). SlaMa, or any other cause of action. Consequential damages Include. but are not limited to, loss 01 usa and Joss ofprollL 24.2 ECS shall nm be liable to CLIENT, or any entity engaged diref.:tly or indirectly by CUENT, for any liquidated damages due to any fault. or failure to at:f, in part or In total by ECS. its employees, agents. or subcontractors. 25.0: SOURCes OF RECOVERY 25.1 AD claims for damages related to tbe ServiCes provided under thIs AGREEMENT shall be made agaInst the ECS enUty contracting with the CUENT for the Services, and no other person or entlly. CLIENT agrees that 1t shall no! name any affiliated entity Including parent, peer, or subsidiary entity entity or any Individual officer, director, or employee of ECS, unless sw;:h claims are based on acts Unrelated to the provision of Services under this AGREEMENT. 25.2 CLIENT agrees tha!lt will not seek Damages from any IndMduel associated with ECS as an officer, princ!pal, partner, employee, or owner, from any and all claims or liability for Injury or toss that would require such lndlvidual to relinquIsh personal assets to satisfy suCh claim. 26.0 THIRD PARTY CLA.MS EXCLUSION 26.1 ThIs AGREEMENT shall not create any lights or benefits to parties other than CLIENT and ECS. No third-party shall ha'lle the right to rely on ECS' oplnlons rendered In connactlon with ECS' SeMc&S Without bcth CLIENT'S and ECg' written consent and the thlrdwparty's agreement to be bcund to the same Iem'l$ and concfltlons contained In this AGREEMENT as Cl.1ENI, PAn'" 4nf fi and 􀁴􀁨􀁬􀁴􀁤􀁾􀁰􀁡􀁲􀁴􀁹􀀧􀁳􀀠 agreement that ECS' Scope of Services performed Is adequa1e. 27.0 01SP!.!TE RESOLUTION 21.1 All claims. disputes Of controversies rDisputes1 arislng out of, or in relation to the Interpretation. application or enforcement of this AGREEMENT shall be decided as follows: 21.1.1 CLIENT and ECS agree to attend a 􀁤􀁩􀁳􀁰􀁵􀁾􀀠resolution meeting within fourteen (14) days 01 identlflcation of a Dispute by either party, CLIENT aod EC$ agree to negotiate in good ralth \0 resolve the Dispute. 21.1.2 Should negotiation fail to resolVe the dispute. CLIENT end ECS agree to medfate their dispute vla a mediator selected by efther party. and acceptable to both parties. 27.1.3 Should mediation fa!! to result in resolution of the Dispute. CLIENT aod ECS agroo that Iillgation may be brought by elther party. 27.2 Should 􀁴􀁨􀁴􀁴􀁤􀁾􀁰􀁡􀁲􀁴􀁹􀀠 dispute resolution be requIred, through mediation or liUgelion, the 􀁮􀁯􀁮􀁾􀁰􀁲􀁥􀁜􀁴􀁡􀁬􀀡􀀡􀁮􀁧􀀠party shall reimburse the prevailing party forthe prevalling party's documented lega! 􀁾􀁳􀀮􀀠In additlon to Whatever other Judgments or settlement sums may be due. Such legal costs inclUde. but are not be limited to, reasonabte attorney's fees, court costs, forensic consultants and expert Witness fees, and other documented expenses. 27.3 Where legal action is brought by either party to resolve a dispute, the claim shall be brought and tried in the judicial Jurisdiction of the ceunty In which ECS' otrtce i.:Ontractlng with the ct.lENT Is located. CLIENT waives the right to remove any litigation action to any other Jurisdiction, unless mutually agreed to by both parties. 21 A Thls AGREEMENT Including all matleJs mlated to periormanca and remediation shall be Jnterpreted lIGCon:ling to the substantive laws of the state OfVirglnla (but not inchlding its choice of law rules), 28.0 CURING A BREACH 28.1 A party that believes the other has matoriaIly breached th1s AGREEMENT shall Issue a written termlnation notice to the other. identifying the cause for termination within five (5) bustlleSS days of Identifying such cause. Both parties shall then bargaIn promptly and In Sooo faith to (;tire such cause. If an acceptable cure can be achieved withIn fourtoen (14) calendar days from the date of the tetmination notice, the partlas shall commit their understandings to writing and termination shall not occur. ' :2:8.2 either party may waive any right proV£ded by this AGREEMENT In curing an actual or alleged breach; however, such waiver shall not affect future application of such prov!sion or any other provision. 29.0 IERMINATION 29.1 CLIENT or EcS may terminate this AGREEMENT for breach of thIs AGREEMENT, or for any other reasons which may arise. In Ihe event of termination, the party effecUng termination shall so notify tho other party in writlng, and termination shall become effeet1ve fourteen (14) calendar days after rece1pt ofthe tenninalion nolJca. 29.2 Irrespective of which party shall effect termination, or the causa therefore. ECS shall promptly render to CllENT a final Invoice and CLIENT shaII Immediately oompensate ECS for Serv'1Ce:S renderod and costs Incurred, in accordance with ECS' prevailing Fee Schedule and expense reimbursement policy. Services shall Include those rendered up to the time of termInation, as well as those associated wtIh tennlnatlon Itsetf. Including without limltalJon, demoblltzlng. rnot;Ilfylllg adledulas. and reasSigning personnel. 30,1) TIME BAR TO LEGAL ACTION 3().1 Unless prohibited by law. and notwithstanding any statute thet may provide additional protection, CLIENT and ECS agreo Ihat elaims by either party ar'iSing out of this AGREEMENT or the Services provided hereunder shall not be Initiated more than two (2) years from the time the party knew, or should have known, of Ihe condition gMng rise to lts claim, and shall under no circumstances be initiated more than three (3) years 'rom the date of sUbstantial completion of ECS' Services, 31,0 ASSIGNMENT 31.1 Except lOr ServIces normally Of customarily subcontracted by Ecs rn the peri!)l1llance of its Services including, but not Ilmited to surveyors, specialized consultants. dnlling and exoo.vating SUbcontractors, and test;ns laborntories, neither the CLIENT nor EelS may delegate, assign. sublet or tnmsfer its dutias. responsibilities or interests in this AGREEMENT without the written consent of the other party. 3:2:.1) SEVERABILrrY 32.1 Any provision of this AGREEMENT later held to violate a law. statute, or regUlation. shall be deemed void, and all remainIng provisions shall continue in full form and effect. CLIENT and ECS shall endeavor to quicldy replace a voided provision with a valid SUbstitute thai: expresses the intent of. or at least addressG$, the issues covered by the original provision. 33.0 TITLES 33.1 The tJ1les used In this AGREEMENT are for geMral re1erenee only and are not part of 1he AGREEMENT. 34.0 SURVIVAL 34.1 All obHgallons arising prior to the tormlnatlon ollh!s AGREEMENT and all provisions of this AGREEMENT allocatlng responsibility or liability between the CUENT and ECS shan survive the substantial completion or Services and the termJnaUon of this AGREEMENT. 􀁾􀁯􀀠 ENnREAGREEMENT 35.1 This AGREEMENT including the Scope of Services and Professiona! Fees and aU exhiblts. appendixes, and other documents appended to It, constitute the entire AGREEMENT between CLIENT and ECS. CLIENT acknowledges that all prior Understandings and negotlations are superseded by this AGREEMENT. CLIENT acknO\"Aedges acceptance of these terms by subm!ttlng a CLIENT Work Authorization to ECS. 35.2 CUENT and ECS agree that subS&quent modificatlons to this AGREEMENT shall not be blndlng uniMs made in writing and signed by aulholized representatlves of both partjes. 35.3 CLIENTS or ECS' unilateral modification of this AGREEMENT subsequent to ECS' initiation of Services fs expressly prohibited. Further more, all preprinted Toom and Conditions on CUENT'S purchase order or Work Authorization, or other servIce aCknowledgement forms, are Inapplicable and superseded by this AGREEMENT. 35.4 If CLIENT fa!!s to provide ECS wilh a signed copy of this AGREEMENT or a Work Authorization, by the act of authOrizing and accepting the services of ECS. CLIENT agrees to be fully bound by the terms of this AGREEMENT as If slgned by CLIENT. < END OF TERMS AND CONDITIONS OF SERVICE> ExhibitB Surveying Services M:\lOllS\41308-Riclwtl llyn! North\CONTRACTlPavement Replacement eo.InlOt 06-22.QS.doc "ORI.S ENGINEERING, lNG, En'ineerin ,.SuI"I/e In ·.SUbsUrface U.tir 2616 Pickwick Lane, Plano, Texas 75093 Ph. 972-816-2626, Fax 972-758-1838 mori@nce-us.com Date: June 21,2005 Mr. Michael A, Hutchison, P.E Project Manager HNTB Corporation 5910 W. Plano Parkway, Suite 200 Plano, Texas 75093 RE: Addison Airport -Miscellaneous Pavement Replacement Addison, Texas Surveying Services Fee Proposal Dear Mike: i am very pleased to submit a fee proposal to provide Surveying services for the subject project as follows: A.SURVEY 1. FIELD: A topography survey of the subject areas will be provided at 50' interval cross sections, including the finished floor elevations of all buildings at the door steps, when applicable. All the features within the project area will be collected, including pavement, pavement marking, joints, fences, buildings, walls, trees, bushes, meters, valves, fire hydrants, manholes, inlets, poles, posts, property corners, etc. All break lines including, retaining walls, curbs, edge of pavements, gravel lines, ditches with top, toe and centerlines, swales, etc. will be surveyed. Flow lines of all manholes and inlets within the project limits will be measured. 2. SURVEY FILES: All above information will be used to prepare the survey files in Microstation format using HNTB provided Seed File. The files will be an ASCII file with all points, a 3D file with all break lines, and a file with all points and point descriptions. All elements will be in 3D format, all elements will be in separate levels, colors and style and Symbols will be shown for all features. Contours at one foot interval will be provided in a separate file. The previous boundary survey will be utilized to show the Property lines, where survey area is close to the Boundary. FEES: RlCHARD BYRD.....................................................................$2,950 APRON ARES .........................................................................$2,250. HANGAR C ............................................................................ ..................... ....................................................... $2,450 TW QUEBEC........................................................................... $2,250 TW UNIFORM.................................. ..............................NO SURVEY T HANGARS ..................................................................NO SURVEY B.CONTROLS Construction Control points will be set before the construction starts. There will be 2-4 points set at locations where they will not be disturbed with construction activities, depending on the survey area size. Coordinates and description of these points will be provided. FEES: RICHARD BYRD..................................................................... $430 APRON ARES .........................................................................$350 HANGAR C ............................................................................$430 TW QUEBEC........................................................................... $350 TW UNIFORM........................'.................................................$490 T HANGARS ..................................................................NO SURVEY TOTAL 􀁾􀁔􀁉􀁍􀁁􀁔􀁅􀁄WE.................................................... 11950 All survey task will be completed 3 weeks from the notice to proceed date. Please review this proposal and do not hesitate to contact me with any question. I am anxiously looking forward in working with you toward a successful and complete project. Sincerely, Mori Akhavan, P.E. EXHIBIT ·C" ADOISON AIRPORT TAXIWAY/APRON PAVEMENT REPLACEMENT· TOTAL ALL PAVEMENT AREAS ESTIMATE OF MAN.fiOURS DESIGN· PAVING AND DRAINAGE Direct labor Cost: $ 28,055 Indirect Labor, Overhead: $ 42,991 HNTB Engineering Sublot.,: $ 69,046 Profit $ 10,357 Out-of-Pocket Expense: $ 1,500 HNTB &bIOtal Fee, Basic Services: $ 60,9o:l Sub¢onsullant SeNices Geotoohl"llC81 Engineering {Engineering Consulting Services, Ltd,} R Exhibh 􀁁􀀺􀁲􀀻􀁾􀁾􀀠 Design Surveying (Mori's Engineering) • 􀁅􀁸􀁬􀁬􀁬􀁬􀁬􀁾􀀠s: 􀁾􀀱􀁩􀁾􀀠 Construction Control Survey (Mori's Engineering) -Exhibit B: 􀁾􀁾􀀲􀁗􀁀􀀮􀀠 $ 28,590 TOTAL FEE FOR SERVICES: $ , PAVEMENT REPLACEMENT -TOTAL ALL PAVEMENT AREAS ESTIMATE OF MAN-HOURS TASK C1-PREPARE FINAL CONSTRUCTION DRAWINGS COWLES &THOMPSON A Professional Corporation ATTORNEYS AND COUNSELORS JOHN M.HIlL 214.61221'10 JHlLL@:COWLESTHOMPSOH.COMi January 24,2005 VIA HAND DELIVERY Ms. Cannen Moran City Secretary Town ofAddison P.O. Box 9010 Addison, Texas 75001-9010 RE: Rickard Byrd Drive Dear Cannen: Enclosed please find for filing in the Town's files an original of the Mutual Release and Settlement Agreement between the Town and Rebcon, lnc., which has been signed by the Town and Rebcon. Please let me know ifyou have any questions. 􀁶􀁥􀁲􀁹􀁾􀀠 􀁾􀁍􀁈􀁩􀁬􀁬􀀠 JMHIyjr Enclosure cc: Mr. Mike Murphy (Enc.) Mr. Randy Moravec (Enc.) Mr. Mark Acevedo (Enc.) Mr. Jim Pierce (Enc.) Mr. Steve Chutchian (Enc.) Mr. Ken C. Dippel, w/firm Mr. Rick Barrett, w/firm 901 MAIN STREET SOITE 4000 DALLAS, TEXAS 􀀱􀀵􀀲􀀰􀀲􀁾􀀳􀀷􀁱􀀳􀀠 D ALL A S T Y L E R TEL 214.&72..2000 FAX 2:14.0,72.2020 WWW.COWlESTHOMPSON.COM MUTUAL RELEASE AND SETTLEMENT AGREEMENT This Settlement and Mutual Release Agreement (hereinafter referred to as "Settlement Agreement" or "Agreement") is made as of this 17th day of January, 2005, by and between Rebcon, Inc. ("Rebcon") and the Town of Addison, Texas ("TOA"), sometimes collectively referred to hereinafter as the "Parties" or singularly, a "Party." I. RECITALS 1.01 The Project There now exists a dispute between the Parties as to the quality of certain work performed by Rebcon on the Richard Byrd Drive Pavement Reconstruction Project (the "Project"), performed under the contract entered into between the Parties on or about October 28, 2003. The work performed by Rebcon was performed at the direction and request of the owner of the Project, TOA (the "Owner"). 1.02 Reasons for Settlement The Parties acknowledge that disputes exist between them as to the sufficiency and quality of the work performed by Rebcon, as well as the obligation of TOA to make immediate payment to Rebcon. Each Party now desires to compromise and settle all claims and causes of action of any kind whatsoever each has or may have against the other or arising out of the Project. It is agreed this Settlement Agreement represents a compromise of disputed claims and nothing in this Settlement Agreement is to be construed as an admission of liability by either Party. The Parties to this Agreement desire to avoid the expense and uncertainty involved in litigating the disputed claims and desire to enter into certain agreements which will compromise and settle the disputes and claims between the Parties on the terms set forth below. 1.03 Scope of Settlement. The Parties desire to dispose of the entire controversy and dispute between them, including but not limited to all claims and causes of action of any kind that currently exist or that may exist in the future which relate in any way to the Project as set forth above. The Parties recognize that there may be claims or injuries that are unknown to the Parties now, but that may arise in in the future. Nevertheless, the Parties have negotiated this Agreement with full knowledge of the possibility of additional claims or injuries and, unless expressly stated otherwise in this Agreement, the Parties intend this Agreement to be a full and final settlement, disposing of all such claims or injuries arising out of the controversy described in Sections 1.01 and 1.02 ofthis Agreement, whether known or unknown. n. AGREEMENT In consideration of the recitals, terms, conditions and agreements stated in this Settlement Agreement, the receipt and sufficiency of which are hereby acknowledged, the Parties agree as follows: 2.01 Payment. TOA agrees to pay Rebcon the sum of Twenty-Seven Thousand Four Hundred Sixty-Two and 25/100's Dollars ($27,462.25) on or before January 19, 2005. MUTAL RELEASE AND SETTLEMENT AGREEMENT Page 1 of3 2.02 Work and Warranty. Rebcon agrees to re-stripe the Project site as soon as the weather permits. Rebcon further agrees to and hereby does extend the existing warranty on the seal coat, more specifically described in the contract between the Parties, through July 2005. 2.03 Release. (i) Except for the obligations and representations of Rebcon set forth in Section 2.02 of this Agreement, TOA generally releases and forever discharges Rebcon and Fidelity & Deposit Company of Maryland, and all of their past, present and future officers, directors, employees, agents, shareholders, heirs, successors, personal representatives, assigns, affiliates, partners, parent and subsidiary companies, and attorneys, from any and all claims, demands and causes ofaction of whatever kind or character, known or unknown, past and future, arising out ofthe Project. (ii) Except for the obligation and representation of TOA set forth in Section 2.01 of this Agreement, Rebcon generaliy releases'and forever discharges TOA, and all of their past, present and future officers, directors, employees, agents, shareholders, heirs, successors, personal representatives, assigns, affiliates, partners, parent and subsidiary companies, and attorneys, from any and all claims, demands and causes of action of whatever kind or character, known or unknown, past and future, arising out of the Project. ill, GENERAL PROVISIONS 3.01 Authoritv. Each party to this Settlement Agreement warrants and represents it has the power and authority to enter into this Settlement Agreement and that this Settlement Agreement and all documents delivered pursuant to this Settlement Agreement, to which it is a party, are valid, binding and enforceable upon it. 3.02 Successors in Interest. The Parties agree that this Agreement shall be binding upon and inure to the benefit of the Parties themselves and their respective legal representatives, officers, directors, shareholders, constituent partners, employees, servants, agents, affiliates, subsidiaries, predecessors, successors and assigns. , 3.03 No Oral Modifications. This Agreement may not be amended, altered, modified or changed in any way except in writing signed by all the Parties to this Settlement Agreement. 3.04 No Strict Construction Against Author. This Agreement is the result of substantial negotiations between the Parties and their counsel and has been prepared by the joint efforts of the respective attorneys for each of the Parties to it. Accordingly, the fuet that counsel for one party or another may have drafted this Agreement or any portion ofit is immaterial, and this Agreement shall not be strictly construed against any Party. 3.05 Choiee ofLaw. This Settlement Agreement is made and to be performed in Dallas County, Texas, and shall be construed in accordance with the laws of the State of Texas (without reference to its conflict of law provisions). Any disputes arising out of this Agreement shall be adjudicated in Dallas County, Texas. MUTAL RELEASE AND SETTLEMENT AGREEMENT Page Zof3 3.06 No Admission of Liability. The Parties agree that this Settlement Agreement is entered into for settlement purposes only in order to avoid further trouble, litigation and expense. Neither of the Parties admit any liability to any other Party. But all Parties expressly deny any and all such liability and continue to maintain the correctness of their positions. 3.07 Severability. In the event that anyone or more of the provisions of this Agreement shall for any reason be held to be invalid, illegal or unenforceable in any respect, such invalidity shall not affect any other provision herein. 3.08 Representations Contractual. This Agreement and all representations in it are contractual and not a mere recital and shall continue in full force and effect at all times hereafter. 3;'09 Representation of Comprehension of Agreement. Each parly to tIns Agreement expressly represents that it has carefully read this Settlement Agreement, understands its contents and signs the Agreement on its own free act. 3.10 Counterparts. This Agreement may be executed in any number of counterparts, each of whlch shall be deemed an original and will be effective when all of the Parties have affixed their signatures to the counterparts and they have been delivered, but all counterparts shall constitute one in the same instrument. A fully executed Agreement may consist of several of duplicate originals, each containing the signature of less than all of the Parties hereto, so long as each Party has signed one such duplicate original. 3.11 Further Instruments. The Parties to this Agreement each agree to execute such further instruments and documents as deemed necessary to fully and completely effectuate the intent and purposes of this Agreement. 3.12 No Warranties or Representations. Neither Party to this Agreement has made any warranties or representations to induce any other party to enter into this Agreement except to the extent, ifany, as may be expressly set forth in this Agreement. Signed effective as of the date first above written. 􀁏􀁎􀀧􀁉􀁎􀁃􀀧􀀠 TOWN OF ADDISON, TEXAS 􀁂􀁙􀀺􀀭􀀭􀀫􀁾􀁾􀀽􀀭􀀭􀁉􀁾􀀭􀀭􀀢􀀢􀀭􀀽􀀧􀀧􀀧􀀭􀀺􀀮􀀭􀂷􀁾__-􀁒􀁑􀀭􀀮􀁷􀁾 􀀧􀁾􀀬 PreSident Ron Whitehead, City Manager Date:_...:...1/-6-=2...=cJ-f-!....:.t?:... .::-..):::...-____ Date: I -tl -E) £;___ MUTAL RELEASE AND SETTLEMENT AGREEMENT Page30f3 COWLES &THOMPSON A Professional Corporation ATTORNEYS AND COUNSELORS JOHN M.HILL 214.612.2110 JHILl@COWLESTHOMPSON.COM January 19,2005 VIA HAND DELIVERY IYfr. Michael S. Nixon Griffith & Nixon 5400 LBJ Freeway, Suite 1025 Dallas, Texas 75240 Re: Richard Byrd Drive Pavement Reconstruction Project Dear Mike: As we discussed, enclosed please find two (2) originals of a Mutual Release and Settlement Agreement between the Town ofAddison, Texas and Rebcon, Inc. in connection with the referenced matter. Also, enclosed please find a check in the amount of$27,462.25 payable to Rebcon, Inc. as set forth in Section 2.01 ofthe Agreement. As we also discussed, you have agreed that you will hold in escrow the enclosed check until such time as your client, Rebcon, Inc., has executed the Settlement Agreement and a fully executed original has been returned to our office. Thank you for your cooperation. Please let me know if you have any questions or comments. Very truly yours, 1MHIY.ir Enclosures cc: IYfr. Ron Whitehead, Town Manager IYfr. Mike Murphy, Director ofPublic Works IYfr. Ken Dippel, w/firm IYfr. Rick Barrett, w/firm 901 MAIN STREEf SUITE 4000 DALLAS, TEXAS 752(l2Ot Name: RiChard Byrd Drive Pllllemont Reoonslruetion Addison Airport -Addison. Texas 􀁾􀁡􀁴􀁥 PB!lod::12-2().Q31o '·1.04 " , APPro'led: __---',o:...J.4..:-___,,--__ Da:vIdWilde. Town ofAdcison SIeVe ChlllChiao, Town 01 Addison Work 􀁃􀁯􀁭􀁾 10 Date: $229.522.47 Less 􀁾 Riltainase: 0.00 $229,622.47 L.-P"","ous Payments: $0.00 Les$ f'roMous Biiings: $202.161),22 Total:OUe This Estimate: $27,452.25 􀁄􀁡􀁬􀁥􀀺􀁟􀀭􀀧􀁤􀁾􀁩􀀮􀁊􀀧􀁟􀁟__ , . p.l Dec i!i! 04 12:13p GriFFith Nixon 9727749401 GRIFFITH &NIXON A Fro1'essioaal CoIporation ATI'ORNEYS & COUNSIlLORS One Lincoln Centre Telephone: (972) 386-8988 "'Oil LBS F"""""Y, Suite 1025 Facsimile: (9n) 386-8985 Dallas, Texas 75240 www.griffillmilroD.COIIJ. FACSIMILE No ofPages with Cover Sheet: 2 Da'e: Wednesday, December 22, 2004 To Richard Bmett-Cuetara Conpany: Cowles & Thompson Fa:: No: (214) 672-2020 Ph me No.: (214) 672-2000 Frum: Michael S. NIXon ClI4: RebconlGeneral SeltBy: Cbassity Maxey Cummea.ts: PI 􀁾􀁥 see the attached final pay application received from Rebeon, IfYolI Do Not Receive AU Pages, Please CaJI (972) 386-8988. CQNfIQIlNIlALlTY NQJJGE T Ie information """mined in Ibis facsirru1. message is privileged and confidential and is inll:nded to be used and read only by the ..._.. If !he reader of this message is nollb. addressee, or Ibe pe!l101I responsible for delivery 10 lb. add!essee, YO. are h,.-d>y notified Ibal ""y disseminalioo. distribllliOD or copying of lb. 􀁾is strictly prohibited. If you haw received this "essqe in error. please notiIY us immediately by IClephone and retum Ihe ongin.al message to uUllbe add_ shown above via , GRIFFITH & NIXON 972 396 8985 p . e1 /02 GRIFFITH & NIXON A pror...ion.al ColpOl"Olion . ATI'Oln...... FACSIMILE No. ofPages willi Cover Sheet: 2 Data: Wednesday, December 22,2004 To: Richard Bmett-Curtara Company: Cowles & Thompson FuNo; (214) 672-2020 Phone No.: (214) 612·2000 From: Michael S. Nixon CIM: R\lbconfGeneral Sent By. Chassity Maxey • Comments: Please $<::e the I.bllowing letter oftoday's date. IfYou Do Not Rueive All Pages, Please clin (972) 386-8988. C9NFIDENTlALltr NOTICIC The information contlre TeIqbQ 10%5 F...umJe: (912) 386-8985 Dal.... T"".. 75240 www.jrlft.ltImixon.com . FACSIMILE No. ofPages with CoverSheet: 2 Date.: Wednesday, D-mcr 22, 2004 To: Ric!ulrd BmreU..cw:tara Company: Cowles & Thompson Fax No: (214) 672-2Q20 PhOllcNo.: (214) 672-2000 From: Michael S. N"lXon CIM: RebconlGeneral Sentlly: Chassity 􀁾􀁥􀁹􀀠 Commeow Please sec the followiD& leiter oftoday's date. '. GRIFFI1H 3. HIXI::N 972 386 8'38S P. B2/02 J GRIFFITH & NIXON A Prore"l,;,lonal Corparal'On ATTORNEYS & COUNS!!LORS One Unco\n Centre Telephone: 972.386.8988 5400 l.BJ Fraeway. SuitE 1025 Faeslrn.ile: 912.386.8985 Dallas, Texas 75240 www.griI!lthnlxon.com December 22, 2004 VIA FACSIMILE (214) 672-2020 Mr. Richard Barrett-curtara Cowles & Thompson 901 Main Street. 8Uite 4000 Dallas, Texas 75202-3793 re: Richard Byrd Drive pavement reconstruction OearRlck: In furtherance of our telephone conversation em Fl'ifriolly "",bibiled Ifyoy h ... "",iii"" this __ill moT. pIeasIO nodl'y II! immediately bytolqmon8 an4 -.lb. originJd 􀁾to ... at lb. address shown lIbov. vi. the U.S, l'o.-1aI SoM"", ThBl!k)'OU. DATE SUBMITTED: January 6,2004 FOR COUNCIL MEETING: January 13, 2004 Council Agenda Item: __ SUMMARY: This item is for final payment and acceptance of improvements performed by Rebcon, Inc. for the Richard Byrd Drive Pavement Reconstruction Project. FINANCIAL IMPACT: Budgeted Amount: $400,750 Construction Cost: $229,622.47 Funding Source: 2004 Addison Airport Operating Budget BACKGROUND: Washington-Staubach determined that the pavement on Richard Byrd Drive was severely deteriorated and in need ofimmediate reconstruction. There were several large failures in the pavement that were being temporarily covered by metal plates for access and safety. The firm ofHNTB Corporation prepared engineering plans and specifications for construction ofthese improvements. The project was programmed by the Addison Airport and will be funded from the operating fund account. A contract was awarded to Rebcon, Inc. for construction ofthis project. The original contract price for these improvements was $222,740.50. The final construction cost ofthis project is $224,622.47, which represents a $1,881.97 increase from the original contract amount. The final construction cost was the result ofunscheduled increases in certain quantities, including additional 3" Cement Treated Base material, in the amount oUl,688.00, and other miscellaneous quantity increases. In addition, this project included an incentive/disincentive provision; whereby, the contractor would be awarded $250.00 per day fur early completion ofthe project, to a maximum award oU5,000.00. The Town acknowledged the successful completion ofthe construction improvements twenty (20) calendar days prior to the established sixty (60) day period set forth in the contract. Consequently, the total value ofthis project is increased by $5,000.00 (20 days x $250.00/day) to $229,622.47, which reflects the addition ofthe incentive payment to the final construction cost. The contractor has submitted his Affidavit ofBills Paid, Consent ofSurety Company to Final Payment, and One-Year Maintenance Bond. RECOMMENDATION: Staff recommends that Council authorize final payment oU27,462.25 to Rebcon, Inc., and accept construction ofthe Richard Byrd Drive Pavement Reconstruction Project. Contractor: Pay Estimate No.: 3 & Final Rebcon, Inc. Project Name: Richard Byrd Drive Pavement Reconstruction 1866 W. Northwest Hwy. Addison Airport -Addison, Texas Dallas, TX 75220 Estimate Pertod: 12-20-03 to 1-1-04 RIJob#0316 Work Com pleted to Date: $229,622.47 less il% Retainage: 0.00 ITEM ' ••UN 101 r 102 i aofTraflic 10: UncI. Pvml 10, S' Lim.: 10i I Lime • 106 I Base 107 3'1 􀁭􀀮􀀱􀀵􀁾􀀠 6'SoIY.I 6' 1 I Y.l Strioe 111 ISiit Fence 112 ISW3P -Inlet 1 I Bonus a 7451 $8.00 􀁾􀀵􀀠 T N 1223.91 1: 11 $52.00 '0 ( 1117.7 $1.50 075 lF 11Q!!.. 0 $2.50 65 LF 􀀶􀁾􀀠 0 e $3.00 1120 lF 1(;& 1(50 $2.00 1 EA $200.00 20 DAY o 20 $250.00 $5.( $C.OO ,0.00 􀀧􀀱􀀱􀁾􀀠 i77.40 i1. i2, . $19. $2,1 '0.00 ;0.00 iO.OO $229,622.47 less 'Previous Payments: $0.00 less Previous Billings: Total Due This Estimate: Approved: _________________________ Date: ________________ David Wilde, Town of Addison Approved: ________________________ Date: 􀀭􀀭􀁾􀀭􀀭􀀭􀀭 Steve Chutchian, Town of Addison Page 1 RicbaI:d Byrd T -hangar pavement Page 1 of2 Jim Pierce From: Jim Pierce Sent: Monday, December 13, 2004 3:25 PM To: Steve Chutchian Cc: Mike Murphy Subject: FW: Richard Byrd T -hangar pavement Leis discuss Jim Pierce, P.E. Assistant Public Works Director P.O. Box 9010 Addison, TX 75001-9010 972-450-2879 --Original Message--From: Mark Acevedo Sent: Monday, December 13, 2004 2:32 PM To: Chris Terry; Jim Pierce Subject: FW: Richard Byrd T·hangar pavement ChriS & Jim: fyi I concur with Lisa's recommendation. Mark --Original Message----From: Mark Acevedo Sent: Monday, December 13, 2004 1:58 PM To: 'Pyles, Usa' Subject: RE: Richard Byrd T -hangar pavement Good. Thanks! Mark ·····Original Message--From: Pyles, Usa [mailto:Usa.PyIes@wgint.com] Sent: Monday, December 13, 20041:55 PM To: Ron Whitehead te: Mark Acevedo; Elguezabal, luis Subject: Richard Byrd T -hangar pavement Ron: As you requested, lou and I talked about the Richard Byrd pavement project that we toured last Tuesday. It is our recommendation that we pay the contractor the remaining retainer and carefully monitor the area as we go through a full year of changing seasons to see hoW it acts. This recommendation is based on the following: The initial problem was created when the asphalt was allegedly laid at a time when the temperature was 1211312004 Richard Byrd T-hangar pavement Page 2 of2 bordering on being too cold. The engineers log book should be infonnative as to the conditions at the time. If it was a problem it should have been pointed oullo the contractor at that time. Not that this absolves him of any responsibility, just that it could have kept it from growing into a bigger problem. When the seams started to ravel, the contractor cooperated with us on detennining a solution and we agreed to what they suggested. The contractor then did, at their cost, what we agreed would work. There are, of course, other problems but it does not seem fair to hold the contractor responsible when they did what we agreed would be the solution. If the method was only a guess and we were not sure it would work, then we should have made that clear and made arrangements as to how to handle the problem if it did not work. Given that, to be fair to the contractor, we believe it is best to pay him what he is owed and then walch the area to see what happens as the weather changes and it has an opportunily to settle. I reaflZe that it puts us at a disadvantage if it fails later, but to spend $SOK that we don't know is needed and we don't have budgeted does not seem wise to me. If you would like to discuss this further, please let me know. Thanks Lisa A Pyles, AAE. Addison Airport Director 9723924855 12113/2004 TOWN OF ADDISON PUBLIC WORKS From: STEt/E C/{v7rI//!'I1I..Company: UWLE5 {7#",,.. P..fOA..Phone: 􀀹􀀷􀀲􀀯􀀴􀀵􀀰􀁾􀀠2.g,f'6 FA"( #􀀺􀀬􀁟􀀭􀀺􀀡􀀺􀀮􀀮􀀲􀀺􀀺􀀮􀀮􀀺􀀯􀀼􀀮􀀮􀀮􀀮􀀡􀀮􀀧􀀴􀁟􀀭􀀭􀀮􀀺􀁇􀀽􀀭􀀮􀀡 􀀷􀀮􀁾􀀺􀀲􀀧􀀽􀀭􀀭􀀺􀀲􀀽􀀭􀀳􀀽􀀭􀀷􀁾􀁴􀀿 _ Fax: 􀀹􀀷􀀲􀀯􀀴􀀵􀀰􀁾􀀲􀀸􀀳􀀷􀀠 Date:___..::.;/􀁬􀀧􀀭􀀡􀀮􀀯􀀭􀀬􀀭􀁉􀁟􀁯􀀡􀀮􀀮􀀮􀁦􀁲􀁟􀀴􀀭􀁾__ 16801 Westgrove No. of pages (including cover):_3___ P.O. Box 9010 Addison, TX 75001-9010 59JOTePl4no Parkway I : I􀁾 i i =JARCHITECTS ENGINEERS PLANNERS Sufte200 􀁐􀁦􀀱􀀣􀁮􀁯􀀬􀁔􀁾􀀠 'lSO!J3 November 10, 2004 (972) 􀀶􀀶􀁊􀁾􀀵􀀶􀀲􀀶􀀮 FAX (972) 661·S6}f Mr. Steve Chutchian, P.E. Assistant City Engineer Town ofAddison . 16801 Westgrove Drive Addison, Texas 75001-9010 Re: Richard Byrd Drive Repairs Dear Mr. Chutchian: At your request, we have investigated repair options for the Richard Byrd Drive pavement replacement project Mr. Mike Ebeling, P.E. and Mr. Michael Hutchison, P.E. visited the site on November 9, 2004 to evaluate repair alternatives to the pavement. After assessing the condition of the area in question, we considered three options that would address the Town's concerns. The viable options are: 1) Removal and replacement of the entire three-inch asphalt surface course and restriping. 2) Milling one inch ofthe entire asphalt surface and applying a one inch overlay and restriping. 3) Milling!!.i" of the entire asphalt surface, edge milling the entire length of the north edge of the asphalt surface (along the hangar) as well as strategic areas on the south edge (to accommodate drainage) and applying a one inch overlay and restriping. After careful consideration of the above alternatives, we recommend option three as the most practical option for this situation. The!!.i" milling over the entire surface is to remove the seal coat on the existing surface. The seal coat has the potential of reducing the bonding capability between asphalt layers. The contractor will need to comply with all federal, state, and local regulations in hauling off the milled material. We have included the attached cost estimate of option three for your use, and estimate the construction cost ofthis strategy to be approximately $52,000. Thank you for the opportunity to assist in this matter. Please contact me with any questions you may have. Very truly yours, . 􀁈􀁎􀁔􀁂􀁃􀀻􀀺􀁚􀀻􀁾􀀠 D. 􀁈􀁏􀁉􀁾􀁾􀁲􀁾i.{ Enclosure M:\JOBSU9131.RicllardByrdApron\cOMMMTGS\l..ErrERS\one incb overlayrecommendatioll lllOO4,doc The HNTB C&mpantes OFFlCE:l: 􀀮􀁾􀁬􀀮􀁘􀁘􀀮􀁁􀁾􀀩􀀻􀀻􀁕􀁁􀀮􀀠 \"A, ANN... rOll:t hiD, ATlAtn'A, Ok AUSTIN, 1');: \1ATON ROlH,;';, LA; UOSTON. MA, CI1ARUl'iTON, .'M CH!>RL.£STON. wv, CHICAGO. 11..: ClY.\"ELANn. OM: COU?>l$'S. On. D..uL'.,,s. lh' DEN\U. co; DETROIT. MI; fUtiNli. W\", l'AUUlEtn, 1'1]; fj, WORTH, TX. HAtrrFORD, 0, 􀁈􀁏􀁕􀁾􀀬 1)\, ll'lI)!MolAl'OW'. 􀁉􀁾􀀠IRVlNl'. Ci.: KA....􀁾􀀢...􀁾􀀠an", MO; KNQx\1llt. TN! ).ANSING. Mil 1.0$ 􀁁􀁎􀁇􀁅􀀱􀁅􀀮􀀮􀁾􀀬􀀠0.: LOlll!NlUlt. Xl'; 􀁾􀁉􀁁􀁦􀀩􀁊􀁾􀁏􀁎􀀮􀀠wt: MU!JJI. F4 MiLWAUKEE, 'I):'f; MIN!'iEAPOUl', },IN, 􀁎􀁁􀁾􀁈􀀧􀁜􀁯􀀱􀁌􀁕􀀺. .,.., NEW 􀁙􀁏􀁾􀁾􀀮􀀠f,lY, OAKL\NO. Co\., Oru..o,NIlO. J.-1.: O\11J\V.ND PARA. 􀁾􀀧􀁬􀀻􀀠PlYMOVTli 􀀺􀀧􀀱􀁅􀁅􀀡􀁬􀁾􀀢􀁇􀀮􀀠VA: YOI'ITL\Nll. !>I£: POR'T't.AND. 011: RAUJGn. NCi. m'. lOUl:!', MO, S.UT lAKE cnY.r'r, MN ...mONlo. n;: ::AN IJERHAI\J)uKJ. co" $"'1'1 FRANOSCO. CAl $.\."" )O:'F.. 0., Sf.J.T'T1.£, '«iA; 􀁔􀁁􀁾􀁗􀀢􀀧􀀮􀀠fI.: TOW)(), 011, \\" ....􀁾􀁈􀁉􀁾􀁇􀁬􀁏􀁋􀀠I'I,C. TOWN OF ADDISON RICHARD BYRD DlUVE PAVEMENT REPLACEMENT ONE INCH OVERLAY AND RESTRIPING Estimate of ConStrul:UOIl Cost ! ITEM NO. DESCRIPTION I I PAVEMENT \VEDGE MILLING (6 􀁦􀁾􀀩􀀠 , 2 PAVEMENT BUTT TOINTMIUING 3 PAVEMENT MlUlNG (1/4" DEPTH) I 4 PRIME COAT 5 HOT MIX ASPHALT, TYPED, I" 6 6" SOLID YEUOWTAXlLANE CENTERLINE MARKING ESTIMATED OUANTITY 1085 i 628 5889 1665 400 1,900 I 1 UNITS UNITPRlCE: COST I LF $3.16: $3431 SY 1 $5.75: $3 611 SY : $1.95L $11483 GAL $2.131 $3 543 TON $57.50 $23,000 LF $3.45 $6,555: SUllTOTAL $516231 1 TOTAL, $51,623 Notes: ·A.pbalt Quantity based upon 7240 square yatds of pavement 􀁍􀀺􀁕􀁏􀁂􀁓􀁜􀀳􀀹􀀱􀀳􀀱􀀭􀁒􀁬􀁴􀁨􀁥􀁲􀁤􀁂􀀩􀀧􀁮􀀱􀁾􀁲􀁯􀁮􀁜􀁃􀁏􀀤􀁔􀁁􀁃􀁃􀁔􀁜􀁬􀀱􀀠Ind'! overtay esUmeta.xi$}Sheet1 SAY, $52,000.00 lIN1'B 􀁃􀁯􀀥􀁰􀁯􀁾􀀱􀁩􀁯􀁮􀀠 11/10/2604 HP LaserJet 3200S8 HP LASERJET 3200 invent NOV·10-2004 4:24PM Fax Call Report Job Date Time Type Identification Duration Pages Result 746 11/10/2004 4:23:10PM Send 92146722370 1:22 3 OK TO'-\<'NOF AVDISON PUBLIC WORKS To' ,M"'" /ltl.-L CornpiU)'l Cphd...B 􀀨􀀷􀁾 pJ""""" PhODC: 9'12J4D.. 􀁾􀁾􀀠 'FAX#,_2!4:-;;7;,-237'" PIlI: 91lI4!O-1837 JUG! Wutgrove P,O. Bo:I 90.0 􀁁􀁤􀁤􀁬􀁳􀁯􀁵􀁾TX 􀀷􀀡􀁏􀁏􀁴􀁾􀀹􀀰􀀱􀁮􀀠 5910 Iv.Plmm /t,r).:U'lIJ' I : I 􀁾 i i =) ARCHITECTS ENGINEERS PLANNERS Sffile200 P/ww,Te,\'(IX 7'5093 November 10, 2004 (972) 661·5626 I-:'-IX (972) 661-56/4 1I'/I'II,./JI"b.,'UIIl Mr. Steve Chutchian, P.E. Assistant City Engineer Town ofAddison 16801 Westgrove Drive Addison, Texas 75001-9010 Re: Richard Byrd Drive Repairs Dear Mr. Chutchian: At your request, we have investigated repair options for the Richard Byrd Drive pavement replacement project. Mr. Mike Ebeling, P.E. and Mr. Michael Hutchison, P.E. visited the site on November 9, 2004 to evaluate repair alternatives to the pavement. After assessing the cond ition of the area in question, we considered three options that would address the Town's concerns. The viable options are: I) Removal and replacement ofthe entire three-inch asphalt surface course and restriping. 2) Milling one inch ofthe entire asphalt surface and applying a one inch overlay and restriping. 3) Milling W' of the entire asphalt surface, edge milling the entire length of the north edge of the asphalt surface (along the hangar) as well as strategic areas on the south edge (to accommodate drainage) and applying a one inch overlay and restriping. After careful consideration of the above alternatives, we recommend option three as the most practical option for this situation. The 1." milling over the entire surface is to remove the seal coat on the existing surface. The seal coat has the potential of reducing the bonding capability between asphalt layers. The contractor will need to comply with all federal, state, and local regulations in hauling off the milled material. We have included the attached cost estimate of option three for your use, and estimate the construction cost ofthis strategy to be approximately $52,000. Thank you for the opportunity to assist in this matter. Please contact me with any questions you may have. Very tru ly yours, . HNTB CORPORATION 􀁾􀁬􀀭􀁢􀁊􀀬􀁟􀀠 D. 􀁈􀁏􀁉􀁾􀁾􀁲􀁾􀀠k' Enclosure M:VOBS\39131-RichardByrdApron\COMMMTGS\LEITERS\one inch overlay recommendation recommendation III004.doc Tbe llNTB COlllpalllcs OFFICE.'" ,\LE..'{Al'OIU.\, 1:.\, 􀀬􀁜􀁎􀀻􀀼􀀧􀀻􀁁􀁉􀀧􀁏􀁬􀀮􀀱􀁾..\IIl, ATI..... 􀀺􀀮􀀮􀀻􀀭􀁉􀀮􀁾􀀮􀀠 G.\..\lISTI;\, TX. lHTOl' RO]"(;E, U, 􀁂􀁏􀁾􀁔􀁏􀁩􀁜..\1,\. CIIA](LESTOl'. 􀁾􀁣􀀮􀀠 􀁃􀁈􀀬􀁜􀁒􀁉􀀮􀁅􀀮􀁾􀁔􀀨􀀩􀁎􀀮􀀠 W\". CIIICM-,O, IL, CLEVEI.. IND, OH. 􀁃􀁏􀁬􀀮􀀱􀀢􀀮􀁜􀁕􀁉􀁉􀁾􀀮􀀠OIl. IJALLIS, TX, DEl'YEI\ CO, DFTROIT, III. 􀁅􀁌􀀢􀀧􀀩􀀧􀀮􀀻􀁾􀀮􀀠III: hl!l(J'IElD, ".1. IT. WOltTH, IT. 􀁉􀁉􀀮􀁾􀁒􀁔􀁆􀁏􀁈􀀡􀁊􀀮􀀠􀁣􀁲􀀮􀁬􀁉􀁏􀁬􀁬􀁓􀂷􀁉􀀧􀁏􀁾􀀧􀀬􀀠TX. ]:-:[)I,I'>AI'OIJS. 1;<';' JRVI:"-:I'. CA. KAl\SAS CITY, ,\10, K'>O:-"'II.I.E, 􀁔􀁾􀀮􀀠 􀁉􀀮􀀮􀀭􀁜􀀩􀁏􀁏􀀻􀁾􀁉􀀻􀀭􀀺􀁃..\11: LOS .\;-:GELES, c·\, 1.0I'jS\·II.I.E t;Y. \1-\1l1.'0;-:. WI. .\IIA.\!1. 1'1., MIL\\;\lit;H, WI, 􀀮􀁜􀁉􀁉􀀩􀁏􀁏􀀻􀁾􀁅􀀮􀁾􀁉􀀧􀁏􀁬􀀮􀁬􀁾..􀁜􀀡􀁾􀀮􀀠 C"ASJlVII.!.F., Te-;, )oo;f\\. YOHK. )OO;Y 􀁏􀀮􀁜􀁴􀀻􀁌􀁾􀀺􀀭􀀧􀁉􀁬􀀮􀀠 Co\. 􀁏􀁉􀁉􀁌􀁜􀁾􀁮􀁏􀀬􀀠VI.: O\·fHL\)oo;1l P·\Ht;. 􀁴􀀻􀁾􀀮􀀠 PLY.\IOlTI! 􀀮􀁜􀁉􀁅􀀡􀀺􀁮􀁾􀁇􀀬􀀠1'.\, POltn_"'m. \11', POHTL·\e-;Il. OH. H,\I.Ell;JI. l'C: 􀁾􀁔􀀠1.0ns, 􀁾􀁬􀁏􀁏􀀮􀀠􀁾􀀮􀁜􀁉􀁔􀀠􀀱􀁾􀁜􀁴􀀻􀁅􀀠crr"\". IT: S,\)'.; ..􀁜􀀢􀀧􀁔􀁏􀁾􀀡􀁏􀀬􀀠T.'\, 􀁓􀁁􀁾􀀠lIERe-;ARnr-...;o. c ..... 􀁾􀁁􀁾􀀠􀁆􀁉􀁌􀂷􀁜􀁾􀁃􀁉􀁓􀁃􀁏􀀬􀀠C\, 􀁾􀀮􀁜􀁾􀀠IOSF, CA, 􀁾􀁆􀀠\n·l.E. \\:\. ·IA\Il'A. Fl.. TOLEDO, Oil, 􀁜􀁜􀀺􀂷􀁜􀁾􀁈􀁉􀁗􀀻􀁔􀁏􀀭􀀢􀀧􀀻􀀬􀀠 n C TOWN OF ADDISON RICHARD BYRD DRIVE PAVEMENT REPLACEMENT ONE INCH OVERLAY AND REb'TRIP1NG Estimate of Construction Cost ITEM ESTIMATED NO. DESCRIPTION QUANTITY UNITS UNITPRICIL COST 1 PAVEMENT WEDGE MILLING (6 fr.) PAVEMENT BUIT :OINT MILLING 1,085 LF 53.16 $3431 2 628 SY 55.75 $3611 3 PAVEMENT MILI,ING (1/4" DEP'P::Il PRIME COAT 5889 SY $1.95 $11483 4 1665 GAL $2.13 53,543 5 HOT MIX ASPHAI:f TYPE D 1" 400 TON $57.50 523,000 6 6" SOLID YELlD\V TAXILANE CENl]':RLINE MARKING 1,900 LF $3.45 $6,555 SUBTOTAL $51 623 $51,623 Notes: -Asphalt QU'lt!ltity based upon 7240 !>quare yards ofpavement. 􀁍􀀺􀁜􀀮􀀮􀁉􀁏􀁂􀁓􀀧􀀼􀀳􀀹􀀱􀀳􀀱􀀮􀁒􀁩􀁲􀀮􀁨􀀳􀁲􀁴􀀡􀁾􀁜􀁣􀁯􀁳􀁔􀁁􀁃􀁃􀁔􀁬􀀨􀁬􀀠inch oye!lay eSlimale,xl$jSheet1 SAY, $52,000.00 HNTB Corporation 11/10/2004 ARCHITECTS ENGINEERS PLANNERS .9()Yeors November 9, 2004 Mr. Steve Chutchian, P.E. Assistant City Engineer Town of Addison 16801 WestgroveDrive Addison, Texas 75001-9010 Re: Richard Byrd Drive Repairs Dear Mr. Chutchian: At your request, we have investigated repair options for the Richard Byrd Drive pavement replacement project. Mr. Mike Ebeling, P.E. and Mr. Michael Hutchison, P.E. visited the site on November 9, 2004 to evaluate repair alternatives to the pavement. After assessing the condition of the area in question, we considered three options that would address the Town's concerns. The viable options are: 1) Removal and replacement of the entire three-inch asphalt surface course and restriping. 2) Milling one inch of the entire asphalt surface and applying a one inch overlay and restriping. 3) Edge milling the entire length of the north edge of the asphalt surface (along the hangar) as well as strategic areas on the south edge (to accommodate drainage) and applying a one inch overlay and restriping. After careful consideration of the above alternatives, we recommend option three as tbe most practical option for this situation. We have included the attached cost estimate of option three for your use, and estimate the construction cost of this strategy to be approximately $41,000. Thank you for the opportunity to assist in this matter. Please contact me with any questions you may have. Very truly yours, HNTB CORPORATION aE"!!:t. Associate Vice President, Central Division Enclosure JDHlmh I !> {' If \ f f; (" >Ii jJ " Ii I " , TOWN OF ADDISON RICHARD BYRD DRIVE PA VE.\lEt-.'T REPLACE..\lENT ONE INCH OVERLAY AND RESTRlPING Estimate ofConstruction Cost ITEM ESTIMATED UNITPRlCE COST NO, DESCJUPTION QUANTITY UNITS 1 PAVEMENT WEDGE MILLING (6 ft.) 1085 LF $3.16 53,431 2 PAVEMENT BUTT JOINT MlLLING 628 SY 55.75 $3,611 3 PRIME COAT 1665 GAL $2,13 $3,543 4 HOT MIX ASPHALT, TYPED, I" 400 TON $57.50 523,000 5 6" SOLID YELLOW TIIXlLANE CENTERLINE MARKING 1000 LF $3.45 $(;,555 SUBTOTAL 540,140 TOTAL: 540,140 SAY: $41,000.00 Notes: -Asphalt Quantity based upon 7240 square yards of pavement. HNTB Corpomtion 11/9/2004 Steve Chutchian To: jhotder@hntb.com Cc: Jim Pierce Subject: Richard Byrd Drive Repairs Jerry: As you might recall, the Town has been wolking with Reboon to correct a surface condition problem that developed on the Richard Byrd project. Your staff and our engineers have been involved with this issue with Rebcon since January of this year. At this time, the Town has notified Rebcon that their corrective seal coat on the project site was not successful and their striping work was totally unacceptable. Our attomey and the Rebcon attomey agree that we need to sit down and work out a viable solution to getting a satisfactory surface at the site. The Town is requesting your assistance in preparing a formal recommendation and aSSOciated cost for correcting the problem. we can set up a letter agreement for your time and effort. We do need to get something back from you as soon as possible. Jim Pierce and I both thought of milling the surface at a depth of one inch and applying a new 1" HMAC overlay and striping it You might come up with a different idea. Your assistance in preparing a recommended action and accompanying cost to perform it would be greatly appreciated. We will use your recommendation In our negotiations with Rebcon. If you have any questions, please let me know. Thanks. steveC. 1 CITYN/' ANAGER October 29, 2004 Ron Whitehead Town Manager Town ofAddison P.O. Box 9010 "",:A'\.uXu ison, 'T.1'.V1\.". '7{5v"0 1 -901' 0 RE: Richard Byrd Drive Pavement Replacement Addison Airport Dear Ron, I have enclosed a letter I wrote to you yesterday expressing our frustration on this project. Today we received a letter from the Town's lawyer asking for Rebcon to participate in dispute resolution. I have been in this business thirty two years and been the majority owner of Rebcon for nineteen years. I have always bent over backwards to do a better than required job on each project we constructed. We feel we have more than exceeded the requirements on this project. I hope you will recognize the Mr. Chutchian has failed to respond to correspondence or to discuss his issues with us. His adversarial nature has apparently led to this new letter and I am obviously upset by his approach to this issue. s truly, 􀁉􀁬􀀢􀁾􀀢􀀠 Vruck Burgett 1868 W. NORTHWEST HWY. DALLAS, TEXAS 75220 972/444-8230 REBCON,'NC. October 28, 2004 Ron Whitehead Town Manager Town ofAddison P.O. Box 9010 Addison, TX 75001-9010 RE: Richard Byrd Drive Pavement Replacement Addison Airport Dear Ron, I am addressing this letter to you because you are the only Town ofAddison administrator that I know personally. Although our relationship is from our church and our children's school, I hope you will assist me and my company, Rebcon, Inc., in a matter with the Town. Rebcon constructed a project at Addison Airport last December. The project . was constructed ahead of schedule, met all specifications, and was accepted. Some months after completion we were told by Mr. Chutchian that our paving had some joints that raveled, which created some loose aggregate and some cosmetically deficient areas. Rebcon went through a long process of proposing various methods to satisfy Mr. Chutchian to rectify these issues. Rebcon, at great expense, repaired various joints by hand and placed a seal coat over the entire surface area. This process is an an FAA enhancement to the asphalt that will provide five to ten years of additional life to this asphalt. It also protects the asphalt from fuel spills and provides a uniform topping to the area. Mr. Chutchian in a meeting on site told my partner Greg Krieg that he would not accept the seal coat we had installed. Obviously Rebcon would not have 1868 W. NORTHWEST HWY. DALLAS. TEXAS 75220 972/444-8230 installed the seal coat without Mr. Chutchian's approval and the understanding that this would satisfy him. I find myself doing something I have not done in almost twenty years of business and that is going to the Town Manager instead of working this out with the Engineering Department. Rebcon has always prided itself on doing the best job in town. The City ofUniversity Park chose us recently when we were third bidder. North Texas Tollway Authority, TXDOT, Plano and other municipalities are pleased when we are low bidder because they know they will get a good job and they know we will do it honestly and with a great attitude. Rebcon went out of its way to please Mr. Chutchian. We spent huge amounts oftime and money trying to please him. Unfortunately what makes him happy is a moving target that we could never find. We know the Town ofAddison has received a product that meets all specifications. We know the project looks good and has received additional enhancement at Rebcon's cost. Mr. Chutchian has never responded to our last correspondence and we would like you to see that we immediately receive final payment for our work. I hope you will be able to assist us in resolving this issue. Yours truly, Rick Burgett President , DEo.-17-2003 WED 11: 30 AM REBCON. INO. FAX NO, 972 444 8234 p, 02 Contractor: Pay Estimate No.; 2 Rebeon, Inc. Project Name: Richard Byrd Drive Pavement ReeonslrueliOn HI68 W. Northwest HWjI. Addison Airport -Addison l Texas Dallas. TX 75220 Estimate P."Od; 12-1-03 to 12-19-03 RI Job # 0316 liTE 􀁾􀀠 c.. t:±10 11 l' 11 M fiC Qt 􀁉􀁾􀀢􀀠 9 􀁾••􀀢􀀧􀁾􀀠 It FOOCA • -Triief Bonus 180 N I if 1.2 0 181 $87.00 􀀧􀀲􀀴􀁏􀀺􀀮􀀮􀀮􀀮􀀮􀀮􀀮􀀮􀁪􀁾􀁎􀀡􀀡􀀭􀁩􀁟􀀮􀀮􀀮􀀮􀀻􀀻􀀺􀀮􀀮􀀮􀀮􀀭􀁉􀀭􀀭􀀧􀀻􀁾􀀷􀀠 􀁳􀁾􀀻􀀺􀀠 GA 􀁾􀀠1117.7 􀁾􀀧􀀬􀀵􀀰􀀠 75 112C 1 DAY $0.00 􀀤􀀱􀁾􀀮􀁾􀀠 1$63" 􀁾􀁾􀀮􀀠 '$1. 􀁾􀀠 Work 􀁃􀁯􀁭􀁰􀁬􀁾􀁴􀁥􀁤􀀠This Month: 152,787.07 Work Completed to Date: Less 10% Retainago: 15278.71 less 10% Relalnage Tolal Due ThiS Month: 13750a,3et . les$ Prev(oue Billings: $69,151.86 Total Due-'This Estimat.: $137,508.M ApprOVed: 􀁾􀀬􀀭􀁾􀀭􀀭􀀭􀀢􀀭􀀭􀀭􀀮􀀮􀀮􀁊􀀭􀀭􀀭􀀭 David Wilde, 􀁔􀁯􀁷􀁮􀁾􀁤􀁤􀁩􀀧􀁏􀀠 \ "age 1 FAX NO. 972 444 8234 P. 03 ...._._._----_. .. .... --.....--.--_._--_._------_............ . ........... _.-._-_..._-_....... . ...... ..... .l"..\ 􀀮􀀬􀁪􀀺􀀮􀁾􀀠 ...k." '_.....LA 2 .. ' : _Z,.9:).LI:!M. _._.._.__________ ?'l-' i -J,.lt..I..t>+51.L:,!j"Q_..:. I 􀁶􀁾􀀮􀀧􀀿....._-"'.,i,."-______._.._.. ii , ( ) I 3 􀁾􀀠 􀀨􀀢􀀻􀀮􀀮􀁾􀀡􀀻􀀻􀀮􀀠 5.1...• 1.8..7 ;A ...J...S.. ,,:> v ""---""--"--... __.___.._f:'1. 􀁾􀁉􀀠LlL!-.1 )< 'i-oJ ..._. __􀀭􀀽􀀭􀁾􀁟􀁉􀁮􀀢􀀬􀀭􀀬􀀭􀁉􀀭􀀽􀁩􀁊􀁾􀀡􀀢􀀬􀀭􀀭􀀬􀁟......_....... . --.---............. __..... .... 􀁴􀀺􀁾􀁾􀀠Iitl.S._.!.:.¥.?C."' ) '1 1.-1-(" 3f' ....._-_.__._.._---_..._......._..... f:l dl J 0 J( Go 5 􀀭􀀭􀀭􀀭􀀧􀀭􀀢􀀧􀀭􀀭􀀭􀁉􀀫􀁲􀀭􀀭􀀧􀀭􀀧􀀴􀀭􀀭􀀢􀀭􀀮􀀺􀁾􀀭.....--.-. ---_._.......... . j J --...... _._ ...... \_'.:y:..1: '. ..<..;6_. ._..􀁾..􀀠 .1.3',( ......-.--.-::. .-. ,S 􀁾􀁏􀀠SP ..-__ -.........._.....__... . ............-________ 􀁾􀀮􀁫􀀠fi.l "'..'1 I.: '2 .r 􀁾􀀮􀁊􀀮􀀮􀀯􀁐􀀿􀀠 Access will be from the emergency gate on the south west corner ofthe airport off ofLindberg Drive. The contractor will not need to contact the tower to gain access to the site but he/she will be required to maintain the security ofthe gate at all times. Contactor and anyone on their staff that will be operating a motorized vehicle will be required to go to driving classes sponsored by the Addison Airport. 3 How is payment for removal ofexisting asphalt paid for? » It is covered in the unclassified excavation and is paid for by the cubic yard. 4 Index on the Cover sheet indicates sheets for CP2 and CP3 that were not on the CD with the other plans. Are these sheets missing? » No. The index is incorrect, there are no sheets CP2 or CP3. S Regarding proof-rolling: will tandem wheel truck be acceptable for proofrolling? » Yes. 6 Are there any restricted working hours? }> No. 7 What constitutes a working day? }> One working day can be 24 hours and can include Saturdays and Sundays. 8 Can the site be viewed before the Bid opening? » Site visits will be by appointment only. Contact Lisa Pyles, Luis Elguezabal or Dave Foster with the Addison Airport for a site visit (972-3924850). Page 2 of2 (Addendum No. 1) M,lJoasI39131.ruclwrlByrdApronICLNTPROJlAddondom\Adkndum- ____________ WRITTEN IN WORDS' ___________________ TOTAL OF TIME BID: (Calendar Days) TOTAL OF CALENDAR DAYS X $250.00 (B): BASIS FOR COMPARISON OF BIDS: (A) + (B) =TOTAL BID: NOTES: 1. AU items, labor, materials, equipment, filcilities, incidenlllls, and work required for construction of the project are to be provided and installed by the Contractor as part of the project and payment for the cost of such shall be included in the price bid fpr the construction ofthe project. 2. Prices must be shown in words and figures fur each item listed in this proposal. In the event of discrepancy, the words shall control. 3. It is understood that the Bid Security shall be collected and retained by the Owner as Iiquidsted damages in the event a contract is made by the Owner based on this proposal within ninety (90) calendar days after receiving bids and the undersigned fails to execute the contract and required bonds within ten (10) days finm the date the Contractor is notified and has received the confunned documents. .After this period, if the contract has been executed and the required bonds have been submitted, the said Bid Security sball be returned to the undersigned upon demand. 4. One contract will be awarded based on the total value ofitem] (A). plus (B). Bidders TaxI.D. No. or Employer No. PF·6of7 The undersigned Bidder agrees that this bid may not be withdrawn for a period of sixty (60) days after the opening ofthe bids. In submitting this bid, it is understood by the undersigned Bidder that the right is reserved by the Town of Addison to reject any and all bids. Name ofBidder By: __􀁾____________________________________________________ (Signature) (Print Name and Title) Witoess: ________________________________________________________ (Signature) (Office Address ofBidder) Bidder's Tax 1.D. No. or Employer No. SEAL (lfBidder is a Corporation) NOTES: Sign in ink. Do not detach. PF·7 CJf7 SECTIONSP SPECIAL PROVISIONS Sp-[ SECTIONSP SPECIAL PROVISIONS 1. OWNER The Town of Addison, herein referred to as Owner, party of the First Part of these Contract Documents, or as may be otherwise establisned-through assignment of the contract. 2. ENGINEER HNTB Corporation, Engineer of the Owner, or other representative as may be authorized by said Owner to act in any particular position. 3. FORMS, PLANS AND SPECIFICATIONS Forms of Proposal, Contract, Bonds and Plans may be obtained from the office of Ms. Minok Sub, PUl'chasing Coordinator, Finance Building, 5350 Belt Line Road, Addison, Texas, (972) 450-7091. 4. COPIES OF PLANS FURNISHED Three (3) sets ofPlans shall be furnished to the Contractor, at no charge, for construction purposes. Additional copies may be obtained at cost ofreproduction upon request. 5. PRODUCT RECORD DOCUMENTS Maintenance ofDocuments. The Contractor shall maintain at the job site one record copy of the Contract Drawings, Specifications, Shop Drawings, Change Orders, other modification to the Contract, field test records and other documents submitted by Contractor in compliance with specification requirements. These documents shall be maintained at the job site apart from documents used for construction. These documents are not to be used for construction purposes. The documents shall be maintained in clean, legible condition. The documents shall be made available at all times for inspection by the Owner. Recording. Each document shall be labeled "Project Record Copy" in 2-inch high printed letters. The record documents shall be kept current No work shall be covered until required information has been recorded. Contract Drawings. The appropriate drawing shall be legibly marked to record, where applicable: a. Horizontal and vertical location of underground utilities and appurtenances referenced to permanent surface improvements. SP·2 b. Field changes ofdimension and detail made during construction process. c. Changes made by Change Order or Supplemental Agreement. d. Details not on original Contract Drawings. e. Manufacturer, trade n!lIl1e, catalog number and supplier of each produet and item of equipment actually installed. f. Changes made by Change Order or Supplemental Agreement. g. Other matters not originally specified. 􀁓􀁨􀁾􀀠Drawing. The Contractor shall maintain the Shop Drawings as record drawings and legily annotate shop drawings to record changes made after review. A red felt-tip marking pen shall be used for all recording. Submittal. At the completion of the project, the Contractor shall deliver record drawings to the Owner. The transmittal letter shall be accompanied, in duplicate, with: a. Date, projeer title and number. b. Contractor's D!IIl1e and address. c. Title and number ofeach record document. d. Certification that each document as submitted is complete and accurate. e. Signature ofContraetor or his authorized representative. 6. HOJ,UZONTAL AND VERTICAL SURVEY CONTROL The Contractor will be responsible for horizontal and vertical survey control for this project. Benchmarks and alignment centerline coordinates ate provided on the plans. 7. PERMITS. LICENSES. AND REGULATIONS Permits and licenses of a temporary natore necessary fot the prosecution of the Work shall be secured and paid fur by the Contractor. Permits, licenses and easements for permanent struetores or permanent changes in existing facilities shall be secured and paid for by the Owner, unless otherwise specified. If the Contractor observes that the Drawings and Specifications ate at variance therewith, he shall promptly notify the Engineer in writing, and any necessary changes shall be adjusted as provided in the Contraet for changes in Work The Contractor shall comply with all federal, state and local laws, rules and regulations of every kind and nature applicable to the performance of its Work hereunder, and shall hold the Owner harmless therefrom. 8. REFERENCE SPECIFICATIONS Where reference is made to specifications compiled by others, such ate hereby made a part ofthese Specifications. SP-3 9. REVIEW OF WORK The Owner and his representatives shall have the right to review the Work while such Work is in progress to ascertain that the Work is being accomplished in compliance with the standards and requirements set forth in the Contract Documents. It is also contemplated that similar review will be conducted by governmental inspectors. Notwithstanding such review, the Contractor will be held responsible for the finished Work, and any acceptance of the Work by the Owner or governmental agencies will not relieve the Contractor from responsibility for the Work. The Owner reserves the right to place full-time construction inspectors at the site ofthe Work. The Owner and his representatives shall at all times have access to the Work whenever it is in preparation or progress, and the Contractor shall provide proper facilities for such access, and for review. If the Specifications, the Owner's instructions, laws, ordinances, or any public authority require any Work to be specially tested, the Contractor Contractor shall give the Owner timely notice of its resdiness for testing, and ifthe testing is by an authority other than the Owner, ofthe date fixed for such testing. Tests by the Owner shall be made promptly, and where practicable at the source ofsupply. Re-examination of any Work may be ordered by the Owner, and, if so ordered, the Work must be uncovered by the Contractor. The cost ofthis will be the Contractor's expense and shall not be paid for by the Town ofAddison. 10. INSPECTION Notwithstanding the foregoing, the Town of Addison reserves the right to inspect, test, measure or verify the construction work for this project as the Town deems necessary. 11. SCOPE OF WORK The Work for this Project consists of furnishing all materials, labor, equipment, tools and incidentals necessary to construct, in accordance with the Plans and Specifications, the proposed improvements for Richard Byrd Drive Pavement Replacement. 12. PROPERTY LINES AND MONUMENTS All property comers, control monumentations, construction and survey stakes and mark!; shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor or his employees, such stakes or mark!; shall be replaced at the Contractor's expense as required by the Owner. 13. DISCREPANCIES If the Contractor, in the course of the Work, finds any discrepancy between the Contract Documents and the physical conditions of the locality, or any errors or omissions in drawings or in the layout as given by survey points and instructions, or if it appears that any Plan, Specification or other Contract Document is or may be not in compliance with any building code or other requirement of any governmental body, he shall irumediately inform the Owner in writing, and the Owner shall promptly verify the same. Any Work done after such discovery, until aothorized, will be done at the Contractor's risk. . 81'-4 14. TIME ALWTTED FOR COMPLETION All items of Work included under these contracts shall be completed within the time stipulated by the Bidder in the Proposal Form. The time shall conunence on the date specified in the Notice to Proceed. The Notice to Proceed shall consist ofa written order by the Owner fur the Contractor to proceed with construction ofthe Project. 15. EXISTING STRUCTURES The Plans show the location of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation or extra work or for increasing the pay quantities in any manner whatsoever, unless the obstruction encountered is such as to necessitate changes in the lines or grades, or require the building of special work:, provisions for which are not made in the Plans and Proposal, in which case the provisions in these Specifications for eldra worlc shall apply. 16. EXISTING UTILITIES AND SERVICE LINES The Contractor shall contact all the utility companies which have :fiIeiJities in the vicinity of the proposed 􀁾􀁶􀁥􀁭􀁥􀁮􀁴􀁳􀀠to confirm the horizontal and vertical locations of their respective :fiIeiJittes prior to commencing work. Where a conflict with the prol?osed improvements is encountered, the Contractor shall notifY the Engineer inunediate1y pnor to proceeding with the work The Contractor shall be responsible for the protection of all existing utilities or service lines crossed or exposed by his construction operation. Where existing utilities or service lines are cut, broken or damaged, the Contractor shall replace the utilities or service lines with the same type of original construction, or better, at his own cost and expense. All replacement, backfill and compaction shall be accomplished in strict accordance with the requirements of the owner ofthe utility or service line. 17. PUBLIC PUBLIC UTILITIES AM} OTHER PROPERTY TO BE CHANGED In case it is necessary to change or move the property of any owner or of a public utility, such property shall not be moved or interfered with until authorized by the utility company and approved by the Owner. The right is reserved to the owner of public utilities to enter upon the limits of the Project for the pmpose of making such changes or repaIrs of this contract. 18. LIGHTS AND POWER The Contractor shall provide, at his own expense, temporary lighting and power facilities required for the proper execution ofthe Work 19. PERMITS AND RIGHTS-OF.WAY The Owner will provide rights-of-way for the purpose of construction without cost to the Contractor by securing permits in areas of pub lie dedication or by obtaIning easements across privately-owned property. It shall be the responsibility of the Contractor, prior to the initiation of construction on easements through private property, to inform the property owner of his intent to begin construction. Before beginning construction in areas of public sp·s from the Town ofAddison. .. 20. PRECONSTRUcnON CONFERENCE The successful Contractor( s) and Owner shalI meet at the call of the Owner on this Project. Prior to the meeting, the Contractor(s) shall prepare schedules showing the sequencing and progress of their work and i1s effect on others. These schedules shall be delivered to the Owner in advance of the meeting for his review. The general natore of the woric, materials used, and methods of construction as well as the schedules will be discussed at the meeting. A final composite schedule will be prepared during this conference to allow an orderly sequence ofproject construction. 21. ADDENDA Bidders desiring further information, or interpretation of the Plans and Specifications, must make written request for such information to the Engineer (not later than three (3) calendar days prior to the date set for the Bid opening). Answers to all such requests will be given in writing to all Bidders in addendum form and all addenda will be bound with and made a part ofthe Contract Documents. No other explanation or interpretation will be considered official or binding. Should a Bidder find discrepancies in, or omissions from, the Plans, Specifications or Contract Documents, or should he be in doubt as to their meaning, he shall at once notify the Engineer in writing in order that a written addendum may be sent to all Bidders. 22. WATER FOR CONSTRUCTION The Contractor shall acquire a meter and make the necessary arrangements with the Town of Addison for securing and transporting all water required in the construction, including water required for mixing of concrete, sprinkling, testing or flushing. Water required for construction shall be paid for by the Contractor at the Town of Addison prevailing mtes. There will be no separate pay item for col1llection into the existing water system and quantity ofwater required for construction purposes. 23. EXCAVATION The Contractor shall exercise precautions to insure that drainage from adjacent properties is not blocked by his excavations. 24. CONTRACTOR'S BID The Contractor's Bid shall be on a Unit Price basis for construction of the Project as shown on the Plans and described in the Specifications. 2S. OWNER'S STATUS The Owner shall perform technicai review ofthe Work. He shall also have authority to reject all Work and materials which do not confurm to the Contract and to decide questions which arise in the execution ofthe Work. SP-6 dedication, the Contractor shall inform the agency having jurisdiction in the area forty-eight 0' .oro\ " ',' '.'.' i/'O 􀀮􀁾􀀠 ""-T " _ .... . . 􀁾􀁾􀀮􀀮􀀮􀀮􀀠 ...... • 26. OWNER'S DECISIONS The Owner shall, within a reasonable time after their presentation to him, make decisions in writing on all claims ofthe Contractor and on all other matters relating to the execution and progress ofthe Wotk or the interpretation ofthe Contract Documents. 1.7. LANDS FOR WORK The Owner shall provide as indicated on the Plans fot this Project, or by separate instnln1ent, the lands upon which the Work under this Contract is to be dOne, right-of-way for access to same, and such other lands which are designated on the Plans or in tile Specifications for the use ofthe Contractor. Such lands and rights-of-way shall be adequate for the perfurmance of the Contract. Should the Contractor be delayed as the result of lack of access, this shall be cause for an extension oftime but not for additional cost. The Contractor shall provide at his own expense and without liability to the Owner any additional land and access thereto that may be required for temporary construction facilities. 28. CLEANING UP UP The Contractor shall remove at his own expense daily, all temporary structures, rubbish and waste materials resulting from his operations. These requirements shall not apply to property used for permanent disposal of rubbish or waste materials in accordance with permission of such disposal granted to 􀁴􀁨􀁾􀀠Contractor by the Owner thereof. 29. AWARD AND EXECUTION OF CONTRACT For the pwpose of award, each bid submitted shall conslst oftwo parts whereby: Standard Bid (A) = The correct summation of the products of the estimated quantities shown in the proposal, multiplied by their bid unit prices Time Bid (8) = (CD x Daily Value) = the product of the nUll1ber of calendar days (CD) provided by the Contractor and the Daily Value established by the Town. For purposes ofthis Contract, the Daily Value is $250.00. The lowest evaluated bid (Total Bid) will be determined by the Town as the lowest sum of Standard Bid (A) pins Time Bid (B) according to the following formula: Total Bid" StaDdard Bid (A) +Time Bid (8) 8) Time Bid (B) from the preceding formula will not be used to determine final payment to the Contractor. All payments will be based on actual quantities and bid unit prices. The Town desires to expedite construction on this contract to minimize the inconvenience to the traveling public and to reduce the time of construction. In Qrder to achieve this, an incentive • disincentive provision is established for the contract. The total incentive pll),ment shall not exeeed $5,000.00. A bid with more than 90 days will be considered nonl'eI!Ponsive and will be rejected, SP·7 30. AWARD AND EXECUTION OF CONTRACT In the event the Contractor completes the contract prior to the expimtion of the Original Contract Time, the Town will pay the Contractor an incentive payment of the Daily Value amount specified in provision 29 for each calendar day the actua1 completion date precedes the Original Contract Time and subject to the conditions set forth below. The term "Original Contract Time" as used in this Provision will mean the number of calendar days established by the Contractor for completion of the work of the Contract on the date the Contract was executed. The term "calendar day" as used in this Article will mean every day shown on the calendar. Calendar days will be consecutively counted from commencement of Contract Time regardless of weather, weekends, holidays, suspensions of Contractor's opemtions, delays or other events as !!escnbed herein. For purposes of the calculation and the deternUnation of entitlement to the incentive payment stated above, the Original Contract Time will not be adjusted for any reason, cause or circmnstance whatsoever, regardless of fault, save and except in the instance of a catastrophic event (i.e., war, invasion, riot, declared state of emergency. national strike, or other situations as declared by the Town of Addison). The parties anticipate that delays may be caused by or arise from any number of events during the course of the Contract, including, but not limited to, work performed, work deleted, change orders, supplemental agreements, disruptions, differing site conditions, utility conflicts, design changes or defects, time extensions, extra work, right of way issues, permitting iasues, actions of suppliers, subcontractors or other contractors, actions by third parties, shop drawing approval process delays, expansion ofthe physical limits of the project to make it functional, weather, weekends, holidays, suspensions of Contractor's opemtions, or other such events, forces or factors sometimes experienced in roadway construction work. Such delays or events and their potential impacts on performance by the Contractor are specifically contemplated and acknowledge!! by the parties in entering into this Contract, and shall not extend the Original Contract Time for purposes of calculation of the incentive payment set forth above. Further, any and all costs or impacts whatsoever incurred by the Contractor in accelerating the Contractor's work to overcome or absorb such delays or events in an effort to complete the Contract prior to expiration of the Original Contract Time, regardless of whether the Contractor successfully does so or not, shall be the sole responsibility ofthe Contmctor in every instance. In the event of a catastrophic event (i.e., war, invasion, riot, declared state of emergency, national strike, or other situations as declared by the Town of Addison) directly and substantially afrecting the Contractor's opemUons on the Contract. the Contractor and the Town shall agree as to the number of calendar days to extend the Original Contract Time so that such extended Original Contract Time will be nsed in calculation of the incentive payment. In the event the Cootractor and Town are unable to agree to the number ofcalendar days to extend the Original Contract Time, the Town shall uni1atemlly determine the number of calendar days to extenQ. the Original Contract Time reasonably necessary and due solely to such catastrophic event and the Contractor shall have no right whatsoever to contest such determination, save and except that the Contractor establishes that the number of calendar days determined by the Town were arbitraty or without any reasonable basis. SP-8 The Contractor shall have no rights under the Contract to make any claim arising out ofthis incentive payment provision except as is expressly set forth in this Provision, As conditions precedent to the Contractor's entitlement to any incentive the Contractor must: (l) Actually complete the Contract and obtain final acceptance by the Town prior to expiration ofthe Original Contract Time, (2) The Contractor shall notify the Town in writing, within 30 days after :fina1 acceptance of the Contact by the Town, that the Contractor elects to be paid the incentive payment which the Contractor is eligible to be paid based on the actual final acceptance date, and such written notice shall constitute a full and complete waiver, release and acknowledgment of satisfaction by the Contractor of any and all claims, canses of action, issues, demands, disputes, matters or controversies, of any nature or kind whatsoever, known or unknown, against the Town, its employees, officers. agents, representatives, consultants, and their respective employees, officers and representatives, the Contractor has or may have, including, but not limited te, work performed, work deleted, change orders, supplemental agreements, delays, disruptions, differing site conditions, utility conflicts, design changes or defects, time extensions, extra work, right of way issues, permitting issues, actions of suppliers or subcontractors or other contractors, actions by third parties, shop drawing approval process delays, expansion ofthe physical limits ofthe project to make it functional. weather, weekends, holidays, suspensions ofContractor's operations, extended or unabsorbed home office or job site overhead, lump sum maintenance of traffic adjustments, lost profits, prime mark-up on subcontractor work, acceleration costs, any and all direct and indirect cnsts, any other adverse impacts, events, conditions, circumstances or potential damages, on or pertaining to, or as te or arising out of the Contract. This waiver, release and acknowledgment of satisfaction shall be all inclusive and absolute, save and except any routipe Town final estimating quantity adjustlllents, Should the Contracfcr fail te actually complete the Contract and obtain :fina1 acceptance by the Town prior te expiration of the Original Contract Time, or should the Contractor, having timely completed the Contract and obtained final acceptance by the Town prior to expiration ofthe Original Contract Time but having failed to timely request the incentive payment for any reason, and including but not limited te the Contractor choosing not to fully waive, release and acknowledge satisfaction as set forth in (2) above, the Contracfcr shall have no right te any payment whatsoever under this Article, Notwithstanding the Contractor's election or non-e1ection of the incentive under this provision, the disincentive provision applies te all circumstances where the work in the Contract is not finally accepted by the Allowable Contract Time. Should the Contractor fail te complete the Contract on or before expiration of the Allowable Contract Time. as adjusted in accordance with the provisions above, the Town shall deduct from the moneys due the Contractor the Daily Value as shown in provision 29 for each calendar day completion exceeds the Allowable Contract Time. The term "Allowable Contract Time" as used in this Article shall mean the Original Contract Time plus aqjustlllents pursuant to the statements above , This deduction shall be the disincentive for the Contractor's failing te timely complete the Contract, Tbis sball be strictly elJforced_ SP-II In the event the Contractor elects to exercIse this incentive payment provision, should this provision conflict with any other provision of the Contract; the Contract shall be intetpreted in accordance with this provision. 31. USE OF EXPLOSIVES Use of explosives will not be allowed 32. PROJECT MAINTENANCE The Contractor shall maintain. and keep in good repair, the improvements covered by these Plans and Specifications during the life of bis conmwt. 33. DISPOSAL OF WASTE AND SURPLUS EXCAVATION All asphalt, concrete, rock or excavated materia!, or other debris shall be removed from the property and the Town ofAddison. Any required disposal permits and costs shall be the sole responsibility of the Contractor. 34. REMOVM§. ADJUSTMENTS AND REPLACEMENTS Existing pavements, driveways, curbs, gutters, sidewalks. etc., to be removed to filcilitate the construction of the improvements shall be broken up and 􀁤􀁩􀁳􀁾􀀠ot Care shall be exercised to leave a neat, uniform edge or joint at the excavation hmits or sections sections removed where only portions are to be removed. The Engineer will desigtlllte the limits to be removed. Where pavements, driveways, curbs, gntters, sidewalks, etc., shall be replaced, then said replacements shall be to the standard of the previously removed portion or better. Re-sawing ofdamaged edges will be at the Contractor's expense. Existing structures such as manholes, inlets, cleanouts. valve boxes, etc. which are not the pt'OpIlI'Iy ofa private firm or company, or an individual required to move their own property, shall be adjusted, altered or reset to the required elevation and alignment. New materials and worlanansbip necessary shall confurm to the requirements of these Specifications covering the particular Work Salvaged materials in good condition may be used in rebuilding such structures, provided the materials are thoroughly cleaned before their use. These items shall be subsidiary to other bid items unless quantified in the proposal as a separate bid item. All private obstructions which are indicated on the Plans to be moved, will be removed and replaced, or moved to new 􀁾􀁮􀁥􀁮􀁴􀀠locations by the Contractor, without additional payment to the Contractor. Any such additional item which the Contractor moves or causes to be moved for his own convenience shall be at his own expense. 35. TOWN OF ADDISON AFPROVAL This project is subject to final approvalll11d acceptance by Town ofAddison. 36. TRAFFIC CONTROL The Contractor shall be responsible fur providing traffic control during the construction of this Project consistent with the construction plans. Contractor shall coordinate access to the SP·lO site with airport personnel prior to construction activities beginning. Contractor will be required to attend a "Driving School" at the airport prior to construction. All employees of the contractor operating vehicles on the airport property will be required to attend the class. 37. NOT USED 38. FINAL ACCEPTANCE OF WORK Final acceptance ofthe Work is subject to approval by the Town ofAddison. 39. WORK AREA Contractor shall restrict his construction activity to the project limits. 40. CONTRACTOR'S AFFIDAVIT OF BILLS PAID The Contractor shall be required to execute the form provided in Section BP prior to the acceptance ofthe project. 41. PAY ITEMS Pay items provided are intended to be all-inclusive of the work required on this project. Work reqUIred by the plans or specifications but not provided with a specific pay item shall be considered incidental to other items ofwork Fillal payment to the construction contractor shall not he made until all Wode has been finally completed and verified in accordance with with the construction contract, plans and specifications and have been finally accepted by the Town ofAddison. 42. SAMPLES AND TESTS OF MATERIALS The Contractor shall des.te and pay a recognized testing laboratory, approved by the Owner, to perform aU 􀁾mix design for this project Such designation shall be subject to the approval of the Owner. Samples of all materials for tests shall be taken by the Contractor's authorized representative at the discretion ofthe Owner. All samples and tests shall be performed in accordance with the Standard Specifications for Public Works Construction, North Central Texas Council of Governments (3r and direction of offset; left, right, east, west, etc, f. Cutto subgrade, pavement, top ofcurb, or flowline ofthe street or utility being staked. g. Clarifyi.ng remarks such as top of curb, gutter, pavement, subgrade, manhole, cleanout, valve, tee, cross, fire hydrant, wastewater lateral, water service, etc. h. Cut sheets shaH be signed by a Texas Registered Professional Land Surveyor. 49. GEOTECHNICAL INFORMATION Geotechnical information was obtained from the document BCS ltd Report "Airport Parkway realignment and Richard Byrd Drive Apron Reconstruction", included in the Appendix of these specifications. 50. GRASS REPAlB No sepamte pay shall be made for repair of damaged grass areas, not indicated on the plans, but such work shall be subsidiary to the various other items bid. Repair shall comply with applicable specifications elsewhere in the Contract Documents. 51. NOT USED 52. WOBKEM' COMPENSATION INSURANCE COVERAGE A. Definitions. Certifieate of Coverage ("certificate") -A copy of a certificate of insurance, a certi:ficate of authority to self insure issued by the Texas Workers' Compensation Commission (the 􀀢􀁔􀁗􀁃􀁃􀀧􀁾􀀬􀀠 or a coverage agreement (TWCC-Sl, TWCC-S2, TWCC-83 or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project DQradon of tke Project -includes the time from the beginning of the work on the project until the Contractotslperson's work on the project has been completed and accepted by the governmental entity. SP·13 Pel'$Ons Providing Serviees on the Projeet ("subcontractor" in Section 406.096 of the Texas Labor Code) -includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless ofwhetber that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity or employees of any entity which furnishes persons to proVlde services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project. such as foodlbeverage vendors. office supply deliveries, and delivery ofportable toilets. B. The Contractor shall provide coverage, based on property reporting of classification codes and payroll amounts and filing of any coverage agreement. which meets tha statutory requirements of Texas Labor Code, 401.011(44} fot all employees of tha Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the Owner prior to being awarded the contract. D. If the coverage period shown on the Contractor's COJTeIlt certificate of coverage ends during the du:ranon of tha prQject, the Contractor must, prior to the end oftha coverage period, file a new certificate of coverage with the Owner, showing that the coverage has been extended. . E. The Contractor shall obtain from each person providing services on the pr{)ject, and provide to tha Owner! (I) a certificate of coverage, prior to that person beginning work on the project, so that the Owner will have on file certificates of coverage showing coverage for all persons providing services on the project; and, (2) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on tha current certificate ofcovetage ends during the dm:ation ofthe project; F. The Contractor shall retain all required certificates of coverage on file for the duration ofthe project and for one year thereafter. G. The Contractor shall notify tha Owner in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects tha provision of coveIage of any person providing services on the project. H. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the TWCC, informing all persons providing services on the project that they are required to be covered, and statJng how a person may verify corrent coverage and report failure to provide coverage. 1. The Contractor shall contractually require each person with whom it contracts to provide Services on a project to: SP-14 (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of TeXllS Labor Codes 401.011 (44) for all its employees providing services on the project, for the duration ofthe project; (2) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees ofthe person providing services on the project, for the duration ofthe project; (3) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate ofcoverage ends during the duration ofthe project; (4) obtain from each person with whom it contracts, and provide to the Contractor; a. a certificate of coverage, prior to the other person beginning work on the project; and, b. a new certificate ofcoverage showl:nJ! extension ofthe coverage period, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration ofthe project. (5) retsin all required certificates of coverage on file for the duration ofthe project and for one year thereafter; (6) notify the Owner in writing by certified mail or personal delivery, within 10 days afrer the person knew or should have known, of any change that materially affects the provision ofcoverage ofany person providing services on the project; and (7) contractually require each other person with whom it contracts to perform as required by paragraphs (I) • (7) with the certificate of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or 􀁣􀁡􀁵􀁳􀁾 to be provided a certificate of coverage, the Contractor is representing to the Owner that all employees ofthe Contractor who will provide services on the :project will be covered by worker's compensation coverage for the duration of the proJect, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case ofa self-insured, with the lWCC's Oivision of Self-Insurance Regulation. Providing Ihlse or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. K. The Contractor's failure to comply with any ofthese provisions is a breach of contract by the Contractor which entitles the Owner to declare the contract void if the Contractor does not remedy the breach within ten days afrer receipt of notice of breach from the Owner. The following is the form of notice of workers' compensation coverage prescnbed by the TWCC. Pursuant to Section 110.110 (d) (7). this notice must be printed with a title in at least 30-point bold type, and text in at least 19-point nominal type, and shall be in both English and Spanish and any other language,common to the worker population. SP·IS REQUIRED WORKERS' COMPENSATION COVERAGB "The Jaw requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. "Call the Texas Workers' Compensation Commission (TWCC) at (512) 440-3789 to receive further information on the legal requirements for coverage, to verify whether your elllployer has provided the required covetage, or to report an employer's failure to provide coverage." 53. PROJECT TRAll..ER AND STAGING AREA A. The Contractor will not be required to J?!Ovide a job trailer for meetings, phone conversations and other day to day activities. Meetings can be held at the Town of Addison Service Center. 54. NOTUSED 55. RESTRICTED WORK HOURS Per the Town of Addison Building Regulations, ""It shall be unlawful for a person, :firm or cmporation to excavate, erect, build, construct, alter, repair or demolish any building or structure which has been issued or which is required to be issued a building permit by the Town of Addison between the hours of 7:00 p.m. and 7:00 a.m. Monday through Friday, and between the hours of 7:00 p.m. and 8:00 a.m. on Satnrday and Sunday, if such activity ,is performed within a residential, apartment, or townhouse zoned area, or within three hundred (300) feet of an occupied residence, except in casas of urgent necessity or in the interest ofpublic safety and convenience, and then only by permit ofthe City Manager." 56. PREVAILING WAGE RATES Wage rates paid on this project shall not be less than specified in the schedule of general prevailing rates ofper diem wages as attached hl\lfeto. SP-16 SECTION T TECHNICAL SPECIFICATIONS T·l M:I10BSI39131-RlclumlllyrdApronICLN'l':PROlIAddendumIOOS-TocltSpee•.doe SECTION l' 􀁬􀀧􀁅􀁾􀁃􀁁􀁌􀁓􀁐􀁅􀁃􀁾􀁃􀁁􀀱􀀧􀁉􀁏􀁎􀁓􀀠 I. GENERAL All materials, construction methods, and standard drawings for fuis project shall be in conformance wifu Town of Addison standards and specifications and fue North Cenlral Texas Council of Governments "Standard Specifications for Public Works Construction" (3"j Edition, 1998), as amended or supplemented. Where conflicts exist, fue Town of Addison standards and specifications shall govern. II. SUPPLEMENTAL SPECIFICATIONS Amendments to fue Nor1h Central Texas Council of Governments Standard Specifications for Public Works Construction. Where conflict exists, Town of Addison standards and specifications shall govern. ID. SECTIONM-IOl-MOBII.JZATION IV. SECTION M-I02 MAlNl'ENANCE OF TRAFFIC V. SECTIONP-620-RUNWAY AND TAXIWAY PAINTING VI. SECTION NPDES -STORMWATER POLLUTION PREVENTION PLANS VII. SECTION l'R -TOWN OF ADJ)ISON TESTING REQUIREMENTS S VIII. SECTION PS -PROJECT SIGN T-2 M,\JOBS\'l9131-lli<:lunrlllynlApronICLNTPROMdliendumIOO5-Tcch Spec,.d oc SECTION SW3P STORMWAUR POLLUTION PREVENTION PLAN SW3P-l SECTION SW3P STORMWATER POLLUTION PREVENTION PLAN I. The Contractor will not be requited to ptepare a sepatate Storm Water Pollution Prevention Plan. The Erosion Control Plan included in the construction plans will be sufficient. 2. The Contractor will be required to fill Qut the CONSTRUCTION SITE NOTICE for the Texas Commission on Enviromnental Quality (TCEQ) Storm Water Program -TPDES GENERAL PERMIT TXR150000. The Contractor shall keep a copy ofthis at the construction site and be prepared to present it to local, state, or federal officials visiting the site. The Contractor is responsible for filling out the forms and providing them to the correct individuals and agencies. 3. A copy ofthe forms ate located in the back ofthis section. Payment: There will be no separate payment for this task. All costs associated with the filing of furms and other necessary items required to stay in compliance with the TCEQ will be the responsibility of the Contractor. SW3p·2 Attachment 1 TPDES General Permit TXR150000 CONSTRUCTION SITE NOTICE FOR THE Texas Commission on Environmental Quality (TCEQ) Storm Water Program TPDES GENERAL PERMIT TXR150000 The following information is posted in compliance with Part n.D.!. of the TCEQ General Permit Number TXRlSOOOO for discharges of storm water runoff:from construction siles. Additional information regarding the TCEQ $loon water permit program may be found on the inlernet at: Contact Name and Phone Number: Project Description: 􀀺􀁐􀁾􀀻􀁦􀁾􀁾􀁾􀁬􀁥􀁾􀁡􀁤􀁾􀁩􀁾􀁤􀁾􀁲􀁾􀁥􀀺􀁾􀁳􀁓􀁾􀁤􀀨􀁯􀁲􀀠descrfption of the sile's oc start date and projected end that disturbed soils will be For Construction Sites Authorized Under Part 11.0.1. the following certification must be completed: I (l'yped or Printed Name Pmoo Completing This Certification) certify under penalty of law thatIhave read and understand the eligibility requirements for claiming an authorization by waiver under Part IID.!. ofTPDES General Permit TXR150000 and agree to comply with the the terms of this permit Construction activities at this site shall occur within a time period listed in Appendix A ofthe TPDES general permit for this county, that period beginning on and ending on . I understand that ifconstruction activities continue past this period, all storm water runoff must be authorized under a separate provision of this general permit. A copy ofthis signed notice is supplied to the operator of the MS4 if discharges enter an MS4 system. I am aware there are significant penalties for providing false information or for conducting unauthorized discharges, including the possibility offine and imprisonment for knowing violations. Signature and Title Date Page 32 Attachment Z TPDES General Permit TXR150000 --...:... -0.-:-􀁾􀁾􀀠"􀀭􀀭􀀭􀀭􀀭􀀭􀀮􀁾􀀭􀀭􀀭........... CONSTRUCTION SITE NOTICE FORmE Texas Commission on Environmental Quality (TCEQ) Storm Water Program TPDES GENERAL PERMIT TXR150000 The following information is posted in compliance with Part D.D.2. of the TCEQ General Permit Number TXR150000 for discharges of storm water runoff from construction sites. Additional information regarding the TCEQ storm water permit program may be found on the internet at: Contact Name and Phone Number: Project DeSCription: '{Phvsic,,,laddress or description of the site's ocalilon. estilnat'9d start date and projected end that disturbed soils will be Location of Storm Water Pollution Prevention Plan: Sites certification must be completed: I (TypednrI'rinledN.,..Pers""ComplelingThlsCertificatiOll) certify under penalty of law that I have read and understand the eligibility requirements for claiming an authorization under Part II.D.Z. of TPDES General Permit TXR150000 and agree to to comply with the terms oftlris. permit. A storm water pollution prevention plan has been developed and implemented according to permit requirements. A copy of this signed notice is supplied to the operator of the MS4 ifdischarges enter an MS4 system. I am aware there are significant penalties forproviding false information orfor conducting unauthorized discharges, including the possibility offine and imprisonment for knowing violations. Signature and Title Date Page 33 SECTlONPS PROJECT SIGN PS-l M:\10llSI39131-RiohaIdByrdApronlCLNTI'ROMddr-&==--_I-A,t--=-___ The following to be executed if the CONTRACTOR is a corporation: I, 􀁒􀁯􀁢􀁾􀁲􀁴􀀠C. Bibby, certiJY that I am the secretary of the corporation named as CONTRACTOR herein; that R. E. Burgett--> who signed this Contract on behalf of the CONTRACTOR is the President of said corporation; that said Richard Byrd Drive Pavement Replacement Contract was duIy signed for and in behalf of said corporation by authority of its governing body, and is within the scope of its corporate powers, Corporate Seal CA-2 'REBCONJ,NC. July 30, 2004 Mr. Steve Chutclrian Town of Addison P.O. Box 9010 Addison, TX 75001-9010 RE: Richard Byrd Drive Pavement Replacement _Addison Airport Dear Mr. Chutchian: After our meeting on-site, Tuesday, July 27,2004 Rebcon has given considerable thought to your verbal directive to mill out I" to 1.5" ofAsphalt and replace it with a fine-graded asphalt. We have examined the site and found the surface to be superior to the product originally specified. There are some fuel spots that have degraded the asphalt and the striping is not to our otandards. Rebcon will attempt to root out any visible spots where the spilled fuel has degraded .the asphalt when we come to a fmal agreement to the solution to tlris problem. . . The original problem seems to have been forgotten, which was a cosmetic issue WIth the joints. There was aggregate releasing due to excessive raking at 􀁴􀁨􀁾􀀠joiri'ts, and Rebcon 􀁾􀁣􀁣􀁥􀁰􀁴􀁥􀁤􀀠.' responsibility for this as our workmanship. We were going t'emil! and "eplace the the joints at 'Jll1 expense, but your office was concerned about having two joints instead ofone. Rebcon, in consideration ofyour wishes, and at greater expense to us, searched for another solution. At the meeting on June 18, 2004 Rebeon presented to you and your staff an FAA specifIed product (coal ter emulsion) to solve the joint problem which was recommended to us by TXDOT AviatIOn. You agrced the product was acceptable and said to proceed with the coal tar emulsion, and we completed this after repairing some drainage problems. At the on-site meeting on July 1.7 you said the coal tar emulsion has compromised the entire surface, and it had to be removed. We see no evidence ofthat and disagree completely. The majority ofthe surface is in perfect condition except for some groups of small areas were the asphalt under the seal coat has lost its adhesive properly's. On the surface ofthe coal tar there are many fuel spots that have been spilled since the coal ter was placed. This has happened in a 2 week time frame. It is therefore reasonable to assume that the time frame from when we paved the asphalt to the time the coal tar was placed that there would be about 12 times as many fuel spots on the asphalt prior to the coal tar emulsion being placed. We don't know the cause of the fuel spills on the pavement area; whe.ther the planes are emptying their fuel/water separators, if youjUstIiave a lotofleaky 􀁰􀁬􀁡􀁾􀁥􀁳􀀬􀀠or fueling trucks, but the product you 􀁨􀁡􀁶􀁾􀁮􀁯􀁜􀁹􀀠is. resistant to fuel arid5vill provide ij longerJifeunder lhe'currel)t conditions than just asphalt as origiilal!y specified..' . ". '. . .' . . . ........ .... . Fuel spills pnor to the 􀁥􀁭􀁵􀁬􀁳􀁩􀁾􀁮􀀮􀁢􀁥􀁩􀁮􀁧􀀠placed have damaged the asphalt in small spots across the pavement. Rebcon does not accept re'sponsibility for this damage, and we believe tliatthe practices employed by your tenants caused this and would do the same thing to any asphalt 1868 W. NORTHWEST HWY. DALLAS. TEXAS 75220 972/444-8230 REBCON,'NC. surface. We believe the best chance for getting you the best long term product is to repair the • areas that are pulling up where the fuel was spilled. We will root out the obvious fuel damaged· • areas of asphalt and replace the emulsion cap. Rebcon is willing to do this at our expense even though this is not a workmanship issue. Another issue brought up at the July 27 meeting was that you could turn your tires and cause the surface to deform. I tried this practice with my truck and only slightly marred the surface. It was about 85"F when we tried this at the end ofthe meeting. I have found that this is common with asphalt as it is a flexible pavement and will deform under certain loads especially in higher temperatures. I believe there are only a few asphalts that would resist marring to the extent you may want such as-stone matrix asphalt or asphalt with very hard oil. Superpave guidelines say to use one or two grades higher ofoil for slow Or standing traffic, which is certainly the case in this situation. Since PG64-22 is standard and what was specified in this climate you might go to PG70 or PG76 in future projects ofthis nature ifyou want to reduce the marring characteristics of the asphalt. I realize that this does not apply to the fuel damaged areas because those appear to have no adhesion in the top inch or so ofthe asphalt. We are displeased when we have an Owner that is unhappy with the work we do for them. This is a rare situation for us, and we've gone to a lot ofexpense without complaining to try to make things right for the Town ofAddison and the Airport. However, having gone to this expense and effort only to have to remove and replace the product is an unreasonable request. The original.:.' work was tested and accepted and the corrective action we were taking was only to correct a .". cosmetic workmanship issue. We provided an FAA approved seal coat which has enhanced your pavement not only cosmetically but has provided fuel resistance and structural value. We would like to resolve resolve this issue by re-striping and repairing the exposed fuel damaged areas, but we would first like to meet with you and Jim Pierce to discuss possible solutions. Please reconsider your position and let us know what you decide, Sincerely, REBCON, INC. 􀀮􀁾􀁾􀀭􀀭 Cc: Ron Whitehead -City Manager Jim Pierce -Public Works 1868 W. NORTHWEST HWY. OALLAS, TEXAS 75220 972/444-8230 REBCON,'NC. July 30, 2004 Mr. Steve Chutchian Town ofAddison P.O. Box 9010 Addison, TX 75001-9010 RE: Richard Byrd Drive Pavement Replacement Addison Airport Ner ,/" Dear Mr. Chutchian: //After our meeting on-site, Tuesday, July 27 􀀧􀀲􀀰􀀻􀁴􀁾􀁯􀁮 has given considerable thought to your verbal directive to mill out I" to 1.5" ofAsphal nd replace it with a fme-graded asphalt. We have examined the site and found the surface be superior to the product originally specified. There are some fuel spots that have degraded tfie aspfuiJ! and the striping is not to our standards. Rebcon will attempt to root out any visible spots where the spilled fuel has degraded the asphalt when we come to a fmal agreement to the solution to this problem. /" ,("V(...\ \ \ 􀁾􀀠 The original problem seems to have been forgotten, which was a cosmetic issue with the joints. There was aggregate releasing due to excessive raking at the joints: and Rebcon accepted responsibility for this as our workmanship. We were going to mill and replace the joints at our expense, but your office was concerned about having two joints instead ofone. Rebeon, in consideration ofyour wishes, and at greater expense to us, searched for another solution. At the meeting on June 18,2004 Rebcon presented to you and your staff an FAA specifIed product (coal tar emulsion) 10 solve the joint problem which was recommended to us by TXDOT Aviation. You agreed the product was acceptable and said to proceed with the coal tar emulsion, and we completed this after repairing some drainage problems. At the on-site meeting on July 27 you said the coal tar emulsion has compromised the entire surface, and it had to be removed. We see no evidence ofthat and disagree completely. The majority ofthe surface is in perfect condition except for some groups ofsmall areas were the asphalt under the seal coat has lost its adhesive property's. On the surface ofthe coal tar there are many fuel spots 􀁴􀁨􀁡􀁴􀁾􀁥 been spilled since the coal tar was placed. This has happened in a 2 week time frame. It is therefore reasonable to assume that the time frame from when we paved the asphalt to the time the coal tar was placed that there would be about 12 times as many fuel spots on the asphalt prior to the coal tar emulsion being placed. We don't know the cause ofthe fuel spills on the pavement area; whether the planes are emptying their fuel/water separators, if you just have a lot of leaky planes, or fueling trucks, but the product you have now is resistant to fuel and will provide a longer life under the current conditions than jus! asphalt as originally specified. Fuel spills prior to the emulsion being placed have damaged the asphalt in small spots across the pavement. Rebeon does not accept responsibility for this damage, and we believe that the practices employed by your tenants caused this and would do the same thing to any asphalt 1868 W. NORTHWEST HWY. DALLAS, TEXAS 75220 972/444-8230 REBCON,INC. surface. We believe the best chance for getting you the best long term product is to repair the areas that are pulling up where the fuel was spilled. We will root out the obvious fuel damaged areas ofasphalt and replace the emulsion cap. Rebcon is willing to do this at our expense even though this is not a workmanship issue. Another issue brought up at the July 27 meeting was that you could turn your tires and cause the surface to deform. I tried this practice with my truck and only slightly marred the surface. It was about 8SOp when we tried this at the end ofthe meeting. I have found that this is common with asphalt as it is a flexible pavement and will deform under certain loads especially in higher temperatures. I believe there are only a few asphalts that would resist marring to the extent you may want such as stone matrix asphalt or asphalt with very hard oiL Superpave guidelines say to use one or two grades higher ofoil for slow or standing traffic, which is certainly the case in this situation. Since PG64-22 is standard and what was specified in tms climate you might go to PG70 or PG76 in future projects of this nature ifyou want to reduce the marring characteristics of the asphalt. I realize that tlris does not apply to the fuel damaged areas because those appear to have no adhesion in the top inch or so ofthe asphalt. We are displeased when we have an Owner that is unhappy with the work we do for them. This is a rare situation for us, and we've gone to a lot ofexpense without complaining to try to make things right for the Town ofAddison and the Airport. However, having gone to tlris expense and effort only to have to remove and replace the product is an unreasonable request. The original work was tested and accepted and the corrective action we were taking was only to correct a cosmetic workmanship issue. We provided an FAA approved seal coat which has enhanced your pavement not only cosmetically but has provided fuel resistance and structural value. We would like to resolve this issue by re-striping and repairing the exposed fuel damaged areas, but we would first like to meet with you and Jim Pierce to discuss possible solutions. Please reconsider your position and let us know what you decide. Sincerely, REBCON, INC. 􀀮􀁾􀁾􀀭􀀭􀀭 Cc: Ron Whitehead -City Manager Jim Pierce -Public Works 1868 W. NORTHWEST HWY. DALLAS, TEXAS 75220 872/444-8230 UNITED STATES POSTAL SERVICE First-Class Mail Postage & Fees Paid USPS Permit No. G-10 • Sender: Please print your name, address, and ZIP+4 in this box· 􀁾􀁾􀁾􀀠. 􀁾􀀯􀁤􀁦􀀲􀁾􀀠 􀁪􀀿􀁾􀀠.t5tPK '1tl/O 􀁾􀁁􀀮􀁟􀂷􀀠IL 􀀱􀀷􀁾􀁴􀀧􀀠 Y 75CJtJ/U.S. Postal Service CERTIFIED MAIL RECEIPT (Domestic Mall Only; No Insurance Coverage Provided) o (Endorsemenl Required) f--------j Total Postage & Fee3 $ -. Lf Z 􀁾􀁾􀁾􀁾􀀭􀀭􀀭􀀭􀁾􀁾􀀽􀀽􀀽􀀽􀀽􀀽􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀮􀀠 Postage 􀁦􀀭􀀢􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀧􀀭􀀭􀀧􀀭􀁦􀀢􀁉􀀠 Certified Fee f-------,----'=--=--\-l Cl Return ReceIpt Fee Cl (Endorsement RequIred) f-----'-----'--...'L---j o Restricted Delivery Fee 􀁾􀀠Sent To RE ec0(1/) -I-"/t--c . PS Form 3800, January 2001 See Reverse for Instructions li 1? If YES. enter delivery address below: 3. ServpType Ilr"'"Certified Mall 0 􀁅􀁸􀁾 Mail Ii 0 Registered f'iifo'lidfl ·ptf '1 j IP.re 0 Insured Mail 0 C.O.D_ 4. AeslJiCted Delivery? (Extra Fee) _ 0 Yes 2. ArtiCle Number 5 (TransrerfromseMcj 7001 03bO_0_O_0_O_8_b_5_3_3_2_1__________ PS Form 3811, August 2001 Domestic Rotum Rece;pl f?ua 􀁃􀁲􀁾􀀠 P.e bL6h q'12.-Ctb S-8907 􀁾􀁾􀀠 􀁾􀂣 f-""--􀁾􀁾􀀠 Lru-. -I ' i ! \' ____________________________________ _ 􀁾􀁾􀁾􀁟􀁾􀀡􀀡􀀡􀁩􀁉􀀮􀀬􀀠 Public Works I Engineering 16801 Weslgrove' P.O. 80x 9010 Addison, Texos 75001 Telephone: (9721 450·2871 • Fox: [972J 45()'2837 OATE JOB NO. ATTENTION RE: GENTLEMAN: WE ARE SENDING YOU 􀁾􀁨􀁥􀁤􀀠 D Under separate cover via ______ the following items: D Shop Drawings D Prints D Plans D Samples 0 Specifications D__________________________ D Copy of letter D Change order COPIES DATE NO. J rHESE ARE TRANSMITTED as checked below: D For approval 0 Approved as submitted D Resubmit _______ copies for approval 􀁾􀁆􀁯􀁲 your use 0 Approved as noted D Submit copies for distribution D As requested D Returned for corrections D Return corrected prints D For review and comment 0 o FOR BIDS DUE __________ 1t1___ o PRINTS RETURNED AFTER LOAN TO US REMARKS ___________________________ ::OPYTO 􀁓􀁉􀁇􀁎􀁅􀁄􀀺􀀭􀀫􀁾􀁾􀁾􀁾􀁾􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭 If enclosures are not as noted, please n I: I􀁾 ij i -1 LETTER OF Job No. 39131 The HNTB Companies TRANSMITTAL Date 5910 WQll\ Plano Palkwl!..Y. Suite 200 -?ano, Taxa&: 75093 (912) 6&1 􀁾􀀠 July 14,2004 To: 􀁾􀁍􀁲􀀮􀀠Jim Pierce Re: 16801 Westgrove Drive Richard Byrd Drive Supplemental Agreement No. 1 : Addison, Texas 75001-9010 WE ARE FORWARDING TO YOU: NO. OF COPIES SHEET NO. lAST DATED 1 7112104 , DESCRIPTION Original Executed SUEElemerJtal Agreement No.1 THESE ARE TRANSMITTED: D For approval 􀁾􀀠Foryouruse D As requested D For review & comment PLEASE NOTE; 􀀺􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀮 􀁾􀀭􀁾..--..􀁾..-------. Jim, Enclosed is the subject for your files and records. iRegards, ! ( COPY TO: file Erica Bourne', Project Administrator SUPPLEMENTAL AGREEMENT This Supplemental Agreement, Number 1, to the AGREEMENT FOR ENGINEERING SERVICES, dated July 31,2003 (the Agreement), between Town of Addison (Owner) and HNTB Corporation (Engineer) is made effective as of the 16th day of April, 2004. 1. Engineer shall perform the following Services: • See Attachment A 2. In conjunction with the performance of the foregoing Services, Engineer shall provide the submittals/deliverables (Documents) to Owner: • See Attachment B 3. Engineer shall perform the Services and deliver the related Documents (if any) according to the following schedule: All task listed in item one (1) will be completed within one (1) week of being given Notice-To-Proceed. In return for the performance of the foregoing obligations, Owner shall pay to Engineer the amount of $2,000, for a total contract amount of $26,851, payable according to the following terms: Payments will be made based upon the provisions of the original contract, with a corresponding increase in the total contract amount. Except to the extent modified herein, all terms and conditions of the Agreement shall continue in full force and effect. Town of Addison HNTB Corporation 􀀨􀁏􀁾􀀬􀀬􀀩􀀠 (Engineer) 11 '$ -i!f:j Signature: 􀁾􀀠 51",,,",,, 􀁾􀁊􀁾 b" Name: Iet?;f' 􀁾􀀠 Name: Benjamin J. Biller Title: •A:5sl:, f!tU-􀁄􀁭􀀮􀁾􀀠 Title: Vice President Date: 1-1-0'f Date: 􀁾􀀯􀀻􀁴􀁦􀀧􀁎􀀠04116104 39131 • SA No.1 Richard Byrd Drive ATTACHMENT A SCOPE Scope of services will include drilling of soil borings by drill crews under Consultants direct supervision, laboratory testing of representative soil samples for pertinent engineering properties, and preparation of an engineering report. Three borings will be drilled to a depth of about 10 feet below existing grade. These borings will be advanced using a truck-mounted drill rig through holes cut through the existing pavements. Two bulk soil samples will also be obtained to perform CBR tests. The holes will be backfilled with cuttings and the pavement surface patched with cold-mix asphalt or ready-mix concrete. 04/16104 39131 -SA No.1 Richard Byrd Drive ATTACHMENT B DELIVERABLES Upon completion of drilling operations, the samples will be subjected to laboratory tests (that will include moisture content, Atterberg limits, one lime series, and two CBR tests) followed by the preparation of a written report. The engineering report will include the following items: • Information on site conditions and special site features. • Description of the field exploration and laboratory tests performed. • Final logs of the soil borings and records of the field exploration in accordance with the standard practice of geotechnical engineers. A site location plan will be included. and the results of the laboratory tests will be plotted on the final boring logs or included on a separate test report sheet. • Results of two CBR tests. • Results of one lime series test. • Recommendations for subgrade preparation beneath pavements. 04116104 39131 • SA No.1 Richard Byrd Drive REBCONJ,NC. April 30, 2004 Mr. Steve Chutchian Town ofAddison P.O. Box 9010 Addison, TX 75001-9010 RE: Richard Byrd Drive Pavement Replacement Addison Airport Dear Mr. Chutchian: In response to your correspondence dated April 28, 2004 regarding the referenced project, please find the following: • As I stated in my letter to Mr. Jim Pierce, dated February 2, 2004, the pavement was accepted by the Town ofAddison on December 19,2003 upon which the maintenance period began .. • Rebeon was, and still is, more interested in providing a satisfactory solution to this problem than arguing if it is a maieTials and workmanship issue, so we agreed to correct the problem. The problem is cosmetic in nature, not structural, and the solution you agreed with on Mm'Ch 17,2004 would have addressed this problem. • The work has not been performed yet, so, ofcourse, the problem still exists. In Rebeon's and Lewisville Paving's opinion. furrher deterioration has not occurred such that the heavy sand/seal coat would no longer be a a viable solution. Rebcon should be able to determine what it thinks is the best available option whieh all parties would be pleased with. The Airport Staff is very concerned about aesthetics and durability, and we think this solution addresses both ofthose issues in a positive way. We would not intentionally recommend a solution that would cause both the Owner and Rebcon problems in the future. • Upon your approval of our proposed solution, Rebeon entered into a Subcontract agreement with Lewisville Paving Co. The agreement was entered into in good faith knowing the work would be perionned, and now you have suddenly cancelled work which Lewisville Paving was prepared to perform. • Mr. Walter Holloway, President of Lewisville Paving, said the optimum time to perform the work was mid to late April, because oftemperature, and you agreed to this time frame. Mr. Greg Krieg, ofReb con, Inc., has been arranging an agreeable construction time with Mr. Luis Elguezabal, Assistant Director ofAddison Airport, since late in the week of April 19. Mr. Eiguezabel's schedule, air temperature, precipitation, and Lewisville Paving's.,5chedulc all have to be caordinated in order to perform the work. If you desire;' please confirm this with Mr. Elguezabel. • Rebcon has not failed to expediie the work in an expedient manner, and· we were preparing to. perform the work until you .ca\led Mr. Krieg to stop our efforts on Wednesday, Aprii'28, 2004 .. My. Krieg was waiting until the end ofApril, because he 1868 W. NORTHWEST HWY. DALLAS. TEXAS 75220 972/444-8230 was concerned about temperatures, and he wanted the optimum performance of the seal coat. We were under the impression theTown and the Airport wanted the best performance ofthe material rather than a specific date, until you called Mr. Krieg. • Standard Section 1.42.1, Removal of Defective and Unauthorized work, is not applicable to this situation, because the work was inspected, tested, and accepted by the Town of Addison. Rebcon has agreed to correct the problem as a maintenance issue. • Mr. Krieg met with you at the project site on Thursday morning, April 29, 2004, to discuss the issue. The Town and Airport suggested Microsurfacing as a possible solution to the problem, and requested Rebcon to pursue this option. Rather than pursue this idea, or any other solutions which may be accepted and rejected at a later date, Rebcon wi II hire a consulting engineer to properly study the problem and issue an opinion as to what the correct solution is according to industry standards. We will present this solution to to your fOI' your approval. • Rebcon had a mutually agreed upon solution with the Town ofAddison, which you recently rejected, so we have not caused the delay. We will not be subject to an arbitrary fourteen (14) calendar day correction period, but we will work in an expedient manner to find a mutually agreeable solution so the problem is corrected properly. Nor will we be subject to the deduction of monies due Rebcon. As stated earlier, this is a maintenance issue, so Rebcon has earned all monies due. • Mr. Krieg told me, at the April 29 meeting you said to disregard the letter you were sending regarding this issue. We cannot disregard allegations which damage our credibility and have such serious implications. Unfortunately, this problem exists, and in the future we would be very pleased to have a meeting to discuss any problems or issues you have, rather than receive sllch a letter. We believe a meeting with all responsible palties would be more beneficial and solve the problem sooner. Apparently I have offended you by requesting final payment for this project. My understanding was that Rebcoll would not request final payment until a solution was found and agreed upon. We did this as a show of good faith, even though the project had been completed and accepted. Upon your acceptance of our solution to this problem, I then started pursuing final payment. One reason I have called the Airport twice for payment help is because of the confusing issue of funding for this project and who is responsible for payment. Our second application for payment took a very long time for processing, and I had to contact several people to find out when we would receive payment. I apologize if you had a different understanding, and we will continue to wait for full payment until this problem is corrected if that is your desire. Sincerely, REBCON, INC. :I, April 28, 2004 REBCON, INC. 1868 WEST NORTHWEST HIGHWAY DALLAS TEXAS 75220 Attention: Mr. Robert Bibby Re: Town of Addison, Texas Richard Byrd Drive Pavement Replacement Final Acceptance of New Asphalt Pavement Dear Mr. Bibby, Please refer to Rebcon, Inc.'s correspondence ofMarch 15,2004 to Mr. Steve Chutchian, Town of Addison, in which a procedure is outlined for the repair ofasphalt pavement in a taxiway area at the Addison Airport. The pavement had been previously rejected by the Town ofAddison as defective and failing to conform to contract requirements. The correspondence outlined a method ofrepair which was subsequently verbally accepted by the Town of Addison on March 17, 2004 with a mutually agreed upon completion date of mid to late April, 2004. The failute of Rebcon, Inc. to perform the agreed upon repair in an expedient manner has resulted in an increase in asphalt pavement deterioration such that the seal coat treatment is no longer an acceptable solution. The Town of Addison will require removal and replacement ofthe defective area in a manner acceptable to the Town. Rebcon, Inc. must submit a plan method of removal and replacement fur approval by the Town prior to the work. Please further consider this letter as furmal notice of the intent of the Town of Addison to exercise their authority if necessary under Standard Specification 1.42.1 Removal of Defective and Unauthorized Work. Rebcon, Inc. will be allowed fourteen (14) calendar days from the receipt of this notice to submit a plan, obtain approval of the plan from the Town, and complete the removal and replacement of the asphalt pavement to the complete satisfaction of the Town. The Town will remedy the defective work and deduct the cost of such from the monies due Rebcon, Inc. should Rebcon, Inc. fail to replace the defective work within this allotted time. DATE SUBMITTED: January 6, 2004 FOR COUNCil MEETING: January 13, 2004 Council Agenda ltem: __ SUMMARY: This item is for final payment and acceptance ofimprovements perfbrmed by Rebcon, mc. fur the Richard Byrd Drive Pavement Reconstruction Project. FINANCIAL IMPACT: Budgeted Amount: $400,750 Construction Cost: $229,622.47 Funding Source: 2004 Addison Airport Operating Budget BACKGROUND: Washington-Staubach determined that the pavement on Richard Byrd Drive was severely deteriorated and in need ofimmediate reconstruction. There were several large failures in the pavement that were being temporarily covered by metal plates for access and safety. The firm ofHNTB Corporation prepared engineering plans and specifications for construction ofthese improvements. The project was programmed by the Addison Airport and will be funded from the operating fund account. A contract was awarded to Rebcon, mc. fur construction ofthis project. The original contract price for these improvements was $222,740.50. The final construction cost ofthis project is $224,622.47, which represents a $1,881.97 increase from the original contract amount. The final construction cost was the result ofunscheduled increases in certain quantities, including additional 3" Cement Treated Base material, in the amount of$1,688.00, and other miscellaneous quantity increases. m addition, this project included an incentive/disincentive provision; whereby, the contractor would be awarded $250.00 per day for early completion ofthe project, to a maximum award of$5,000.00. The Town acknowledged the successful completion ofthe construction improvements twenty (20) calendar days prior to the established sixty (60) day period set forth in the contract. Consequently, the total value ofthis project is increased by $5,000.00 (20 days x $250.00/day) to $229,622.47, which reflects the addition ofthe incentive payment to the final construction cost. The contractor has submitted his Affidavit ofBills Paid, Consent ofSurety Company to Final Payment, and One-Year Maintenance Bond. RECOMMENDATION: Staff recommends that Council authorize final payment of$27,462.25 to Rebcon, mc., and accept construction ofthe Richard Byrd Drive Pavement Reconstruction Project. Do not hesitate to contact us if you have any questions. Yours truly, Town ofAddison Steven Z. Chutchian, P.E. Assistant City Engineer Via Certified U.S. Mail, Return Receipt Requested Cc: Michael E. Murphy, P.E. Jerry Holder, P.E. Jim Pierce, P.E. 􀁾􀀡􀀱􀁧􀁩􀁮􀁾􀂧􀀡􀁲􀁩􀁮􀁧􀀠Brief # 46A Page 1 of 43 Engineering Brief # 46A July 12, 1995 Engineering Brief No. 46A, Coal-Tar Pitch Emulsion Seal Coat: AAS-200 All Regions Attn: Manager} Airports Division Enclosed is a copy of Engineering Brief No. 46A. In an effort to clarify the intent of Item P-625, Coal-Tar Pitch Emulsion Seal Coat T issued under Engineering Brief No. 46 1 this engineering brief separates Item P-625 into three specifications, as follows: 1. Item P-625, Coal-Tar Pitch Emulsion Seal Coat. This is a specification for a plain coal tar seal coat. The sand loading ranges from 2 to 5 pounds per gallon of emulsion. 2. Item P-627, Rubberized Coal-Tar Pitch Emulsion Seal Coat. This is a specification for a coal tar seal coat with a rubber additive. The sand loading is 3 to 8 pounds per gallon of emulsion. 3. Item P-628, Rubberized Coal-Tar Pitch Emulsion Slurry Seal. This is a specification for a coal tar slurry with a rubber additive. It can be used to level minor irregularities in the pavement pavement and provide a fuel resistant surface. The sand loading is from 16 to 20 pounds per gallon of emulsion. Please advise this office of any problems encountered in the laboratory or field while using the revised specifications. Sincerely, ORIGINAL SIGNED BY Richard J. Worch DJuly 12 1995 ENGINEERING BRIEF NO. 46A COAL-TAR PITCH EMULSION SEAL COAT The purpose of this engineering brief is to clarify the intent of Item P-625, Coal-Tar pitch Emulsion Seal Coat, issued under Engineering Brief No. 46. The specification has options for a plain or rubberized seal coat and for sand loadings from 4 to 20 pounds per gallon of emulsion. In implementing the specification, several problems surfaced. In numerous cases, the project specifications allowed the contractor to determine the sand loading since the entire range of sand loadings was included in the specification. Also, due to the wording of the specification, many engineers were unaware that a plain coal-tar seal coat could be specified. In an effort to remedy this situation the Item P-625 specification has been broken down into three separate specifications, as follows: http://www.faa.gov/arp/engineering/briefs/eb46a.htm 6/10/2004 sngineE\ring Brief # 46A Page 2 of 43 1. Item P-625, Coal-Tar Pitch Emulsion Seal Coat. This is a specification for a plain coal tar seal coat. The sand loading ranges from 2 to 5 pounds per gallon of emulsion. 2. Item P-627, Rubberized Coal-Tar Pitch Emulsion Seal Coat. This is a specification for a coal tar seal coat with a rubber additive. The sand loading ranges from 3 to 8 pounds per gallon of emulsion. 3. Item P-628, Rubberized Coal-Tar Pitch Emulsion Slurry Seal. This is a specification for a coal tar slurry seal. It can be used to level minor irregularities in the pavement surface and provide a fuel resistant surface. the sand loading ranges from 16 to 20 ponds per gallon of emulsion. It is up to the design engineer to determine the appropriate specification to use, depending on the condition of the pavement. ORIGINAL SIGNED BY Richard J. Worch Civil EngineerJuly 12, 1995 ENGINEERING BRIEF NO. 46 A ITEM P-625 COAL-TAR PITCH EMULSION SEAL COAT DESCRIPTION 625-1.1 This item shall consist of an application of a coal-tar emulsion seal coat, with or without mineral aggregate, applied on an existing, previously prepared bituminous surface, in accordance with these specifications for the area shown on the plans or as designated by the Engineer. The material is intended for use as a fuel resistant sealer. MATERIALS 625-2.1 AGGREGATE. The aggregate shall either be a natural or manufactured angular aggregate and shall be composed of clean, hard, durable, uncoated particles, free from lumps of clay and all organic matter. The aggregate shall meet the gradation in Table 1, when tested in accordance with ASTM C 136. TABLE 1. GRADATION OF AGGREGATES Sieve size Percentage By Weight Passing Sieves No. 8 (2.36 mm) 100 No. 16 (1.18 mm) 97-100 No. 20 (0.85 mm) 85-100 No. 30 (0.60 mm) 15-85 No. 40 (0.40 mm) 2-15 No. 50 (0.30 mm) No. 100 (0.15 mm) 0-2 625-2.2 BITUMINOUS MATERIALS. The bituminous material shall be a coal-tar pitch emulsion prepared from a high temperature, coal-tar pitch conforming to the requirements of ASTM D 490, grade 11/12. Oil and water gas tar shall not be used even though they comply with ASTM D 490. The coal-tar pitch emulsion shall http://www.faa.gov/arp/engineering/briefs/e b46a.htm 6/10/2004 E,nginee,ring Brief # 46A conform to all requirements of Federal Specification R-P-35S except that the water content shall not exceed 50 percent. 625-2.3 WATER. The water used in mixing shall be potable and free from harmful soluble salts. The temperature of the water added during mixing shall be at least 50 degrees F (10 degrees C). The pH of the water added during mixing shall conform to the requirements of the coal-tar emulsion 􀁭􀁡􀁮􀁵􀁦􀁡􀁣􀁴􀁵􀁲􀁥􀁲􀁾􀀠 COMPOSITION AND APPLICATION 625-3.1 COMPOSITION. The coal-tar pitch emulsion seal coat shall consist of a mixture of coal-tar pitch emulsion, waterl and aggregate in proportions that fall within the ranges shown in Table 2. 625-3.2 JOB MIX FORMULA. The contractor shall submit the recommended formulation of water, emulsion j and aggregate and application rate proposed for use to the Engineer at least [ 1 days prior to the start of operations. The mix design shall be within the range shown in Table 2. No seal coat shall be produced for payment until a job mix formula has been approved by the Engineer. The formulation shall pass the fuel resistance test in Appendix A. The job mix formula for each mixture shall be in effect until modified in writing by the Engineer. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * Improper formulations of coal-tar pitch emulsion seal produce coatings that crack prematurely or do not adhere properly to the pavement surface. A minimum of 5 days is recommended for job mix approval. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * TABLE 2. COMPOSITION OF MIXTURE composition and Quantities Type of Water Aggregate Application Rate Seal Coat gaL/gal. lbs/gal. gal./sq.yd. of ernul. of emul. (per application) Sand Slurry 0.15 (max) 2-5 0.15-0.20 Plain Emulsion 0.10 (max) 0.08-0.10 625-3.3 APPLICATION RATE. The sand slurry coal-tar emulsion seal coat shall be applied in two coats. The application rate submitted with the job mix formula shall be verified during placement of the test section and shall fall within the limits shown in Table 2. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * When, in the opinion of the Engineer, an area will be subjected to heavy fuel spillage, a final application of plain emulsion, on a sand slurry seal coat, may be made at the rate of 0.075 to 0.10 gallons per square yard (0.36 Page 3 of 43 http://www.faa.gov/arp/engineering/briefs/eb46a. htm 6/10/2004 􀁅􀀬􀁮􀁧􀁩􀁮􀁥􀁾􀁲􀁩􀁮􀁧􀀠Brief # 46A to 0.5 liters per square meter). * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * 625-3.4 TEST SECTION. Prior to full production, the Contractor shall prepare a quantity of mixture in the proportions shown in the approved mix design. The amount of mixture shall be sufficient to place a test section a minimum of 250 square yards at the rate specified in the job mix formula. The area to be tested will be designated by the Engineer and will be located on a representative section of the pavement to be seal coated. The actual application rate will be determined by the Engineer during placement of the test section and will depend on the condition of the pavement surface. The test section shall be used to verify the adequacy of the mix design and to determine the application rate. The same equipment and method of operations shall be used on the test section as will be used on the remainder of the work. If the test section should prove to be unsatisfactory, the necessary adjustments to the mix composition, application rate, placement operations, and equipment shall be made. Additional test sections shall be placed and evaluated, if required. Full production shall not begin without the Engineer's approval. Acceptable test sections shall be paid for in accordance with paragraph 625-7.1. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * The test section affords the Contractor and the Engineer an opportunity to determine the quality of the mixture in place as well as the performance of the equipment. The application rate depends on the surface texture. If operational conditions preclude placement of a test section on the pavement to be seal coated, it may be applied on a pavement with similar surface texture. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONSTRUCTION METHODS 625-4.1 WEATHER LIMITATIONS. The seal coat shall not be applied when the surface is wet or when the humidity or impending weather conditions will not allow proper curing. The seal coat shall be applied only when the atmospheric or pavement temperature is 50 degrees F (10 degrees C) and rising and is expected to remain above 50 degrees F (10 degrees C) for 24 hours, unless otherwise directed by the Engineer. 625-4.2 EQUIPMENT AND TOOLS. The Contractor shall furnish all equipment, tools, and machinery necessary for the performance of the work. a. Distributors. Distributors or spray units used for the spray application of the seal coat shall be self-propelled and capable of uniformly applying 0.15 to 0.55 gallons per square yard (0.69 to 2.5 liters per square meter) of material over the required width of application. Distributors shall be equipped with removable manhole covers, tachometers, pressure gauges, and http://www.faa.gov/arp/engineeringlbriefs/eb46a.htm Page 4 of 43 6/10/2004 Engineering Brief # 46A volume-measuring 􀁤􀁥􀁶􀁩􀁣􀁥􀁳􀁾􀀠 The mix tank shall have a mechanically powered, full-sweepi mixer with sufficient power to move and homogeneously mix the entire contents of the tank. The distributor shall be equipped with a positive placement pump so that a constant pressure can be maintained on the mixture to the spray nozzles. b. Mixing Equipment. The mixing machine shall have a continuous flow mixing unit capable of accurately delivering a predetermined proportion of aggregate, water, and emulsion, and of discharging the thoroughly mixed product on a continuous basis. The mixing unit shall be capable of thoroughly blending all ingredients together and discharging the material to the spreader box without segregation. c. Spreading Equipment. Attached to the mixing machine a mechanical-type squeegee distributor, equipped with flexible material in contact with the surface to prevent loss of slurry from the spreader box. It shall be maintained to prevent loss of slurry on varying grades and adjusted to assure uniform spread. There shall be a lateral control device and a flexible strike-off capable of being adjusted to lay the slurry at the specified rate of application. The spreader box shall have an adjustable width. The box shall be kept clean; coal-tar emulsion and aggregate build-Up on the box shall not be permitted. d. Calibration. The Contractor shall furnish all equipment and materials and labor necessary to calibrate the equipment. It shall be calibrated to assure that it will produce and apply a mix that conforms to the job mix design. Commercial equipment should be provided with a method of calibration by the manufacturer. All calibrations shall be made with the approved job materials prior to applying the seal coat to the pavement. A copy of the calibration test results shall be furnished to the Engineer. 625-4.3 PREPARATION OF PAVEMENT SURFACE. Bituminous pavement surfaces which have been softened by petroleum derivatives or have failed due to any other cause shall be removed to the full depth of the damage and replaced with new bituminous concrete similar to that of the existing pavement. Areas of the pavement surface to be treated shall be in a firm consolidated condition. They shall be sufficiently cured so that there is no concentration of oils on the surface. A period of [ l days shall elapse between the placement of a bituminous surface course and the application of the seal coat. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * The engineer shall specify the time period. In order to ensure adequate adhesion and minimize cracking and curling, the pavement surface must be sufficiently cured prior to applying the seal coat. Experience has shown that approximately 90 days of hot weather (daytime temperatures of 70 degrees F) is needed for adequate curing. One means of determining if the pavement has cured adequately is to pour a cup of water on the pavement surface http://www.faa.gov/arp/engineering/briefs/eb46a.htm Page 5 of 43 6/10/2004 Engineering Brief # 46A Page 6 of 43 and observe if any oils appear in the standing water. If oils appear, the surface is not sufficiently cured to accept a seal coat. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * 625-4.4 CLEANING EXISTING SURFACE. Prior to placing the seal coat, the surface of the pavement shall be clean and free from dust, dirt, or other loose foreign matter, grease I oil, or any type of objectionable surface film. When directed by the Engineer, the existing surface shall be cleaned with wire brushes and a power blower. Where vegetation exists in cracks, the vegetation shall be removed and the cracks cleaned to depth of two inches where practical. Those cracks shall be treated with a concentrated solution of a herbicide approved by the Engineer. Cracks shall then be [ l. Areas that have been subjected to fuel or oil spillage shall be wire brushed to remove any dirt accumulations. The area shall then be primed with shellac or a synthetic resin to prevent the seal coat from debonding. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * The Engineer shall specify the appropriate method of treating cracks depending on the frequency and severity. This may include filling or routing and filling with a compatible crack filler, filling with a sand slurry at the time it is applied to the pavement surface, milling, etc. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * 625-4.5 TACK COAT. A tack coat shall be applied only if recommended by the emulsion supplier. After the surface has been prepared, a tack coat of 3 parts water to 1 part emulsified binder, as specified in paragraph 625-2.2, shall be applied at the rate of 0.05 to 0.10 gal/sy of surface. When a tack coat is not specified the pavement shall be dampened with a fog spray of water if recommended by the supplier. No standing water shall remain on the surface. Following the application, the surface shall be allowed to cure without being disturbed for such period of time as may be necessary to permit adhesion of the seal coat. This period shall be determined by the Engineer. Suitable precautions shall be taken by the Contractor to protect the surface against damage during this interval. 625-4.6 APPLICATION OF PLAIN EMULSION. Plain emulsion shall be applied at a uniform rate with a distributor at the rate as determined in paragraph 625-3.4. When it is necessary to dilute the emulsion in order to aid application, the emulsion may be diluted with clean water but not by more than 10 percent. 625-4.7 APPLICATION OF SAND SLURRY. The sand slurry shall be applied at a uniform rate with a distributor or squeegee at the rate determined in paragraph 625-3.4. When the emulsion, water, aggregate are blended, the material shall be premixed to produce a homogeneous mixture of uniform consistency. The quantities of materials to be combined in each batch shall be in accordance http://www.faa.gov/arp/engineering/briefs/eb46a.htm 6/10/2004 Engineering Brief # 46A with the approved mix design. The mixing sequence of the various components shall be the same as indicated in the job mix formula. After all constituents are in the mixer, the mixing shall continue for approximately five minutes or longer I if necessary. The mixing shall produce a smooth, free flowing homogeneous mixture of uniform consistency. Slow mixing shall be continuous from the time the emulsion is placed into the mixer until the slurry is applied by distributor truck or poured into the spreading equipment. During the entire mixing process, no breaking¥ segregating, or hardening of the emulsion nor balling, lumping, or swelling of the aggregate shall be permitted. The slurry shall be applied at a uniform rate to provide the quantity determined during placement of the test strip. When a spreader box is used, a sufficient amount of slurry shall be fed in the spreader box to keep a full supply against the full width of the squeegee, so that complete coverage of all surface voids and cracks is obtained. Manufacturer1s recommendations regarding application by spraying Or squeegeeing should be followed. In areas inaccessible to equipment, the slurry may be applied by means of a hand squeegee. Upon completion of the work, the seal coat shall have no pin holes, bare spots, or cracks through which liquids or foreign matter could penetrate to the underlying pavement. The finished surface shall present a uniform texture. Each application shall be allowed to dry thoroughly before the next coat is applied. Suitable precautions shall be taken by the Contractor to protect the surface against damage during this interval. 625-4.8 CURING. The mixture shall be permitted to dry for a minimum of [ 1 hours after the final application before opening to traffic and shall be sufficiently cured to drive OVer without damage to the seal coat. Any damage to the uncured mixture will be the responsibility of the Contractor to repair. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * A minimum of 24 hours is recommended. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * 625-4.9 HANDLING. The mixture shall be continuously agitated from the initial mixing until its application on the pavement surface. The distributor or applicator, pumps, and all tools shall be maintained in a satisfactory working condition. QUALITY CONTROL 625-5.1 CONTRACTOR'S CERTIFICATION. The Contractor shall furnish the manufacturer1s certification that each consignment of emulsion shipped to the project meets the requirements of Federal specification R-P-355, except that the water content shall not exceed 50 percent. The certification shall also indicate the solids and ash content of the emulsion and the date the tests were conducted. The certification shall be delivered to the Engineer prior to the beginning of work. The manufacturerls certification for the emulsion shall not be interpreted as a basis for final acceptance. Any certification received shall be Page 7of43 http://www.faa.gov/arp/engineeringlbriefs/eb46a.htm 6/10'2004 Engineering Brief # 46A subject to verification by testing samples received for project 􀁵􀁳􀁥􀁾􀀠 The Contractor shall also furnish a certification demonstrating their experience in the application of a coal-tar emulsion seal coat for a minimum of three 􀁹􀁥􀁡􀁲􀁳􀁾􀀠 625-5.2 INSPECTION. The Owner shall have an independent technical consultant on the job site at the beginning of operations. The consultant shall have knowledge of the materials 1 procedures I and equipment described in this specification and shall assist the Contractor regarding proper mixing of the component materials and application of the seal coat. The consultant shall have a minimum of 3 years experience in the use of coal-tar seal 􀁣􀁯􀁡􀁴􀁳􀁾􀀠 Documentation of this experience shall be furnished to the Engineer prior to the start of operations. The cost of the technical consultant shall be included in the bid price. 625-5.3 SAMPLING. A random sample of approximately one-quart of the composite mix will be obtained daily and stored in a a glass container. The containers shall be sealed against contamination and retained in storage by the Owner for a period of six months. Samples shall be stored at room temperature and not be subjected to freezing temperatures. A sample of undiluted coal-tar emulsion shall be obtained from each consignment shipped to the job. 625-5.4 ENGINEER'S RECORDS. The Engineer will keep an accurate record of each batch of materials used in the formulation of the seal coat. METHOD OF MEASUREMENT 625-6.1 The coal-tar pitch emulsion shall be measured by the gallon (liter) of undiluted coal-tar emulsion. 625-6.2 The mineral aggregate shall be measured by the ton (kilogram) . BASIS OF PAYMENT 625-7.1 Payment shall be made at the contract unit price per gallon (liter) for the coal-tar pitch emulsion, per ton (kilogram) for the mineral aggregate. These prices shall fully compensate the Contractor for furnishing all materials; and for all labor, equipment, tools, and incidentals necessary to complete the items. Payment will be made under: Item P-625-7.1 Coal-Tar Pitch Emulsion-per gallon (liter) Item P-625-7.2 Aggregate -per ton (kilogram) TESTING REQUIREMENTS ASTM 136 Sieve or Screen Analysis of Fine and Coarse Aggregates Page 8 of 43 http://www.faa.gov/arp/engineering/briefs/eb46a.htm 6/10/2004 E,ngineElring Brief # 46A Page 90f43 MATERIAL REQUIREMENTS Fed. Spec. P-355 pitch, Coal-Tar Emulsion (Coating for Bituminous pavements) ASTM D 490 Tars, (For Use in Road Construction) o APPENDIX A FUEL RESISTANCE TEST ITEM P-625 FUEL RESISTANCE TEST ITEM P-625 TEST METHODS CRITERION 1. Scope This method determines the resistance of the coal tar emulsion seal coat to kerosene. 2. Apparatus 2.1 :2 611 X 611 square 16 gauge sheet metal masks with a 411 by 4 II square center removed. 2.2 6 11 X 6 11 unglazed white ceramic tile with an absorption rate of 10-18 percent (determined in accordance with ASTM C 67. 2.3 Brass ring, 211 diameter and 2" high. 2.4 Kerosene meeting requirements of ASTM D 3699. 2.5 Silicone rubber sealant. 3. Procedure 3.1 Immerse the ceramic tile in distilled water for a minimum of ten minutes. 3.2 Remove excess water from the tile to produce a damp surface before applying the seal coat. 3.3 Using the mask described in 2.1 apply one layer of the coal tar emulsion mixture to the tile. Spread even with the top of the mask using a spatula or other straight edge. 3.4 Allow the sample to cure for 96 hours at 77 + 2 degrees F. and 50 + 10 percent relative humidity. 3.5 Position a second mask on top of the first mask. 3.6 Apply a second coat of coal tar emulsion mixture. Spread even with the top of the second mask. 3.7 CUre as in step 3.4. 3.8 After curing, affix the brass ring to the seal coat on the tile with silicone rubber. 3.9 Fill the brass ring with kerosene. 3.10 After 24 hours, remove the kerosene from the brass ring, blot dry and immediately examine the film for softness and loss of adhesion. Immediately after the film is examined, break the tile in half, exposing that part of the tile whose film was sUbjected to the kerosene. 3.11 EValuate for penetration of kerosene through the sealer and loss of adhesion. 4. Report 4.1 Report the results as pass or fail. Visible evidence of leakage or discoloration shall constitute failure of http://www.faa.gov/arp/ engineering/briefs/eb46a.htm 6/10/2004 2004 Engineering Brief # 46A Page 10 of 43 the test. Criterion:A flpass ll rating in the fuel resistance test is required. DJuly 12, 1995 ENGINEERING BRIEF NO. 46A ITEM P-627 RUBBERIZED COAL-TAR PITCH EMULSION SEAL COAT DESCRIPTION 627-1.1 This item shall consist of an application of a coal-tar emulsion seal coati with or without mineral aggregate, and with the use of a latex rubber applied on an existing, previously prepared bituminous surface I in accordance with these specifications for the area shown on the plans or as designated by the Engineer. The material is intended for use as a fuel resistant sealer. MATERIALS 627-2.1 AGGREGATE. The aggregate shall either be a natural or manufactured angular aggregate and shall be composed of clean, hard, durable, uncoated particles, free from lumps of clay and all organic matter. The aggregate shall meet the gradations in Table 1, when tested in accordance with ASTM C 136. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * The aggregate gradation shall be specified by the Engineer from the gradations shown in this note. The gradation shall be inserted into Table 1. Asterisks denote insert points. GRADATION OF AGGREGATES Sieve size Percentage By weight Passing Sieves No. 8 (2.36 mm) 100 No. 16 (1.18 mm) 97-100 No. 20 (0.85 mm) 85-100 100 No. 30 (0.60 mm) 15-85 65-95 No. 40 (0.40 mm) 2-15 50-85 No. 50 (0.30 mm) 20-60 No. 100 (0.15 mm) 0-2 0-20 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * TABLE 1. GRADATION OF AGGREGATES sieve size Percentage By Weight Passing Sieves No. 8 (2.36 mm) * No. 16 (1. 18 mm) • No. 20 (0.85 mm) * No. 30 (0.60 mm) * http://www.faa.gov/arp/engineer inglbriefs/eb46a.htm 6/10/2004 Engineering Brief # 46A No. 40 (0.40 mm) * No. 50 (0.30 mm) * No. 100 (0.15 mm) * The gradation shown in Table 1 may be varied to conform with the recommendations of the latex supplier. 627-2.2 BITUMINOUS MATERIALS. The bituminous material shall be a coal-tar pitch emulsion prepared from a high temperature, coal-tar pitch conforming to the requirements of ASTM D 490, grade 11/12. Oil and water gas tar shall not be used even though they comply with ASTM D 490. The coal-tar pitch emulsion shall conform to all requirements of Federal Specification R-P-355 except that the water content shall not exceed 50 percent. 627-2.3 WATER. The water used in mixing shall be potable and free from harmful soluble salts. The temperature of the water added during mixing shall be at least 50 degrees F (10 degrees C). The pH of the water added during mixing shall conform to the requirements of the coal tar emulsion manufacturer. 627-2.4 LATEX RUBBER. The rubber shall be a copolymer latex containing 51-70 parts butadiene and 30-49 parts acrylonitrile or styrene with a minimum solids content of 40 percent. Other latex additives can be used, if approved by the Engineer. The rubber shall be compatible with the coal-tar pitch emulsion used by the Contractor and must mix homogeneously with the coal-tar emulsion, water, and aggregate in the proportions specified to produce a mixture that will adequately suspend the aggregate during mixing and application. COMPOSITION AND APPLICATION 627-3.1 COMPOSITION. The rubberized coal-tar pitch emulsion seal coat shall consist of a mixture of coal-tar pitch emulsion, water, latex rubber, and aggregate in proportions that fall within the ranges shown in Table 2. 627-3.2 JOB MIX FORMULA. For a rubberized sand slurry, the Contractor shall submit a job mix formula and application rate to a testing laboratory together with sufficient materials to verify the formulation. The laboratory shall verify the proportions of emulsion, water, aggregate and rubber using the mix design procedures contained in Appendix A. The mix design shall be within the range shown in Table 2 and meet the requirements of Table 3. A copy of the mix design and test data shall be submitted to the Engineer at least [ 1 days prior to the start of operations and shall include as a minimum: a. Water (gal/gal of emulsion) b. Aggregate (lbs/gal of emulsion) c. Rubber (gal/gal of emulsion) d. Viscosity of total liquids e. Viscosity of composite mix f. pH of water g. Mixing sequence of materials h. scuff resistance, freeze-thaw, adhesion, and fuel resistance. No seal coat shall be produced for payment until the job mix formula has been approved by the Engineer. http://www.faa.gov/arp/engineering/briefs/eb46a.htm Page 11 of 43 6/10/2004 E,ngineElring Brief # 46A Rubberized coal-tar emulsion seal coat formulations are sensitive to the characteristics of individual latex additives. Not all products will provide satisfactory seal coat formulations for all combinations of coal tar emulsion, water, and rubber additive. Water used in the job mix design should be obtained from the source the Contractor proposes to use in the field. The job mix formula for each mixture shall be in effect until modified in writing by the Engineer. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * Improper formulations of rubberized coal-tar pitch emulsion seal produce coatings that crack prematurely or do not adhere properly to the pavement surface. A minimum of 5 days is recommended for job mix approval. The quantity of materials (aggregate and rubber) and the application rate (with a fi tolerance) shall be specified by the Engineer, within the ranges shown in this note. The Engineer should consult with suppliers and applicators to determine the proper quantity of sand and rubber to specify. These quantities and the application rate are a function of the degree of pavement oxidation. The composition shall be inserted into Table 2. Asterisks denote insert points. COMPOSITION OF MIXTURE Type of Composition and Quantities Seal Coat Water Aggregate Rubber Application Rate gal./gal. Ibs/gal. gal./gal. gal./sq.yd. of emul. of emul. of emul. (per application) Rubberized Sand slurry 0.65 (max) 3-8 0.03-0.06 0.10-0.20 Rubberized Emulsion 0.65 (max) 0.03-0.05 0.10-0.15 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * TABLE 2. COMPOSITION OF MIXTURE Type of Composition and Quantities Seal Coat Water Aggregate Rubber Application Rate gal. /gal. Ibs/gal. gal./gal. gal./sq.yd. of emul. of ernul. of ernul. (per application) Rubberized * • • * Sand slurry Rubberized Emulsion * * * TABLE 3 DESIGN CRITERIA Test Property Purpose Criterion Page 12 of 43 http://www.faa.gov/arp/engineeringfbriefs/eb46a.htm 6/1012004 Page 13 of 43 Brookfield Viscosity Incompatibility 10-90 poises @77F between latex and coal tar Brookfield viscosity Workability of 10-90 poises @77F composite mix Scuff Resistance Rate of set >100 in-Ibs torque @8 hours Scuff Resistance Final scuff >8 hr torque torque @24 hours Freeze-Thaw Cracking @S cycles < 1 @10 cycles < 3 Adhesion Loss of adhesion Rating = SA Fuel Resistance Fuel penetration No penetration or Loss of adhesion loss of adhesion adhesion 627-3.3 APPLICATION RATE. The rubberized sand slurry shall be applied in two coats. A third coat of rubberized emulsion shall be applied, if recommended by the manufacturer. The application rate submitted with the job mix formula shall be verified during placement of the test section and shall fall within the limits shown in Table 2. * * * * * * * * * * * * * * * * * ** * * * * * * * * * * * * * * When, in the opinion of the Engineer, an area will be subjected to heavy fuel spillage, a final application of plain emulsion/on a sand slurry seal coat, may be made at the rate of 0.075 to 0.10 gallons per square yard (0.36 to 0.5 liters per square meter). * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * 627-3.4 TEST SECTION. Prior to full production, the Contractor shall prepare a quantity of mixture in the proportions shown in the approved mix design. The amount of mixture shall be sufficient to place a test section a minimum of 250 square yards at the rate specified in the job mix formula. The area to be tested will be designated by the Engineer and will be located on a representative section of the pavement to be seal coated. The actual application rate will be determined by the Engineer during placement of the test section and will depend on the condition of the pavement surface. The test section shall be used to verify the adequacy of the mix design and to determine the application rate. The same equipment and method of operations shall be used on the test section as will be used on the remainder of the work. Two viscosity tests each shall be made on the total liquids and the composite mix. The average viscosity shall be within fi 15 poises of the job mix viscosity determined in paragraph 627-3.2. Test results shall be available within 2 days. If the test section should prove to be unsatisfactory, the http;llwww.faa.gov/arp/engineeringlbriefs/eb46a.htm 6/1012004 Epginee,ring Brief # 46A Page 14 of 43 necessary adjustments to the mix composition, application rate l placement operations, and equipment shall be made. Additional test sections shall be placed and evaluated, if required. Full production shall not begin without the Engineer's approval. Acceptable test sections shall be paid for in accordance with paragraph 627-7.1. * * + * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * The test section affords the Contractor and the Engineer an opportunity to determine the quality of the mixture in place as well as the performance of the equipment. The application rate depends on the surface texture. If operational conditions preclude placement of a test section on the pavement to be sealed, it may be applied on a pavement with similar surface texture. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONSTRUCTION METHODS 627-4.1 WEATHER LIMITATIONS. The seal coat shall not be applied when the surface is wet or when the humidity or impending weather conditions will not allow proper curing. The seal coat shall be applied only when the atmospheric or pavement temperature is 50 degrees F (10 degrees C) and rising and is expected to remain above 50 degrees F (10 degrees C) for 24 hours, unless otherwise directed by the Engineer. 627-4.2 EQUIPMENT AND TOOLS. The Contractor shall furnish all equipment, tools, and machinery necessary for the performance of the work. a. Distributors. Distributors or spray units used for the spray application of the seal coat shall be self-propelled and capable of uniformly applying 0.15 to 0.55 gallons per square yard (0.69 to 2.5 liters per square meter) of material over the required width of application. Distributors shall be equipped with removable manhole covers ,tachometers, pressure gauges, and volume-measuring devices* The mix tank shall have a mechanically powered, full-sweep, mixer with sufficient power to move and homogeneously mix the entire contents of the tank. The distributor shall be equipped with a positive positive placement pump so that a constant pressure can be maintained on the mixture to the spray nozzles. b. Mixing Equipment. The mixing machine shall have a continuous flow mixing unit capable of accurately delivering a predetermined proportion of aggregate, water, emulsion [and rubber] and of discharging the thoroughly mixed product on a continuous basis. The mixing unit shall be capable of thoroughly blending all ingredients together and discharging the material to the spreader box without segregation. c. Spreading Equipment. Attached to the mixing machine shall be a mechanical-type squeegee distributor, equipped with flexible material in contact with the surface to prevent loss of slurry from the spreader box. It shall be maintained to prevent http://www.faa.gov/arp/engineeringlbriefs/eb46a.htm 6/10/2004 Engineering Brief # 46A loss of slurry on varying grades and adjusted to assure uniform spread. There shall be a lateral control device and a flexible strike-off capable of being adjusted to lay the slurry at the specified rate of application. The spreader box shall have an adjustable width. The box shall be kept clean; coal-tar emulsion and aggregate build-up on the box shall not be permitted. d. Calibration. The Contractor shall furnish all equipment and materials and labor necessary to calibrate the equipment. It shall be calibrated to assure that it will produce and apply a mix that conforms to the job mix design. Commercial equipment should be provided with a method of calibration by the manufacturer. All calibrations shall be made with the approved job materials prior to applying the seal coat to the pavement. A copy of the calibration test results shall be furnished to the Engineer. 627-4.3 PREPARATION OF PAVEMENT SURFACE. Bituminous pavement surfaces which have been softened by petroleum derivatives derivatives or have failed due to any shall be removed to the full depth of the damage and replaced with new bituminous concrete similar to that of the existing pavement. Areas of the pavement surface to be treated shall be in a firm consolidated condition. They shall be sufficiently cured so that there is no concentration of oils on the surface. A period of [ 1 days shall elapse between the placement of a bituminous surface course and the application of the seal coat. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * The engineer shall specify the time period. In order to ensure adequate adhesion and minimize cracking and curling, the pavement surface must be sufficiently cured prior to applying the seal coat. Experience has shown that approximately 90 days of hot weather (daytime temperatures or 70 degrees F) is needed for adequate curing. One means of determining if the pavement has cured adequately is to pour a cup of water on the pavement surface and observe if any oils appear in the standing water. If oils appear, the surface is not sufficiently cured to accept a seal coat. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * 627-4.4 CLEANING EXISTING SURFACE. Prior to placing the seal coat, the surface of the pavement shall be clean and free from dust f dirt, or other loose foreign matter, grease, ail l or any type of objectionable surface film. When directed by the Engineer, the existing surface shall be cleaned with wire brushes and a power blower. Where vegetation exists in cracks, the vegetation shall be removed and the cracks cleaned to depth of two inches where practical. Those cracks shall be treated with a concentrated solution of a herbicide approved by the Engineer. Cracks shall then be [ 1. Areas that have been subjected to fuel or oil spillage shall be wire brushed to remove any dirt accumulations. The area shall then be primed with shellac or a synthetic resin to prevent the seal coat from debonding. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * http://www.faa.gov/arp/engineeringlbriefsleb46a.htm Page 15 of 43 6/10/2004 Emgirieering Brief # 46A The Engineer shall specify the appropriate method of treating cracks depending on the frequency and severity. This may include filling or routing and filling with a compatible crack filler, filling with a rubberized seal slurry at the time it is applied to the pavement surface, milling, etc. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * 627-4.5 TACK COAT. A tack coat shall be applied only if recommended by the emulsion supplier. After the surface has been prepared, a tack coat of 3 parts water to 1 part emulsified binder, as specified in paragraph 627-2.2, shall be applied at the rate of 0.05 to 0.10 gal/sy of surface. When a tack coat is not specified the pavement shall be dampened with a fog spray of water if recommended by the supplier. No standing water shall remain on the surface. Following the application, the surface shall be allowed to cure without being disturbed for such period of time as may be necessary to permit adhesion of the seal coat. This period period shall be determined by the Engineer. Suitable precautions shall be taken by the Contractor to protect the surface against damage during this interval. 627-4.6 APPLICATION OF RUBBERIZED SAND SLURRY. The rubberized sand slurry shall be applied at a uniform rate with a distributor or squeegee at the rate determined in paragraph 627-3.4. When the emulsion, waterI aggregate, and rubber are blendedI the material shall he premixed to produce a homogeneous mixture of uniform consistency. The quantities of materials to be combined in each batch shall be in accordance with the approved mix design. The mixing sequence of the various components shall be the same as indicated in the job mix formula. After all constituents are in the mixer, the mixing shall continue for approximately five minutes or longer, if necessary. The mixing shall produce a smooth, free flowing homogeneous mixture of uniform consistency. Slow mixing shall be continuous from the time the emulsion is placed into the mixer until the slurry is applied by distributor truck or poured into the spreading equipment. During the entire mixing process, no breaking, segregating, or hardening of the emulsion nor balling, lumping, or swelling of the aggregate shall be permitted. The slurry shall be applied at a uniform rate to provide the quantity determined during placement of the test strip. When a spreader box is used, a sufficient amount of slurry shall be fed in the spreader box to keep a full supply against the full width of the squeegee, so that complete coverage of all surface voids and cracks is ohtained. Manufacturer'S recommendations regarding application by spraying or squeegeeing should be followed. In areas inaccessible to equipment, the slurry may be applied by means of a hand squeegee. Upon completion of the work, the seal coat shall have no pin holes, bare spots, or cracks through which liquids or foreign matter could penetrate to the underlying pavement. The finished surface shall present a uniform texture. Each application shall be allowed allowed to dry thoroughly before the http://www.faa.gov/arp/engineering/b riefs/eb46a.htm Page 16 of 43 6/10/2004 Engineering Brief # 46A Page 17 of 43 next coat is applied. 627-4.7 CURING. The mixture shall be permitted to dry for a minimum of [ 1 hours after the final application before opening to traffic and shall be sufficiently cured to drive over without damage to the seal coat. Any damage to the uncured mixture will be the responsibility of the Contractor to repair. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * A minimum of 24 hours is recommended. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * 627-4.8 HANDLING. The mixture shall be continuously agitated from the initial mixing until its application on the pavement surface. The distributor or applicator, pumps, and all tools shall be maintained in satisfactory working condition. QUALITY CONTROL 627-5.1 CONTRACTOR'S CERTIFICATION. The Contractor shall furnish the manufacturer's certification that each consignment of emulsion shipped to the project meets the requirements of Federal specification R-P-355, except that the water water content shall not exceed 50 percent. The certification shall also indicate the solids and ash content of the emulsion and the date the tests were conducted. The Contractor shall furnish the manufacturer's certification that the latex rubber shipped to the project meets the requirements or the material specified in paragraph 627-2.4. It shall also indicate that the latex and coal-tar emulsion proposed for use are compatible and that the latex is recommended for combining with the coal-tar emulsion, water, and aggregate. The manufacturer's certification for the emulsion and rubber shall not be interpreted as a basis for final acceptance. Any certification received shall be subject to verification by testing samples received for project use. The Contractor shall furnish the manufacturer's certification that the combination of latex and coal tar emulsion proposed for use has been successfully used in coal tar emulsion seal coat mixtures for a minimum of three years. The Contractor shall also furnish a certification demonstrating their experience in the application of a rubberized coal-tar emulsion seal coat for a minimum of three 􀁹􀁥􀁡􀁲􀁳􀁾􀀠 All certifications shall be furnished to the Engineer at least 5 days prior to the start of operations. 627-5.2 QUALITY CONTROL. The Contractor shall have an independent technical consultant on the job site at the beginning of operations. The consultant shall have knowledge of the materials, procedures, and equipment described in this specification and shall assist the Contractor regarding proper mixing of the component materials and application of the seal coat. The consultant shall have a minimum of 3 years experience in the use of rubberized coal tar seal coats. Documentation of this experience shall be furnished to the Engineer prior to the http://www.faa.gov/arp/engineering/briefs/eb46a.htm 6/10/2004 E\lgine€\ring Brief # 46A start of operations. The cost of the technical consultant shall be included in the bid price. Prior to the start of operations, the independent technical consultant shall perform the viscosity tests in Table 3. The results shall be within fi 15 poises of the job mix viscosity. 627-5.3 SAMPLING. Two random samples of the composite rubberized sand slurry mix, from each days production, shall be tested for viscosity to determine conformance with the requirements of the job mix formula viscosity for the composite mix, fi 15 poises. One sample per day may be tested for the other properties of Table 3. In addition, a one-quart sample will be obtained daily and stored in a glass container. The container shall be sealed against contamination and retained in storage by the owner for a period of six months. Samples shall be stored at room temperature and not be Subjected to freezing temperatures. A sample of undiluted coal tar emulsion and latex shall be sampled from each consignment shipped shipped to the job. 627-5.4 ENGINEER'S RECORDS. The Engineer will keep an accurate record of materials used in formulating each batch of the seal coat. METHOD OF MEASUREMENT 627-6.1 The coal-tar pitch emulsion shall be measured by the gallon (liter) of undiluted emulsion. 627-6.2 The mineral aggregate shall be measured by the ton (kilogram) . 627-6.3 The latex rubber shall be measured by the gallon (liter). BASIS OF PAYMENT 627-7.1 Payment shall be made at the contract unit price per gallon (liter) for the coal-tar pitch emulsion, per ton (kilogram) for the mineral aggregate!, and per gallon (liter) for the latex rubber. These shall fully compensate the Contractor for furnishing all materials; and for all labor, equipment, tools, and incidentals necessary to complete the items. Payment will be made under: Item P-627-7.1 Coal-Tar pitch Emulsion -per gallon (liter) Item P-627-7.2 Aggregate -per ton (kilogram) Item P-627-7.3 Latex Rubber -per gallon (liter) TESTING REQUIREMENTS ASTM 136 Sieve or Screen Analysis of Fine and Coarse Aggregates MATERIAl REQUIREMENTS Page 18 of 43 http://www.faa.gov/arp/engineering/briefs/eb46a.htm 6/10/2004 Epgineering Brief # 46A Fed. spec. P-355 pitch, Coal-Tar Emulsion (coating for Bituminous Pavements) ASTM D 490 Tars, (For Use In Road Construction) o APPENDIX A MIX DESIGN PROCEDURE ITEM P-627 MIX DESIGN PROCEDURE ITEM P-627 TEST METHODS CRITERION This procedure shall be used to determine the capability of the materials furnished by the contractor to produce a seal coat mix within the range of TABLE 2 and meeting the requirements of TABLE 3. The formulation is a combination of coal tar pitch emulsion, water, sand, and latex rubber. The samples furnished by the contractor shall be combined in the proportions recommended by the supplier and subjected to a sequence of six tests designed to eliminate any materials Or combination of materials which do not meet the test criteria. Unacceptable materials in the formulation shall be eliminated from further consideration. BROOKFIELD VISCOSITY Step 1 & 2 l. Scope This method covers the determination of the Brookfield viscosity, using materials and recommended formulations provided by the Contractor. It is designed to detect formulations that have incompatible quantities of latex and coal tar emulsion, that might flocculate, that have viscosities too low to suspend sand, and to identify any incompatibilities created by introducing sand. 2. Definitions 2.1 Brookfield viscosity -the viscosity determined by this method. The viscosity is expressed in centipoises (100 centipoises = 1 poise). Its value may vary with the spindle speed (shear rate) due to the non-Newtonian behavior of the coal tar emulsion, additive, and the water added. 2.2 Total liquids -coal tar emulsion, additive, and water. 2.3 composite system -total liquids and sand. 3. Apparatus 3.1 Brookfield digital viscometer (model DV-II) and stand. 3.2 Number 1 and 3 HE spindles for DV-II viscometer. 3.3 Paint cans 3.3.1 quart capacity. 3.3.2 gallon capacity. 4. Sample preparation for Step 1 (4.1-4.3) and Step 2 (4.1-4.4) http://www.faa.gov/arp/engineering/briefs/eb46a.htm Page 19 of 43 6/1012004 Engineering Brief # 46A 4.1 Allow components (coal tar emulsion, water, sand, and additive) to reach 77 degrees F. This should take approximately 24 hours. 4.2 Mix coal tar emulsion and water in container specified in 3.3.2 with 50 strokes of a large laboratory mixing spoon. 4.3 Introduce additive to the mixture with an additional 50 strokes of the laboratory mixing spoon. Proceed to Step 1. 4.4 Add sand to total liquids with 50 strokes of a large laboratory mixing spoon, for composite mixture. Sand must be added slowly to avoid trapping air in the mixture. stir composite mixture for 5 minutes and immediately proceed to Step 2. 5. Procedure Step 1 5.1 Fill quart paint can specified in 3.3.1 to within one inch of the top with the material prepared in accordance with 4.1 through 4.3. 5.2 Insert spindle No.3 HB in the material until the mixture level coincides with the immersion groove on the spindle shaft. 5.3 Avoid trapping air bubbles underneath the spindle. 5.4 Adjust rotational speed on the Brookfield viscometer to 50 revolutions per minute (rpm). 5.5 Start motor and record viscosity value in centipoises after five seconds of rotation. If the viscosity reading is too low for spindle 3, repeat procedure 5.1 through 5.5, using spindle No.1. Step 2 5.6 Repeat 5.1 -5.5 with the composite mixture prepared in accordance with 4.1 through 4.4. 5.7 If the composite mixture does not fall within the acceptance criterion of 10 to 90 poises the following procedure for combining materials shall be used. 5.7.1 Discard materials from Step 1. 5.7.2 Mix coal tar emulsion and water in container specified in 3.3.2 with 50 strokes of a large laboratory mixing spoon. 5.7.3 Add sand to the mixture with 50 strokes of the laboratory mixing spoon. 5.7.4 Introduce additive to the mixture with 50 strokes of the laboratory mixing spoon, for composite mixture. Stir composite mixture for 5 minutes and immediately proceed to Step 1. 6. Report 6.1 The report should include: 6.1.1 Date of test and complete identification of the coal tar formulation tested. 6.1.2 spindle number and rpm setting. 6.1.3 Temperature of the sample tested. 6.1.4 viscosity of total liquids in poises. (Step 1) 6.1.5 Viscosity of composite system in poises. (Step 2) Page 20 of43 Step 1 Criterion: Viscosities between 10 and 90 poises are acceptable Step 2 Criterion: Viscosities between 10 and 90 poises are http://www.faa.gov/arp/engineering/briefs/eb46a. htm 6/1012004 Engineering Brief#46A acceptable For materials to move into Step 2 testing the viscosity range must be met in Step 1. Likewise Step 3 will not be continued until viscosity range is met in Step 2 testing. If a material fails to met testing criteria in any step it will be eliminated from further testing. SCUFF RESISTANCE TEST Step 3 1. Scope This method COVers the determination of the initial set and final scuff resistance characteristics of coal tar emulsion seal coat. 2. Definitions 2.1 Initial set -torque reading at 8 hours of curing. 2.2 Final scuff resistance torque reading at 24 hours of curing. 3. Apparatus 3.1 "Scuff" resistance tester similar to the cohesion tester in ASTM D-3910-80a, but modified as follows: 3.1.1 Proving ring used to measure applied load. 3.1.2. Screw jack used to apply load. 3.1.3 5" x 3/4" ID 1 7/32" OD reinforced rubber hase (two braid, 300 psi, green, oil resistant cover) for use in abrasion head. 3.2 Torque wrench with 300 inch pound capacity. 3.3 6 11 x 6" square 16 gauge sheet metal mask with 4" x 4" square center 􀁲􀁥􀁭􀁯􀁶􀁥􀁤􀁾􀀠 3.4 6" x 6 11 square aluminum panel. 4. Procedure 4.1 Using mask described in 3.3, apply uniform thickness of coal tar emulsion mixture to two panels as described in 3.4. 4.2 Allow the sample to cure at 77 degrees F and 50-10 percent relative humidity. 4.3 Test the first panel after 8 hours of curing. 4.4 Place panel on lower platen and secure with lien clamps. 4.5 Raise platen with screw jack until sample comes in contact with the rubber abrasion head. 4.6 Continue raising the platen until a normal load of 28 psi, as measured through the dial gage, is applied to the sample. 4.7 Tap platen to ensure proper load is applied to the sample. 4.8 Pull the torque wrench through and arc of 180 degrees in 1-2 seconds. 4.9 Record torque reading in inch-pounds. 4.10 Repeat procedures 4.4 through 4.9 on second sample after 24 hours of curing and record the torque reading in inch-pounds. 5. Report 5.1 Report the following information 5.1.l Date and material tested. 5.1.2 Initial set as the torque reading at a hours of curing. 5.1.3 Final scuff resistance as the torque reading at 24 hours of curing. http://www.faa.gov/arp/engineering/briefs/eb46a.htm Page 21 of43 6/10/2004 Engineering Brief # 46A CYCLIC FREEZE THAW 􀁃􀁏􀁎􀁄􀁉􀁾􀁉􀁏􀁎􀁉􀁎􀁇􀀠 Step 4 l. Scope 􀁾􀁨􀁩􀁳􀀠method covers the analysis of crack development in a composite rubberized coal tar emulsion seal coat when exposed to multiple cycles of freezing and thawing. 2. Apparatus 2.l l2" x 12" square 16 gauge sheet metal mask with an II" x lIn square center removed. 2.2 12/1 x 12" square section of aluminum panel 3/1611 thick. 2.3 Oven capable of maintaining 140 degrees F. 2.4 Freezer capable of maintaining 10 degrees F. 3. Procedure 3.l Using mask described in 2.1, apply uniform thickness of the composite rubberized coal tar emulsion mixture to a panel as described in 2.2. 3.2 Allow material to cure at 77 + 2 degrees F and 50 + 10 percent relative humidity for 24 hours. 3.3 Place sample in the l40 degree F oven for 24 hours. 3.4 Remove sample and record crack development. 3.5 Place sample in 10 degree F freezer for 24 hours. 3.6 Remove from freezer; this constitutes one freeze-thaw cycle. 3.7 Repeat procedures 3.3 through 3.6 for a total of 10 cycles. 3.6 Inspect the samples after 5 and 10 cycles and rate the cracking in accordance with the following scale and the following procedure: 3.8.1 Using a commercially available thickness gauge, estimate the width of the largest crack appearing on the surface. 3.8.2 Next, place a grid frame over the coal tar seal coated shingle (after freeze/thaw conditioning). 􀁾􀁨􀁥􀀠grid is a wood frame with an inside diameter of 12x12-inches. A grid is formed across the inside opening of the frame by subdividing the opening into 10 equal divisions both horizontally and vertically with twine anchored to the frame. 􀁾􀁨􀁩􀁳􀀠will provide lOO equally sized squares. 3.8.3 Count the number of squares in which a crack occurs. 􀁾􀁨􀁥􀀠percent cracking is equal to the number of squares. 3.8.4 Compare the results to table below: Severity of Width of Widest Percent of Cracking Crack Cracking Hairline 0.010 mm NA-cracks are barely visible Slight Cracking 0.015 mm <25% Moderate Cracking 0.020 mm >25% Severe Cracking 0.020 mm or greater >50% o -No cracking 1 -Hairline cracking Page 22 of 43 http://www.faa.gov/arp/engineering/briefs/eb46a.htm 6/10/2004 Enginee,ring Brief # 46A 2 -Slight cracking 3 -Moderate cracking 4 Severe cracking 4. Report 4.1 Report the crack rating at 5 and 10 cycles. Step 4 Criterion: Rating of 1 or less at 5 cycles is required. Rating of 3 or less at 10 cycles is required. Any materials not meeting this requirement shall be eliminated from Step 4. ADIIBSION Step 5 1. Scope This method covers the determination of adhesion of a composite rubberized coal tar emulsion seal coat and retention of sand by applying pressure sensitive tape. 2. Apparatus 2.1 1211 X 12" square 16 gauge sheet metal with 3 11 X 6" rectangular center removed. 2.2 12" )( 12" aluminum panel 3/16" thick. 2.3 Razor sharp blade, scalpel, or other cutting device with cutting edge in good condition. 2.4 Steel straight edge. 2.5 One inch wide semi-transparent pressure sensitive tape with an adhesion strength of 38 + 5 oz./in. when tested in accordance with ASTM D 3330. The backing of the tape may consist of fiber-reinforced cellulose acetate, unplasticized polyvinyl Chloride, or polyester film. 2.6 Hard, small head rubber eraSer. 2.7 Table lamp. 3. Procedure 3.1 Using the mask described in 2.1, apply a uniform thickness of the composite mixture to the aluminum panel as described in 2.2. 3.2 Allow mix to cure at 77 + 2 degrees at 50 + 10 percent relative humidity for 24 hours. 3.3 Select a representative area. 3.4 Make a horizontal cut of about 1.5 inches. Then make another cut of 1.5 inches about 40 degrees to the horizontal cut. The cuts should intersect each other at their centers. When making the cuts I use the straight edge and cut through the coating to the substrate in on steady motion. Brush off dislodged materials. 3.5 Inspect the cuts for reflection of light from the metal substrate to establish that the coating has been cut through completely. If the substrate has not been reached, do not attempt to deepen the cut. Instead, make another "XII in a different location. Remove the dislodged materials by brushing lightly. 3.6 Remove two laps of the pressure sensitive sensitive tape from the roll and discard. Remove an additional length at a steady rate and cut a piece about three inches long. 3.7 Place the center of the tape at the intersection of the cuts with the tape running in the same direction as the Page 23 of 43 http://www.faa.gov/arp/enginooring/briefs/eb46a.htm 6/1012004 Engineering Brief # 46A Page 24 of 43 smaller angles. Smooth out the tape in the area of the cuts and then rub firmly with the eraser. 3.8 Wait for 60 seconds, then rapidly pull one end of the tape back on itself with the non-stick surfaces touching and running parallel to each other. 3.9 Inspect the "X" cut area for removal of the coating from the substrate and rate the adhesion in accordance with the following scale, SA No Peeling or removal 4A Trace peeling or removal along incisions 3A Jagged removal along incisions up to 1/16 inch either side to 1/8 2A Jagged removal along most incisions Up to 1/8 inch on either side lA Removal from most of the area of the "XII under the tape OA Removal beyond the area of the IIX" 3.10 Inspect the tape for adhesion of sand. 3.11 Repeat the test in two other locations on the test panel. 4 Report 4.1 Report the number of tests, their mean value and range. 4.2 Report whether sand adhered to the tape as yes or no. Step 5 criterion: No sand can adhere to the tape. No debonding of the seal coat or the test medium is allowed (adhesion rating of 5A is required). Any materials not meeting this requirement shall be eliminated from being tested in Step 5. FUEL RESISTANCE Step 6 1. Scope This method determines the resistance of the composite rubberized coal tar emulsion seal coat to kerosene. 2. Apparatus 2.1 2 6" X 6" square 16 gauge sheet metal masks with a 4" 6 by 4" square center removed. 2.2 11 X 6" unglazed white ceramic tile with an absorption rate of 10-18 percent (determined in accordance with ASTM C 67. 2.3 Brass ring, 2" diameter and 2" high. 2.4 Kerosene meeting requirements of ASTM D 3699. 2.5 Silicone rubber sealant. 3. Procedure 3.1 Immerse the ceramic tile in distilled water for a minimum of ten minutes. 3.2 Remove excess water from the tile to produce a damp surface before applying the seal coat. 3.3 Using the mask described in 2.1 apply one layer of the composite coal tar emulsion mixture to the tile. Spread even with the top of the mask using a spatula or other straight edge. 3.4 Allow the sample to cure for 96 hours at 77 + 2 degrees F. and 50 + 10 percent relative humidity. 3.5 Position a second mask on top of the first mask. 3.6 Apply a second coat of coal tar emulsion mixture. http://www.faa.gov/arp/engineering/briefs/eb46a.htm 6/10/2004 Et:lgineering Brief # 46A Spread even with the top of the second mask. 3.7 Cure as in step 3.4. 3.8 After curing, affix the brass ring to the seal coat on the tile with silicone rubber. 3.9 Fill the brass ring with kerosene. 3.10 After 24 hours, remove the kerosene from the brass ring, blot dry and immediately examine the film for softness and loss of adhesion. Immediately after the film is examined, break the tile in half, exposing that part of the tile whose film was subjected to the kerosene. 3.11 Evaluate for penetration of kerosene through the sealer and loss of adhesion. 4. Report 4.1 Report the results as pass or fail. Visible evidence of leakage or discoloration shall constitute failure of the test. step 6 Criterion:A "pass" rating in the fuel resistance test is required. OJuly 12, 1995 ENGINEERING BRIEF NO. 46A ITEM P-62S RUBBERIZED COAL-TAR PITCH EMULSION SLURRY SEAL DESCRIPTION 628-1.1 This item shall consist of an application of a coal-tar emulsion slurry seal with or without mineral aggregate, and with the use of a latex rubber applied on an existing, previously prepared bituminous surface, in accordance with these specifications for the area shown on the plans or as designated by the Engineer. The material is intended for use as a fuel resistant sealer and to even out small irregularities in the pavement. MATERIALS 628-2.1 AGGREGATE. The aggregate shall either be a natural or manufactured angular aggregate and shall be composed of clean, hard, durable, uncoated particles, free from lumps of clay and all organic matter. The aggregate shall meet the gradations in Table I, when tested in accordance with ASTM C 136. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * The aggregate gradation shall be specified by the Engineer from the gradations shown in this note. The gradation shall be inserted into Table 1. Asterisks denote insert points. GRADATION OF AGGREGATES Sieve size Percentage By Weight Passing Sieves No. S (2.36 mm) 100 No. 16 (1.18 mm) 97 100 No. 20 (0.85 rnrn) 85-100 100 No. 30 (0.60 mm) 15-85 65-95 No. 40 (0.40 mm) 2 15 50-85 http://www.faa.gov/arp/engineering/briefsleb46a.htm Page 25 of 43 6/1012004 EQgineering Brief # 46A Page 26 of 43 No. 50 (0.30 mm) 20-60 No. 100 (0.15 mm) 0-2 0-20 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * TABLE 1. GRADATION OF AGGREGATES sieve size Percentage By Weight Passing Sieves No. 8 (2.36 mm) * No. 16 (1.18 mm) * No. 20 (0.85 mm) * No. 30 (0.60 mm) * No. 40 (0.40 mm) * No. No. 50 (0.30 mm) 100 (0.15 mm) * • The gradation shown in Table 1 may be varied to conform with the recommendations of the latex supplier. 628-2.2 BITUMINOUS MATERIALS. The bituminous material shall be a coal-tar pitch emulsion prepared from a high temperature, coal-tar pitch conforming to the requirements of ASTM D 490, grade 11/12. Oil and water gas tar shall not be used even though they comply with ASTM D 490. The coal-tar pitch emulsion shall conform to all requirements of Federal Specification R-P-355 except that the water content shall not exceed 50 percent. 628-2.3 WATER. The water used in mixing shall be potable and free from harmful soluble salts. The temperature of the water added during mixing shall be at least 50 degrees F (10 degrees C). The pH of the water added during mixing shall conform to the requirements of the coal tar emulsion manufacturer. 628-2.4 LATEX RUBBER. The rubber shall be a copolymer latex containing 51-70 parts butadiene and 30-49 parts acrylonitrile or styrene with a minimum solids content of 40 percent. Other latex additives can be used, if approved by the Engineer. The rubber shall be compatible with the coal-tar pitch emulsion used by the Contractor and must mix homogeneously with the coal-tar emulsion, water, and aggregate in the proportions specified to produce a mixture that will adequately suspend the aggregate during mixing and application. COMPOSITION AND APPLICATION 628-3.1 COMPOSITION. The rubberized coal-tar pitch emulsion slurry seal shall consist of a mixture of coal-tar pitch emulsion, water, latex rubber, and aggregate in proportions that fall within the ranges shown in Table 2. 628-3.2 JOB MIX FORMULA. For a rubberized sand slurry, the Contractor shall submit a job mix formula and application rate to http://www.faa.gov/arp/engineeringibriefs/eb46a.htm 6/1012004 Engineering Brief # 46A a testing laboratory together with sufficient materials to verify the formulation. The laboratory shall verify the proportions of emulsion l water, aggregate and rubber using the mix design procedures contained in Appendix A. The mix design shall be within the range shown in Table 2 and meet the requirements of Table 3. A copy of the mix design and test data shall be submitted to the Engineer at least [ 1 days prior to the start of operations and shall include as a minimum: a. Water (gal/gal of emulsion) b. Aggregate (lbs/gal of emulsion) c. Rubber (gal/gal of emulsion) d. Viscosity of total liquids e. Viscosity of composite mix f. pH of water g. Mixing sequence of materials h. scuff resistance, freeze-thaw, adhesion, and fuel resistance. No slurry seal shall be produced for payment until the job mix formula has been approved by the Engineer. Rubberized coal-tar emulsion slurry seal formulations are sensitive to the characteristics of individual latex additives. Not all products will will provide satisfactory seal coat formulations for all combinations of coal tar emulsion, water, and rubber additive. Water used in the job mix design should be obtained from the source the Contractor proposes to use in the field. The job mix formula for each mixture shall be in effect until modified in writing by the Engineer. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * Improper formulations of rubberized coal-tar pitch emulsion slurry seal produce coatings that crack prematurely or do not adhere properly to the pavement surface. A minimum of 5 days is recommended for job mix approval. The quantity of materials (aggregate and rubber) and the application rate (with a n tolerance) shall be specified by the Engineer, within the ranges shown in this note. The Engineer should consult with suppliers and applicators to determine the proper quantity of sand and rubber to specify. These quantities and the application rate are a function of the degree of pavement oxidation. The composition shall be inserted into Table 2. Asterisks denote insert points. COMPOSITION OF MIXTURE Type of Composition and Quantities Slurry Seal Water Aggregate Rubber Application Rate gaL/gal. lbs/gal. gal./gal. gal./sg.yd. of ernul. of emul. of ernul. (per application) Page 27 of 43 http://www.faa.gov/arp/engineering/briefsleb46a.htm 6/10/2004 El;lgineering Brief # 46A Page 28 of 43 Rubberized Sand slurry O.BO(max) 16-20 0.10-0.14 0.35-0.55 Rubberized Emulsion 0.80 (max) 0.03-0.05 0.20-0.25 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * TABLE 2. COMPOSITION OF MIXTURE Type of Composition and Quantities Slurry Seal Water Aggregate Rubber Application Rate gal./gal. lbs/gal. gal·/gal. gal·/sg.yd. of ernul. of ernul. of ernul. (per application) Rubberized * * * * Sand slurry Rubberized Emulsion * * * * TABLE 3 DESIGN CRITERIA Test Property Purpose Criterion Brookfield Viscosity Incompatibility 10-90 poises @77F between latex and coal tar Brookfield Viscosity Workability of 10-90 poises @77F composite mix scuff Resistance Rate of set >100 in-lbs torque @8 hours Scuff Resistance Final scuff >8 hr torque torque @24 hours 􀁆􀁲􀁥􀁥􀁺􀁥􀁾􀁔􀁨􀁡􀁷􀀠 Cracking @5 cycles <: 1 @10 cycles '" 3 Adhesion LosS of adhesion Rating = 5A Fuel Resistance Fuel penetration No penetration Loss of adhesion or loss of adhesion 628-3.3 APPLICATION RATE. The The rubberized sand slurry shall be applied in two coats. A third coat of rubberized emulsion shall be applied, if recommended by the manufacturer. The application rate submitted with the job mix formula shall be verified during placement of the test section and shall fall within the limits shown in Table 2. * * * * * * * * * * * * * * * * * ** * * * * * * * * * * * * * * When, in the opinion of the Engineer, an area will be http://www.faa.gov/arp/engineering/brie fs/eb46a.htm 6/10/2004 Er:lgineering Brief # 46A subjected to heavy fuel spillage, a final application of plain emulsion, on a sand slurry seal coat, may be made at the rate of 0.075 to 0.10 gallons per square yard (0.36 to 0.5 liters per square meter). * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * 628-3.4 TEST SECTION. Prior to full production, the Contractor shall prepare a quantity of mixture in the proportions shown in the approved mix design. The amount of mixture shall be sufficient to place a test section a minimum of 250 square yards at the rate specified in the job mix formula. The area to be tested will be designated by the Engineer and will be located on a representative section of the pavement to be slurry sealed . The actual application rate will be determined by the Engineer during placement of the test section and will depend on the condition of the pavement surface. The test section shall be used to verify the adequacy of the mix design and to determine the application rate. The same equipment and method of operations shall be used on the test section as will be used on the remainder of the work. Two viscosity tests each shall be made on the total liquids and the composite mix. The average viscosity shall be within ft 15 poises of the job mix viscosity determined in paragraph 628-3.2. Test results shall be available within 2 days. If the test section should prove to be unsatisfactory, the necessary adjustments to the mix composition, application rate, placement operations, and equipment shall be made. Additional test sections shall be placed and evaluated, if required. Full production shall not begin without the Engineer's approval. Acceptable test sections shall be paid for in accordance with paragraph 628-7.1. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * The test section affords the Contractor and the Engineer an opportunity to determine the quality of the mixture in place as well as the performance of the equipment. The application rate depends on the surface texture. If operational conditions preclude placement of a test section on the pavement to be sealed, it may be applied on a pavement with similar surface texture. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONSTRUCTION METHODS 628-4.l WEATHER LIMITATIONS. The seal coat shall not be applied when the surface is wet or when the humidity or impending weather conditions will not allow proper curing. The seal coat shall be applied only when the atmospheric or pavement temperature is 50 degrees F (10 degrees C) and rising and is expected to remain above 50 degrees F (10 degrees C) for 24 hours, unless otherwise directed by the Engineer. Page 29 of 43 628-4.2 EQUIPMENT AND TOCLS. The Contractor shall furnish all equipment, tools, and machinery necessary for the performance of the work. http://www.faa.govfarpfengineeringfbriefsfeb46a.htm 6/1012004 Engifleering Brief # 46A Page 30 of 43 a. Distributors. Distributors or spray units used for the spray application of the seal coat shall be self-propelled and capable of uniformly applying 0.15 to 0.55 gallons per square yard (O.69 to 2.5 liters per square meter) of material over the required width of application. Distributors shall be equipped with removable manhole covers/tachometers , pressure gauges, and volume-measuring devices. The mix tank shall have a mechanically powered, full-sweep, mixer with sufficient power to move and homogeneously mix the entire contents of the tank. The distributor shall be equipped with a positive placement pump so that a constant pressure can be maintained on the mixture to the spray nozzles. b. Mixing Equipment. The 􀁭􀁾􀁸􀁾􀁮􀁧􀀠machine shall have a continuous flow mixing unit capable of accurately delivering a predetermined proportion of aggregate, water, emulsion [and rubber] and of discharging the thoroughly mixed product on a continuous basis. The mixing unit shall be capable of thoroughly blending all ingredients together and discharging the material to the spreader box without segregation. c. Spreading Equipment. Attached to the mixing machine shall be a mechanical-type squeegee distributor, equipped with flexible material in contact with the surface to prevent loss of slurry from the spreader box. It shall be maintained to prevent loss of slurry on varying grades and adjusted to assure uniform spread. There shall be a lateral control device and a flexible strike-off capable of being adjusted to lay the slurry at the specified rate of application. The spreader box shall have an adjustable width. The box shall be kept clean; coal-tar emulsion and aggregate build-up on the box shall not be permitted. d. Calibration. The Contractor shall furnish all equipment and materials and labor necessary to calibrate the equipment. It shall be calibrated to assure that it will produce and apply a mix that conforms to the job mix design. Commercial equipment should be provided with a a method of calibration by the manufacturer. All calibrations shall be made with the approved job materials prior to applying the seal coat to the pavement. A copy of the calibration test results shall be furnished to the Engineer. 628-4.3 PREPARATION OF PAVEMENT SURFACE. Bituminous pavement surfaces which have been softened by petroleum derivatives or have failed due to any shall be removed to the full depth of the damage and replaced with new bituminous concrete similar to that of the existing pavement. Areas of the pavement surface to be treated shall be in a firm consolidated condition. They shall be sufficiently cured so that there is no concentration of oils on the surface. A period of [ ] days shall elapse between the placement of a bituminous surface course and the application of the seal coat. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * The engineer shall specify the time period. In order to ensure adequate adhesion and minimize cracking and curling, http://www.faa.gov/arp/engineering/briefs/eb46a.htm 6/10/2004 Engineering Brief # 46A Page 31 of43 the pavement surface must be sufficiently cured prior to applying the seal coat. Experience has shown that approximately 90 days of hot weather (daytime temperatures or 70 degrees F) is needed for adequate curing. One means of determining if the pavement has cured adequately is to pour a cup of water on the pavement surface and observe if any oils appear in the standing water. If oils appear, the surface is not sufficiently cured to accept a seal coat. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * 628-4.4 CLEANING EXISTING SURFACE. Prior to placing the seal coat, the surface of the pavement shall be clean and free from dust, dirt, or other loose foreign matter, grease, oil, or any type of objectionable surface film. When directed'by the Engineer, the existing surface shall be cleaned with wire brushes and a power blower. Where vegetation exists in cracks I the vegetation shall be removed and the cracks cleaned to depth of two inches where practical. Those cracks shall be treated with a concentrated solution of a herbicide approved by the Engineer. Cracks shall then be [ 1. Areas that have been subjected to fuel or oil spillage shall be wire brushed to remove any dirt accumulations. The area shall then be primed with shellac or a synthetic resin to prevent the seal coat from debonding. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * The Engineer shall specify the appropriate method of treating cracks depending on the frequency and severity. This may include filling or routing and filling with a compatible crack filler, filling with a rubberized seal slurry at the time it is applied to the pavement surface, milling, etc. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * 626-4.5 TACK COAT. A tack coat shall be applied only if recommended by the emulsion supplier. After the surface has been prepared, a tack coat of 3 parts water to 1 part emulsified binder, as specified in paragraph 627-2.2, shall be applied at the rate of 0.05 to 0.10 gal/sy of surface. When a tack coat is not specified the pavement shall be dampened with a fog spray of water if recommended by the supplier. No standing water shall remain on the surface. Following the application, the surface shall be allowed to cure without being disturbed for such period of time as may be necessary to permit adhesion of the seal coat. This period shall be determined by the Engineer. Suitable precautions shall be taken by the Contractor to protect the surface against damage during this interval. 628-4.6 APPLICATION OF RUBBERIZED SAND SLURRY. The rubberized sand slurry shall be applied at a uniform rate with a distributor or squeegee at the rate determined in paragraph 627-3.4. When the emulsion, water, aggregate, and rubber are blended, the material shall be premixed to produce a homogeneous mixture of http://www.faa.gov!arp/engineering/briefs/eb46a.htm 6/10/2004 Engirleering Brief # 46A uniform consistency. The quantities of materials to be combined in each batch shall be in accordance with the approved mix design. he mixing sequence of the various components shall be the same as indicated in the job mix formula. After all constituents are in the mixer, the mixing shall continue for approximately five minutes or longer, if necessary. The mixing shall produce a smooth, free flowing homogeneous mixture of uniform consistency. Slow mixing shall be continuous from the time the emulsion is placed into the mixer until the slurry is applied by distributor truck or poured into the spreading equipment. During the entire mixing process, no breaking, segregating, or hardening of the emulsion nor balling, lumping, or swelling of the aggregate shall be permitted. The slurry shall be applied at a uniform rate to provide the quantity determined during placement of the test strip. When a spreader box is used, a sufficient amount of slurry shall be fed in the spreader box to keep a a full supply against the full width of the squeegee, so that complete coverage of all surface voids and cracks is obtained. Manufacturer's recommendations regarding application by spraying or squeegeeing should be followed. In areas inaccessible to equipment, the slurry may be applied by means of a hand squeegee. Upon completion of the work, the seal coat shall have no pin holes, bare spots, or cracks through which liquids or foreign matter could penetrate to the underlying pavement. The finished surface shall present a uniform texture. Each application shall be allowed to dry thoroughly before the next coat i& applied. 628-4.7 CURING. The mixture shall be permitted to dry for a minimum of [ ] hours after the final application before opening to traffic and shall be sufficiently cured to drive over without damage to the seal coat. Any damage to the uncured mixture will be the responsibility of the Contractor to repair. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * A minimum of 24 hours is recommended. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * 628-4.8 HANDLING. The mixture shall be continuously agitated from the initial mixing until its application on the pavement surface. The distributor or applicator, pumps, and all tools shall be maintained in satisfactory working condition. QUALITY CONTROL 628-5.1 CONTRACTOR'S CERTIFICATION. The Contractor shall furnish the manufacturer's certification that each consignment of emulsion shipped to the project meets the requirements of Federal specification R-P-355 , except that the water content shall not exceed 50 percent. The certification shall also indicate the solids and ash content of the emulsion and the date the tests were conducted. Page 32 of 43 http://www.faa.gov/arp/engineering/briefs/eb46a.htm 6/10/2004 Engiooe,ring Brief # 46A The Contractor shall furnish the manufacturer's certification that the latex rubber shipped to the project meets the requirements or the material specified in paragraph 628-2.4. It shall also indicate that the latex and coal-tar emulsion proposed for use are compatible and that the latex is recommended for combining with the coal-tar emulsion, waterl and aggregate. The manufacturer's certification for the emulsion and rubber shall not be interpreted as a basis for final acceptance. Any certification received shall be subject to verification by testing samples received for project use. The Contractor shall furnish the manufacturer's certification that the combination of latex and coal tar emulsion proposed for use has been successfully used in coal tar emulsion seal coat mixtures for a minimum of three years. The Contractor shall also furnish a certification demonstrating their experience in the application of a rubberized coal-tar emulsion seal coat for a minimum of three years. All All certifications shall be furnished to the Engineer at least 5 days prior to the start of operations. 628-5.2 QUALITY CONTROL. The Contractor shall have an independent technical consultant on the job site at the beginning of operations. The consultant shall have knowledge of the materials, procedures, and equipment described in this specification and shall assist the Contractor regarding proper mixing of the component materials and application of the seal coat. The consultant shall have a minimum of 3 years experience in the use of rubberized coal tar seal coats. Documentation of this experience shall be furnished to the Engineer prior to the start of operations. The cost of the technical consultant shall be included in the bid price. Prior to the start of operations, the independent technical consultant shall perform the viscosity tests in Table 3. The results shall be within n 15 poises of the job mix viscosity. 626-5.3 SAMPLING. Two random samples of the composite rubberized sand slurry mix, from each days production, shall be tested for viscosity to determine conformance with the requirements of the job mix formula viscosity for the composite mix, fi 15 poises. One sample per day may be tested for the other properties of Table 3. In addition, a one-quart sample will be obtained daily and stored in a glass container. The container shall be sealed against contamination and retained in storage by the owner for a period of six months. Samples shall be stored at room temperature and not be subjected to freezing temperatures. A sample of undiluted coal tar emulsion and latex shall be sampled from each consignment shipped to the job. 626-5.4 ENGINEER'S RECORDS. The Engineer will keep an accurate record of materials used in formulating each batch of the seal coat. METHOD OF MEASUREMENT Page 33 of43 http://www.faa.gov/arp/engineeringlbriefs/eb46a.htm 6/10/2004 Engineering Brief # 46A 628-6.1 The coal-tar pitch emulsion shall be measured by the gallon (liter) of undiluted emulsion. 628-6.2 The mineral aggregate shall be measured by the ton (kilogram) . 628-6.3 The latex rubber shall be measured by the gallon (liter). EASIS OF PAYMENT 628-7.1 Payment shall be made at the contract unit price per gallon (liter) for the coal-tar pitch emulsion, per ton (kilogram) for the mineral aggregate[, and per gallon (liter) for the latex rubber. These prices shall fully compensate the Contractor for furnishing all materials; and for all labor, equipment, tools, and incidentals necessary to complete the items. Payment will be made under: Item P-628-7.1 Coal-Tar pitch Emulsion -per gallon (liter) Item P-628-7.2 Aggregate -per ton (kilogram) Item P-628-7.3 Latex Rubber -per gallon (liter) TESTING REQUIREMENTS ASTM 136 Sieve or Screen Analysis of Fine and Coarse Aggregates MATERIAL REQUIREMENTS Fed. Spec. P-355 pitch, Coal-Tar Emulsion (Coating for Bituminous Pavements) ASTM D 490 Tars, (For Use In Road Construction) 0 APPENDIX A MIX DESIGN PROCEDURE ITEM P-628 MIX DESIGN PROCEDURE ITEM P-628 TEST METHODS CRITERION This procedure shall be used to determine the capability of the materials furnished by the contractor to produce a seal coat mix within the range of TASLE 2 and meeting the requirements of TASLE 3. The formulation is a combination of coal tar pitch emulsion, water, sand, and latex rubber. The samples furnished by the contractor shall be combined in the proportions recommended by the supplier and subjected to a sequence of six tests designed to eliminate any materials or combination of materials which do not meet the test criteria. Unacceptable materials in the formulation shall be eliminated from further consideration. EROOKFIELD VISCOSITY http://www.faa.gov/arp/engineering/briefs/eb46a.htm Page 34 of 43 6/10/2004 􀁅􀀺􀀺􀁧􀁩􀁲􀁾􀁥􀁥􀁲􀁩􀁮􀁧􀀠Brief # 46A Step 1 & Step 2 1. Scope This method covers the determination of the Brookfield viscosity, using materials and recommended formulations provided by the Contractor. It is designed to detect formulations that have incompatible quantities of latex and coal tar emulsion, that might flocculate, that have viscosities too low to suspend sand, and to identify any incompatibilities created by introducing sand. 2. Definitions 2.1 Brookfield viscosity -the viscosity determined by this method. The viscosity is expressed in centipoises (100 centipoises = 1 poise). Its value may vary with the spindle speed (shear rate) due to the non-Newtonian behavior of the coal tar emulsion, additive, and the water added. 2.2 Total liquids -coal tar emulsion, additive, and water. 2.3 Composite system -total liquids and sand. 3. Apparatus 3.1 Brookfield digital viscometer (model DV-II) and stand. 3.2 Number 1 and 3 HE spindles for DV-II viscometer. 3.3 Paint cans 3.3.1 quart capacity. 3.3.2 gallon capacity. 4. Sample preparation for Step 1 (4.1-4.3) and Step 2 (4.1-4.4) 4.1 Allow components (coal tar emulsion, water, sand, and additive) to reach 77 degrees F. This should take approximately 24 hours. 4.2 Mix coal tar emulsion and water in container specified in 3.3.2 with 50 strokes of a large laboratory mixing spoon. 4.3 Introduce additive to the mixture with an additional 50 strokes of the laboratory mixing spoon. Proceed to Step 1. 4.4 Add sand to total liquids with 50 strokes of a large laboratory mixing spoon, for composite mixture. Sand must be added slowly to avoid trapping air in the mixture. Stir composite mixture for 5 minutes and immediately proceed to Step 2. 5. Procedure Step 1 5.1 Fill quart paint can specified in 3.3.1 to within one inch of the top with the material prepared in accordance with 4.1 through 4.3. 5.2 Insert spindle No.3 HE in the material until the mixture level coincides with the immersion groove on the spindle shaft. 5.3 Avoid trapping air bubbles underneath the spindle. 5.4 Adjust rotational speed on the Brookfield viscometer to 50 revolutions per minute (rpm). 5.5 Start motor and record viscosity value in centipoises after five seconds of rotation. If the viscosity reading is too low for spindle 3, repeat procedure 5.1 through 5.5, using spindle No.1. http://www.faa.gov/arp/engineering/briefs/eb46a.htm Page 35 of 43 6/10/2004 E.. 􀁩􀁧􀁩􀁾􀁬􀁥􀁥􀁊􀁩􀁮􀁧􀀠Brief # 46A Page 36 of43 Step 2 5.6 Repeat 5.1 -5.5 with the composite mixture prepared in accordance with 4.1 through 4.4. 5.7 If the composite mixture does not fall within the acceptance criterion of 10 to 90 poises the following procedure for combining materials shall be used. 5.7.1 Discard materials from Step 1. 5.7.2 Mix coal tar emulsion and water in container specified in 3.3.2 with 50 strokes of a large laboratory mixing spoon. 5.7.3 Add sand to the mixture with 50 strokes of the laboratory mixing spoon. 5.7.4 Introduce additive to the mixture with 50 strokes of the laboratory mixing spoon, for composite mixture. Stir composite mixture for 5 minutes and immediately proceed to Step 1. 6. Report 6.1 The report should include, 6.1.1 Date of test and complete identification of the coal tar formulation tested. 6.1.2 Spindle number and rpm setting. 6.1. 3 Temperature of the sample tested. 6.1.4 viscosity of total liquids in poises. (Step 1) 6.1.5 Viscosity of composite system in poises. (Step 2) Step 1 Criterion: Viscosities between 10 and 90 poises are acceptable Step 2 Criterion: Viscosities between 10 and 90 poises are acceptable For materials to move into Step 2 testing the viscosity range must be met in Step 1. Likewise Step 3 will not be continued until viscosity range is met in Step 2 testing. If a material fails to met testing criteria in any step it will be eliminated from further testing. SCUFF RESISTANCE TEST Step 3 1. Scope This method covers the determination of the initial set and final scuff resistance characteristics of coal tar emulsion seal coat. 2. Definitions 2.1 Initial set -torque reading at 8 hours of curing. 2.2 Final scuff resistance -torque reading at 24 hours of curing. 3. Apparatus 3.1 "Scuff" resistance tester similar to the cohesion tester in ASTM D-3910-BOa, but modified as follows, 3.1.1 Proving ring used to measure applied load. 3.1.2. Screw jack used to apply load. 3.1.3 5 11 x 3/4" ID 1 7/32" OD reinforced rubber hose (two braid, 300 psi, green, oil resistant cover) for use in abrasion head. http://www.faa.gov/arp/engineering/briefs/eb46a.htm 6/10/2004 E: :gir,ser.ing Brief # 46A Page 37 of 43 3.2 Torque wrench with 300 inch pound capacity. 3.3 6 11 X 6 11 square 16 gauge sheet metal mask with 4 II x 4 IT square center removed. 3 .4 6 It X 6 If square aluminum panel. 4. Procedure 4.1 Using mask described in 3.3, apply uniform thickness of coal tar emulsion mixture to two panels as described in 3.4. 4.2 Allow the sample to cure at 77 degrees F and 50 10 percent relative humidity. 4.3 Test the first panel after 8 hours of curing. 4.4 place panel on lower platen and secure with ne" 􀁣􀁬􀁡􀁭􀁰􀁳􀁾􀀠 4.5 Raise platen with screw jack until sample comeS in contact with the rubber abrasion head. 4.6 Continue raising the platen until a normal load of 28 psi, as measured through the dial gage, is applied to the sample. 4.7 Tap platen to ensure proper load is applied to the sample. 4.8 Pull the torque wrench through and arc of 180 degrees in 1-2 seconds. 4.9 Record torque reading in inch-pounds. 4.10 Repeat procedures 4.4 through 4.9 on second sample after 24 hours of curing and record the torque reading in inch-pounds. 5. Report 5.1 Report the following information 5.1.1 Date and material tested. 5.1.2 Initial set as the torque reading at 8 hours of curing. 5.1. 3 Final scuff resistance as the torque reading at 24 hours of curing. CYCLIC FREEZE THAW CONDITIONING Step 4 1. Scope This method covers the analysis of crack development in a composite rubberized coal tar emulsion seal coat when exposed to multiple cycles of freezing and thawing. 2. Apparatus 2.1 12" x 12" square 16 gauge sheet metal mask with an 1111 x 11" square center removed. 2.2 12" x 12H square section of aluminum panel 3/16 11 thick. 2.3 Oven capable of maintaining 140 degrees F. 2.4 Freezer capable of maintaining 􀁾􀁯􀀠degrees F. 3. Procedure 􀀳􀀮􀁾􀀠 Using mask described in 2.1, apply uniform thickness of the composite rubberized coal tar emulsion mixture to a panel as described in 2.2. 3.2 Allow material to cure at 77 + 2 degrees F and 50 + 10 percent relative humidity for 24 hours. 3.3 Place sample sample in the 140 degree F oven for 24 hours. 3.4 Remove sample and record crack development. 3.5 Place sample in 10 degree F freezer for 24 hours. 3.6 Remove from freezeri this constitutes One freeze-thaw cycle. http://www.faa.gov/arpJengineering/briefsJeb46a.htm 6/10/2004 E:lgir.eering Brief # 46A Page 38 of 43 3.7 Repeat procedures 3.3 through 3.6 for a total of 10 cycles. 3.8 Inspect the samples after 5 and 10 cycles and rate the cracking in accordance with the following scale and the following procedure: 3.8.1 Using a commercially available thickness gauge, estimate the width of the largest crack appearing on the surface. 3.8.2 Next I place a grid frame over the coal tar seal coated shingle (after freeze/thaw conditioning). The grid is a wood frame with an inside diameter of 12x12-inches. A grid is formed across the inside opening of the frame by subdividing the opening into 10 equal divisions both horizontally and vertically with twine anchored to the frame. This will provide 100 equally sized squares. 3.8.3 Count the number of squares in which a crack occurs. The percent cracking is equal to the number of squares. 3.8.4 Compare the results to table below: Severity of Width of Widest Percent of Cracking Crack Cracking Hairline 0.010 mm NA-Cracks are barely visible Slight Slight Cracking 0.015 mm <25% Moderate Cracking 0.020 mm >25% Severe Cracking 0.020 mm or greater >50'1; o -No cracking 1 -Hairline cracking 2 -Slight cracking 3 -Moderate cracking 4 -Severe cracking 4. Report 4.1 Report the crack rating at 5 and 10 cycles. Step 4 Criterion: Rating of 1 or less at 5 cycles is required. Rating of 3 or less at 10 cycles is required. Any materials not meeting this requirement shall be eliminated from Step 4. ADHESION Step 5 1. Scope This method covers the determination of adhesion of a composite rubberized coal tar emulsion seal coat and retention of sand by applying pressure sensitive tape. 2. Apparatus 2.1 1211 X 12 It square 16 gauge sheet metal with 3 II X 6 11 rectangular center removed. http://www.faa.gov/arp/engineering/briefs/eb46a.htm 6/1012004 􀁅􀀬􀁾􀁧􀁩􀁲􀀬􀀺􀀬􀁥􀁥􀁲􀁩􀁮􀁧􀀠Brief # 46A 2.2 12" X 1211 aluminum panel 3/16 11 thick. 2.3 Razor sharp blade, scalpel, or other cutting device with cutting edge in good condition. 2.4 Steel straight edge. 2.5 One inch wide semi-transparent pressure sensitive tape with an adhesion strength of 38 + 5 oz./in. when tested in accordance with ASTM D 3330. The backing of the tape may consist of fiber-reinforced cellulose acetate, unplasticized polyvinyl chloride, or polyester film. 2.6 Hard, small head rubber eraser. 2.7 Table lamp. 3. Procedure 3.1 Using the mask described in 2.1, apply a uniform thickness of the composite mixture to the aluminum panel as described in 2.2. 3.2 Allow mix to cure at 77 + 2 degrees at 50 + 10 percent relative humidity for 24 hours. 3.3 Select a representative area. 3.4 Make a horizontal cut of about 1.5 inches. Then make another cut of 1.5 inches about 40 degrees to the horizontal cut. The cuts should intersect each other at their centers. When making the cuts, use the straight edge and cut through the coating to the substrate in on steady motion. Brush off dislodged materials. 3.5 Inspect the cuts for reflection of light from the metal substrate to establish that the coating has been cut through completely. If the substrate has not been reached, do not attempt to deepen the cut. Instead, make another IIX II in a different location. Remove the dislodged materials by brushing lightly. 3.6 Remove two laps of the pressure sensitive tape from the roll and discard. Remove an additional length at a steady rate and cut a piece about three inches long. 3.7 Place the center of the tape at the intersection of the cuts with the tape running in the same direction as the smaller angles. Smooth out the tape in the area of the cuts and then rub firmly with the eraser. 3.8 Wait for 60 seconds, then rapidly pull one end of the tape back on itself with the non-stick surfaces touching and running parallel to each other. 3.9 Inspect the "XII cut area for removal of the coating from the substrate and rate the adhesion in accordance with the following scale: 5A No Peeling or removal 4A Trace peeling or removal along incisions 3A Jagged removal along incisions up to 1/16 inch either side to 1/8 2A Jagged removal along most incisions Up to lie inch on either side lA Removal from most of the area of the "XII under the tape OA Removal beyond the area of the IIXII 3.10 Inspect the tape for adhesion of sand. 3.11 Repeat the test in two other locations on the test panel. 4 Report 4.1 Report the number of tests, their mean value and range. 4.2 Report whether sand adhered to the tape as yes or no. Step 5 criterion: No sand can adhere to the tape. No debonding Page 39 of 43 http://www.faa.gov/arp/engineering/briefs/eb46a.htm 6/10/2004 E:.,;gif;eering Brief # 46A Page 40 of43 of the seal coat or the test medium is allowed (adhesion rating of SA is required) . Any materials not meeting this requirement shall be eliminated from being tested in Step 5. FUEL RESISTANCE Step 6 1. Scope This method determines the resistance of the composite rubberized coal tar emulsion seal coat to kerosene. 2. Apparatus 2.1 2 6 11 X 6 11 square 16 gauge sheet metal masks with a 4 11 6 by 4" square center removed. 2.2 11 X 6" unglazed white ceramic tile with an absorption rate of 10-18 percent (determined in accordance with ASTM C 67. 2.3 Brass ring, 211 diameter and 211 high. 2.4 Kerosene meeting requirements of ASTM D 3699. 2.5 Silicone rubber sealant. 3. Procedure 3.1 Immerse the ceramic tile in distilled water for a minimum of ten minutes. 3.2 Remove excess water from the tile to produce a damp surface before applying the seal coat. 3.3 Using the mask described in 2.1 apply one layer of the composite coal tar emulsion mixture to the tile. Spread even with the top of the mask using a spatula or other straight edge. 3.4 Allow the sample to cure for 96 hours at 77 + 2 degrees F. and 50 + 10 percent relative humidity. 3.5 Position a second mask on top of the first mask. 3.6 Apply a second coat of coal tar emulsion mixture. Spread even with the top of the second mask. 3.7 Cure as in step 3.4. 3.B After curing, affix the brass ring to the seal coat on the tile with silicone rubber. 3.9 Fill the brass ring with kerosene. 3.10 After 24 hours, remove the kerosene from the brass ring, blot dry and immediately examine the film for softness and loss of adhesion. Immediately after the film is examined, break the tile in half, exposing that part of the tile whose film was subjected to the kerosene. 3.11 Evaluate for penetration of kerosene through the sealer and loss of adhesion. 4. Report 4.1 Report the results as pass or fail. Visible evidence of leakage or discoloration shall constitute failure of the test. Step 6 Criterion: A rrpass" rating in the fuel resistance test is required. o APPENDIX B EXPLANATION OF MIX DESIGN PROCEDURE The procedure adopted to determine optimum acceptable quantities http://www.faa.gov/arp/engineering/briefs/eb46a.htm 6/10/2004 􀁅􀀮􀀧􀀱􀁧􀁩􀀧􀀩􀁾􀁥􀁲􀁩􀁮􀁧􀀠Brief # 46A of coal tar emulsion, water, latex, and sand makes use of a process in which trial batches with a range of formulations are prepared, then subjected to a sequence of six tests designed to eliminate the formulations not meeting test criteria. Unacceptable formulations are eliminated from further consideration. Figure 1 outlines the process of checking a particular mix using the six steps in the process. Table 1 lists the test procedures, the associated mixture properties I and criteria for each test procedure. Steps in the Mix Design Process There are six steps in the mix design process as indicated in Figure 1. These six steps are applied to a range of materials and material quantities emulsion, water, latex and sand, that t are expected to bracket one or more acceptable mixes. It may be necessary to repeat step one in the process to find a range for any given combination of emulsion, latex and water. Once a range is established for these materials, the liquid phase phase of the sealer, the remaining 5 steps will lead to a selection of a final mix formulation having the desired properties. Step 1: Perform the Brookfield viscosity test on each trial batch formulation of the liquid phase without sand; coal tar emulsion l latex additive r and water. Determine formulations that have the widest ranges for the quantities of latex and additive that meet the viscosity criteria given in Table 1. Step 1 is designed to eliminate formulations that might have incompatible quantities of latex rubber and coal tar emulsion, that might flocculate, that have viscosities too low to suspend sand, or that would produce and unacceptable coating. Visual observations of these conditions are helpful in determining acceptable formulations within the range of viscosity values given as test criteria. Step 2; Brookfield viscosities are next determined on acceptable trial formulations from step 1. The purpose is to identify any new incompatibilities created by the introduction of sand, to insure that the composite material will not run off the pavement nor clog spray nozzles. This step also uses with viscosity measurements and visual observation to judge the acceptability of trial mixes. Viscosities between 10 and 90 poises are acceptable. Any mixtures not meeting this requirement will be eliminated from Step 3. Brookfield Viscosity of Total Liquids Identify incompatibilities between liquid components) Brookfield Viscosity of Composite Mix (Identify incompatibilities between liquid components and sand) Scuff Resistance at 8 and 24 Hours (Optimize final scuff resistance) Page 41 of 43 Crack Formation Due to Cyclic Freeze-Thaw Conditioning http://www.faa.gov/arp/engineering/briefs/eb46a.htm 􀁅􀀡􀀧􀁬􀁧􀁩􀁬􀀧􀁊􀁩􀁥􀁾􀁩􀁮􀁧􀀠Brief # 46A Optimize long term crack performance) Adhesion of Sealer to Substrate and Adhesion of Sand to Binder (Insure adequate sealer-substrate bonding and adequate binder content to retain sand) Fuel Resistance (Insure resistance to fuel and adequate bonding) Figure 1. Determination of Optimum Component Quantities TABLE 1. TEST PROCEDURES AND TEST CRITER IA Step Test Method Performance Item Criterion 1. Brookfield Incompatibility Viscosity between Viscosity between additive 10 and 90 poises @77F and coal tar 2. Brookfield Workability Viscosity between Viscosity of mix 10 and 90 poises @77F 3. Scuff Rate of set 8 hour torque Resistance >100 in-lbs Final Scuff 24-hour torque Resistance >8-hour torque 4. Cyclic Freeze-Cracking Rating <1 @5 cycles Thaw Rating <3 @10 cycles Conditioning 5. Tape Test Adhesion Rating = 5A No sand loss 6. Tile Test Fuel Resist.ance Passes Step 3: The torque or scuff test is performed on mixes selected in Step 2. A maximum of 8 hours is allowed for setting of seal coat. A high torque value at 24 hours indicates good scuff resistance for the materials used. Torque values equal to or greater than 100 in-pounds at 8 hours are acceptable. A small variation can be tolerated as long as it is within the realm of repeatability tolerances. Step 4: This step uses the freeze-thaw test to check on cracking potential. Long term performance can be optimized by limiting the 5 and 10 cycle cracking in the cyclic freeze-thaw test. A rating of 1 or less at 5 cycles, and 3 or less at 10 cycles, is acceptable. Step 5: Sand must be retained by the seal coat after it is cured, using the adhesion test as a pass-fail criteria. No sand can adhere to the tape, and no debonding of the seal coat from Page 42 of 43 http://www.faa.gov/arp/engineering/briefs/eb46a.htm 6/10/2004 􀁅􀁲􀀮􀀲􀁾􀀻􀀮􀀩􀁾􀁾􀁩􀁮􀁧􀀠Brief # 46A Page 43 of 43 the test medium is allowed (adhesion rating SA). Compositions that meet this test also should provide adequate resistance to the freeze-thaw test. Step 6: Check the fuel resistance of the final mix. If the sealcoat is to be used in an area where high fuel resistance is required, a lIpass ll rating in the fuel resistance test should be required. Mixes not meeting this criteria should be redesigned, or should be used in areaS where fuel resistance is not 􀁣􀁲􀁩􀁴􀁩􀁣􀁡􀁬􀁾􀀠 o http://www.faa.gov/arp/enginee ring/briefs/eb46a.htm 6/10/2004 March 15, 2004 Mr. Steve Chutchian Town ofAddison P.O. Box 9010 Addison, TX 75001-9010 RE: Richard Byrd Drive Pavement Replacement Addison Airport Dear Mr. Chutchian: Rebcon, Inc; consulted with Austin Bridge & Road regarding the pavement raveling on the referenced project, and they suggested we contact Lewisville Paving Co., Inc. for a solution to the problem. We met with Mr. Walter Holloway, President of Lewisville Paving Co., at the' Airport on ThUrsday, March 11,2004, so he could perform a visual inspection, and he offered the following: • Treat the area with a heavy 􀁳􀁥􀁡􀁬􀀧􀁣􀁣􀁩􀁡􀁴􀁾􀁳􀁡􀁮􀁤􀀠coat. • Use polytar heavy duty pavement sealer material as manufactured by Gem-Seal of Dallas. ' • Scrub areas which are showing signs of raveling with a wire broom in order to remove any loose material. Pre-treat rough areas with a heavy seal coat containing 6 to 8 pounds of sand, applied by squeegee, to cover seams and rough . \ . areas. • Ciean the area with a high pressw'e blower to remove any debris. • Apply a first coat ofmaterial containing 3 to 4 poUnds of silica sand and approximately 7% of polymers by volwne. The application shall be approximately 0.12 to 0.15 gallons per square yard applied by spray. • Apply a second coat of material containing 2 to 3 pounds of silica sand and approximately 7% of polymers by volwne, The application 'shall be approximately 0.09 to 0.12 gallons per squareyard'appJied by spray. • Depending on the weather, the second coat will be applied not later than the day following'ilie first coat. The material will need 24 to 36 hours to properly cure atter 􀁴􀁨􀁾􀁳􀁥􀁣􀁯􀁮􀁤􀀠coat appli'caiion,' The ni-striping can commence 24 hours after . the second coat is applied.' No rain can be prediCted for 24 hours after the second 'application. 􀁔􀁥􀁩􀁮􀁰􀁥􀁲􀁡􀁴􀁵􀁲􀁾􀀠wise, the 'best tUne for this procedure is mid to late "Ap' n'I. ' " , 1868 W. NORTHWEST HWY. OALLA8. TEXAS 75220 972/444-8230 Please let me know if this solution meets your approvil, and we will start coordinating with airport personnel for an April application time. Sincerely, REBCON, INC. 􀁾􀀲􀁙􀀠 enclosure TO:817 491 4680 PRG:€ 1'11 ,.,11 04 12: 57 FROM:GEMSEfL TX 2143334399 ....-. POLYTARTM HEAVY DUTY PAVEMENT SEALER DETAILED APPUCATION SPECIFICATIONS 1. Scope: This recommended 􀁰􀁲􀁡􀁥􀁜􀁩􀁾􀀠eoVt!lr v the epplicaUOIl of PolyTarT•• a high petIQrmanee. polymer modified. emul.med coal tor p.vement seolet. Thl. application serv...􀁾􀀠wealher protection. beautification of surf..,.,. and aliph.Uc-sotvent (petroleum d"tilale. such as gas. oil and dlesol) resislanl ..,al for a'phaltlc 􀁥􀀹􀁾􀁲􀁥􀁬􀁥􀀠paY''''',,"!, nf .irport r;omp. cnd ",.iw.) >, 􀁾􀀢􀀧􀁾􀁾􀀧􀁙􀀠10... aM dn.aways, 2. References: 2,1 IlSiM Specification 0·3320; Standard Spe:cilication ror Emulsified Coal Tar Pilch (Mineral Colloid Type). 2,2 ASTM Specification 0-400: Standard Speeir.:alion for /'Ioed Tar, 2,3 IISTM Specification 0-30423; Sland.rd Prectk:e ror Application of Emulsilied C""I TIlf Pilch, 2,4 ASTM SpedflClltlon 0·2939; Slandard Methods of T eeting Emulair.,,; eilumens U ..a as Protective Coating>, 2.5 IISTM $peoificaUon 0.4866; F'lItlQrmance standard forC.al T.rPitch EmulSIon P:;ntQment Sealer Foundations Containing Mineral Aggregal!lS and OpUonal Polymeric Admixtures, 2,6 MSHTO specmeaUon TPS·S?; Provioional Standard Test Method for Determining Ihe Rheological Properties of Atphalt Binder U.ing a Dynamic Shear Rheame!er, 3, Materia Is: 3,1, Th• .;ontraaar shall ule PolyTar '" polymer modifi.,; CQaltar emulsion, No 􀁾􀁉􀀡􀁥􀁭􀀮􀁩􀁪􀁶􀁥􀀠will be accepted, P.oIyTa....... Will confonm to !he fOD""'in!! req.....menlS: .. 3.1.1, ASTM SpoclfioaUon ()'SS20; Non yolatll9c ,."lids) "hall be 􀀴􀁾􀁴 ±1 %. 3,1.2, The refined lal prior to polymer modifi<:a1ion shen <:onfolTl1 10 IISTM D-49O. 9lade RT-12, Th. refined (Sf shall b. derived (rom high lemp$t;I!lI,. coke O\len lor" Oil and water glls tars !hall not be us.d wen though tf\ey might comply with ASTM 0-490. grade RT·1:!. 3,1,3, Polymet to ""fined tar ratiO .hilil be 7% by yolumo of refined lar (ASTM D-490. grad.. RT.1Z), and will oon(o"" \0 ' the following Cliteria: ' Dynamic Shear Rh@Oloo\f, roSR) Tut !\".uK Tan Dena (G'/G'). 6O'C Le•• than 4,5 10 radian/second. 10% &train. raUo AASHTOiP5·!1? ' 3,1,4, The emul.lon Shalt bQ producenlenl of that particular l.ansport lola. Cletelmined by moults of 10$1. perl'crmed on materiat toaded, Sl1e1t certifications .hall be subject 10 Verification b)'lesting sample. of !he emulo;ion received fer US" on the projec!. Costa of 􀁶􀀮􀁲􀁩􀁾􀁃􀁩􀁴􀁩􀁯􀁮􀀠testing will be bOrne by Projeot Administrator. • 3,2 Dilution ",.lor shall be potable and free of e.cf/ltive min...t. and contaminant., Waler will be provided by Plojeol Admlnistr.tor and available wilhin " r...""nabl. di.tance from the job .It., 3,3, Ssno wlU be w3llhed andllraded aifico lland, orcru.hed, washed. and graded stag. fr"" 01 all contaminant •• and Cl)olormlng to Ihe toftowlng gradation: Note: Gradations oU!$ide lhes .. ranges may be used prolil WI! have Iw¢ or more devices such os sQu""gee. anolor dr.g broom anemotics to allure evan di.!libutlon of the tal emulol.n .yalem. Mechanical mixing devices WIll nelocorporaied into the construc!jon of the applicator to ....ur. homogeneous mhong of Ihe emulsloo and required addilive •. 4.3. MlXlng or agitating equipmenl may bo ellhet portable powered or a lan!:-Iype power mixer. In any case, mixers shall be of $urflCleol capacity 10 e$eure homogeneous mixing of the emulsion and required additivea 􀁾􀁾􀁮􀁤􀀠to maintain complet.. 6uspention 9r min-:,ai RQrooa'e unlil ihlt ROIII",'nn 􀁾􀁹􀁳􀁴􀁡􀁭􀀺􀀠it. :lPPllod to ihc ,aIlC"'4"t, All .b.lfdijt: (¥Ilks or amp tankers Sh;JI ba ;quipped wi1h mechanical agitato... Gufficient to ....p U1. coaIlar .muloion homo;)enous during storage. 5. Preparation of Surfaces: 5.1. AllOW new asphalt 10 cure. Cure time varies with type of 􀁡􀁳􀁰􀁨􀁡􀁾􀀬􀀠"9srogato, weath.r condition., and conSfruclion procedures. Hoi mix ••"".It Will ","uany cUte In 30 -90 day •. Cold mix pa""ment. '''ould ha... allea.1 90 da)ljl to cure. Requirt:d cu,e lime should b. aelermlned by Project Admlni.tralor, and a Wl'iUen order 10 proceed will be furniShed to tho contractor. 5.2. Wide cracl with manufactur..... op&oificallon. (OPTIONAL) 5.4. Remove oU and grease ,pots thllt have nOI J)IItmanen\ly damaged or softened the pavemenl by scrubbing with. detargent and fluohing 􀁷􀁾􀁨 water unlH" wat&T-oreakofr•• sulfaee i. obtIiined, Oilond gre ••e spols with deeper pen.lration WlU be trealed by burning with hand held propane 10""', and th8f1 coating lOe spo! with an approved 011 'pol primer sucll 0$ Tar·Prime, If Ihe oil.pol is so severe 0$10 cause permanent 􀁤􀁥􀁴􀁥􀁲􀁩􀁯􀁲􀀶􀁾􀁯􀁮􀀠c1lhe pavement, or !fIne pavemenl has failed due to other ceoses. lhe pavement .nail o.fIImovad \0 Ihe full dep\!! of lhe damal1" anti repleced W1tI\ new asphalt pavement in accordance 􀁷􀁾􀁨􀀠paragrap" 5.1. 5,5, Old Iraffic controllinG may be blaGken"d willi blsGk epoxy or bloc!< ac;ryllc cootings. E.ces.lve build up of lines should be abraded before any prima C04!s of aophak ar wr 􀁾􀁭􀁩􀁊􀁬􀀻􀀬􀁩􀀬􀀬􀀢􀀠are appliod. (OPTIONAL) 6,6 Highly oxidi.t.d or weall1ensd asphalt IlMfaoei shali be primed with. eoa! of PolyTar'· diluted 1 to 1 with water. The prime coat .hall be allowed to dry tllotlluQhly before 􀁰􀁲􀀢􀀢􀀢􀀮􀁾􀁩􀁮􀁧􀀠wilh additional applicallons. ApplicaUon rate thall b. 0.09 -0.10 9allon per square yard of dilUted PolyT,,"', (OPTIONAL) S.7. 􀁉􀁭􀁭􀁥􀁤􀁬􀁾􀁴􀁥􀀯􀁹􀀠before epplicatlon orsealer. dean !ho sul'l3ee ohl! loose duol, din, leave., and any other foreign motorials by sweeping, blOWing. fluehil'lO wit" wal...., or any ecmbinaUon of /he Ihree. 6. Mix Design and Application RItes: 61.. PolyTar'" Water·· Sartd·.. Applicaiion Use Coats Gallon GaD.... (>.100 lb•.) Mix Gal/Sq. Yd Low 1 100 0-5 W 010·0.12 TraffIC z 100 1).5 ().3 0.06 -0, 12 Medium 􀀬􀁾􀀠 100 0.5 2·3 0.10·0.15 TrofflC 2'M 100 0-5 a.3 0.10-0,12 Hioh I"" 100 0.5 2·3 0, lQ· 0.15 Traffic 2 100 0.5 2·3 O.1D·O.12 3 100 0-5 ()'3 0,08-0.12 '101 Coat is upplied to enlran=. exits. high traffic lanes IIIld luming radii. HAddilional water need only b. added when using sand in the mix design. -Sand shoUld be added to Ihe final coat when 1!I$S, no breaking, oeg'egating, or hardening of the emulsion. and no balling Of lumping of the 8sgreg.t. $Il.1I be permitted. B.5. The coating shall be applied uniformly over Ihe entire pavement surface and 􀁦􀁾 01 voids and pinl1r 01 pavemenl are•• lhat 0' 1••ls hav" SO deteriorated or have other OIJ!.ide faeto" such as POOl dr3i""S", 􀁩􀁭􀁾􀁲􀁯􀁰􀁥􀁦􀀠eonslruclion, ele., thaI wiD render the 􀁥􀁰􀁰􀁬􀁾􀁴􀁩􀁯􀁮􀀠of ••ealeoal ineffectille. 7.3. Striping wHI b. don. with a lot •• or acrylic painlOlpprO\'1jd by the manufaclutl!r. No st'iping will commence untillhe seal coat 10 be .trlpoed has cured for at least 24 hours. 1.4. The c.nWOIol .hall &ubmft with hi. proposal alle..t three ref.rence. 01 prevl.usty completed projects. pt The contracto, ";11 plovide a 􀁰􀁥􀁲􀁦􀁯􀁬􀁭􀁡􀁮􀁾 and payment bond to the Project Administrator -OR -waiver. ofllen from suppliers wil he providM with 1!I\ICh IlMlic.!t of 􀁰􀀢􀁹􀁭􀁥􀁮􀁉􀀮􀁉􀁏􀁰􀁴􀁩􀁯􀁮􀁾􀁉􀀧􀀮􀀠 8_ Job Site Location and Scope of Project: See E.hlb" 'A.' (To bf> drawn and altsched by property o.mer. manager, or archilecllengineer). 9. Basis of Payment: 1l1eoa prlees shall be full compensation for fumlahin9 malerial., ptl!p.",Uon. mixing, ""d applying malerials In eompliance "'th this sp..,eifooatlon. and for al Ihe teols, 􀁇􀁱􀁾􀁩􀁰􀁭􀁥􀁮􀁬􀀬􀀠labor, and incidental. nece...ty 10 complete this 􀁾􀁦􀁯􀁬􀁥􀁣􀁬􀀮􀀠 The proposal shall Indloate by ine 110m: 1, The ow",,""'ate square yards and <>ost of jr.>tchlng to bEl performe diy, and dispose of according to local, s"'le .nd federal regulallons P....-llon••houll! bolaken to prevent lud_ nmoff and PolyTar'" from enlering stonn d ... lnage iystem or pond•. 10.4. MaIntenance 01 coaUng can jlrolong Hsllfe and attractIVe appeamnce. Sand. gravel and othar debris should be removed as lheyecr:umulale. OU dripping., anlifreez •• 9IC. """ b. sCNbbed With mild detargenla and fluehed Wilt. Clean watet. 10.5. Technic.Ii assi.tance 􀁡􀁾..ilable from Gem $e81 Carperai!cn upon requeol 10.6. 00 not allow to fr"le. LIMITED WARRANTY PoIyT"r'" polymer modlfiO. at Ihe manulac:turefs option, upon relll'll of111$ UflUl)ed pO!lfon. This warranly is made in lieu of 81 ather o>:W1.r emulsion. No altema.ve will be a pavement. or ff the pavemant h.$ failed du& to oilier causes. the pavemenl 'hall be removed \Q Ihe tlllI depth of the damagt!! and repiaclld wItl'I naw 􀁡􀁾􀁨􀁡􀁬􀁴􀀠pavemenl in 8eeordanee with paragraph 5.1. 5.5. Old Iraffic conlrQ! 􀁾􀁮•• may b. blackened willi hlaell epOXy or blacl< aaylic COIItingS. E""ellsive build up of linea should be abtaded before any prime prime coalS oraephall or wr emulsion are applied. (OPTIONAl) 0.6 Hlghly Qx",ized or weathentd aSPh.lt sLlfIlMS shatl "" primed with a CQal of !>QlyTaf'· diluted 110 1 with water. Th. prime coat.hall "" allowed to dl)' lhoroughly I16fo,," proceeding wilh addillonal allllticetions. Application rote .h211 be 0.09 -0.10 gallon per square yard of diluted PclyTor1V, (OPTIONAL) 􀁾􀀮􀀷􀀮􀀠 Immediately before eppHcalion of sealer. dean 111. Gurfac:o 01 all lOOse dU81. dirt. I••v"•• and any other foreign motoriala by sweeping, blowing. 􀁾􀁵􀀦􀁨􀁬􀁮􀁧 with water. or any oombinaliOn of the Ill"",. 6. Mix Design and Application Rates: 6.1. Use Coati .􀁇􀀸􀁴􀁩􀀰􀁾􀀠 􀁾􀀺􀀺􀀻􀀭 􀀢􀀧􀁾􀁾􀁾􀀺􀀮􀀠, MilcGaI/&J. Yo Low 1100 0-5 􀀲􀁾􀀠 11.10· 1.12 TraffIC r 100 >5 ().3 (l,na -0.12 Medium 􀀬􀁾􀀠 100 0.5 Z-3 0.10'.15 Trallic 2'· 100 1).5 O·J 0.10 -0.12 ! Hioh -I· U! Traffic I'.1: ).C I-1.1: '1.1 􀁃􀁯􀁡􀁵􀁾􀁒􀁡􀀡􀀺􀁦􀁲􀁾􀁥􀁤􀀠to I : 􀁾􀁴􀁲􀀻􀁩􀀺􀁾􀀺; 􀀱􀀱􀁗􀁾􀁾􀁾􀁾􀁊􀁡􀁤􀁍􀀮􀀠 I water need only b. 􀀢􀀢􀁾􀀢􀁮􀀢􀁾􀀠 sand in the t dA'k.:: .,.nu Sl\ould added \0 Ihe final coat wh"n skid teol$l.nce i. n.eded. WARNING: Adailion lal,,' polym... or fait df\'ing addllive& of any type I. PoIyTa"";" nol n""",.sal)' and will be harmful to til" emul.lon. NOTE: 1. These waler diution ratlos are VOlumetric and am based 00 reeeiving PofyTa.'" wllh a sa6d. conionl of 40 +1-1 perc:ent. Z, AppfO)1Ied anellor under _in el11limnmcn!ar rIm Gem SfIII COfllOl'aOon uPOn request 10,6, 00 not allow to tra..... LlMIlED WARRANTY PoIyTar"'!>C1Ymer modmed coal tar emullion 1$ warrenled Ie meel or _ all requirement. of ASTM 0 3320 and conform 10 ali 􀁭􀁡􀁴􀁥􀁾􀁡􀁬􀁬􀁥􀁱􀁵􀁩􀀢􀀢􀀢􀀢􀀢􀁉􀀧􀀠in Seclioo 3.1 orIhl. opecir_ion. Gem Seal Corporation will provide detailed spec:lficetlons aM eortifieotion. 􀁾􀁰􀁯􀁮􀀠requo.t. The mlll'lufac:turer warrants these materials to be mtm:hantable quality, wilen sloted, used, and applied in ateomance with these opeciIicaUon•. While the manufaolurer """""mencl$ uua 1Or1h_ materials based on test. believed le1iiJble. the manufacturer In no way gu....ntau particular methods of use. applications. or pe!fomlilnce under certain conditions. The manufacturer do•• not Warran\ !!lese products to be suitable for any use or 1Ilfl1/10Y1i/f.:Pact. to make, execute, seal and deliver, for, and on its behalf as 􀁳􀁵􀁲􀁾 :I(ltl76(}i!,Wi.,i'ni:! 􀁤􀀺􀁔􀁾􀀻􀀻􀀺􀀺􀁴􀁻􀁉􀀡􀁾􀁾􀁴􀀴􀀧􀁾􀀱􀁬􀀠 􀁯􀁾􀁤􀁳􀀠and undertakings EXCEPT bonds on behalf of Independent 􀁅􀁸􀁥􀁣􀀱􀁦􀁾􀁾􀁩􀀧􀁵􀁜􀁾􀁾􀁾􀁩 􀁬􀀱􀀾􀁲􀁲􀁬􀁕􀁪􀁬􀁬􀁪􀁃􀁩􀀢􀁬􀁲􀁩􀁭􀁮􀁮􀁩􀁴􀁹􀀠Guardians, and the execution of such bonds or undenakings in 􀁰􀁵􀁲􀁳􀁜􀁩􀁩􀁩􀀧􀁾􀁯􀀧􀁴􀁴􀀴􀁥􀁾􀁾􀁾􀁷􀀻􀀬􀁳􀁦􀁵􀁴􀁩􀁦􀀶􀁥􀀠as binding upon said Comparues, as fully and amply, to all intents and purposes, as if they 􀁾􀀱􀀵􀁩􀁩􀁩􀁬􀀧􀀡􀁩􀁊􀂮􀁙 blc!i.:ned and acknowledged by the regularly elected officers of the Company at its office in Baltimore, Md" in\!ll.liM:(ivn proper persons. This power of attomey revokes that issued on behalf of Sam J. MULLIS, JR.• John W. NEWBY. R. Don HURST. Patricia BARTLETT. Julie HOGUE, Ray WATSON. Carol GOODENOUGH, Debbie SMITH, dated February 21. 2003. The said Assistant Secretary does bereby certify that the extract set forth on the reverse side hereof is a true copy of Article VJ, Section 2, ofthe By-Laws ofsaid Companies. and is now in force. IN WITNESS WHEREOF. the said Vice·President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERJCAN CASUALTY AND SURETY COMPANY. this 7th day of October, A.D. 2003. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY By: T. E. Smith Assistant Secretary Paul C. Rogers Vice Presidem State of Maryland }ss. City of Baltimore . On this 7th day of October. A.D. 2003. before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONlAL AMERJCAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Comparues, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year ftrst ahove written. Dennis R. Hayden Notary Public My Commission Expires: February 1,2005 POA-F 168-0016A .' EXTRACT FROM BY-LAWS OF FIDEUTY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2, The Chairman of the Board, or the President, Or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Comutinee, shall have power, by and with the concurrence of the Secretary or anyone of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the busjness of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,....nd to affix the seal of the Company thereto." EXTRACT FROM BY·LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI. Section 2. The Chairman of the Board, or the President. Or .ny Executive Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially .uthorized so to do by the Board of Directors Or by the Executive Comutinee, shall have power, by and with the concurrence of the Secretary or anyone of the Assistant Secretaries, to appoint Resident Vice-Presidents. Assistant Vice-Presidents and 􀁁􀁴􀁴􀁯􀁲􀁮􀁥􀁹􀁳􀁾􀁩􀁮􀀭􀁆􀁡􀁣􀁴􀀠as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakingt recognizances, stipulations, policies, contracts. agreements, deeds, and releases and assignments of judgements! 􀁤􀁥􀁣􀁲􀁥􀁥􀁳􀁾􀀠mongages and instruments in the nature of mortgnges, ... and to affix the seal of the Company thereto," CERTIFICATE 1, the undersigned, Assistant Secret.ry of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate: and I do further certify that the Vice-President who executed the said Power of Attorney was one of the addit'onal Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the respective By-Laws of the FIDEUTY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, This Power of Attorney and Certificate may be signed by facsiutile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, RESOLVED: "That the facsiutiIe or mecharticaUy reproduced seal of the company and facsjutile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding Upoo the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, 1 have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 􀁟􀀭􀀲􀀹􀀢􀀬􀁴􀀢􀀬􀁨􀁾􀁟day of__-'J"'a"'n"u"'a"r-'y'--____, 2004 AssiS{(IfIJ Secretory 􀁃􀀰􀀱􀁾􀁓􀁅􀁎􀁔􀁏􀁆􀀠 OWNER 0 SURETY COMPANY ARCHITECI' 0 TO FINAL PAYMENT CONTRACTOR 0 SURETY 0 AlA DOCUMENT G707 OTHER Bond No. PRF8719833 PROJECT: Richard Byrd Drive Pavement Reconstruction (name, address) Addison, Texas TO(Owner) [ Town of Addison ] ARCHITECT'S PROJECT NO: 5350 Belt Line Road Addison, TX 75001 CONTRACT FOR: Construction [ ] CONTRACT DATE: October 28, 2003 CONTRACTOR: Rebcon, Inc. 1868 W. Northwest Hwy. Dallas, TX 75220 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert name and address of Surety Company) Colonial American Casualty and Surety Company 12222 Merit Drive #700 Dallas, TX 75251 ,SURETY COMPANY, on bond of (here insert name and address ofContractor) Rebcon, Inc. 1868 W. Northwest Hwy. Dallas, TX 75220 , CONTRACTOR, hereby approves ofthe final payment to the Contractors, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to (here insert name and address of Owner) Town of Addison 5350 Belt Line Road Addison, TX 75001 ,O WNER, as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this 9'h day of January ,2004 Colonial American Casualty and Surety Company Surety Company Sign.rture of Authorized Representative Attest: 􀁾•. 􀁾􀁩􀁴􀁊􀀩􀁲􀀺􀀬􀁊􀀠 v.J. j •• (Seal): I 'f'-'1J \J . 􀁾􀀠 Patricia Bartlett Attorney-In-Fact Title NOTE: This fmm is to be ",ed as a companion document '0 AlA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition AlA DOCUMENT G707 • CONSENT OF SURETY COMPANY TO FINAL PAYMENT • APRIL 1970 EDITION. AlA® ONE PAGE @1970. THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 New York Ave" NW, WASHINGTON, D.C. 20006 FINANCE DEPARTMENTIPURCHASING DMSION 5350 Bolt Un. Road (972)450-7091 E-mail purchasing@ci.l1ddison.tx.us Facsimile (972) 450-70% P.O. Box 9010 Addison. TeJalS7S001 November 11, 2003 Rebcon, Inc. Robert C. Bibby 1868 W. Northwest Hwy Dallas, TX 75220 Re: NOTICE TO PROCEED-Richard Byrd Drive Pavement Reconstruction Dear Mr. Bibby: This document shall serve as your Notice to Proceed for the above referenced Project, and is issued and effective November 12, 2003 to provide all labor and materials as outlined in the specifications, and under the terms and conditions of the contract documents. Enclosed is your copy ofthe signed contract. The proposed improvements and work shall be completed within (60) sixty calendar days, with the original contract price of$222, 740.50. Please include Bid No. and Name: 03-32 Richard Byrd Dr Pavement Reconstruction, on all monthly invoices or other correspondence to the Town ofAddison. Should you have any questions, please contact my office at 972-450-7091. Sincerely, MinokSuh Purchasing Coordinator Enclosure Cc: Steve Chutchian Luke Jalbert FINANCE DEPARTMENTIPURCHASING DIVISION 5350 Belt Line Road (972)450·7091 􀁅􀁾􀁭􀁡􀁮􀀠purchasing@cLaddison.tx.us Facsimile (972) 450·7096 P.O. Box 9010 Addison, roxas 75001 November 11, 2003 Rebcon, Inc, Robert C. Bibby 1868 W. Northwest Hwy Dallas, TX 75220 Re: NOTICE TO PROCEED-Richard Byrd Drive Pavement Reconstruction Dear Mr. Bibby: This document shall serve as your Notice to Proceed for the above referenced Project, and is issued and effective November 12, 2003 to provide all labor and materials as outlined in the specifications, and under the terms and conditions of the contract documents. Enclosed is your copy ofthe signed contract. The proposed improvements and work shall be completed within (60) sixty calendar days, with the original contract price of $222,740.50. Please include Bid No. and Name: 03-32 Richard Byrd Dr Pavement Reconstruction, on all monthly invoices or other correspondence to the Town of Addison. Should you have any questions, please contact my office at 972-450-7091. Sincerely, 􀁾􀀠 MinokSuh Purchasing Coordinator Enelosure Cc: DATE SUBMITTED:_____ FOR COUNCIL MEETING:_____ Council Agenda Item: ___ SUMMARY: This item is for the award of contractto Rebcon, in the amount of $222,740.50, for the Richard Byrd Drive Pavement Reconstruction Project. FINANCIAL IMPACT: Budgeted Amount: $400,750 Cost: $222,740.50 Funding Source: Airport Operating Fund BACKGROUND: Washington-Staubach determined that-the pavement on Richard Byrd Drive was severely deteriorated and in need of immediate reconstruction. Currently, there are several large failures in the pavement that are being temporarily covered by metal plates for access and safety. The firm ofHNTB Corporation prepared engineering plans and specifications for construction ofthese improvements. The project was programmed by the Addison Airport and will be funded from the operating fund account. Attached is a bid tabulation for this project. The bid proposal for construction was structured to provide an incentive/disincentive method ofbidding the improvements. Specifically, each bid submitted was required to consist oftwo parts whereby: a. The Contractor submits a standard bid (A), which is the summation of the products of the estimated quantities shown in the proposal, multiplied by their bid unit prices. b. In addition, the Contractor submits a time bid (B), which is the product of the number of calendar days required to construct the project, determined by the Contractor, and Daily Value established by the Town. The Daily Value was established in the contract at $250.00. The number of calendar days is intended to include inclement weather, holidays, etc. The lowest bid (Total) for award of the contract was determined as the lowest sum of the standard bid (A) plus time bid (B). The contract establishes the actual contract amount for payment to the successful contractor to be the value indicated in the standard bid (A). Also included in the bidding process was a provision whereby the Contractor is awarded in incentive payment if construction is completed prior to the number of calendar days he submitted. The total amount of the incentive is the product of the Daily Value ($250) and number of days the Contractor completes the project prior to the established contract time. Accordingly, the contract provides for a disincentive amount to be established based on the product of the Daily Value ($250) and amount oftime that the Contractor exceeds the established contract time. The total incentive payment cannot exceed $5,000.00) However, there is no limit to the amount of disincentive reduction from the Contractor's final payment that the Town will impose for going over the contract time limit. Twenty-one contractors picked up the plans for the project, but only three attended the mandatory pre-bid meeting, and only two bids were received. The two bids were within 7% ofeach other. Rebcon submitted the lowest Total bid (A + B), in the amount of $237,740.50 and 60 calendar days. The actual amount ofthe standard bid (A) recommended for award is $222,740.50. This amount is within the engineering estimate of$473,890.00. The Engineer performed a necessary reference check on Rebcon, and received excellent recommendations for work performed on similar construction improvements. RECOMMENDATION: Staff recommends that Council authorize the City Manager to enter into a contract with Rebcon, for the Richard Byrd Drive Pavement Reconstruction Project, in the amount of $222,740.00 DATE SUBMITTED:_____ FOR COUNCIL MEETING:_____ Council Agenda Item: __ SUMMARY: This item is fur the award of contract to Rebcon, in the amount of $222,740.50, for the Richard Byrd Drive Pavement Reconstruction Project. FINANCIAL IMPACT: Budgeted Amount: $400,750 Cost: $222,740.50 Funding Source: Airport Operating Fund BACKGROUND: Washington-Staubach determined that the pavement on Richard Byrd Drive was severely deteriorated and in need of immediate reconstruction. Currently, there are several large failures in the pavement that are being temporarily covered by metal plates for access and safety. The firm ofHNTB Corporation prepared engineering plans and specifications for construction ofthese improvements. The project was programmed by the Addison Airport and will be funded from the operating fund account. Attached is a bid tabulation for this project. The bid proposal for construction was structured to provide an incentive/disincentive method ofbidding the improvements. Specifically, each bid submitted was required to consist oftwo parts whereby: a. The Contractor submits a standard bid (A), which is the summation ofthe products ofthe estimated quantities shown in the proposal, multiplied by their bid unit prices. b. In addition, the Contractor submits a time bid (B), which is the product of the number of calendar days required to construct the project, determined by the Contractor, and Daily Value established by the Town. The Daily Value was established in the contract at $250.00. The number of calendar days is intended to include inclement weather, holidays, etc. The lowest bid (Total) for award ofthe contract was determined as the lowest sum ofthe standard bid (A) plus time bid (B). The contract establishes the actual contract amount for payment to the successful contractor to be the value indicated in the standard bid (A). Also included in the bidding process was a provision whereby the Contractor is awarded in incentive payment ifconstruction is completed prior to the number ofcalendar days he submitted. The total amount ofthe incentive is the product ofthe Daily Value ($250) and number of days the Contractor completes the project prior to the established contract time. Accordingly, the contract provides fur a disincentive amount to be established based on the product ofthe Daily Value ($250) and amount oftime that the Contractor exceeds the established contract time. The total incentive payment cannot exceed $5,000.00) However, there is no limit to the amount of disincentive reduction from the Contractor's final payment that the Town will impose for going over the contract time limit. Twenty-one contractors picked up the plans for the project, but only three attended the mandatory pre-bid meeting, and only two bids were received. The two bids were within 7% of each other. Rebcon submitted the lowest Total bid (A + B), in the amount of $237,740.50 and 60 calendar days. The actual amount ofthe standard bid (A) recommended for award is $222,740.50. This amount is within the engineering estimate of $473,890.00. The Engineer performed a necessary reference check on Rebcon, and received excellent recommendations for work performed on similar construction improvements. RECOMMENDATION: Staff recommends that Council authorize the City Manager to enter into a a contract with Rebcon, for the Richard Byrd Drive Pavement Reconstruction Project, in the amount of $222,740.00 FINANCE !)EpARIMENTlPllRCHASING DIVIS{QN 􀁾􀀳􀁾􀁑􀀠Belt I ine Road (972) 450-7091 E-mail Dlsuh@ci 􀁡􀁤􀁤􀁾􀁓􀁑􀁮􀀠tx 115 Facsimile (972) 450-7096 P.O. Box 9010 Addison, Texas 75001 October 28, 2003 Rebcon, Inc. Robert C. Bibby 1868 W. Northwest Hwy Dallas, TX 75220 NOTICE OF AWARD: Richard Byrd Drive Pavement Reconstruction Dear Mr. Bibby: Receipt of this document authorizes your company to provide all labor and materials as outlined in the specifications, and under the terms and conditions ofthe contract documents for Bid No: 03-32. Enclosed please fmd four completed copies of the contract to be signed by an authorized officer or principal ofyour firm. Please send the signed contracts along with the necessary insurance certificates and bonds as soon as possible, but no later than November 7, 2003. Once we receive these items these items a Notice to Proceed will be issued. Ifyou have any questions or ifI can be of assistance to you, please contact me at 972-450-7091. 􀀧􀀱􀁾􀀠 MinokSuh Purchasing Coordinator Coordinator Enclosures Copy: SIeveChutchia!4 Luke Jalbert . SECTIONCA CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DALLAS TIns AGREEMENT is made and entered into this _28_ day of_October_, 􀀲􀀰􀀰􀀳􀁾􀀬􀀠by and between the Town of Addison, of the County of Dallas and State of Texas, acting. through its Mayor or City Manager, thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and __Rebcon, Inc. , of the City of __Dallas , County of __Dallas , State of _Texas , Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payment and agreement hereinafter mentioned, to be made and performed by the OWNER, the said CONTRACTOR hereby agrees with the said OWNER to commence and complete construction of certain improvements as follows: Removal, Grading and Paving Richard Byrd Drive Pavement Replacement and all extra work in connection therewith, under the terms as stated in the General and Specific Provisions of the AGREEMENT; and at his own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto and in accordance with the Advertisement for Bids. Instructions to Bidders, General Provisions. Special Provisions. Plans, and other drawings and printed or written explanatory matter thereof, and the Technical Specifications and Addenda thereto, as prepared by the OWNER, each of which has been identified by the endorsement of the CONTRACTOR and the OWNER thereon, together with the CONTRACTOR's written Proposal and the General Provisions, all of which are made a part hereof and collectively evidence and constitute the entire AGREEMENT. The CONTRACTOR hereby agrees to commence work within ten (10) calendar days after the date of written notice shall have been given to him, and to complete all work within the number of days submitted in the proposal form after he. commences work, ·subject to such extensions oftime as are provided by the General Provisions. The OWNER agrees to pay the CONTRACTOR $ 222,740.50 in current funds for the performance of the Contract in accordance with the Proposal submitted thereof, subject to additions and deductions, as provided in the General Provisions, and to make payments ofaccount thereof as provided therein. CA-I " ." IN WITNESS TIIEREOF, the parties ofthese presents have executed this AGREEMENT in the year and day first above written. TOWN OF ADDISON ATTEST: (OWNER) City Secretary Party of the Second Part (CONTRACTOR) ATTEST: By:___________ The following to be executed if the CONTRACTOR is a corporation: I, , certify that I am the secretary ofthe corporation named as CONTRACTOR herein; that who signed this Contract on behalf of the CONTRACTOR of said corporation; that said Richard Byrd Drive Pavement Replacement Contract was duly signed for and in behalf of said corporation by authority of its governing body, and is within the scope of its corporate powers. Signed:____________ Corporate Seal CA-2 59](1 If:PilmfJ 􀁐􀁴􀀻􀁲􀁫􀁗􀁴􀁾􀀡􀂷 I : I 􀁾 i i =JARCHITECTS ENGINEERS PL\NNERS ,t;ulu: 2M 75m3 (972) 661-5626 hlX f!J7.!j 6(,J-)6N October 13, 2003 Town of Addison 16801 Westgrove Drive P.O. Box 9010 Addison, Texas 75001-9010 Attn: Mr. Jim Pierce, P.E. RICHARD BIRD APRON RECONSTRUCTION Dear Jim: We have reviewed the bids for the referenced project. Both of the bidders attended the required pre-bid conference. The low bidder for the project is Rebcon, Incorporated. Attached are three copies of the bid tab. We have received positive references for the Contractor and based on each of these being positive, we recommend the Town award the contract to Rebcon, Incorporated. As a reminder, Item 20 of the Special Provisions in the specifications requires a preconstruction conference to be held. Prior to the meeting the contractor has to deliver a schedule to you that we can discuss at the meeting. Let us know when you schedule this meeting and we will be glad to attend. Thank you for letting us work on this project with you and your staff. Very truly yours, HNTB CORPORATION Je D. Holder, Jr., P.E. Director of Capital Projects IDHlnnh Ibc lINTB Cffmputlil!s UFflCES..H.£X\i\fIlC\, \I 􀀮􀁜􀀬􀁜􀀢􀀮􀁜􀁉􀀧􀁏􀁉􀁬􀁾􀀮􀀠 \If> ,\1TY\T'<, ".\, \!"\nv, TX. !tAT",;: Ron;L L\, llO:>!O;', :", .'L"nl( CO,Il!:TRnn.l>Il. 􀁮􀀮􀁋􀁉􀁜􀀮􀁾􀀮􀀠\\\' b\lIiI'IHIl. "J. IT \\-URTH DC IHfl11 OR!), cr. HOI ;'TO'.:. rx l:-:;)lA:».IJ'OUS. ,:-', m\'L\I ...... , K.\:\,.\S dTl. 􀁾􀁉􀁏􀀮􀀠 􀀢􀁜􀀺􀁏􀁾􀀬􀀧􀁅􀁉􀀡􀀠 !-.:. L\;,">:-';H, \1:, 1.1), ,\;'(,1-:1-:>, ('>,. UWI;WILlL, 1{'. MAHt'>0\. \\1, \/i.\YL I-I., \HI.\\AI'KH. \\1, \l1,\""L\I'OU,, W';' :-';""Il\'11l1: 1:-':, :,\1'1. YDIl:"', \.Y, lHM.\:'\Il, < \, 'lit! \,\no, n, D\'FliL-WP "I::r;, 􀁾􀁾􀀺􀀠1'1\'\lOI,1l 􀁜􀀱􀀺􀀧􀀺􀀭􀁬􀀧􀁜􀁾􀀮􀀬􀀠I'A. l'OllT1,-\\.1), \it, l'OltfL,,'\1) Oil, It,HE!(,lI,:>C. ST. l,OlS>, ),10, 5,\lT 1.\"1' CITI', HT, 1\-'; >,\.TO-':IO, TX 􀁾􀁜􀀧􀁜􀀠'1r1l\:-\lurxU, (;'\, 􀁾􀁜􀀧􀁜􀀠111,\'\U'\..() C\ ',\,\ 􀁉􀁏􀁾􀁛􀀠CA 􀁾􀁦􀀭􀁜􀁔􀀡􀁌􀁌􀀠\\',\, 􀁾􀀠􀁜􀁾􀁉􀁬􀀧􀀭􀀻􀀬􀀠n, ,"1"110, fiR. w",w,<,,To\., hi 39131 , . DATE SUBMmED:_____ FOR COUNCIL MEETlNG:_____ Council Agenda Item:___ SUMMARY: This item is forthe award ofcontractto Rebcon, in the amount 0[$222,740.50, for the Richard Byrd Drive Pavement Reconstruction Project. FINANCIAL IMPACT: Budgeted Amount: $413,000 Cost: $222,740.50 Funding Source: Airport Operating Fund BACKGROUND: The Public Works Department determined that the street pavement on Richard Byrd Drive was severely deteriorated and in need ofimmediate reconstruction. Currently, there are several large fuilures in the pavement that are being temporarily covered by metal plates for vehicle and pedestrian access and safety. The firm ofHNTB Corporation prepared engineering plans and specifications fur construction ofthese improvements. The project was programmed by the Addison Airport and funded from the current operating fund account. Attached is a bid tabulation for this project. The bid proposal for construction was structured to provide an incentive/disincentive method of bidding the improvements. Specifically, each bid submitted was required to consist oftwo parts whereby: a. The Contractor submits a standard bid (A), which is the summation ofthe products of the estimated quantities shown in the proposal, multiplied by their bid unit prices. b. In addition, the Contractor submits a time bid (B), which is the product of the number of calendar days required to construct the project, determined by the Contractor, and Daily Value established by the Town. The Daily Value was established in the contract at $250.00. The number of calendar days is intended to include inclement weather, holidays, etc. The lowest bid (Total) for award ofthe contract was determined as the lowest sum of the standard bid (A) plus time bid (B). The contract establishes the actual contract amount for payment to the successful contractor to be the value indicated in the standard bid (A). Also included in the bidding process was a provision whereby the Contractor is awarded in incentive payment if construction is completed prior to to the number of calendar days he submitted. The total amount of the incentive is the product ofthe Daily Value ($250) and number ofdays the Contractor completes the project prior to the established contract l c timec Accordingly, the contract provides for a disincentive amount to be established based on the product of the Daily Value ($250) and amount oftime that the Contractor exceeds the established contract time. The total incentive payment cannot exceed $5,000.00) However, there is no limit to the amount of disincentive reduction from the Contractor's final payment that the Town will impose for going over the contract time limit. Twenty-one contractors picked up the plans for the project, but only three attended the mandatory pre-bid meeting, and only two bids were received. The two bids were within 7"/0 of each other. Rebcon submitted the lowest Total bid (A + B), in the amount of $237,740.50 and 60 calendar days. The actual amount ofthe standard bid (A) recommended for award is $222,740.50. This amount is within the engineering estimate of$473,890.00. The Engineer performed a necessary rererence check on Rebcon, and received excellent recommendations for work performed on similar construction improvements. RECOMMENDATION: Staff recommends that Council authorize the City Manager to enter into a contract with Rebcon., for the Richard Byrd Drive Pavement Reconstruction Project, in the amount of $222,740.00 BID SCtlEOUUi I RICHARD IMID DRIVE PAVEMENT REPLACEMENT ENGINr;eRS ESTIMATE InletPrnloetlon TOTAL AMOUNT BID I10R MATERlALS AND SERVICES, SCHEDULE I, ITEMS 101 TIIROUGH 112, INCLUSIVE $ $ 473,890.00 $ 222,740.50 $ 238,014.50 BID SCHEDULE SUMMARY RICHARD BYRD DRIVE PAVEMENT REPLACEMENT ENGINIlIlRS ESTlMATll BID 1 Bid 2 Bid Sdredule & Description Total Amount Materials & Services R.boon JlmBowrnan L Pavement Replacement $4'/3,890.00 $ 222,740.50 $ 238,014.50 TOTAL BID FOR SCIIEIlULE 1 = TOTAL OF STANDARD BID (A): S $473,890.00 I$ 222,740.50 I I$ 238,014.50 TOTAL OF TIME BID: o (Calondar Ila)'ll) 60I [ 751 TOTAL OF CALENDAll DAYS s $lSO.OO (0): 􀀱􀁾􀀱􀀠 r nnmuui87501 BASIS FOR COMPARISON OF BIDS: (A) + 􀀨􀁏􀀩􀁾 TOTAL BID: $4'/3,890.00 I :I 237:14C1.50 I I$ 256.784.50 I PF· 1 <17 FINANCE DEPARTMENTIPURCHASING DIVISION 5350 Belt Line Road (972) 450-7091 􀁅􀁾􀁭􀁡􀁩􀁬􀀠􀁰􀁵􀁲􀁣􀁨􀁡􀁳􀁪􀁮􀁧􀁀􀁃􀁩􀀮􀁡􀁤􀁾􀁬􀀤􀁾􀀠 F""simile (972) 450·7096 P.O.Box9010 Addison, Texas 75001 November 11,2003 Rebcon, Inc. Robert C. Bibby 1868 W. NorthwestHwy Dallas, TX 75220 Re: NOTICE TO PROCEED-Richard Byrd Drive Pavement Reconstruction Dear Mr. Bibby: This document shall serve as your Notice to Proceed for the above referenced Project, and is issued and effective November 12, 2003 to provide all labor and materials as outlined in the specifications, and under the terms and conditions of the contract documents. Enclosed is your copy ofthe signed contract. The proposed improvements and work shall be completed within (60) sixty calendar days, with the original contract price of $222,740.50. Please include Bid No. and Name: 03-32 Richard Byrd Dr Pavement Reconstruction, on all monthly invoices or other correspondence to the Town of Addison. Should you have any questions, please contact my office at 972-450-7091. Sincerely, MinokSuh Purchasing Coordinator Enclosure Cc: Steve Chutchian Luke Jalbert Sign in Sheet Richard Byrd Drive Pre Construction Meeting 10-Nov-03 17 18 30 REBCON,'NC. Richard Byrd Drive Pavement Replacement Addillon Airport REBCON PERSONNEL Superintendent Luis Almendarez Mobile 972)965-9266 ! Home 214)350-4080 Safety Officer Dan Brodaski Mobile (972)978-3750 Administrator Robert Bibby Office (972)444-8230 SUBCONTRACTOR IStriping IMe1rop1ex Pavement Markings I (972)263-7798 ! SUPPLIERS Cement Treated Base Texas Industries (972)409-3240 Type D Asphalt APAC-Texas (972)248-2492 Hydrated Lime . Texas Stabilization (817)430-6369 1868 W. NORTHWEST HWY. DALLAS. TEXAS 75220 972/444-8230