HomeMy WebLinkAboutResolution - 2021-R0212 - Contract 15877 with Silver Creek Contruction 6.22.2021Resolution No. 2021-R0212
Item No. 6.1.1
June 22, 2021
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute
for and on behalf of the City of Lubbock, Public Works Contract No. 15877 for the
rehabilitation of airport taxiways M and J at Lubbock Preston Smith International Airport
(LPSIA), by and between the City of Lubbock and Silver Creek Construction, Inc., of Ponder,
Texas, consistent with the terms and conditions attached hereto as Exhibit "A", and related
documents. Said terms and conditions are attached hereto and incorporated in this resolution
as if fully set forth herein and shall be included in the minutes of the City Council.
Passed by the City Council on June 22, 2021
(01jL
DANIEL M. POPE, MAYOR
ATTEST:
,Q,&, )<�
Rebec a Garza, City Se"
APPROVED AS TO CONTENT:
Bill H erton, Deputy City ager
FORM:
Assistant City Attorney
ccdocs/RES.Contract 15877 — Rehabilitation of taxiways M and J at Lubbock Preston Smith Intn'I
May 24, 2021
REVISED
BID SUBMITTAL FORM
UNIT PRICE BID CONTRACT
DATE:% 7
PROJECT NUMBER: ITB 21-15877-CM, Lubbock Preston Smith International Airport, LBB Taxiways
M and J Rehabilitation
Bid of _/.I`YY_F-- �/ /�^'� r � `�+G' IV F (hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Bidder, in compliance with your Invitation to Bid for the construction of the referenced project. having carefully
examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and
the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended
project including the availability of materials and tabor, hereby intends to furnish all labor, materials, and supplies: and
to construct the project in accordance with the plans, specifications and contract documents, within the time set forth
therein and at the price stated below.
The bidder binds himself on acceptance of his bid to execute a contract and any required bonds. according to the
cc=.n.,ino fnrms- for performing and completing the said work within the time stated and for the prices stated below.
ESTIMATED
UNIT
EXTENDED
>T�M
DESCRIP ION
UNIT
QUANTITY
PRICE
AMOUNT
NO.
BASE BID -TAXIWAY J
1 $ $
I Item C-100, Contractor Quality Control Program (CQCP) LS
Item C-102, Temporary Air and Water Pollution, Soil Erosion
LS
I
$!, `
7
$
2
and Siltation Control(including BMPs)
$
3
Item CA 05, Mobilization (8°/a Max)
LS
I
S VLLS—
4
Item P-101-5.1. Pavement Removal and disposal off site
SY
300
$
$
Item P-101-5.3. Concrete Pavement Spa11 Repair, including
SF
40
$
$
5
material and regardless of s all depth
Item P-501-8.1, Portland Cement Concrete Pavement (I2- to
SY
300
$ '� '
$ (�
6
14-inch thickness , includingreinforcement where a Iicable
Item P-605-5 2, Sealing Cracks in Existing Concrete Pavement
LF
960
$
$
7
8
Item T-901-5.1, Seeding
AC
I
$
$
9
Item MC, Construction Safety and Phasing
LS
I _
$
$
BASE BID
SUBTOTAL
$
ADDITIVE ALTERNATE I —TAXIWAY M
AM Item C-100, Contractor Quality Control Program (CQCP) LS I $ `LV� $�o(i
Item C-(02, Temporary Air and Water Pollution, Soil Erosion Ls I $
AI-2 and Siltation Control (including BbIPS)
$
AI-3 Item C-105, Mobilization (8%Max) LS 1 _
A14
Item P-101-5.1. Pavement Removal and disposal off site
SY
400 S 14D
1311.V [15E;, )
ESTIMATED
UNIT
ITEM
DESCRIPTION
UNIT
QUANTITY
PRICE
OUNT
NO.
1EXTENDED
Item P-101-5.3. Concrete Spall Repair, including material and
SF
30
S
AI 5
re ardless of s all depth
Item P-50I-8.1, Portland Cement Concrete Pavement (12- to
Sy
400
S
S
Al-6
14-inch thickness), includingreinforcement where applicable
Item P-605-5.2. Sealing Cracks in Existing Concrete Pavement
AI-7
LF
800 {fig,
$
$
AI-8
Item MC, Construction Safety and Phasing
LS
1
S
Is icce-
ADDITIVE ALTERNATE I SUBTOTAL,
ADDITIVE ALTERNATE 2—TAXIWAY M SPALL REPAIR SOUTH OF TAXIWAY F
A2-1
Item C-105, Mobilization (8% max)
LS
I
$
$
Item P-101-5.3, Concrete Spill Repair, including material and
SF
180
$
A� 2
regardless of s all depth
A2-3
Item MC, Construction Safety and Phasing
LS
Itoy
$ QJZr
$
ADDITIVE ALTERNATE 2 SUBTOTAL
etti�—
BASE BID+ ADDITIVE ALTERNATE I + ADDITIVE ALTERNATE 2 TOTAL
$599,700
PROPOSED CONSTRUCTION TIME:
Contractor proposed CONSTRUCTION TIME (calendar days) for completion:
CALENDAR
PHASE
DAYS
Phase 1:
45
Phase 2:
45
Total Days to
90
Substantial Completion:
Final Com letion:
10
Total Calendar Days,
100
The Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice
to Proceed" ofthe Owner and to and to complete Project as summarized and stipulated in Specifications and other Contract
Documents.
Bidder hereby further agrees to pay to Owner as liquidated damages for each consecutive calendar day in excess
of the time set forth herein above for completion of this project, all as more fully set forth in the General Conditions of
the Agreement, the following sum of allowed construction time with liquidated damages:
.S24,000
RE Y;ii E-12}
Schedule
Liquidated
Damages
Cost
Allowed
Construction
Time
BASE BID
Phase 1
$ 1,860
45
Phase 2*
$ 1.860
45
Substantial Completion
NA
90
Final Completion
$ 1.860
10
*Includes Additive Alternates 1 and 2
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 90 calendar days after the
scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence
work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he
has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable
without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of
the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute
all necessary bonds (if required) within 10 business days after notice of award of the contr
ract to him
Bidder's Initials
RE VASLD
Enclosed with this bid is a Cashier's Check or Ce he f ars
($ ) or a Bid Bond in the sum of �pLc/ Dollars ($ hich it is
agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted y the Owner and
the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any)
with the Owner within 10 business days after the date of receipt of written notification of acceptance of said bid; otherwise,
said check or bond shall be returned to the undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents
made available to him for his inspection in accordance with the Notice to Bidders.__j ,
Pursuant to Texas Local Government Code 252.043(g), a
competitive sealed bid that has been opened may not be
changed for the purpose of correcting an error in the bid price.
THEREFORE, ANY CORRECTIONS TO THE BID PRICE
MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR
TO BID OPENING.
(Seal if Bidder is a Corporation)
ATT T:
Secretary
Bidder acknowledges receipt of the following addenda:
Addenda No. �_ Date J,J I94
Addenda No. Date
Addenda No. Date
Addenda No. Date
NII% BE Firm:
d or Typed R.
CIV
f PLO
' s'ti► �Su
FEDERAL TAX ID or SOCIAL SECURITY No.
EMAIL:����
REVISED
BID SUBMITTAL FORM
UNIT PRICE BID CONTRACT
DATE:
PROJECT NUMBER: ITB 21-15877-CbI, Lubbock Preston Smith International Airport, LBB Taxiways
M and JJ Rehabilitation
Bid of�r�LxP /ulS,i?�dlG�iiJl� �%4v:f: - (hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Bidder, in compliance with your Invitation to Bid for the construction of the referenced project, having carefully
examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and
the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended
project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and
to construct the project in accordance with the plans, specifications and contract documents, within the time set forth
therein and at the price stated below.
The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the
g s r . fnr nerfnrmine and completing the said work within the time stated and for the prices stated below.
ESTIMATED
UNIT
EXTENDED
ITEM
DESCRIPTION
UNIT
QUANTITY
PRICE
AMOUNT
NO.
BASE BID - TAXIWAY 3
I $ $
I Item C-100, Contractor Quality Control Program (CQCP) LS
Item C-102, Temporary Air and Water Pollution, Soil Erosion
LS
1
$7
$
2
and Siltation Control(including BMPs)
$
3
Item C-105, Mobilization (8% Max)
LS
1
$ t>rif
4
Item P-101-5.1, Pavement Removal and disposal off site
SY
300
$
$
Item P-101.5.3, Concrete Pavement Span Repair, including
SF
40
S �
$
5
material and regardless of s all depth
Item P-5o 1-8.1, Portland Cement Concrete Pavement (12- to
SY
300
$ 1 '�
$
6
14-inch thickness), includingreinforcement where a licable
Item P-605-51, Sealing Cracks in Existing Concrete Pavement
LF
960
$
$
7
8
Ilam T-901-5.1, Seeding
AC
1
I
$
$
9
Item MC, Construction Safety and Phasing
LS
BASE BID
SUBTOTAL
$
ADDITIVE ALTERNATE I -TAXIWAY M
AM Item C-100, Contractor Quality Control Program (CQCP) LS I
Item C-102, Temporary Air and Water Pollution, Soil Erosion
A I and Siltation Control (includin BMPs) $
Al '3 Item C-105, Mobilization (8%Max) LS I
AI-4
Item P-101-5.1, Pavement Removal and disposal off site
SY
400 $
ITEM
UNTT
ESTIMATED
UNIT
DESCRIPTION
QUANTITY
PRICE
1EXTENDEDNO.
Item PA01-5.3. Concrete Spall Repair, including material and
SF
M$
A 15
regardless of s all depth
Item P-501-8.1, Portland Cement Concrete Pavement (12- to
SY
400
$ � �
$
Al-6
14-inch thickness), includingreinforcement where applicable
Al-7
Item P-605-5.2, Sealing Cracks in Existing Concrete Pavement
LF
800 y46-
$
$
Al-8
Item MC. Construction Safety and Phasing
I LS
i I
I $
$
ADDITIVE ALTERNATE I SUBTOTAL
ADDITIVE ALTERNATE 2 —TAXIWAY M SPALL REPAIR SOUTH OF TAXIWAY F
A2-1
Item C-105, Mobilization (80,o max)
LS
1
$
$
Item P-101-5.3, Concrete Spall Repair, including material and
SF
180
$ 3
$
Ao 2
regardless of spa[[ depth
A2-3
Item MC, Construction Safety and Phasing
is
I
$ QJtT
_
$
ADDITIVE ALTERNATE 2 SUBTOTAL
('XS-
BASE BID +ADDITIVE ALTERNATE I + ADDITIVE ALTERNATE 2 TOTAL
$599,700
PROPOSED CONSTRUCTION TIME:
Contractor proposed CONSTRUCTION TIME (calendar days) for completion:
CALENDAR
PHASE
DAYS
Phase 1:
45
Phase 2:
45
Total Days to
90
Substantial Completion:
Final Completion:
10
Total Calendar Days:
100
The Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice
to Proceed" of the Owner and to and to complete Project as summarized and stipulated in Specifications and other Contract
Documents.
Bidder hereby further agrees to pay to Owner as liquidated damages for each consecutive calendar day in excess
of the time set forth herein above for completion of this project, all as more fully set forth in the General Conditions of
the Agreement, the following sum of allowed construction time with liquidated damages:
c$24,000
Schedule
Liquidated
Damages
Cost
Allowed
Construction
Time
BASE BID
Phase 1
$ 1.860
45
Phase 2*
$ 1,860
45
Substantial Completion
NA
90
Final Completion
$ 1.860
10
*Includes Additive Alternates I and 2
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 90 calendar days after the
scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence
work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he
has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable
without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of
the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute
all necessary bonds (if required) within 10 business days after notice of award of the contract to him
v
Bidder's Initials
REVISLD
Enclosed with this bid is a Cashier's Check or Cc '� Che f ars
($ ) or a Bid Bond in the sum of O Dollars ($ hich it is
agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted y the Owner and
the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any)
with the Owner within 10 business days after the date of receipt of written notification of acceptance of said bid; otherwise,
said check or bond shall be returned to the undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents
made available to him for his inspection in accordance with the Notice to Bidders,,_4 i
Pursuant to Texas Local Government Code 252.043(g), a
competitive sealed bid that has been opened may not be
changed for the purpose of correcting an error in the bid price.
THEREFORE, ANI' CORRECTIONS TO THE BID PRICE
MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR
TO BID OPENING.
(Seal if Bidder is a Corporation)
ATTT:
Secretary
Bidder acknowledges receipt of the following addenda:
Addenda No.
Date JJ�/H
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
%I/{VBE Firm:
(Pfinted or Typed Name)
-7�
MV'k �/ _
FEDERAL TAX ID or SOCIAL SECURITY No.
EMAIL:
REVISED
BID SUBMITTAL FORM
UNIT PRICE BID CONTRACT
DATE:%
PROJECT NUMBER: ITB 21-15877-CM, Lubbock Preston Smith International Airport, LBB Taxhvays
M and JJRRehabilitation
//y�'�
Bid of �rILYYJ^— �' I ' �' " (hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Bidder, in compliance with your Invitation to Bid for the construction of the referenced project, having carefully
examined the plans, specifications, instructions to bidders. notice to bidders and all other related contract documents and
the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended
project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and
to construct the project in accordance with the plans, specifications and contract documents, within the time set forth
therein and at the price stated below.
The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the
., 9 n c for nerformine and completing the said work within the time stated and for the prices stated below.
accomt.,..y,,,e.
ESTIMATED
UNIT
EXTENDED
DESCRIPTION
UNIT
QUANT1l
PRICE
AMOUNT
NOM
BASE BID - TAXIWAY J $
I $
1 Item C-100, Contractor Quality Control Program (CQCP) LS
Item C-102, Temporary Air and Water Pollution, Soil Erosion
LS
1
$
$
and Siltation Control (including BMPs)
S
3
Item C-105, Mobilization (8% Max)
LS
I
S
4
Item P-101-5.1, Pavement Removal and disposal off site
SY
300
$
$
Item P-101-5.3, Concrete Pavement Spau Repair, including
SF
40
$ �
$
5
material and re ardless of s all de th
Item P-501-8.1. Portland Cement Concrete Pavement (12- to
SY
300
$ 1 ,
S CX)
6
14-inch thickness , includin reinforcement where a licable
Item P-605-5 2, Sealing Cracks in Existing Concrete Pavement
LF
960
$
$
7
Item T-901-5.1, Seeding
AC
1
$
$
$
8
9
Item MC, Construction Safety and Phasing
LS
I
$
BASE BID
SUBTOTAL
$
ADDITIVE
ALTERNATE 1 —TAXIWAY M
Item C-100, Contractor Quality Control Program (CQCP)
Item C-102, Temporary Air and Water Pollution, Soil Erosion
LS
I S
I
1
`�LLr
$
$�dt:I
$ (fir
Al -I
Al-2
and Siltation Control (includin BMPs)
Item C-105, Mobilization (8%Max)
Item P-101-5.1. Pavement Removal and disposal off site
LS
SY
1
400
$
$
AI-3
A 1-4
REVISED
ESTIMATED
UNIT
ITEM
DESCRIPTION
UNIT
PRICE
F11TEfNDNO.QUANTITY
Item P-101-5.3, Concrete Spall Repair, including material and
SF30
$
Al 5
regardless of s all depth
Item P-501-8.1, Portland Cement Concrete Pavement (12- to
SY
400
AI-6
14-inch thickness). includingreinforcement where a licable
Al-7
Item P-605-5 2. Sealing Cracks in Existing Concrete Pavement
LF
800 We.
$
$
AI-8
1 Item MC, Construction Safety and Phasing
LS
1
$
$�
ADDITIVE ALTERNATE 1 SUBTOTAL
ADDITIVE ALTERNATE 2 —TAXIWAY M SPALL REPAIR SOUTH OF TAXIWAY F
A2-1
Item C-105, Mobilization (8% max)
LS
1
$/2rj's
$ e` l' ?��
Item P-101-5.3, Concrete Spall Repair, including material and
SF
I80
$
A�
re ardless of spa[[ depth
A2-3
Item MC. Construction Safety and Phasing
LS
1
$
ADDITIVE ALTERNATE 2 SUBTOTAL
(,cx:�—
BASE BID +ADDITIVE ALTERNATE I +ADDITIVE ALTERNATE 2 TOTAL
$599,700
PROPOSED CONSTRUCTION TIME:
Contractor proposed CONSTRUCTION TIME (calendar days) for completion:
CALENDAR
PHASE
DAYS
Phase l:
45
Phase 2:
45
Total Days to
90
Substantial Completion:
Final Com letion:
10
Total Calendar Days:
1 100
The Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice
to Proceed" ofthe Owner and to and to complete Project as summarized and stipulated in Specifications and other Contract
Documents.
Bidder hereby further agrees to pay to Owner as liquidated damages for each consecutive calendar day in excess
of the time set forth herein above for completion of this project, all as more fully set forth in the General Conditions of
the Agreement, the following sum of allowed construction time with liquidated damages:
:$24,000
0
Schedule
Liquidated
Damages
Coat
Allowed
Construction
Time
BASE BID
Phase 1
$ 1.860
45
Phase 2•
$ 1.860
45
Substantial Completion
NA
90
Final Completion
$ 1.860
10
+Includes Additive Alternates 1 and 2
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 90 calendar days after the
scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence
work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he
has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable
without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of
the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute
all necessary bonds (if required) within 10 business days after notice of award of the contract to him
Bidder's initials
REVISED
Enclosed with this bid is a Cashier's Check or Ce a Che f ars
($ ) or a Bid Bond in the sum of �O Dollars ($ hich it is
agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted y the Owner and
the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any)
with the Owner within 10 business days after the date of receipt of written notification of acceptance of said bid; otherwise,
said check or bond shall be returned to the undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents
made available to him for his inspection in accordance with the Notice to Bidders. 1
Pursuant to Texas Local Government Code 252.043(g), a
competitive sealed bid that has been opened may not be
changed for the purpose of correcting an error in the bid price.
THEREFORE, ANY CORRECTIONS TO THE BID PRICE
MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR
TO BID OPENING.
(Seal if Bidder is a Corporation)
ATT T: \ N\\11V
Secretary
Bidder acknowledges receipt of the following addenda:
Addenda No. �_ Date
Addenda No. Date
Addenda No. Date
Addenda No. Date
MnvR: Firm:
(Pfinted or Typed Name)
WE
�mL wil.
M
FEDERAL TAX ID or SOCIAL SECURITY No.
EMAIL: I�Jd I�T7I��vt ��I J
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
1 of 1
Complete Nos. 1 - 4 and 6 if there are interested parties.
OFFICE USE ONLY
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties.
CERTIFICATION OF FILING
Certificate Number:
1
Name of business entity filing form, and the city, state and country of the business entity's place
of business.
2021-770722
Silver Creek Construction, Inc.
Ponder, TX United States
Date Filed:
06/24/2021
2
Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City Of Lubbock
Date Acknowledged:
06/29/2021
g
Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
15877
ITB 21-15877-CM Lubbock Preston Smith International Airport Taxiways M and J Rehabilitation
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
Intermediary
5
Check only if there is NO Interested Party. ❑
X
6
UNSWORN DECLARATION
My name is and my date of birth is
My address is
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in County, State of on the day of , 20
(month) (year)
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.ceffd98a
BOND CHECK
BEST RATING:
LICENSED IN TEXAS
DATE: BY:
CONTRACT AWARD DATE: 06/23/2021
CITY OF LUBBOCK
SPECIFICATIONS FOR
Lubbock Preston Smith International Airport Taxiways
M and J Rehabilitation
ITB 21-15877-CM
CONTRACT 15877
PROJECT NUMBER: 8648.9251.30000
Plans & Specifications may be obtained from
www.gobonfire.com
City of
bock
TEXAS
CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE
0
Page Intentionally Left Blank
Addenda
Page Intentionally Left Blank
00. can of
ib ock
TEXAS
ADDENDUM I
Revised Bid Submittal Form and Revised
Specifications
ITB 21-15877-CM
Lubbock Preston Smith International Airport
Taxiways M and J Rehabilitation
DATE ISSUED: May 13, 2021
CLOSING: May 20, 2021 10:00 AM
The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where
any item called for in the ITB documents is supplemented here, the original requirements, not affected by this
addendum, shall remain in effect.
Please review, incorporate, and acknowledge the information in this addendum on the signature page of
the Bid Submittal Form.
Revised Bid Submittal Form
The following items on the Bid Submittal Form have been revised and must be submitted with the
response. The revised Bid Submittal Form is attached to this addendum. Please acknowledge reception
of this addendum on the signature page of the Revised Bid Submittal Form.
The following items have been revised:
1. BASE BID - TAXIWAY J
a. Estimated Quantity for Item No. 6 ("Item P-501-8.1, Portland Cement Concrete Pavement
(12- to 14-inch thickness), including reinforcement where applicable") changed from 30 SF
to 40 SF.
b. Estimated Quantity for Item No. 7 ("Item P-605-5.2, Sealing Cracks in Existing Concrete
Pavement") changed from 760 LF to 960 LF.
2. ADDITIVE ALTERNATE 1 — TAXIWAY M
a. Estimated Quantity for Item No. Al-5 ("Item P-101-5.3, Concrete Spall Repair, including
material and regardless of spall depth") changed from 20 SF to 30 SF.
b. Item No. Al-6 ("Item P-101-5.4, Cold Milling of Asphalt Shoulder, at 2- to 4 inch
thickness") has been removed.
c. Item No. Al-7 ("Item P-501-8.1, Portland Cement Concrete Pavement (12- to 14-inch
thickness), including reinforcement where applicable" changed to Item No. Al-6.
d. Item No. Al-8 ("Item P-605-5.2, Sealing Cracks in Existing Concrete Pavement") changed
to Item No. A 1-7, and Estimated Quantity changed from 640 LF to 800 LF.
e. Item No. AI-9 ("Item MC, Construction Safety and Phasing") changed to Item No. A 1-8.
3. ADDITIVE ALTERNATE 2 — TAXIWAY M SPALL REPAIR SOUTH OF TAXIWAY F
a. Added Item A2-1 ("Item C-105, Mobilization (8% max)").
b. Added Item A2-2("Item P-101-5.3, Concrete Spall Repair, including material and regardless
of spall depth").
c. Added Item A2-3 ("Item MC, Construction Safety and Phasing").
Revised Specifications
Please see the attached revised engineer specifications.
All requests for additional information or clarification must be submitted in writing and directed to:
Chris Mullen
City of Lubbock
Purchasing and Contracts Management Office
1314 Ave K, Floor 9
Lubbock, Texas 79401
Questions may be faxed to (806) 775-2164 or Email to JMullenAMylubbock.us
Questions are preferred to be posted on Bonfire: https:Hci-lbbock-tx.bonfirehub.com/
THANK YOU,
&1& /r "
CITY OF LUBBOCK
Chris Mullen
City of Lubbock
Purchasing and Contracts Management Office
It is the intent and purpose of the City of Lubbock that this request permits competitive proposals.
It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language,
requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a
single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and
Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be
made.
Parkhill
O: City of Lubbock
FROM: Mark Haberer, PE
ADDEND U M PROJECT NAME: LBB Taxiways M and J Rehabilitation
NO: 01 CITY OF LUBBOCK ITB NO.: 21-15877-CM
PARKHILL PROJECT NO.: 2717.19
DATE: May 12, 2021
Attention all Prospective Proposers/Plan Holders: The following modifications have been made to
referenced Drawings and Project Manual. This Addendum becomes a part of Contract Documents and
modifies original Contract Documents dated April 23, 2021 as noted herein:
This Addendum consists of 2 pages, attached Bid Form of 5 pages, Specification Item P-101 of 5 pages,
and Drawing numbers C-102, C-103, C-104, and C-501 of 4 pages, totals to 16 pages.
CHANGES TO BID FORM
1. Added City of Lubbock ITB No. 21-15877-CM to first page.
2. Increased Base Bid Item 5, P-101-5.3, Concrete Pavement Spall Repair, including material
and regardless of spall depth, quantity from 30 to 40 square feet.
3. Increased Base Bid Item 7, P-605-5.2, Sealing Cracks in Existing Concrete Pavement, from
760 to 960 linear feet.
4. Remove Item Additive Alternate Item Al-6 and renumber the items that followed.
5. Corrected "Base Bid Subtotal" under Additive Alternate 1 — Taxiway M to "Additive Alternate 1
Subtotal."
6. Increased Additive Alternate 1 Item A1-5, P-101-5.3, Concrete Spall Repair, including material
and regardless of spall depth, quantity from 20 to 30 square feet.
7. Increased Additive Alternate 1 Item Al-7 (formerly Al-8) Sealing Cracks in Existing Concrete
Pavement, quantity from 640 to 800 linear feet.
8. Add Additive Alternate 2 — Taxiway M Spall Repair South of Taxiway F to include:
a. A2-1, Item C-105, Mobilization (8% max), 1 LS.
b. A2-2, Item P-101-5.3, Concrete Spall Repair, including material and regardless of spall
depth,180 SF.
C. A2-3, Item MC, Construction Safety and Phasing, 1 LS.
9. Deleted "Additive Alternate 1 Subtotal" just before the final total line.
10. Changed "Base Bid + Additive Alternate 1 Total" line to "Base Bid + Additive Alternate 1 +
Additive Alternate 2 Total."
11. Added a note to Liquidated Damages table to include "*Includes Additive Alternates 1 and 2"
for Phase 2.
CHANGES TO SPECIFICATIONS:
1. Item P-101 Preparation/Removal of Existing Pavements:
a. Removed Article 101-4.4 by striking.
b. Replaced Item P-101-5.4 "Cold Milling of Asphalt Shoulder at 2- to 4-inch thickness,
complete, per square yard" with "Not used."
\\Data 1 \Projects\2019\2717.19\04_P RC M NT\02_ADDM\No.01 \D raft\Add.01. docx
Parkhill.00m
ADDENDA 01 Page 2 May 12, 2021
III. CHANGES TO DRAWINGS:
1. Sheet C-102:
a. Asphalt repair area has been removed from legend and Plans.
b. Additional spall removal areas have been identified on Plans. Spall removal point tables
have been updated to reflect locations.
2. Sheet C-103: Additional crack repair areas have been identified on Plans. Crack repair point
table has been updated to reflect locations.
3. Sheet C-104: References to asphalt repair have been omitted from Plans. New spall locations
and crack seal locations have been identified on Plans. Crack repair point tables and spall
repair point tables have been updated.
4. Sheet C-501, Detail D4 "Existing Shoulder Section Demo" has been omitted.
END OF ADDENDUM NO. 01
Respectfully submitted,
PARKHILL
By:
Bidder shall acknowledge receipt of this addendum below and on the bid Proposal.
Attach this entire addendum, or a copy thereof, to bid Proposal submitted.
ACKNOWLEDGED:
By
REVISED
BID SUBMITTAL FORM
UNIT PRICE BID CONTRACT
DATE:
PROJECT NUMBER: ITB 21-15877-CM, Lubbock Preston Smith International Airport, LBB Taxiways
M and J Rehabilitation
Bid of
(hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Bidder, in compliance with your Invitation to Bid for the construction of the referenced project, having carefully
examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and
the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended
project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and
to construct the project in accordance with the plans, specifications and contract documents, within the time set forth
therein and at the price stated below.
The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the
accompanying forms, for performing and completing the said work within the time stated and for the prices stated below.
TEM
NO.
W
DESCRIPTION UNIT
ESTIMATED
QUANTITY
UNIT
PRICE
EXTENDED
AMOUNT
BASE BID - TAXIWAY J
1
Item C-100, Contractor Quality Control Program (CQCP)
LS
1
$
$
2
Item C-102, Temporary Air and Water Pollution, Soil Erosion
and Siltation Control (inc ding BMPs
LS
1
$
$
3
Item C-105, Mobilization (8% Max)
LS
1
$
$
4
Item P-101-5.1, Pavement Removal and disposal off site
SY
300
$
$
5
Item P-101-5.3, Concrete Pavement Spall Repair, including
material and regardless of s all depth
SF
40
$
$
6
Item P-501-8.1, Portland Cement Concrete Pavement (12- to
14-inch thickness), including reinforcement where applicable
SY
300
$
$
7
Item P-605-5.2, Sealing Cracks in Existing Concrete Pavement
LF
960
$
$
8
Item T-901-5.1, Seeding
AC
1
$
$
9
Item MC, Construction Safety and Phasing
LS
1
$
$
BASE BID SUBTOTAL
$
ADDITIVE ALTERNATE 1— TAXIWAY M
Al-1
Item C-100, Contractor Quality Control Program (CQCP)
LS
1
$
$
Al-2
Item C-102, Temporary Air and Water Pollution, Soil Erosion
and Siltation Control (inc ding BMPs
LS
1
$
$
Al-3
Item C-105, Mobilization (8% Max)
LS
1
$
$
Al-4
Item P-101-5.1, Pavement Removal and disposal off site
SY
400
$
$
REVISED
ITEM
DESCRIPTION
UNIT
ESTIMATED
UNIT
EXTENDED
OIII-N.
QUANTITY
PRICE
AMOUNT
Al-5
Item P-101-5.3, Concrete Spall Repair, including material and
SF
30
$
$
regardless of s all depth
Al-6
Item P-501-8.1, Portland Cement Concrete Pavement (12- to
SY
400
$
$
14-inch thickness), including reinforcement where applicable
Al-7
Item P-605-5.2, Sealing Cracks in Existing Concrete Pavement
LF
640
$
$
Al-8
Item MC, Construction Safety and Phasing
LS
1
$
$
ADDITIVE ALTERNATE 1 SUBTOTAL
$
ADDITIVE ALTERNATE 2 — TAXIWAY M SPALL REPAIR SOUTH OF TAXIWAY F
A2-1
Item C-105, Mobilization (8% max)
LS
1
$
$
A2-2
Item P-101-5.3, Concrete Spall Repair, including material and
SF
180
$
$
regardless of s all depth
A2-3
Item MC, Construction Safety and Phasing
LS
1
$
$
ADDITIVE ALTERNATE 2 SUBTOTAL
$
BASE BID + ADDITIVE ALTERNATE 1 + ADDITIVE ALTERNATE 2 TOTAL
$
PROPOSED CONSTRUCTION TIME:
Contractor proposed CONSTRUCTION TIME (calendar days) for completion:
CALENDAR
PHASE
DAYS
Phase 1:
45
Phase 2:
45
Total Days to
Substantial Completion:
90
Final Completion:
10
Total Calendar Days.
100
The Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice
to Proceed" of the Owner and to and to complete Project as summarized and stipulated in Specifications and other Contract
Documents.
Bidder hereby further agrees to pay to Owner as liquidated damages for each consecutive calendar day in excess
of the time set forth herein above for completion of this project, all as more fully set forth in the General Conditions of
the Agreement, the following sum of allowed construction time with liquidated damages:
REVISED
Schedule
Liquidated
Damages
Cost
Allowed
Construction
Time
BASE BID
Phase 1
$ 1,860
45
Phase 2*
$ 1,860
45
Substantial Completion
NA
90
Final Completion
$ 1,860
10
*Includes Additive Alternates 1 and 2
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 90 calendar days after the
scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence
work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he
has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable
without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of
the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute
all necessary bonds (if required) within 10 business days after notice of award of the contract to him
Bidder's Initials
REVISED
Enclosed with this bid is a Cashier's Check or Certified Check for Dollars
($ ) or a Bid Bond in the sum of Dollars ($ ), which it is
agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and
the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any)
with the Owner within 10 business days after the date of receipt of written notification of acceptance of said bid; otherwise,
said check or bond shall be returned to the undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents
made available to him for his inspection in accordance with the Notice to Bidders.
Pursuant to Texas Local Government Code 252.043(g), a
competitive sealed bid that has been opened may not be
changed for the purpose of correcting an error in the bid price.
THEREFORE, ANY CORRECTIONS TO THE BID PRICE
MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR
TO BID OPENING.
(Seal if Bidder is a Corporation)
ATTEST:
Secretary
Bidder acknowledges receipt of the following addenda:
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Date:
Authorized Signature
(Printed or Typed Name)
Company
Address
City, County
State Zip Code
Telephone: -
Fax: -
FEDERAL TAX ID or SOCIAL SECURITY No.
EMAIL:
NMBE Firm: Woman Black American Native American
Hispanic American Asian Pacific American Other (Specify)
12/21/2018 AC 150/5370-1OH
Item P-101 Preparation/Removal of Existing Pavements
DESCRIPTION
101-1 This item shall consist of preparation of existing pavement surfaces for overlay, surface treatments,
removal of existing pavement, and other miscellaneous items. The work shall be accomplished in
accordance with these specifications and the applicable plans.
EQUIPMENT AND MATERIALS
101-2 All equipment and materials shall be specified here and in the following paragraphs or approved by
Resident Project Representative (RPR). The equipment shall not cause damage to the pavement to remain
in place.
CONSTRUCTION
101-3.1 Removal of existing pavement.
Contractor removal operation shall be controlled to not damage adjacent pavement structure, and base
material, cables, utility ducts, pipelines, or drainage structures which are to remain under the pavement.
a. Concrete pavement removal. Full depth saw cuts shall be made perpendicular to the slab surface.
Contractor shall saw through the full depth of the slab including any dowels at the joint, removing the
pavement and installing new dowels as shown on the plans and per the specifications. Where the perimeter
of the removal limits is not located on the joint and there are no dowels present, the perimeter shall be saw
cut the full depth of the pavement. The pavement inside the saw cut shall be removed by methods which
will not cause distress in the pavement which is to remain in place. Concrete slabs that are damaged by
under breaking shall be repaired or removed and replaced as directed by RPR.
The edge of existing concrete pavement against which new pavement abuts shall be protected from
damage at all times. Spall and underbreak repair shall be in accordance with the plans. Any underlaying
material that is to remain in place, shall be recompacted and/or replaced as shown on the plans. Adjacent
areas damaged during repair shall be repaired or replaced at Contractor's expense.
b. Asphalt pavement removal. Asphalt pavement to be removed shall be cut to the full depth of the
asphalt pavement around the perimeter of the area to be removed.
c. Repair or removal of Base, Subbase, and/or Subgrade. All failed material including surface, base
course, subbase course, and subgrade shall be removed and repaired as shown on the plans or as directed
by RPR. Materials and methods of construction shall comply with the applicable sections of these
specifications. Any damage caused by Contractor's removal process shall be repaired at Contractor's
expense.
101-3.2 Preparation of joints and cracks prior to overlay/surface treatment. Remove all vegetation and
debris from cracks to a minimum depth of 1 inch. If extensive vegetation exists, treat the specific area with
a concentrated solution of a water -based herbicide approved by RPR. Fill all cracks greater than 1/4 inch
wide) with a crack sealant per ASTM D6690. The crack sealant, preparation, and application shall be
compatible with the surface treatment/overlay to be used. To minimize contamination of the asphalt with
Item P-101 Preparation/Removal of Existing Pavements 1
Addendum No. 01
12/21/2018 AC 150/5370-1OH
the crack sealant, underfill the crack sealant a minimum of 1/8 inch, not to exceed 1/4 inch. Any excess
joint or crack sealer shall be removed from the pavement surface.
101-3.3 Removal of Foreign Substances/contaminates prior to seal coat or remarking. Removal of
foreign substances/contaminates from existing pavement that will affect the bond of the new treatment shall
consist of removal of rubber, fuel spills, oil, crack sealer, at least 90% of paint, and other foreign substances
from the surface of the pavement. Areas that require removal are designated on the plans and as directed
by RPR in the field during construction.
Chemicals, high-pressure water, heater scarifier (asphaltic concrete only), cold milling, or rotary grinding
may be used. If chemicals are used, they shall comply with the state's environmental protection regulations.
Removal methods used shall not cause major damage to the pavement, or to any structure or utility within
or adjacent to the work area. Major damage is defined as changing the properties of the pavement, removal
of asphalt causing the aggregate to ravel, or removing pavement over 1/8 inch deep. If it is deemed by RPR
that damage to the existing pavement is caused by operational error, such as permitting the application
method to dwell in one location for too long, Contractor shall repair the damaged area without compensation
and as directed by RPR.
Removal of foreign substances shall not proceed until approved by RPR. Water used for high-pressure
water equipment shall be provided by Contractor at Contractor's expense. No material shall be deposited
on the pavement shoulders. All wastes shall be disposed of in areas indicated in this specification or shown
on the plans.
101-3.4 Concrete spall repair.
a. Repair of concrete spalls in areas to be overlaid with asphalt. Contractor shall repair all spalled
concrete as shown on the plans or as directed by RPR. The perimeter of the repair shall be saw cut a
minimum of 2 inches outside the affected area and 2 inches deep. The deteriorated material shall be removed
to a depth where the existing material is firm or cannot be easily removed with a geologist pick. The
removed area shall be filled with asphalt mixture with aggregate sized appropriately for the depth of the
patch. The material shall be compacted with equipment approved by RPR until the material is dense and
no movement or marks are visible. The material shall not be placed in lifts over 4 inches in depth. This
method of repair applies only to pavement to be overlaid.
Acceptable concrete spall repair products include:
1. HD50 Concrete repair material by Dayton Superior, or equal.
2. DelpatchTM elastomeric concrete, two-part polyurethane patching material, or equal.
It shall be anticipated that aggregate will be mixed with each product for added strength and performance.
Install selected and approved product in accordance with manufacturer recommendations for geographic
location.
b. Asphalt pavement repair. Contractor shall repair all spalled concrete as shown on the plans or as
directed by RPR. The failed areas shall be removed as specified in paragraph 101-3.1b. All failed material
including surface, base course, subbase course, and subgrade shall be removed. Materials and methods of
construction shall comply with the applicable sections of these specifications.
101-3.5 Cold milling. Milling shall be performed with a power -operated milling machine or grinder,
capable of producing a uniform finished surface. The milling machine or grinder shall operate without
tearing or gouging the underlaying surface. The milling machine or grinder shall be equipped with grade
and slope controls, and a positive means of dust control. All millings shall be removed and disposed off
Airport property. If Contractor mills or grinds deeper or wider than the plans specify, Contractor shall
replace the material removed with new material at Contractor expense.
Item P-101 Preparation/Removal of Existing Pavements 2
Addendum No. 01
12/21/2018 AC 150/5370-1OH
a. Patching. The milling machine shall be capable of cutting a vertical edge without chipping or
spalling the edges of the remaining pavement and it shall have a positive method of controlling the depth
of cut. RPR shall layout the area to be milled with a straightedge in increments of 1-foot widths. The area
to be milled shall cover only the failed area. Any excessive area that is milled because Contractor doesn't
have the appropriate milling machine, or areas that are damaged because of his negligence, shall be repaired
by Contractor at Contractor's Expense.
b. Profiling, grade correction, or surface correction. The milling machine shall have a minimum
width of 7 feet and it shall be equipped with electronic grade control devices that will cut the surface to the
grade specified. The tolerances shall be maintained within +0 inch and -1/4 inch of the specified grade. The
machine must cut vertical edges and have a positive method of dust control. The machine must have the
ability to remove the millings or cuttings from the pavement and load them into a truck. All millings shall
be removed and disposed of off the airport.
c. Clean-up. Contractor shall sweep the milled surface daily and immediately after the milling until all
residual materials are removed from the pavement surface. Prior to paving, Contractor shall wet down the
milled pavement and thoroughly sweep and/or blow the surface to remove loose residual material. Waste
materials shall be collected and removed from the pavement surface and adjacent areas by sweeping or
vacuuming. Waste materials shall be removed and disposed off Airport property.
101-3.6. Preparation of asphalt pavement surfaces prior to surface treatment. Existing asphalt
pavements to be treated with a surface treatment shall be prepared as follows:
a. Patch asphalt pavement surfaces that have been softened by petroleum derivatives or have failed due
to any other cause. Remove damaged pavement to the full depth of the damage and replace with new asphalt
pavement similar to that of the existing pavement in accordance with paragraph 101-3.4b.
b. Repair joints and cracks in accordance with paragraph 101-3.2.
c. Remove oil or grease that has not penetrated the asphalt pavement by scrubbing with a detergent and
washing thoroughly with clean water. After cleaning, treat these areas with an oil spot primer.
d. Clean pavement surface immediately prior to placing the surface treatment so that it is free of dust,
dirt, grease, vegetation, oil or any type of objectionable surface film.
101-3.7 Maintenance. Contractor shall perform all maintenance work necessary to keep the pavement in a
satisfactory condition until the full section is complete and accepted by RPR. The surface shall be kept
clean and free from foreign material. The pavement shall always be properly drained. If cleaning is
necessary or if the pavement becomes disturbed, any work repairs necessary shall be performed at
Contractor's expense.
101-3.8 Preparation of Joints in Rigid Pavement prior to resealing. Prior to application of sealant
material, bevel, clean, and dry the joints of all scale, dirt, dust, old sealant, curing compound, moisture and
other foreign matter. Contractor shall demonstrate, in the presence of RPR, that the method used cleans the
joint and does not damage the joint.
101-3.8.1 Removal of Existing Joint Sealant. All existing joint sealants will be removed by plowing or
use of hand tools. Any remaining sealant and or debris will be removed by use of wire brushes or other
tools as necessary. Resaw joints removing no more than 1/16 inch from each joint face. Immediately after
sawing, flush out joint with water and other tools as necessary to completely remove the slurry.
101-3.8.2 Cleaning prior to sealing. Immediately before sealing, joints shall be cleaned by removing any
remaining laitance and other foreign material. Allow sufficient time to dry out joints prior to sealing. Joint
surfaces will be surface -dry prior to installation of sealant.
101-3.8.3 Joint sealant. Joint material and installation will be in accordance with Item P-605.
Item P-101 Preparation/Removal of Existing Pavements 3
Addendum No. 01
12/21/2018 AC 150/5370-1OH
101-3.9 Preparation of Cracks in Flexible Pavement prior to sealing. Prior to application of sealant
material, clean and dry the joints of all scale, dirt, dust, old sealant, curing compound, moisture and other
foreign matter. Contractor shall demonstrate, in the presence of RPR, that the method used cleans the cracks
and does not damage the pavement.
101-3.9.1 Preparation of Crack. Widen crack with router by removing a minimum of 1/16 inch from each
side of crack. Immediately before sealing, cracks will be blown out with a hot air lance combined with oil
and water -free compressed air.
101-3.9.2 Removal of Existing Crack Sealant. Existing sealants will be removed by random crack saw.
Following sawing any remaining debris will be removed by use of a hot lance combined with oil and water -
free compressed air.
101-3.9.3 Crack Sealant. Crack sealant material and installation will be in accordance with Item P-605.
101-3.9.4 Removal of Pipe and other Buried Structures.
a. Removal of Existing Pipe Material. Not used.
b. Removal of Inlets[Manholes. Not used.
METHOD OF MEASUREMENT
101-4.1 Concrete Pavement removal. The unit of measurement for pavement removal shall be the number
of square yards removed by Contractor. Thickness shown on the plans or in pay items are approximate
depths. No distinction will be made between pavement with dowels and reinforcing steel and that without.
Any pavement removed outside the limits of removal because the pavement was damaged by negligence
on the part of Contractor shall not be included in the measurement for payment. No direct measurement or
payment shall be made for saw cutting. Saw cutting shall be incidental to pavement removal.
101-4.2 Crack Repair (Concrete). The unit of measurement for concrete crack repair as detailed in the
Plans shall be the number of linear feet. This shall include all preparation work and crack repair. This work
is covered under Item P-605.
101-4.3 Concrete Spall Repair. The unit of measure for concrete spall repair shall be the number of square
feet. The average depth of the patch shall be anticipated to be 4 inches. No variation in unit price made for
patches of variable depth.
101 4.4 Cold milling of Asphalt Shoulder-. The tinit of fneasiffe for- eold milling of asphalt shoulder- shall
be per- square yard. The leeation and aver -age depth of the eold milling shall be as shown on the plans.
BASIS OF PAYMENT
101-5.1 Payment. Payment shall be made at contract unit price for the unit of measurement as specified
above. This price shall be full compensation for furnishing all materials and for all preparation, hauling,
and placing of the material and for all labor, equipment, tools, and incidentals necessary to complete this
item.
Item P-101-5.1 Pavement Removal and disposed off site, complete per square yard
Item P-101-5.2 Not used.
Item P-101-5.3 Concrete Pavement Spall Repair, including material and regardless of
spall depth, complete, per square foot
Item P-101-5.4 Cold Milling o f Asphalt Should -i t k �;lete, pe
vicrnxznzzz vx z xo zzazc�zzvu a@� at � 6 4 �i}E is �icSSZei r cr
s"ar-e-y�Not used
Item P-101 Preparation/Removal of Existing Pavements 4
Addendum No. 01
12/21/2018 AC 150/5370-1OH
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications are
referred to within the text by the basic designation only.
Advisory Circulars (AC)
AC 150/5380-6 Guidelines and Procedures for Maintenance of Airport Pavements.
ASTM International (ASTM)
ASTM D6690 Standard Specification for Joint and Crack Sealants, Hot Applied, for
Concrete and Asphalt Pavements
ASTM C928 Standard Specification for Packaged, Dry, Rapid -Hardening,
Cementitious Materials for Concrete Repairs.
Item P-605 Joint Sealants for Concrete Pavements.
1040 ZII 911 DIUV 8 911111
Item P-101 Preparation/Removal of Existing Pavements 5
Addendum No. 01
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page Intentionally Left Blank
INDEX
1. NOTICE TO BIDDERS
2. GENERAL INSTRUCTIONS TO BIDDERS
3. BID SUBMITTAL — (must be submitted by published due date & time)
3-1. UNIT PRICE BID SUBMITTAL FORM
3-2. CITY OF LUBBOCK REFERENCE FORM
3-3. CONTRACTOR'S STATEMENT OF QUALIFICATIONS
3-4. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT
3-5. SAFETY RECORD QUESTIONNAIRE
3-6. SUSPENSION AND DEBARMENT CERTIFICATION
3-7. PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL
VERIFICATION
4. EEO EMPLOYEE INFORMATION CERTIFICATION
5. BUY AMERICAN CERTIFICATION
6. DAVIS-BACON CERTIFICATION OF ELIGIBILITY
7. CERTIFICATION OF NONSEGREGATED FACILITIES
8. TRADE RESTRICTION CLAUSE
9. DBE CONTRACTING REQUIREMENT
10. LIST OF SUB -CONTRACTORS
11. PAYMENT BOND
12. PERFORMANCE BOND
13. CERTIFICATE OF INSURANCE
14. CONTRACT
15. CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176
16. CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES
17. GENERAL CONDITIONS OF THE AGREEMENT
18. SPECIAL CONDITIONS (IF APPLICABLE)
19. SPECIFICATIONS
3
Page Intentionally Left Blank
NOTICE TO BIDDERS
Page Intentionally Left Blank
00 C'te of
ibbock
TExas
ITB 21-15877-CM
Lubbock Preston Smith
International Airport
Taxiways M and J Rehabilitation
1. NOTICE TO BIDDERS
1.1. Bidders may submit responses electronically by uploading required documents at the City
of Lubbock's partner's website, Bonfire. Refer to Exhibit A for Bonfire Submission
Instructions. This Invitation to Bid is for your convenience in submitting a bid for the
specified project.
1.2. Sealed bids addressed to Marta Alvarez, Director of Purchasing and Contract
Management, City of Lubbock, Texas, will be received in the office of the Director of
Purchasing and Contract Management, Citizens Tower, 1314 Avenue K, Floor 9,
Lubbock, Texas, 79401, until 10:00 AM on May 20, 2021, or as changed by the issuance
of formal addenda to all plan holders, to furnish all labor and materials and perform all
work for the construction of the above referenced.
1.3. After the expiration of the time and date above first written, said sealed bids will be
opened in the office of the Director of Purchasing and Contract Management and publicly
read aloud. Bids will be opened via teleconference if date/time stamped on or before the
deadline stated at the office listed above. The Zoom meeting information is as follows:
Website: hgps:Hzoom.us/1/94953003857?pwd=cHRQVVkranpJbllmWWNXWkliMzN3UT09
Meeting ID: 949 5300 3857
Passcode: 1314
1.4. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the
Director of Purchasing and Contract Management for the City of Lubbock, before the
expiration of the date above first written. Any bid received after the date and hour specified
will be rejected and returned unopened to the bidder.
1.5. Bids are due at 10:00 AM on May 20, 2021, and should be addressed to Marta Alvarez,
Director of Purchasing and Contract Management, City of Lubbock, Texas, Citizens Tower,
1314 Avenue K, Floor 9, Lubbock, Texas, 79401. The City of Lubbock Council members
will consider the bids on June 8, 2021, at the Citizens Tower, 1314 Avenue K, Lubbock,
Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject
any or all bids and waive any formalities. The successful bidder will be required to furnish a
performance bond in accordance with Chapter 2253, Government Code, in the amount of
100% of the total contract price in the event that said contract price exceeds $100,000 and the
successful bidder will be required to furnish a payment bond in accordance with Chapter
2253, Government Code, in the amount of 100% of the total contract price in the event that
said contract price exceeds $50,000. Said statutory bonds shall be issued by a company
carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM
ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT
SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND APPROVED.
1.6. Bidders are required, whether or not a payment or performance bond is required, to submit a
cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal
bond from a reliable surety company, payable without recourse to the order of the City of
Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a
guarantee that bidder will enter into a contract and execute all necessary bonds within ten
(10) business days after notice of award of the contract to the bidder. FAILURE OF THE
BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL SHALL
CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION
OF THE BID SUBMITTAL.
1.7. Copies of plans and specifications may be obtained at bidder's expense from the City of
Lubbock Purchasing and Contract Management office. Plans and specifications can be
viewed online and downloaded from hgps:Hci-lubbock-tx.bonfirehub.com/portal/ at no cost.
In the event of a large file size, please be patient when downloading or viewing.
BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most
public libraries.
1.8. It shall be each bidder's sole responsibility to inspect the site of the work and to inform
bidder regarding all local conditions under which the work is to be done. It shall be
understood and agreed that all such factors have been thoroughly investigated and considered
in the preparation of the bid submitted.
2. PRE -BID MEETING
2.1. For the purpose of familiarizing bidders with the requirements, answering questions, and
issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a
non -mandatory pre -bid meeting will be held May 13, 2021, at 10 a.m., via teleconference.
The Zoom meeting information is as follows:
Website: h!tps:Hzoom.us/1/96130415413?pwd=YjhXcFdtRFZYZ3k3LzIraGI3YXRNQT09
Meeting ID: 9613041 5413
Passcode: 1314
2.2. All persons attending the meeting will be asked to identify themselves and the prospective
bidder they represent.
2.3. It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not
mandatory. The City will not be responsible for providing information discussed at the pre -
bid meeting to bidders who do not attend the pre -bid meeting.
3. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem
wages included in the contract documents on file in the office of the Purchasing and Contract
Management Office of the City of Lubbock, which document is specifically referred to in this notice
to bidders. Each bidders attention is further directed to Texas Government Code, Chapter 2258,
Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and
payment by the contractor of the prevailing rates of wages as heretofore established by owner in said
wage scale.
4. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant
to this advertisement, minority and women business enterprises will be afforded equal opportunities
to submit bids in response to this invitation and will not be discriminated against on the grounds of
race, color, sex, disability, or national origin in consideration for an award.
5. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into
pursuant to this advertisement, it is the policy of the Department of Transportation (DOT) that
disadvantaged business enterprises as defined in 49 CFR Part 26 shall have the maximum
opportunity to participate in the performance of contracts financed in whole or in part with
federal funds. All bidders shall make good faith efforts, as defined in Appendix A of 49 CFR Part
26 to subcontract 3.75% of the dollar value of the prime contract to small business concerns
owned and controlled by socially and economically disadvantaged individuals (DBE). Details of
such requirement are contained in the specifications. 49 CFR Part 26 provides that each contract
the owner signs with a contractor (and each subcontract the prime contractor signs with a
subcontractor) shall include the following assurance:
6. The contractor, sub -recipient or subcontractor shall not discriminate on the basis of race, color,
national origin, or sex in the performance of this contract. The contractor shall carry out
applicable requirements of 49 CFR Part 26 in the award and administration of Department of
Transportation (DOT) assisted contracts. Failure by the contractor to carry out these
requirements is a material breach of this contract, which may result in the termination of this
contract or such other remedy as the recipient deems appropriate.
7. The proposed contract is subject to the Buy American provision under Section 9129 of the
Aviation Safety and Capacity Act of 1990. Details of such requirement are contained in the
specifications.
8. The Proposed contract is under and subject to Executive Order 11246 and the Equal
Opportunity Clause. The bidder's attention is called to the Equal Opportunity Clause and the
Standard Federal Equal Employment Opportunity Construction Contract Specifications, and the
Notice of Requirement of Affirmative Action to Ensure Equal Employment Opportunity set forth
in the specifications.
9. The successful bidder will be required to submit a Certification of Nonsegregated Facilities prior
to award of the contract and to notify prospective subcontractors of the requirement. The
certification is contained in the specifications.
10. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -
proposal meetings and proposal openings are available to all persons regardless of disability. If you
require special assistance, please contact the Purchasing and Contract Management Office at (806)
775-2572 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the
meeting.
CITY OF LUBBOCK,
Marta Alvarez
DIRECTOR OF PURCHASING &
CONTRACT MANAGEMENT
Page Intentionally Left Blank
GENERAL INSTRUCTIONS TO BIDDERS
Page Intentionally Left Blank
GENERAL INSTRUCTIONS TO BIDDERS
1. BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
1.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be
the bidder's responsibility to advise the Purchasing and Contract Management Office if any language,
requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated
in this ITB to a single source. Such notification must be submitted in writing and must be received by
the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days
before the bid closing date. A review of such notifications will be made.
1.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR
ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION
TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5)
CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO:
Chris Mullen, Buyer
City of Lubbock
Purchasing and Contract Management Office
1314 Avenue K, Floor 9
Lubbock, Texas 79401
Fax: 806-775-2164
Email: JMullen@mylubbock.us
2. TIME AND ORDER FOR COMPLETION
2.1 The construction covered by the contract documents shall be substantially completed as follows from
the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder.
CALENDAR
PHASE
DAYS
Phase 1:
45
Phase 2:
45
Total Days to
Substantial Completion:
90
Final Completion:
10
Total Calendar Days:
100
2.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided,
however, the City reserves the right to require the Contractor to submit a progress schedule of the work
contemplated by the contract documents. In the event the City requires a progress schedule to be
submitted, and it is determined by the City that the progress of the work is not in accordance with the
progress schedule so submitted, the City may direct the Contractor to take such action as the City deems
necessary to ensure completion of the project within the time specified.
2.3 Upon receipt of notice to proceed, and upon commencement of the work, the Contractor shall ensure
daily prosecution of the work is conducted every business day until the work is completed, regardless
if the work will be substantially or finally complete ahead of specified deadlines in the agreement,
unless the City determines time off from said prosecution is necessary or reasonable and Contractor
received said determination in writing from the City. Additionally, inclement weather shall be the only
other reason consistent, daily prosecution of the work may not take place on those inclement weather
days.
3. GUARANTEES
3.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against
defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the
Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in
the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when
such defects appear within TWO years from date of final acceptance of the work as a result of defective
materials or workmanship, at no cost to the Owner (City of Lubbock).
3.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and
warrants fault -free performance and fault -free result in the processing date and date -related data
(including, but not limited to calculating, comparing and sequencing) of all hardware, software and
firmware products delivered and services provided under this Contract, individually or in combination,
as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations
will be recognized and accommodated and will not, in any way, result in hardware, software or
firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to
demonstrate the procedures it intends to follow in order to comply with all the obligations contained
herein.
3.3 The obligations contained herein apply to products and services provided by the Contractor, its sub-
contractor or any third party involved in the creation or development of the products and services to be
delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations
contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and
under this Contract including, but not limited to, its right pertaining to termination or default.
3.4 The warranties contained herein are separate and discrete from any other warranties specified in this
Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the
Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes
or any document incorporated in this Contract by reference.
4. BID AWARD
4.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and
to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its
sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid
for Bid Items I through 9 plus the sum of any Alternate Bids or Options the City may select.
4.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response
to specifications is primary in determining the best low bid. Failure to comply with the specifications
may result in disqualification of the bid.
4.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may
be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to
determine possible Anti -Trust violations.
4.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower
than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas
bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state.
4.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into
the State of Texas and under the laws of the State of Texas. In connection with the performance of
work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment
Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the
extent that the same may be applicable.
4.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY
AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR
PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY
SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID.
GENERAL INSTRUCTIONS TO BIDDERS
(Continued)
ADDENDA & MODIFICATIONS
5.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available
over the Internet at hgps:Hci-lubbock-tx.bonfirehub.com/portal/. We strongly suggest that you
check for any addenda a minimum of forty-eight hours in advance of the response deadline.
BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most un blic
libraries.
5.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents
may request an interpretation thereof from the Purchasing and Contract Management Office. At
the request of the bidder, or in the event the Purchasing and Contract Management Office deems
the interpretation to be substantive, the interpretation will be made by written addendum issued by
the Purchasing and Contract Management Office. Such addenda issued by the Purchasing and
Contract Management Office will be available over the Internet at https://ci-lubbock-
tx.bonfirehub.com/portal/ and will become part of the bid package having the same binding effect
as provisions of the original ITB. NO VERBAL EXPLANATIONS OR INTERPRETATIONS
WILL BE BINDING. In order to have a request for interpretation considered, the request must be
submitted in writing and must be received by the City of Lubbock Purchasing and Contract
Management Office no later than five (5) calendar days before the bid closing date.
5.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of
Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only
information supplied by the City of Lubbock Purchasing and Contract Management Office in
writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may
have had before or after receipt of this ITB with any individuals, employees, or representatives of
the City and any information that may have been read in any news media or seen or heard in any
communication facility regarding this bid should be disregarded in preparing responses.
5.4 The City does not assume responsibility for the receipt of any addendum sent to bidders.
6 EXAMINATION OF DOCUMENTS AND REQUIREMENTS
6.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all
requirements before submitting a bid to ensure that their bid meets the intent of these
specifications.
6.2 Before submitting a bid, each bidder shall be responsible for making all investigations and
examinations that are necessary to ascertain conditions and requirements affecting the
requirements of this Invitation to Bid. Failure to make such investigations and examinations shall
not relieve the bidder from obligation to comply, in every detail, with all provisions and
requirements of the Invitation to Bid.
6.3 Notices of any discrepancies or omissions in these plans, specifications, or contract
documents, shall be given to the Purchasing and Contract Management Office and a
clarification obtained before the bids are received, and if no such notice is received by the
Purchasing and Contract Management Office prior to the opening of bids, then it shall be
deemed that the bidder fully understands the work to be included and has provided sufficient
sums in its bid to complete the work in accordance with these plans and specifications. If
bidder does not notify Purchasing and Contract Management Office before bidding of any
discrepancies or omissions, then it shall be deemed for all purposes that the plans and
specifications are sufficient and adequate for completion of the project. It is further agreed
that any request for clarification must be submitted no later than five (5) calendar days prior
to the bid closing date.
7 BID PREPARATION COSTS
7.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred
in the preparation and submission of a bid.
7.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any
services or equipment.
7.3 All costs related to the preparation and submission of a bid shall be paid by the bidder.
TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION
ACT
8.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial
decision, including trade secrets and commercial or financial information, clearly identify those
portions.
8.2 The City of Lubbock will honor your notations of trade secrets and confidential information and
decline to release such information initially, but please note that the final determination of whether
a particular portion of your bid is in fact a trade secret or commercial or financial information that
may be withheld from public inspection will be made by the Texas Attorney General or a court of
competent jurisdiction. In the event a public information request is received for a portion of your
bid that you have marked as being confidential information, you will be notified of such request
and you will be required to justify your legal position in writing to the Texas Attorney General
pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion
or order of the Texas Attorney General or a court of competent jurisdiction that such information
is in fact not privileged and confidential under Section 552.110 of the Government Code and
Section 252.049 of the Local Government Code, then such information will be made available to
the requester.
8.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas
Open Records Act.
8.4 Pursuant to Section 552.234(c) of the Texas Government Code, submit your open records request
using the link provided below.
hqps:Hlubbocktx.govqa.us/WEBAPP/- rs/(S(guiyirflbtihahjnnycegwpcs),)/SLapportHome. aspx
8.5 For more information, please see the City of Lubbock Public Information Act website at:
hgps://ci.lubbock.tx.us/pages/public-information-act
9 LICENSES, PERMITS, TAXES
9.1 The price or prices for the work shall include full compensation for all taxes, permits, etc. that the
bidder is or may be required to pay.
10 UTILIZATION OF LOCAL BUSINESS RESOURCES
10.1 Prospective bidders are strongly encouraged to explore and implement methods for the utilization
of local resources, and to outline in their bid submittal how they would utilize local resources.
11 CONFLICT OF INTEREST
11.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business
arrangement with any employee, official or agent of the City of Lubbock.
11.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not
offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt
of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote
or any other exercise of discretion concerning this bid.
12 CONTRACT DOCUMENTS
12.1 All work covered by the contract shall be done in accordance with contract documents described
in the General Conditions.
12.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract
documents for the construction of this project and shall be responsible for the satisfactory
completion of all work contemplated by said contract documents.
13 PLANS FOR USE BY BIDDERS
13.1 It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the
project covered by the contract documents be given a reasonable opportunity to examine the
documents and prepare a bid without charge or forfeiture of deposit. The contract documents may
be examined without charge as noted in the Notice to Bidders.
14 PAYMENT
14.1 All payments due to Contractor shall be made in accordance with the provisions of the General
Conditions of the contract documents.
15 AFFIDAVITS OF BILLS PAID
15.1 The City of Lubbock reserves the right, prior to final acceptance of this project to require the
Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the
construction of the improvements contemplated by the contract documents have been paid in full
and that there are no claims pending, of which the Contractor has been notified.
16 MATERIALS AND WORKMANSHIP
16.1 The intent of these contract documents is that only materials and workmanship of the best quality
and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in
some detail will not relieve the Contractor of full responsibility for providing materials of high
quality and for protecting them adequately until incorporated into the project. The presence or
absence of a representative of the City on the site will not relieve the Contractor of full
responsibility of complying with this provision. The specifications for materials and methods set
forth in the contract documents provide minimum standards of quality, which the Owner believes
necessary to procure a satisfactory project.
17 PLANS FOR THE CONTRACTOR
17.1 The contractor will, upon written request, be furnished up to five sets of plans and specifications
and related contract documents for use during construction. Plans and specifications for use during
construction will only be furnished directly to the Contractor. The Contractor shall then distribute
copies of plans and specifications to suppliers, subcontractors or others, as required for proper
prosecution of the work contemplated by the Contractor.
18 PROTECTION OF THE WORK
18.1 The Contractor shall be responsible for the care, preservation, conservation, and protection of all
materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means
of construction, and any and all parts of the work whether the Contractor has been paid, partially
paid, or not paid for such work, until the date the City issues its certificate of completion to
Contractor. The City reserves the right, after the bids have been opened and before the contract
has been awarded, to require of a bidder the following information:
18.1.1 The experience record of the bidder showing completed jobs of a similar nature to the one
covered by the intended contract and all work in progress with bond amounts and
percentage completed.
18.1.2 A sworn statement of the current financial condition of the bidder.
18.1.3 Equipment schedule.
19 TEXAS STATE SALES TAX
19.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to
provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
19.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to
buy the materials to be incorporated into the work without paying the tax at the time of purchase.
20 PROTECTION OF SUBSURFACE LINES AND STRUCTURES
20.1 It shall be the Contractor's responsibility to prosecute the work contemplated by the contract
documents in such a way as to exercise due care to locate and prevent damage to all underground
pipelines, utility lines, conduits or other underground structures which might or could be damaged
by Contractor during the construction of the project contemplated by these contract documents.
The City of Lubbock agrees that it will furnish Contractor the location of all such underground
lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor
of his responsibilities aforementioned. All such underground lines or structures cut or damaged by
Contractor during the prosecution of the work contemplated by this contract shall be repaired
immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's
expense.
21 BARRICADES AND SAFETY MEASURES
21.1 The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and
danger signals, and shall take such other precautionary measures for the protection of persons,
property and the work as may be necessary. The Contractor will be held responsible for all damage
to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred,
the damaged portion shall be immediately removed and replaced by Contractor at his own cost and
expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not
cease until the date of issuance to Contractor of City's certificate of acceptance of the project.
22 EXPLOSIVES
22.1 The use of explosives will not be permitted unless written permission to do so is obtained by the
Contractor from the City. In all cases where written permission is obtained for the use of
explosives, the Contractor shall assume full responsibility for all damage, which may occur as a
direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to
be used, the Contractor shall use utmost care so as not to endanger life or property and the
Contractor shall further use only such methods as are currently utilized by persons, firms, or
corporations engaged in similar type of construction activity.
22.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
22.3 In all cases where explosives are to be used during the construction of the project contemplated by
this contract, it shall be the duty of the Contractor to notify each utility company having structures
(above or below the ground) in proximity to the site of the work of Contractor's intention to use
explosives, and such notice shall be given sufficiently in advance to enable the companies to take
such steps as they may deem necessary to protect their property from injury. Such notice, however,
shall not relieve the Contractor of responsibility for any damage resulting from his blasting
operations.
23 CONTRACTOR'S REPRESENTATIVE
23.1 The successful bidder shall be required to have a responsible local representative available at all
times while the work is in progress under this contract. The successful bidder shall be required to
furnish the name, address and telephone number where such local representative may be reached
during the time that the work contemplated by this contract is in progress.
24 INSURANCE
24.1 The Contractor shall not commence work under this contract until he has obtained all insurance as
required in the General Conditions of the contract documents, from an underwriter authorized to
do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished
to the City and written notice of cancellation or any material change will be provided ten (10) days
in advance of cancellation or change. All policies shall contain an agreement on the part of the
insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost
and expense through the life of this contract, insurance protection as hereinafter specified.
Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried
with an insurance company authorized to transact business in the State of Texas and shall cover
all operations in connection with this contract, whether performed by the Contractor or a
subcontractor, or separate policies shall be provided covering the operation of each subcontractor.
A certificate of insurance specifying each and all coverages shall be submitted before contract
execution.
24.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE
FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES
FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON
AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO
INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF
SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE
CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF
COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION
COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE
REQUIRED.
25 LABOR AND WORKING HOURS
25.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem
wages included in these contract documents. The wage rate that must be paid on this project shall
not be less than specified in the schedule of general prevailing rates of per diem wages as above
mentioned. The bidders' attention is further directed to the requirements of Texas Government
Code, Chapter 2258, Prevailing Wage Rates providing for the payment of the wage schedules
above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general
prevailing rate of per diem wages in the contract documents does not release the Contractor from
compliance with any wage law that may be applicable. Construction work under the contract
requiring an inspector shall not be performed on weekends or holidays unless the following
conditions exist:
25.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the
necessary service to its citizens.
25.1.2 Delays in construction are due to factors outside the control of the Contractor. The
Contractor is approaching the penalty provisions of the contract and Contractor can show
he has made a diligent effort to complete the contract within the allotted time.
25.1.3 Before construction work requiring an inspector is to be performed on Sunday or holidays,
the Contractor must notify the Owner's Representative not less than three full working days
prior to the weekend or holiday he desires to do work and obtain written permission from
the Owner's Representative to do such work. The final decision on whether to allow
construction work requiring an inspector on Sunday or holidays will be made by the
Owner's Representative.
25.2 In any event, if a condition should occur or arise at the site of this project or from the work being
done under this contract which is hazardous or dangerous to property or life, the Contractor shall
immediately commence work, regardless of the day of the week or the time of day, to correct or
alleviate such condition so that it is no longer dangerous to property or life.
26 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
26.1 The contractor and each of his subcontractors shall pay each of his employees engaged in work on
the project under this contract in full (less mandatory legal deductions) in cash, or by check readily
cashable without discount, not less often than once each week. The Contractor and each of his
subcontractors shall keep a record showing the name and occupation of each worker employed by
the Contractor or subcontractor in the construction of the public work and the actual per diem
wages paid to each worker. This record shall be open at all reasonable hours to inspection by the
officers and agents of the City. The Contractor must classify employees according to one of the
classifications set forth in the schedule of general prevailing rate of per diem wages, which
schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City
of Lubbock on whose behalf this contract is made, sixty dollars ($60) for each laborer, workman,
or mechanic employed for each calendar day, or portion thereof, such laborer, workman or
mechanic is paid less than the wages assigned to his particular classification as set forth in the
schedule of general prevailing rate of per diem wages included in these contract documents.
27 PROVISIONS CONCERNING ESCALATION CLAUSES
27.1 Bids submitted containing any conditions which provide for changes in the stated bid price due to
increases or decreases in the cost of materials, labor or other items required for the project will be
rejected and returned to the bidder without being considered.
28 PREPARATION FOR BID
28.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form
shall be correctly filled in, stating the price in numerals for which he intends to do the work
contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and
legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a
bid item, the unit price will be taken. A bid that has been opened may not be changed for the
purpose of correcting an error in the bid price. BIDDER'S BID SUBMITTAL MUST INCLUDE
THE FOLLOWING:
• Bid Submittal Form
• City of Lubbock Insurance Requirement Affidavit
• Safety Record Questionnaire
• Suspension and Debarment Certification
• Certification regarding Employee Information Report EEO-1
• Buy American Certification
• Davis- Bacon Certification of Eligibility
• Certification of Nonsegregated Facilities
• Trade Restriction Clause
• DBE Utilization Form
• DBE Letter of Intent
• DBE Bidder's List
• Bid Bond
28.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized
agent. If a bid is submitted by a firm, association, or partnership, the name and address of each
member must be given and the bid signed by a member of the firm, association or partnership, or
person duly authorized. If the bid is submitted by a company or corporation, the company or
corporate name and business address must be given, and the bid signed by an official or duly
authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly
certified and must be in writing and submitted with the bid.
28.3 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been
opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE,
ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL
FORM PRIOR TO BID OPENING.
28.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of
the bids, but no bid may be withdrawn or altered thereafter.
29 BOUND COPY OF CONTRACT DOCUMENTS
29.1 Bidder understands and agrees that the contract to be executed by bidder shall be bound and will
include the following:
(a) Notice to Bidders
(b) General Instructions to Bidders
(c) Bid Submittal Form
(d) Debarment Certification
(e) EEO Certification
(f) Buy America Certification
(g) Davis- Bacon Certification
(h) Nonsegregated Facilities Certification
(i) Trade Restriction Clause
0) DBE Contracting Requirement
(k) Safety record Questionnaire
(1) Statutory Payment and Performance Bonds
(m) Insurance Certificates for Prime Contractor and all Subcontractors
(n) Contract
(o) General Conditions of the Agreement
(p) FAA Mandatory Contract Provisions
(q) FAA General Provisions
(r) Special Provisions
(s) Technical Specifications
(t) All other documents made available to bidder for his inspection in accordance with the Notice
to Bidders
29.2 If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be
considered incorporated by reference into the aforementioned contract documents.
30 DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS
30.1 The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant
to this ITB, Disadvantaged Business Enterprises (DBE's) will be afforded equal opportunities to
submit bids and will not be discriminated against on the grounds of race, color, sex, disability, or
national origin in consideration of an award.
30.2 A DBE is defined as a small business concern which is at least 51 % owned and controlled by one
or more socially and economically disadvantaged individuals, or in the case of any publicly owned
business, at least 5 1 % of the stock of which is owned by one or more socially and economically
disadvantaged individuals. Socially and economically disadvantaged include Women, Black
Americans, Hispanic Americans, Native Americans, Asian -Pacific Americans, and Asian -Indian
Americans.
30.3 Good Faith Efforts (Information to be submitted)
30.3.1 City of Lubbock treats bidders' compliance with good faith efforts requirements as a matter
of responsiveness.
30.3.2 Each solicitation for which a contract goal has been established will require the bidders to
submit the following information with its bid as a condition of responsiveness:
1. DBE Utilization form
2. DBE Letter of Intent;
3. DBE Bidder's List
4. If the goal is not met, evidence of good faith efforts
30.4 Demonstration of good faith efforts
30.4.1 The obligation of the bidder is to make good faith efforts. The bidder can demonstrate that
it has done so either by meeting the contract goal or documenting good faith efforts. The
Disadvantage Business Enterprise Program has been uploaded.
30.4.2 The following personnel are responsible for determining whether a bidder who has not met
the contract goal has documented sufficient good faith efforts to be regarded as responsive:
Persons assigned to evaluate bids or proposals as specified on the City's "Request to Solicit
Competitive Bids or Proposals — Procurement Document Submittal Form."
30.4.3 We will ensure that all information is complete and accurate and adequately documents
and bidder's good faith efforts before we commit to the performance of the contract by the
bidder.
30.5 Administrative reconsideration
30.5.1 Within 10 days of being informed by City of Lubbock that it is not responsive because it
has not documented sufficient good faith efforts, a bidder may request administrative
reconsideration. Bidders should make this request in writing to the following
reconsideration official: Marta Alvarez, Director of Purchasing and Contract Management,
City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457. The reconsideration official will
not have played any role in the original determination that the bidder did not
make/document sufficient good faith efforts.
30.5.2 As part of this reconsideration, the bidder will have the opportunity to provide written
documentation or argument concerning the issue of whether it met the goal or made
adequate good faith efforts to do so. The bidder will have the opportunity to meet in person
with our reconsideration official to discuss the issue of whether it met the goal or made
adequate good faith efforts to do so. We will send the bidder a written decision on
reconsideration, explaining the basis for finding that the bidder did or did not meet the goal
or make adequate good faith efforts to do so. The result of the reconsideration process is
not administratively appealable to the Department of Transportation.
30.6 Good Faith Efforts when a DBE is replaced on a contract
30.6.1 City of Lubbock will require a contractor to make good faith efforts to replace a DBE that
is terminated or has otherwise failed to complete its work on a contract with another
certified DBE, to the extent needed to meet the contract goal. The City will require the
prime contractor to notify the DBE Liaison Officer (DBELO) immediately of the DBE's
inability or unwillingness to perform and provide reasonable documentation.
30.6.2 In this situation, we will require the prime contractor to obtain our prior approval of the
substitute DBE and to provide copies of new or amended subcontracts, or documentation
of good faith efforts. If the contractor fails or refuses to comply in the time specified, our
contracting office will issue an order stopping all or part of payment/work until satisfactory
action has been taken. If the contractor still fails to comply, the contracting officer may
issue a termination for default proceeding.
30.7 Certification
30.7.1 The DEBLO will submit any request for certification and/or information regarding
certification to TxDOT. TxDOT serves as the regional Unified Certification Program
Administrator for Lubbock. For information about the certification process or to apply for
certification, firms should contact: Karen Williams, Deputy Director — Administration,
Lubbock Preston Smith International Airport, Rt. 3 Box 389, Lubbock, Texas 79403, (806)
775-3127, Kwilliams&mylubbock.us.
30.8 Certification Appeals
30.8.1 Any firm or complainant may appeal the City's decision in a certification matter to DOT.
Such appeals may be sent to:
Department of Transportation Office of Civil Rights Certification Appeals Branch, 400 7th
St., SW, Room 2104, Washington, DC 20590.
30.8.2 The City will promptly implement any DOT certification appeal decision affecting the
eligibility of DBEs for all DOT -assisted contracting (e.g., certify a firm if DOT has
determined that our denial of its application was erroneous).
30.9 "Recertifications"
30.9.1 The City will review the eligibility of DBEs that the City might have certified under former
part 23, to make sure that they meet the standards of Subpart D of part 26. In order to
comply with requirements of re -certification each currently certified DBE the airport works
with will be required to comply with the requirements of the UCP. For firms that the City
has certified or reviewed and found eligible under part 26, the City will review their
eligibility every five years following the date of their certification in accordance with UCP
rules and regulations.
30.10 Bidders List
30.10.1 The City of Lubbock will create a bidders list, consisting of information about all DBE and
non -DBE firms that bid or quote on DOT -assisted contracts. The purpose of this
requirement is to allow use of the bidder's list approach to calculating overall goals. The
bidders list will include the name, address, DBE/non-DBE status, age, and annual gross
receipts of firms.
30.10.2The City will collect this information in the following ways: a notice in all solicitations and
direct request to firms quoting on subcontracts to report information directly to the
DBELO. The City of Lubbock will work closely with all prime bidders in order to collect
necessary information of all firms who quote to them on contracts.
30.11 Monitoring Payments to DBEs
30.11.1The City will require prime contractors to maintain records and documents of payments to
DBEs for three years following the performance of the contract. These records will be
made available for inspection upon request by any authorized representative of the City of
Lubbock or DOT. This reporting requirement also extends to any certified DBE
subcontractor.
30.11.2The City will keep a running tally of actual payments to DBE firms for work committed to
them at the time of contract award.
30.11.3The City will perform interim audits of contract payments to DBEs. The audit will review
payments to DBE subcontractors to ensure that the actual amount paid to DBE
subcontractors equals or exceeds the dollar amounts stated in the schedule of DBE
participation.
31 VETERAN'S PREFERENCE
31.1 The City shall include in all contracts for work on any project funded under the grant agreement
which involve labor, such provisions as are necessary to insure that, in the employment of labor
(except in executive, administrative, and supervisory positions), preference shall be given to
Veterans of the Vietnam era and disabled veterans as defined in Section 47112 of Title 49, United
States Code. However, this preference shall apply only where the individuals are available and
qualified to perform the work to which the employment relates.
32 CONFIDENTIALITY
32.1 The City will safeguard from disclosure to third parties information that may reasonably be
regarded as confidential business information, consistent with Federal, state, and local law. The
City of Lubbock will maintain efforts to be consistent with the law as set forth in: the Freedom of
Information Act under USC: Title 5. The relevant text is found in § 552(b)(2) and (4). The City of
Lubbock will interpret these parts as policy to refuse the release of and access to, any information
deemed to be related solely to the internal personnel rules and practices of an agency; or as trade
secrets and commercial or financial information obtained from a person and privileged or
confidential.
32.2 Further, in compliance with USC: Title 18 § 1905 concerning the disclosure of confidential
information: The City of Lubbock will not publish, divulge, disclose or make known in any manner
or to any extent not authorized by law any information coming to us in the course of employment
or official duties or by reason of any examination or investigation made by, or return, report or
record made to or filed with the City of Lubbock, which information concerns or relates to the
trade secrets, processes, operations, style of work, or apparatus, or to the identity, confidential
statistical data, amount or source of any income, profits, losses, or expenditures of any person,
firm, partnership, corporation, or association; or permits any income return or copy thereof or any
book containing any abstract or particulars thereof to be seen or examined by any person except
as provided by law.
32.3 Notwithstanding any contrary provisions of state or local law, we will not release personal
financial information submitted in response to the personal net worth requirement to a third party
(other than DOT) without the written consent of the submitter.
33 NON DISCRIMINATION CLAUSE
33.1 The contractor or subcontractor shall not discriminate on the basis of race, color, national origin,
or sex in the performance of this contract. The contractor shall carry out applicable requirements
of 49 CFR part 26 in the award and administration of DOT assisted contracts. Failure by the
contractor to carry out these requirements is a material breach of this contract, which may result
in the termination of this contract or such other remedy, as the recipient deems appropriate.
34 PROMPT PAYMENT
34.1 The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory
performance of its contract no later than 30 days from the receipt of each payment the prime
contractor receives from City of Lubbock. The prime contractor agrees further to return retainage
payments to each subcontractor within 30 days after the subcontractor's work is satisfactorily
completed. Any delay or postponement of payment from the above referenced time frame may
occur only for good cause following written approval of the City of Lubbock. This clause applies
to both DBE and non -DBE subcontractors. The City of Lubbock will require that all contractors
comply with the Texas Government Code 2251.022. Chapter 2251 of the Texas Government Code
generally defines past due dates and provides for payments for goods and services to vendors,
general contractors, and subcontractors. Failure to comply with the provisions of Texas
Government Code Chapter 2251 include the right to charge interest on overdue accounts and right
to collect attorney's fees in the event of formal administrative or judicial action to collect an
invoice payment or interest due. A copy of Texas Government Code 2251.022 is attached as
Attachment 8 in the Airport's Disadvantaged Business Enterprise Plan.
35 MONITORING AND ENFORCEMENT MECHANISMS
35.1 The City will bring to the attention of the Department of Transportation any false, fraudulent, or
dishonest conduct in connection with the program, so that DOT can take the steps (e.g., referral to
the Department of Justice for criminal prosecution, referral to the DOT Inspector General, action
under suspension and debarment or Program Fraud and Civil Penalties rules) provided in 26.109.
The City also will consider similar action under our own legal authorities, including responsibility
determinations in future contracts.
35.2 The City of Lubbock WILL REQUIRE CERTIFICATION that work contracted with a DBE is
actually performed by the DBE. We may follow up this certification by conducting on -site
evaluations to monitor the performance obligated in the contract.
35.3 In the event of non-compliance with the DBE regulation by any participant in our procurement
activities, the City of Lubbock shall be entitled to pursue any and all remedies allowed by the laws
of the State of Texas and the Federal Government. Such remedies may include, but not necessarily
be limited to, the following:
a. Civil action, in a court appropriate jurisdiction, for breach of the contract. Such damages
may be set forth in the contract as predetermined damages, consequential damages arising
out of the breach and/or specific performance.
b. Criminal prosecution may result from the commission of fraud or other criminal activity
on the part of a party to the contract. In the event that a crime is perceived to have occurred,
the city may refer the case to the appropriate law enforcement or prosecutorial authority
for further action. In such event the city anticipates cooperating with such agency in the
investigation and prosecution of a criminal case
36 BREACH OF CONTRACT TERMS
36.1 Any violation or breach of terms of this contract on the part of the contractor or their subcontractors
may result in the suspension or termination of this contract or such other action that may be
necessary to enforce the rights of the parties of this agreement. The duties and obligations imposed
by the Contract Documents and the rights and remedies available thereunder shall be in addition
to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or
available by law.
37 QUALIFICATIONS OF BIDDERS
37.1 The bidder may be required before the award of any contract to show to the complete satisfaction
of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide
the service specified therein in a satisfactory manner. The bidder may also be required to give a
past history and references in order to satisfy the City of Lubbock about the bidder's qualifications.
The City of Lubbock may make reasonable investigations deemed necessary and proper to
determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of
Lubbock all information for this purpose that may be requested. The bidder's bid may be deemed
not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation
of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out
the obligations of the contract and to complete the work described therein. Evaluation of the
bidder's qualifications shall include:
a. The ability, capacity, skill, and financial resources to perform the work or provide the
service required.
b. The ability of the bidder to perform the work or provide the service promptly or within the
time specified, without delay or interference.
c. The character, integrity, reputation, judgment, experience, and efficiency of the bidder.
d. The quality of performance of previous contracts or services.
e. The safety record of the Contractor and proposed Sub -Contractors
37.2 Before contract award, the recommended contractor for this project may be required to show that
he has experience with similar projects that require the Contractor to plan his work efforts and
equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall
include a complete list of ALL similar municipal and similar non -municipal current and completed
projects for the past three (3) years for review. This list shall include the names of supervisors and
type of equipment used to perform work on these projects. In addition, the Contractor may be
required to provide the name(s) of supervisor(s) that will be used to perform work on this project
in compliance with City of Lubbock specifications herein.
38 PLANS FOR THE CONTRACTOR
38.1 The contractor will, upon written request, be furnished up to five sets of plans and specifications
and related contract documents for use during construction. Plans and specifications for use during
construction will only be furnished directly to the Contractor. The Contractor shall then distribute
copies of plans and specifications to suppliers, subcontractors or others, as required for proper
prosecution of the work contemplated by the Contractor.
39 ANTI -LOBBYING PROVISION
39.1 33.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT
AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL
NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE
LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY -
SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS
REQUESTED BY THE CITY.
39.2 This provision is not meant to preclude bidders from discussing other matters with City Council
members or City staff. This policy is intended to create a level playing field for all potential
bidders, assure that contract decisions are made in public, and to protect the integrity of the bid
process. Violation of this provision may result in rejection of the bidder's bid.
40 PREVAILING WAGE RATES
40.1 Bidders are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage
Rates, with respect to the payment of prevailing wage rates for the construction of a public work,
including a building, highway, road, excavation, and repair work or other project development or
improvement, paid for in whole or in part from public funds, without regard to whether the work
is done under public supervision or direction. A worker is employed on a public work if the worker
is employed by the contractor or any subcontractor in the execution of the contract for the project
40.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less
than the general prevailing rate of per diem wages for the work of a similar character in the locality
in which the work is performed, and not less than the general prevailing rate of per diem wages
for legal holiday and overtime work.
40.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to
and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the
U. S. Department of Labor web site at the following web address to obtain the rates to be used in
Lubbock County: http://www.gpo.gov/davisbacon/allstates.html
40.4 It shall be the responsibility of the successful bidder to obtain the proper wage rates from the web
site for the type of work defined in the bid specifications.
40.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay
to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that
the worker is paid less than the wage rates stipulated in the contract.
41 PROTEST
41.1 All protests regarding the ITB process must be submitted in writing to the City Director of
Purchasing and Contract Management within 5 working days after the protesting party knows of
the occurrence of the action which is protested relating to advertising of notices deadlines, proposal
opening and all other related procedures under the Local Government Code, as well as any protest
relating to alleged improprieties with the ITB process. This limitation does not include protests
relating to staff recommendations as to award of contract. Protests relating to staff
recommendations may be directed to the City Manager. All staff recommendations will be made
available for public review prior to consideration by the City Council as allowed by law.
41.2 FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A
WAIVER OF ANY PROTEST.
INSURANCE INFORMATION CONTINUED
CONTRACTORCHECKLIST
A CONTRACTOR SHALL:
(1) provide coverage for its employees providing services on a project, for the duration of the project
based on proper reporting of classification codes and payroll amounts and filling of any coverage
agreements;
(2) provide a certificate of coverage showing workers' compensation coverage to the governmental
entity prior to beginning work on the project;
(3) provide the governmental entity, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the contractor's current
certificate of coverage ends during the duration of the project;
(4) obtain from each person providing services on a project, and provide to the governmental entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10)
days after the contractor knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they
are required to be covered, and stating how a person may verify current coverage and report failure
to provide coverage. This notice does not satisfy other posting requirements imposed by the Act
or other commission rules. This notice must be printed in at least 19-point normal type, and shall
be in both English and Spanish and any other language common to the worker population. The
text for the notices shall be the following text provided by the commission on the sample notice,
without any additional words or changes:
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN
THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE
CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS
ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND
NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE
OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY
OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE
TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS
INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH
SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED.
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law 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 and 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 at 512-305-7238 to receive information on the legal
requirement for coverage, to verify whether your employer has provided the required coverage, or to report an
employer's failure to provide coverage." and contractually require each person with whom it contracts to provide
services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements for all of its employees providing services on the
project, for the duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on
the project;
(C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(D) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension
of the coverage period, if the coverage period shown on the current certificate of coverage
ends during the duration of the project;
(E) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(F) notify the governmental entity in writing by certified mail or personal delivery, within (ten)
10 days after the person knew or should have known, of any change that materially affects
the provision of coverage of any person providing services on the project; and
(G) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom
they are providing services.
The Contractor shall not commence work under this contract until he has obtained all insurance as required
in the General Conditions of the contract documents, from an underwriter authorized to do business in the
State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written
notice of cancellation or any material change will be provided ten (10) calendar days in advance of
cancellation or change. All policies of insurance, required herein, including policies of insurance required
to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's
or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event
of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance.
All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish
such waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract,
insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be
acceptable. Such insurance shall be carried with an insurance company authorized to transact business in
the State of Texas and shall cover all operations in connection with this contract, whether performed by
the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each
subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to
contract execution.
Page Intentionally Left Blank
BID SUBMITTAL FORM
Page Intentionally Left Blank
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page Intentionally Left Blank
City of Lubbock, TX
ITB 20-15449-JM
LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT Apron Rehab
Reference Form
Please list three references of current customers who can verify the quality of service your company provides.
The City prefers users of similar size and scope of work. Please do not use the City of Lubbock.
REFERENCE ONE
Government/ Company Name: Southwest Airlines
Address: 2702 Love Field Dr. Dallas, TX 75235
Contact Person and Title: Bill Manning, Project Manager
Phone: 817.917.3847 Fax: N/A
REFERENCE TWO
Government/ Company Name: City of Austin Department of Aviation
Address: 2716 Spirit of Texas Dr. Austin, TX 78719
Contact Person and Title: Shane Harbinson, Assistant Director Airport Development & Environmental Programs
Phone: 512.530.6652 Fax:
N/A
REFERENCE THREE
Government/ Company Name: El Paso International Airport
Address: 300 N. Campbell, 1st Floor, El Paso, TX 79901
Contact Person and Title: Ms. Shane Brooks, Project Manager - Aviation Development
Phone: 915.212.7336 Fax: N/A
30
OHENSEL PHELPS 12
Pia. Build. Manage.
Page Intentionally Left Blank
CONTRACTORS STATEMENT OF QUALIFICATIONS
Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint
ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information
must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER
considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional
information requested by the OWNER.
In evaluating a firm's qualifications, the following major factors will be considered:
A. FINANCIAL CAPABILITY:
For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the
CONTRACTOR'S ability to secure bonding satisfactory to the OWNER.
B. EXPERIENCE:
Do the organization and key personnel have appropriate technical experience on similar projects?
C. SAFETY:
Does the organization stress and support safety as an important function of the work process?
D. QUALITY OF WORK:
(1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product?
(2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit
as Attachment "A".
(3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give
details under Attachment "A".
E. CONFORMANCE TO CONTRACT DOCUMENTS:
(1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the
Contract Documents?
The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the
submission of additional information.
The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best
bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non -responsive, or conditional bids. In
addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER
changed the qualifications or responsibility of the firm.
Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such
misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract.
Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such
misstatements, including costs and attorney's fees for collecting such costs and damages.
Complete the following information for your organization:
31
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
City of Lubbock, TX
Insurance Requirement Affidavit
To Be Completed by Bidder
Must be submitted with Bid
I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me
and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10)
business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City
meeting all of the Tqements defined in this bid.
Brad Winans, Vice President I District Manager
Cont ctor�, (Original Signature) Contractor (Print)
CONTRACTOR'S BUSINESS NAME: Hensel Phelps Construction Co.
(Print or Type)
CONTRACTOR'S FIRM ADDRESS: 8326 Cross Park Dr.
Austin, TX 78754
NOTE TO CONTRACTOR
If the time requirement specified above is not met, the City has the right to reject this bid and award the contract to
another contractor. If you have any questions concerning these requirements, please contact the Director of
Purchasing & Contract Management Office for the City of Lubbock at (806) 775-2572.
ITB 20-15449-JM Lubbock Preston Smith International Airport LBB Terminal Apron and Runway 8/26
Rehabilitation
32
QHENSEL PHELPS ,a
Plan. Build. Manage.
Page Intentionally Left Blank
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page Intentionally Left Blank
Page is too large to OCR.
Page Intentionally Left Blank
Page is too large to OCR.
Page Intentionally Left Blank
Page is too large to OCR.
Page Intentionally Left Blank
Page is too large to OCR.
Page Intentionally Left Blank
Page is too large to OCR.
Page Intentionally Left Blank
Page is too large to OCR.
Page Intentionally Left Blank
DBE CONTRACTING REQUIREMENT AND FORMS
Instructions to Bidders
Part A provides information about the requirement.
Part B establishes the City of Lubbock's goal for DBE participation for this prime contract and provides
the basis for the bidder to demonstrate how the goal will be met.
• DBE Utilization form — indicates if bidder intends to meet the City's DBE participation goal
or not. If not, then the bidder is required to demonstrate what good faith efforts were used in
setting a goal.
Bidders list provides a summary of all subcontractors who bid on the project.
Letter of Intent provides the required information the City needs on the proposed subcontractors that the
prime proposes to use on the contract whether they are small businesses, minority owned, and women
owned, or are certified DBEs
42
Page Intentionally Left Blank
DISADVANTAGED BUSINESS ENTERPRISE CONTRACT PROVISIONS
(49 CFR PART 26)
PART A
Policy. It is the policy of the Department of Transportation (DOT) that disadvantaged business enterprises as
defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts
financed in whole or in part with Federal funds under this agreement. Consequently, the DBE requirements of 49
CFR Part 26 apply to this agreement.
DBE Obligation. The contractor agrees to ensure that disadvantaged business enterprises as defined in 49 CFR 26
have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole
or in part with Federal funds provided under this agreement. In this regard all contractors shall take all necessary
and reasonable steps in accordance with 49 CFR Part 26 to ensure that disadvantaged business enterprises have the
maximum opportunity to compete for and perform contracts. Contractors shall not discriminate on the basis of
race, color, national origin or sex in the award and performance of DOT -assisted contracts.
Compliance. All bidders, potential contractors or subcontractors for this DOT -assisted contract are hereby notified
that failure to carry out the DOT policy and the obligation, as set forth above, shall constitute a breach of contract
which may result in termination of the contract or such other remedy as deemed appropriate by the owner.
Subcontract Clauses.
All bidders and potential contractors hereby assure that they will include the above clauses in all subcontracts which
offers further subcontracting opportunities.
Prompt Payment: The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory
performance of its contract no later than 30 days from the receipt of each payment the prime contractor receives
from the recipient. The prime contractor agrees further to return retainage payments to each subcontractor within
30 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from
the above referenced time frame may occur only for good cause following written approval of the recipient. This
clause applies to both DBE and non -DBE subcontractor.
PART B
It is further understood and a . rgreed:
The award procedure for this solicitation will include the selection criteria of 49 CFR Part 26 (i) to ensure
that prime contracts are awarded to competitors that meet Disadvantaged Business Enterprise (DBE) goals.
Notification is hereby given that DBE goals are established for this prime contract. The goal for firms
owned and controlled by socially and economically disadvantaged individuals is 3.75 percent of the dollar
value of this contract.
As a matter of RESPONSIVENESS to the City's bid submittal process, each bidder shall submit, along
with their bid, the names and addresses of the DBE firms that will participate in the contract along with a
description of the work to be performed by each named firm and the dollar value for each contract
(subcontract), the age of the firm and the firm's annual gross receipts. If the responses do not clearly show
DBE participation will meet the goals above, the bidder must provide documentation clearly demonstrating,
to the satisfaction of the airport sponsor, that it made good faith efforts in attempting to do so and that
meeting said goals is not reasonably possible. A bid that fails to meet these requirements will be considered
non -responsive.
43
Page Intentionally Left Blank
In order to demonstrate how the bidder will meet the goal, bidder shall submit with the bid submittal the
following:
1. DBE Utilization form
2 Letter of Intent
3. Bidder's List
Good Faith Effort. (Note: This clause is only required if contract goals are used). The following actions, by
the bidder/offeror, are generally considered a sign of good faith effort. This list is not exclusive or exhaustive, but
should be used as a guide in determining good faith effort.
Attendance at pre -bid meetings scheduled to inform DBE's of the project.
2. Advertisement in a newspaper of general circulation, trade association and minority focus media
concerning subcontracting opportunities.
Written notice to DBE's allowing sufficient time for reply.
4. Follow up of initial solicitation.
Selection of portions of the work likely to be performed by DBE's.
6. Provide interested DBE's adequate information for bidding.
7. Negotiation with interested DBE's.
8. Assist interested DBE's with bonding, insurance and credit.
9. Use of minority contractors' groups and minority business assistance offices.
Agreements between bidder and a DBE in which the DBE promises not to provide sub -contracting quotations to
other bidders are prohibited. All bidders and proposers shall make a good faith effort to replace a DBE
subcontractor that is unable to perform successfully with another DBE subcontractor.
The bidder shall establish and maintain records and submit regular reports, as required, which will identify and
assess progress in achieving DBE subcontract goals and other DBE affirmative action efforts.
44
Page Intentionally Left Blank
Page is too large to OCR.
Page Intentionally Left Blank
Page is too large to OCR.
Page Intentionally Left Blank
Page is too large to OCR.
Page Intentionally Left Blank
Page is too large to OCR.
Page Intentionally Left Blank
Page is too large to OCR.
Page Intentionally Left Blank
Page is too large to OCR.
Page Intentionally Left Blank
FINAL LIST OF SUB -CONTRACTORS
Company Name Location Services
i. YJ,4.Lr1140 4 �Gc l
3.�pGt/Qa 1/ .��ar✓
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
t
1
I
SUBMITTED BY:
Minority Owned
Yes No
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
1
THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN
BUSINESS DAYS AFTER THE CLOSE DATE WHEN RESPONSES ARE DUE
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
,
i
Page Intentionally Left Blank
PAYMENT BOND
Page Intentionally Left Blank
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $50,000)
KNOW ALL MEN BY THESE PRESENTS, that Silver Creek Construction, Inc. (hereinafter called the
Principal(s), as Principal(s), and
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called
the Obligee), in the amount of Five Hundred Ninety -Nine Thousand Seven Hundred Dollars ($599,700) lawful
money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs,
administrators, executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 22nd day
of June 2021, to ITB 21-15877-CM Lubbock Preston Smith International Airport Taxiways M and J
Rehabilitation
and said Principal under the law is required before commencing the work provided for in said contract to execute a
bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the
same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal
shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work
provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of
the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions
of said Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this
day of 52021.
Surety
*By:
(Title)
(Company Name)
By:
(Printed Name)
(Signature)
(Title)
Page Intentionally Left Blank
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates an agent resident in Lubbock County to whom any requisite notices may be
delivered and on whom service of process may be had in matters arising out of such suretyship.
Surety
* By:
Approved as to form:
City of Lubbock
By:
City Attorney
(Title)
* Note: If signed by an Office of the Surety Company there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy
of power of attorney for our files.
Page Intentionally Left Blank
PERFORMANCE BOND
Page Intentionally Left Blank
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
KNOW ALL MEN BY THESE PRESENTS, that Silver Creek Construction, Inc. (hereinafter called the Principal(s), as
Principal(s), and
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of Five Hundred Ninety -Nine Thousand Seven Hundred Dollars ($599,700) lawful money of
the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 22nd day of June
2021, to ITB 21-15877-CM Lubbock Preston Smith International Airport Taxiways M and J
Rehabilitation
and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in
the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if
copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall
faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall
be void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas
Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to
the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this _ day
of 52020.
Surety
By:
(Title)
(Company Name)
By:
(Printed Name)
(Signature)
(Title)
Page Intentionally Left Blank
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates
an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom
service of process may be had in matters arising out of such suretyship.
Surety
*By:
(Title)
Approved as to Form
City of Lubbock
By:
City Attorney
* Note: If signed by an Office of the Surety Company, there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
Page Intentionally Left Blank
CERTIFICATE OF INSURANCE
Page Intentionally Left Blank
CERTIFICATE OF INSURANCE
TO: CITY OF LUBBOCK DATE:
P.O. BOX 2000, Floor 9
LUBBOCK, TX 79457 TYPE OF PROJECT:
THIS IS TO CERTIFY THAT (Name and Address of Insured) is,
at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the
typed of insurance and in accordance with the provisions of the standard policies used by this company, the further
hereinafter described. Exceptions to standard policy noted hereon.
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
EFFECTIVE
LIMITS
DATE
DATE
GENERAL LIABILITY
❑ Commercial General Liability
General Aggregate $
❑ Claims Made
Products-Comp/Op AGG $
❑ Occurrence
Personal & Adv. Injury $
❑ Owner's & Contractors Protective
Each Occurrence $
❑
Fire Damage (Any one Fire) $
$
Med Exp (Any one Person)
AUTOMOTIVE LIABILITY
❑ Any Auto
Combined Single Limit $
❑ All Owned Autos
Bodily Injury (Per Person) $
❑ Scheduled Autos
Bodily Injury (Per Accident) $
❑ Hired Autos
Property Damage $
❑ Non -Owned Autos
11
GARAGE LIABILITY
❑ Any Auto
Auto Only - Each Accident $
❑
Other than Auto Only:
Each Accident $
Aggregate $
❑ BUILDER'SRISK
❑ 100% of the Total Contract Price
$
❑ INSTALLATIONFLOATER
$
EXCESS LIABILITY
❑ Umbrella Form
Each Occurrence $
Aggregate $
❑ Other Than Umbrella Form
$
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
The Proprietor/ ❑ Included
Statutory Limits
Partners/Executive ❑ Excluded
Each Accident $
Offices are:
Disease Policy Limit $
Disease -Each Employee $
OTHER
The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or
canceled by the insurer in less than the legal time required after the insured has received written notice of such change or
cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation.
FIVE COPIES OF THE CERTIFICATE OF INSURANCE
MUST BE SENT TO THE CITY OF LUBBOCK
(Name of Insurer)
By:
Title:
The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto /General
Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. THE ADDITIONAL INSURED
ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS.
CONTRACTORCHECKLIST
A CONTRACTOR SHALL:
(1) provide coverage for its employees providing services on a project, for the duration of the project based on
proper reporting of classification codes and payroll amounts and filling of any coverage agreements;
(2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior
to beginning work on the project;
(3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project;
(4) obtain from each person providing services on a project, and provide to the governmental entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing services
on the project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after
the contractor knew or should have known, of any change that materially affects the provision of coverage
of any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to provide
coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission
rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish
and any other language common to the worker population. The text for the notices shall be the following
text provided by the commission on the sample notice, without any additional words or changes:
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A
CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY
OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-
CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER
OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S
RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE
DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR.
COPIES OF THE ENDORSEMENTS ARE REQUIRED.
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must (see
reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment
and 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 at 512-305-7238 to receive information on the legal
requirement for coverage, to verify whether your employer has provided the required coverage, or to report
an employer's failure to provide coverage." and
(8) contractually require each person with whom it contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and filing
of any coverage agreements for all of its employees providing services on the project, for the
duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
project;
(C) include in all contracts to provide services on the project the language in subsection (e) (3) of this
rule;
(D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of coverage
ends during the duration of the project;
(E) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during
the duration of the project;
(F) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days
after the person knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project; and
(H) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.
Page Intentionally Left Blank
CONTRACT
Page Intentionally Left Blank
Contract 15877
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 22nd day of June, 2021 by and between the City of Lubbock,
County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so,
hereinafter referred to as OWNER, and Silver Creek Construction, Inc. of the City of Ponder, County of Denton and
the State of Texas hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
ITB 21-15877-CM Lubbock Preston Smith International Airport Taxiways M and J Rehabilitation
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
and other accessories and services necessary to complete s 'd co tr c in accordance with the contract dWuments
as defined in the General Condition of Agreement. ,s proposal datedA,4r—A9r, 2021 is
incorporated into and made a part of this agreement.
I The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
' The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with
the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make
payment on account thereof as provided therein.
' IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
1 Silver Creek Construction, Inc.:
COMPLETE ADDRESS:
Silver Creek Construction, Inc.
7484 FM 2449
Ponder, TX 76259
ATT T:
Corporat Secretary
q
CITY OF LU OC , TEXAS (OWNER):
By:
Daniel M. Pope, ayor
ATTEST:
Rebec1 Garza, City Secr ary
APPROVED 5 TO CONTENT:
r
Lubbock4"reston Smith International Airport
Representative
H
Name (P nted) Date
PPROVED S TO FORM:
/h
itch Satterwhite, First Assists ity Attorney
Page Intentionally Left Blank
CONFLICT OF INTEREST QUESTIONNAIR CHAPTER 176
FOR VENDOR DOING BUSINESS WITH LOCAL GOVERNMENTAL ENTITY
This questionnaire reflects changes made to law by H.B. 23, 84th Leg., Regular Session
Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the
Office of the City Secretary's Office. Local government officers are also required to file when a conflict exists.
The questionnaire is to be filed in accordance with Chapter 176, Local Government Code, by a vendor who has a
business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the vendor meets
the requirements under Section 176.006(a).
By law this questionnaire must be filed with the City Secretary's Office of the local governmental entity no later
than the 7t1i business day after the date the vendor becomes aware of the facts that require the statement to be
filled.
Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts
Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors).
The law also requires that any vendor who contracts, or seeks to contract, with the City for the sale or purchase
of property, goods or services (including a bidder on a City contract) file a "Conflict of Interest Questionnaire"
regarding the vendor's business relationships, if any, with Council Members or the City Manager.
Compliance is the responsibility of each individual, business or agent who is subject to the law's filing
requirement. Questions about compliance should be directed to your legal counsel.
Office of the City Secretary
1314 Ave K, Floor 10
Lubbock, TX 79401
Questionnaire is available at https://ci.lubbock.tx.us/departments/purchasing/vendor-information
Texas Government Code 2252.908
Disclosure of Interested Parties
Form 1295
House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section
2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to
file with the governmental entity or state agency a disclosure of interested parties at the time the business entity
submits the signed contract to the governmental entity or state agency.
§2252.908, Texas Government Code requires the commission to adopt rules necessary to implement the new
disclosure requirement and to prescribe the disclosure form. Section 2252.908 requires the disclosure form to be
signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made
under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or
vote by the governing body of the governmental entity or state agency before the contract may be signed or has
a value of at least $1 million. Section 2252.908 provides definitions of certain terms occurring in the section.
House Bill 1295 provides that §2252.908 applies only to a contract entered into on or after January 1, 2016.
An interested party is defined as a person who has a controlling interest in a business entity with whom a
governmental entity or state agency contracts or who actively participates in facilitating the contract or
negotiating the terms of the contract, including a broker, intermediary, adviser, or attorney for the business
entity.
Contractors are required to acquire Form 1295 via the Texas Ethics Commission website. This requires
registration, generation of Form 1295 with a unique Certificate Number & filing date, printing the form,
signing, and returning the form to City of Lubbock Purchasing & Contract Management Department.
Once the form is received by the Purchasing and Contract Management Department, the Buyer associated with
the project will log -in to the Texas Ethics Commission portal and acknowledge receipt of the form not later than
the 30th day after the date the contract for which the form was filed binds all parties to the contract. This will
complete the form for the contract with which the form is associated. The completed form will be made
available via the Texas Ethics Commission website.
Form 1295 can be generated via the Texas Ethics Commission web portal. The website and detailed
instructions are located at: httDs://www.ethics.state.tx.us/whatsnew/elf info forml295.htm
GENERAL CONDITIONS OF THE AGREEMENT
Page Intentionally Left Blank
GENERAL CONDITIONS OF THE AGREEMENT
1. OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the
City of Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons,
co -partnership or corporation, to wit Silver Creek Construction, Inc. who has agreed to perform the work
embraced in this contract, or their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood
as referring to, City of Lubbock, or its representative Steve Nicholson, Deputy Director of Operations
Lubbock Preston Smith International Airport, so designated who will inspect constructions; or to such
other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner
to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner
under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons
acting on behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Response,
Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions
of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made
available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials
are sometimes referred to herein as the "contract" or "contract documents".
INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary,"
"Prescribed," or words of like import are used, it shall be understood that the direction, requirement,
permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the
words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or
acceptable or satisfactory to the Owner's Representative.
SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the
Contractor for performance of work on the project contemplated by these contract documents. Owner
shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the
project contemplated by these contract documents, but said Subcontractors will look exclusively to
Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the
selection of any subcontractor(s).
WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a
member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent
certified mail to the last business address known to the party who gives the notice.
CONTRACTOR'S RESPONSIBILITIES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all
other facilities necessary for the execution and completion of the work covered by the contract documents.
Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a
good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of
materials. Materials or work described in words which so applied have well known, technical or trade
meaning shall be held to refer such recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract
documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended
purpose, but still may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall
accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative
will check the Contractor's layout of all major structures and any other layout work done by the Contractor
at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly
locating all work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor
and Contractor shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress or quality of the
executed work and to determine, in general, if the work is proceeding in accordance with the contract
documents. Owner's Representative will not be required to make exhaustive or continuous onsite
inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for
the construction means, methods, techniques, sequences or procedures, or the safety precautions incident
thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's
Representative will not be responsible for the Contractor's failure to perform the work in accordance with
the Contract Documents.
13. LINES AND GRADES
The Contractor is responsible for construction layout based on the control provided in the construction
documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished
from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement
of the work contemplated by these contract documents or the completion of the work contemplated by these
contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's
Representative to comply with this requirement, but such suspension will be as brief as practical and
Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's
Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks,
etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by
Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's
Representative at Contractor's expense.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative (as distinguished from Resident Project Representative(s))has the authority to review all
work included herein. The Owner's Representative has the authority to stop the work whenever such
stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative
shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid
for under the contract documents, and shall determine all questions in relation to said work and the
construction thereof, and shall, in all cases, decide every question which may arise relative to the execution
of this contract on the part of said Contractor. The decision of the Owner's Representative shall be
conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen
(15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written
objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint
from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident
Project Representative, as the said Owner's Representative may deem proper to inspect the materials
furnished and the work done under this Agreement, and to see that said material is furnished and said work
is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and
assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and
examination of the work. The Contractor shall regard and obey the directions and instructions of any
subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are
consistent with the obligations of this Agreement and accompanying plans and specifications provided,
however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector,
the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative
for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all
objection or objections shall be deemed waived.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and
shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all
satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence
and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly
agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential
to the proper performance of the work and lack of such supervision shall be grounds for suspending
operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor,
or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of
the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature
and location of the work, the confirmation of the ground, the character, quality and quantity of materials to
be encountered, the character of equipment and facilities needed preliminary to and during the prosecution
of the work, and the general and local conditions, and all other matters which in any way affect the work
under the contract documents. No oral agreement or conversation with any officer, agent, or employee of
the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or
modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in
Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing,
and executed by Owner's Representative and Contractor.
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance and the
prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense.
18. CHARACTER OF WORKERS
The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the
type of work required under this contract, to do the work; and agrees that whenever the Owner's
Representative shall inform Contractor in writing that any person or persons on the work, are, in Owner's
Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or
Owner's Representative, such person or persons shall be discharged from the work and shall not again be
employed on the work without the Owner's Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the
prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall
furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation,
conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it
is finally completed and accepted.
The building of structures for the housing of workers or equipment will be permitted only at such places as
the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about
such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public
observation, shall be constructed and maintained by the Contractor in such manner and at such points as
shall be approved by the Owner's Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The Contractor is responsible for construction quality control testing, cost, and reporting of the type and
extent required by the contract documents. The Owner or Owner's Representative shall have the right at
all times to observe and test the work. Contractor shall make necessary arrangements and provide proper
facilities and access for such observation and testing at any location wherever such work is in preparation
or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner
or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for
such observation. Owner or Owner's Representative may reject any such work found to be defective or not
in accordance with the contract documents, regardless of the stage of its completion or the time or place of
discovery of such errors and regardless of whether Owner's Representative has previously accepted the
work. If any such work should be covered without approval or consent of the Owner, it must, if requested
by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event
that any part of the work is being fabricated or manufactured at a location where it is not convenient for
Owner or Owner's Representative to make observations of such work or require testing of said work, then
in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's
Representative certificates of inspection, testing or approval made by persons competent to perform such
tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be
in accordance with the methods prescribed by the American Society for Testing and Materials or such other
applicable organization as may be required by law or the contract documents.
If any such work which is required to be inspected, tested, or approved is covered up without written
approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's
Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such
inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any
work which fails to meet the requirements of any such tests, inspections or approvals, and any work which
meets the requirements of any such tests or approvals but does not meet the requirements of the contract
documents shall be considered defective, and shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under the contract documents to make such
inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in
accordance with the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work
for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as
unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall,
after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and
rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents.
It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's
expense.
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may
see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part
thereof, either before or after the beginning of the construction, without affecting the validity of this contract
and the accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the
basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase
the amount of work, and the increased work can fairly be classified under the specifications, such increase
shall be paid according to the quantity actually done and at the unit price established for such work under
this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the
Owner shall make such changes or alterations as shall make useless any work already done or material
already furnished or used in said work, then the Owner shall recompense the Contractor for any material or
labor so used, and for actual expenses incurred in preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may
be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change,
alteration or addition to the work as shown on the plans and specifications or contract documents and not
covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23.
It is agreed that the Contractor shall perform all extra work under the observation of the Owner's
Representative when presented with a written work order signed by the Owner's Representative; subject,
however, to the right of the Contractor to require written confirmation of such extra work order by the
Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work
shall be determined by the following methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is
commenced, then the Contractor shall be paid the lesser of the following: (1)
actual field cost of the extra work, plus fifteen (15%) percent to the firm actually
performing the work, and additional higher -tier markups limited to 5% to cover
additional overhead and insurance costs; or (2) the amount that would have been
charged by a reasonable and prudent Contractor as a reasonable and necessary cost
for performance of the extra work, as estimated by the Engineer and approved by
the Owner..
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this
paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workers, such
as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery
and equipment, for the time actually employed or used on such extra work, plus actual transportation
charges necessarily incurred, together with all expenses incurred directly on account of such extra work,
including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage
and Workers' Compensation and all other insurances as may be required by law or ordinances or directed
by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the
form in which accounts of the actual field cost shall be kept and records of these accounts shall be made
available to the Owner's Representative. The Owner's Representative may also specify in writing, before
the work commences, the method of doing the work and the type and kind of machinery and equipment to
be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the
prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise
specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General
Contractors of America. Where practical, the terms and prices for the use of machinery and equipment
shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to
be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general
superintendence and field office expense, and all other elements of cost and expense not embraced within
the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be
maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall
be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative.
In case any orders or instructions appear to the Contractor to involve extra work for which Contractor
should receive compensation or an adjustment in the construction time, Contractor shall prior to
commencement of such extra work, make written request to the Owner's Representative for a written order
authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute
extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the
Contractor shall proceed with the work after making written request for written order and shall keep
adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If
Contractor does not notify Owner's Representative before the commencement of any extra work, any claim
for payment due to alleged extra work shall be deemed waived.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of the contract documents that all work described in the proposal, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor
and that such price shall include all appurtenances necessary to complete the work in accordance with the
intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies
or omissions in these plans, specifications, or contract documents, shall be given to the Owners'
Representative and a clarification obtained before the proposals are received, and if no such notice
is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed
that the Contractor fully understands the work to be included and has provided sufficient sums in its
proposal to complete the work in accordance with these plans and specifications. If Contractor does
not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be
deemed for all purposes that the plans and specifications are sufficient and adequate for completion
of the project. It is further agreed that any request for clarification must be submitted no later than
five (5) calendar days prior to the opening of proposals. In the absence of a requested clarification
for a conflict in the documents prior to proposals being reviewed, it will be assumed that the
Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the
quality of work with the rate of progress required under this contract, the Owner or Owner's Representative
may order the Contractor in writing to increase their safety or improve their character and efficiency and
the Contractor shall comply with such order. If, at any time, the working force of the Contractor is
inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase
its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the
schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL
INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with
an insurance company licensed to transact business in the State of Texas, which policy shall comply with
the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and
equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident
Prevention in Construction" of Associated General Contractors of America, except where incompatible
with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall
defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees
against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known
or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to,
attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's
or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or
supervision of this contract, and the project which is the subject matter of this contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an
Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be
given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work
progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any
assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required
in the General Conditions of the contract documents, from an underwriter authorized to do business in the
State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written
notice of cancellation or any material change will be provided ten (10) calendar days in advance of
cancellation or change. All policies of insurance, required herein, including policies of insurance required
to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or
payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of
self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All
certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such
waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable.
Such insurance shall be carried with an insurance company authorized to transact business in the State of
Texas and shall cover all operations in connection with this contract, whether performed by the Contractor
or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A
certificate of insurance specifying each and all coverages shall be submitted prior to contract execution.
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM
OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED
SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL
LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS
OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF
THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO
PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS
INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR.
COPIES OF THE ENDORSEMENTS ARE REQUIRED.
A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation
required)
The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000
Combined Single Limit in the aggregate and $1,000,000 per occurrence to include:
Products & Completed Operations Hazard
Contractual Liability
Personal Injury & Advertising Injury
B. Owner's and Contractor's Protective Liability Insurance — NOT REQUIRED
C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required)
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less
than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit per occurrence, to
include all owned and non -owned cars including: Employers Non -ownership Liability Hired and
Non -owned Vehicles.
D. Builder's Risk Insurance/Installation Floater Insurance — NOT REQUIRED
E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required)
The Contractor shall have Umbrella Liability Insurance in the amount of $9,000,000 per occurrence
on all contracts with coverage to correspond with Comprehensive General Liability and
Comprehensive Automobile Liability coverages.
F. Pollution Liability
The contractor shall have Pollution Liability Insurance with a general aggregate of $1,000,000
G. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required)
Worker's Compensation Insurance covering all employees whether employed by the Contractor or
any Subcontractor on the job with Employers Liability of at least $1,000,000
1. Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of
authority to self -insure issued by the commission, or a coverage agreement (TWCC-81,
TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance
coverage for the person's or entity's employees providing services on a project, for the
duration of the project.
Duration of the project - includes the time from the beginning of the work on the project
until the Contractor's/person's work on the project has been completed and accepted by the
governmental entity.
Persons providing services on the project ("subcontractor" in Section 406.096, 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 of whether that person has employees. This
includes, without limitation, independent contractors, subcontractors, leasing companies,
motor carriers, owner -operators, employees of any such entity, or employees of any entity
which furnishes persons to provide services on the project. "Services" include, without
limitation, providing, hauling, or delivering equipment or materials, or providing labor,
transportation, or other service related to a project. "Services" does not include activities
unrelated to the project, such as food/beverage vendors, office supply deliveries, and
delivery of portable toilets.
The Contractor shall provide coverage, based on proper reporting of classification codes
and payroll amounts and filing of any coverage agreements, which meets the statutory
requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor
providing services on the project, for the duration of the project.
3. The Contractor must provide a certificate of coverage to the governmental entity prior to
being awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends during
the duration of the project, the Contractor must, prior to the end of the coverage period, file
a new certificate of coverage with the governmental entity showing that coverage has been
extended.
The Contractor shall obtain from each person providing services on the project, and provide
to the governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage
for all persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project.
The Contractor shall retain all required certificates of coverage for the duration of the
project and for one year thereafter.
The Contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the Contractor knew or should have known, of any change
that materially affects the provision of coverage of any person providing services on the
project.
The Contractor shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Workers' Compensation Commission, informing all persons
providing services on the project that they are required to be covered, and stating how a
person may verify coverage and report lack of coverage.
The Contractor shall contractually require each person with whom it contracts to provide
services on the project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements, which meets the statutory
requirements of Texas Labor Code, Section 401.011(44) for all of its employees
providing services on the project, for the duration of the project;
(b) provide to the Contractor, prior to that person beginning work on the project, a
certificate of coverage showing that coverage is being provided for all employees
of the person providing services on the project, for the duration of the project;
(c) provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the
Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) a new certificate of coverage showing extension of coverage, prior to the
end of the coverage period, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and
for one year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(g) contractually require each person with whom it contracts to perform as required by
paragraphs (a) - (g), with the certificates of coverage to be provided to the person
for whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage,
the Contractor is representing to the governmental entity that all employees of the
Contractor who will provide services on the project will be covered by 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 of a self -
insured, with the commission's Division of Self -Insurance Regulation. Providing false or
misleading information may subject the Contractor to administrative penalties, criminal
penalties, civil penalties, or other civil actions.
11. The Contractor's failure to comply with any of these provisions is a breach of contract by
the Contractor which entitles the governmental entity to declare the contract void if the
Contractor does not remedy the breach within ten days after receipt of notice of breach
from the governmental entity.
H. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the
Owner for approval five Certificates of Insurance covering each insurance policy carried and
offered as evidence of compliance with the above insurance requirements, signed by an authorized
representative of the insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne
by such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date
borne by such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named
insured at the address shown in the proposal specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in
the job specifications. No substitute of nor amendment thereto will be acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
(a) provide coverage for its employees providing services on a project, for the duration
of the project based on proper reporting of classification codes and payroll amounts
and filling of any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new
certificate of coverage showing extension of coverage, if the coverage period
shown on the Contractor's current certificate of coverage ends during the duration
of the project;
(d) obtain from each person providing services on a project, and provide to the
governmental entity:
(i) a certificate of coverage, prior to that person beginning work on the
project, so the governmental entity will have on file certificates of
coverage showing coverage for all persons providing services on the
project; and
(ii) no later than seven days after receipt by the Contractor, a new certificate
of coverage showing extension of coverage, if the coverage period shown
on the current certificate of coverage ends during the duration of the
project;
(e) retain all required certificates of coverage on file for the duration of the project and
for one year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the Contractor knew or should have known, of any change
that materially affects the provision of coverage of any person providing services
on the project;
(g) post a notice on each project site informing all persons providing services on the
project that they are required to be covered, and stating how a person may verify
current coverage and report failure to provide coverage. This notice does not
satisfy other posting requirements imposed by the Texas Worker's Compensation
Act or other commission rules. This notice must be printed with a title in at least
30-point bold type and text in at least 19-point normal type, and shall be in both
English and Spanish and any other language common to the worker population.
The text for the notices shall be the following text provided by the commission on
the sample notice, without any additional words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law 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 at 800-372-7713 or 512-
804-4000 (www.tdi.state. tx.us) to receive information of the legal requirements
for coverage, to verify whether your employer has provided the required
coverage, or to report an employer's failure to provide coverage; " and
(h) contractually require each person with whom it contracts to provide services on a
project, to:
(i) provide coverage based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements for all of its
employees providing services on the project, for the duration of the
project;
(ii) provide a certificate of coverage to the Contractor prior to that person
beginning work on the project;
(iii) include in all contracts to provide services on the project the following
language:
"By signing this contract or providing or causing to be
provided a certificate of coverage, the person signing
this contract is representing to the governmental
entity that all employees of the person signing this
contract who will provide services on the project will
be covered by workers' compensation coverage for the
duration of the project, that the coverage will be based
on proper reprinting of classification codes and
payroll amounts, and that all coverage agreements will
be filed with the appropriate insurance carrier or, in
the case of a self -insured, with the commission's
Division of Self -Insurance Regulation. Providing false
or misleading information may subject the Contractor
to administrative penalties, criminal penalties, civil
penalties, or other civil actions.";
(iv) provide the Contractor, prior to the end of the coverage period, a new
certificate of coverage showing extension of coverage, if the coverage
period shown on the current certificate of coverage ends during the
duration of the project;
(v) obtain from each other person with whom it contracts, and provide to the
Contractor:
(1) a certificate of coverage, prior to the other person beginning work
on the project; and
(2) prior to the end of the coverage period, a new certificate of
coverage showing extension of the coverage period, if the
coverage period shown on the current certificate of coverage ends
during the duration of the project;
(vi) retain all required certificates of coverage on file for the duration of the
project and for one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the person knew or should have known, of
any change that materially affects the provision of coverage of any person
providing services on the project; and
(viii) contractually require each other person with whom it contracts, to perform
as required by paragraphs (i)-(viii), with the certificate of coverage to be
provided to the person for whom they are providing services.
29. DISABLED EMPLOYEES
Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities
Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the
disability of such individual in regard to job application procedures, the hiring, advancement, or discharge
of employees, employee compensation, job training, and other terms, conditions, and privileges of
employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND
FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof,
the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents
and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of
action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen,
mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and
supplies, incurred in the performance of this contract and the project which is the subject matter of this
contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of
the nature hereinabove designated have been paid, discharged or waived.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device,
material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or
owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in
paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or
copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and
employees harmless from any loss on account thereof, except that Owner shall defend all such suits and
claims and shall be responsible for all such loss when a particular design, device, material or process or the
product of a particular manufacturer or manufacturers is specified or required in these contract documents
by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the
Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees
harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material
or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be
responsible for such loss unless it gives written notice of such infringement to the Owner's Representative
prior to offering.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner
or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save
harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising
from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees,
or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he
shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be
adjusted as provided in the contract for changes in the work. In the absence of timely written notification
to Owner's Representative of such variance or variances within said time, any objection and/or assertion
that the plans and specifications are at variance with any federal, state or local laws, ordinances or
regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work
contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's
Representative, Contractor shall bear all costs arising there from.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers,
insofar as the same regulates the objects for which, or the manner in which, or the conditions under which
the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to
the same effect as though embodied herein.
33. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment
of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or
materials required in the performance of this contract, shall not relieve the Contractor from its full
obligations to the Owner, as provided by the contract documents.
34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the Notice to Proceed and contract documents,
respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually
understood and agreed that the work embraced in this contract shall be commenced as provided in the
contract documents.
If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein
specified, then the Contractor does hereby agree as part of the consideration for the awarding of this
contract, the Owner may withhold permanently from Contractor's total compensation, the sums according
to the schedule:
Schedule
Liquidated
Damages
Cost
Allowed
Construction
Time
BASE BID
Phase 1
$ 1,860
45
Phase 2
$ 1,860
45
Substantial Completion
NA
90
Final Completion
$ 1,860
10
not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and
every working day that the Contractor shall be in default after the time stipulated for substantially
completing the work.
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the Notice to Proceed and contract documents,
respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually
understood and agreed that the work embraced in this contract shall be commenced as provided in the
contract documents.
If the Contractor should neglect, fail, or refuse to finally complete the work within the time herein specified,
then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the
Owner may withhold permanently from Contractor's total compensation, the sums according to the
schedule:
Schedule
Liquidated
Damages
Cost
Allowed
Construction
Time
BASE BID
Phase 1
$ 1,860
45
Phase 2
$ 1,860
45
Substantial Completion
NA
90
Final Completion
$ 1,860
10
not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and
every working day that the Contractor shall be in default after the time stipulated for substantially
completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the
substantial completion of the work described herein is reasonable time for the completion of the same,
taking into consideration the average climatic range and conditions and usual industrial conditions
prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the
Owner because the actual damages the Owner would sustain in such event would be difficult and/or
impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount
necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual
damages as measured at time of breach.
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER
THAT TIME IS OF THE ESSENCE OF THIS CONTRACT.
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the
Contractor shall be allowed to prosecute its work in such order of precedence, and in such manner as shall
be most conductive to economy of construction. The Contractor shall ensure daily prosecution of the work
is conducted every business day until completed, regardless if the work will be substantially or finally
complete ahead of specified deadlines in the agreement, unless the City determines time off from said
prosecution is necessary or reasonable and Contractor received said determination in writing from the City.
Further, when the Owner is having other work done, either by contract or by its own force, the Owner's
Representative (as distinguished from the Resident Project Representative) may direct the time and manner
of constructing work done under this contract so that conflicts will be avoided and the construction of the
various works being done for the Owner shall be harmonized. Additionally, inclement weather shall be the
only other reason consistent, daily prosecution of the work may not take place on those inclement weather
days.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor intends to carry on the work, with dates at
which the Contractor will start the several parts of the work and estimated dates of completion of the several
parts.
36. TIME OF PERFORMANCE
The Contractor agrees that it has submitted its proposal in full recognition of the time required for the
completion of this project, taking into consideration the average climatic range and industrial conditions
prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove
set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this
contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative,
employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work,
or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in
writing with the written request for same setting forth all justifications, in detail, for the request, and
submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event
causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than
within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final.
Further, in the absence of timely written notification of such delay and request for extension, as provided
herein, any request for extension by Contractor shall be deemed waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time
herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays
incident to such work, whether growing out of delays due to unusual and unanticipated circumstances,
difficulties or delays in securing material or workers, or any other cause or occurrence. No charge shall be
made by the Contractor for hindrance or delays from any cause during the progress of any part of the work
embraced in this contract except where the work is stopped by order of the Owner or Owner's
Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the
Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor.
38. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed
length, area, solid contents, number and weight only shall be considered, unless otherwise specifically
provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this
contract, including the specifications, plans and other contract documents are intended to show clearly all
work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and
only when same are expressly stated to be estimates, for the various classes of work to be done and material
to be furnished under this contract, they are approximate and are to be used only as a basis for estimating
the probable cost of the work and for comparing their proposals offered for the work. In the event the
amount of work to be done and materials to be furnished are expressly stated to be estimated, and only
when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work
to be done and the materials to be furnished under this contract may differ somewhat from these estimates,
and that where the basis for payment under this contract is the unit price method, payment shall be for the
actual amount of work done and materials furnished on the project, provided that the over run or under run
of estimated quantities not exceed 15% of the estimated quantity.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any
way encountered, which may be injured or seriously affected by any process of construction to be
undertaken under this agreement, from any damage or injury by reason of said process of construction; and
Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect
all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor
in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and
Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any
injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of
this contract.
40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all
work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity
with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price
set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor
hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid
work, also, for all expenses incurred by Contractor and for well and truly performing the same and the
whole thereof in the manner and according to this agreement, the attached specifications, plans, contract
documents and requirements of Owner's Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of
the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of
defective work. Contractor shall at any time requested during the progress of the work furnish the Owner
or Owner's Representative with a verifying certificate showing the Contractor's total outstanding
indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner,
by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any
work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute
a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been
timely filed as provided in this contract.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an
application for partial payment. Owner's Representative shall review said application for partial payment
if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare
a certificate for partial payment showing as completely as practical the total value of the work done by the
Contractor up to and including the last day of the preceding month. The determination of the partial
payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount
of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5%
shall be retained until final payment, and further, less all previous payments and all further sums that may
be retained by Owner under the terms of the contract documents.
Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5
percent standard retainage until actually incorporated into the project.
Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights
to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all
work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to
which said partial payment is attributable.
43
44
45
SUBSTANTIAL COMPLETION
Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one
(31) working days after the Contractor has given the Owner's Representative written notice that the work
has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and
within said time, if the work be found to be substantially completed in accordance with the contract
documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial
completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall
proceed with diligence to finally complete the work within the time provided in this contract.
FINAL COMPLETION AND PAYMENT
The Contractor shall give written notice to Owner's Representative of final completion. Upon written
notice of final completion, the Owner's Representative shall proceed to make final measurement to
determine whether final completion has occurred. If the Owner's Representative determines final
completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by
Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st
working day after the date of certification of final completion, the balance due Contractor under the terms
of this agreement. Neither the certification of final completion nor the final payment, nor any provisions
in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty
which may be required in the contract documents and/or any warranty or warranties implied by law or
otherwise.
CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's
Representative on account of failure to conform to the contract documents, whether actually incorporated
in the work or not, and Contractor shall at its own expense promptly replace such condemned materials
with other materials conforming to the requirements of the contract documents. Contractor shall also bear
the expense of restoring all work of other contractors damaged by any such removal or replacement. If
Contractor does not remove and replace any such condemned work within a reasonable time but not to
exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and
replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including
but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal.
Neither the final payment, nor certification of final completion or substantial completion, nor any provision
in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship,
and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting
therefrom, which shall appear within a period of two (2) years from the date of certification of final
completion by Owner's Representative.
46. PAYMENT WITHHELD
The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or
nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss
on account of`
(a) Defective work not remedied and/or work not performed,
(b) Claims filed or reasonable evidence indicating possible filing of claims,
(c) Damage to another contractor,
(d) Notification to owner of failure to make payments to Subcontractors or Suppliers,
(e) Failure to submit up-to-date record documents as required,
(f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner,
(g) Failure to provide Project photographs required by Specifications.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the
Owner, in the amount withheld, payment shall be made for amounts withheld because of them.
47. CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the
Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days
after the Owner's Representative has given any direction, order or instruction to which the Contractor
desires to take exception. Timely written notice of dispute as provided in this contract of any decision by
Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any
action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of
dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar
days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied.
Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be
final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the
final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to
assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor.
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar
days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails
to comply with the written orders of the Owner's Representative, when such orders are consistent with this
contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a
copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or
otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be
required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the
work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with
any materials and equipment under the contract for work, may be held for use on the work by the Owner or
the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not
receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall
be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such
equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final
settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with
the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail
to proceed with diligence to complete the project as contemplated and in compliance with all terms and
provisions of the contract documents, then the Owner may exercise any and all remedies available to it
pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the
work in either of the following elective manners:
(a) The Owner may employ such force of persons and use of machinery, equipment, tools, materials
and supplies as said Owner may deem necessary to complete the work and charge the expense of
such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense
so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may
thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case
such expense is less than the sum which would have been payable under this contract, if the same
had been completed by the Contractor, then said Contractor shall receive the difference. In case
such expense is greater than the sum which would have been payable under this contract, if the
same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the
amount of such excess to the Owner; or
(b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a
newspaper having a general circulation in the County of location of the work, may let the contract
for the completion of the work under substantially the same terms and conditions which are
provided in this contract. In case of any increase in cost to the Owner under the new contract as
compared to what would have been the cost under this contract, such increase shall be charged to
the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete
any such new contract prove to be less than that which would have been the cost to complete the
work under this contract, the Contractor or his Surety shall be credited therewith.
In the event the Owner's Representative elects to complete the work, as described above, when the work
shall have been finally completed, the Contractor and his Surety shall be so notified and certification of
completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized
statement of the contract accounts, certified to by Owner's Representative as being correct shall then be
prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or
the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after
the date of certification of completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would
have been the cost to the Owner had the work been completed by the Contractor under the terms of this
contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by
them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work
shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work
exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the
Owner within the time designated hereinabove, and there remains any machinery, equipment, tools,
materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment
and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses
designated in this contract; provided, however, that actual written notice given in any manner will satisfy
this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the
Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to
protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such
machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the
credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private
sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment,
tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or
his Surety, if applicable, to their proper owners.
The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent
permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided
in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective
of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all
other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated
damages, as provided in paragraph 34, hereinabove set forth.
49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall
not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in
connection with the project which is the subject matter of this contract.
50. BONDS
The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government
Code, in the amount of 100% of the total contract price in the event that said contract price exceeds
$100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253,
Government Code, in the amount of 100% of the total contract price in the event that said contract price
exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety
Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas.
It is further agreed that this contract shall not be in effect until such bonds are so furnished.
51. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special
conditions conflict with any of the general conditions contained in this contract, then in such event the
special conditions shall control.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of
the work to be done, or from the action of the elements, or from any unforeseen circumstance or from
unusual obstructions or difficulties, naturally occurring, man-made or otherwise, which may be encountered
in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and
authority to direct, supervise, and control its own employees and to determine the method of the
performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have
the right to observe Contractor's work during Contractor's performance and to carry out the other
prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder,
is not intended to and shall not at any time change or effect the status of the Contractor as an independent
contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees
or to any other person, firm, or corporation.
54. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work,
and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding,
and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good
order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor.
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as
same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or
asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or
incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site,
or any other property of the City, without the written consent of the Owner's Representative. If Contractor
believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or
byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place
and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance,
hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the
Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action.
Owner's Representative may grant or deny the request of Contractor and provide whatever requirements
such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor
is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt
of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be
responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise
required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects
of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum
products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including
without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous
Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos.
56. NONAPPROPRIATION
All funds for payment by the City under this contract are subject to the availability of an annual
appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council
of the City of Lubbock for the goods or services provided under the contract, the City will terminate the
contract, without termination charge or other liability, on the last day of the then -current fiscal year or when
the appropriation made for the then -current year for the goods or services covered by this contract is spent,
whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract,
cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such
notice shall be of no effect and the City shall not be obligated under this contract beyond the date of
termination.
57. THE CITY RIGHT TO AUDIT
At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly
authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times,
reserves the right to audit Contractor's records and books relevant to all services provided under this
Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor
shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings,
or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due
Contractor.
58. NON -ARBITRATION
The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or
otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent
jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its
unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive,
and may be exercised concurrently. To the extent of any conflict between this provision and another
provision in, or related to, this document, this provision shall control.
59. HOUSE BILL 2015
House Bill 2015 signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a
penalty to be imposed on a person who contracts for certain services with a governmental entity and who
fails to properly classify their workers. This applies to subcontractors as well. Contractors and
subcontractors who fail to properly classify individuals performing work under a governmental contract
will be penalized $200 for each individual that has been misclassified (Texas Government Code Section
2155.001).
60. CONTRACTOR ACKNOWLEDGES
Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully
understands, and will be in full compliance with all terms and conditions and the descriptive material
contained herein and any additional associated documents and Amendments. The City disclaims any terms
and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of
conflict between these terms and conditions and any terms and conditions provided by the Contractor, the
terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final
terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect.
61. LABOR CODE CHAPTER 214
Sec. 214.008. MISCLASSIFICATION OF CERTAIN WORKERS; PENALTY. (a) A person who contracts
with a governmental entity to provide a service as defined by Section 2155.001, Government Code, shall
properly classify, as an employee or independent contractor in accordance with Chapter 201, any individual
the person directly retains and compensates for services performed in connection with the contract. (b) In
this subsection, "subcontractor" means a person directly retained and compensated by a person who contracts
with a governmental entity to provide a service as defined by Section 2155.001, Government Code. A
subcontractor shall properly classify, as an employee or independent contractor in accordance with Chapter
201, any individual the subcontractor directly retains and compensates for services performed in connection
with the contract for which the subcontractor is retained. (c) A person who fails to properly classify an
individual as required by Subsection (a) or (b) shall pay to the commission a penalty equal to $200 for each
individual that the person has not properly classified. (d) The commission may not take action to collect a
penalty under this section from a person after the third anniversary of the date on which the violation
occurred.
62. CERTIFICATE OF INTERESTED PARTIES
House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section
2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency
to file with the governmental entity or state agency a disclosure of interested parties at the time the business
entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the
disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that
the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract
that requires an action or vote by the governing body of the governmental entity or state agency before the
contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are
available at:
hllps:Hci.lubbock.tx.us/departments/purchasing/vendor-information
63. TEXAS GOVERNMENT CODE SECTION 2252.152
Vendors/Contractors/Providers must be in compliance with the provisions of §2252.152 and §2252.153
of the Texas Government Code, which states in part, contracts with companies engaged in business with
Iran, Sudan, or Foreign Terrorist Organizations are prohibited. A governmental entity may not enter into
a contract with any company listed on the Comptroller of the State of Texas website identified under
Section 806.051 or Section 2253.253, which do business with Iran, Sudan or any Foreign Terrorist
Organization. By submitting a signed response to this request, contractor verified to Lubbock County that
it is not on any such list.
64. TEXAS GOVERNMENT CODE SECTION 2271.002
The Contractor warrants that it complies with Chapter 2270.002 of the Texas Government Code by verifying
that:
1. Company does not boycott Israel; and
2. Company will not boycott Israel during the term of the contract.
Pursuant to Section 2270.002, Texas Government Code:
(1) 'Boycott Israel" means refusing to deal with, terminating business activities with, or
otherwise taking any action that is intended to penalize, inflict economic harm on, or limit
commercial relations specifically with Israel, or with a person or entity doing business in
Israel or in an Israeli -controlled territory, but does not include an action made for ordinary
business purposes; and
(2) "Company" means an organization, association, corporation, partnership, joint venture,
limited partnership, limited liability partnership, or limited liability company, including a
wholly owned subsidiary, majority -owned subsidiary, parent company, or affiliate of those
entities or business associations that exists to make a profit.
65. CONTRACTOR ACKNOWLEDGES
Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully
understands, and will be in full compliance with all terms and conditions and the descriptive material
contained herein and any additional associated documents and Amendments. The City disclaims any terms
and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of
conflict between these terms and conditions and any terms and conditions provided by the Contractor, the
terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final
terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect.
66. TEXAS PUBLIC INFORMATION ACT
The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and
the contractor or vendor agrees that the contract can be terminated if the contractor or vendor
knowingly or intentionally fails to comply with a requirement of that subchapter.
To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees
to: (1) preserve all contracting information related to the contact as provided by the records retention
requirements applicable to the governmental body for the duration of the contract; (2) promptly
provide to the governmental body any contracting information related to the contract that is in the
custody or possession of the entity on request of the governmental body; and (3) on completion of the
contract, either: (A) provide at no cost to the governmental body all contracting information related
to the contract that is in the custody or possession of the entity; or (B) preserve the contracting
information related to the contract as provided by the records retention requirements applicable to the
governmental body.
67. CONFIDENTIALITY
The Contractor shall retain all information received from or concerning the City and the City's business in
strictest confidence and shall not reveal such information to third parties without prior written consent of
the City, unless otherwise required by law.
68. INDEMNITY
The Contractor shall indemnify and save harmless the city of Lubbock and its elected officials, officers,
agents, and employees from all suits, actions, losses, damages, claims, or liability of any kind, character,
type, or description, including without limiting the generality of the foregoing, all expenses of litigation,
court costs, and attorney's fees, for injury or death to any person, or injury to any property, received or
sustained by any person or persons or property, to the extent arising out of, related to or occasioned by, the
negligent acts of the Contractor, its agents, employees, and/or subcontractors, related to the performance,
operations or omissions under this agreement and/or the use or occupation of city owned property. The
indemnity obligation provided herein shall survive the expiration or termination of this agreement.
DAVIS-BACON WAGE DETERMINATION
Page Intentionally Left Blank
"General Decision Number: TX20210002 01/01/2021
Superseded General Decision Number: TX20200002
State: Texas
Construction Types: Heavy and Highway
Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock,
Midland, Potter, Randall, Taylor and Tom Green Counties in Texas.
HEAVY & HIGHWAY CONSTRUCTION PROJECTS
Note: Under Executive Order (EO) 13658, an hourly minimum wage
of $10.95 for calendar year 2021 applies to all contracts
subject to the Davis -Bacon Act for which the contract is awarded
(and any solicitation was issued) on or after January 1, 2015.
If this contract is covered by the EO, the contractor must pay
all workers in any classification listed on this wage
determination at least $10.95 per hour (or the applicable
wage rate listed on this wage determination, if it is higher)
for all hours spent performing on the contract in calendar
year 2021. If this contract is covered by the EO and a
classification considered necessary for performance of work on
the contract does not appear on this wage determination, the
contractor must pay workers in that classification at least
the wage rate determined through the conformance process set
forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,
if it is higher than the conformed wage rate). The EO minimum
wage rate will be adjusted annually. Please note that
this EO applies to the above -mentioned types of contracts
entered into by the federal government that are subject
to the Davis -Bacon Act itself, but it does not apply
to contracts subject only to the Davis -Bacon Related Acts,
including those set forth at 29 CFR 5.1(a)(2)-(60). Additional
information on contractor requirements and worker protections
under the EO is available at www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/01/2021
* SUTX2011-002 08/02/2011
Rates Fringes
CEMENT MASON/CONCRETE
FINISHER (Paving & Structures)...$ 13.55
ELECTRICIAN ......................$ 20.96
FORM BUILDER/FORM SETTER
Paving & Curb ...............$ 12.36
Structures ..................$ 13.52
LABORER
Asphalt Raker ...............$
12.28
Flagger.....................$
9.30
Laborer, Common .............$
10.30
Laborer, Utility ............
$ 11.80
Work Zone Barricade
Servicer....................$
10.30
POWER EQUIPMENT OPERATOR:
Asphalt Distributer ......... $ 14.87
Asphalt Paving Machine ...... $ 13.40
Broom and Sweeper ........... $ 11.21
Crane, Lattice Boom 80
Tons or Less ................$ 16.82
Crawler Tractor Operator .... $ 13.96
Excavator, 50,000 lbs or
less ........................$ 13.46
Front End Loader Operator,
Over 3 CY...................$ 12.77
Front End Loader, 3CY or
less ........................$ 12.28
Loader/Backhoe..............$ 14.18
Mechanic ....................$ 20.14
Milling Machine .............$ 15.54
Motor Grader, Rough ........ $ 16.15
Motor Grader, Fine .......... $ 17.49
Pavement Marking Machine .... $ 16.42
Reclaimer/Pulverizer........ $ 12.85
Roller, Asphalt .............$ 10.95
Roller, Other ...............$ 10.36
Scraper .....................$ 10.61
Spreader Box ................$ 12.60
Servicer .........................$ 13.98
Steel Worker (Reinforcing) ....... $ 13.50
TRUCK DRIVER
Lowboy -Float ................$ 14.46
Single Axle .................$ 12.74
Single or Tandem Axle Dump..$ 11.33
Tandem Axle Tractor with
Semi ........................$ 12.49
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
Note: Executive Order (EO) 13706, Establishing Paid Sick Leave
for Federal Contractors applies to all contracts subject to the
Davis -Bacon Act for which the contract is awarded (and any
solicitation was issued) on or after January 1, 2017. If this
contract is covered by the ED, the contractor must provide
employees with 1 hour of paid sick leave for every 30 hours
they work, up to 56 hours of paid sick leave each year.
Employees must be permitted to use paid sick leave for their
own illness, injury or other health -related needs, including
preventive care; to assist a family member (or person who is
like family to the employee) who is ill, injured, or has other
health -related needs, including preventive care; or for reasons
resulting from, or to assist a family member (or person who is
like family to the employee) who is a victim of, domestic
violence, sexual assault, or stalking. Additional information
on contractor requirements and worker protections under the EO
is available at www.dol.gov/whd/govcontracts.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii)).
The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of ""identifiers"" that indicate whether the particular
rate is a union rate (current union negotiated rate for local),
a survey rate (weighted average rate) or a union average rate
(weighted union average rate).
Union Rate Identifiers
A four letter classification abbreviation identifier enclosed
in dotted lines beginning with characters other than ""SU"" or
'-UAVG-" denotes that the union classification and rate were
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of
the union which prevailed in the survey for this
classification, which in this example would be Plumbers. 0198
indicates the local union number or district council number
where applicable, i.e., Plumbers Local 0198. The next number,
005 in the example, is an internal number used in processing
the wage determination. 07/01/2014 is the effective date of the
most current negotiated rate, which in this example is July 1,
2014.
Union prevailing wage rates are updated to reflect all rate
changes in the collective bargaining agreement (CBA) governing
this classification and rate.
Survey Rate Identifiers
Classifications listed under the ""SU"" identifier indicate that
no one rate prevailed for this classification in the survey and
the published rate is derived by computing a weighted average
rate based on all the rates reported in the survey for that
classification. As this weighted average rate includes all
rates reported in the survey, it may include both union and
non -union rates. Example: SULA2012-007 5/13/2014. SU indicates
the rates are survey rates based on a weighted average
calculation of rates and are not majority rates. LA indicates
the State of Louisiana. 2012 is the year of survey on which
these classifications and rates are based. The next number, 007
in the example, is an internal number used in producing the
wage determination. 5/13/2014 indicates the survey completion
date for the classifications and rates under that identifier.
Survey wage rates are not updated and remain in effect until a
new survey is conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate
that no single majority rate prevailed for those
classifications; however, 100% of the data reported for the
classifications was union data. EXAMPLE: UAVG-OH-0010
08/29/2014. UAVG indicates that the rate is a weighted union
average rate. OH indicates the state. The next number, 0010 in
the example, is an internal number used in producing the wage
determination. 08/29/2014 indicates the survey completion date
for the classifications and rates under that identifier.
A UAVG rate will be updated once a year, usually in January of
each year, to reflect a weighted average of the current
negotiated/CBA rate of the union locals from which the rate is
based.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis -Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION
Page Intentionally Left Blank
SPECIFICATIONS
Page Intentionally Left Blank
Parkhill
PROJECT MANUAL
CITY OF LUBBOCK, TEXAS
Lubbock Preston Smith International Airport
Taxiways M and J Rehabilitation
Ak Lubbock
Now Preston Smith
INTERNATIONAL AIRPORT
City of Lubbock ITB No. 21-15877-CM
April 12021
Parkhill Project #01271719
Parkhill.com
Parkhill
PROJECT MANUAL
CITY OF LUBBOCK, TEXAS
Lubbock Preston Smith International Airport
Taxiways M and J Rehabilitation
Lubbock
Preston Smith
INTERNATIONAL AIRPORT
City of Lubbock ITB No. 21-15877-CM
April 12021
Parkhill Project #01271719
a i MARK D. HABERER
94867 a ��
4/23/2021
Parkhillxom
TABLE OF CONTENTS
FAA -Required Contract Provisions
Special Provisions
TECHNICAL SPECIFICATIONS
Item C-100 Contractor Quality Control Program (CQCPP)
Item C-102 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control
Item C-105 Mobilization
Item P-101 Preparation/Removal of Existing Pavements
Item P-501 Portland Cement Concrete (PCC) Pavement
Item P-605 Joint Sealants for Concrete Pavements
Item T-901 Seeding
APPENDICES
APPENDIX A CONSTRUCTION SAFETY AND PHASING PLAN (CSPP)
APPENDIX B GEOTECHNICAL INVESTIGATION
01271719 TABLE OF CONTENTS TOC - 1
04/21
FAA -REQUIRED CONTRACT PROVISIONS
p,t AVIRT
ti 1Z FAA
Airports
'a o
/NIS7RP�
Contract Provision Guidelines for Obligated Sponsors and
Airport Improvement Program Projects
Al ACCESS TO RECORDS AND REPORTS
2 CFR § 200.333
2 CFR § 200.336
FAA Order 5100.38
ACCESS TO RECORDS AND REPORTS
Contractor must maintain an acceptable cost accounting system. Contractor agrees to provide Owner,
Federal Aviation Administration and Comptroller General of the United States or any of their duly
authorized representatives access to any books, documents, papers and records of Contractor which are
directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and
transcriptions. Contractor agrees to maintain all books, records and reports required under this contract
for a period of not less than three years after final payment is made and all pending matters are closed.
Guidelines for Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on June 19, 2018 Page 1
A2 AFFIRMATIVE ACTION REQUIREMENT
A2.1 SOURCE
41 CFR part 60-4
Executive Order 11246
NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION to
ENSURE EQUAL EMPLOYMENT OPPORTUNITY
1. Offeror's or Bidder's attention is called to "Equal Opportunity Clause" and "Standard Federal Equal
Employment Opportunity Construction Contract Specifications" set forth herein.
2. Goals and timetables for minority and female participation, expressed in percentage terms for
Contractor's aggregate workforce in each trade on all construction work in covered area, are as follows:
Timetables
Goals for minority participation for each trade: 2.41 percent
Goals for female participation in each trade: 6.9 percent
These goals are applicable to all of Contractor's construction work (whether or not it is Federal or
federally assisted) performed in the covered area. If Contractor performs construction work in a
geographical area located outside of the covered area, it shall apply the goals established for such
geographical area where the work is actually performed. With regard to this second area, Contractor also
is subject to the goals for both its federally involved and non -federally involved construction.
Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based
on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required
by the specifications set forth in 41 CFR 60-4.3(a) and its efforts to meet the goals. The hours of minority
and female employment and training must be substantially uniform throughout the length of the contract,
and in each trade, and Contractor shall make a good faith effort to employ minorities and women evenly
on each of its projects. The transfer of minority or female employees or trainees from Contractor to
Contractor or from prof ect to project for the sole purpose of meeting Contractor's goals shall be a violation
of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals
will be measured against the total work hours performed.
3. Contractor shall provide written notification to the Director of the Office of Federal Contract
Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in
excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The
notification shall list the name, address, and telephone number of the subcontractor; employer
identification number of the subcontractor, estimated dollar amount of the subcontract; estimated starting
and completion dates of the subcontract; and the geographical area in which the subcontract is to be
performed.
4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is State of
Texas, Lubbock County, and City of Lubbock.
Guidelines for Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects
Issued on June 19, 2018 Page 2
A3.1 SOURCE
2 CFR § 200 Appendix II(A)
BREACH OF CONTRACT TERMS
Any violation or breach of terms of this contract on the part of the Contractor or its subcontractors may
result in the suspension or termination of this contract or such other action that may be necessary to
enforce the rights of the parties of this agreement.
Owner will provide Contractor written notice that describes the nature of the breach and corrective actions
the Contractor must undertake in order to avoid termination of the contract. Owner reserves the right to
withhold payments to Contractor until such time Contractor corrects the breach or Owner elects to
terminate the contract. Owner's notice will identify a specific date by which the Contractor must correct
the breach. Owner may proceed with termination of the contract if the Contractor fails to correct the
breach by the deadline indicated in Owner's notice.
The duties and obligations imposed by the Contract Documents and the rights and remedies available
thereunder are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise
imposed or available by law.
A4.1 SOURCE
Title 49 USC § 50101
Buy American Conformance List. FAA Office of Airports maintains a listing of equipment that received a
nationwide waiver from Buy American Preference requirements or fully meets the Buy American
requirements. Nationwide Buy American Waiver List is available online at
www.faa.gov/airports/aip/buy american/. Products listed on the Buy American Conformance list do not
require additional submittal of domestic content information under a project specific Buy American
Preference waiver.
BUY AMERICAN PREFERENCE
Contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may not be
obligated unless all steel and manufactured goods used in AIP funded projects are produced in the United
States, unless Federal Aviation Administration has issued a waiver for the product; the product is listed
as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25.108; or is
included in the FAA Nationwide Buy American Waivers Issued list.
A bidder or offeror must complete and submit the Buy America certification included herein with their
bid or offer. Owner will reject as nonresponsive any bid or offer that does not include a completed
Certificate of Buy American Compliance.
Certificate of Buy American Compliance for Manufactured Products
As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this
certification statement with their proposal. The bidder or offeror must indicate how they intend to comply
with 49 USC § 50101 by selecting one on the following certification statements. These statements are
mutually exclusive. Bidder must select one or the other (not both) by inserting a checkmark (✓) or the
letter "X".
❑ Bidder or offeror hereby certifies that it will comply with 49 USC § 50101 by:
a) Only installing steel and manufactured products produced in the United States;
b) Installing manufactured products for which Federal Aviation Administration (FAA) has
issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American
Waivers Issued listing; or
c) Installing products listed as an Excepted Article, Material or Supply in Federal
Acquisition Regulation Subpart 25.108.
By selecting this certification statement, Bidder or Offeror agrees:
1. To provide to Owner evidence that documents the source and origin of the steel and
manufactured product.
2. To faithfully comply with providing U. S. domestic product.
3. To furnish U. S. domestic product for any waiver request that the FAA rejects
4. To refrain from seeking a waiver request after establishment of the contract, unless
extenuating circumstances emerge that the FAA determines justified.
❑ Bidder or Offeror hereby certifies it cannot comply with the 100 percent Buy American
Preferences of 49 USC § 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49
USC § 50101(b). By selecting this certification statement, the apparent bidder or offeror with the
apparent low bid agrees:
1. To the submit to Owner within 15 calendar days of the bid opening, a formal waiver
request and required documentation that supports the type of waiver being requested.
2. That failure to submit the required documentation within the specified timeframe is cause
for a non -responsive determination may result in rejection of the proposal.
3. To faithfully comply with providing U.S. domestic products at or above the approved
U. S. domestic content percentage as approved by the FAA.
4. To refrain from seeking a waiver request after establishment of the contract, unless
extenuating circumstances emerge that the FAA determines justified.
Required Documentation
Type 3 Waiver — The cost of the item components and subcomponents produced in the United States is
more that 60 percent of the cost of all components and subcomponents of the "item". The required
documentation for a Type 3 waiver is:
a) Listing of all product components and subcomponents that are not comprised of
100 percent U. S. domestic content (Excludes products listed on the FAA Nationwide Buy
American Waivers Issued listing and products excluded by Federal Acquisition Regulation
Subpart 25.108; products of unknown origin must be considered as non -domestic products
in their entirety).
b) Cost of non -domestic components and subcomponents, excluding labor costs associated
with final assembly at place of manufacture.
c) Percentage of non -domestic component and subcomponent cost as compared to total
"item" component and subcomponent costs, excluding labor costs associated with final
assembly at place of manufacture.
Type 4 Waiver — Total cost of project using U. S. domestic source product exceeds the total project cost
using non -domestic product by 25 percent. The required documentation for a Type 4 of waiver is:
a) Detailed cost information for total project using U.S. domestic product
b) Detailed cost information for total project using non -domestic product
False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of
Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render
the maker subject to prosecution under Title 18, United States Code.
Date
Company Name
Signature
Title
AS.1 SOURCE
49 USC § 47123
GENERAL CIVIL RIGHTS PROVISIONS
Contractor agrees to comply with pertinent statutes, Executive Orders and such rules as are promulgated
to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or disability
be excluded from participating in any activity conducted with or benefiting from Federal assistance.
This provision binds Contractor and subcontractors from the bid solicitation period through the
completion of the contract. This provision is in addition to that required by Title VI of the Civil Rights
Act of 1964.
A6 CIVIL RIGHTS — TITLE VI ASSURANCE
A6.1 SOURCE
49 USC § 47123
FAA Order 1400.11
Title VI Solicitation Notice:
The City of Lubbock, Texas, in accordance with the provisions of Title VI of the Civil Rights Act of 1964
(78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that
it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged
business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation
and will not be discriminated against on the grounds of race, color, or national origin in consideration for
an award.
Compliance with Nondiscrimination Requirements:
During the performance of this contract, Contractor, for itself, its assignees, and successors in interest
(hereinafter referred to as the "Contractor"), agrees as follows:
1. Compliance with Regulations: Contractor (hereinafter includes consultants) will comply with
the Title VI List of Pertinent Nondiscrimination Acts and Authorities, as they may be amended
from time to time, which are herein incorporated by reference and made a part of this contract.
2. Nondiscrimination: Contractor, with regard to the work performed by it during the contract,
will not discriminate on the grounds of race, color, or national origin in the selection and
retention of subcontractors, including procurements of materials and leases of equipment
Contractor will not participate directly or indirectly in the discrimination prohibited by the
Nondiscrimination Acts and Authorities, including employment practices when the contract
covers any activity, project, or program set forth in Appendix B of 49 CFR part 21.
3. Solicitations for Subcontracts, including Procurements of Materials and Equipment: In
all solicitations, either by competitive bidding or negotiation made by Contractor for work to
be performed under a subcontract, including procurements of materials, or leases of equipment,
each potential subcontractor or supplier will be notified by Contractor of Contractor's
obligations under this contract and the Nondiscrimination Acts and Authorities on the grounds
of race, color, or national origin.
4. Information and Reports: Contractor will provide all information and reports required by the
Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books,
records, accounts, other sources of information, and its facilities as may be determined by the
sponsor or Federal Aviation Administration to be pertinent to ascertain compliance with such
Nondiscrimination Acts and Authorities and instructions. Where any information required of a
contractor is in the exclusive possession of another who fails or refuses to furnish the
information, Contractor will so certify to the sponsor or Federal Aviation Administration, as
appropriate, and will set forth what efforts it has made to obtain the information.
5. Sanctions for Noncompliance: In the event of a Contractor's noncompliance with the non-
discrimination provisions of this contract, the sponsor will impose such contract sanctions as it
or Federal Aviation Administration may determine to be appropriate, including, but not limited
to:
a. Withholding payments to Contractor under the contract until Contractor complies;
and/or
b. Cancelling, terminating, or suspending a contract, in whole or in part.
6. Incorporation of Provisions: Contractor will include the provisions of paragraphs one through
six in every subcontract, including procurements of materials and leases of equipment, unless
exempt by the Acts, the Regulations, and directives issued pursuant thereto. Contractor will
take action with respect to any subcontract or procurement as the sponsor or Federal Aviation
Administration may direct as a means of enforcing such provisions including sanctions for
noncompliance. Provided, that if Contractor becomes involved in, or is threatened with
litigation by a subcontractor, or supplier because of such direction, Contractor may request the
sponsor to enter into any litigation to protect the interests of the sponsor. In addition, Contractor
may request the United States to enter into the litigation to protect the interests of the United
States.
Title VI List of Pertinent Nondiscrimination Acts and Authorities
During the performance of this contract, Contractor, for itself, its assignees, and successors in interest
(hereinafter referred to as the "Contractor") agrees to comply with the following non-discrimination
statutes and authorities; including but not limited to:
• Title VI of the Civil Rights Act of 1964 (42 USC § 2000d et seq., 78 stat. 252) (prohibits
discrimination on the basis of race, color, national origin);
• 49 CFR part 21 (Non-discrimination in Federally -assisted programs of the Department of
Transportation —Effectuation of Title VI of the Civil Rights Act of 1964);
• The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 USC
§ 4601) (prohibits unfair treatment of persons displaced or whose property has been acquired
because of Federal or Federal -aid programs and projects);
0 Section 504 of the Rehabilitation Act of 1973 (29 USC § 794 et seq.), as amended (prohibits
discrimination on the basis of disability); and 49 CFR part 27;
• The Age Discrimination Act of 1975, as amended (42 USC § 6101 etseq.) (prohibits discrimination
on the basis of age);
• Airport and Airway Improvement Act of 1982 (49 USC § 471, Section 47123), as amended
(prohibits discrimination based on race, creed, color, national origin, or sex);
• The Civil Rights Restoration Act of 1987 (PL 100-209) (broadened the scope, coverage and
applicability of Title VI of the Civil Rights Act of 1964, the Age Discrimination Act of 1975 and
Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs
or activities" to include all of the programs or activities of the Federal -aid recipients, sub -recipients
and contractors, whether such programs or activities are Federally funded or not);
• Titles II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on
the basis of disability in the operation of public entities, public and private transportation systems,
places of public accommodation, and certain testing entities (42 USC §§ 12131 — 12189) as
implemented by U. S. Department of Transportation regulations at 49 CFR parts 37 and 38;
• Federal Aviation Administration's Nondiscrimination statute (49 USC § 47123) (prohibits
discrimination on the basis of race, color, national origin, and sex);
• Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations
and Low -Income Populations, which ensures nondiscrimination against minority populations by
discouraging programs, policies, and activities with disproportionately high and adverse human
health or environmental effects on minority and low-income populations;
• Executive Order 13166, Improving Access to Services for Persons with Limited English
Proficiency, and resulting agency guidance, national origin discrimination includes discrimination
because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take
reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed
Reg. at 74087 to 74100);
• Title IX of the Education Amendments of 1972, as amended, which prohibits you from
discriminating because of sex in education programs or activities (20 USC 1681 et seq).
ler=�111�_�>;I_\I:�_1>;1��i%�hl:iZ�]1li�jl[�l►<�L�I>;�L'��l
A7.1 SOURCE
2 CFR § 200, Appendix II(G)
CLEAN AIR AND WATER POLLUTION CONTROL
Contractor agrees to comply with all applicable standards, orders, and regulations issued pursuant to the
Clean Air Act (42 USC § 740-7671 q) and the Federal Water Pollution Control Act as amended (33 USC
§ 1251-1387). Contractor agrees to report any violation to Owner immediately upon discovery. Owner
assumes responsibility for notifying the Environmental Protection Agency (EPA) and Federal Aviation
Administration.
Contractor must include this requirement in all subcontracts that exceeds $150,000.
A8 CONTRACT WORK HOURS AND SAFETY STANDARDS ACT
REQUIREMENTS
A8.1 SOURCE
2 CFR § 200, Appendix II(E)
CONTRACT WORK HOURS AND SAFETY STANDARDS ACT REQUIREMENTS
1. Overtime Requirements.
No contractor or subcontractor contracting for any part of the contract work which may require or involve
the employment of laborers or mechanics shall require or permit any such laborer or mechanic, including
watchmen and guards, in any workweek in which he or she is employed on such work to work in excess
of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less
than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such
workweek.
2. Violation; Liability for Unpaid Wages; Liquidated Damages.
In the event of any violation of the clause set forth in paragraph (1) of this clause, Contractor and any
subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and
subcontractor shall be liable to the United States (in the case of work done under contract for the District
of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated
damages shall be computed with respect to each individual laborer or mechanic, including watchmen and
guards, employed in violation of the clause set forth in paragraph (1) of this clause, in the sum of $10 for
each calendar day on which such individual was required or permitted to work in excess of the standard
workweek of forty hours without payment of the overtime wages required by the clause set forth in
paragraph (1) of this clause.
3. Withholding for Unpaid Wages and Liquidated Damages.
Federal Aviation Administration (FAA) or Owner shall upon its own action or upon written request of an
authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys
payable on account of work performed by Contractor or subcontractor under any such contract or any
other Federal contract with the same prime contractor, or any other federally assisted contract subject to
the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such
sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor
for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this clause.
4. Subcontractors.
Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1) through
(4) and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts.
The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor
with the clauses set forth in paragraphs (1) through (4) of this clause.
A9 COPELAND "ANTI -KICKBACK" ACT
A9.1 SOURCE
2 CFR § 200, Appendix II(D)
29 CFR Parts 3 and 5
COPELAND "ANTI -KICKBACK" ACT
Contractor must comply with the requirements of the Copeland "Anti -Kickback" Act (18 USC 874 and
40 USC 3145), as supplemented by Department of Labor regulation 29 CFR part 3. Contractor and
subcontractors are prohibited from inducing, by any means, any person employed on the project to give
up any part of the compensation to which the employee is entitled. Contractor and each Subcontractor
must submit to Owner, a weekly statement on the wages paid to each employee performing on covered
work during the prior week. Owner must report any violations of the Act to Federal Aviation
Administration.
A10 DAVIS-BACON REQUIREMENTS
A10.1 SOURCE
2 CFR § 200, Appendix II(D)
29 CFR Part 5
DAVIS-BACON REQUIREMENTS
1. Minimum Wages.
(i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally
and not less often than once a week, and without subsequent deduction or rebate on any account (except
such payroll deductions as are permitted by the Secretary of Labor under the Copeland Act (29 CFR Part
3)), the full amount of wages and bona fide fringe benefits (or cash equivalent thereof) due at time of
payment computed at rates not less than those contained in the wage determination of the Secretary of
Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which
may be alleged to exist between Contractor and such laborers and mechanics.
Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of
the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or
mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made
or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or
programs which cover the particular weekly period, are deemed to be constructively made or incurred
during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe
benefits on the wage determination for the classification of work actually performed, without regard to
skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than
one classification may be compensated at the rate specified for each classification for the time actually
worked therein: Provided that the employer's payroll records accurately set forth the time spent in each
classification in which work is performed. The wage determination (including any additional
classification and wage rates conformed under (1)(ii) of this section) and the Davis -Bacon poster (WH-
1321) shall be posted at all times by Contractor and its subcontractors at the site of the work in a prominent
and accessible place where it can easily be seen by the workers.
(ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers,
which is not listed in the wage determination and which is to be employed under the contract shall be
classified in conformance with the wage determination. The contracting officer shall approve an
additional classification and wage rate and fringe benefits therefore only when the following criteria have
been met:
(1) The work to be performed by the classification requested is not performed by a classification in the
wage determination;
(2) The classification is utilized in the area by the construction industry; and
(3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the
wage rates contained in the wage determination.
(B) If Contractor and the laborers and mechanics to be employed in the classification (if known), or their
representatives, and the contracting officer agree on the classification and wage rate (including the amount
designated for fringe benefits where appropriate), a report of the action taken shall be sent by the
contracting officer to the Administrator of the Wage and Hour Division, Employment Standards
Administration, U. S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized
representative, will approve, modify, or disapprove every additional classification action within 30 days
of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day
period that additional time is necessary.
(C) In the event Contractor, the laborers, or mechanics to be employed in the classification, or their
representatives, and the contracting officer do not agree on the proposed classification and wage rate
(including the amount designated for fringe benefits where appropriate), the contracting officer shall refer
the questions, including the views of all interested parties and the recommendation of the contracting
officer, to the Administrator for determination. The Administrator, or an authorized representative, will
issue a determination within 30 days of receipt and so advise the contracting officer or will notify the
contracting officer within the 30-day period that additional time is necessary.
(D) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs
(1)(ii) (B) or (C) of this paragraph, shall be paid to all workers performing work in the classification under
this contract from the first day on which work is performed in the classification.
(iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics
includes a fringe benefit which is not expressed as an hourly rate, Contractor shall either pay the benefit
as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash
equivalent thereof.
(iv) If Contractor does not make payments to a trustee or other third person, Contractor may consider as
part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing
bona fide fringe benefits under a plan or program: Provided that the Secretary of Labor has found, upon
the written request of Contractor, that the applicable standards of the Davis -Bacon Act have been met.
The Secretary of Labor may require Contractor to set aside in a separate account assets for the meeting of
obligations under the plan or program.
2. Withholding.
Federal Aviation Administration or the sponsor shall upon its own action or upon written request of an
authorized representative of the Department of Labor withhold or cause to be withheld from Contractor
under this contract or any other Federal contract with the same prime contractor, or any other federally -
assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime
contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers
and mechanics, including apprentices, trainees, and helpers, employed by Contractor or any subcontractor
the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic,
including any apprentice, trainee, or helper, employed or working on the site of work, all or part of the
wages required by the contract, Federal Aviation Administration may, after written notice to Contractor,
Sponsor, Applicant, or Owner, take such action as may be necessary to cause the suspension of any further
payment, advance, or guarantee of funds until such violations have ceased.
3. Payrolls and Basic Records.
(i) Payrolls and basic records relating thereto shall be maintained by Contractor during the course of the
work and preserved for a period of three years thereafter for all laborers and mechanics working at the
site of the work. Such records shall contain the name, address, and social security number of each such
worker; his or her correct classification; hourly rates of wages paid (including rates of contributions or
costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in
l(b)(2)(B) of the Davis -Bacon Act); daily and weekly number of hours worked; deductions made; and
actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages
of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits
under a plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, Contractor shall maintain
records that show that the commitment to provide such benefits is enforceable, that the plan or program
is financially responsible, and that the plan or program has been communicated in writing to the labors
or mechanics affected, and that show the costs anticipated or the actual costs incurred in providing such
benefits. Contractors employing apprentices or trainees under approved programs shall maintain written
evidence of the registration of apprenticeship programs and certification of trainee programs, the
registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable
programs.
(ii)(A) Contractor shall submit weekly for each week in which any contract work is performed a copy of
all payrolls to Federal Aviation Administration if the agency is a party to the contract, but if the agency
is not such a party, Contractor will submit the payrolls to the applicant, Sponsor, or Owner, as the case
may be, for transmission to Federal Aviation Administration. The payrolls submitted shall set out
accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i),
except that full social security numbers and home addresses shall not be included on weekly transmittals.
Instead the payrolls shall only need to include an individually identifying number for each employee (eg
the last four digits of the employee's social security number). The required weekly payroll information
may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the
Wage and Hour Division Web site at www.dol.gov/whdfonns/wh347instr.htm or its successor site. The
prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors
and subcontractors shall maintain the full social security number and current address of each covered
worker and shall provide them upon request to Federal Aviation Administration if the agency is a party
to the contract, but if the agency is not such a party, Contractor will submit them to the applicant, sponsor,
or Owner, as the case may be, for transmission to Federal Aviation Administration, Contractor, or the
Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of
compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor
to require a subcontractor to provide addresses and social security numbers to the prime contractor for its
own records, without weekly submission to the sponsoring government agency (or the applicant, Sponsor,
or Owner).
(B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by Contractor
or subcontractor or his or her agent who pays or supervises the payment of the persons employed under
the contract and shall certify the following:
(1) The payroll for the payroll period contains the information required to be provided under 29 CFR §
5.5(a)(3)(ii), the appropriate information is being maintained under 29 CFR § 5.5 (a)(3)(i), and that such
information is correct and complete;
(2) Each laborer and mechanic (including each helper, apprentice, and trainee) employed on the contract
during the payroll period has been paid the full weekly wages earned, without rebate, either directly or
indirectly, and that no deductions have been made either directly or indirectly from the full wages earned,
other than permissible deductions as set forth in Regulations 29 CFR Part 3;
(3) Each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or
cash equivalents for the classification of work performed, as specified in the applicable wage
determination incorporated into the contract.
(C) The weekly submission of a properly executed certification set forth on the reverse side of Optional
Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by
paragraph (3)(ii)(B) of this section.
(D) The falsification of any of the above certifications may subject Contractor or subcontractor to civil or
criminal prosecution under Section 1001 of Title 18 and Section231 of Title 31 of the United States Code.
(iii) Contractor or subcontractor shall make the records required under paragraph (3)(i) of this section
available for inspection, copying, or transcription by authorized representatives of the sponsor, Federal
Aviation Administration, or the Department of Labor and shall permit such representatives to interview
employees during working hours on the job. If Contractor or subcontractor fails to submit the required
records or to make them available, the Federal agency may, after written notice to Contractor, Sponsor,
applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment,
advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to
make such records available may be grounds for debarment action pursuant to 29 CFR 5.12.
4. Apprentices and Trainees.
(i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work
they performed when they are employed pursuant to and individually registered in a bona fide
apprenticeship program registered with the U. S. Department of Labor, Employment and Training
Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency
recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary
employment as an apprentice in such an apprenticeship program, who is not individually registered in the
program, but who has been certified by the Bureau of Apprenticeship and Training or a State
Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice.
The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be
greater than the ratio permitted to Contractor as to the entire work force under the registered program.
Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed
as stated above, shall be paid not less than the applicable wage rate on the wage determination for the
classification of work actually performed. In addition, any apprentice performing work on the job site in
excess of the ratio permitted under the registered program shall be paid not less than the applicable wage
rate on the wage determination for the work actually performed. Where a contractor is performing
construction on a project in a locality other than that in which its program is registered, the ratios and
wage rates (expressed in percentages of the journeyman's hourly rate) specified in Contractor's or
subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the
rate specified in the registered program for the apprentice's level of progress, expressed as a percentage
of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid
fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship
program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed
on the wage determination for the applicable classification. If the Administrator determines that a different
practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that
determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency
recognized by the Bureau, withdraws approval of an apprenticeship program, Contractor will no longer
be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed
until an acceptable program is approved.
(ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the
predetermined rate for the work performed unless they are employed pursuant to and individually
registered in a program which has received prior approval, evidenced by formal certification by the U.S.
Department of Labor, Employment and Training Administration. The ratio of trainees to j ourneymen on
the job site shall not be greater than permitted under the plan approved by the Employment and Training
Administration. Every trainee must be paid at not less than the rate specified in the approved program for
the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the
applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions
of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the
full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and
Hour Division determines that there is an apprenticeship program associated with the corresponding
journeyman wage rate on the wage determination that provides for less than full fringe benefits for
apprentices. Any employee listed on the payroll at a trainee rate that is not registered and participating in
a training plan approved by the Employment and Training Administration shall be paid not less than the
applicable wage rate on the wage determination for the classification of work actually performed In
addition, any trainee performing work on the job site in excess of the ratio permitted under the registered
program shall be paid not less than the applicable wage rate on the wage determination for the work
actually performed. In the event the Employment and Training Administration withdraws approval of a
training program, Contractor will no longer be permitted to utilize trainees at less than the applicable
predetermined rate for the work performed until an acceptable program is approved.
(iii) Equal Employment Opportunity. The utilization of apprentices, trainees, and journeymen under this
part shall be in conformity with the equal employment opportunity requirements of Executive Order
11246, as amended, and 29 CFR Part 30.
5. Compliance with Copeland Act Requirements.
Contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in
this contract.
6. Subcontracts.
Contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5.5(a)(1)
through (10) and such other clauses as Federal Aviation Administration may by appropriate instructions
require, and also a clause requiring the subcontractors to include these clauses in any lower tier
subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower
tier subcontractor with all the contract clauses in 29 CFR Part 5.5.
7. Contract Termination: Debarment.
A breach of the contract clauses in paragraph 1 through 10 of this section may be grounds for termination
of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12.
8. Compliance with Davis -Bacon and Related Act Requirements.
All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and
5 are herein incorporated by reference in this contract.
9. Disputes Concerning Labor Standards.
Disputes arising out of the labor standards provisions of this contract shall not be subject to the general
disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the
Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause
include disputes between Contractor (or any of its subcontractors) and the contracting agency, the U.S.
Department of Labor, or the employees or their representatives.
10. Certification of Eligibility.
(i) By entering into this contract, Contractor certifies that neither it (nor he or she) nor any person or firm
who has an interest in Contractor's firm is a person or firm ineligible to be awarded Government contracts
by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1).
(ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a
Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1).
(iii) The penalty for making false statements is prescribed in the U. S. Criminal Code, 18 USC 1001.
A11.1 SOURCE
2 CFR part 180 (Subpart C)
2 CFR part 1200
DOT Order 4200.5
CERTIFICATION OF OFFERER/BIDDER REGARDING DEBARMENT
By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its
principals are presently debarred or suspended by any Federal department or agency from participation in
this transaction.
CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT
The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered
transaction", must verify each lower tier participant of a "covered transaction" under the project is not
presently debarred or otherwise disqualified from participation in this federally assisted project. The
successful bidder will accomplish this by:
1. Checking the System for Award Management at website: http://www.sam.gov.
2. Collecting a certification statement similar to the Certification of Offerer /Bidder Regarding
Debarment, above.
3. Inserting a clause or condition in the covered transaction with the lower tier contract.
If Federal Aviation Administration later determines that a lower tier participant failed to disclose to a
higher tier participant that it was excluded or disqualified at the time it entered the covered transaction,
the FAA may pursue any available remedies, including suspension and debarment of the non -compliant
participant.
Al2 DISADVANTAGED BUSINESS ENTERPRISE
Al2.1 SOURCE
49 CFR part 26
Information Submitted as a matter of Bidder responsiveness:
Owner's award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort
requirements of 49 CFR §26.53.
As a condition of bid responsiveness, the Bidder or Offeror must submit the following information with
its proposal on the forms provided herein:
1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate
in the contract;
2) A description of the work that each DBE firm will perform;
3) The dollar amount of the participation of each DBE firm listed under (1)
4) Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s)
listed under (1) to meet Owner's project goal; and
5) If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith efforts
undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26.
Information submitted as a matter of Bidder responsibility:
Owner's award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort
requirements of 49 CFR §26.53.
The successful Bidder or Offeror must provide written confirmation of participation from each of the
DBE firms the Bidder or Offeror lists in its commitment within five days after bid opening.
1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate
in the contract;
2) A description of the work that each DBE firm will perform;
3) The dollar amount of the participation of each DBE firm listed under (1)
4) Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s)
listed under (1) to meet Owner's project goal; and
5) If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith efforts
undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26.
The requirements of 49 CFR part 26 apply to this contract. It is the policy of the City of Lubbock, Texas
to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of
this contract. Owner encourages participation by all firms qualifying under this solicitation regardless of
business size or ownership.
DISADVANTAGED BUSINESS ENTERPRISES
Contract Assurance (§ 26.13) —
Contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the
performance of this contract. Contractor shall carry out applicable requirements of 49 CFR part 26 in the
award and administration of Department of Transportation -assisted contracts. Failure by Contractor to
carry out these requirements is a material breach of this contract, which may result in the termination of
this contract or such other remedy as Owner deems appropriate, which may include, but is not limited to:
1) Withholding monthly progress payments;
2) Assessing sanctions;
3) Liquidated damages; and/or
4) Disqualifying Contractor from future bidding as non -responsible.
Prompt Payment (§26.29) — The prime contractor agrees to pay each subcontractor under this prime
contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment
the prime contractor receives from City of Lubbock, Texas. The prime contractor agrees further to return
retainage payments to each subcontractor within 30 days after the subcontractor's work is satisfactorily
completed. Any delay or postponement of payment from the above referenced time frame may occur only
for good cause following written approval of the City of Lubbock, Texas. This clause applies to both DBE
and non -DBE subcontractors.
A13.1 SOURCE
Executive Order 13513
DOT Order 3902.10
TEXTING WHEN DRIVING
In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While
Driving", (I0/l/2009) and DOT Order 3902.10, "Text Messaging While Driving", (12/30/2009), Federal
Aviation Administration encourages recipients of Federal grant funds to adopt and enforce safety policies
that decrease crashes by distracted drivers, including policies to ban text messaging while driving when
performing work related to a grant or subgrant.
In support of this initiative, Owner encourages Contractor to promote policies and initiatives for its
employees and other work personnel that decrease crashes by distracted drivers, including policies that
ban text messaging while driving motor vehicles while performing work activities associated with the
project. Contractor must include the substance of this clause in all sub -tier contracts exceeding $3,500
that involve driving a motor vehicle in performance of work activities associated with the project.
A14 ENERGY CONSERVATION REQUIREMENTS
A14.1 SOURCE
2 CFR § 200, Appendix II(H)
ENERGY CONSERVATION REQUIREMENTS
Contractor and Subcontractor agree to comply with mandatory standards and policies relating to energy
efficiency as contained in the state energy conservation plan issued in compliance with the Energy Policy
and Conservation Act (42 USC 6201 et seq).
A15
DRUG FREE WORKPLACE REQUIREMENTS (Not Applicable)
A16 EQUAL EMPLOYEMENT OPPORTUNITY (EEO)
A16.1 SOURCE
2 CFR 200, Appendix II(C)
41 CFR § 60-1.4
41 CFR § 60-4.3
Executive Order 11246
EQUAL OPPORTUNITY CLAUSE
During the performance of this contract, Contractor agrees as follows:
(1) Contractor will not discriminate against any employee or applicant for employment because of race,
color, religion, sex, or national origin. Contractor will take affirmative action to ensure that applicants are
employed, and that employees are treated during employment, without regard to their race, color, religion,
sex, sexual orientation, gender identify, or national origin. Such action shall include, but not be limited
to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising;
layoff, or termination; rates of pay or other forms of compensation; and selection for training, including
apprenticeship. Contractor agrees to post in conspicuous places, available to employees and applicants
for employment, notices to be provided setting forth the provisions of this nondiscrimination clause.
(2) Contractor will, in all solicitations or advertisements for employees placed by or on behalf of
Contractor, state that all qualified applicants will receive considerations for employment without regard
to race, color, religion, sex, or national origin.
(3) Contractor will send to each labor union or representative of workers with which it has a collective
bargaining agreement or other contract or understanding, a notice to be provided advising the said labor
union or workers' representatives of Contractor's commitments under this section and shall post copies
of the notice in conspicuous places available to employees and applicants for employment.
(4) Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of
the rules, regulations, and relevant orders of the Secretary of Labor.
(5) Contractor will furnish all information and reports required by Executive Order 11246 of September
24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will
permit access to his books, records, and accounts by the administering agency and the Secretary of Labor
for purposes of investigation to ascertain compliance with such rules, regulations, and orders.
(6) In the event of Contractor's noncompliance with the nondiscrimination clauses of this contract or with
any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in
whole or in part and Contractor may be declared ineligible for further Government contracts or federally
assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of
September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in
Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor,
or as otherwise provided by law.
(7) Contractor will include the portion of the sentence immediately preceding paragraph (1) and the
provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules,
regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246
of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor.
Contractor will take such action with respect to any subcontract or purchase order as the administering
agency may direct as a means of enforcing such provisions, including sanctions for noncompliance:
Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation
with a subcontractor or vendor as a result of such direction by the administering agency Contractor may
request the United States to enter into such litigation to protect the interests of the United States.
STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY
CONSTRUCTION CONTRACT SPECIFICATIONS
1. As used in these specifications:
a. "Covered area" means the geographical area described in the solicitation from which this contract
resulted;
b. "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S.
Department of Labor, or any person to whom the Director delegates authority;
c. "Employer identification number" means the Federal social security number used on the
Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941;
d. "Minority" includes:
(1) Black (all persons having origins in any of the Black African racial groups not of Hispanic
origin);
(2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other
Spanish culture or origin regardless of race);
(3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the
Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and
(4) American Indian or Alaskan native (all persons having origins in any of the original peoples
of North America and maintaining identifiable tribal affiliations through membership and
participation or community identification).
2. Whenever Contractor, or any subcontractor at any tier, subcontracts a portion of the work involving
any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions
of these specifications and the Notice which contains the applicable goals for minority and female
participation and which is set forth in the solicitations from which this contract resulted.
3. If Contractor is participating (pursuant to 41 CFR part 60-4.5) in a Hometown Plan approved by the
U.S. Department of Labor in the covered area either individually or through an association, its affirmative
action obligations on all work in the Plan area (including goals and timetables) shall be in accordance
with that Plan for those trades which have unions participating in the Plan. Contractors shall be able to
demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each
contractor or subcontractor participating in an approved plan is individually required to comply with its
obligations under the EEO clause and to make a good faith effort to achieve each goal under the Plan in
each trade in which it has employees. The overall good faith performance by other contractors or
subcontractors toward a goal in an approved Plan does not excuse any covered contractor's or
subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables.
4. Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through
7p of these specifications. The goals set forth in the solicitation from which this contract resulted are
expressed as percentages of the total hours of employment and training of minority and female utilization
Contractor should reasonably be able to achieve in each construction trade in which it has employees in
the covered area. Covered construction contractors performing construction work in a geographical area
where they do not have a Federal or federally assisted construction contract shall apply the minority and
female goals established for the geographical areawhere the work is being performed. Goals are published
periodically in the Federal Register in notice form, and such notices may be obtained from any Office of
Federal Contract Compliance Programs office or from Federal procurement contracting officers.
Contractor is expected to make substantially uniform progress in meeting its goals in each craft during
the period specified.
5. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom
Contractor has a collective bargaining agreement to refer either minorities or women shall excuse
Contractor's obligations under these specifications, Executive Order 11246, or the regulations
promulgated pursuant thereto.
6. In order for the non -working training hours of apprentices and trainees to be counted in meeting the
goals, such apprentices and trainees shall be employed by Contractor during the training period and
Contractor shall have made a commitment to employ the apprentices and trainees at the completion of
their training, subject to the availability of employment opportunities. Trainees shall be trained pursuant
to training programs approved by the U. S. Department of Labor.
7. Contractor shall take specific affirmative actions to ensure equal employment opportunity. The
evaluation of Contractor's compliance with these specifications shall be based upon its effort to achieve
maximum results from its actions. Contractor shall document these efforts fully and shall implement
affirmative action steps at least as extensive as the following:
a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all
sites, and in all facilities at which Contractor's employees are assigned to work. Contractor, where
possible, will assign two or more women to each construction project. Contractor shall specifically
ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and
carry out Contractor's obligation to maintain such a working environment, with specific attention to
minority or female individuals working at such sites or in such facilities.
b. Establish and maintain a current list of minority and female recruitment sources, provide written
notification to minority and female recruitment sources and to community organizations when
Contractor or its unions have employment opportunities available, and maintain a record of the
organizations' responses.
c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female
off -the -street applicant and minority or female referral from a union, a recruitment source, or
community organization and of what action was taken with respect to each such individual. If such
individual was sent to the union hiring hall for referral and was not referred back to Contractor by the
union or, if referred, not employed by Contractor, this shall be documented in the file with the reason
therefore along with whatever additional actions Contractor may have taken.
d. Provide immediate written notification to the Director when the union or unions with which
Contractor has a collective bargaining agreement has not referred to Contractor a minority person or
female sent by Contractor, or when Contractor has other information that the union referral process
has impeded Contractor's efforts to meet its obligations.
e. Develop on-the-job training opportunities and/or participate in training programs for the area which
expressly include minorities and women, including upgrading programs and apprenticeship and
trainee programs relevant to Contractor's employment needs, especially those programs funded or
approved by the Department of Labor. Contractor shall provide notice of these programs to the
sources compiled under 7b above.
f. Disseminate Contractor's EEO policy by providing notice of the policy to unions and training
programs and requesting their cooperation in assisting Contractor in meeting its EEO obligations; by
including it in any policy manual and collective bargaining agreement; by publicizing it in the
company newspaper, annual report, etc.; by specific review of the policy with all management
personnel and with all minority and female employees at least once a year•, and by posting the
company EEO policy on bulletin boards accessible to all employees at each location where
construction work is performed.
g. Review, at least annually, the company's EEO policy and affirmative action obligations under these
specifications with all employees having any responsibility for hiring, assignment, layoff,
termination, or other employment decisions, including specific review of these items, with onsite
supervisory personnel such superintendents, general foremen, etc., prior to the initiation of
construction work at any job site. A written record shall be made and maintained identifying the time
and place of these meetings, persons attending, subject matter discussed, and disposition of the subject
matter.
h. Disseminate Contractor's EEO policy externally by including it in any advertising in the news
media, specifically including minority and female news media, and providing written notification to
and discussing Contractor's EEO policy with other contractors and subcontractors with whom
Contractor does or anticipates doing business.
i. Direct its recruitment efforts, both oral and written, to minority, female, and community
organizations, to schools with minority and female students; and to minority and female recruitment
and training organizations serving Contractor's recruitment area and employment needs. Not later
than one month prior to the date for the acceptance of applications for apprenticeship or other training
by any recruitment source, Contractor shall send written notification to organizations, such as the
above, describing the openings, screening procedures, and tests to be used in the selection process.
j. Encourage present minority and female employees to recruit other minority persons and women
and, where reasonable, provide after school, summer, and vacation employment to minority and
female youth both on the site and in other areas of a contractor's workforce.
k. Validate all tests and other selection requirements where there is an obligation to do so under 41
CFR part 60-3.
1. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel,
for promotional opportunities and encourage these employees to seek or to prepare for, through
appropriate training, etc., such opportunities.
in. Ensure that seniority practices, job classifications, work assignments, and other personnel practices
do not have a discriminatory effect by continually monitoring all personnel and employment related
activities to ensure that the EEO policy and Contractor's obligations under these specifications are
being carried out.
n. Ensure that all facilities and company activities are non -segregated except that separate or single
user toilet and necessary changing facilities shall be provided to assure privacy between the sexes.
o. Document and maintain a record of all solicitations of offers for subcontracts from minority and
female construction contractors and suppliers, including circulation of solicitations to minority and
female contractor associations and other business associations.
p. Conduct a review, at least annually, of all supervisor's adherence to and performance under
Contractor's EEO policies and affirmative action obligations.
8. Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one or
more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint
contractor union, contractor community, or other similar groups of which Contractor is a member and
participant may be asserted as fulfilling any one or more of its obligations under 7a through 7p of these
specifications provided that Contractor actively participates in the group, makes every effort to assure that
the group has a positive impact on the employment of minorities and women in the industry, ensures that
the concrete benefits of the program are reflected in Contractor's minority and female workforce
participation, makes a good faith effort to meet its individual goals and timetables, and can provide access
to documentation which demonstrates the effectiveness of actions taken on behalf of Contractor. The
obligation to comply, however, is Contractor's and failure of such a group to fulfill an obligation shall not
be a defense for Contractor's noncompliance.
9. A single goal for minorities and a separate single goal for women have been established. Contractor,
however, is required to provide equal employment opportunity and to take affirmative action for all
minority groups, both male and female, and all women, both minority and non -minority. Consequently,
if the particular group is employed in a substantially disparate manner (for example, even though
Contractor has achieved its goals for women generally), Contractor may be in violation of the Executive
Order if a specific minority group of women is underutilized.
10. Contractor shall not use the goals and timetables or affirmative action standards to discriminate against
any person because of race, color, religion, sex, or national origin.
11. Contractor shall not enter into any subcontract with any person or firm debarred from Government
contracts pursuant to Executive Order 11246.
12. Contractor shall carry out such sanctions and penalties for violation of these specifications and of the
Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts
as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing
regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry
out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246,
as amended.
13. Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative
action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so
as to achieve maximum results from its efforts to ensure equal employment opportunity. If Contractor
fails to comply with the requirements of the Executive Order, the implementing regulations, or these
specifications, the Director shall proceed in accordance with 41 CFR part 60-4.8.
14. Contractor shall designate a responsible official to monitor all employment related activity to ensure
that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as
may be required by the Government, and to keep records. Records shall at least include for each employee,
the name, address, telephone number, construction trade, union affiliation if any, employee identification
number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee,
helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay,
and locations at which the work was performed. Records shall be maintained in an easily understandable
and retrievable form; however, to the degree that existing records satisfy this requirement, contractors
shall not be required to maintain separate records.
15. Nothing herein provided shall be construed as a limitation upon the application of other laws which
establish different standards of compliance or upon the application of requirements for the hiring of local
or other area residents (e.g. those under the Public Works Employment Act of 1977 and the Community
Development Block Grant Program).
A17 FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE)
A17.1 SOURCE
29 USC § 201, et seq
SOLICITATION CLAUSE
All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of
29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given
in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for
full and part-time workers.
Contractor has full responsibility to monitor compliance to the referenced statute or regulation.
Contractor must address any claims or disputes that arise from this requirement directly with the U.S.
Department of Labor — Wage and Hour Division.
A18 LOBBYING AND INFLUENCING FEDERAL EMPLOYEES
A18.1 SOURCE
31 USC § 1352 — Byrd Anti -Lobbying Amendment
2 CFR part 200, Appendix II(J)
49 CFR part 20, Appendix A
CERTIFICATION REGARDING LOBBYING
Bidder or Offeror certifies by signing and submitting this bid or proposal, to the best of his or her
knowledge and belief, that:
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or
Offeror, to any person for influencing or attempting to influence an officer or employee of an
agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member
of Congress in connection with the awarding of any Federal contract, the making of any Federal
grant, the making of any Federal loan, the entering into of any cooperative agreement, and the
extension, continuation, renewal, amendment, or modification of any Federal contract, grant,
loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person
for influencing or attempting to influence an officer or employee of any agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of Congress in
connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall
complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance
with its instructions.
(3) The undersigned shall require that the language of this certification be included in the award
documents for all sub -awards at all tiers (including subcontracts, subgrants, and contracts under
grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose
accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction
was made or entered into. Submission of this certification is a prerequisite for making or entering into this
transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for
each such failure.
A19 PROHIBITION of SEGREGATED FACILITIES
A19.1 SOURCE
41CFR§60
PROHIBITION OF SEGREGATED FACILITIES
(a) Contractor agrees that it does not and will not maintain or provide for its employees any segregated
facilities at any of its establishments, and that it does not and will not permit its employees to perform
their services at any location under its control where segregated facilities are maintained. Contractor
agrees that a breach of this clause is a violation of the Equal Employment Opportunity clause in this
contract.
(b) "Segregated facilities," as used in this clause, means any waiting rooms, work areas, rest rooms and
wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing
areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing
facilities provided for employees that are segregated by explicit directive or are in fact segregated on the
basis of race, color, religion, sex, or national origin because ofwritten or oral policies or employee custom.
The term does not include separate or single -user rest rooms or necessary dressing or sleeping areas
provided to assure privacy between the sexes.
(c) Contractor shall include this clause in every subcontract and purchase order that is subject to the Equal
Employment Opportunity clause of this contract.
A20.1 SOURCE
29 CFR part 1910
All contracts and subcontracts that result from this solicitation incorporate by reference the requirements
of 29 CFR Part 1910 with the same force and effect as if given in full text. The employer must provide a
work environment that is free from recognized hazards that may cause death or serious physical harm to
the employee. The employer retains full responsibility to monitor its compliance and their subcontractor's
compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR
Part 1910). The employer must address any claims or disputes that pertain to a referenced requirement
directly with the U.S. Department of Labor — Occupational Safety and Health Administration.
refer � � :zz��� :z� ►�i �. � t•� � :z��•i�� :z� ►� r_� � :i r_��
A21.1 SOURCE
2 CFR § 200.322
40 C FR part 247
Solid Waste Disposal Act
PROCUREMENT OF RECOVERED MATERIALS
Contractor and subcontractor agree to comply with Section 6002 of the Solid Waste Disposal Act, as
amended by the Resource Conservation and Recovery Act, and the regulatory provisions of 40 CFR Part
247. In the performance of this contract and to the extent practicable, Contractor and subcontractors are
to use products containing the highest percentage of recovered materials for items designated by the
Environmental Protection Agency (EPA) under 40 CFR Part 247 whenever:
1) Contract requires procurement of $10,000 or more of a designated item during the fiscal year; or
2) Contractor has procured $10,000 or more of a designated item using Federal funding during the
previous fiscal year.
The list of EPA -designated items is available at www.epa.gov/smm/comprehensive-procurement-
guidelines-construction-products.
Section 6002(c) establishes exceptions to the preference for recovery of EPA -designated products if
Contractor can demonstrate the item is:
a) Not reasonably available within a timeframe providing for compliance with the contract
performance schedule;
b) Fails to meet reasonable contract performance requirements; or
c) Is only available at an unreasonable price.
A22 RIGHT TO INVENTIONS (Not Applicable)
A23 SEISMIC SAFETY (Not Applicable)
A24 TAX DELINQUENCY AND FELONY CONVICTIONS
A24.1 SOURCE
Sections 415 and 416 of Title IV, Division L of the Consolidated Appropriations Act, 2014 (Pub. L. 113-76),
and similar provisions in subsequent appropriations acts.
DOT Order 4200.6 -Requirements for Procurement and Non -Procurement Regarding Tax Delinquency
and Felony Convictions
CERTIFICATION OF OFFERER/BIDDER REGARDING TAX DELINQUENCY AND
FELONY CONVICTIONS
Applicant must complete the following two certification statements. Applicant must indicate its current
status as it relates to tax delinquency and felony conviction by inserting a checkmark (✓) in the space
following the applicable response. Applicant agrees that, if awarded a contract resulting from this
solicitation, it will incorporate this provision for certification in all lower tier subcontracts.
Certifications
1) Applicant represents that it is ( ) is not ( ) a corporation that has any unpaid Federal tax liability
that has been assessed, for which all judicial and administrative remedies have been exhausted or
have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the
authority responsible for collecting the tax liability.
2) Applicant represents that it is ( ) is not ( ) is not a corporation that was convicted of a criminal
violation under any Federal law within the preceding 24 months.
Note
If an applicant responds in the affirmative to either of the above representations, the applicant is ineligible
to receive an award unless the sponsor has received notification from the agency suspension and
debarment official (SDO) that the SDO has considered suspension or debarment and determined that
further action is not required to protect the Government's interests. The applicant therefore must provide
information to Owner about its tax liability or conviction to Owner, who will then notify the FAA Airports
District Office, which will then notify the agency's SDO to facilitate completion of the required
considerations before award decisions are made.
Term Definitions
Felony conviction: Felony conviction means a conviction within the preceding twenty-four (24)
months of a felony criminal violation under any Federal law and includes conviction of an offense
defined in a section of the U.S. code that specifically classifies the offense as a felony and
conviction of an offense that is classified as a felony under 18 U. S.C. § 3559.
Tax Delinquency: A tax delinquency is any unpaid Federal tax liability that has been assessed, for
which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not
being paid in a timely manner pursuant to an agreement with the authority responsible for collecting
the tax liability.
A25 TERMINATION OF CONTRACT
A25.1 SOURCE
2 CFR § 200 Appendix I I(B)
FAA Advisory Circular 150/5370-10, Section 80-09
TERMINATION FOR CONVENIENCE (CONSTRUCTION & EQUIPMENT CONTRACTS)
Owner may terminate this contract in whole or in part at any time by providing written notice to
Contractor. Such action may be without cause and without prejudice to any other right or remedy of
Owner. Upon receipt of a written notice of termination, except as explicitly directed by Owner, Contractor
shall immediately proceed with the following obligations regardless of any delay in determining or
adjusting amounts due under this clause:
1. Contractor must immediately discontinue work as specified in the written notice.
2. Terminate all subcontracts to the extent they relate to the work terminated under the notice.
3. Discontinue orders for materials and services except as directed by the written notice.
4. Deliver to Owner all fabricated and partially fabricated parts, completed and partially completed
work, supplies, equipment and materials acquired prior to termination of the work, and as directed
in the written notice.
5. Complete performance of the work not terminated by the notice.
6. Take action as directed by Owner to protect and preserve property and work related to this
contract that Owner will take possession.
Owner agrees to pay Contractor for:
1) completed and acceptable work executed in accordance with the contract documents prior to the
effective date of termination;
2) documented expenses sustained prior to the effective date of termination in performing work and
furnishing labor, materials, or equipment as required by the contract documents in connection with
uncompleted work;
3) reasonable and substantiated claims, costs, and damages incurred in settlement of terminated
contracts with Subcontractors and Suppliers; and
4) reasonable and substantiated expenses to Contractor directly attributable to Owner's termination
action.
Owner will not pay Contractor for loss of anticipated profits or revenue or other economic loss arising out
of or resulting from Owner's termination action.
The rights and remedies this clause provides are in addition to any other rights and remedies provided by
law or under this contract.
TERMINATION FOR DEFAULT (CONSTRUCTION)
Section 80-09 of FAA Advisory Circular 150/5370-10 establishes conditions, rights, and remedies
associated with Owner termination of this contract due to default of Contractor.
A26 TRADE RESTRICTION CERTIFICATION
A26.1 SOURCE
49 USC § 50104
49 CFR part 30
TRADE RESTRICTION CERTIFICATION
By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant
contract, the Offeror —
1) is not owned or controlled by one or more citizens of a foreign country included in the list of
countries that discriminate against U.S. firms as published by the Office of the United States
Trade Representative (USTR);
2) has not knowingly entered into any contractor subcontract for this project with a person that is a
citizen or national of a foreign country included on the list of countries that discriminate against
U.S. firms as published by the USTR; and
3) has not entered into any subcontract for any product to be used on the Federal project that is
produced in a foreign country included on the list of countries that discriminate against U. S. firms
published by the USTR.
This certification concerns a matter within the jurisdiction of an agency of the United States of America
and the making of a false, fictitious, or fraudulent certification may render the maker subject to
prosecution under Title 18 USC Section 1001.
The Offeror/Contractor must provide immediate written notice to Owner if the Offeror/Contractor learns
that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by
reason of changed circumstances. Contractor must require subcontractors provide immediate written
notice to Contractor if at any time it learns that its certification was erroneous by reason of changed
circumstances.
Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49
CFR 30.17, no contract shall be awarded to an Offeror or subcontractor:
1) who is owned or controlled by one or more citizens or nationals of a foreign country included on
the list of countries that discriminate against U.S. firms published by the USTR or
2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign
country on such USTR list or
3) who incorporates in the public works project any product of a foreign country on such USTR list.
Nothing contained in the foregoing shall be construed to require establishment of a system of records in
order to render, in good faith, the certification required by this provision. The knowledge and information
of a contractor is not required to exceed that which is normally possessed by a prudent person in the
ordinary course of business dealings.
The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this
provision for certification without modification in all lower tier subcontracts. Contractor may rely on the
certification of a prospective subcontractor that it is not a firm from a foreign country included on the list
of countries that discriminate against U. S. firms as published by USTR, unless the Offeror has knowledge
that the certification is erroneous.
This certification is a material representation of fact upon which reliance was placed when making an
award. If it is later determined that Contractor or subcontractor knowingly rendered an erroneous
certification, Federal Aviation Administration (FAA) may direct through Owner cancellation of the
contract or subcontract for default at no cost to Owner or the FAA.
A27 VETERAN'S PREFERENCE
A27.1 SOURCE
49 USC § 47112(c)
VETERAN'S PREFERENCE
In the employment of labor (excluding executive, administrative, and supervisory positions), Contractor
and all sub -tier contractors must give preference to covered veterans as defined within Title 49 United
States Code Section 47112. Covered veterans include Vietnam -era veterans, Persian Gulf veterans,
Afghanistan -Iraq war veterans, disabled veterans, and small business concerns (as defined by 15 USC
632) owned and controlled by disabled veterans. This preference only applies when there are covered
veterans readily available and qualified to perform the work to which the employment relates.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
SP-1 SCOPE OF WORK
Work to be accomplished under these specifications, including the plans, consists of construction work
for LBB TaxiwayM andJ Rehabilitation Project includingbut not limitedto removal and replacement of failed
concrete panels, concrete spall repair, crack seal,j oint seat, a ndj oint beveling. Work includes both Base Bid and
Alternate item(s).
All labor, materials, and equipment necessary to complete Work called for in specifications and shown on
plans, shallbe fumishedby Contractor.
Payment for the various itemsof Workwillbe made as specified under variouspayment paragraphs o f
technical sections.
SP-2 BASIS OF CONTRACT
Award of this Contract willbe based on the lowest responsive/responsible bidder. Refer to t h e C ity o f
Lubbock. Texas boilerplate documents for additional information.
SP-3 TIME AND ORDER OF COMPLETION
Construction coveredby specifications shallbe completed (final completion) within 100 c ale ndar days
afterthedateof writtenNotice toProceed. Contractor may commence Work upon receipt of executed Contract and
commence work not later than the 10' day after date oftheNotice to Proceed.
Contractorwillbe permittedto prosecute certain portions of Work in order a nd manner of his own
choosing to the best interest ofProject;however, Work shall be conducted in such manner andw it h such materials,
equipment and labor as maybe required to insure completion per the plans and specifications within the time stated in
the Proposal and Contract. Contractor shall furnish Engineer with his proposed progress schedule and Quality C o ntrol
Plan for approval by Engineer before work is commenced on Project.
Other Contractors will be p erforming work for Owner in the same general area as that covered under this
Contract. Contractor shall be expected to coordinate his work with Work of other Contractors as may be required to
ensure that all work can be carried out with the leastpossibleinterference with the operation ofother Contractors or
Owner. Contractor's coordination with other Contractors shall require the approval of Engineer. Engineer reserves the
right to control and direct the sequence of operations in the areaswhere others will be working. Provision shall be made
for other Contractors to have suitable space to work and for storage ofmaterials, as well as access to these areas.
Contractor shallbe responsible for scheduling and implementing the various separate construction
operations involved in the construction ofthe improvements included in this Project. Completion shall be within t h e
time frames specified.
Contractor will prepare and submit for review his re c ommende d p has in g/scheduling p Ian p er the
following general guidelines.
Liquidateddama eg_swillbeassessedfordelayedcompletioninamountshownintheProposalSubmittal
Form under "Proposed Construction Tim e."
Stormwaterpollution prevention plan measures shallbe in -place and complete before commencement
of any construction work. Sta ging area preparation and construction will need to be performed be fore Work or a s
approved by Engineer.
01271719 SPECIAL PROVISIONS SP - 1
04/21
In all phases ofwork, Contractor shall keep all equipment, personnel, etc. clear ofprotecte d surfaces
on airfield as shown in "imaginary surfaces" detail in the plans and in the appendix of these specifications.
Any deviation from sequences o fconstruction mustbe submitted by Contractor in writing and will
require prior approval of Engineer and Owner.
Contractor shall schedule work well in advance of actual operations and shall keep Engineer advised of
this schedule so close coordination can be maintained with Director of Aviation. Portions ofthe taxiways willbe closed
as required for proper execution of Work, but at least 14 days' notice will be required before closing a ny p ortio n of a
taxiway.
SP-4 CALENDAR DAY
Time for completion ofProj ect and liquidated damages shall be perprovisions ofthese specifications. A
calendar day is defined as everyday shown on the calendar. Valid weather dayswillbe considered by Engineer.
SP-5 LIMITATION OF OPERATION
Each item ofwork shallbe completed without delay and in no instance shall Contractor be permitte d to
transfer his forces from uncompleted work to new work without the permission of Engineer. Contractor shall be
required to submit schedule ofoperations to Engineer for approval. Contractor shall not commence newwork to the
prejudice of work already started.
Contractor shall take all precautions necessary to ensure the safety of operating aircraft and their
passengers as wellas thatof his ownequipment andpersonnel. Special considerations shallbe given to flight schedules
and other aircraft operations. Contractor shall obey all instructions as to routes to betaken by equipment traveling
within the airport area. Contractor shall provide all such equipment with requirements specified in the CSPP.
Equipment shallb e kept clear o f a reas defined in the CSPP; personnel shall not enter areas o f the airport where aircraft
are operating without specific permission.
Nighttime construction activities must be coordinated with Engineer in advance ofthe workperformed.
All operationsshallbe coordinated, through Engineer, withDirectorof Aviation, to the end that no
interference with aircraft traffic on active runways, taxiways or aprons will result from the operations of Contractor,
except as specified. Construction activities will not be allowedwithin the safety area ofa ny a ctive runway or taxiway.
Contractor shall, at a minimum, usetheprocedures required in AC 150/5370-2 (latestversion) for construction within
the AOA. Safety areas for runways, taxiways, and taxi lanes can be obtained from Owner or Engineer if necessary.
Contractor shall maintain flagmen, as maybe required, to direct his construction traffic if it becomes . No
traffic shall ever cross an active runway or taxiway without having proper clearance from the control tower.
Trenches, "drop offs" and manhole excavations within the lim its o f the sa fety area o f any airfield pavin g
shallbe backfilledasoutlinedin these specifications bytheendof workday or workperiod. Excavations outside the
safety areas ofanyactive airfieldpaving shall be barricadedas outlined in these specifications to the sa tisfaction o f
Engineer by the end ofeach workday or work period. All excavations shall be backfilled as soon as practicable. No
open excavations shall be allowed within the safety area ofany active airfield p avement unless otherwise approved by
Owner and Engineer. FAA considers any deviation of more than inches above orbelowthe existing grade to be a
hazard to aircraft operations. FAA may issue warnings or fine the Airport for these violations. Such fines as may be
handed outby FAA as a result of Contractor's activities shallbe considered Contractor's responsib ility, and shall be
promptly paid by Contractor, at his sole expense.
Contractor shall schedule his workwell in advance ofactual operations and shall keep Engineer advised
of this schedule so that close coordination can be maintained with the Director of Aviation. Portions of the terminal
01271719 SPECIAL PROVISIONS SP - 2
04/21
apron and connecting Taxiways M and J will be closed as required for proper execution o f Work a sprovided the C SPP.
All runways will remain open at all times.
Contractor shall exert every effort to maintain the safety ofaircrafttraffic and shall acquaint himselfwith
the rules and regulations concerning aircraft traffic safety. Violations of the safety rules by Contractor's workmen shall
result in the discharge of such men per the General Conditions. Continued violations of safety rules and regulations by
Contractor, after having been notified of such violations byEngineer, shall constitute grounds for suspending
Contractor's operations until steps are taken that will insure a safe operation.
Contractor shall be required to equip vehicles used by his Project superintendent and Project foremen on
Project with radio receiver/transmitters for monitoring and/or maintaining direct communication with the FAA control
tower at Lubbock Preston Smith International Airport. Contractor will provide minimumtworadios, asspecified. At
completion o f Project, Contractor shall transfer ownership oftwo specified radios, chargers, and attachments to Owner.
Radios shallbe deliveredto Owner in goodworking condition. Costofthetwo radios, chargers, and attachments will
be considered subsidiary obligation of Contractor under this Project, and no separate, directpayment will be made.
Radios to be provided shall consist o f the following:
Two Icom America, Model I C-A6 (or latest equivalent model), with AC charger, DC charger,
carrying case, flexible antenna, headset adapter cable, headset desk charger, multi -charger, and
two 760 mAH heavy rechargeable battery packs.
Communication will be required at a frequency of 121.9 MHz for Lubbock ground control. Contractor
sha H monitor ground control at all tim e when within the Airport Operations Area (AOA). Radio contact shallbe
required when construction operations are in the vicinity of, or when crossing any portion o fthe Airc raft Movement
Area, or as directed by Engineer.
Contractor required to provide enough radios to maintain communication in allareas of work.
Contractor shall provide an area for parking all equipment not being used for construction purposes, and
for parking of employee vehicles. This area shallbe located away from the operational area ofthe airport in an area
approved by Engineer and Director ofAviation. No unauthorized employees or unauthorized vehicles will be a llo wed
within the operational area ofthe airport.
Hauling routes shall not be along or across anypaved airport street, road, apron, taxiway or runway
without specific written authorization from Engineer and the Director of Aviation. Any damage incurred by
Contractor's equipment shallbe repairedby and atthe expense of Contractor, and as requiredby Engineer and Director
of Aviation.
Contractor shallnot permit water to stand in any excavation adjacent to, or within, existing p avement s.
To ensure compliance with this requirement Contractor shall always maintain at the site not less than two d ewa terin g
pumps in good working condition that any excavation adjacenttoexistingpavementsis open. No work other than
dewateringoperations willbepermittedon Projectatanytimewateris standingin open excavations.
Contractor shall maintain the pavement surfaces which area llowedtobeused ashauling routes, in a
clean condition, as determinedby Director ofAviation.
Successful Bidder shall be subject to a pre -award review by the Sponsor/Owner and Federal Aviation
Administration, to determine previous compliance statusof Contractor.
Contractor shall be subjectto a pre -construction conference to discussphasing and Project safety control
after award of Contract. If Contractor would like to amend the proposedphasingplan it will be discussed, reviewed and
approved ormodifiedat this meeting.
01271719 SPECIAL PROVISIONS SP - 3
04/21
SP-6 AIRPORT OPERATIONS SECURITY
SP-6.1 General
Airport security is a vital part of Contractor responsibilities during this Project. The
following security guidelines and the rules and regulations ofthe L B B Operations Department (LBB OPS) and
Transportation Security Administration (TSA), shall be followed by Contractor and Contractor's employees,
subcontractors, suppliers, and representatives at all times during execution ofthis Project. Contractor shallbe directly
responsible for any and all fines orpenaltieslevied against the Airport asaresult ofanybreachof security or safety
caused by Contractor or Contractor's employees, subcontractors, suppliers or representatives.
SP-6.2 Airport Operations Area (AOA)
Airport operations area (AOA) shallbe definedas any portion ofAirport property normally
secured against unauthorized entry. AOA includes all areas specifically reserved for the operations of aircraft and
a ircra ft support equipment andpersonnel. Generally, AOA is defined by Airport! s outer se c urit y fencing and other
security measures at the Airport terminal building. When nece ss ary to crosspavement surface on the airfield,
Contractor shall inspect all paved surfaces for Foreign Object Debris (FOD), on a daily basis and before reopening
pavement surface to air traffic. DO NOT leave access under secure fence at anytime.
SP-6.3 Airport Operations -Issued SecurityBadges
Contractor shall be responsible for obtaining a photo -identification security badge issuedby
the LBB Operations for each supervisor or foreman ofeachwork crew working within AOA. Contractor shall obtain
LBB Operations security badges for at least one member of each work crew working in separate areas ofAOA. It is the
intent of these specifications that all individuals responsible to Contractor, including Contractor's employees,
subcontractors, suppliers, or representatives, eitherobtain anddisplay an LBB Operations securitybadge, orobtainand
display a Contractor -issued identification badge, as specified. AND be escorted or directly supervisedby an individual
disp la yin,g a current LBB Operations security badge.
Contractor may obtain LBB Operations security badges from Operations Department at the
LPSI Airport. LBB Operations reserves the right to lim it the number of security badges issued to Contractor. LBB
Op erations will charge Contractor a$50feeforeach security badge issued. Cost fora fingerprintverification will be
included in badge fee. An additional fee will be charged, as noted later in this section, for lost or destroyed badges.
LBB Operations securitybadges shallbe always womin aneasily visible location on the
person issuedthebadgeworkingwithinAOA.Badgeholdershallbe familiarwith and shall obey all security and
safety rules and regulations. LBB Operations security badge maybe confiscated, and all security rights revoked by
LBB Operations upon the breach of any security or safety regulations atthe discretion ofLBB Op erations. The h older
of an LBB Operations securitybadge shall surrenderbadgeat the completion of this Project, upon transfer or
termination ofemployment, or at any other time at the request ofLBB Operations.
Contractor shall conduct a background check of each applicant for LBB Operations
security badge utilizing standard background check forms provided by LBB Operations. Contractor shall be
responsible for completing the requiredforms, and for submitting the formsto LBB Operationsfor their review a s
early in Proj ect a s possible to avoid any construction delays. Forms for completing the required background check shall
be available through Director ofAviation'soffice after awardofProject. Background check shall showproof of
minimum five-year employmentrecord andwillbe reviewedby LBB Operations. LBB Operations shallbe responsible
for reviewing background checks. Only persons whose application is approvedby LBB Op e rations shallbe issued
security badges. LBB Operations reserves the right to bar from AOA any individuals found by background check to be,
in the opinion of LBB Operations, a risk to AOA security or safety.
At completion ofthis Project, Contractor shallreturnall LBB Operations -issued security
badges to LBB Operations. LBB Operationswill charge an additional $100 fee for each lost or destroyed LBB
Operations -issued security badge if not replaced. Ifthe lost badge is to be replaced, LBB operations will charge a $120
fee. All LBB Operations -issued security badges must be accounted for and surrendered at completion ofth is Project.
01271719 SPECIAL PROVISIONS SP - 4
04/21
Failure to account for and surrender all LB B Op eration-issued security b adges will constitute grounds for withho ldin g
reta inage fromthe final pay estimate amount.
SP-6.4 Contractor -Issued Identification Badges
Contractor shall be responsible for the identification ofeach of Contractor's employees,
subcontractors,suppliers, and representatives while these individuals operate withinAOA. Contractor shall be
responsible for issuing identification badges to each Contractor employees, subcontractors, suppliers, and
representatives operating within AOA. Contractor shall maintain a record of all persons issued a Contractor's
identification badge. This record shall include homeaddress andp hone number of each person issued a badge.
Contractor's record of a ll employees issued an identification badge shall be made available upon the request of L B B
Operations, Director ofAviation, orEngincer.
Format and content of Contractor -issued identificationbadge shallb e a pprove d by LB B
Operations before issuing. Identification badge shall display Contractor company name, employee name, and badge's
effective and expiration dates, and shall be plastic -laminated with a clip -on or pin -on method of attaching badge to the
holder's outer clothing. Identification badge shallbe worn in an easily visible location on the person issued the badge at
alltimes while operating within the AOA.
Contractor -issued identification badge shall not be transferable from individual to
individual, but issued to andcarriedby specific employee, subcontractor, supplier, or representative, issuedthe badge.
Contractor -issued identification badges shallbe renewed by Contractor every 30days during Project construction
period. Contractor shallbe responsible for all Contractor -issued identification badges. Allexpired identification badges
or badges invalidated by termination oftheholder's employment completion of construction activities, or other
reasons, shall be confiscated and retained by Contractor until end ofProj ect. It shall be Contractor's re spons ibilit y to
record and account for all Contractor -issued identification badges. All identification b a dges issuedby Contractor
during Project and records of said badges shall be transferred to the possession of LBB Operations at the completion of
Project.
Contractor -issued identification badge doesnotallow unlimited access toallareas within
AOA but willp erm it only escorted or directly supervised access to only those portions o f AOA under construction by
Contractor. Evgyindividual operating within AOA shall display either LBB Operations -issued security badge or
Contractor-issuedidentificationbadge at alltimes. All individual employees, subcontractors, suppliers, representatives,
orgroups of employees, subcontractors, suppliers, or representatives must always be escorted or directly supervisedby
an individual bearing a valid LBB Operations -issued security badge while within AOA. Persons within AOA not
possessing a valid LBB Operations -issued security badge, or escorted or directly supervised by an individual
possessing a valid LBB Operations -issued security badge, shallbe considered in violation of LBB Operations security
requirements and subject to immediate removal from AOA and any other disciplinary actions necessitated by LBB
Operations security arrangements.
SP-6.5 Contractor's Entrance Gate
Adj a centto Contractor's entrance gate, outside AOA, Contractor shall p ro vide aparking
area for Contractor's employee's personal automobiles. Limits ofthis parking/storage area shallbe as directedby
Engineer. At completion of this Project, any damage doneby Contractor to this area shallbe repaired to the satisfaction
of Engineer a tno additional cost to Owner. Repairs shall include, but not b e limited to, re grading a nd re s e edin g o r
repaving any damaged areas. Contractor shall be aware that proposed staging area and entrance gate willbe
shared with ongoing active Project.
Contractor shall be responsible for and shall control allmovement through Contractor's
entrance gate. Only authorizedpersonnel and vehicles shall be a Rowed to enter AOA through this gate. When not in
imm ediate use by Contractor, gate shall be securely locked by Contractor to prevent entrance by unauthorized persons
or vehicles. Upon request, Contractor shall provide Director ofAviation and LBB Operations with duplicate keys (for
key locks) or combinations (for combination locks) to the lock or locks used to secure Contractor's entrance gate to
AOA.
01271719 SPECIAL PROVISIONS SP - 5
04/21
If construction activities, such as hauling materials, require Contractor's entrance gate to
AOA remain open for long periods oftime, Contractor may, upon approval from Engineer, leave gate open andprovide
a full-timewatchguardatthe gate. Watchguardshallbe approved for and shall possess an LBB Operations -issued
security badge. Ifthis security arrangement is desired and approved, gate shall be mannedby wa tchgu ard as long as
gate remains open. Watchguard shallbe Contractor's representative andresponsible for all movementthrough the gate.
Again, only authorized persons and vehicles shall be allowed by Contractor's watchguard to enter AOA. At
Contractor's option, and upon approval o f Engineer, an automatic gate operator maybe installed in lieu of providing a
wa tchguard.
SP-6.6 Vehicle Escorts
All vehicles responsible to Contractor, suchassupplier's vehicles, entering AOA shall b e
escortedby an approved Contractor escortvehicle from the point o fAOA entry to construction site. Escort vehicle
shallbe clearly identifiedwith standard FAA markings and/orFAAflags. Inaddition, escortvehicle shall be marked
with Contractor's name.
Escort vehicle will be responsible for leading supply, delivery or other vehicles a cross the
active airfield, including active portions ofthe terminal apron. To facilitate safe movement of escort vehicle and the
escorted vehicles, driver of escort vehicle shallbe approved for, issued, and display LBB Operations s e c urity badge.
Further, escortvehicle driver shall be familiar with airport security and safety procedures and trained to drive in the
Aircraft Movement Area. Escort vehicle shall be equipped with an FAA radio, as specified herein, and driver of escort
vehicle shall be familiar with FAA radio and its operation and shall obey all instructions from Air Traffic Control
Tower.
SP-6.7 Challen&gUnauthmizedPersonnelorVehicles
Contractor and employees, subcontractors, suppliers, and representatives who have been
issued an LBB Op erations security badge shall be responsible for challenging anyperson or vehicle found on AOA or
other non-public areas who is not displaying a valid LBB Operations security badge, or who cannot produce a valid
LBB Operations securitybadge, orwho is notunder escort or under direct supervision ofa personpossessing a valid
LBB Operations securitybadge. Challenge shallconsist ofnotifyingthepersonhe is within a restricted area and
informing the person o f an appropriate exit route. LBB Operations shallbe immediately notified for further action, and
unauthorizedpersonshallbe kept under surveillance untilLBB Operationsarrive.
Any expired or altered badge, or any badge bearing a photograph not matchingbearer, shall
be brought to the attention o f LBB Operations and shallbe immediately confiscated by LBB Operations or Director of
Aviation.
SP-6.8 Equipment Exceedin220-foot Height
Any construction activity utilizing equipment in excessof2 0 feet shall have prior, written
approval of FAA. Contractor shallbe responsible for filing the prescribed forms for airspace clearance per Part 7 7 o f
Federal Aviation Regulations. Applications for airspace clearance mustbe submitted at least 30 days before beginning
construction activities. To avoid construction delays, Contractoris urged to file the prescribed forms in a timely
manner. Airspace clearance from the FAA mustbe approved b efore erection of crane or another hoisting device.
When requesting approval for tall equipment, the following information is required:
1. Exact locationof construction activities utilizing tall equipment.
2. Maximum height of equipment.
3. Durationof construction activities utilizingtall equipment.
4. Daily hoursofcrane or other hoisting device operation oftall equipment.
01271719 SPECIAL PROVISIONS SP - 6
04/21
Top of crane or other hoisting device shall be marked with a 3-footby 3 -foot safety -orange
and white checkered flag. Crane or other hoisting device shall be lowered at night or at c one lus ion of construction
activities, or during periods o fpoor visibility (ILS conditions) as directed by Director ofAviation, Engineer, or any
other time at direction ofDirector ofAviation or Engineer.
Contractor shall notifvEngineer and Director ofAviationatleast 48hours before actual
erection of crane or anotherhoistingdevice.
SP-7 CONTRACTOR'S PLANT SITE, STORAGE, AND OFFICE AREA(S)
Contractor shall make his own provisions for plant site, storage and office areas. IfContractordesires to
utilize an on -airport location, arrangements must be made with Director of Aviation. The following specific
requirements apply to on-airportplantsite, storage andoffice areas.
Contiactorwillbe held completely responsible foranydamage ordeterioration in areas
allowed forContractor's use. Contractor will also be responsible formaintenanc e o f a reas
and dust control for the duration ofProj ect.
Direct negotiation maybe conducted with Director o fAviation for any areas desired. Areas
used by Contractormaybe subjectto rentalrates andfees as identified by Director of
Aviation.
Any areas occupiedby Contractor and his forceswillbe required to be completely restored
by Contractor, athisexpense, includingbutnotlimited to regrading disturbed areas;
complete removal o f debris or any other material brought onto site by Contractor; complete
repla cement oftopsoil, turf, asphalt pavement, concrete slabs or drives, etc. that is worn,
deteriorated or damaged duringtheperiod Contractor and his forcesoccupy the area. All
restoration shallbe to satisfaction ofDirectorofAviation.
4. Before moving into an unpaved area, Contractor shall clear and grub area, and remove and
stockpile minimum 6 inches ofexisting topsoil. After completion of Pro j e ct a nd after
clearing site ofmaterials, equipment, and debris, Contractor shall replace, spread, and grade
salvagedtopsoil, followedby seeding and fertilizing.
5. All restoration activities shall be a ccomplished per applicable technical sp ec ificat ions of
these documents..
6. No direct paymentwillbe madeto Contractor forpreparingorre storing p lant site haul
routes, storage, or office areas.
7. For all Projectsthat have onsite concrete orhot-mix asphalt batch plant, and Projects
involving pug -mill produced material, a concrete -paved material stockpile area is required.
All materials to be incorporated into concrete, hot mix, CTB or other similar material mu st
be stockpiled ona specially prepared concrete padso thatstockpile contamination does not
occur. Cost associated with preparing the material stockpile pad is considered incidental to
mobilization item and should be fully removed at end of Project. Stockpile area shall be
restoredto pre -Project conditions as specified.
SP-8 PROTECTION OF PROPERTY
Contractor shall exercise care to prevent damage toallstructures, above or below ground, including
buildings, fences, pipelines, utilities, roads, etc., whetherpublicly or privately owned and including work perfonnedby
01271719 SPECIAL PROVISIONS SP - 7
04/21
others. Contractor shall be responsible for locating allundergroundfacilities that might be damaged by proposed
construction.
Contractor shall be responsible for all damage done to either public or privateproperty during course of
construction except as specifically provided otherwise in these specifications.
Various existing underground utilities and structures are shown on plans. Locations are believed
reasonably accurate butnot guaranteed. Though an efforthasbeen made to locate and mark, on plans, allundergro and
utilities, Contractor is hereinwamed thatunmarkedutifities may exist within construction area. Before construction,
Contractor shall coordinate activities with FAA Facilities,LBBOperations, private utility owners and Texas 811
Where conflicts encountered, Contractor shall coordinate action with the Engineer.
Certain taxiway and apron lights, signs, and electrical cables exist within the Project footprint. Contractor
sha H take a R steps necessary to protect these existing facilities during construction to assure continuous operationof
lights for runways, taxiways, and apron which will be open for night operations. Contra c for s h a ll p ro t e ct existing
lighting fixtures from damage during constructionby his operations. An inventory of existing fixtures shall betaken
before constructionbegins and Contractor shall be responsible for cost of replacement ofany fixtures damaged by
his operations.
SP-9 ELECTRIC POWER AND NATURAL GAS
Contractor shall make his own provisions for his electrical, natural ga s and other fuel requirements and
sha ll pay for electricity, gas or fuel consumed during the construction of Project. Contractor shall construct his own
service lines andsuch construction shall be in strict accordancewith allapplicable codes and laws.
SP-10 LINES AND GRADES
Contractorwillbe responsible forlayingout Work fromexisting paving and structures. Engineer will
check grade control and major layouts athis discretion, butthis checkwillnot relieve Contractorofhis responsibility
of correctly locating line and grade per the plans and specifications.
Engineer will take all measurements necessary for the determination of amount ofworkperfonned under
various items for which payment is provided. Whenever necessary, work will be suspended topennit this work, but
such suspensionwillbe as brief as practicable, and Contractor shallbe allowedno extra compensation therefor.
Contractor shall satisfy himself as to the accuracy of allmeasurements before constructing anypennanent
structure and shall nottake advantage ofany errors which may have been made in layingout Work. Such stakes and
markings as Engineer may set for either his own or Contractor's guidance shall be scrupulously preserved by
Contractor. In case of negligence on the part of Contractor or his employees, resulting in the destruction of such stakes
ormarkings, anamountequalto the costof replacing same may be deducted from subsequent estimates due
Contractor, atdiscretionofEngineer.
SP-11 WATER FOR CONSTRUCTION
Contractor shall make his ownprovisions forhis water requirements and shall pay for all water consumed
during construction ofProj ect. Contractor shallmake his own arrangements for connectionsto existing water mains
and fire hydrants and piping or hauling the water to point where the waterrequired, all athis own expense.
Arrangements for the location ofwater sources andforpayment for water consumed by Contractor
during construction shall be made directly with the C ity o f Lubbock. Texas water utility department.
01271719 SPECIAL PROVISIONS SP - 8
04/21
SP-12 MATERIAL TESTS
Various tests on materials of construction are required in the specifications. In general, Contractor shall
bear cost ofallmaterialtestsrequiredbefore approval of a material source or mix design. City will bear cost of all
passing commercial laboratory quality assurance (QA) tests required during construction and Contractor shall bear cost
of a ll fa iling QA construction tests. Refer to Technical Specifications for tests required o f C ontractor.
SP-13 BARRICADES, SIGNS, AND HAZARD MARKINGS
Contractor shall provide, erect, andmaintain all necessary barricades, signs, danger signals, and lights for
the protection ofWorkandthe safety ofthepublic forboth land and airtraffic. All Contractor'svehiclesorequipment
within the AOA shall carry FAA standard markings or flags. Movement ofvehiclesresponsible to Contractor shall be
underescort, as specifiedin Paragraph SP-6, AIRPORT OPERATIONS SECURITY.
Portions ofTaxiwaysM andJ closedto traffic shallbe protected by effective barricades. Spacing of
barricades shallbe as directed by Engineer. Barricades for pavements closed to traffic shall consist of heavy-duty
barricades with reflective striping and a flashing light on each end as shown in detail on the plans. Barricades shall be
spaced with no more than 4' clearance between ends. Suitable warning signs illuminated atnightby acceptable light
units, shallbe provided for closed runways, taxiways and roadways. Obstructions shallbe illuminatedatnight. Proper
illumination ofobstructionsis criticalto the safeoperationofaircrafton the Airport. All wa rning lights shall be
equipped with photocell controls to automatically turn on the lights at night and turn them off at daytime. Ligh ts shall
be checked daily by Contractor to assure that batteries or power cells are in workin a order. In addition, light s shallbe
checked by Contractor atnig tonadailybasis.Anylightsfoundtobeoutoforder,flashingweakly or in otherwise
less than acceptable operating condition shall be immediatelyreplacedorrepaired. Engineer may pend work on
Project if Contractor's warning lights not maintained in an acceptable manner. A $ 2 5.0 0 charge will be a s s e s s ed
Contractor for each light, per day, found to be inoperative by Owner's personnel or representatives.
SP-14 PREVENTION OF AIR AND WATER POLLUTION
Contractor shall use suitableprecautiontominimize air and water pollution during the progress ofwo rk.
Contractor shall comply with directives given by Engineer in implementation ofthe letter and intent ofFAA Advisory
Circular 150/5370-10, Item C-102 entitled "Temporary Air and Water Pollution, Soil Erosion, and Siltation Control."
Item C-102, entitled "Temporary Air and Water Pollution Soil Erosion, and Siltation Control," is included in technical
specifications for this Project.
SP-15 PROGRESS SCHEDULE
Within 10 days after award of Contract, Contractor shall submit a progress schedule for Proj ect. Progress
schedule shall be prepared in a form suitable to Engineer and shall show proposed starting and completion dates for
each phase ofconstruction and each item of work within each phase. Progress schedule shall include a "Percent
Complete Curve," with monthly amount, cumulative amount and cumulative percent. Progress schedule, when
submitted in suitable form and provided the schedule indicates certain completion of Project within time specified, will
be approved in writing by Engineer.
Revision or changes in the approvedprogress schedule maybe made only with approval of Engineer.
SP-16 PUBLIC CONVENIENCE AND SAFETY
Materials stored on airport shall be so placed and Work always conducted as to cause no greater
obstruction to the air and ground traffic than is considerednecessary by Engineer. Inp rot ect ing operational areas,
minimum clearances maintained for runways shall agree with Part 77 ofthe Federal Aviation Regulations. During
construction of Proj ect, Contractor shall also maintain operational safety on Airport per FAA Advisory Circular
01271719 SPECIAL PROVISIONS SP - 9
04/21
15 0/5370-2 (latest version), "Operational Safety on Airports During Construction." No runway, taxiway, apron, or
roadwayshallbe closed or opened exceptby express permission from Engineer andDirectorofAviation.
Contractor shall be responsible form aintaining the pavement free ofa 11 rocks, gravel, dirt, and other
debris in areas where hauling is permitted on or across any active apron, runway or taxiway, or in areas temporarily
closed which are subject to opening on short notice. All rocks, gravel, dirt, or other debris shall be removed
immediatelyby Contractor.
SP-17 FINAL CLEANING UP
As each intermediate phase ofwork is completed and before opening any portion of any airfield
pavement, Contractor shall be responsible for cleaning construction site and a djacentpavement as specified.
Upon completion ofWork and before acceptance and final payment will be made, Contractor shall
remove from the site allmachinery, equipment, surplus, and discarded materials, rubbish, and temporary structures.
Material cleared from site and deposited onpropertyadjacent not considered as disposed satisfactorily. Cost of
"Cleanup" shallbe included as apart ofthe cost ofthe various items ofwork involved, andno direct compensation will
be made forthis work
SP-18 INSURANCE
Contractor shall not begin work -under this Contract until hehas obtained all insurance as requiredin
General Conditions ofthe Agreement, fumishedproof of same to Owner, and Owner shall have approved same.
Insurance coverage indicated in General Conditions shall also include Parkhill (Engineer) as an additional
insured.
Coverage shallextendto all subcontractors unless proofofminimum coverage required is submitted
separately by each subcontractor not so covered.
SP-19 REMOVAL AND DISPOSAL OF STRUCTURES, UTILITIES, AND
OBSTRUCTIONS
All structures, utilities or obstructions found on the airport and shown on the plans which are n of t o
remain in place, or which are not to be used in the new construction shall be removed as directed by Engineer. Unless
specified in proposal, this work shall not be paid for separately but shall be considered as subsidiary obligation of
Contractor covered under other Contract items. All material found on airport or removed therefrom sh all re main th e
property of Owner, unless otherwise indicated. Allmaterials and debris specified to be disposed ofby Contractor shall
become property of Contractor and shall be properly disposed ofoffthe airport property by Contractor.
SP-20 CONFORMITY WITH PLANS AND ALLOWABLE DEVIATIONS
Finished surfaces shall conform to the lines, grades, cross sections and dimensions. Any deviation from
plans which maybe requiredby the exigencies ofconstruction shallbe determined by Engineer and authorized by him
in writing.
SP-21 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK
All work which has been rej ected or condemned shall be repaire d or, if it cannot be satisfactorily
repaired, removed andreplaced at Contractor's expense. Materials not conforming to the requirements of the
specifications shall be removed immediately from the site of Work and replaced with satisfactory material by
Contractorathis expense.
01271719 SPECIAL PROVISIONS SP - 10
04/21
Work done beyond that shown on the plans, or as given, except as herein provided, work done without
proper inspection, or any extra or unclassified work done without written authority and prior agreement in writing as to
prices, will be done at Contractor's risk and will be considered unauthorized and, at the option of Engineer, may not be
measured and paid for and maybe ordered removed and replaced at Contractor's expense.
Upon failure ofContractorto repair satisfactorily orto remove andrep lace, if so directed, rejected,
unauthorized, or condemnedwork ormaterials immediately after receiving formal notice from Engineer, Owner may
recover for such defective workormaterials on Contractor's bond, orbyactionin a courthavingprop er j urisdiction
over such matters, or may employ labor and equipment and satisfactorily repair or remove and replace such work and
charge the costofthe sameto Contractor, which cost willbe deducted from any money due him.
SP-22 DISPUTED CLAIMS FOR EXTRA WORK
Inca se Contractor deems extra compensation is due him for work on materials not clearly covered in the
Contract, ornot ordered by Engineer as anextra, Contractor shall notify Engineer in writingof his intention to make
claim for suchextra compensation before he begins Work onwhichhebases the claim and shall afford Engineer every
facility for keeping actual cost o f Work. Failure on the part of Contractor to give such notification or to afford Engineer
proper facilities for keeping strict account of actual costs shall constitute a waiver of the claim for such extra
compensation. Thefilingof suchnotice by Contractor and the keepingof costs byEngineershall not in any way be
construed to prove validity ofthe claim. When Work has been completed, Contractor shall within 10 days file his claim
for extra compensation with Engineer, who will present it to Owner for consideration.
SP-23 FEDERAL PARTICIPATION
The attention of Contractor is invited to the fact the United States Govemmentmaypay aportion of the
cost of these improvements. The construction work will be subject to such inspection by the Administrator of t h e
Federal Aviation Administration or his agents as maybe deemed necessary to meet with the above requirements wh e n
Federal funds are used, but such inspection will in no sense make the Federal Government a partyto this Contract and
will in noway interfere with the rights ofeitherparty to the Contrast.
SP-24 INDEMNIFICATION
Contractor shall indemnify and hold harmless and defend Owner, Agent, Engineer, and all of Owner's
officers, agents and employees from all suits, actions, claims, damages, personal injuries, losses, property damage and
expenses ofany chaiacter whatsoever, including attorneys fees, brought for or on a ccount of any injuries or damages
received or sustained by any person or persons or property, on account ofany negligent act ofContractor, their agents
or employees, or any subcontractor, in the execution, supervision and operations growing out of or in anyway
connected with the performance ofthis Contract, and Contractor will be required to pay any judgment with costs which
maybe obtained against Owner, Engineer or any ofits officer, agents or employees, includingattorney's fees.
Contractor agrees that he will indemnify and save Owner and Engineer harmless from a ll claims growing
out of any demands of subcontractors, laborers, workmen, mechanics, materialmen, and furnishers ofmachinery and
parts thereof, equipment, power tools, all supplies, including commissary incurred in the furtherance ofperformance of
this Contract. When Owner so desires, Contractor shall furnish satisfactory evidence that all obligations of nature
hereinabove designated have been paid, discharged, orwaived.
01271719 SPECIAL PROVISIONS SP - 11
04/21
SP-25 OPENING OF SECTION OF AIRPORT TO TRAFFIC
Whenever, in opinion of Engineer and LBB Operations, a portions of Taxiway M and J is in an
acceptable condition, it maybe opened to traffic upon the written order o f Engineer. Opening any section o f Work will
be held as anacceptance of said sectionbut not considered as a waiver ofany ofthe provisions ofthese specifications
orContract. Pending final completion andacceptance ofWork, all necessary repairs and renewals on any section
opened, due to defective material or work, to naturalcauses other than ordinary wear and tear, or to operations of
Contractor, shallbeperformedbyand atexpense ofContractor.
SP-26 CONTRACTOR'S RESPONSIBILITY FOR WORK
Until acceptance by Engineer ofany part or allof the construction, as provided for in these specifications,
it shallbe underthecharge andcareof Contractor, and he shall take every necessary precaution against injury or
damageto anypartofWorkby actionof elements orfromany othercause whatsoever, whether arising from the
execution or from the non-executionofWork. Contractor shall rebuild, repair, restore, and make good, at his own
expense, allinjuries ordamageto anyportion ofWork occasioned by any ofthe above causes before its completion
and acceptance.
SP-27 CORRECTION OF FAULTY WORK AFTER FINAL PAYMENT
Making final payment byOwnerto Contractor shallnotrelieve Contractor ofresponsib ility for faulty
materials orworkmanship. Contractor shallpromptly replace any such defects discovered within oneyear from the date
of written final acceptance of Work.
Performance Bond shall remain in effectuntil one year after the date ofthe written final acceptance of
Work to insure compliance by Contractor with the requirements of this paragraph.
SP-28 SEPARATE CONTRACTS
Owner reservesthe right to let other Contracts in connection with or in the vicinity of Project. Contractor
sha ll afford other Contractors reasonable opportunity for the introduction and storage o f materia is and execution of
work and shall coordinatehis work andtheirs. Contractor's coordination with other Contractors shall require approval
of Engineer. See Paragraph SP-3 for additional requirements concerning separate Contracts.
SP-29 SHOP DRAWINGS AND SUBMITTAL PROCEDURES
Contractor shall submitto Engineerwith suchpromptness as to causeno delay in his own workor in that
of any other Contractor, electronic copies of a ll shop and/or submittal drawings and schedules required for Work ofthe
various trades, and Engineer shall pass upon them with reasonable promptness, making required corrections. Contractor
shallmake any correctionsrequired by Engineer and file with him the corrected electronic file. Engineer's approva 1 o f
such drawings or schedules shall not relieve Contractor from responsibility for deviations from drawings or
specifications, unless he has in writing called Engineer's attention to such deviations at the tim e of submission nor shall
it relieve him from responsibility for errors ofany sort in shop drawings or schedules.
Transmit each submittal with Contractor's standard tra nsmittal letter inc In ding Contractor's name,
address and phonenumber. Identify Project, Contractor, subcontractor, orsupplier; pertinent Drawing sheet and
detailnumber(s), and specification Sectionnumber, as appropriate. Apply Contractor's stamp, signed or initialed
certifying that review, verification of Products required, field dimensions, adjacent construction Work, and
coordinationof information, is perthe requirements of Work and Contract Documents. Schedule submittals to
expedite Proj ect and deliver to Engineer at his business address. Coordinate submission of related items. Identify
variations from Contract Documents andProductor system limitations which may be detrimental to successful
p erformance of the completed Work. Distribute copies of reviewed submittals to concerned parties. Instructp art ie s
to promptly report any inability to comply with provisions.
01271719 SPECIAL PROVISIONS SP - 12
04/21
Format:
1. Submit all submittals digitally using PDF file extension. Each submittal shall be a single PDF
file including transmittal letter. Multiple files forthe same submittal will not be accepted.
2. Submittals in any other format, including ZIP files, will be rejected.
3. All Submittals shallbe uploadedto the ParkhillProcore system.
4. Hard copies will not be accepted.
5. To ensure each page is legible, PDF pages of drawings shallbe same size/scale as a hard copy.
Where applicable, scale symbols should be provided to indicate scale. Illegible sub in ittaIs will
berejected.
Submittal procedures described in this Article applies to the Construction Progress Schedule, Products
List, Shop Drawings, Product Data, Samples (actual samples to be submitted, not digital files), Design Data, Test
Reports, Certificates, Manufacturer's Instructions and Field Reports, and any other type of submittal submitted to
Engineer.
SP-30 ENGINEER
Whenever `Engineer" is used in this Contract, it shall be understood as referring to Parkhill, Con su ltin g
Engineers, Engineer of Owner, or such other Engineer, Supervisor, or Inspector as may be authorized by said Owner to
act in anyparticular.
SP-31 TRENCH SAFETY
Not applicableto this Project.
SP-32 ENGINEER'S FIELD OFFICE
Not applicable for this Project.
SP-33 PROGRESS MEETINGS
A regularly scheduledprogress meeting will be held not less than every two weeks and at other times as
required by progress of Work. Contractor, Owner, Engineer and all subcontractors active on the site shall be
represented. Engineer shall coordinate and preside at them eetings and provide for keeping and distributing minutes of
the meetings. The purpose ofthe meetings shallbe to review progress of Work, maintain coordination of efforts,
discuss scheduling and resolve any problems relating to Work.
SP-34 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) NOTIFICATION
Owner and Engineer shall be notified in writing at least 72 hours in a dvanc e if any water line or fire
hydrant will be out of service. 72-hour advance notification shall also beprovided before perform in g anywork that
m a y clo se or a ffect an emergency rescue and firefighting route.
SP-35 GEOTECHNICAL INFORMATION
A subsurface geotechnical exploration for this Project was conductedby PaveTex, Lubbock, Texas.
Geotechnical information collected during this exploration is included in Appendix B ofthese specifications.
Geotechnical explorations were made to secure information for use during design of Project. The fact that
the gotechnical information is includedherein does not constitute a warranty by Owner or Engineer as to subsurface
conditions which mightbe encountered during construction ofProject. It is the responsibility ofthe Bidder to satisfy
himself as to the subsurface conditions.
01271719 SPECIAL PROVISIONS SP - 13
04/21
SP-36 OVERHEAD EQUIPMENT SAFETY
Contractor shall strictly comply with all requirements of the Occupational Safety and Health
Administration (OSHA) —OSHA A26.55 0 (a) (15) when operating cranes and overhead equipment in the vicinity of
overheadpower lines.
01271719 SPECIAL PROVISIONS SP - 14
04/21
TECHNICAL SPECIFICATIONS
12/21/2018 AC 150/5370-1OH
Item C-100 Contractor Quality Control Program (CQCP)
100-1 General. Quality is more than test results. Quality is the combination of proper materials, testing,
workmanship, equipment, inspection, and documentation of the project. Establishing and maintaining a
culture of quality is key to achieving a quality project. Contractor shall establish, provide, and maintain an
effective Contractor Quality Control Program (CQCP) that details the methods and procedures that will be
taken to assure that all materials and completed construction required by this contract conform to contract
plans, technical specifications and other requirements, whether manufactured by Contractor, or procured
from subcontractors or vendors. Although guidelines are established and certain minimum requirements
are specified here and elsewhere in the contract technical specifications, Contractor shall assume full
responsibility for accomplishing the stated purpose.
Contractor shall establish a CQCP that will:
a. Provide qualified personnel to develop and implement the CQCP.
b. Provide to produce acceptable quality materials.
c. Provide sufficient information to assure that the specification requirements can be met.
d. Document the CQCP process.
Contractor shall not begin any construction or production of materials incorporated into the completed work
until CQCP has been reviewed and approved by Engineer and until Preconstruction Meeting is completed
If the CQCP is not submitted and approved by the Preconstruction Meeting, Notice to Proceed (NTP) will
still be issued at the Preconstruction Meeting and contract time will commence. Contractor may begin
construction on items not pertaining to CQCP overview. No partial payment will be made for materials
subject to specific quality control (QC) requirements if installed before CQCP has been reviewed and
approved.
QC requirements contained in this section and elsewhere in the contract technical specifications are in
addition to and separate from the quality assurance (QA) testing requirements. QA testing requirements are
the responsibility of Engineer or Contractor as specified in the specifications.
A Quality Control (QC)/Quality Assurance (QA) workshop with Engineer, Resident Project Representative
(RPR), Contractor, subcontractors, testing laboratories, and Owner's representative will be held in
conjunction with the Preconstruction Meeting. QC/QA workshop will be facilitated by Contractor with
participation by all required CQCP personnel. Items to be addressed, at a minimum, will include:
a. Review of CQCP including submittals, QC Testing, Action & Suspension Limits for Production,
Corrective Action Plans, Distribution of QC reports, and Control Charts.
b. Discussion of QA program.
c. Discussion of QC and QA Organization and authority including coordination and information
exchange between QC and QA.
d. Establish regular meetings to discuss control of materials, methods and testing.
e. Establishment of the overall QC culture.
Item C-100 Contractor Quality Control Program (CQCP)
12/21/2018 AC 150/5370-1OH
100-2 Description of program.
a. General description. Contractor shall establish a CQCP to perform QC inspection and testing of all
items of work required by the technical specifications, including those performed by subcontractors. CQCP
shall ensure conformance to applicable specifications and plans with respect to materials, off -site
fabrication, workmanship, construction, finish, and functional performance. CQCP shall be effective for
control of all construction work performed under this Contract and shall specifically include surveillance
and tests required by the technical specifications, in addition to other requirements of this section and any
other activities deemed necessary by Contractor to establish an effective level of QC.
b. Contractor Quality Control Program (CQCP). Contractor shall describe the CQCP in a written
document that shall be reviewed and approved by RPR prior to the Preconstruction Meeting. Written CQCP
shall be submitted to RPR for review and approval at least 14 calendar days before the Preconstruction
Meeting. Contractor's CQCP and QC testing laboratory must be approved in writing by RPR prior to the
Notice to Proceed (NTP).
CQCP shall be organized to address, at minimum:
1. QC organization and resumes of key staff;
2. Project progress schedule;
3. Submittals schedule;
4. Inspection requirements;
5. QC testing plan;
6. Documentation of QC activities and distribution of QC reports;
7. Requirements for corrective action when QC/QA acceptance criteria are not met;
Material quality and construction means and methods. Address all elements applicable to the
project that affect the quality of the pavement structure including subgrade, subbase, base, and
surface course. Some elements that must be addressed include, but is not limited to mix design,
aggregate grading, stockpile management, mixing and transporting, placing and finishing,
quality control testing and inspection, smoothness, laydown plan, equipment, and temperature
management plan.
Contractor must add any additional elements to CQCP necessary to adequately control all production and/or
construction processes required by this contract.
100-3 CQCP organization. CQCP shall be implemented by the establishment of a QC organization. An
organizational chart shall be developed to show all QC personnel, their authority, and how these personnel
integrate with other management/production and construction functions and personnel.
The organizational chart shall identify all QC staff by name and function and shall indicate the total staff
required to implement all elements of CQCP, including inspection and testing for each item of work. If
necessary, different technicians can be used for specific inspection and testing functions for different items
of work. If an outside organization or independent testing laboratory is used for implementation of all or
part of the CQCP, the personnel assigned shall be subject to the qualification requirements of paragraphs
100-03a and 100-03b. The organizational chart shall indicate which personnel are Contractor employees
and which are provided by an outside organization.
QC organization shall, as a minimum, consist of the following personnel:
a. Program Administrator. Contractor Quality Control Program Administrator (CQCPA) must be a
full-time [on -site] employee of Contractor, or a consultant engaged by Contractor. CQCPA must have
Item C-100 Contractor Quality Control Program (CQCP) 2
12/21/2018 AC 150/5370-1OH
a minimum of five years of experience in QC pavement construction with prior QC experience on a project
of comparable size and scope as the contract.
Included in the five years of paving/QC experience, CQCPA must meet at least one of the following
requirements:
(1) Professional Engineer with one year of airport paving experience.
(2) Engineer -in -training with two years of airport paving experience.
(3) National Institute for Certification in Engineering Technologies (NICET) Civil Engineering
Technology Level IV with three years of airport paving experience.
(4) An individual with four years of airport paving experience, with a Bachelor of Science Degree
in Civil Engineering, Civil Engineering Technology or Construction.
CQCPA must have full authority to institute any and all actions necessary for the successful implementation
of CQCP to ensure compliance with the contract plans and technical specifications. CQCPA authority must
include the ability to immediately stop production until materials and/or processes comply with contract
specifications. CQCPA must report directly to a principal officer of the construction firm. CQCPA may
supervise the Quality Control Program on more than one project if person can be at the job site within two
hours after being notified of a problem.
b. QC technicians. A sufficient number of QC technicians necessary to adequately implement CQCP
must be provided. These personnel must be either engineers, engineering technicians, or experienced
craftsman with qualifications in the appropriate field equivalent to NICET Level II in Civil Engineering
Technology or higher with a minimum two years of experience in their area of expertise.
QC technicians must report directly to CQCPA and shall perform the following functions:
(1) Inspection of all materials, construction, plant, and equipment for conformance to technical
specifications, and as required by paragraph 100-6.
(2) Performance of all QC tests as required by the technical specifications and paragraphl00-8.
(3) Performance of tests for RPR when required by the technical specifications.
Certification at an equivalent level of qualification and experience by a state or nationally recognized
organization will be acceptable in lieu of NICET certification.
c. Staffing levels. Contractor shall provide sufficient qualified QC personnel to monitor each work
activity at all times. Where material is being produced in a plant for incorporation into the work, separate
plant and field technicians shall be provided at each plant and field placement location. The scheduling and
coordinating of all inspection and testing must match the type and pace of work activity. CQCP shall state
where different technicians will be required for different work elements.
100-4 Project progress schedule. Critical QC activities must be shown on the project schedule as required
by Section 80, paragraph 80-03, Execution and Progress.
100-5 Submittals schedule. Contractor shall submit a detailed listing of all submittals (for example, mix
designs, material certifications) and shop drawings required by the technical specifications. The listing can
be developed in a spreadsheet format and shall include, at minimum:
a. Specification item number;
b. Item description;
c. Description of submittal;
d. Specification paragraph requiring submittal;
e. Scheduled date of submittal.
Item C-100 Contractor Quality Control Program (CQCP)
12/21/2018 AC 150/5370-1OH
100-6 Inspection requirements. QC inspection functions shall be organized to provide inspections for all
definable features of work, as detailed below. All inspections shall be documented by Contractor as
specified by paragraph 100-9.
Inspections shall be performed as needed to ensure continuing compliance with contract requirements until
completion of the particular feature of work. Inspections shall include the following minimum
requirements:
a. During plant operation for material production, QC test results and periodic inspections shall be used
to ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning
to meet the approved mix design and other requirements of the technical specifications. All equipment used
in proportioning and mixing shall be inspected to ensure its proper operating condition. CQCP shall detail
how these and other QC functions will be accomplished and used.
b. During field operations, QC test results and periodic inspections shall be used to ensure the quality
of all materials and workmanship. All equipment used in placing, finishing, and compacting shall be
inspected to ensure its proper operating condition and to ensure that all such operations are in conformance
to the technical specifications and are within the plan dimensions, lines, grades, and tolerances specified
CQCP shall document how these and other QC functions will be accomplished and used.
100-7 Contractor QC testing facility.
a. For projects that include Item P-401, Item P-403, and Item P-404, Contractor shall ensure facilities,
including all necessary equipment, materials, and current reference standards, are provided that meet
requirements in the following paragraphs of ASTM D3666, Standard Specification for Minimum
Requirements for Agencies Testing and Inspecting Road and Paving Materials:
• 8.1.3 Equipment Calibration and Checks;
• 8.1.9 Equipment Calibration, Standardization, and Check Records;
• 8.1.12 Test Methods and Procedures
b. For projects that include P-501, Contractor shall ensure facilities, including all necessary equipment,
materials, and current reference standards, are provided that meet requirements in the following paragraphs
of ASTM C1077, Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in
Construction and Criteria for Testing Agency Evaluation:
• 7 Test Methods and Procedures
• 8 Facilities, Equipment, and Supplemental Procedures
100-8 QC testing plan. As a part of the overall CQCP, Contractor shall implement a QC testing plan, as
required by the technical specifications. Testing plan shall include the minimum tests and test frequencies
required by each technical specification Item, as well as any additional QC tests Contractor deems necessary
to adequately control production and/or construction processes.
QC testing plan can be developed in a spreadsheet fashion and shall, at minimum, include:
a. Specification item number (e.g., P-401);
b. Item description (e.g., Hot Mix Asphalt Pavements);
c. Test type (e.g., gradation, grade, asphalt content);
d. Test standard (e.g., ASTM or American Association of State Highway and Transportation Officials
(AASHTO) test number, as applicable);
e. Test frequency (e.g., as required by technical specifications or minimum frequency when
requirements are not stated);
Item C-100 Contractor Quality Control Program (CQCP) 4
12/21/2018 AC 150/5370-1OH
L Responsibility (e.g., plant technician);
g. Control requirements (e.g., target, permissible deviations);
QC testing plan shall contain a statistically based procedure of random sampling for acquiring test samples
in accordance with ASTM D3665. RPR shall be provided the opportunity to witness QC sampling and
testing.
All QC test results shall be documented by Contractor as required by paragraph 100-9.
100-9 Documentation. Contractor shall maintain current QC records of all inspections and tests performed.
These records shall include factual evidence that the required QC inspections or tests have been performed,
including type and number of inspections or tests involved; results of inspections or tests; nature of defects,
deviations, causes for rejection, etc.; proposed remedial action; and corrective actions taken.
These records must cover both conforming and defective or deficient features and must include a statement
that all supplies and materials incorporated in the work are in full compliance with the terms of the contract.
Legible copies of these records shall be furnished to RPR daily. The records shall cover all work placed
subsequent to the previously furnished records and shall be verified and signed by CQCPA.
Contractor QC records required for the contract shall include, but not necessarily limited to:
a. Daily inspection reports. Each Contractor QC technician shall maintain a daily log of all inspections
performed for both Contractor and subcontractor operations. These technician's daily reports shall provide
factual evidence that continuous QC inspections have been performed and shall, as a minimum, include the
following:
(1) Technical specification item number and description;
(2) Compliance with approved submittals;
(3) Proper storage of materials and equipment;
(4) Proper operation of all equipment;
(5) Adherence to plans and technical specifications;
(6) Summary of any necessary corrective actions;
(7) Safety inspection.
Daily inspection reports shall identify all QC inspections and QC tests conducted, inspection results,
location and nature of defects, causes for rejection, and remedial or corrective actions taken or proposed.
Daily inspection reports shall be signed by responsible QC technician and CQCPA. RPR shall be provided
at least one copy of each daily inspection report on the workday following the day of record. When QC
inspection and test results are recorded and transmitted electronically, the results must be archived.
b. Daily test reports. Contractor shall be responsible for establishing a system that will record all QC
test results. Daily test reports shall document:
(1) Technical specification item number and description;
(2) Test designation;
(3) Location;
(4) Date of test;
(5) Control requirements;
(6) Test results;
(7) Causes for rejection;
(8) Recommended remedial actions;
(9) Retests.
Item C-100 Contractor Quality Control Program (CQCP)
12/21/2018 AC 150/5370-1OH
Test results from each day's work period shall be submitted to RPR prior to the start of the next day's work
period. When required by the technical specifications, Contractor shall maintain statistical QC charts. When
QC daily test results are recorded and transmitted electronically, the results must be archived.
100-10 Corrective action requirements. CQCP shall indicate the appropriate action to be taken when a
process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken
to bring the process into control. The requirements for corrective action shall include both general
requirements for operation of CQCP as a whole and for individual items of work contained in technical
specifications.
CQCP shall detail how the results of QC inspections and tests will be used for determining the need for
corrective action and shall contain clear rules to gauge when a process is out of control and the type of
correction to be taken to regain process control.
When applicable or required by the technical specifications, Contractor shall establish and use statistical
QC charts for individual QC tests. Requirements for corrective action shall be linked to the control charts.
100-11 Inspection/observations by RPR. All items of material and equipment are subject to inspection
and/or observation by RPR at the point of production, manufacture or shipment to determine if Contractor,
producer, manufacturer or shipper maintains an adequate QC system in conformance with the requirements
detailed here and the applicable technical specifications and plans. In addition, all items of materials,
equipment and work in place shall be subject to inspection and/or observation by RPR at the site for the
same purpose.
Inspection/observations by RPR does not relieve Contractor of performing QC inspections of either on -site
or off -site Contractor's or subcontractor's work.
100-12 Noncompliance.
a. Resident Project Representative (RPR) will provide written notice to Contractor of any
noncompliance with their CQCP. After receipt of such notice, Contractor must take corrective action.
b. When QC activities do not comply with either CQCP, contract provisions, or when Contractor fails
to properly operate and maintain an effective CQCP, and no effective corrective actions have been taken
after notification of non-compliance, RPR will recommend Owner take the following actions:
(1) Order Contractor to replace ineffective or unqualified QC personnel or subcontractors; and/or
(2) Order Contractor to stop operations until appropriate corrective actions are taken.
METHOD OF MEASUREMENT
100-13 Basis of measurement and payment. Contractor Quality Control Program (CQCP) is for
personnel, tests, facilities and documentation required to implement the CQCP. CQCP will be paid as a
lump sum with the following schedule of partial payments:
a. With first pay request, 25% with approval of CQCP and completion of the Quality Control
(QC)/Quality Assurance (QA) workshop.
b. When 25% or more of the original contract is earned, an additional 25%.
c. When 50% or more of the original contract is earned, an additional 20%.
d. When 75% or more of the original contract is earned, an additional 20%
e. After final inspection and acceptance of project, the final 10%.
Item C-100 Contractor Quality Control Program (CQCP)
12/21/2018 AC 150/5370-1OH
BASIS OF PAYMENT
100-14 Payment will be made under:
Item C-100 Contractor Quality Control Program (CQCP)
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications are
referred to within the text by the basic designation only.
National Institute for Certification in Engineering Technologies (NICET)
ASTM International (ASTM)
ASTM C1077 Standard Practice for Agencies Testing Concrete and Concrete
Aggregates for Use in Construction and Criteria for Testing Agency
Evaluation
ASTM D3665 Standard Practice for Random Sampling of Construction Materials
ASTM D3666 Standard Specification for Minimum Requirements for Agencies Testing
and Inspecting Road and Paving Materials
END OF ITEM C-100
Item C-100 Contractor Quality Control Program (CQCP)
12/21/2018 AC 150/5370-1OH
Item C-102 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control
DESCRIPTION
102-1. This item shall consist of temporary control measures as shown on the plans or as ordered by the
Resident Project Representative (RPR) during the life of a contract to control pollution of air and water,
soil erosion, and siltation through the use of silt fences, berms, dikes, dams, sediment basins, fiber mats,
gravel, mulches, grasses, slope drains, and other erosion control devices or methods.
Temporary erosion control shall be in accordance with the approved erosion control plan; the approved
Construction Safety and Phasing Plan (CSPP) and AC 150/5370-2, Operational Safety on Airports During
Construction. The temporary erosion control measures contained herein shall be coordinated with the
permanent erosion control measures specified as part of this contract to the extent practical to assure
economical, effective, and continuous erosion control throughout the construction period.
Temporary control may include work outside the construction limits such as borrow pit operations,
equipment and material storage sites, waste areas, and temporary plant sites.
TEMPORARY CONTROL MEASURES SHALL BE DESIGNED, INSTALLED AND MAINTAINED
TO MINIMIZE THE CREATION OF WILDLIFE ATTRACTANTS THAT HAVE THE POTENTIAL
TO ATTRACT HAZARDOUS WILDLIFE ON OR NEAR PUBLIC -USE AIRPORTS.
MATERIALS
102-2.1 Grass. Grass that will not compete with the grasses sown later for permanent cover per Item T-901
shall be a quick -growing species (such as ryegrass, Italian ryegrass, or cereal grasses) suitable to the area
providing a temporary cover. Selected grass species shall not create a wildlife attractant.
102-2.2 Mulches. Mulches may be hay, straw, fiber mats, netting, bark, wood chips, or other suitable
material reasonably clean and free of noxious weeds and deleterious materials per Item T-908. Mulches
shall not create a wildlife attractant.
102-2.3 Fertilizer. Fertilizer shall be a standard commercial grade and shall conform to all federal and state
regulations and to the standards of the Association of Official Agricultural Chemists.
102-2.4 Slope drains. Slope drains may be constructed of pipe, fiber mats, rubble, concrete, asphalt, or
other materials that will adequately control erosion.
102-2.5 Silt fence. Silt fence shall consist of polymeric filaments which are formed into a stable network
such that filaments retain their relative positions. Synthetic filter fabric shall contain ultraviolet ray
inhibitors and stabilizers to provide a minimum of six months of expected usable construction life. Silt
fence shall meet the requirements of ASTM D6461.
102-2.6 Other. All other materials shall meet commercial grade standards and shall be approved by RPR
before being incorporated into Project.
Item C-102 Temporary Airand Water Pollution, Soil Erosion, and Siltation Control
12/21/2018 AC 150/5370-1OH
CONSTRUCTION REQUIREMENTS
102-3.1 General. In the event of conflict between these requirements and pollution control laws, rules, or
regulations of other federal, state, or local agencies, the more restrictive laws, rules, or regulations shall
apply.
RPR shall be responsible for assuring compliance to the extent that construction practices, construction
operations, and construction work are involved.
102-3.2 Schedule. Prior to the start of construction, Contractor shall submit schedules in accordance with
the approved Construction Safety and Phasing Plan (CSPP) and the plans for accomplishment of temporary
and permanent erosion control work for clearing and grubbing; grading; construction; paving; and structures
at watercourses. Contractor shall also submit a proposed method of erosion and dust control on haul roads
and borrow pits and a plan for disposal of waste materials. Work shall not be started until the erosion control
schedules and methods of operation for the applicable construction have been accepted by RPR.
102-3.3 Construction details. Contractor will be required to incorporate all permanent erosion control
features into Project at the earliest practicable time as outlined in the plans and approved CSPP. Except
where future construction operations will damage slopes, Contractor shall perform the permanent seeding
and mulching and other specified slope protection work in stages, as soon as substantial areas of exposed
slopes can be made available. Temporary erosion and pollution control measures will be used to correct
conditions that develop during construction that were not foreseen during the design stage; that are needed
prior to installation of permanent control features; or that are needed temporarily to control erosion that
develops during normal construction practices, but are not associated with permanent control features on
Project.
Where erosion may be a problem, schedule and perform clearing and grubbing operations so that grading
operations and permanent erosion control features can follow immediately if project conditions permit
Temporary erosion control measures are required if permanent measures cannot immediately follow
grading operations. RPR shall limit the area of clearing and grubbing, excavation, borrow, and embankment
operations in progress, commensurate with Contractor's capability and progress in keeping the finish
grading, mulching, seeding, and other such permanent control measures current with the accepted schedule.
If seasonal limitations make such coordination unrealistic, temporary erosion control measures shall be
taken immediately to the extent feasible and justified as directed by RPR.
Contractor shall provide immediate permanent or temporary pollution control measures to minimize
contamination of adjacent streams or other watercourses, lakes, ponds, or other areas of water impoundment
as directed by RPR. If temporary erosion and pollution control measures are required due to Contractor's
negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or
directed by RPR, the work shall be performed by Contractor and the cost shall be incidental to this item.
RPR may increase or decrease the area of erodible earth material that can be exposed at any time based on
an analysis of project conditions.
The erosion control features installed by Contractor shall be maintained by Contractor during the
construction period.
Provide temporary structures whenever construction equipment must cross watercourses at frequent
intervals. Pollutants such as fuels, lubricants, bitumen, raw sewage, wash water from concrete mixing
operations, and other harmful materials shall not be discharged into any waterways, impoundments or into
natural or manmade channels.
102-3.4 Installation, maintenance and removal of silt fence. Silt fences shall extend a minimum of
16 inches and a maximum of 34 inches above the ground surface. Posts shall be set no more than 10 feet
on center. Filter fabric shall be cut from a continuous roll to the length required minimizing joints where
possible. When joints are necessary, the fabric shall be spliced at a support post with a minimum 12-inch
Item C-102 Temporary Airand Water Pollution, Soil Erosion, and Siltation Control 2
12/21/2018 AC 150/5370-1OH
overlap and securely sealed. A trench shall be excavated approximately 4 inches deep by 4 inches wide on
the upslope side of the silt fence. The trench shall be backfilled and the soil compacted over the silt fence
fabric. Contractor shall remove and dispose of silt that accumulates during construction and prior to
establishment of permanent erosion control. The fence shall be maintained in good working condition until
permanent erosion control is established. Silt fence shall be removed upon approval of RPR.
IU I III 110] 1ZI] 20V 111VIN .971I0V I Biel I
102-4.1 Temporary erosion and pollution control work required will be performed as scheduled or directed
by RPR. Completed and accepted work will be measured per lump sum. This price shall be full
compensation for costs associated with preparation, administration and superintendence of the SWPPP,
furnishing all materials, labor, tools and equipment, and for any fees required by the regulating agency.
102-4.2 Control work performed for protection of construction areas outside the construction limits, such
as borrow and waste areas, haul roads, equipment and material storage sites, and temporary plant sites, will
not be measured and paid for directly but shall be considered as a subsidiary obligation of Contractor.
BASIS OF PAYMENT
102-5.1 Accepted quantities of temporary water pollution, soil erosion, and siltation control work ordered
by RPR and measured as provided in paragraph 102-4.1 will be paid for under:
Item C-102 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control (including
BMPs), per lump sum
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications are
referred to within the text by the basic designation only.
Advisory Circulars (AC)
AC 150/5200-33
AC 150/5370-2
ASTM International (ASTM)
ASTM D6461
Hazardous Wildlife A ttractants on or Near A irports
Operational Safety on Airports During Construction
Standard Specification for Silt Fence Materials
United States Department of Agriculture (USDA)
FAA/USDA Wildlife Hazard Management at Airports, A Manual for Airport Personnel
END OF ITEM C-102
Item C-102 Temporary Airand Water Pollution, Soil Erosion, and Siltation Control
12/21/2018 AC 150/5370-1OH
Item C-105 Mobilization
105-1 Description. This item of work shall consist of, but is not limited to, work and operations necessary
for the movement of personnel, equipment, material and supplies to and from the project site for work on
the project except as provided in the contract as separate pay items.
105-2 Mobilization limit. Mobilization shall be limited to 8 percent of the total project cost.
105-3 Posted notices. Prior to commencement of construction activities, Contractor must post the following
documents in a prominent and accessible place where they may be easily viewed by all employees of prime
Contractor and by all employees of subcontractors engaged by prime Contractor: Equal Employment
Opportunity (EEO) Poster "Equal Employment Opportunity is the Law" in accordance with the Office of
Federal Contract Compliance Programs Executive Order 11246, as amended; Davis Bacon Wage Poster
(WH 1321) - DOL "Notice to All Employees" Poster; and Applicable Davis -Bacon Wage Rate
Determination. These notices must remain posted until final acceptance of the work by Owner.
105-4 Engineer/RPR field office. Engineer/RPR field office is not required.
METHOD OF MEASUREMENT
105-5 Basis of measurement and payment. Based upon the contract lump sum price for "Mobilization"
partial payments will be allowed as follows:
a. With first pay request, 25%.
b. When 25% or more of the original contract is earned, an additional 25%.
c. When 50% or more of the original contract is earned, an additional 40%.
d. After Final Inspection, Staging area clean-up and delivery of all Project Closeout materials as
required by Section 90, paragraph 90-11, Contractor Final Project Documentation, the final 10%.
BASIS OF PAYMENT
105-6 Payment will be made under:
Item C-105 Mobilization (8% max)
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications are
referred to within the text by the basic designation only.
Office of Federal Contract Compliance Programs (OFCCP)
Executive Order 11246, as amended
EEOC-P/E-1— Equal Employment Opportunity is the Law Poster
Item C-105 Mobilization
12/21/2018 AC 150/5370-1OH
United States Department of Labor, Wage and Hour Division (WHD)
WH 1321— Employee Rights under the Davis -Bacon Act Poster
END OF ITEM C-105
Item C-105 Mobilization
12/21/2018 AC 150/5370-1OH
Item P-101 Preparation/Removal of Existing Pavements
DESCRIPTION
101-1 This item shall consist of preparation of existing pavement surfaces for overlay, surface treatments,
removal of existing pavement, and other miscellaneous items. The work shall be accomplished in
accordance with these specifications and the applicable plans.
EQUIPMENT AND MATERIALS
101-2 All equipment and materials shall be specified here and in the following paragraphs or approved by
Resident Project Representative (RPR). The equipment shall not cause damage to the pavement to remain
in place.
CONSTRUCTION
101-3.1 Removal of existing pavement.
Contractor removal operation shall be controlled to not damage adjacent pavement structure, and base
material, cables, utility ducts, pipelines, or drainage structures which are to remain under the pavement.
a. Concrete pavement removal. Full depth saw cuts shall be made perpendicular to the slab surface.
Contractor shall saw through the full depth of the slab including any dowels at the joint, removing the
pavement and installing new dowels as shown on the plans and per the specifications. Where the perimeter
of the removal limits is not located on the joint and there are no dowels present, the perimeter shall be saw
cut the full depth of the pavement. The pavement inside the saw cut shall be removed by methods which
will not cause distress in the pavement which is to remain in place. Concrete slabs that are damaged by
under breaking shall be repaired or removed and replaced as directed by RPR.
The edge of existing concrete pavement against which new pavement abuts shall be protected from
damage at all times. Spall and underbreak repair shall be in accordance with the plans. Any underlaying
material that is to remain in place, shall be recompacted and/or replaced as shown on the plans. Adjacent
areas damaged during repair shall be repaired or replaced at Contractor's expense.
b. Asphalt pavement removal. Asphalt pavement to be removed shall be cut to the full depth of the
asphalt pavement around the perimeter of the area to be removed.
c. Repair or removal of Base, Subbase, and/or Subgrade. All failed material including surface, base
course, subbase course, and subgrade shall be removed and repaired as shown on the plans or as directed
by RPR. Materials and methods of construction shall comply with the applicable sections of these
specifications. Any damage caused by Contractor's removal process shall be repaired at Contractor's
expense.
101-3.2 Preparation of j oints and cracks prior to overlay/surface treatment. Remove all vegetation and
debris from cracks to a minimum depth of 1 inch. If extensive vegetation exists, treat the specific area with
a concentrated solution of a water -based herbicide approved by RPR. Fill all cracks greater than 1/4 inch
wide) with a crack sealant per ASTM D6690. The crack sealant, preparation, and application shall be
compatible with the surface treatment/overlay to be used. To minimize contamination of the asphalt with
Item P-101 Preparation/RemovaI of Existing Pavements
12/21/2018 AC 150/5370-1OH
the crack sealant, underfill the crack sealant a minimum of 1/8 inch, not to exceed 1/4 inch. Any excess
joint or crack sealer shall be removed from the pavement surface.
101-3.3 Removal of Foreign Substances/contaminates prior to seal coat or remarking. Removal of
foreign substances/contaminates from existing pavement that will affect the bond of the new treatment shall
consist of removal of rubber, fuel spills, oil, crack sealer, at least 90% of paint, and other foreign substances
from the surface of the pavement. Areas that require removal are designated on the plans and as directed.
by RPR in the field during construction.
Chemicals, high-pressure water, heater scarifier (asphaltic concrete only), cold milling, or rotary grinding
may be used. If chemicals are used, they shall comply with the state's environmental protection regulations.
Removal methods used shall not cause major damage to the pavement, or to any structure or utility within
or adjacent to the work area. Major damage is defined as changing the properties of the pavement, removal
of asphalt causing the aggregate to ravel, or removing pavement over 1/8 inch deep. If it is deemed by RPR
that damage to the existing pavement is caused by operational error, such as permitting the application
method to dwell in one location for too long, Contractor shall repair the damaged area without compensation
and as directed by RPR.
Removal of foreign substances shall not proceed until approved by RPR. Water used for high-pressure
water equipment shall be provided by Contractor at Contractor's expense. No material shall be deposited
on the pavement shoulders. All wastes shall be disposed of in areas indicated in this specification or shown
on the plans.
101-3.4 Concrete spall repair.
a. Repair of concrete spalls in areas to be overlaid with asphalt. Contractor shall repair all spalled
concrete as shown on the plans or as directed by RPR. The perimeter of the repair shall be saw cut a
minimum of 2 inches outside the affected area and 2 inches deep. The deteriorated material shall be removed
to a depth where the existing material is firm or cannot be easily removed with a geologist pick. The
removed area shall be filled with asphalt mixture with aggregate sized appropriately for the depth of the
patch. The material shall be compacted with equipment approved by RPR until the material is dense and
no movement or marks are visible. The material shall not be placed in lifts over 4 inches in depth. This
method of repair applies only to pavement to be overlaid.
Acceptable concrete spall repair products include:
1. HD50 Concrete repair material by Dayton Superior, or equal.
2. DelpatchTm elastomeric concrete, two-part polyurethane patching material, or equal.
It shall be anticipated that aggregate will be mixed with each product for added strength and performance.
Install selected and approved product in accordance with manufacturer recommendations for geographic
location.
b. Asphalt pavement repair. Contractor shall repair all spalled concrete as shown on the plans or as
directed by RPR. The failed areas shall be removed as specified in paragraph 101-3. lb. All failed material
including surface, base course, subbase course, and subgrade shall be removed. Materials and methods of
construction shall comply with the applicable sections of these specifications.
101-3.5 Cold milling. Milling shall be performed with a power -operated milling machine or grinder,
capable of producing a uniform finished surface. The milling machine or grinder shall operate without
tearing or gouging the underlaying surface. The milling machine or grinder shall be equipped with grade
and slope controls, and a positive means of dust control. All millings shall be removed and disposed off
Airport property. If Contractor mills or grinds deeper or wider than the plans specify, Contractor shall
replace the material removed with new material at Contractor expense.
Item P-101 Preparation/RemovaI of Existing Pavements 2
12/21/2018 AC 150/5370-1OH
a. Patching. The milling machine shall be capable of cutting a vertical edge without chipping or
spalling the edges of the remaining pavement and it shall have a positive method of controlling the depth
of cut. RPR shall layout the area to be milled with a straightedge in increments of 1-foot widths. The area
to be milled shall cover only the failed area. Any excessive area that is milled because Contractor doesn't
have the appropriate milling machine, or areas that are damaged because of his negligence, shall be repaired
by Contractor at Contractor's Expense.
b. Profiling, grade correction, or surface correction. The milling machine shall have a minimum
width of 7 feet and it shall be equipped with electronic grade control devices that will cut the surface to the
grade specified. The tolerances shall be maintained within +0 inch and -1/4 inch of the specified grade. The
machine must cut vertical edges and have a positive method of dust control. The machine must have the
ability to remove the millings or cuttings from the pavement and load them into a truck. All millings shall
be removed and disposed of off the airport.
c. Clean-up. Contractor shall sweep the milled surface daily and immediately after the milling until all
residual materials are removed from the pavement surface. Prior to paving, Contractor shall wet down the
milled pavement and thoroughly sweep and/or blow the surface to remove loose residual material. Waste
materials shall be collected and removed from the pavement surface and adjacent areas by sweeping or
vacuuming. Waste materials shall be removed and disposed off Airport property.
101-3.6. Preparation of asphalt pavement surfaces prior to surface treatment. Existing asphalt
pavements to be treated with a surface treatment shall be prepared as follows:
a. Patch asphalt pavement surfaces that have been softened by petroleum derivatives or have failed due
to any other cause. Remove damaged pavement to the full depth of the damage and replace with new asphalt
pavement similar to that of the existing pavement in accordance with paragraph 101-3.4b.
b. Repair joints and cracks in accordance with paragraph 101-3.2.
c. Remove oil or grease that has not penetrated the asphalt pavement by scrubbing with a detergent and
washing thoroughly with clean water. After cleaning, treat these areas with an oil spot primer.
d. Clean pavement surface immediately prior to placing the surface treatment so that it is free of dust,
dirt, grease, vegetation, oil or any type of objectionable surface film.
101-3.7 Maintenance. Contractor shall perform all maintenance work necessary to keep the pavement in a
satisfactory condition until the full section is complete and accepted by RPR. The surface shall be kept
clean and free from foreign material. The pavement shall always be properly drained. If cleaning is
necessary or if the pavement becomes disturbed, any work repairs necessary shall be performed at
Contractor's expense.
101-3.8 Preparation of Joints in Rigid Pavement prior to resealing. Prior to application of sealant
material, bevel, clean, and dry the joints of all scale, dirt, dust, old sealant, curing compound, moisture and
other foreign matter. Contractor shall demonstrate, in the presence of RPR, that the method used cleans the
joint and does not damage the joint.
101-3.8.1 Removal of Existing Joint Sealant. All existing joint sealants will be removed by plowing or
use of hand tools. Any remaining sealant and or debris will be removed by use of wire brushes or other
tools as necessary. Resaw joints removing no more than 1/16 inch from each joint face. Immediately after
sawing, flush out joint with water and other tools as necessary to completely remove the slurry.
101-3.8.2 Cleaning prior to sealing. Immediately before sealing, joints shall be cleaned by removing any
remaining laitance and other foreign material. Allow sufficient time to dry out joints prior to sealing. Joint
surfaces will be surface -dry prior to installation of sealant.
101-3.8.3 Joint sealant. Joint material and installation will be in accordance with Item P-605.
Item P-101 Preparation/RemovaI of Existing Pavements
12/21/2018 AC 150/5370-1OH
101-3.9 Preparation of Cracks in Flexible Pavement prior to sealing. Prior to application of sealant
material, clean and dry the joints of all scale, dirt, dust, old sealant, curing compound, moisture and other
foreign matter. Contractor shall demonstrate, in the presence of RPR, that the method used cleans the cracks
and does not damage the pavement.
101-3.9.1 Preparation of Crack. Widen crack with router by removing a minimum of l/16 inch from each
side of crack. Immediately before sealing, cracks will be blown out with a hot air lance combined with oil
and water -free compressed air.
101-3.9.2 Removal of Existing Crack Sealant. Existing sealants will be removed by random crack saw.
Following sawing any remaining debris will be removed by use of a hot lance combined with oil and water -
free compressed air.
101-3.9.3 Crack Sealant. Crack sealant material and installation will be in accordance with Item P-605.
101-3.9.4 Removal of Pipe and other Buried Structures.
a. Removal of Existing Pipe Material. Not used.
b. Removal of Inlets/Manholes. Not used.
METHOD OF MEASUREMENT
101-4.1 Concrete Pavement removal. The unit of measurement for pavement removal shall be the number
of square yards removed by Contractor. Thickness shown on the plans or in pay items are approximate
depths. No distinction will be made between pavement with dowels and reinforcing steel and that without.
Any pavement removed outside the limits of removal because the pavement was damaged by negligence
on the part of Contractor shall not be included in the measurement for payment. No direct measurement or
payment shall be made for saw cutting. Saw cutting shall be incidental to pavement removal.
101-4.2 Crack Repair (Concrete). The unit of measurement for concrete crack repair as detailed in the
Plans shall be the number of linear feet. This shall include all preparation work and crack repair. This work
is covered under Item P-605.
101-4.3 Concrete Spall Repair. The unit of measure for concrete spall repair shall be the number of square
feet. The average depth of the patch shall be anticipated to be 4 inches. No variation in unit price made for
patches of variable depth.
101-4.4 Cold milling of Asphalt Shoulder. The unit of measure for cold milling of asphalt shoulder shall
be per square yard. The location and average depth of the cold milling shall be as shown on the plans.
BASIS OF PAYMENT
101-5.1 Payment. Payment shall be made at contract unit price for the unit of measurement as specified
above. This price shall be full compensation for furnishing all materials and for all preparation, hauling,
and placing of the material and for all labor, equipment, tools, and incidentals necessary to complete this
item.
Item P-101-5.1 Pavement Removal and disposed off site, complete per square yard
Item P-101-5.2 Not used.
Item P-101-5.3 Concrete Pavement Spall Repair, including material and regardless of
spall depth, complete, per square foot
Item P-101-5.4 Cold Milling of Asphalt Shoulder at 2- to 4-inch thickness, complete, per
square yard
Item P-101 Preparation/RemovaI of Existing Pavements 4
12/21/2018 AC 150/5370-1OH
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications are
referred to within the text by the basic designation only.
Advisory Circulars (AC)
AC 150/5380-6 Guidelines and Procedures for Maintenance of Airport Pavements.
ASTM International (ASTM)
ASTM D6690 Standard Specification for Joint and Crack Sealants, Hot Applied, for
Concrete and Asphalt Pavements
ASTM C928 Standard Specification for Packaged, Dry, Rapid -Hardening,
Cementitious Materials for Concrete Repairs.
Item P-605 Joint Sealants for Concrete Pavements.
END OF ITEM P-101
Item P-101 Preparation/RemovaI of Existing Pavements
12/21/2018 AC 150/5370-1OH
Item P-501 Cement Concrete Pavement
DESCRIPTION
501-1.1 This work shall consist of pavement composed of cement concrete with reinforcement constructed
on a prepared underlying surface in accordance with these specifications and shall conform to the lines,
grades, thickness, and typical cross -sections shown on the plans. The terms cement concrete, hydraulic
cement concrete, and concrete are interchangeable in this specification.
MATERIALS
501-2.1 Aggregates.
a. Reactivity. Fine and Coarse aggregates to be used in PCC on this proj ect shall be tested and evaluated
by Contractor for alkali -aggregate reactivity in accordance with both ASTM C1260 and C1567. Tests must
be representative of aggregate sources which will be providing material for production. ASTM C1260 and
C1567 tests may be run concurrently.
(1) Coarse aggregate and fine aggregate shall be tested separately in accordance with
ASTM C1260, however, the length of test shall be extended to 28 days (30 days from casting). Tests must
have been completed within 6 months of the date of the concrete mix submittal.
(2) The combined coarse and fine aggregate shall be tested in accordance with ASTM C1567,
modified for combined aggregates, using the proposed mixture design proportions of aggregates,
cementitious materials, and/or specific reactivity reducing chemicals. If the expansion does not exceed
0.10% at 28 days, the proposed combined materials will be accepted. If the expansion is greater than 0.10%
at 28 days, the aggregates will not be accepted unless adjustments to the combined materials mixture can
reduce the expansion to less than 0.10% at 28 days, or new aggregates shall be evaluated and tested.
(3) If lithium nitrate is proposed for use with or without supplementary cementitious materials, the
aggregates shall be tested in accordance with Corps of Engineers (COE) Concrete Research Division (CRD)
C662 in lieu of ASTM C1567. If lithium nitrate admixture is used, it shall be nominal 30% f0.5% weight
lithium nitrate in water. If the expansion does not exceed 0.10% at 28 days, the proposed combined
materials will be accepted. If the expansion is greater than 0.10% at 28 days, the aggregates will not be
accepted unless adjustments to the combined materials mixture can reduce the expansion to less than 0.10%
at 28 days, or new aggregates shall be evaluated and tested.
b. Fine aggregate. Grading of the fine aggregate, as delivered to the mixer, shall conform to the
requirements of ASTM C33 and the parameters identified in the fine aggregate material requirements
below. Fine aggregate material requirements and deleterious limits are shown in the following table:
Item P-501 Cement Concrete Pavement
12/21/2018 AC 150/5370-1OH
Fine Aggregate Material Requirements
Soundness of Aggregates
Loss after 5 cycles:
by Use of Sodium Sulfate or
10% maximum using Sodium sulfate - or -
ASTM C88
Magnesium Sulfate
15% maximum using magnesium sulfate
Sand Equivalent
45 minimum
ASTM D2419
Fineness Modulus F
2.50 < FM < 3.40
ASTM C136
Limits for Deleterious
Substances in Fine Aggregate for Concrete
Clay lumps and friable
1.0% maximum
ASTM C142
articles
Coal and lignite
0.5% using a medium with a density of Sp. Gr.
ASTM C 123
of 2.0
Total Deleterious Material
1.0% maximum
c. Coarse aggregate. The maximum size coarse aggregate shall be 1-inch.
Aggregates delivered to the mixer shall be clean, hard, uncoated aggregates consisting of crushed stone,
crushed or uncrushed gravel, air-cooled iron blast furnace slag, crushed recycled concrete pavement, or a
combination. The aggregates shall have no known history of detrimental pavement staining. Steel blast
furnace slag shall not be permitted. Coarse aggregate material requirements and deleterious limits are shown
in the table below; washing may be required to meet aggregate requirements.
The course aggregate shall be tested with an indicator to identify staining particles. This shall be by
immersion of aggregate into a lime slurry. If staining particles are present, a blue-green gelatinous
precipitate will form within five to 10 minutes, rapidly changing to a brown color on exposure to air and
light. The reaction should be complete in 30 minutes. If no brown gelatinous precipitate forms, there is little
chance of reaction in concrete. (Portland Concrete Association, Design and Control of Concrete Mixtures)
Coarse Aggregate Material Requirements
Material Test
Requirement
Standard
Resistance to Degradation
Loss: 40% maximum
ASTM C131
Soundness of Aggregates
Loss after 5 cycles:
by Use of Sodium Sulfate or
12% maximum using Sodium sulfate - or -
ASTM C88
Magnesium Sulfate
18% maximum using magnesium sulfate
Flat, Elongated, or Flat and
8% maximum, by weight, of flat, elongated, or
Elongated Particles
flat and elongated particles at 5:1 for any size
ASTM D4791
group coarser than 3/8 sieve
Bulk density of slag 2
Weigh not less than 70 pounds per cubic foot
ASTM C29
D-crackingFreeze-Thaw 3
Durability factor > 95
ASTM C666
' A flat particle is one having a ratio of width to thickness greater than five (5); an elongated particle is one having
a ratio of length towidth greaterthan five (5).
2 Only required if slag is specified.
3 Coarse aggregate may only be accepted from sources that have a 20 -year service history for the same gradation to be supplied
with no history of D-Cracking. Aggregates that do not have a 20-year record of service free from major repairs (less than 5%
of slabs replaced) in similar conditions without D-cracking shall not be used unless the material currently beingproduced has
a durability factor greater than or equal to 95 per ASTM C666. Contractor shall submit a current certification and test resuhs
to verify the aggregate acceptability. Test results will only be accepted from a State Department of Transportation (DOT)
materials laboratory or an accredited laboratory. Certification and test results which are not dated or which are over one year
old or which are for different gradations will not be accepted.
Item P-501 Cement Concrete Pavement 2
12/21/2018 AC 150/5370-1OH
The amount of deleterious material in the coarse aggregate shall not exceed the following limits:
Limits for Deleterious Substances in Coarse Aggregate
Deleterious material
ASTM
Percentage
by Mass
Clay Lumps and friable particles
ASTM C142
1.0
Material finer than No. 200 sieve
ASTM C117
1.01
Lightweight particles
ASTM C123 using a medium
0.5
with a density of Sp. Gr. of 2.0
Chert2 (less than 2.40 Sp Gr.)
ASTM C123 using a medium
0.13
with a density of Sp. Gr. of 2.40
' The limit for material finer than 75-µm is allowed to be increased to 1.5% for crushed aggregates consisting of
dust of fracture that is essentially free from clay or shale. Test results supporting acceptance of increasing limit
to 1.5%with statement indicating material is dust of fracture must be submitted with Concrete mix. Acceptable
techniques to characterizing these fines include methylene blue a dsorption or X-ray diffraction analysis.
2 Chert andaggregates with less than 2.4 specific gravity.
3 The limit forchert may be increasedto 1.0 percentby mass in areas not subject to severefreeze andthaw.
d. Combined aggregate gradation. This specification is targeted for a combined aggregate gradation
developed following the guidance presented in United States Air Force Engineering Technical Letter (ETL)
97-5: Proportioning Concrete Mixtures with Graded Aggregates for Rigid Airfield Pavements. Base the
aggregate grading upon a combination of all the aggregates (coarse and fine) to be used for the mixture
proportioning. Three aggregate sizes may be required to achieve an optimized combined gradation that will
produce a workable concrete mixture for its intended use. Use aggregate gradations that produce concrete
mixtures with well -graded or optimized aggregate combinations. Contractor shall submit complete mixture
information necessary to calculate the volumetric components of the mixture. The combined aggregate
grading shall meet the following requirements:
(1) The materials selected and the proportions used shall be such that when the Coarseness Factor
(CF) and the Workability Factor (WF) are plotted on a diagram as described in paragraph 501-2.1d(4)
below, the point thus determined shall fall within the parallelogram described therein.
(2) The CF shall be determined from the following equation:
CF = (cumulative percent retained on the 3/8-inch sieve)(100) / (cumulative percent
retained on the No. 8 sieve)
(3) The WF is defined as the percent passing the No. 8 sieve based on the combined gradation.
However, WF shall be adjusted, upwards only, by 2.5 percentage points for each 94 pounds of cementitious
material per cubic meter yard greater than 564 pounds per cubic yard
(4) A diagram shall be plotted using a rectangular scale with WF on the Y-axis with units from
20 (bottom) to 45 (top), and with CF on the X-axis with units from 80 (left side) to 30 (right side). On this
diagram a parallelogram shall be plotted with corners at the following coordinates (CF-75, WF-28), (CF-75,
WF-40), (CF-45, WF-32.5), and (CF-45, WF-44.5). If the point determined by the intersection of the
computed CF and WF does not fall within the above parallelogram, the grading of each size of aggregate
used and the proportions selected shall be changed as necessary. The point determined by the plotting of
the CF and WF may be adjusted during production f3 WF and ±5 CF. Adjustments to gradation may not
take the point outside of the parallelogram.
e. Contractors combined aggregate gradation. Contractor shall submit their combined aggregate
gradation using the following format:
Item P-501 Cement Concrete Pavement
12/21/2018 AC 150/5370-1OH
Contractor's Combined Aggregate Gradation
Sieve Size
Contractor's Concrete mix Gradation
(Percent passing by weight)
2 inch
1-1 /2 inch
1 inch
3/4 inch
1 /2 inch
3/8 inch
No. 4
No. 8
No. 16
No. 30
No. 50
No. 100
501-2.2 Cement. Cement shall conform to the requirements of ASTM C150 Type II.
501-2.3 Cementitious materials.
a. Fly ash. Fly ash shall meet the requirements of ASTM C618, with the exception of loss of ignition,
where the maximum shall be less than 6%. Fly ash shall have a Calcium Oxide (CaO) content of less than
15% and a total alkali content less than 3 % per ASTM C311. Contractor shall furnish the previous three
most recent, consecutive ASTM C618 reports for each source of fly ash proposed in the concrete mix, and
shall furnish each additional report as they become available during the project. The reports can be used for
acceptance or the material may be tested independently by Engineer.
b. Slag cement (ground granulated blast furnace (GGBF)). Slag cement shall conform to
ASTM C989, Grade 100 or Grade 120. Slag cement shall be used only at a rate between 25% and 55% of
the total cementitious material by mass.
c. Raw or calcined natural pozzolan. Natural pozzolan shall be raw or calcined and conform to
ASTM C618, Class N, including the optional requirements for uniformity and effectiveness in controlling
Alkali -Silica reaction and shall have a loss on ignition not exceeding 6%. Class N pozzolan for use in
mitigating Alkali -Silica Reactivity shall have a total available alkali content less than 3%.
d. Ultrafine fly ash and ultrafine pozzolan. U1traFine Fly Ash (UFFA) and U1traFine Pozzolan (UFP)
shall conform to ASTM C618, Class F or N, and the following additional requirements:
(1) The strength activity index at 28 days of age shall be at least 95% of the control specimens.
(2) The average particle size shall not exceed 6 microns.
501-2.4 Joint seal. The joint seal for the joints in the concrete pavement shall meet the requirements of
Item P-605 and shall be of the type specified in the plans.
501-2.5 Isolation joint filler. Premolded joint filler for isolation joints shall conform to the requirements
of ASTM D1752 Type II or III and shall be where shown on the plans. The filler for each joint shall be
furnished in a single piece for the full depth and width required for the joint, unless otherwise specified by
Engineer. When the use of more than one piece is required for a joint, the abutting ends shall be fastened
securely and held accurately to shape by stapling or other positive fastening means satisfactory to Engineer.
501-2.6 Steel reinforcement. Reinforcing shall consist of welded -wire fabric conforming to the
requirements of ASTM A1064 Standard Specification for Carbon Steel Wire and Welded -Wire
Reinforcement, plain and deformed, for concrete. All welded -wire fabric shall be furnished in flat sheets
only.
Item P-501 Cement Concrete Pavement 4
12/21/2018 AC 150/5370-1OH
501-2.7 Dowel and tie bars. Dowel bars shall be plain steel bars conforming to ASTM A615 and shall be
free from burring or other deformation restricting slippage in the concrete.
a. Dowel Bars. Before delivery to the construction site each dowel bar shall be epoxy coated per
ASTM A1078, Type 1, with a coating thickness after curing greater than 10 mils. Patched ends are not
required for Type 1 coated dowels. The dowels shall be coated with a bond -breaker recommended by the
manufacturer. Dowel sleeves or inserts are not permitted. Grout retention rings shall be fully circular metal
or plastic devices capable of supporting the dowel until the grout hardens.
b. Tie Bars. Tie bars shall be deformed steel bars and conform to the requirements of ASTM A615.
Tie bars designated as Grade 60 in ASTM A615 or ASTM A706 shall be used for construction requiring
bent bars.
501-2.8 Water. Water used in mixing or curing shall be potable. If water is taken from other sources
considered non -potable, it shall meet the requirements of ASTM C1602.
501-2.9 Material for curing concrete. Curing materials shall conform to one of the following
specifications:
a. Liquid membrane -forming compounds for curing concrete shall conform to the requirements of
ASTM C309, Type 2, Class A, or Class B.
b. White polyethylene film for curing concrete shall conform to the requirements of ASTM C171.
c. White burlap -polyethylene sheeting for curing concrete shall conform to the requirements of
ASTM C171.
d. Waterproof paper for curing concrete shall conform to the requirements of ASTM C171.
501-2.10 Admixtures. Admixtures shall conform to the following specifications:
a. Air -entraining admixtures. Air -entraining admixtures shall meet the requirements of ASTM C260
and shall consistently entrain the air content in the specified ranges under field conditions. The
air -entraining agent and any water reducer admixture shall be compatible.
b. Water -reducing admixtures. Water -reducing admixture shall meet the requirements of
ASTM C494, Type A, B, or D.
c. Other admixtures. The use of set retarding and set -accelerating admixtures shall be approved by
Engineer prior to developing the concrete mix. Retarding admixtures shall meet the requirements of
ASTM C494, Type A, B, or D and set -accelerating admixtures shall meet the requirements of ASTM C494,
Type C. Calcium chloride and admixtures containing calcium chloride shall not be used.
d. Lithium Nitrate. The lithium admixture shall be a nominal 30% aqueous solution of Lithium Nitrate,
with a density of 10 pounds/gallon, and shall have the approximate chemical form as shown:
Lithium Admixture
Constituent
Limit (Percent by Mass)
LiNO3 (Lithium Nitrate)
30 f0.5
SO4 (Sulfate Ion)
0.1 (max)
Cl (Chloride Ion)
0.2 (max)
Na (Sodium Ion)
0.1 (max)
K (Potassium Ion)
0.1 (max)
The lithium nitrate admixture dispensing and mixing operations shall be verified and certified by the lithium
manufacturer's representative.
Item P-501 Cement Concrete Pavement
12/21/2018 AC 150/5370-1OH
501-2.11 Epoxy -resin. All epoxy -resin materials shall be two -component materials conforming to the
requirements of ASTM C881, Class as appropriate for each application temperature to be encountered,
except that in addition, the materials shall meet the following requirements:
a. Material for use for embedding dowels and anchor bolts shall be Type IV, Grade 3.
b. Material for use as patching materials for complete filling of spalls and other voids and for use in
preparing epoxy resin mortar shall be Type III, Grade as approved.
c. Material for use for injecting cracks shall be Type IV, Grade 1.
d. Material for bonding freshly mixed Portland cement concrete or mortar or freshly mixed epoxy resin
concrete or mortar to hardened concrete shall be Type V, Grade as approved.
501-2.12 Bond Breaker. Liquid membrane forming compound shall be in accordance with paragraph 501-
2.7.
CONCRETE MIX
501-3.1. General. No concrete shall be placed until an acceptable concrete mix has been submitted to
Engineer for review and Engineer has taken appropriate action. Engineer review shall not relieve Contractor
of the responsibility to select and proportion the materials to comply with this section.
501-3.2 Concrete Mix Laboratory. The laboratory used to develop the concrete mix shall be accredited
in accordance with ASTM C 1077. The laboratory accreditation must be current and listed on the accrediting
authority's website. All test methods required for developing the concrete mix must be included in the lab
accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be
submitted to Engineer prior to start of construction.
501-3.3 Concrete Mix Proportions. Develop the mix using the procedures contained in Portland Cement
Association (PCA) publication, "Design and Control of Concrete Mixtures." Concrete shall be proportioned
to achieve a 28-day flexural strength that meets or exceeds the acceptance criteria contained in paragraph
501-6.6 for a flexural strength of 650 psi per ASTM C78.
The minimum cementitious material shall be adequate to ensure a workable, durable mix. The minimum
cementitious material (cement plus fly ash, or slag cement) shall be 517 pounds per cubic yard. The ratio
of water to cementitious material, including free surface moisture on the aggregates but not including
moisture absorbed by the aggregates shall be between 0.38 — 0.45 by weight.
Flexural strength test specimens shall be prepared in accordance with ASTM Cl 92 and tested in accordance
with ASTM C78. At the start of the project, Contractor shall determine an allowable slump as determined
by ASTM C143 not to exceed 2 inches for slip -form placement. For fixed -form placement, the slump shall
not exceed 3 inches. For hand placement, the slump shall not exceed 4 inches .
Ratio of the seven-day compressive strength of the selected mixture to the 28-day flexural strength of the
mixture (for Contractor QC control). The results of the concrete mix shall include a statement giving the
maximum nominal coarse aggregate size and the weights and volumes of each ingredient proportioned on
a one cubic yard basis. Aggregate quantities shall be based on the mass in a saturated surface dry condition.
If a change in source(s) is made, or admixtures added or deleted from the mix, a new concrete mix must be
submitted to Engineer for approval.
Engineer may request samples at any time for testing, prior to and during production, to verify the quality
of the materials and to ensure conformance with the applicable specifications.
501-3.4 Concrete Mix submittal. The concrete mix shall be submitted to Engineer at least 30 days prior
to the start of operations. The submitted concrete mix shall not be more than 180 days old and must use the
Item P-501 Cement Concrete Pavement
12/21/2018 AC 150/5370-1OH
materials to be used for production for the project. Production shall not begin until the concrete mix is
approved in writing by Engineer.
Each of the submitted concrete mixes (i.e, slip form, side form machine finish and side form hand finish)
shall be stamped or sealed by the responsible professional Engineer of the laboratory and shall include the
following items and quantities as a minimum:
• Certified material test reports for aggregate in accordance with paragraph 501-2.1. Certified
reports must include all tests required; reporting each test, test method, test result, and
requirement specified (criteria).
• Combined aggregate gradations and analysis; and including plots of the fine aggregate fineness
modulus.
• Reactivity Test Results.
• Coarse aggregate quality test results, including deleterious materials.
• Fine aggregate quality test results, including deleterious materials.
• Mill certificates for cement and supplemental cementitious materials.
• Certified test results for all admixtures, including Lithium Nitrate if applicable.
• Specified flexural strength, slump, and air content.
• Recommended proportions/volumes for proposed mixture and trial water-cementitious
materials ratio, including actual slump and air content.
• Flexural and compressive strength summaries and plots, including all individual beam and
cylinder breaks.
• Correlation ratios for acceptance testing and Contractor QC testing, when applicable.
• Historical record of test results documenting production standard deviation, when applicable.
501-3.5 Cementitious materials.
a. Fly ash. When fly ash is used as a partial replacement for cement, the replacement rate shall be
determined from laboratory trial mixes, and shall be between 20 and 30% by weight of the total cementitious
material. If fly ash is used in conjunction with slag cement the maximum replacement rate shall not exceed
10% by weight of total cementitious material.
b. Slag cement (ground granulated blast furnace (GGBF)). Slag cement may be used. The slag
cement, or slag cement plus fly ash if both are used, may constitute between 25 to 55% of the total
cementitious material by weight.
c. Raw or calcined natural pozzolan. Natural pozzolan may be used in the concrete mix. When
pozzolan is used as a partial replacement for cement, the replacement rate shall be determined from
laboratory trial mixes, and shall be between 20 and 30% by weight of the total cementitious material. If
pozzolan is used in conjunction with slag cement the maximum replacement rate shall not exceed 10% by
weight of total cementitious material.
d. Ultrafine fly ash (UFFA) and ultrafine pozzolan (UFP). UFFA and UFP may be used in the
concrete mix with Engineer approval. When UFFA and UFP is used as a partial replacement for cement,
the replacement rate shall be determined from laboratory trial mixes, and shall be between 7 % and 161/6 by
weight of the total cementitious material.
Item P-501 Cement Concrete Pavement
12/21/2018 AC 150/5370-1OH
501-3.6 Admixtures.
a. Air -entraining admixtures. Air -entraining admixture are to be added in such a manner that will
ensure uniform distribution of the agent throughout the batch. The air content of freshly mixed air -entrained
concrete shall be based upon trial mixes with the materials to be used in the work adjusted to produce
concrete of the required plasticity and workability. The percentage of air in the mix shall be 5.5. Air contetit
shall be determined by testing in accordance with ASTM C231 for gravel and stone coarse aggregate and
ASTM C173 for slag and other highly porous coarse aggregate.
b. Water -reducing admixtures. Water -reducing admixtures shall be added to the mix in the manner
recommended by the manufacturer and in the amount necessary to comply with the specification
requirements. Tests shall be conducted with the materials to be used in the work, in accordance with
ASTM C494.
c. Other admixtures. Set controlling, and other approved admixtures shall be added to the mix in the
manner recommended by the manufacturer and in the amount necessary to comply with the specification
requirements. Tests shall be conducted with the materials to be used in the work, in accordance with
ASTM C494.
d. Lithium nitrate. Lithium nitrate shall be added to the mix in the manner recommended by the
manufacturer and in the amount necessary to comply with the specification requirements in accordance
with paragraph 501-2.10d.
CONSTRUCTION METHODS
501-4.1 Control Strip. The control strip(s) shall be to the next planned joint after the initial 250 feet of
each type of pavement construction (slip -form pilot lane, slip -form fill-in lane, or fixed form). Contractor
shall demonstrate, in the presence of Engineer, that the materials, concrete mix, equipment, construction
processes, and quality control processes meet the requirements of the specifications. The concrete mixture
shall be extruded from the paver meeting the edge slump tolerance and with little or no finishing. Pilot, fill-
in, and fixed -form control strips will be accepted separately. Minor adjustments to the mix design may be
required to place an acceptable control strip. The production mix will be the adjusted mix design used to
place the acceptable control strip. Upon acceptance of the control strip by Engineer, Contractor must use
the same equipment, materials, and construction methods for the remainder of concrete paving. Any
adjustments to processes or materials must be approved in advance by Engineer. Acceptable control strips
will meet edge slump tolerance and surface acceptable with little or no finishing, air content within action
limits, strength equal or greater than requirements of P501-3.3. The control strip will be considered one lot
for payment (no sublots required for control strip). Payment will only be made for an acceptable control
strip in accordance with paragraph 501-8.1 using a lot pay factor equal to 100.
501-4.2 Equipment. Contractor is responsible for the proper operation and maintenance of all equipment
necessary for handling materials and performing all parts of the work to meet this specification.
a. Plant and equipment. The plant and mixing equipment shall conform to the requirements of
ASTM C94 and/or C685. Each truck mixer shall have attached in a prominent place a manufacturer's
nameplate showing the capacity of the drum in terms of volume of mixed concrete and the speed of rotation
of the mixing drum or blades. The truck mixers shall be examined daily for changes in condition due to
accumulation of hard concrete or mortar or wear of blades. The pickup and throwover blades shall be
replaced when they have worn down 3/4 inch or more. Contractor shall have a copy of the manufacturer's
design on hand showing dimensions and arrangement of blades in reference to original height and depth.
Equipment for transferring and spreading concrete from the transporting equipment to the paving lane
in front of the finishing equipment shall be provided. The equipment shall be specially manufactured, self-
propelled transfer equipment which will accept the concrete outside the paving lane and will spread it evenly
Item P-501 Cement Concrete Pavement
12/21/2018 AC 150/5370-1OH
across the paving lane in front of the paver and strike off the surface evenly to a depth which permits the
paver to operate efficiently.
b. Finishing equipment.
(1) Slip -form. The standard method of constructing concrete pavements shall be with an approved
slip -form paving equipment designed and operated to spread, consolidate, screed, and finish the freshly
placed concrete in one complete pass of the machine so that the end result is a dense and homogeneous
pavement which is achieved with a minimum of hand finishing. The paver -finisher shall be a heavy duty,
self-propelled machine designed specifically for paving and finishing high quality concrete pavements.
(2) Fixed -form. On projects requiring less than 10,000 cubic yards of concrete pavement or
irregular areas at locations inaccessible to slip -form paving equipment, concrete pavement may be placed
with equipment specifically designed for placement and finishing using stationary side forms. Methods and
equipment shall be reviewed and accepted by Engineer. Hand screeding and float finishing may only be
used on small irregular areas as allowed by Engineer.
c. Vibrators. Vibrator shall be the internal type. The rate of vibration of each vibrating unit shall be
sufficient to consolidate the pavement without segregation or voids. The number, spacing, and frequency
shall be as necessary to provide a dense and homogeneous pavement and meet the recommendations of
American Concrete Institute (ACI) 309R, Guide for Consolidation of Concrete. Adequate power to operate
all vibrators shall be available on the paver. The vibrators shall be automatically controlled so that they
shall be stopped as forward motion ceases. Contractor shall provide an electronic or mechanical means to
monitor vibrator status. The checks on vibrator status shall occur a minimum of two times per day or when
requested by Engineer.
Hand held vibrators may only be used in irregular areas and shall meet the recommendations of ACI
309R, Guide for Consolidation of Concrete.
d. Concrete saws. Contractor shall provide sawing equipment adequate in number of units and power
to complete the sawing to the required dimensions. Contractor shall provide at least one standby saw in
good working order and a supply of saw blades at the site of the work at all times during sawing operations.
e. Fixed forms. Straight side fixed forms shall be made of steel and shall be furnished in sections not
less than 10 feet in length. Forms shall be provided with adequate devices for secure settings so that when
in place they will withstand, without visible spring or settlement, the impact and vibration of the
consolidating and finishing equipment. Forms with battered top surfaces and bent, twisted or broken forms
shall not be used. Built-up forms shall not be used, except as approved by Engineer. The top face of the
form shall not vary from a true plane more than 1/8 inch in 10 feet, and the upstanding leg shall not vary
more than 1/4 inch. The forms shall contain provisions for locking the ends of abutting sections together
tightly for secure setting. Wood forms may be used under special conditions, when approved by Engineer.
The forms shall extend the full depth of the pavement section.
501-4.3 Form setting. Forms shall be set to line and grade as shown on the plans, sufficiently in advance
of the concrete placement, to ensure continuous paving operation. Forms shall be set to withstand, without
visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Forms
shall be cleaned and oiled prior to the concrete placement.
501-4.4 Base surface preparation prior to placement. Any damage to the prepared base, subbase, and
subgrade shall be corrected full depth by Contractor prior to concrete placement. The underlying surface
shall be entirely free of frost when concrete is placed. The prepared grade shall be moistened with water,
without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from
concrete. Bond breaker shall be applied in accordance with 501-2.12.
501-4.5 Handling, measuring, and hatching material. Aggregate stockpiles shall be constructed and
managed in such a manner that prevents segregation and intermixing of deleterious materials. Aggregates
Item P-501 Cement Concrete Pavement
12/21/2018 AC 150/5370-1OH
from different sources shall be stockpiled, weighed and batched separately at the concrete batch plant
Aggregates that have become segregated or mixed with earth or foreign material shall not be used. All
aggregates produced or handled by hydraulic methods, and washed aggregates, shall be stockpiled or binned
for draining at least 12 hours before being batched. Store and maintain all aggregates at a uniform moisture
content prior to use. A continuous supply of materials shall be provided to the work to ensure continuous
placement.
501-4.6 Mixing concrete. The concrete may be mixed at the work site, in a central mix plant or in truck
mixers. A central plant will be required on all projects with concrete volume exceeding 2,500 cubic yards.
The mixer shall be of an approved type and capacity. Mixing time shall be measured from the time all
materials are placed into the drum until the drum is emptied into the truck. All concrete shall be mixed and
delivered to the site in accordance with the requirements of ASTM C94 or C685.
Mixed concrete from the central mixing plant shall be transported in truck mixers, truck agitators, or non -
agitating trucks. The elapsed time from the addition of cementitious material to the mix until the concrete
is discharged from the truck should not exceed 30 minutes when the concrete is hauled in non -agitating
trucks, nor 90 minutes when the concrete is hauled in truck mixers or truck agitators. In no case shall the
temperature of the concrete when placed exceed 90°F. Retempering concrete by adding water or by other
means will not be permitted. With transit mixers additional water may be added to the batch materials and
additional mixing performed to increase the slump to meet the specified requirements provided the addition
of water is performed within 45 minutes after the initial mixing operations and provided the
water/cementitious ratio specified is not exceeded.
Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name
and number, date, mix type, mix time, quantity, and amount of water added. Batch ticket shall be
automatically generated by the batch plant and indicate batching operation variances according to
ACI 304R.
a. Cement and supplementary cementitious material within f 1 % of desired weight.
b. Aggregates measured within f2% of desired weight (f 1 % when cumulative weight is
taken).
c. Allowable water adjusted for free moisture in aggregates.
d. Admixtures discharged separately within a volumetric tolerance of f3% using a
method that does not allow concentrated admixtures to contact each other.
501-4.7 Weather Limitations on mixing and placing. No concrete shall be mixed, placed, or finished
when the natural light is insufficient, unless an adequate and approved artificial lighting system is operated.
a. Cold weather. Unless authorized in writing by_Engineer, mixing and concreting operations shall be
discontinued when a descending air temperature in the shade and away from artificial heat reaches 40T
and shall not be resumed until an ascending air temperature in the shade and away from artificial heat
reaches 35°F .
The aggregate shall be free of ice, snow, and frozen lumps before entering the mixer. The temperature
of the mixed concrete shall not be less than 50°F at the time of placement. Concrete shall not be placed on
frozen material nor shall frozen aggregates be used in the concrete.
When concreting is authorized during cold weather, water and/or the aggregates may be heated to not
more than 150°F . The apparatus used shall heat the mass uniformly and shall be arranged to preclude the
possible occurrence of overheated areas which might be detrimental to the materials.
Curing during cold weather shall be in accordance with paragraph 501-4.13d. Requirements of
ACI 306R, Cold Weather Concreting shall apply.
Item P-501 Cement Concrete Pavement 10
12/21/2018 AC 150/5370-1OH
b. Hot weather. During periods of hot weather when the maximum daily air temperature exceeds 85 °F,
the following precautions shall be taken.
The forms and/or the underlying surface shall be sprinkled with water immediately before placing the
concrete. The concrete shall be placed at the coolest temperature practicable, and in no case shall the
temperature of the concrete when placed exceed 90°F. The aggregates and/or mixing water shall be cooled
as necessary to maintain the concrete temperature at or not more than the specified maximum.
The concrete placement shall be protected from exceeding an evaporation rate of 0.2 psf per hour. When
conditions are such that problems with plastic cracking can be expected, and particularly if any plastic
cracking begins to occur, Contractor shall immediately take such additional measures as necessary to
protect the concrete surface. If Contractor's measures are not effective in preventing plastic cracking,
paving operations shall be immediately stopped.
Curing during hot weather shall be in accordance with paragraph 501-4.13e. Requirements of
ACI 305R, Hot Weather Concreting shall apply.
c. Temperature management program. Prior to the start of paving operation for each day of paving,
Contractor shall provide Engineer with a Temperature Management Program for the concrete to be placed
to assure that uncontrolled cracking is avoided. (Federal Highway Administration HIPERPAV 3 is one
example of a temperature management program.) As a minimum, the program shall address the following
items:
(1) Anticipated tensile strains in the fresh concrete as related to heating and cooling of the concrete
material.
(2) Anticipated weather conditions such as ambient temperatures, wind velocity, and relative
humidity; and anticipated evaporation rate using Figure 19-9, PCA, Design and Control of Concrete
Mixtures.
(3) Anticipated timing of initial sawing of joint.
(4) Anticipated number and type of saws to be used.
d. Rain. Contractor shall have available materials for the protection of the concrete during inclement
weather. Such protective materials shall consist of rolled polyethylene sheeting at least 4 mils thick of
sufficient length and width to cover the plastic concrete slab and any edges. The sheeting may be mounted
on either the paver or a separate movable bridge from which it can be unrolled without dragging over the
plastic concrete surface. When rain appears imminent, all paving operations shall stop and all available
personnel shall begin covering the surface of the unhardened concrete with the protective covering.
501-4.8 Concrete Placement. At any point in concrete conveyance, the free vertical drop of the concrete
from one point to another or to the underlying surface shall not exceed 3 feet. The finished concrete product
must be dense and homogeneous, without segregation and conforming to the standards in this specification.
Backhoes and grading equipment shall not be used to distribute the concrete in front of the paver. Front end
loaders will not be used. All concrete shall be consolidated without voids or segregation, including under
and around all load -transfer devices, joint assembly units, and other features embedded in the pavement
Hauling equipment or other mechanical equipment can be permitted on adjoining previously constructed
pavement when the concrete strength reaches a flexural strength of 550 psi, based on the average of four
field cured specimens per 2,000 cubic yards of concrete placed. Contractor must determine that the above
minimum strengths are adequate to protection the pavement from overloads due to the construction
equipment proposed for the project.
Contractor shall have available materials for the protection of the concrete during cold, hot, and/or
inclement weather in accordance with paragraph 501-4.7.
Item P-501 Cement Concrete Pavement 11
12/21/2018 AC 150/5370-1OH
a. Slip -form construction. The concrete shall be distributed uniformly into final position by a
self-propelled slip -form paver without delay. The alignment and elevation of the paver shall be regulated
from outside reference lines established for this purpose. The paver shall vibrate the concrete for the full
width and depth of the strip of pavement being placed and the vibration shall be adequate to provide a
consistency of concrete that will stand normal to the surface with sharp well-defined edges. The sliding
forms shall be rigidly held together laterally to prevent spreading of the forms. The plastic concrete shall
be effectively consolidated by internal vibration with transverse vibrating units for the full width of the
pavement and/or a series of equally placed longitudinal vibrating units. The space from the outer edge of
the pavement to longitudinal unit shall not exceed 9 inches for slipform and at the end of the dowels for
the fill-in lanes. The spacing of internal units shall be uniform and shall not exceed 18 inches.
The term internal vibration means vibrating units located within the specified thickness of pavement
section.
The rate of vibration of each vibrating unit shall be sufficient to consolidate the pavement without,
segregation, voids, or vibrator trails and the amplitude of vibration shall be sufficient to be perceptible on
the surface of the concrete along the entire length of the vibrating unit and for a distance of at least 1 foot.
The frequency of vibration or amplitude should be adjusted proportionately with the rate of travel to result
in a uniform density and air content. The paving machine shall be equipped with a tachometer or other
suitable device for measuring and indicating the actual frequency of vibrations.
The concrete shall be held at a uniform consistency. The slip -form paver shall be operated with as
nearly a continuous forward movement as possible and all operations of mixing, delivering, and spreading
concrete shall be coordinated to provide uniform progress with stopping and starting of the paver held to a
minimum. If for any reason, it is necessary to stop the forward movement of the paver, the vibratory and
tamping elements shall also be stopped immediately. No tractive force shall be applied to the machine,
except that which is controlled from the machine.
When concrete is being placed adjacent to an existing pavement, that part of the equipment which is
supported on the existing pavement shall be equipped with protective pads on crawler tracks or rubber -tired
wheels on which the bearing surface is offset to run a sufficient distance from the edge of the pavement to
avoid breaking the pavement edge.
Not more than 15% of the total free edge of each 500-foot segment of pavement, or fraction thereof,
shall have an edge slump exceeding 1 /4 inch, and none of the free edge of the pavement shall have an edge
slump exceeding 3/8 inch. (The total free edge of 500 feet of pavement will be considered the cumulative
total linear measurement of pavement edge originally constructed as nonadjacent to any existing pavement;
that is, 500 feet of paving lane originally constructed as a separate lane will have 1,000 feet of free edge,
500 feet of fill-in lane will have no free edge, etc.). The area affected by the downward movement of the
concrete along the pavement edge shall be limited to not more than 18 inches from the edge.
When excessive edge slump cannot be corrected before the concrete has hardened, the area with
excessive edge slump will be removed the full width of the slip form lane and replaced at the expense of
Contractor as directed by Engineer.
b. Fixed -form construction. Forms shall be drilled in advance of being placed to line and grade to
accommodate tie bars/dowel bars where these are specified.
Immediately in advance of placing concrete and after all subbase operations are completed, side forms
shall be trued and maintained to the required line and grade for a distance sufficient to prevent delay in
placing.
Side forms shall remain in place at least 12 hours after the concrete has been placed, and in all cases
until the edge of the pavement no longer requires the protection of the forms. Curing compound shall be
applied to the concrete immediately after the forms have been removed.
Item P-501 Cement Concrete Pavement 12
12/21/2018 AC 150/5370-1OH
Side forms shall be thoroughly cleaned and coated with a release agent each time they are used and
before concrete is placed against them.
Concrete shall be spread, screed, shaped and consolidated by one or more self-propelled machines.
These machines shall uniformly distribute and consolidate concrete without segregation so that the
completed pavement will conform to the required cross-section with a minimum of handwork
The number and capacity of machines furnished shall be adequate to perform the work required at a
rate equal to that of concrete delivery. The equipment must be specifically designed for placement and
finishing using stationary side forms. Methods and equipment shall be reviewed and accepted by Engineer.
Concrete for the full paving width shall be effectively consolidated by internal vibrators. The rate of
vibration of each vibrating unit shall be sufficient to consolidate the pavement without segregation, voids,
or leaving vibrator trails.
Power to vibrators shall be connected so that vibration ceases when forward or backward motion of the
machine is stopped.
c. Consolidation. Concrete shall be consolidated with the specified type of lane -spanning, gang -
mounted, mechanical, immersion type vibrating equipment mounted in front of the paver, supplemented,
in rare instances as specified, by hand -operated vibrators. The vibrators shall be inserted into the concrete
to a depth that will provide the best full -depth consolidation but not closer to the underlying material than
2 inches. Vibrators shall not be used to transport or spread the concrete. For each paving train, at least one
additional vibrator spud, or sufficient parts for rapid replacement and repair of vibrators shall be maintained
at the paving site at all times. Any evidence of inadequate consolidation (honeycomb along the edges, large
air pockets, or any other evidence) or over -consolidation (vibrator trails, segregation, or any other evidence)
shall require the immediate stopping of the paving operation and adjustment of the equipment or procedures
as approved by Engineer.
If a lack of consolidation of the hardened concrete is suspected by Engineer, referee testing may be
required. Referee testing of hardened concrete will be performed by Engineer by cutting cores from the
finished pavement after a minimum of 24 hours curing. Engineer shall visually examine the cores for
evidence of lack of consolidation. Density determinations will be made by Engineer based on the water
content of the core as taken. ASTM C642 shall be used for the determination of core density in the
saturated -surface dry condition. When required, referee cores will be taken at the minimum rate of one for
each 500 cubic yards of pavement, or fraction. Contractor shall be responsible for all referee testing cost if
they fail to meet the required density.
The average density of the cores shall be at least 97% of the original concrete mix density, with no
cores having a density of less than 96% of the original concrete mix density. Failure to meet the referee
tests will be considered evidence that the minimum requirements for vibration are inadequate for the job
conditions. Additional vibrating units or other means of increasing the effect of vibration shall be employed
so that the density of the hardened concrete conforms to the above requirements.
501-4.9 Strike -off of concrete and placement of reinforcement. Following the placing of the concrete, it
shall be struck off to conform to the cross-section shown on the plans and to an elevation that when the
concrete is properly consolidated and finished, the surface of the pavement shall be at the elevation shown
on the plans. When reinforced concrete pavement is placed in two layers, the bottom layer shall be struck
off to such length and depth that the sheet of reinforcing steel fabric or bar mat may be laid full length on
the concrete in its final position without further manipulation. The reinforcement shall then be placed
directly upon the concrete, after which the top layer of the concrete shall be placed, struck off, and screed
If any portion of the bottom layer of concrete has been placed more than 30 minutes without being covered
with the top layer or if initial set has taken place, it shall be removed and replaced with freshly mixed
concrete at Contractor's expense. When reinforced concrete is placed in one layer, the reinforcement may
Item P-501 Cement Concrete Pavement 13
12/21/2018 AC 150/5370-1OH
be positioned in advance of concrete placement or it may be placed in plastic concrete by mechanical or
vibratory means after spreading.
Reinforcing steel, at the time concrete is placed, shall be free of mud, oil, or other organic matter that may
adversely affect or reduce bond. Reinforcing steel with rust, mill scale or a combination of both will be
considered satisfactory, provided the minimum dimensions, weight, and tensile properties of a hand
wire -brushed test specimen are not less than the applicable ASTM specification requirements.
501-4.10 Joints. Joints shall be constructed as shown on the plans and in accordance with these
requirements. All joints shall be constructed with their faces perpendicular to the surface of the pavement
and finished or edged as shown on the plans. Joints shall not vary more than 1 /2 inch from their designated
position and shall be true to line with not more than 1/4 inch variation in 10 feet. The surface across the
joints shall be tested with a 12-foot straightedge as the joints are finished and any irregularities in excess of
1/4 inch shall be corrected before the concrete has hardened. All joints shall be so prepared, finished, or cut
to provide a groove of uniform width and depth as shown on the plans.
a. Construction. Longitudinal construction joints shall be slip -formed or formed against side forms as
shown in the plans.
Transverse construction joints shall be installed at the end of each day's placing operations and at any
other points within a paving lane when concrete placement is interrupted for more than 30 minutes or it
appears that the concrete will obtain its initial set before fresh concrete arrives. The installation of the joint
shall be located at a planned contraction or expansion joint. If placing of the concrete is stopped, Contractor
shall remove the excess concrete back to the previous planned joint.
b. Contraction. Contraction j oints shall be installed at the locations and spacing as shown on the plans
Contraction joints shall be installed to the dimensions required by forming a groove or cleft in the top of
the slab while the concrete is still plastic or by sawing a groove into the concrete surface after the concrete
has hardened. When the groove is formed in plastic concrete the sides of the grooves shall be finished even
and smooth with an edging tool. If an insert material is used, the installation and edge finish shall be
according to the manufacturer's instructions. The groove shall be finished or cut clean so that spalling will
be avoided at intersections with other joints. Grooving or sawing shall produce a slot at least 1/8 inch wide
and to the depth shown on the plans.
c. Isolation (expansion). Isolation joints shall be installed as shown on the plans. The premolded filler
of the thickness as shown on the plans, shall extend for the full depth and width of the slab at the joint. The
filler shall be fastened uniformly along the hardened joint face with no buckling or debris between the filler
and the concrete interface, including a temporary filler for the sealant reservoir at the top of the slab. The
edges of the joint shall be finished and tooled while the concrete is still plastic
d. Dowels and Tie Bars for Joints
(1) Tie bars. Tie bars shall consist of deformed bars installed in joints as shown on the plans. Tie
bars shall be placed at right angles to the centerline of the concrete slab and shall be spaced at intervals
shown on the plans. They shall be held in position parallel to the pavement surface and in the middle of the
slab depth and within the tolerances in paragraph 501-4.10(£). When tie bars extend into an unpaved lane,
they may be bent against the form at longitudinal construction joints, unless threaded bolt or other
assembled tie bars are specified. Tie bars shall not be painted, greased, or enclosed in sleeves. When slip -
form operations call for tie bars, two-piece hook bolts can be installed. If tie bars are installed by drilling
and epoxying into the cured concrete, then testing shall be performed by Contractor according to
ASTM C900 at a frequency of once per panel or as dictated by Engineer. Minimum tie bar pullout strength
shall be equivalent to 75% of the yield strength of the tie bar.
(2) Dowel bars. Dowel bars shall be placed across joints in the proper horizontal and vertical
alignment as shown on the plans. The dowels shall be coated with a bond -breaker or other lubricant
Item P-501 Cement Concrete Pavement 14
12/21/2018 AC 150/5370-1OH
recommended by the manufacturer and approved by Engineer. Dowels bars at longitudinal construction
joints shall be bonded in drilled holes.
(3) Placing dowels and tie bars. Horizontal spacing of dowels shall be within a tolerance of
f3/4 inch. The vertical location on the face of the slab shall be within a tolerance of f 1/2 inch. The method
used to install dowels shall ensure that the horizontal and vertical alignment will not be greater than 1 /4 inch
per feet, except for those across the crown or other grade change joints. Dowels across crowns and other
joints at grade changes shall be measured to a level surface. Horizontal alignment shall be checked
perpendicular to the joint edge. The portion of each dowel intended to move within the concrete or
expansion cap shall be wiped clean and coated with a thin, even film of lubricating oil or light grease before
the concrete is placed. Dowels shall be installed as specified in the following subparagraphs.
(a) Contraction joints. Dowels and tie bars in longitudinal and transverse contraction
joints within the paving lane shall be held securely in place by means of rigid metal frames or basket
assemblies of an approved type. The basket assemblies shall be held securely in the proper location by
means of suitable pins or anchors. Do not cut or crimp the dowel basket tie wires.
At Contractor's option, dowels and tie bars in contraction joints may be installed by
insertion into the plastic concrete using approved equipment and procedures per the paver manufacturer's
design. Approval of installation methods will be based on the results of the control strip showing that the
dowels and tie bars are installed within specified tolerances as verified by cores or non-destructive rebar
location devices approved by Engineer.
(b) Construction joints. Install dowels and tie bars by the cast -in- place or the drill -and -
dowel method. Installation by removing and replacing in preformed holes will not be permitted. Dowels
and tie bars shall be prepared and placed across joints where indicated, correctly aligned, and securely held
in the proper horizontal and vertical position during placing and finishing operations, by means of devices
fastened to the forms.
(c) Joints in hardened concrete. Install dowels in hardened concrete by bonding the
dowels into holes drilled into the concrete. The concrete shall have cured for seven days or reached a
minimum flexural strength of 450 psi before drilling begins. Holes 1/8 inch greater in diameter than the
dowels shall be drilled into the hardened concrete using rotary -core drills. Rotary -percussion drills may be
used, provided that excessive spalling does not occur. Spalling beyond the limits of the grout retention ring
will require modification of the equipment and operation. Depth of dowel hole shall be within a tolerance
of f 1/2 inch of the dimension shown on the drawings. On completion of the drilling operation, the dowel
hole shall be blown out with oil -free, compressed air. Dowels shall be bonded in the drilled holes using
epoxy resin. Epoxy resin shall be injected at the back of the hole before installing the dowel and extruded
to the collar during insertion of the dowel so as to completely fill the void around the dowel. Application
by buttering the dowel will not be permitted. The dowels shall be held in alignment at the collar of the hole
by means of a suitable metal or plastic grout retention ring fitted around the dowel.
e. Sawing of joints. Sawing shall commence, without regard to day or night, as soon as the concrete
has hardened sufficiently to permit cutting without chipping, spalling, or tearing and before uncontrolled
shrinkage cracking of the pavement occurs and shall continue without interruption until all joints have been
sawn. All slurry and debris produced in the sawing of joints shall be removed by vacuuming and washing.
Curing compound or system shall be reapplied in the initial saw -cut and maintained for the remaining care
period.
Joints shall be cut in locations as shown on the plans. The initial joint cut shall be a minimum 1/8 inch
wide and to the depth shown on the plans. Prior to placement of joint sealant or seals, the top of the joint
shall be widened by sawing as shown on the plans.
501-4.11 Finishing. Finishing operations shall be a continuing part of placing operations starting
immediately behind the strike -off of the paver. Initial finishing shall be provided by the transverse screed
Item P-501 Cement Concrete Pavement 15
12/21/2018 AC 150/5370-1OH
or extrusion plate. The sequence of operations shall be transverse finishing, longitudinal machine floating
if used, straightedge finishing, edging of joints, and then texturing. Finishing shall be by the machine
method. The hand method shall be used only on isolated areas of odd slab widths or shapes and in the event
of a breakdown of the mechanical finishing equipment. Supplemental hand finishing for machine finished
pavement shall be kept to an absolute minimum. Any machine finishing operation which requires
appreciable hand finishing, other than a moderate amount of straightedge finishing, shall be immediately
stopped and proper adjustments made or the equipment replaced. Equipment, mixture, and/or procedures
which produce more than 1/4 inch of mortar -rich surface shall be immediately modified as necessary to
eliminate this condition or operations shall cease. Compensation shall be made for surging behind the
screeds or extrusion plate and settlement during hardening and care shall be taken to ensure that paving and
finishing machines are properly adjusted so that the finished surface of the concrete (not just the cutting
edges of the screeds) will be at the required line and grade. Finishing equipment and tools shall be
maintained clean and in an approved condition. At no time shall water be added to the surface of the slab
with the finishing equipment or tools, or in any other way. Fog (mist) sprays or other surface applied
finishing aids specified to prevent plastic shrinkage cracking, approved by Engineer, may be used in
accordance with the manufacturers requirements.
a. Machine finishing with slipform pavers. The slipform paver shall be operated so that only a very
minimum of additional finishing work is required to produce pavement surfaces and edges meeting the
specified tolerances. Any equipment or procedure that fails to meet these specified requirements shall
immediately be replaced or modified as necessary. A self-propelled non -rotating pipe float may be used
while the concrete is still plastic, to remove minor irregularities and score marks. Only one pass of the pipe
float shall be allowed. Equipment, mixture, and/or procedures which produce more than 1/4 inch of
mortar -rich surface shall be immediately modified as necessary to eliminate this condition or operations
shall cease. Remove excessive slurry from the surface with a cutting straightedge and wipe off the edge.
Any slurry which does run down the vertical edges shall be immediately removed by hand, using stiff
brushes or scrapers. No slurry, concrete or concrete mortar shall be used to build up along the edges of the
pavement to compensate for excessive edge slump, either while the concrete is plastic or after it hardens.
b. Machine finishing with fixed forms. The machine shall be designed to straddle the forms and shall
be operated to screed and consolidate the concrete. Machines that cause displacement of the forms shall be
replaced. The machine shall make only one pass over each area of pavement. If the equipment and
procedures do not produce a surface of uniform texture, true to grade, in one pass, the operation shall be
immediately stopped and the equipment, mixture, and procedures adjusted as necessary.
c. Other types of finishing equipment. Clary screeds, other rotating tube floats, or bridge deck
finishers are not allowed on mainline paving, but may be allowed on irregular or odd -shaped slabs, and
near buildings or trench drains, subject to Engineer approval.
Bridge deck finishers shall have a minimum operating weight of 7,500 pounds and shall have a
transversely operating carriage containing a knock -down auger and a minimum of two immersion vibrators.
Vibrating screeds or pans shall be used only for isolated slabs where hand finishing is permitted as specified,
and only where specifically approved.
d. Hand finishing. Hand finishing methods will not be permitted, except under the following
conditions: (1) in the event of breakdown of the mechanical equipment, hand methods may be used to finish
the concrete already deposited on the grade and (2) in areas of narrow widths or of irregular dimensions
where operation of the mechanical equipment is impractical.
e. Straightedge testing and surface correction. After the pavement has been struck off and while the
concrete is still plastic, it shall be tested for trueness with a 12-foot finishing straightedge swung from
handles capable of spanning at least one-half the width of the slab. The straightedge shall be held in contact
with the surface in successive positions parallel to the centerline and the whole area gone over from one
side of the slab to the other, as necessary. Advancing shall be in successive stages of not more than one -
Item P-501 Cement Concrete Pavement 16
12/21/2018 AC 150/5370-IOH
half the length of the straightedge. Any excess water and laitance in excess of 1/8 inch thick shall be
removed from the surface of the pavement and wasted. Any depressions shall be immediately filled with
freshly mixed concrete, struck off, consolidated, and refinished. High areas shall be cut down and
refinished. Special attention shall be given to assure that the surface across joints meets the smoothness
requirements. Straightedge testing and surface corrections shall continue until the entire surface is found to
be free from observable departures from the straightedge and until the slab conforms to the required grade
and cross-section. The use of long -handled wood floats shall be confined to a minimum; they may be used
only in emergencies and in areas not accessible to finishing equipment.
501-4.12 Surface texture. The surface of the pavement shall be finished as designated below for all newly
constructed concrete pavements. It is important that the texturing equipment not tear or unduly roughen the
pavement surface during the operation. The texture shall be uniform in appearance and approximately
1/16 inch in depth. Any imperfections resulting from the texturing operation shall be corrected to the
satisfaction of Engineer.
a. Brush or broom finish. Not used.
b. Burlap drag finish. Burlap, at least 15 ounces per square yard, will typically produce acceptable
texture. To obtain a textured surface, the transverse threads of the burlap shall be removed approximately
1 foot from the trailing edge. A heavy buildup of grout on the burlap threads produces the desired wide
sweeping longitudinal striations on the pavement surface.
c. Artificial turf finish. Shall be applied by dragging the surface of the pavement in the direction of
concrete placement with an approved full -width drag made with artificial turf. The leading transverse edge
of the artificial turf drag will be securely fastened to a lightweight pole on a traveling bridge. At least 2 feet
of the artificial turf shall be in contact with the concrete surface during dragging operations. Approval of
the artificial turf will be done only after it has been demonstrated by Contractor to provide a satisfactory
texture. One type that has provided satisfactory texture consists of 7,200 approximately 0.85-inch-long
polyethylene turf blades per square foot.
501-4.13 Curing. Immediately after finishing operations are completed and bleed water is gone from the
surface, all exposed surfaces of the newly placed concrete shall be cured for a seven-day cure period in
accordance with one of the methods below. Failure to provide sufficient cover material of whatever kind
Contractor may elect to use, or lack of water to adequately take care of both curing and other requirements,
shall be cause for immediate suspension of concreting operations. The concrete shall not be left exposed
for more than 1/2 hour during the curing period.
When a two -saw -cut method is used to construct the contraction j oint, the curing compound shall be applied
to the saw -cut immediately after the initial cut has been made. The sealant reservoir shall not be sawed until
after the curing period has been completed. When the one cut method is used to construct the contraction
joint, the joint shall be cured with wet rope, wet rags, or wet blankets. The rags, ropes, or blankets shall be
kept moist for the duration of the curing period.
a. Impervious membrane method. Curing with liquid membrane compounds should not occur until
bleed and surface moisture has evaporated. All exposed surfaces of the pavement shall be sprayed uniformly
with white pigmented curing compound immediately after the finishing of the surface and before the set of
the concrete has taken place. The curing compound shall not be applied during rainfall. Curing compound
shall be applied by mechanical sprayers under pressure at the rate of 1 gallon to not more than 75 square
feet. The spraying equipment shall be of the fully atomizing type equipped with a tank agitator. At the time
of use, the compound shall be in a thoroughly mixed condition with the pigment uniformly dispersed
throughout the vehicle. During application, the compound shall be stirred continuously by mechanical
means. Hand spraying of odd widths or shapes and concrete surfaces exposed by the removal of forms will
be permitted. When hand spraying is approved by Engineer, a double application rate shall be used to ensure
coverage. Should the film become damaged from any cause, including sawing operations, within the
Item P-501 Cement Concrete Pavement 17
12/21/2018 AC 150/5370-1OH
required curing period, the damaged portions shall be repaired immediately with additional compound or
other approved means. Upon removal of side forms, the sides of the exposed slabs shall be protected
immediately to provide a curing treatment equal to that provided for the surface.
Cover an 8- x 8-foot (or larger) area with 8-mil-thick (or thicker) clear polyethylene barrier and seal all
edges to concrete surface with duct tape. If moisture collects beneath polyethylene barrier any time during
a 72-hour time period after application ofbarrier, decrease coverage rate (thicker film of curing compound)
and repeat test until appropriate application rate determined. Appropriate coverage rate is when no moisture
collects beneath barrier within the 72-hour period. Repeat this test every 10 working days (concrete
placement days) to reconfirm coverage rate.
b. White burlap -polyethylene sheets. The surface of the pavement shall be entirely covered with the
sheeting. The sheeting used shall be such length (or width) that it will extend at least twice the thickness of
the pavement beyond the edges of the slab. The sheeting shall be placed so that the entire surface and both
edges of the slab are completely covered. The sheeting shall be placed and weighted to remain in contact
with the surface covered, and the covering shall be maintained fully saturated and in position for seven days
after the concrete has been placed.
c. Water method. The entire area shall be covered with burlap or other water absorbing material. The
material shall be of sufficient thickness to retain water for adequate curing without excessive runoff. The
material shall be kept wet at all times and maintained for seven days. When the forms are stripped, the
vertical walls shall also be kept moist. It shall be the responsibility of Contractor to prevent ponding of the
curing water on the subbase.
d. Concrete protection for cold weather. Maintain the concrete at a temperature of at least 507 for
72 hours after placing and at a temperature above freezing for the remainder of the seven-day curing period
Contractor shall be responsible for the quality and strength of the concrete placed during cold weather, and
any concrete damaged shall be removed and replaced at Contractor expense.
e. Concrete protection for hot weather. Concrete should be continuous moisture cured for the entire
curing period and shall commence as soon as the surfaces are finished and continue for at least 24 hours.
However, if moisture curing is not practical beyond 24 hours, the concrete surface shall be protected from
drying with application of a liquid membrane -forming curing compound while the surfaces are still damp.
Other curing methods may be approved by Engineer.
501-4.14 Removing forms. Unless otherwise specified, forms shall not be removed from freshly placed
concrete until it has hardened sufficiently to permit removal without chipping, spalling, or tearing. After
the forms have been removed, the sides of the slab shall be cured in accordance with paragraph 501-4.13.
If honeycombed areas are evident when the forms are removed, materials, placement, and consolidation
methods must be reviewed and appropriate adjustments made to assure adequate consolidation at the edges
of future concrete placements. Honeycombed areas that extend into the slab less than approximately 1 inch
shall be repaired with an approved grout, as directed by Engineer. Honeycombed areas that extend into the
slab greater than a depth of 1 inch shall be considered as defective work and shall be removed and replaced
in accordance with paragraph 501-4.19.
501-4.15 Saw -cut grooving. If shown on the plans, grooved surfaces shall be provided in accordance with
the requirements of Item P-621.
501-4.16 Sealing joints. The joints in the pavement shall be sealed in accordance with Item P-605.
501-4.17 Protection of pavement. Contractor shall protect the pavement and its appurtenances against
both public traffic and traffic caused by Contractor's employees and agents until accepted by Engineer.
This shall include watchmen to direct traffic and the erection and maintenance of warning signs, lights,
pavement bridges, crossovers, and protection of unsealed joints from intrusion of foreign material, etc. Any
Item P-501 Cement Concrete Pavement 18
12/21/2018 AC 150/5370-1OH
damage to the pavement occurring prior to final acceptance shall be repaired or the pavement replaced at
Contractor expense.
Aggregates, rubble, or other similar construction materials shall not be placed on airfield pavements. Traffic
shall be excluded from the new pavement by erecting and maintaining barricades and signs until the
concrete is at least seven days old, or for a longer period if directed by Engineer.
In paving intermediate lanes between newly paved pilot lanes, operation of the hauling and paving
equipment will be permitted on the new pavement after the pavement has been cured for seven days, the
joints are protected, the concrete has attained a minimum field cured flexural strength of 450 psi, and the
slab edge is protected.
All new and existing pavement carrying construction traffic or equipment shall be kept clean and spillage
of concrete and other materials shall be cleaned up immediately.
Damaged pavements shall be removed and replaced at Contractor expense. Slabs shall be removed to the
full depth, width, and length of the slab.
501-4.18 Opening to construction traffic. The pavement shall not be opened to traffic until test specimens
molded and cured in accordance with ASTM C31 have attained a flexural strength of 450 pounds per square
inch when tested in accordance with ASTM C78. If such tests are not conducted, the pavement shall not be
opened to traffic until 14 days after the concrete was placed. Prior to opening the pavement to construction
traffic, all joints shall either be sealed or protected from damage to the joint edge and intrusion of foreign
materials into the joint. As a minimum, backer rod or tape may be used to protect the joints from foreign
matter intrusion. Contractor shall bear the cost of molding and testing additional test specimens for early
opening testing.
501-4.19 Repair, removal, or replacement of slabs. New pavement slabs that are broken or contain cracks
or are otherwise defective or unacceptable as defined by acceptance criteria in paragraph 501-6.6 shall be
removed and replaced or repaired, as directed by Engineer, at Contractor's expense. Spalls along joints
shall be repaired as specified. Removal of partial slabs is not permitted. Removal and replacement shall be
full depth, shall be full width of the slab, and the limit of removal shall be normal to the paving lane and to
each original transverse joint. Engineer will determine whether cracks extend full depth of the pavement
and may require cores to be drilled on the crack to determine depth of cracking. Such cores shall be have a
diameter of 2 to 4 inches, shall be drilled by Contractor and shall be filled by Contractor with a well
consolidated concrete mixture bonded to the walls of the hole with a bonding agent, using approved
procedures. Drilling of cores and refilling holes shall be at no expense to the Owner. Repair of cracks as
described in this section shall not be allowed if in the opinion of Engineer the overall condition of the
pavement indicates that such repair is unlikely to achieve an acceptable and durable finished pavement. No
repair of cracks shall be allowed in any panel that demonstrates segregated aggregate with an absence of
coarse aggregate in the upper 1/8 inch of the pavement surface.
a. Shrinkage cracks. Shrinkage cracks which do not exceed one-third of the pavement depth shall be
cleaned and either high molecular weight methacrylate (HMWM) applied; or epoxy resin (Type IV,
Grade 1) pressure injected using procedures recommended by the manufacturer and approved by Engineer.
Sandblasting of the surface may be required following the application of HMWM to restore skid resistance.
Care shall be taken to ensure that the crack is not widened during epoxy resin injection. All epoxy resin
injection shall take place in the presence of Engineer. Shrinkage cracks which exceed one-third the
pavement depth shall be treated as full depth cracks in accordance with paragraphs 5014.19b and 501-19c.
b. Slabs with cracks through interior areas. Interior area is defined as that area more than 6 inches
from either adjacent original transverse joint. The full slab shall be removed and replaced at no cost to the
Owner, when there are any full depth cracks, or cracks greater than one-third the pavement depth, that
extend into the interior area.
Item P-501 Cement Concrete Pavement 19
12/21/2018 AC 150/5370-1OH
c. Cracks close to and parallel to joints. All full -depth cracks within 6 inches either side of the joint
and essentially parallel to the original joints, shall be treated as follows.
(1) Full depth cracks and original joint not cracked. The full -depth crack shall be treated as the
new joint and the original joint filled with an epoxy resin.
i. Full -depth crack. The joint sealant reservoir for the crack shall be formed by sawing to a
depth of 3/4 inches, f1/16 inch, and to a width of 5/8 inch, ±1/8 inch. The crack shall be sawed with
equipment specially designed to follow random cracks. Any equipment or procedure which causes raveling
or spalling along the crack shall be modified or replaced to prevent raveling or spalling. The joint shall be
sealed with sealant in accordance with P-605 or as directed by Engineer.
ii. Original joint. If the original joint sealant reservoir has been sawed out, the reservoir and
as much of the lower saw cut as possible shall be filled with epoxy resin, Type IV, Grade 2, thoroughly
tooled into the void using approved procedures.
If only the original narrow saw cut has been made, it shall be cleaned and pressure injected
with epoxy resin, Type IV, Grade 1, using approved procedures.
Where a parallel crack goes part way across paving lane and then intersects and follows the
original joint which is cracked only for the remained of the width, it shall be treated as specified above for
a parallel crack, and the cracked original joint shall be prepared and sealed as originally designed.
(2) Full depth cracks and original joint cracked. If there is any place in the lane width where a
parallel crack and a cracked portion of the original joint overlap, the entire slab containing the crack shall
be removed and replaced.
d. Removal and replacement of full slabs. Make a full depth cut perpendicular to the slab surface
along all edges of the slab with a concrete saw cutting any dowels or tie -bars. Remove damaged slab
protecting adjacent pavement from damage. Damage to adjacent slabs may result in removal of additional
slabs as directed by Engineer at Contractor's expense.
The underlying material shall be repaired, re -compacted and shaped to grade.
Dowels of the size and spacing specified for other joints in similar pavement on the project shall be installed
along all four edges of the new slab in accordance with paragraph 501-4.1 Od.
Placement of concrete shall be as specified for original construction. The joints around the new slab shall
be prepared and sealed as specified for original construction.
e. Spalls along joints.
(1) Spalls less than 1 inch wide and less than the depth of the joint sealant reservoir, shall be filled
with joint sealant material.
(2) Spalls larger than 1 inch and/or deeper than the joint reservoir, but less than half the slab depth,
and less than 25% of the length of the adjacent joint shall be repaired as follows:
i. Make a vertical saw cut at least 1 inch outside the spalled area and to a depth of at least
2 inches. Saw cuts shall be straight lines forming rectangular areas surrounding the spalled area.
ii. Remove unsound concrete and at least 1/2 inch of visually sound concrete between the saw
cut and the joint or crack with a light chipping hammer.
iii. Clean cavity with high-pressure water jets supplemented with compressed air as needed to
remove all loose material.
iv. Apply a prime coat of epoxy resin, Type III, Grade I, to the dry, cleaned surface of all sides
and bottom of the cavity, except any joint face.
v. Fill the cavity with low slump concrete or mortar or with epoxy resin concrete or mortar.
vi. An insert or other bond -breaking medium shall be used to prevent bond at all joint faces.
Item P-501 Cement Concrete Pavement 20
12/21/2018 AC 150/5370-1OH
vii. A reservoir for the joint sealant shall be sawed to the dimensions required for other joints,
or as required to be routed for cracks. The reservoir shall be thoroughly cleaned and sealed with the sealer
specified for the joints.
(3) Spalls deeper than 1/2 of the slab depth or spalls longer than 25% of the adjacent joint require
replacement of the entire slab.
f. Diamond grinding of Concrete surfaces. Diamond grinding shall be completed prior to pavement
grooving. Diamond grinding of the hardened concrete should not be performed until the concrete is at least
14 days old and has achieved full minimum strength. Equipment that causes ravels, aggregate fractures,
spalls or disturbance to the joints will not be permitted. The depth of diamond grinding shall not exceed
1/2 inch and all areas in which diamond grinding has been performed will be subject to the final pavement
thickness tolerances specified.
Diamond grinding shall be performed with a machine specifically designed for diamond grinding
capable of cutting a path at least 3 feet wide. The saw blades shall be 1/8-inch wide with sufficient number
of flush cut blades that create grooves between 0.090 and 0.130 inches wide; and peaks and ridges
approximately 1/32 inch higher than the bottom of the grinding cut. Contractor shall determine the number
and type of blades based on the hardness of the aggregate. Contractor shall demonstrate to Engineer that
the grinding equipment will produce satisfactory results prior to making corrections to surfaces.
Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding.
The slurry resulting from the grinding operation shall be continuously removed and the pavement left in a
clean condition. All grinding shall be at the expense of Contractor.
g. Clay balls, mud balls, dirt balls, and other deleterious contamination. Any panel with observable
contamination beyond reasonable expectation, whether from stockpile contamination or other means, shall
be fully removed and replaced. "Reasonable Expectation" shall be considered not more than 3 points of
contamination greater than 1-inch in diameter per 225 square feet or any foreign matter greater than 2 inches
in diameter. Contractor will be responsible for repairing isolated points of contamination in a manna'
approved by Engineer.
CONTRACTOR QUALITY CONTROL (CQC)
501-5.1 Quality control program. Contractor shall develop a Quality Control Program in accordance with
Item C-100. No partial payment will be made for materials that are subject to specific quality control
requirements without an approved quality control program.
501-5.2 Contractor QC testing. Contractor shall perform all QC tests necessary to control the production
and construction processes applicable to this specification and as set forth in the CQCP. The testing
program shall include, but not necessarily be limited to, tests for aggregate gradation, aggregate moisture
content, slump, and air content. A QC Testing Plan shall be developed and approved by Engineer as part
of the CQCP.
Engineer may at any time, notwithstanding previous plant acceptance, reject and require Contractor to
dispose of any batch of concrete mixture which is rendered unfit for use due to contamination, segregation,
or improper slump. Such rejection may be based on only visual inspection. In the event of such rejection,
Contractor may take a representative sample of the rejected material in the presence of Engineer, and if it
can be demonstrated in the laboratory, in the presence of Engineer, that such material was erroneously
rejected, payment will be made for the material at the contract unit price.
a. Fine aggregate.
(1) Gradation. A sieve analysis shall be made at least twice daily in accordance with ASTM C136
from randomly sampled material taken from the discharge gate of storage bins or from the conveyor belt.
Item P-501 Cement Concrete Pavement 21
12/21/2018 AC 150/5370-1OH
(2) Moisture content. If an electric moisture meter is used, at least two direct measurements of
moisture content shall be made per week to check the calibration. If direct measurements are made in lieu
of using an electric meter, two tests shall be made per day. Tests shall be made in accordance with
ASTM C70 or C566.
(3) Deleterious substances. Fine aggregate as delivered to the mixer shall be tested for deleterious
substances in fine aggregate for concrete as specified in paragraph 501-2.lb, prior to production of the
control strip, and a minimum of every 30-days during production or more frequently as necessary to control
deleterious substances.
b. Coarse Aggregate.
(1) Gradation. A sieve analysis shall be made at least twice daily for each size of aggregate. Tests
shall be made in accordance with ASTM C136 from randomly sampled material taken from the discharge
gate of storage bins or from the conveyor belt.
(2) Moisture content. If an electric moisture meter is used, at least two direct measurements of
moisture content shall be made per week to check the calibration. If direct measurements are made in lieu
of using an electric meter, two tests shall be made per day. Tests shall be made in accordance with
ASTM C566.
(3) Deleterious substances. Coarse aggregate as delivered to the mixer shall be tested for
deleterious substances in coarse aggregate for concrete as specified in paragraph 501-2.1c, prior to
production of the control strip, and a minimum of every 30 days during production or more frequently as
necessary to control deleterious substances.
c. Slump. One test shall be made for each sublot. Slump tests shall be performed in accordance with
ASTM C143 from material randomly sampled from material discharged from trucks at the paving site.
Material samples shall be taken in accordance with ASTM C172.
d. Air content. One test shall be made for each sublot. Air content tests shall be performed in
accordance with ASTM C231 for gravel and stone coarse aggregate and ASTM C173 for slag or other
porous coarse aggregate, from material randomly sampled from trucks at the paving site. Material samples
shall be taken in accordance with ASTM C172.
e. Unit weight and Yield. One test shall be made for each sublot. Unit weight and yield tests shall be
in accordance with ASTM C138. The samples shall be taken in accordance with ASTM C172 and at the
same time as the air content tests.
f. Temperatures. Temperatures shall be checked at least four times per lot at the job site in accordance
with ASTM C1064.
g. Smoothness for Contractor Quality Control.
Contractor shall perform smoothness testing in transverse and longitudinal directions daily to verify
that the construction processes are producing pavement with variances less than 1/4 inch in 12 feet,
identifying areas that may pond water which could lead to hydroplaning of aircraft. If the smoothness
criteria is not met, appropriate changes and corrections to the construction process shall be made by
Contractor before construction continues
Contractor may use a 12-foot "straightedge, a rolling inclinometer meeting the requirements of
ASTM E2133 or rolling external reference device that can simulate a 12-foot straightedge approved by
Engineer. Straight -edge testing shall start with one-half the length of the straightedge at the edge of
pavement section being tested and then moved ahead one-half the length of the straightedge for each
successive measurement. Testing shall be continuous across all joints. The surface irregularity shall be
determined by placing the freestanding (unleveled) straightedge on the pavement surface and allowing it to
rest upon the two highest spots covered by its length, and measuring the maximum gap between the
straightedge and the pavement surface in the area between the two high points. If the rolling inclinometer
Item P-501 Cement Concrete Pavement 22
12/21/2018 AC 150/5370-1OH
or external reference device is used, the data may be evaluated using either the FAA profile program,
ProFAA, or FHWA profile program ProVal, using the 12-foot straightedge simulation function.
Smoothness readings shall not be made across grade changes or cross slope transitions. The transition
between new and existing pavement shall be evaluated separately for conformance with the plans.
(1) Transverse measurements. Transverse measurements shall be taken for each day's production
placed. Transverse measurements shall be taken perpendicular to the pavement centerline each 50 feet or
more often as determined by Engineer. The joint between lanes shall be tested separately to facilitate
smoothness between lanes.
(2) Longitudinal measurements. Longitudinal measurements shall be taken for each day's
production placed. Longitudinal tests shall be parallel to the centerline of paving; at the center of paving
lanes when widths of paving lanes are less than 20 feet; and at the third points of paving lanes when widths
of paving lanes are 20 feet or greater.
Deviations on the final surface course in either the transverse or longitudinal direction that will trap
water greater than 1/4 inch shall be corrected with diamond grinding per paragraph 501-4.19f or by
removing and replacing the surface course to full depth. Grinding shall be tapered in all directions to provide
smooth transitions to areas not requiring grinding. All areas in which diamond grinding has been performed
shall be subject to the final pavement thickness tolerances specified in paragraph 501-6.6.
Control charts shall be kept to show area of each day's placement and the percentage of corrective
grinding required. Corrections to production and placement shall be initiated when corrective grinding is
required. If Contractor's machines and/or methods produce significant areas that need corrective actions in
excess of 10 percent of a day's production, production shall be stopped until corrective measures are
implemented by Contractor.
h. Grade. Grade will be evaluated prior to and after placement of the concrete surface.
Measurements will be taken at appropriate gradelines (as a minimum at center and edges of paving
lane) and longitudinal spacing as shown on cross -sections and plans. The final surface of the pavement will
not vary from the gradeline elevations and cross -sections shown on the plans by more than 1/2 inch
vertically and 0.1 feet laterally. The documentation will be provided by Contractor to Engineer.
Areas with humps or depression that that exceed grade or smoothness and that retain water on the surface
must be ground off provided the course thickness after grinding is not more than 1/2 inch less than the
thickness specified on the plans. If these areas cannot be corrected with grinding then the slabs that are
retaining water must be removed and replaced in accordance with paragraph 501-4.19d. Grinding shall be
in accordance with paragraph 501-4.19f. All corrections will be at Contractors expense.
501-5.4 Control charts. Contractor shall maintain linear control charts for fine and coarse aggregate
gradation, slump, and air content. Contractor shall also maintain a control chart plotting the coarseness
factor/workability factor from the combined gradations in accordance with paragraph 501-2.1d.
Control charts shall be posted in a location satisfactory to Engineer and shall be kept up to date at all times.
As a minimum, the control charts shall identify the project number, the contract item number, the test
number, each test parameter, the Action and suspension Limits, or Specification limits, applicable to each
test parameter, and Contractor's test results. Contractor shall use the control charts as part of a process
control system for identifying potential problems and assignable causes before they occur. If Contractor's
projected data during production indicates a potential problem and Contractor is not taking satisfactory
corrective action, Engineer may halt production or acceptance of the material.
a. Fine and coarse aggregate gradation. Contractor shall record the running average of the last five
gradation tests for each control sieve on linear control charts. Superimposed on the control charts shall be
the action and suspension limits. Gradation tests shall be performed by Contractor per ASTM C136.
Item P-501 Cement Concrete Pavement 23
12/21/2018 AC 150/5370-1OH
Contractor shall take at least two samples per lot to check the final gradation. Sampling shall be per
ASTM D75 from the flowing aggregate stream or conveyor belt.
b. Slump and air content. Contractor shall maintain linear control charts both for individual
measurements and range (that is, difference between highest and lowest measurements) for slump and air
content in accordance with the following Action and Suspension Limits.
c. Combined gradation. Contractor shall maintain a control chart plotting the coarseness factor and
workability factor on a chart in accordance with paragraph 501-2.1 d.
Control Chart Limits'
Control Parameter
Individual
Measurements
Action Limit
Suspension Limit
Gradation2
*3
*3
Coarseness Factor CF
f3.5
f5
Workability Factor WF
f2
f3
Slum
+0.5 to -1 inch
+1 to -1.5 inch
Air Content
f 1.5%
±2.0%
' Control charts shall developed and maintained for each control p arameter indicated.
2 Control charts shall be developed and maintained for each sieve size.
' Action and suspension limits shallbe determined by Contractor.
501-5.5 Corrective action at Suspension Limit. CQCP shall indicate that appropriate action shall be taken
when the process is believed to be out of control. The CQCP shall detail what action will be taken to bring
the process into control and shall contain sets of rules to gauge when a process is out of control. As a
minimum, a process shall be deemed out of control and corrective action taken if any one of the following
conditions exists.
a. Fine and coarse aggregate gradation. When two consecutive averages of five tests are outside of
the suspension limits, immediate steps, including a halt to production, shall be taken to correct the
grading.
b. Coarseness and Workability factor. When the CF or WF reaches the applicable suspension limits,
Contractor, immediate steps, including a halt to production, shall be taken to correct the CF and
WF.
c. Fine and coarse aggregate moisture content. Whenever the moisture content of the fine or coarse
aggregate changes by more than 0.5%, the scale settings for the aggregate batcher and water batcher shall
be adjusted.
d. Slump. Contractor shall halt production and make appropriate adjustments whenever:
(1) one point falls outside the Suspension Limit line for individual measurements
OR
(2) two points in a row fall outside the Action Limit line for individual measurements.
d. Air content. Contractor shall halt production and adjust the amount of air -entraining admixture
whenever:
(1) one point falls outside the Suspension Limit line for individual measurements
OR
(2) two points in a row fall outside the Action Limit line for individual measurements.
Item P-501 Cement Concrete Pavement 24
12/21/2018 AC 150/5370-1OH
MATERIAL ACCEPTANCE
501-6.1 Quality Assurance (QA) Acceptance sampling and testing. All acceptance sampling and testing
necessary to determine conformance with the requirements specified in this section, with the exception of
coring for thickness determination, will be performed by Engineer. Contractor shall provide adequate
facilities for the initial curing of beams. Contractor shall bear the cost of providing initial curing facilities
and coring and filling operations, per paragraph 501-6.5b(1).
The samples will be transported while in the molds. The curing, except for the initial cure period, will be
accomplished using the immersion in saturated lime water method. During the 24 hours after molding, the
temperature immediately adjacent to the specimens must be maintained in the range of 60-80°F, and loss
of moisture from the specimens must be prevented. The specimens may be stored in tightly constructed
wooden boxes, damp sand pits, temporary buildings at construction sites, under wet burlap in favorable
weather, or in heavyweight closed plastic bags, or using other suitable methods, provided the temperature
and moisture loss requirements are met.
501-6.2 Quality Assurance (QA) testing laboratory. Quality assurance testing organizations performing
these acceptance tests will be accredited in accordance with ASTM C 1077. The quality assurance laboratory
accreditation must be current and listed on the accrediting authority's website. All test methods required
for acceptance sampling and testing must be listed on the lab accreditation. A copy of the laboratory's
current accreditation and accredited test methods will be submitted to Engineer prior to start of construction.
501-6.3 Lot size. Concrete will be accepted for strength and thickness on a lot basis. A lot will consist of a
day's production not to exceed 200 square yards. Each lot will be divided into approximately equal sublots.
Where three sublots are produced, they will constitute a lot. Where one or two sublots are produced, they
will be incorporated into the previous or next lot. Where more than one plant is simultaneously producing
concrete for the job, the lot sizes will apply separately for each plant.
501-6.4 Partial lots. When operational conditions cause a lot to be terminated before the specified number
of tests have been made for the lot or for overages or minor placements to be considered as partial lots, the
following procedure will be used to adjust the lot size and the number of tests for the lot.
Where three sublots have been produced, they will constitute a lot. Where one or two sublots have been
produced, they will be incorporated into the next lot or the previous lot and the total number of sublots will
be used in the acceptance criteria calculation, that is, n=5 or n=6.
501-6.5 Acceptance Sampling and Testing.
a. Strength.
(1) Sampling. One sample will be taken for each sublot from the concrete delivered to the job site.
Sampling locations will be determined by Engineer in accordance with random sampling procedures
contained in ASTM D3665. The concrete will be sampled in accordance with ASTM C172.
(2) Test Specimens. Engineer will be responsible for the casting, initial curing, transportation, and
curing of specimens in accordance with ASTM C31. Two specimens will be made from each sample and
slump, air content, unit weight, and temperature tests will be conducted for each set of strength specimens.
Within 24 to 48 hours, the samples will be transported from the field to the laboratory while in the molds.
Samples will be cured in saturated lime water.
The strength of each specimen will be determined in accordance with ASTM C78. The strength for
each sublot will be computed by averaging the results of the two test specimens representing that sublot.
(3) Acceptance. Acceptance of pavement for strength will be determined by Engineer in
accordance with paragraph 501-6.6b(1). All individual strength tests within a lot will be checked for outliers
in accordance with ASTM E 178, at a significance level of 5%. Outliers will be discarded and the remaining
test values will be used to determine acceptance in accordance with paragraph 501-6.5b.
Item P-501 Cement Concrete Pavement 25
12/21/2018 AC 150/5370-1OH
b. Pavement thickness.
(1) Sampling. One core will be taken by Contractor for each sublot in the presence of Engineer.
Sampling locations will be determined by Engineer in accordance with random sampling procedures
contained in ASTM D3665. Areas, such as thickened edges, with planned variable thickness, will be
excluded from sample locations.
Cores shall be a minimum 4 inch in diameter neatly cut with a core drill. Contractor will furnish
all tools, labor, and materials for cutting samples and filling the cored hole. Core holes will be filled by
Contractor with a non -shrink grout approved by Engineer within one day after sampling.
(2) Testing. The thickness of the cores will be determined by Engineer by the average caliper
measurement in accordance with ASTM C174. Each core shall be photographed and the photograph
included with the test report.
(3) Acceptance. Acceptance of pavement for thickness will be determined by Engineer in
accordance with paragraph 501-6.6.
501-6.6 Acceptance criteria.
a. General. Acceptance will be based on the following characteristics of the completed pavement
discussed in paragraph 501-6.5b:
(1) Strength
(2) Thickness
(3) Grade
(4) Profilograph smoothness. Not used.
(5) Adjustments for repairs
Acceptance for strength, thickness, and grade, will be based on the criteria contained in accordance
with paragraph 501-6.6b(1), 501-6.6b(2), and 501-6.6b(3), respectively.
Production quality must achieve 90 PWL or higher to receive full payment.
Strength and thickness will be evaluated for acceptance on a lot basis using the method of estimating
PWL. Production quality must achieve 90 PWL or higher to receive full pavement. The PWL will be
determined in accordance with procedures specified in Item C-110.
The lower specification tolerance limit (L) for strength and thickness will be:
Lower Specification Tolerance Limit (L)
Strength
0.93 x strength specified in paragraph 501-3.3
Thickness
Lot Plan Thickness in inches - 0.50 in
b. Acceptance criteria.
(1) Strength. If the PWL of the lot equals or exceeds 90%, the lot will be acceptable. Acceptance
and payment for the lot will be determined in accordance with paragraph 501-8.1.
(2) Thickness. If the PWL of the lot equals or exceeds 90%, the lot will be acceptable. Acceptance
and payment for the lot will be determined in accordance with paragraph 501-8.1.
(3) Grade. The final finished surface of the pavement of the completed project will not vary from
the gradeline elevations and cross -sections shown on the plans by more than 1/2 inch vertically or 0.1 feet
laterally. The documentation, stamped and signed by a licensed surveyor shall be in accordance with
paragraph 501-5.3h. Payment for sublots that do not meet grade for over 25% of the sublot shall reduced
by 5% and not be more than 95%.
(4) Profilograph roughness for QA Acceptance. Not used.
Item P-501 Cement Concrete Pavement 26
12/21/2018 AC 150/5370-1OH
(5) Adjustments for repair. Sublots with spall repairs, crack repairs, or partial panel replacement,
will be limited to no more than 95% payment.
(6) Adjustment for grinding. For sublots with grinding over 25% of a sublot, payment will be
reduced 5%.
METHOD OF MEASUREMENT
501-7.1 12- to 14-inch Portland Cement concrete pavement to be paid for under this item shall be the
number of square yards of concrete pavement, of various thicknesses, as specified in -place, completed
and accepted, less applicable deductions.
Joint beveling and sealing of new Portland cement concrete pavement shall not be measured, but shall be
considered subsidiary to P-501.
All remarking will be by Owner.
BASIS OF PAYMENT
501-8.1 Payment. Payment for concrete pavement meeting all acceptance criteria as specified in paragraph
501-6.6. Acceptance Criteria shall be based on results of strength, smoothness, and thickness tests. Payment
for acceptable lots of concrete pavement shall be adjusted in accordance with paragraph 501-8.1a for
strength and thickness; 501-8.lb for repairs; 501-8.1c for grinding; and 501-8.1d for smoothness, subject
to the limitation that:
The total project payment for concrete pavement shall not exceed 100% of the product of the contract unit
price and the total number square yards of concrete pavement used in the accepted work (See Note 1 under
the Price Adjustment Schedule table).
Payment shall be full compensation for all labor, materials, tools, equipment, and incidentals required to
complete the work as specified herein and on the drawings.
a. Basis of adjusted payment. The pay factor for each individual lot shall be calculated in accordance
with the Price Adjustment Schedule table below. A pay factor shall be calculated for both strength and
thickness. The lot pay factor shall be the higher of the two values when calculations for both strength and
thickness are 100% or higher. The lot pay factor shall be the product of the two values when only one of
the calculations for either strength or thickness is 100% or higher. The lot pay factor shall be the lower of
the two values when calculations for both strength and thickness are less than 100%.
Price Adjustment Schedule'
Percentage of Materials Within Specification Limits
PWL
Lot Pay Factor
Percent of Contract Unit Price
96 — 100
106
90 — 95
PWL + 10
75 — 90
0.5 PWL + 55
55-74
1.4PWL-12
Below 55
Rejectz
Although it is theoretically possible to achieve a pay factor of 106% for each lot, actual payment in excess of
100% shallbe subj ectto the total project payment limitation specified in paragraph 501-8.1.
The lot shallbe removed and replaced unless, afterreceipt ofFAA concurrence, the Owner and Contractor agree
in writing that the lot will remain; the lot paid at 50% of the contract unit price; and the total project payment
limitation reducedby the amount withheld for th at lot.
Item P-501 Cement Concrete Pavement 27
12/21/2018 AC 150/5370-1OH
For each lot accepted, the adjusted contract unit price shall be the product of the lot pay factor for the
lot and the contract unit price. Payment shall be subject to the total project payment limitation specified in
paragraph 501-8.1. Payment in excess of 100% for accepted lots of concrete pavement shall be used to
offset payment for accepted lots of concrete pavement that achieve a lot pay factor less than 100%; except
for rejected lots which remain in place and/or sublots with adjustments for repairs.
b. Adjusted payment for repairs. The PAT lot pay factor shall be reduced by 5% and be no higher
than 95% for sublots which contain repairs in accordance with paragraph 501-4.19 on more than 20% of
the slabs within the sublot. Payment factors greater than 100 percent for the strength and thickness cannot
be used to offset adjustments for repairs.
c. Adjusted payment for grinding. The PAT lot pay factor shall be reduced by 5% and be no higher
than 95% for sublots with grinding over 25% of a sublot.
d. Profilograph Roughness. Not used.
e. Payment shall be made under:
ItemP-501-8.1 Portland Cement Concrete Pavement. (12- to 14-inch thickness), including
reinforcement where applicable, complete, per square yard
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications are
referred to within the text by the basic designation only.
ASTM International (ASTM)
ASTM A184
Standard Specification for Welded Deformed Steel Bar Mats for Concrete
Reinforcement
ASTM A615
Standard Specification for Deformed and Plain Carbon -Steel Bars for
Concrete Reinforcement
ASTM A704
Standard Specification for Welded Steel Plain Bar or Rod Mats for
Concrete Reinforcement
ASTM A706
Standard Specification for Low -Alloy Steel Deformed and Plain Bars for
Concrete Reinforcement
ASTM A775
Standard Specification for Epoxy -Coated Steel Reinforcing Bars
ASTM A884
Standard Specification for Epoxy -Coated Steel Wire and Welded Wire
Reinforcement
ASTM A934
Standard Specification for Epoxy -Coated Prefabricated Steel Reinforcing
Bars
ASTM A996
Standard Specification for Rail -Steel and Axle -Steel Deformed Bars for
Concrete Reinforcement
ASTM A1035
Standard Specification for Deformed and Plain, Low -Carbon, Chromium,
Steel Bars for Concrete Reinforcement
ASTM A1064
Standard Specification for Carbon -Steel Wire and Welded Wire
Reinforcement, Plain and Deformed, for Concrete
ASTM A1078 Standard Specification for Epoxy -Coated Steel Dowels for Concrete
Pavement
Item P-501 Cement Concrete Pavement 28
12/21/2018 AC 150/5370-1OH
ASTM C29
Standard Test Method for Bulk Density ("Unit Weight") and Voids in
Aggregate
ASTM C31
Standard Practice for Making and Curing Concrete Test Specimens in the
Field
ASTM C33
Standard Specification for Concrete Aggregates
ASTM C39
Standard Test Method for Compressive Strength of Cylindrical Concrete
Specimens
ASTM C70
Standard Test Method for Surface Moisture in Fine Aggregate
ASTM C78
Standard Test Method for Flexural Strength of Concrete (Using Simple
Beam with Third -Point Loading)
ASTM C88
Standard Test Method for Soundness of Aggregates by Use of Sodium
Sulfate or Magnesium Sulfate
ASTM C94
Standard Specification for Ready -Mixed Concrete
ASTM C114
Standard Test Methods for Chemical Analysis of Hydraulic Cement
ASTM C117
Standard Test Method for Materials Finer than 75-µm (No. 200) Sieve in
Mineral Aggregates by Washing
ASTM C123
Standard Test Method for Lightweight Particles in Aggregate
ASTM C136
Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates
ASTM C 131
Standard Test Method for Resistance to Degradation of Small -Size Coarse
Aggregate by Abrasion and Impact in the Los Angeles Machine
ASTM C136
Standard Test Method for Sieve or Screen Analysis of Fine and Coarse
Aggregates
ASTM C138
Standard Test Method for Density (Unit Weight), Yield, and Air Content
(Gravimetric) of Concrete
ASTM C142
Standard Test Method for Clay Lumps and Friable Particles in Aggregates
ASTM C143
Standard Test Method for Slump of Hydraulic -Cement Concrete
ASTM C150
Standard Specification for Portland Cement
ASTM C171
Standard Specification for Sheet Materials for Curing Concrete
ASTM C172
Standard Practice for Sampling Freshly Mixed Concrete
ASTM C173
Standard Test Method for Air Content of Freshly Mixed Concrete by the
Volumetric Method
ASTM C174
Standard Test Method for Measuring Thickness of Concrete Elements
Using Drilled Concrete Cores
ASTM C227
Standard Test Method for Potential Alkali Reactivity of Cement -
Aggregate Combinations (Mortar -Bar Method)
ASTM C231
Standard Test Method for Air Content of Freshly Mixed Concrete by the
Pressure Method
ASTM C260
Standard Specification for Air -Entraining Admixtures for Concrete
ASTM C295
Standard Guide for Petrographic Examination of Aggregates for Concrete
Item P-501 Cement Concrete Pavement 29
12/21/2018 AC 150/5370-1OH
ASTM C309
Standard Specification for Liquid Membrane -Forming Compounds for
Curing Concrete
ASTM C311
Standard Test Methods for Sampling and Testing Fly Ash or Natural
Pozzolans for Use in Portland Cement Concrete
ASTM C494
Standard Specification for Chemical Admixtures for Concrete
ASTM C566
Standard Test Method for Total Evaporable Moisture Content of
Aggregates by Drying
ASTM C595
Standard Specification for Blended Hydraulic Cements
ASTM C618
Standard Specification for Coal Fly Ash and Raw or Calcined Natural
Pozzolan for Use in Concrete
ASTM C642
Standard Test Method for Density, Absorption, and Voids in Hardened
Concrete
ASTM C666
Standard Test Method for Resistance of Concrete to Rapid Freezing and
Thawing
ASTM C685
Standard Specification for Concrete Made by Volumetric Batching and
Continuous Mixing
ASTM C881
Standard Specification for Epoxy -Resin -Base Bonding Systems for
Concrete
ASTM C989
Standard Specification for Slag Cement for Use in Concrete and Mortars
ASTM C1017
Standard Specification for Chemical Admixtures for Use in Producing
Flowing Concrete
ASTM C1064
Test Method for Temperature of Freshly Mixed Hydraulic -Cement
Concrete
ASTM C 1077
Standard Practice for Agencies Testing Concrete and Concrete Aggregates
for Use in Construction and Criteria for Testing Agency Evaluation
ASTM C1157
Standard Performance Specification for Hydraulic Cement
ASTM C1260
Standard Test Method for Potential Alkali Reactivity of Aggregates
(Mortar -Bar Method)
ASTM C1365
Standard Test Method for Determination of the Proportion of Phases in
Portland Cement and Portland -Cement Clinker Using X-Ray Powder
Diffraction Analysis
ASTM C1567
Standard Test Method for Determining the Potential Alkali -Silica
Reactivity of Combinations of Cementitious Materials and Aggregate
(Accelerated Mortar -Bar Method)
ASTM C1602
Standard Specification for Mixing Water Used in the Production of
Hydraulic Cement Concrete
ASTM D75
Standard Practice for Sampling Aggregates
ASTM D 1751 Standard Specification for Preformed Expansion Joint Filler for Concrete
Paving and Structural Construction (Nonextruding and Resilient
Bituminous Types)
Item P-501 Cement Concrete Pavement 30
12/21/2018 AC 150/5370-1OH
ASTM D1752
Standard Specification for Preformed Sponge Rubber and Cork and
Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural
Construction
ASTM D2419
Standard Test Method for Sand Equivalent Value of Soils and Fine
Aggregate
ASTM D3665
Standard Practice for Random Sampling of Construction Materials
ASTM D4791
Standard Test Method for Flat Particles, Elongated Particles, or Flat and
Elongated Particles in Coarse Aggregate
ASTM E 178
Standard Practice for Dealing with Outlying Observations
ASTM E 1274
Standard Test Method for Measuring Pavement Roughness Using a
Profilograph
ASTM E2133
Standard Test Method for Using a Rolling Inclinometer to Measure
Longitudinal and Transverse Profiles of a Traveled Surface
American Concrete Institute (ACI)
ACI 305R
Guide to Hot Weather Concreting
ACI 306R
Guide to Cold Weather Concreting
ACI 309R
Guide for Consolidation of Concrete
Advisory Circulars (AC)
AC 150/5320-6 Airport Pavement Design and Evaluation
Federal Highway Administration (FHWA)
HIPERPAV 3, version 3.2
Portland Concrete Association (PCA)
PCA Design and Control of Concrete Mixtures, 161h Edition
U. S. Army Corps of Engineers (USACE) Concrete Research Division (CRD)
CRD C662 Determining the Potential Alkali -Silica Reactivity of Combinations of
Cementitious Materials, Lithium Nitrate Admixture and Aggregate
(Accelerated Mortar -Bar Method)
United States Air Force Engineering Technical Letter (ETL)
ETL 97-5 Proportioning Concrete Mixtures with Graded Aggregates for Rigid
Airfield Pavements
END ITEM P-501
Item P-501 Cement Concrete Pavement 31
12/21/2018 AC 150/5370-1OH
Item P-605 Joint Sealants for Pavements
DESCRIPTION
605-1.1 This item shall consist of providing and installing a resilient and adhesive joint sealing material
capable of effectively sealing joints in pavement; joints between different types of pavements; and cracks
in existing pavement.
MATERIALS
605-2.1 Joint sealants. Joint sealant materials shall meet the requirements of ASTM D5893 — Standard
Specification for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland
Cement Concrete Pavements, shall be used for joints and cracks in Portland cement concrete.
Each lot or batch of sealant shall be delivered to the jobsite in the manufacturer's original sealed container.
Each container shall be marked with the manufacturer's name, batch or lot number, the safe heating
temperature, and shall be accompanied by the manufacturer's certification stating that the sealant meets the
requirements of this specification.
605-2.2 Backer rod. The material furnished shall be a compressible, non -shrinking, non -staining, non -
absorbing material that is non -reactive with the joint sealant in accordance with ASTM D5249. Backer -rod
material shall be 25% f5% larger in diameter than the nominal width of the joint.
605-2.3 Bond breaking tapes. Provide a bond breaking tape or separating material that is a flexible, non-
shrinkable, non -absorbing, non -staining, and non -reacting adhesive -backed tape. The material shall have a
melting point at least 5°F greater than the pouring temperature of the sealant being used when tested in
accordance with ASTM D789. The bond breaker tape shall be approximately 1/8 inch wider than the
nominal width of the joint and shall not bond to the joint sealant.
CONSTRUCTION METHODS
605-3.1 Time of application. Joints shall be sealed as soon after completion of the curing period as feasible
and before the pavement is opened to traffic, including construction equipment. The pavement temperature
shall be 50°F and rising at the time of application of the poured joint sealing material. Do not apply sealant
if moisture is observed in the joint.
605-3.2 Equipment. Machines, tools, and equipment used in the performance of the work required by this
section shall be approved before the work is started and maintained in satisfactory condition at all times.
Submit a list of proposed equipment to be used in performance of construction work including descriptive
data, 30 days prior to use on the project.
a. Tractor -mounted routing tool. Provide a routing tool, used for removing old sealant from the joints,
of such shape and dimensions and so mounted on the tractor that it will not damage the sides of the joints.
The tool shall be designed so that it can be adjusted to remove the old material to varying depths as required
The use of V-shaped tools or rotary impact routing devices will not be permitted. Hand -operated spindle
routing devices may be used to clean and enlarge random cracks.
b. Concrete saw. Provide a self-propelled power saw, with water-cooled diamond or abrasive saw
blades, for cutting joints to the depths and widths specified.
Item P-605 Joint Sealants for Pavements
12/21/2018 AC 150/5370-1OH
c. Sandblasting equipment. Contractor must demonstrate sandblasting equipment including the air
compressor, hose, guide and nozzle size, under job conditions, before approval in accordance with
paragraph 605-3.3. Contractor shall demonstrate, in the presence of Engineer, that the method cleans the
joint and does not damage the joint.
d. Waterblasting equipment. Contractor must demonstrate waterblasting equipment including the
pumps, hose, guide and nozzle size, under job conditions, before approval in accordance with paragraph
605-3.3. Contractor shall demonstrate, in the presence of Engineer, that the method cleans the joint and
does not damage the joint.
605-3.3 Preparation of j oints. Pavement j oints for application of material in this specification must be dry,
clean of all scale, dirt, dust, curing compound, and other foreign matter. Contractor shall demonstrate, in
the presence of the Engineer, that the method cleans the joint and does not damage the joint.
a. Sawing. All joints shall be sawed in accordance with specifications and plan details. Immediately
after sawing the joint, the resulting slurry shall be completely removed from joint and adjacent area by
flushing with a jet of water, and by use of other tools as necessary.
b. Sealing. Immediately before sealing, the joints shall be thoroughly cleaned of all remaining laitance,
curing compound, filler, protrusions of hardened concrete, old sealant and other foreign material from the
sides and upper edges of the joint space to be sealed. Cleaning shall be accomplished by sandblasting,
tractor -mounted routing equipment, concrete saw, and waterblaster as specified in paragraph 605-3.2. The
newly exposed concrete joint faces and the pavement surface extending a minimum of 1/2 inch from the
joint edge shall be sandblasted clean. Sandblasting shall be accomplished in a minimum of two passes. One
pass per joint face with the nozzle held at an angle directly toward the joint face and not more than 3 inches
from it. After final cleaning and immediately prior to sealing, blow out the joints with compressed air and
leave them completely free of debris and water. The joint faces shall be surface dry when the seal is applied
Sandblasting only permitted when aircraft not in immediate area, blasting is done so sand is not widely
scattered, and wind conditions are favorable. Contractor required to have a vacuum truck and other cleaning
equipment onsite at all times to keep area free of debris from sand -blasting operations.
c. Backer Rod. When the joint opening is of a greater depth than indicated for the sealant depth, plug
or seal off the lower portion of the j oint opening using a backer rod in accordance with paragraph 605 -2.2
to prevent the entrance of the sealant below the specified depth. Take care to ensure that the backer rod is
placed at the specified depth and is not stretched or twisted during installation.
d. Bond -breaking tape. Where inserts or filler materials contain bitumen, or the depth of the joint
opening does not allow for the use of a backup material, insert a bond- separating tape breaker in accordance
with paragraph 605-2.3 to prevent incompatibility with the filler materials and three -sided adhesion of the
sealant. Securely bond the tape to the bottom of the joint opening so it will not float up into the new sealant.
605-3.4 Installation of sealants. Joints shall be inspected for proper width, depth, alignment, and
preparation, and shall be approved by the Engineer before sealing is allowed. Sealants shall be installed in
accordance with the following requirements:
Immediately preceding, but not more than 50 feet ahead of the joint sealing operations, perform a final
cleaning with compressed air. Fill the joints from the bottom up to 1/8 inch ±1/16 inch below the top of
pavement surface; or bottom of groove for grooved pavement. Remove and discard excess or spilled sealant
from the pavement by approved methods. Install the sealant in such a manner as to prevent the formation
of voids and entrapped air. In no case shall gravity methods or pouring pots be used to install the sealant
material. Traffic shall not be permitted over newly sealed pavement until authorized by the Engineer. When
a primer is recommended by the manufacturer, apply it evenly to the joint faces in accordance with the
manufacturer's instructions. Check the joints frequently to ensure that the newly installed sealant is cured
to a tack -free condition within the time specified.
Item P-605 Joint Sealants for Pavements 2
12/21/2018 AC 150/5370-1OH
605-3.5 Inspection. Contractor shall inspect the joint sealant for proper rate of cure and set, bonding to the
joint walls, cohesive separation within the sealant, reversion to liquid, entrapped air and voids. Sealants
exhibiting any of these deficiencies at any time prior to the final acceptance of the project shall be removed
from the joint, wasted, and replaced as specified at no additional cost to the airport.
605-3.6 Clean-up. Upon completion ofthe project, remove all unused materials from the site and leave the
pavement in a clean condition.
METHOD OF MEASUREMENT
605-4.1 Joint sealing material and related material for j oints in Portland cement concrete pavement will not
be measured. This work is considered incidental to Item P-501, Cement Concrete Placement.
605-4.2 Joint sealing for cracks in concrete pavement shall be measured by the linear foot of cracks prepared
and sealed, measured on the ground in place, complete and accepted. This includes all routing, cleaning
and preparation work.
BASIS OF PAYMENT
605-5.1 Payment for joint sealing in Portland cement concrete pavement shall be considered incidental to
Item P-501, Cement Concrete Placement.
605-5.2 Payment for joint sealing for cracks in concrete pavement shall be shall be made at the contract
unit price per linear, complete and accepted. This price shall be full compensation for furnishing all
materials, preparation of the crack, delivering and placing of these materials, and for all labor, equipment,
tools, and incidentals necessary to complete the item.
Payment will be made under:
Item P-605-5.1 Not applicable.
Item P-605-5.2 Sealing Cracks in Existing Concrete Pavement complete, per linear foot
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications
are referred to within the text by the basic designation only.
ASTM International (ASTM)
ASTM D789 Standard Test Method for Determination of Relative Viscosity of
Polyamide (PA)
ASTM D5249 Standard Specification for Backer Material for Use with Cold- and Hot -
Applied Joint Sealants in Portland -Cement Concrete and Asphalt Joints
ASTM D5893 Standard Specification for Cold Applied, Single Component, Chemically
Curing Silicone Joint Sealant for Portland Cement Concrete Pavements
ASTM D6690 Standard Specification for Joint and Crack Sealants, Hot Applied, for
Concrete and Asphalt
ASTM D7116 Standard Specification for Joint Sealants, Hot Applied, Jet Fuel Resistant
Types for Portland Cement Concrete Pavements
Item P-605 Joint Sealants for Pavements
12/21/2018 AC 150/5370-1OH
Advisory Circulars (AC)
AC 150/5340-30 Design and Installation Details for Airport Visual Aids
END ITEM P-605
Item P-605 Joint Sealants for Pavements
12/21/2018 AC 150/5370-1OH
Item T-901 Seeding
DESCRIPTION
901-1.1 This item shall consist of soil preparation, seeding and fertilizing areas shown on plans or as
directed by RPR in accordance with these specifications.
MATERIALS
901-2.1 Seed. The species and application rates of grass, legume, and cover -crop seed furnished shall be
those stipulated herein. Seed shall conform to the requirements of Federal Specification JJJ-S-181, Federal
Specification, Seeds, Agricultural.
Seed shall be furnished separately or in mixtures in standard containers labeled in conformance with the
Agricultural Marketing Service (AMS) Seed Act and applicable state seed laws with the seed name, lot
number, net weight, percentages of purity and of germination and hard seed, and percentage of maximum
weed seed content clearly marked for each kind of seed. Contractor shall furnish RPR duplicate signed
copies of a statement by the vendor certifying that each lot of seed has been tested by a recognized
laboratory for seed testing within six (6) months of date of delivery. This statement shall include: name and
address of laboratory, date of test, lot number for each kind of seed, and the results of tests as to name,
percentages of purity and of germination, and percentage of weed content for each kind of seed furnished,
and, in case of a mixture, the proportions of each kind of seed. Wet, moldy, or otherwise damaged seed will
be rejected. Seeds shall be applied as follows:
Quantity of "Commercial Seed" required to equal quantity of "Pure Live Seed" shall be computed by the
following formula:
Commercial Seed = Pure Live Seed x 10,000
% Purity x % Germination
Quantity of pure live seed and type required:
QUANTITY OF PURE LIVE SEED
COMMON NAME
SCIENTIFIC NAME
FOR MIXTURE
Curly Mesquite Grass
Hilaria belan eri
1.8 lbs/acre
Green Sprangletop
Le tochloa dubia
0.9 lbs/acre
Sideoats Grama El Reno
Bouteloua curti endula
2.8 lbs/acre
Blue Grama Texas Grown
Bouteloua gracilis
0.81bs/acre
Sahara Bermudagrass hulled
2.5 lbs/acre
Rye (temporary cover cro
60.0 lbs/acre
901-2.2 Lime. Not required.
901-2.3 Fertilizer. Fertilizer shall be standard commercial fertilizers supplied separately or in mixtures
containing the percentages of total nitrogen, available phosphoric acid, and water-soluble potash. They shall
be applied at the rate and to the depth specified and meet the requirements of applicable state laws. They
Item T 901 Seeding
12/21/2018 AC 150/5370-1OH
shall be furnished in standard containers with name, weight, and guaranteed analysis of contents clearly
marked thereon. No cyanamide compounds or hydrated lime shall be permitted in mixed fertilizers.
The fertilizers may be supplied in one of the following forms:
a. A dry, free -flowing fertilizer suitable for application by a common fertilizer spreader;
b. A finely -ground fertilizer soluble in water, suitable for application by power sprayers; or
c. A granular or pellet form suitable for application by blower equipment.
Fertilizers shall be 16-20-0 or 16-8-8 (representing respective percentages of nitrogen, phosphoric acid, and
water-soluble potash) as determined by the Association of Official Agricultural Chemists commercial
fertilizer and shall be spread at a minimum rate of 400 pounds per acre.
901-2.4 Soil for repairs. The soil for fill and topsoiling of areas to be repaired shall be at least of equal
quality to that which exists in areas adjacent to the area to be repaired. The soil shall be relatively free from
large stones, roots, stumps, or other materials that will interfere with subsequent sowing of seed,
compacting, and establishing turf, and shall be approved by RPR before being placed.
CONSTRUCTION METHODS
901-3.1 Advance preparation and cleanup. After grading of areas has been completed and before
applying fertilizer and ground limestone, areas to be seeded shall be raked or otherwise cleared of stones
larger than 2 inches in any diameter, sticks, stumps, and other debris that might interfere with sowing of
seed, growth of grasses, or subsequent maintenance of grass -covered areas. If any damage by erosion or
other causes has occurred after the completion of grading and before beginning the application of fertilizer,
Contractor shall repair such damage include filling gullies, smoothing irregularities, and repairing other
incidental damage.
An area to be seeded shall be considered a satisfactory seedbed without additional treatment if it has recently
been thoroughly loosened and worked to a depth of not less than 5 inches as a result of grading operations
and, if immediately prior to seeding, the top 3 inches of soil is loose, friable, reasonably free from large
clods, rocks, large roots, or other undesirable matter, and if shaped to the required grade.
When the area to be seeded is sparsely sodded, weedy, barren and unworked, or packed and hard, any grass
and weeds shall first be cut or otherwise satisfactorily disposed of, and the soil then scarified or otherwise
loosened to a depth not less than 5 inches. Clods shall be broken and the top 3 inches of soil shall be worked
into a satisfactory seedbed by discing, or by use of cultipackers, rollers, drags, harrows, or other appropriate
means.
901-3.2 Dry application method.
a. Liming. Not required.
b. Fertilizing. Following advance preparations and cleanup fertilizer shall be uniformly spread at the
rate that will provide not less than the minimum quantity stated in paragraph 901-2.3.
c. Seeding. Grass seed shall be sown at the rate specified in paragraph 901-2.1 immediately after
fertilizing. The fertilizer and seed shall be raked within the depth range stated in the special provisions.
Seeds of legumes, either alone or in mixtures, shall be inoculated before mixing or sowing, in accordance
with the instructions of the manufacturer of the inoculant. When seeding is required at other than the seasons
shown on the plans or in the special provisions, a cover crop shall be sown by the same methods required
for grass and legume seeding.
Item T 901 Seeding 2
12/21/2018 AC 150/5370-1OH
d. Rolling. After the seed has been properly covered, the seedbed shall be immediately compacted by
means of an approved lawn roller, weighing 40-65 pounds per foot of width for clay soil (or any soil having
a tendency to pack), and weighing 150-200 pounds per foot of width for sandy or light soils.
901-3.3 Wet application method.
a. General. Contractor may elect to apply seed and fertilizer (and lime, if required) by spraying them
on the previously prepared seedbed in the form of an aqueous mixture and by using the methods and
equipment described herein. The rates of application shall be as specified in the special provisions.
b. Spraying equipment. The spraying equipment shall have a container or water tank equipped with a
liquid level gauge calibrated to read in increments not larger than 50 gallons over the entire range of the
tank capacity, mounted so as to be visible to the nozzle operator. Container/tank shall also be equipped with
a mechanical power -driven agitator able to keep all solids in the mixture in complete suspension at all times
until used.
The unit shall also be equipped with a pressure pump capable of delivering 100 gallons per minute at a
pressure of 100 lb/sq inch. The pump shall be mounted in a line that will recirculate the mixture through
the tank whenever it is not being sprayed from the nozzle. All pump passages and pipe lines shall be capable
of providing clearance for 5/8-inch solids. The power unit for the pump and agitator shall have controls
mounted to be accessible to the nozzle operator. There shall be an indicating pressure gauge connected and
mounted immediately at the back of the nozzle.
The nozzle pipe shall be mounted on an elevated supporting stand in such a manner that it can be rotated
through 360 degrees horizontally and inclined vertically from at least 20 degrees below to at least 60 degrees
above the horizontal. There shall be a quick -acting, three-way control valve connecting the recirculating
line to the nozzle pipe and mounted so that the nozzle operator can control and regulate the amount of flow
of mixture delivered to the nozzle. At least three different types of nozzles shall be supplied so that mixtures
may be properly sprayed over distance varying 20 to 100 feet. One shall be a close -range ribbon nozzle,
one a medium -range ribbon nozzle, and one a long-range jet nozzle. For case of removal and cleaning, all
nozzles shall be connected to the nozzle pipe by means of quick -release couplings.
In order to reach areas inaccessible to the regular equipment, an extension hose at least 50 feet in length
shall be provided to which the nozzles may be connected.
c. Mixtures. Seed and fertilizer shall be mixed together in the relative proportions specified, but not
more than a total of 220 pounds of these combined solids shall be added to and mixed with each 100 gallons
of water.
All water used shall be obtained from fresh water sources and shall be free from injurious chemicals
and other toxic substances harmful to plant life. Contractor shall identify to RPR all sources of water at
least two weeks prior to use. RPR may take samples of the water at the source or from the tank at any time
and have a laboratory test the samples for chemical and saline content. Contractor shall not use any water
from any source that is disapproved by RPR following such tests.
All mixtures shall be constantly agitated from the time they are mixed until they are finally applied to
the seedbed. All such mixtures shall be used within two hours from the time they were mixed or wasted
and disposed at approved locations.
d. Spraying. Mixtures of seed and fertilizer shall only be sprayed upon previously prepared seedbeds
on which the lime, if required, shall already have been worked in. The mixtures shall be applied by means
of a high-pressure spray that shall always be directed upward into the air so that the mixtures will fall to the
ground like rain in a uniform spray. Nozzles or sprays shall never be directed toward the ground in such a
manner as might produce erosion or runoff.
Item T 901 Seeding 3
12/21/2018 AC 150/5370-1OH
Exercise care to ensure application is made uniformly and at the prescribed rate and to guard against
misses and overlapped areas. Proper predetermined quantities of mixture in accordance with specifications
shall be used to cover specified sections of known area.
Checks on the rate and uniformity of application may be made by observing the degree of wetting of
the ground or by distributing test sheets of paper or pans over the area at intervals and observing the quantity
of material deposited thereon.
On surfaces that are to be mulched as indicated by the plans or designated by RPR, seed and fertilizer
applied by the spray method need not be raked into the soil or rolled. However, on surfaces on which mulch
is not to be used, the raking and rolling operations will be required after the soil has dried.
901-3.4 Maintenance of seeded areas. Contractor shall protect seeded areas against traffic or other use by
warning signs or barricades, as approved by RPR. Surfaces gullied or otherwise damaged following seeding
shall be repaired by regrading and reseeding as directed. Contractor shall mow, water as directed, and
otherwise maintain seeded areas in a satisfactory condition until final inspection and acceptance of the
work.
When either the dry or wet application method outlined above is used for work done out of season, it will
be required that Contractor establish a good stand of grass of uniform color and density to the satisfaction
of RPR. A grass stand shall be considered adequate when bare spots are 1 square foot or less, randomly
dispersed, and do not exceed 3% of the area seeded.
Contractor shall be responsible for watering and maintaining seeded areas for a minimum 45 calendar days
after seeding, or until establishing an acceptable stand of grass, meeting SWPPP requirements. Maintenance
of seeded areas may also require additional seeding to provide required stand of grass for acceptance. Such
additional seeding, if required, shall be at Contractor expense. Once the stand of grass meets coverage,
SWPPP requirements, and Contractor files Notice of Termination, seeding will be considered established
and accepted.
METHOD OF MEASUREMENT
901-4.1 The quantity of seeding to be paid for shall be number of units per acre measured on the ground
surface, completed and accepted.
KEll 2 6XV4d M"It N
901-5.1 Payment shall be made at the contract unit price per acre or fraction thereof, which price and
payment shall be full compensation for furnishing and placing all material and for all labor, equipment,
tools, and incidentals necessary to complete the work prescribed in this item.
50% payment for this Item will be made when seeding is complete. The final 50% will be made after
establishing a stand of grass as required to meet SWPPP/TPDES General Permit and specified percentage
requirements.
Payment will be made under:
Item 901-5.1 Seeding, per acre
The quantity of Item T-901, Seeding, coincides with the infield haul route between Taxiways F and R.
Item T 901 Seeding 4
12/21/2018 AC 150/5370-1OH
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications
are referred to within the text by the basic designation only.
ASTM International (ASTM)
ASTM C602 Standard Specification for Agricultural Liming Materials
Federal Specifications (FED SPEC)
FED SPEC JJJ-S-181, Federal Specification, Seeds, Agricultural
Advisory Circulars (AC)
AC 150/5200-33 Hazardous Wildlife Attractants on or Near Airports
FAA/United States Department of Agriculture
Wildlife Hazard Management at Airports, A Manual for Airport Personnel
END OF ITEM T-901
Item T 901 Seeding
APPENDIX A
CONSTRUCTION SAFETY AND PHASING PLAN (CSPP)
Parkhill
CONSTRUCTION SAFETY AND PHASING PLAN (CSPP)
CITY OF LUBBOCK, TEXAS
Lubbock Preston Smith International Airport
Taxiways M and J Rehabilitation
Ak Lubbock
Now Preston Smith
INTERNATIONAL AIRPORT
City of Lubbock ITB No. 21-15877-CM
April 12021
Parkhill Project #01271719
Parkhill.com
Parkhill
CONSTRUCTION SAFETY AND PHASING PLAN (CSPP)
CITY OF LUBBOCK, TEXAS
Lubbock Preston Smith International Airport
Taxiways M and J Rehabilitation
Lubbock
Preston Smith
INTERNATIONAL AIRPORT
City of Lubbock ITB No. 21-15877-CM
April 12021
Parkhill Project #01271719
4/23/2021
Parkhill.com
City of Lubbock, Texas
Lubbock Preston Smith International Airport CSPP
LBB Taxiways M and J Rehabilitation April 2021
TABLE OF CONTENTS
Page
1. COORDINATION.............................................................................................................1
2. PHASING.........................................................................................................................2
3. AREAS AND OPERATIONS AFFECTED BY CONSTRUCTION ACTIVITY .........................4
4. PROTECTION OF NAVIGATION AIDS(NAVAIDS)...........................................................4
5. CONTRACTOR ACCESS..................................................................................................4
6. WILDLIFE MANAGEMENT..............................................................................................9
7. FOREIGN OBJECT DEBRIS (FOD) MANAGEMENT........................................................ 10
8. HAZARDOUS MATERIALS (HAZMAT) MANAGEMENT ................................................ 10
9. NOTIFICATION OF CONSTRUCTION ACTIVITIES.........................................................10
10.
INSPECTION REQUIREMENTS......................................................................................12
11.
UNDERGROUND UTILITIES..........................................................................................13
12.
PENALTIES...................................................................................................................13
13.
SPECIAL CONDITIONS..................................................................................................13
14.
MARKING AND SIGNS..................................................................................................14
15.
HAZARD MARKING AND LIGHTING............................................................................
14
16.
PROTECTION................................................................................................................15
17.
OTHER LIMITATIONS ON CONSTRUCTION..................................................................16
APPENDICES
APPENDIX A PROJECT AIRPORT LAYOUT PLAN
APPENDIX B CONSTRUCTION PHASING, SAFETY PLAN AND DETAILS, AND SECURITY
NOTES
APPENDIX C FAA FORM 7460-1, NOTICE OF PROPOSED CONSTRUCTION OR
ALTERATION (BLANK)
APPENDIX D ADVISORY CIRCULAR 150/5370-2G, OPERATING SAFETY ON AIRPORTS
DURING CONSTRUCTION
APPENDIX E SAFETY DETAILS
PARKHILL TOC- i 01271719
\\Data 1 \Proj ects\2019\2717.19\03_D SG N \03_R E PT\00_C LER I CAL\C SPP\3-T OC . docx
City of Lubbock, Texas
Lubbock Preston Smith International Airport
CSPP
LBB Taxiways M and J Rehabilitation April 2021
Project Name: LBB Taxiways M and J Rehabilitation
Sponsor's Agent: Mr. Steve Nicholson, Deputy Director Operations and Safety
Lubbock Preston Smith International Airport (LBB)
Administration Office, 2nd Floor
5401 North Martin Luther King, Jr. Blvd, Unit 3 89
Lubbock Texas79403
806.775.2036
Consultant/Engineer: Mr. Mark Haberer, P.E., CM
PARKHILL
4222 85th Street
Lubbock Texas79423
806.473.2200
Note: Consultant/Engineer will not be involved during construction.
City of Lubbock ITB No. 21-15877-CM
Engineer's Project No. 01271719
1. COORDINATION
A. Project Meetings:
1. Prebid Conference. A prebid conference, in accordance with
FAA AC 150/5370-12B, will be held a minimum 10 days before bid
opening. The meeting will allow Consulting Engineer, City of Lubbock,
and LBB staff to review project details and Contractors to ask project
specific questions. The prebid conference will be led by City of Lubbock
Purchasing Department, with assistance from Airport Administration and
Consulting Engineer.
2. Preconstruction Meeting. A preconstruction meeting in accordance with
FAA AC 15015370-12B will be held before issuing the Notice to Proceed.
Required attendees are Director of Aviation, Airport Deputy Director,
Airport Operations Manager, FAA ATCT, FAA ADO, Prime Contractor,
and all subcontractors.
3. Construction Progress Meetings. Construction progress meetings will be
held throughout the Project duration, as determined by Owner. At a
minimum, required attendees will be Airport administrative staff, Airp o rt
Operations staff, FAA ATCT, FAA ADO, Prime Contractor, and all
subcontractors performing work during the current period. Construction
phasing and safety will be a standing item at all construction progress
meetings. Other ongoing agenda items will include:
• Project Schedule
PARKHILL PAGE 1 01271719
City of Lubbock, Texas
Lubbock Preston Smith International Airport
CSPP
LBB Taxiways M and J Rehabilitation April 2021
• Safety/Security
• Project Coordination
• Construction Issues
• Review of Submittals
• Review of Request for Information (RFI)
• Review of Change Orders
• Review of Field Directives / Supplemental Information
• Environmental Issues/Concerns
• Quality Assurance and Quality Control Test Results and Concerns
• Pertinent Information for Record Drawings
• Review of Pay Application
• Other General Discussion
Consulting Engineer will lead the meeting and be responsible for
preparing and distributing meeting minutes for all meetings.
4. Daily Safety Meetings. Contractor shall hold daily safety meetings with all
personnel, including subcontractors, before anyone may enter the
construction gate. In addition to the daily safety topic, Contractor shall
address safe driving, approved haul route, approved construction area,
protocol around aircraft, restricted areas, and other key safety and security
items. Contractor shall document discussion items and attendance and
B. Scope
submit to Owner and Engineer.
Work to be accomplished on the LBB Taxiways M and J Rehabilitation
Project includes but not limited to removal and replacement of failed
concrete panels, concrete spall repair, concrete crack seal, and concrete
joint seal. Project also involves remarking the taxiways. Please note scope
of work to be completed on Taxiway M will only occur if ADDITIVE
ALTERNATIVE NO. 1 IS AWARDED.
2. All Work completed by Contractor shall be per AC 150/5300-13A and
150/5370-2G.
C. FAA ATCT Coordination
1. Contractor shall coordinate all project -related correspondence with
FAA ATCT through the Consulting Engineer and Owner.
2. PHASING
Locations, Durations, and Sequence of Work. Project phasing for has been established to
minimize impact to the Aircraft Operations Area (AOA). The approach to minimize
operational impact is creating a phased approach to work completed along Taxiway "M"
and Taxiway "J." All work will be performed outside taxiway safety areas and outside
PARKHILL PAGE 2 01271719
City of Lubbock, Texas
Lubbock Preston Smith International Airport
LBB Taxiways M and J Rehabilitation
CSPP
April 2021
active and open taxiway pavements. Work within the taxiway safety areas will be
performed only when those taxiways are closed to air traffic. No work is anticipated on a
runway or within the Runway Safety Area. Multiple Project phases will minimize risk o f
construction interfering with aircraft operations. Impacts will vary based on normal
operations of an area, construction phase, and duration of work.
The Project is comprised of Base Bid, Additive Alternate 1, and two distinct phases of
work. Each phase consists of a work area with unique construction access, traffic control,
and sequencing requirements. Refer to Phasing Plans included Appendix B for limits of
the phase and graphical depictions of the phase as well as notes on phase specific
sequencing and operational requirements.
A. Phase 1 (45 calendar days total)
1. Rehabilitation and restriping of Taxiway J between Taxiway M and Taxiway R
(Base Bid), including the Taxiway M intersection (Additive Alternate No. 1).
a. Issue NOTAM for limits of Taxiway J closure. NOTAM to include limits of
Taxiway M closure if ADDITIVE ALTERNATIVE NO. 1 IS AWARDED.
b. Install low profile barricades and other safety measures as shown on plan
and in details.
c. Runways 17R-35L and 8-26 to remain active at all times.
d. Maintain aircraft access to Terminal at all times.
e. Route aircraft traffic from Apron to Runway 17R-35L using Taxiway F.
f. At scope of work completion, remove low -profile barricades and other
safety measures. Retract NOTAM.
B. Phase 2 (45 calendar days total)
Rehabilitation of Taxiway M between Taxiway F and Taxiway J. This work is
considered Additive Alternate No. 1 and will only be performed if awarded.
a. Issue NOTAM for limits of Taxiway M closure.
b. Install low -profile barricades and other safety measures as shown on plan
and in details.
C. Runways 17R-35L and 8-26 to remain active at all times.
d. Always maintain aircraft access to Terminal.
e. Route aircraft traffic from apron to Runway 17R-35L using Taxiways F,
R, and J.
f. At scope of work completion, remove low -profile barricades and other
safety measures. Retract NOTAM.
B. Project Schedule
1. Contractor is required to submit an overall project schedule and phasing
plan 10 days before the preconstruction meeting.
PARKHILL PAGE 3 01271719
City of Lubbock, Texas
Lubbock Preston Smith International Airport CSPP
LBB Taxiways M and J Rehabilitation April 2021
3. AREAS AND OPERATIONS AFFECTED BY CONSTRUCTION ACTIVITY
A. Project will affect aircraft operations on Taxiways M and J. Scope of work to be
completed on Taxiway M will only occur if ADDITIVE ALTERNATIVE NO. 1
IS AWARDED. All work will occur in movement area. Secure Identification
Display Area (SIDA) badges will be required due to haul road along terminal
apron. Construction activity will be coordinated with LBB Operations, all airlines,
LBB ARFF, fueling operations, and other critical operations.
B. Mitigation of Effects
1. Section 2 "Phasing" describes work associated in each phase. Refer to
Appendix B for Construction Phasing, Safety Plan and Details, and
Security Notes.
2. ARFF will be notified by LBB Operations of construction activities and
portions of pavement closed during construction.
3. No anticipated disruption to essential utilities. Contractor will be required
to locate all utilities before construction to mitigate potential for changes.
4. Ongoing coordination of construction phasing will be coordinated to keep
ATC up-to-date on closures and temporary taxilanes.
5. All communication and coordination will be through LBB Operations.
4. PROTECTION OF NAVIGATION AIDS (NAVAIDS)
A. There are no NAVAIDS near work area; therefore, no physical impact to any
NAVAIDs is anticipated.
5. CONTRACTOR ACCESS AND SPECIAL REQUIREMENTS
A. General
1. Airport security is a vital part of Contractor responsibility during the
Project. The following security guidelines, rules, and regulations of LBB
Operations and Transportation Security Administration (TSA), shall be
followed by Contractor and Contractor employees, subcontractors,
suppliers, and other representatives all times during Project execution.
Contractor is directly responsible for any/all fines or penalties levied
against the Airport as a result of any breach of security or safety caused by
Contractor or Contractor employees, subcontractors, suppliers, or other
representatives.
PARKHILL PAGE 4 01271719
City of Lubbock, Texas
Lubbock Preston Smith International Airport CSPP
LBB Taxiways M and J Rehabilitation April 2021
B. Airport Operations Area (AOA)
1. AOA is defined as any portion of Airport property normally secured
against unauthorized entry. AOA includes all areas specifically reserved
for aircraft operations, support equipment, and personnel. Generally, AOA
is defined by the Airport's outer security fencing and any building forming
part of the secured perimeter. When necessary to cross pavement surfaces
on airfield, Contractor shall continually inspect all paved surfaces for
Foreign Object Debris (FOD), especially before reopening pavement
surface to air traffic. Final inspection shall be by LBB Operations.
Contractor shall not leave opening in secure fence or leave any gate
unlocked at any time. Contractor gate into AOA shall always be monitored
by an LBB-badged watchguard if left unattended.
C. Secure Identification Display Area (SIDA)
The proposed haul route includes a portion of the terminal apron which is
in the SIDA. All vehicular movement shall occur along the perimeter
of the Terminal Apron and at no time cross Taxiways F or R.
D. Aircraft Movement Area
While Project intent is to minimize Contractor access in active Aircraft
Movement Area, it is possible this will become necessary. Contractor shall
have adequate staff badged and trained for movement area driving and
communication with FAA ATCT.
B. LBB Security Badges
I. Contractor is responsible for obtaining a photo -identification security
badge issued by LBB Operations for supervisors/foremen of every work
crew working within AOA and SIDA. Badges shall be for the SIDA area
Contractor shall obtain LBB Operations security badges for at least one
member of each work crew working in separate areas of AOA and SIDA.
The intent is all individuals responsible to Contractor, including
Contractor employees, subcontractors, suppliers, or other representatives,
obtain and display an LBB Operations security badge or Contractor -issued
identification badge AND be escorted or directly supervised by an
individual displaying a current LBB Operations security badge.
2. Contractor may obtain LBB security badges from Lubbock Preston Smith
International Airport Operations Department. LBB Operations reserves the
right to limit the number of security badges issued to Contractor. LBB
Operations will charge Contractor $50 for each security badge issued.
Cost for a fingerprint verification will be included in badge fee. An
additional fee will be charged, as noted later herein, for lost or destroyed
badges.
PARKHILL PAGE 5 01271719
City of Lubbock, Texas
Lubbock Preston Smith International Airport
LBB Taxiways M and J Rehabilitation
CSPP
April 2021
3. LBB Operations security badges shall be worn and easily visible all time s
while working within AOA and SIDA. Badge holder shall be familiar with
and obey all regulations, security, and safety rules. LBB Operations
security badge may be confiscated, and all security rights revoked by LBB
Operations upon breach of any security or safety regulations at Operations
discretion. An LBB Operations security badge holder shall surrender the
badge at Project completion, upon transfer or termination of employment,
or at LBB Operation request.
4. Contractor shall conduct a background check of each applicant for an LBB
Operations security badge utilizing standard background check forms
provided by LBB Operations. Contractor is responsible for completing
required forms and submitting to LBB Operations for review as early in
the Project as possible to avoid construction delays. Forms for completing
required background check are available through LBB Operations after
award of Project. Background checks shall show proof of minimum
five-year employment record and reviewed by LBB Operations. Any gap
more than 30 days must be documented or explained. LBB Operations
shall be responsible for reviewing background checks. Only persons
whose application is approved by LBB Operations are issued security
badges. LBB Operations reserves the right to bar, from the AOA and
SIDA, any individuals found by the background check to be, in the
opinion of LBB Operations, a risk to AOA and SIDA security or safety.
5. At Project completion, Contractor shall return all LBB Operations -issued
security badges to LBB Operations. LBB Operations will charge an
additional $100 for each lost or destroyed LBB Operations -issued security
badge if badge is not replaced. If lost badge is to be replaced, LBB
Operations will charge a $120 fee. All LBB Operations -issued security
badges must be accounted for and surrendered at Project completion.
Failure to account for and surrender all LBB Operations -issued security
badges, will constitute grounds for withholding retainage from final pay
estimate amount.
C. Contractor's Entrance Gate
1. Adjacent to Contractor entrance gate, outside the AOA, Contractor shall
provide a parking area for Contractor employee's personal automobiles.
Parking/storage area limits directed by Engineer. At Project completion,
any damage done by Contractor to this area, shall be repaired to Engineer
satisfaction at no additional cost to Owner. Repairs shall include but not
limited to regrading and reseeding or repaving any damaged areas.
2. Contractor shall be aware that staging area and entrance gate will be
shared with another contractor. Coordinate joint use and gate security.
3. Contractor is responsible for and shall control all movement through
Contractor entrance gate. Only authorized personnel and vehicles can
enter AOA through this gate. Pedestrian walkthroughs are not allowed
PARKHILL PAGE 6 01271719
City of Lubbock, Texas
Lubbock Preston Smith International Airport
LBB Taxiways M and J Rehabilitation
CSPP
April 2021
through the vehicular gate. When not in immediate use by Contractor, gate
shall be securely locked by Contractor to prevent entrance by unauthorized
persons or vehicles. Upon request, Contractor shall provide Director of
Aviation and LBB Operations with duplicate keys (for key locks) or
combinations (for combination locks) to lock(s) used to secure Contractor
entrance gate to the AOA.
4. If construction activities, such as hauling materials, require Contractor
entrance gate to AOA to remain open for long periods of time, Contractor
may, upon approval from LBB Operations, leave gate open and provide a
full-time watchguard at the gate. Watchguard shall be approved for and
possess an LBB Operations -issued security badge. If this security
arrangement is desired and approved, gate shall be manned by a
watchguard if gate remains open. Watchguard shall be a Contractor
representative, responsible for all movement through gate. Again, only
authorized persons and vehicles are allowed by Contractor's watchguard to
enter AOA. At Contractor option and upon approval of Owner, an
automatic -gate operator may be installed in lieu of a watchguard if
appropriate security measures to control access into gate are included,
subject to approval by LBB Operations.
D. Contractor's Storage and Office Area
1. Contractor shall store all equipment, material, and other items in approved
staging area. All personal vehicles shall be parked in approved staging
area.
2. Contractor is completely responsible for any damage or deterioration in
areas allowed for Contractor use. Contractor also responsible for
maintenance of areas and dust control for Project duration.
3. Direct negotiation may be conducted with Director of Aviation for any
areas desired. Areas used by Contractor may be subject to rental rates and
fees as identified by Director of Aviation.
4. Contractor required to completely restore areas occupied by Contractor
and his forces, at his expense, including but not limited to regrading and
seeding disturbed areas, complete removal of debris or any other material
brought onto site by Contractor, complete replacement of topsoil, turf,
asphalt pavement, concrete slabs or drives, etc. that are worn, deteriorated,
or damaged while Contractor and his forces occupied area. All restoration
shall be to the satisfaction of Director of Aviation.
5. Before moving into an unpaved area, Contractor shall clear and grub as
well as remove and stockpile minimum 6 inches of existing topsoil. After
Project completion and clearing site of materials, equipment, and debris,
Contractor shall replace, spread, and grade salvaged topsoil, followed by
seeding and fertilizing.
6. All restoration activities shall be accomplished in accordance with
applicable technical specifications.
PARKHILL PAGE 7 01271719
City of Lubbock, Texas
Lubbock Preston Smith International Airport CSPP
LBB Taxiways M and J Rehabilitation April 2021
7. No direct payment made to Contractor for preparing or restoring plant site
haul routes, storage, or office areas.
E. Vehicle Escort
1. Escort vehicle drivers must receive Airport Movement Area (AMA) driver
training.
2. All vehicles responsible to Contractor such as supplier vehicles, entering
AOA, shall be escorted by an approved Contractor escort vehicle from
point of AOA entry to construction site. Escort vehicle shall be clearly
identified with standard FAA —specified markings/flags. In addition, escort
vehicle shall be marked with Contractor name.
3. Escort vehicle is responsible for leading supply, delivery, or other vehicles
across active airfield. To facilitate safe movement of escort vehicle and
escorted vehicles, driver of escort vehicle shall be approved for, issued,
and display an LBB Operations security badge. Further, escort vehicle
driver shall be familiar with airport security and safety procedures. Escort
vehicle shall be equipped with a communication radio with FAA Air
Traffic Control Tower, as specified in Article 5.I - Two -Way Radio
Communications, and driver of escort vehicle shall be familiar with radio,
its operation, and obey all instructions from Air Traffic Control Tower.
F. Challenging Unauthorized Personnel or Vehicles
1. Contractor and employees, subcontractors, suppliers, and representatives
who have been issued an LBB Operations security badge are responsible
for challenging any person or vehicle found on AOA, SIDA, or other
non-public area who does not or cannot display a valid LBB Operations
security badge, or who are not under escort or direct supervision of a
person possessing a valid LBB Operations security badge. The challenge
consists of advising the person that he is within a restricted area and
relaying an appropriate exit route. If unauthorized person refuses to exit
restricted area, LBB Operations shall be immediately notified for further
action, and unauthorized person kept under surveillance until LBB
Operations arrives. All incidents shall be reported immediately to LBB
Operations.
2. Any expired or altered badge or badge bearing a photograph not matching
bearer, shall be brought to the attention of LBB Operations and
immediately confiscated by LBB Operations or Airport Police.
G. Two -Way Radio Communications
1. Contractor is required to equip vehicles used by his Project superintendent
and foremen on Project with radio receiver/transmitters to monitor and
maintain direct communication with FAA Air Traffic Control Tower at
Lubbock Preston Smith International Airport. Contractor will provide
PARKHILL PAGE 8 01271719
City of Lubbock, Texas
Lubbock Preston Smith International Airport
LBB Taxiways M and J Rehabilitation
CSPP
April 2021
minimum two radios, as specified. Provided radios shall consist of two
Icom America, Model IC-A6 (or latest equivalent model), with AC
charger, DC charger, carrying case, flexible antenna, headset adapter
cable, headset desk charger, multi -charger, and two 760 mAH heavy
rechargeable battery packs.
2. Communication required at 121.9 MHz frequency for Lubbock ground
control. Radio contact required when construction operations are in the
vicinity of any active runway, taxiway, or apron, or as directed by LBB
Operations. Contractor is required to provide enough radios to maintain
communication in all work areas.
3. Contractor shall be familiar with ATCT light gun signals in the event of
radio failure. Refer to FAA Safety Placard, "Ground to Airport Signs and
Markings," atwww.faa.gov/airports/runway- safety/publications.
H. Safety Plan Compliance Document (SPCD)
1. Contractor is required to submit an SPCD as part of submittal process
before receiving notice to proceed. SPCD shall always be adhered to. LBB
reserves the right to have Contractor amend SPCD any time if concerns
arise. SPCD shall, at a minimum, address CSPP items in a parallel
manner. Additional detail shall be included where required by FAA AC
150/5 3 70-2G.
[:- Viyll1r7Nla:8►yiF_1►VITO4►Vi1=1►IN1
A. Trash
1. Contractor is required to dispose all trash in a covered receptacle or other
method so trash will not become a hazard or animal attractant.
B. Standing Water
Contractor is required to minimize standing water.
C. Tall Grass and Seeds
1. Contractor shall coordinate maintenance of grass in construction area with
LBB, where applicable.
D. Poorly Maintained Fencing and Gates
1. Any fencing or gates used by Contractor, shall be maintained in good
condition and proper working order. Gap under fence or gate shall not
exceed 3 inches.
PARKHILL PAGE 9 01271719
City of Lubbock, Texas
Lubbock Preston Smith International Airport
LBB Taxiways M and J Rehabilitation
7.
8.
9.
E. Disruption of Existing Wildlife Habitat
CSPP
April 2021
1. In the event of wildlife habitat, Contractor will immediately notify LBB
and Engineer.
FOREIGN OBJECT DEBRIS (FOD) MANAGEMENT
A. Contractor is required to train and emphasize to construction site employees, the
need for continuous FOD checks on or near active airfield pavement.
B. Contractor is required, at minimum, to conduct FOD checks before and after each
construction shift as well as monitor nearby active pavements throughout
construction shift. FOD shall be immediately removed, even if within zoned
construction area.
HAZARDOUS MATERIALS (HAZMAT) MANAGEMENT
A. Hazardous materials will be handled and stored per FAA Advisory Circular
150/5370-2 (current revision), Operational Safety on Airports During
Construction. Contractor must be prepared to immediately contain and clean spills
resulting from fuel, oil, petroleum products, or hydraulic fluid leaks.
Transportation and handling other hazardous materials on Airport require
additional special procedures as addressed in latest revisions to FAA Advisory
Circular 150/5320-15, Management of Airport Industrial Waste. All spills must be
immediately reported to LBB Operations at 806.775.2044. In the event of an
emergency, contact 911.
NOTIFICATION OF CONSTRUCTION ACTIVITIES
A. Responsible Representatives / Points of Contact
Lubbock Preston Smith International Airport
Name
I Position
I Phone Number
Steve Nicholson
I Deputy Director of Aviation
1 806.775.2036
PARKHII,I,_ Engineer/Consultant
Name
Position
Phone Number Emu
Mark Haberer, P.E., CM
Project Manager
806.473.3600 or 806.543.0222
Lanell Pahe
Engineer
806.473.3600
Larry Castleman
Engineer
806.473.3739
No RPR anticipated at this time.
PARKHILL PAGE 10 01271719
City of Lubbock, Texas
Lubbock Preston Smith International Airport
CSPP
LBB Taxiways M and J Rehabilitation April 2021
TBD, Quality Assurance Testing
Position TPhone Number
Airnort Emergencv Contact information
Department
Contact
Phone Number
Fire/EMS/Police
911
Operations
806.774.2044
Hospital
University Medical Center
806.775-8200
TBD, Contractor
Name F Position/Trade Phone Number
TBD, Subcontractors
Na Position/Trade Phone Number
B. Notices to Airmen (NOTAM)
1. LBB is responsible for issuing any NOTAM required before Project
begins, as Project progresses, and will cancel NOTAMs at completion of
intermediate construction phases of the Project, as required. Contractor is
required to closely coordinate anticipated and required NOTAMs with
LBB and give LBB at least a 72-hour notice of necessary NOTAMs.
C. Emergency Notification Procedures
1. In case of emergency, Contractor shall immediately contact 911 first, then
LBB operations at 806.775.2044.
2. Emergency vehicles shall enter at Gate 48 (east end of terminal building),
unless other instruction is given. Escort shall immediately coordinate
between Operations and Contractor.
D. Aircraft Rescue and Firefighting (ARFF) Notification
1. During airport emergencies, ARFF vehicles always have the immediate
right-of-way and may traverse any and all known roadways throughout
PARKHILL PAGE 11 01271719
City of Lubbock, Texas
Lubbock Preston Smith International Airport
LBB Taxiways M and J Rehabilitation
CSPP
April 2021
airfield. Contractor, subcontractors, and suppliers shall immediately yield
right-of-way to all Airport ARFF personnel and equipment.
2. Owner shall be notified in writing at least 72 hours in advance if water
lines or fire hydrants are out of service. 72-hour advance notification shall
also be provided before performing any work that may close or affect an
emergency rescue and firefighting route.
3. LBB Administration/Operations will communicate with LBB ARFF as
needed to ensure LBB ARFF remain aware of construction activities.
E. Notification to the FAA
1. While work around FAA -owned NAVAIDS not anticipated, Contractor
will notify LBB Operations and FAA SSC Manager Brandon Brown,
806.766.6401, 72 hours in advance of any work around NAVAIDs or
shutdowns affecting NAVAIDs, if it becomes necessary.
2. All communication with FAA Air Traffic Control Tower (ATCT) shall b e
through LBB Administration or LBB Operations.
10. INSPECTION REQUIREMENTS
A. Daily Inspections
1. Contractor is required to perform daily safety, security, and phasing
inspections to ensure compliance with CSPP. Inspections shall be
documented in Contractor Daily Logs/Quality Control Logs.
Reference Appendix D of FAA AC 150/5370-2G for go-by checklist.
2. Contractor is required to submit a Quality Control Plan to Owner for
review before any construction begins. Quality Control Plan will address
specific requirements for inspecting individual specification/pay items
including test method, sampling point, testing frequency for each item,
and proposed remediation action for each item if not meeting specification
requirements. Quality Control Plan will also provide direction on
developing inspection reports and what to include. Quality Control Plan
will likely be developed in whole or in conjunction with selected Quality
Control firm. Quality Control Plan shall include and address requirements
of Construction Management Plan.
B. Final Inspections
LBB Operations will perform the final safety inspection before any
airfield pavement opening to aircraft.
PARKHILL PAGE 12 01271719
City of Lubbock, Texas
Lubbock Preston Smith International Airport
CSPP
LBB Taxiways M and J Rehabilitation April 2021
11. UNDERGROUND UTILITIES
A. Utilities
1. Contractor is responsible for locating, marking, and protecting all utilities
and infrastructure during construction. Location of utilities includes
notification of Texas 811 system as well as coordination with LBB
Operations and FAA SSC personnel.
2. Contractor shall repair damage to any FAA -owned utility as required by
FAA SSC Manager Brandon Brown, 806.766.6401. Complete cost of
repairs is Contractor responsibility.
3. Contractor shall repair damage to any utility owned by airport or a private
utility provider. Complete cost of repairs is Contractor responsibility.
12. PENALTIES
A. Contractor to pay all penalty fines associated with any safety violation caused by
Contractor or any subcontractor.
13. SPECIAL CONDITIONS
A. FAA Form 7460-1
1. Consulting Engineer has submitted FAA Form 7460-1 for Project scope
and proposed Construction Safety and Phasing Plan.
2. Contractor shall submit 7460s on all equipment over 20 feet high.
3. A blank Federal Aviation Administration (FAA) Form 7460-1, Notice of
Proposed Construction or Alteration, is included in Appendix C.
Contractor shall submit supplemental FAA Form 7460-1 to FAA at least
45 days before utilization of equipment in excess of 20 feet in height.
B. Temporary Marking and Lighting
1. Temporary marking is not anticipated beyond what Plans indicate done by
Contractor.
2. Owner will perform additional temporary marking in accordance with plan
and specification requirements, if necessary, or will pay Contractor for
additional services.
3. Coordinate temporary marking with LBB and other key stakeholders.
4. Although temporary lighting not anticipated, Contractor will be required
to bypass or cover lighting along construction area. Follow proper log-
out/tag-out protocol and coordinate all vault work with LBB.
PARKHILL PAGE 13 01271719
City of Lubbock, Texas
Lubbock Preston Smith International Airport
CSPP
LBB Taxiways M and J Rehabilitation April 2021
C. Onsite Burning and Blasting
1. Onsite burning and blasting are prohibited.
D. Gun Prohibition on Airport Property
1. No firearms or guns allowed on LBB property.
E. Conditions Where Construction Activity Should Cease
1. Construction shall cease upon any reason deemed necessary by Contractor
and/or Airport.
14. MARKING AND SIGNS
A. Access Route
1. Contractor shall mark, sign, and train personnel on approved access route
as necessary to ensure proper use.
B. Approved Work Areas
1. Contractor is required to mark approved work areas with low -profile
barricades to ensure construction personnel and equipment remain in
approved areas.
2. Contractor will be required to provide, install, and maintain signage as
indicated in the Construction Safety and Phasing Plan sheets.
15. HAZARD MARKING AND LIGHTING
A. Equipment
1. Contractor vehicles shall be clearly identified with Contractor name,
standard FAA marking, lighting, and/or flags. Rotating amber beacons
required for all nighttime work.
2. Contractor shall submit 7460s on all equipment over 20 feet in height.
3. Any request to use nighttime lighting is provided two weeks before
requested start time and in writing from Contractor to LBB Airport for
approval. Request shall be accompanied by plan showing proposed
location, height, and orientation of lighting.
PARKHILL PAGE 14 01271719
City of Lubbock, Texas
Lubbock Preston Smith International Airport CSPP
LBB Taxiways M and J Rehabilitation April 2021
B. Work Areas
1. Temporary low -profile barricades provided by Contractor to delineate safe
operating areas for aircrafts.
2. Barricades shall have flashing red lights.
3. Contractor is required to inspect lights each evening and immediately
replace lights not operating correctly.
4. Contractor will be fined for non -working lights as indicated in Project
specifications.
5. Construction area perimeter (on pavements only) shall be lined with low -
profile aviation barricades spaced at 4 feet.
6. Protect all open trenches (if applicable) with low -profile barricades and
flashing red lights at night by extending barricades and lights along both
sides of open trench.
16. PROTECTION
A. Runway Safety Area (RSA)
1. No construction or material stockpile shall occur within an active RSA.
RSA is 500 feet wide and extends 1,000 feet beyond runway end.
Contractor shall not be near runway at any time during this project.
B. Runway Object Free Area (ROFA)
1. No material stockpile will occur within an active ROFA. ROFA is
800 feet wide and 1,000 feet beyond runway end. Contractor shall not b e
near runway at any time during Project.
C. Taxiway Safety Area (TSA)
1. No construction or material stockpile shall occur within an active TSA.
TSA is 171 feet wide. Contractor shall use low -profile barricades to keep
construction traffic outside any active TSA.
D. Taxiway Object Free Area (TOFA)
1. No material stockpile shall occur within an active TOFA. TOFA is
259 feet wide.
E. Obstacle Free Zone (OFZ)
1. No construction activity or material stockpile will penetrate OFZ.
PARKHILL PAGE 15 01271719
City of Lubbock, Texas
Lubbock Preston Smith International Airport CSPP
LBB Taxiways M and J Rehabilitation April 2021
F. Runway Approach/Departure Surfaces
1. No construction activities will penetrate approach/departure surfaces.
G. Open Trenches
Open trenches (if applicable) not permitted within RSA of an open runway
or TSA of an open taxiway. Contractor shall prominently mark any open
trench or excavation at construction site with lighted, low -profile
barricades.
H. Safety Information
1. Refer to Appendix E - Safety Details, for safety information.
I. Jet Blast
1. Contractor shall take precautions to minimize effects of jet blast,
particularly in areas close to aircraft. Contractor should consider moving
men and equipment away from all aircraft.
J. Electrical Lock-Out/Tag-Out Requirements
1. Contractor to prepare lock out/tag out plan and communicate procedures
to all staff.
2. Where applicable, coordinate all required work in electrical vault with
Owner.
17. OTHER LIMITATIONS ON CONSTRUCTION
A. Prohibitions
1. No use of tall equipment over 20 feet unless a 7460-1 Determination
Letter is issued for such equipment.
2. No use of open flame welding or torches.
3. No use of electrical blasting caps.
4. No use of flare pots.
B. Restrictions
1. Any construction suspension required during specific airport operations
will be coordinated by Owner and Contractor during construction.
2. Areas worked on will be coordinated with Owner, ATCT, and airlines
during construction.
PARKHILL PAGE 16 01271719
City of Lubbock, Texas
Lubbock Preston Smith International Airport
LBB Taxiways M and J Rehabilitation
CSPP
April 2021
3. Refer to Section 16 - Hazard Marking and Lighting, for nighttime
construction requirements.
4. Seasonal construction restrictions will be coordinated by Engineer, Owner,
and Contractor during construction.
5. Contractor shall always stay off grassed infield, except for designated haul
route.
6. At no time shall Contractor's personnel enter the Terminal Building.
7. AIRCRAFT HAVE THE RIGHT -OF WAY AT ALL TIMES.
PARKHILL PAGE 17 01271719
APPENDIX A
PROJECT AIRPORT LAYOUT PLAN
PARKHILL 01271719
Page is too large to OCR.
APPENDIX B
CONSTRUCTION PHASING,
SAFETY PLAN AND DETAILS,
AND SECURITY NOTES
PARKHILL 01271719
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
APPENDIX C
FAA FORM 7460-1
NOTICE OF PROPOSED CONSTRUCTION OR ALTERATION (BLANK)
PARKHILL, SMITH & COOPER, INC. 01271719
NOTICE OF PROPOSED CONSTRUCTION OR ALTERATION
§ 77.7 Form and time of notice. (3) 25 to 1 for a horizontal distance of
(a) If you are required to file notice under §77.9, 5,000 ft. from the nearest point of the nearest
you must submit to the FAA a completed FAA landing and takeoff area of each heliport
Form 7460-1, Notice of Proposed Construction described in paragraph (d) of this section.
or Alteration. FAA Form 7460-1 is available at (c) Any highway, railroad, or other traverse way
FAA regional offices and on the Internet.
(b) You must submit this form at least 45 days
before the start date of the proposed construction
or alteration or the date an application for a
construction permit is filed, whichever is earliest.
(c) If you propose construction or alteration that is
also subject to the licensing requirements of the
Federal Communications Commission (FCC),
you must submit notice to the FAA on or before
the date that the application is filed with the FCC.
(d) If you propose construction or alteration to an
existing structure that exceeds 2,000 ft. in height
above ground level (AGL), the FAA presumes it
to be a hazard to air navigation that results in an
inefficient use of airspace. You must include
details explaining both why the proposal would
not constitute a hazard to air navigation and why
it would not cause an inefficient use of airspace.
(e) The 45-day advance notice requirement is
waived if immediate construction or alteration is
required because of an emergency involving
essential public services, public health, or public
safety. You may provide notice to the FAA by any
available, expeditious means. You must file a
completed FAA Form 7460-1 within 5 days of the
initial notice to the FAA. Outside normal business
hours, the nearest flight service station will
accept emergency notices.
§ 77.9 Construction or alteration requiring
notice.
If requested by the FAA, or if you propose any of
the following types of construction or alteration,
you must file notice with the FAA of:
(a) Any construction or alteration that is more
than 200 ft. AGL at its site.
(b) Any construction or alteration that exceeds an
imaginary surface extending outward and upward
at any of the following slopes:
(1) 100 to 1 for a horizontal distance of
20,000 ft. from the nearest point of the nearest
runway of each airport described in paragraph (d)
of this section with its longest runway more than
3,200 ft. in actual length, excluding heliports.
(2) 50 to 1 for a horizontal distance of
10,000 ft. from the nearest point of the nearest
runway of each airport described in paragraph (d)
of this section with its longest runway no more
than 3,200 ft. in actual length, excluding heliports.
Mail Processing Center
Federal Aviation Administration
Southwest Regional Office
Obstruction Evaluation Group
2601 Meacham Boulevard
Fort Worth, TX 76193
Fax: (817) 321-7765
Phone: (817) 321-7750
for mobile objects, of a height which, rf adjusted
upward 17 feet for an Interstate Highway that is
part of the National System of Military and
Interstate Highways where overcrossings are
designed for a minimum of 17 feet vertical
distance, 15 feet for any other public roadway, 10
feet or the height of the highest mobile object that
would normally traverse the road, whichever is
greater, for a private road, 23 feet for a railroad,
and for a waterway or any other traverse way not
previously mentioned, an amount equal to the
height of the highest mobile object that would
normally traverse it, would exceed a standard of
paragraph (a) or (b) of this section.
(d) Any construction or alteration on any of the
following airports and heliports:
(1) A public use airport listed in the
Airport/Facility Directory, Alaska Supplement, or
Pacific Chart Supplement of the U.S.
Government Flight Information Publications;
(2) A military airport under construction,
or an airport under construction that will be
available for public use;
(3) An airport operated by a Federal
agency or the DOD.
(4) An airport or heliport with at least
one FAA -approved instrument approach
procedure.
(e) You do not need to file notice for construction
or alteration of:
(1) Any object that will be shielded by
existing structures of a permanent and
substantial nature or by natural terrain or
topographic features of equal or greater height,
and will be located in the congested area of a
city, town, or settlement where the shielded
structure will not adversely affect safety in air
navigation;
(2) Any air navigation facility, airport
visual approach or landing aid, aircraft arresting
device, or meteorological device meeting FAA -
approved siting criteria or an appropriate military
service siting criteria on military airports, the
location and height of which are fixed by its
functional purpose;
(3) Any construction or alteration for
which notice is required by any other FAA
regulation.
(4) Any antenna structure of 20 feet or less in
height, except one that would increase the height
of another antenna structure.
Website: https://oeaaa.faa.gov
INSTRUCTIONS FOR COMPLETING FAA FORM 7460-1
PLEASE TYPE or PRINT
ITEM #1. Please include the name, address and phone number of a personal contact point as well as the company name.
ITEM #2. Please include the name, address and phone number of a personal contact point as well as the company name.
ITEM #3. New Construction would be a structure that has not yet been built.
Alteration is a change to an existing structure such as the addition of a side mounted antenna, a change to the marking and lighting, a
change to power and/or frequency, or a change to the height. The nature of the alteration shall be included in ITEM #21 "Complete
Description of Proposal".
Existing would be a correction to the latitude and/or longitude, a correction to the height, or if filing on an existing structure which has never
been studied by the FAA. The reason for the notice shall be included in ITEM #21 "Complete Description of Proposal".
ITEM #4. If Permanent, so indicate. If Temporary, such as a crane or drilling derrick, enters the estimated length of time the temporary
structure will be up.
ITEM #5. Enter the date that construction is expected to start and the date that construction should be completed.
ITEM #6. Please indicate the type of structure. DO NOT LEAVE BLANK.
ITEM #7. In the event that obstruction marking and lighting is required, please indicate type desired. If no preference, check "other' and
indicate "no preference" DO NOT LEAVE BLANK. NOTE: High Intensity lighting shall be used only for structures over 500' AGL. In the
absence of high intensity lighting for structures over 500' AGL, marking is also required.
ITEM #8. If this is an existing tower that has been registered with the FCC, enter the FCC Antenna Structure Registration number here.
ITEM #9 and #10. Latitude and longitude must be geographic coordinates, accurate to within the nearest second or to the nearest
hundredth of a second if known. Latitude and longitude derived solely from a hand-held G P S instrument is NOT acceptable. A
hand-held GPS is only accurate to within 100 meters (328 feet) 95 percent of the time. This data, when plotted, should match the site
depiction submitted under ITEM #20.
ITEM #11. NAD 83 is preferred; however, latitude and longitude may be submitted in NAD 27. Also, in some geographic areas where NAD
27 and NAD 83 are not available other datum may be used. It is important to know which datum is used. DO NOT LEAVE BLANK.
ITEM #12. Enter the name of the nearest city and state to the site. If the structure is or will be in a city, enter the name of that city and state.
ITEM #13. Enter the full name of the nearest public -use (not private -use) airport or heliport or military airport or heliport to the site.
ITEM #14. Enter the distance from the airport or heliport listed in #13 to the structure.
ITEM #15. Enter the direction from the airport or heliport listed in #13 to the structure.
ITEM #16. Enter the site elevation above mean sea level and expressed in whole feet rounded to the nearest foot (e.g. 17'3" rounds to 17',
17'6" rounds to 18'). This data should match the ground contour elevations for site depiction submitted under ITEM #20.
ITEM #17. Enter the total structure height above ground level in whole feet rounded to the next highest foot (e.g. 17'3" rounds to 18').
The total structure height shall include anything mounted on top of the structure, such as antennas, obstruction lights, lightning
rods, etc.
ITEM #18. Enter the overall height above mean sea level and expressed in whole feet. This will be the total of ITEM #16 + ITEM #17.
ITEM #19. If an FAA aeronautical study was previously conducted, enter the previous study number.
ITEM #20. Enter the relationship of the structure to roads, airports, prominent terrain, existing structures, etc. Attach an 8-1/2" x 11"
non -reduced copy of the appropriate 7.5 minute U.S. Geological Survey (USGS) Quadrangle Map MARKED WITH A PRECISE INDICATION
OF THE SITE LOCATION. To obtain maps, contact USGS at 1-888-275-8747 or via internet at "http://store.usgs.gov". If available,
attach a copy of a documented site survey with the surveyor's certification stating the amount of vertical and horizontal accuracy in feet.
ITEM #21.
• For transmitting stations, include maximum effective radiated power (ERP) and all frequencies.
• For antennas, include the type of antenna and center of radiation (Attach the antenna pattern, if available).
• For microwave, include azimuth relative to true north.
• For overhead wires or transmission lines, include size and configuration of wires and their supporting structures (Attach depiction).
• For each pole/support, include coordinates, site elevation, and structure height above ground level or water.
• For buildings, include site orientation, coordinates of each corner, dimensions, and construction materials.
• For alterations, explain the alteration thoroughly.
• For existing structures, thoroughly explain the reason for notifying the FAA (e.g. corrections, no record or previous study, etc.).
Filing this information with the FAA does not relieve the sponsor of this construction or alteration from complying with any other
federal, state or local rules or regulations. If you are not sure what other rules or regulations apply to your proposal, contact
local/state aviation's and zoning authorities.
Paperwork Reduction Work Act Statement: This information is collected to evaluate the effect of proposed construction or alteration on air navigation and is not confidential. Providing this information is mandatory or anyone
proposing construction or alteration that meets or exceeds the criteria contained in 14 CFR, part 77. We estimate that the burden of this collection is an average 19 minutes per response, including the time for reviewing
instructions, searching existing data sources, gathering and maintaining the data needed, completing and reviewing the collection of information. A federal agency may not conduct or sponsor, and a person is not required to
respond to, nor shall a person be subject to a penalty for failure to comply with a collection of information subject to the requirements of the Paperwork Reduction Act unless that collection of information displays a currently
valid OMB Control Number. The OMB control number associated with this collection is 2120-0001. Comments concerning the accuracy of this burden and suggestions for reducing the burden should be directed to the FAA at:
800 Independence Ave SW, Washington, DC 20591, Attn: Information Collection Clearance Officer, AES-200.
Fcrm 7460-1 (2-12) Superseded Previous Edition Electronic Version (Adobe) NSN: 0052-00-012-0009
Please Type or Print on This Form
Form Approved OMB No.2120-0001
Expiration Date: 813112014
Failure To Provide All Requested Information May Delay Processing of Your Notice
U.S. Department of Transportation Notice of Proposed Construction or Alteration
Federal Aviation Administration
FOR FAA USE ONLY
Aeronautical Study Number
1. Sponsor (person, company, etc. proposing this action):
Attn. of:
Name:
9. Latitude: o ,
10. Longitude: 0
11. Datum: ❑ NAD 83 ❑ NAD 27 ❑ Other
12. Nearest: City: State
13. Nearest Public -use (not private -use) or Military Airport or Heliport:
Address:
City: State: Zip:
Telephone: Fax:
14. Distance from #13. to Structure:
15. Direction from #13. to Structure:
16. Site Elevation (AMSL): ft.
17. Total Structure Height (AGL): ft.
18. Overall Height (#16 + #17) (AMSL): ft.
19. Previous FAA Aeronautical Study Number (if applicable):
-OE
2. Sponsor's Representative (if other than #1):
Attn. of:
Name:
Address:
City: State: Zip:
Telephone: Fax:
20. Description of Location: (Attach a USGS 7.5 minute Quadrangle Map with the
precise site marked and any certified survey)
3. Notice of: ❑ New Construction ❑ Alteration ❑ Existing
4. Duration: ❑ Permanent ❑ Temporary ( months, days)
5. Work Schedule: Beginning End
6. Type: ❑ Antenna Tower ❑ Crane ❑ Building ❑ Power Line
❑ Landfill ❑ Water Tank ❑ Other
7. Marking/Painting and/or Lighting Preferred:
❑ Red Lights and Paint ❑ Dual - Red and Medium Intensity
❑ White -Medium Intensity ❑ Dual - Red and high Intensity
❑ White -High Intensity ❑ Other
8. FCC Antenna Structure Registration Number (if applicable):
21. Complete Description of Proposal:
I
I
I
Frequency/Power
(kW)
Notice is required by 14 Code of Federal Regulations, part 77 pursuant to 49 U.S.C., Section 44718. Persons who knowingly and willingly violate the notice
requirements of part 77 are subject to a civil penalty of $1,000 per day until the notice is received, pursuant to 49 U.S.C., Section 46301(a)
hereby certify that all of the above statements made by me are true, complete, and correct to the best of my knowledge. In addition, I agree to mark and/or light the
structure in accordance with established marking & lighting standards as necessary.
Date
Typed or Printed Name and Title of Person Filing Notice
Signature
FAA Form 7460-1 (2-12) Supersedes Previous Edition NSN: 0052-00-012-0009
APPENDIX D
ADVISORY CIRCULAR 150/5370-2G
OPERATING SAFETY ON AIRPORTS DURING CONSTRUCTION
PARKHILL 01271719
�1
U.S. Department
of Transportation
Federal Aviation
Administration
Subject: Operational Safety on
Airports During Construction
Advisory
Circular
Date: 12/13/2017
Initiated By: AAS-100
AC No: 150/5370-2G
Change:
Purpose.
This AC sets forth guidelines for operational safety on airports during construction.
2 Cancellation.
This AC cancels AC 150/5370-2F, Operational Safety on Airports during Construction,
dated September 29, 2011.
3 Application.
This AC assists airport operators in complying with Title 14 Code of Federal
Regulations (CFR) Part 139, Certification of Airports. For those certificated airports,
this AC provides one way, but not the only way, of meeting those requirements. The use
of this AC is mandatory for those airport construction projects receiving funds under the
Airport Improvement Program (AIP). See Grant Assurance No. 34, Policies, Standards,
and Specifications. While we do not require non -certificated airports without grant
agreements or airports using Passenger Facility Charge (PFC) Program funds for
construction projects to adhere to these guidelines, we recommend that they do so to
help these airports maintain operational safety during construction.
4 Related Documents.
ACs and Orders referenced in the text of this AC do not include a revision letter, as they
refer to the latest version. Appendix A contains a list of reading material on airport
construction, design, and potential safety hazards during construction, as well as
instructions for obtaining these documents.
5 Principal Changes.
The AC incorporates the following principal changes:
1. Notification about impacts to both airport owned and FAA -owned NAVAIDs was
added. See paragraph 2.13.5.3, NAVAIDs.
12/13/2017
AC 150/5370-2G
2. Guidance for the use of orange construction signs was added. See paragraph
2.18.4.2, Temporary Signs.
3. Open trenches or excavations may be permitted in the taxiway safety area while the
taxiway is open to aircraft operations, subject to restrictions. See paragraph 2.22.3.4,
Excavations.
4. Guidance for temporary shortened runways and displaced thresholds has been
enhanced. See Figure and Figure.
5. Figures have been improved and a new Appendix F on the placement of orange
construction signs has been added.
Hyperlinks (allowing the reader to access documents located on the internet and to
maneuver within this document) are provided throughout this document and are
identified with underlined text. When navigating within this document, return to the
previously viewed page by pressing the "ALT" and " <—" keys simultaneously.
Figures in this document are schematic representations and are not to scale.
6 Use of Metrics.
Throughout this AC, U.S. customary units are used followed with "soft" (rounded)
conversion to metric units. The U.S. customary units govern.
7 Where to Find this AC.
You can view a list of all ACs at
http://www.faa. og v/regulations policies/advisory circulars/. You can view the Federal
Aviation Regulations at hqp://www.faa. og v/regulations policies/faa regulations/.
Feedback on this AC.
If you have suggestions for improving this AC, you may use the Advisory Circular
Feedback form at the end of this AC.
5;;
R. Der noe4y
Director of Airport Safety and Standards
ii
12/13/2017 AC 150/5370-2G
CONTENTS
Paragraph Page
Chapter 1. Planning an Airfield Construction Project.........................................................1-1
1.1 Overview....................................................................................................................... 1-1
1.2 Plan for Safety...............................................................................................................1-1
1.3 Develop a Construction Safety and Phasing Plan(CSPP)............................................ 1-3
1.4 Who Is Responsible for Safety During Construction?.................................................. 1-4
Chapter 2. Construction Safety and Phasing Plans.............................................................. 2-1
2.1
Overview.......................................................................................................................
2-1
2.2
Assume Responsibility..................................................................................................
2-1
2.3
Submit the CSPP...........................................................................................................
2-1
2.4
Meet CSPP Requirements.............................................................................................
2-2
2.5
Coordination . ................................................................................................................
2-6
2.6
Phasing..........................................................................................................................2-7
2.7
Areas and Operations Affected by Construction Activity ............................................
2-7
2.8
Navigation Aid (NAVAID) Protection.......................................................................
2-11
2.9
Contractor Access.......................................................................................................
2-11
2.10
Wildlife Management.................................................................................................
2-15
2.11
Foreign Object Debris (FOD) Management...............................................................
2-16
2.12
Hazardous Materials (HAZMAT) Management.........................................................
2-16
2.13
Notification of Construction Activities.......................................................................
2-16
2.14
Inspection Requirements.............................................................................................
2-18
2.15
Underground Utilities.................................................................................................
2-19
2.16
Penalties......................................................................................................................
2-19
2.17
Special Conditions . .....................................................................................................
2-19
2.18
Runway and Taxiway Visual Aids.............................................................................
2-19
2.19
Marking and Signs for Access Routes........................................................................
2-29
2.20
Hazard Marking, Lighting and Signing......................................................................
2-30
2.21
Work Zone Lighting for Nighttime Construction.......................................................
2-32
2.22
Protection of Runway and Taxiway Safety Areas ......................................................
2-33
2.23
Other Limitations on Construction.............................................................................
2-37
iii
12/13/2017 AC 150/5370-2G
Chapter 3. Guidelines for Writing a CSPP............................................................................3-1
3.1
General Requirements...................................................................................................
3-1
3.2
Applicability of Subjects...............................................................................................
3-1
3.3
Graphical Representations............................................................................................
3-1
3.4
Reference Documents...................................................................................................
3-2
3.5
Restrictions . ..................................................................................................................
3-2
3.6
Coordination . ................................................................................................................
3-2
3.7
Phasing..........................................................................................................................3-2
3.8
Areas and Operations Affected by Construction..........................................................
3-2
3.9
NAVAID Protection.....................................................................................................
3-2
3.10
Contractor Access.........................................................................................................
3-3
3.11
Wildlife Management...................................................................................................
3-4
3.12
FOD Management.........................................................................................................
3-4
3.13
HAZMAT Management................................................................................................
3-4
3.14
Notification of Construction Activities.........................................................................
3-4
3.15
Inspection Requirements...............................................................................................
3-5
3.16
Underground Utilities...................................................................................................
3-5
3.17
Penalties . .......................................................................................................................
3-5
3.18
Special Conditions........................................................................................................
3-5
3.19
Runway and Taxiway Visual Aids...............................................................................
3-6
3.20
Marking and Signs for Access Routes..........................................................................
3-6
3.21
Hazard Marking and Lighting.......................................................................................
3-6
3.22
Work Zone Lighting for Nighttime Construction.........................................................
3-6
3.23
Protection of Runway and Taxiway Safety Areas ........................................................
3-7
3.24
Other Limitations on Construction...............................................................................
3-7
Appendix A. Related Reading Material................................................................................ A-1
AppendixB. Terms and Acronyms........................................................................................B-1
Appendix C. Safety and Phasing Plan Checklist.................................................................. C-1
Appendix D. Construction Project Daily Safety Inspection Checklist ............................... D-1
Appendix E. Sample Operational Effects Table....................................................................E-1
Appendix F. Orange Construction Signs...............................................................................F-1
iv
12/13/2017
AC 150/5370-2G
FIGURES
Number Page
Figure 2-1. Temporary Partially Closed Runway........................................................................ 2-9
Figure 2-2. Temporary Displaced Threshold.............................................................................2-10
Figure 2-3. Markings for a Temporarily Closed Runway..........................................................
2-21
Figure 2-4. Temporary Taxiway Closure...................................................................................
2-22
Figure 2-5. Temporary Outboard White Threshold Bars and Yellow Arrowheads ..................
2-24
Figure 2-6. Lighted X in Daytime..............................................................................................2-26
Figure 2-7. Lighted X at Night...................................................................................................
2-26
Figure 2-8. Interlocking Barricades...........................................................................................
2-31
Figure 2-9. Low Profile Barricades...........................................................................................2-32
FigureE-1. Phase I Example.......................................................................................................E-1
FigureE-2. Phase II Example......................................................................................................E-2
Figure E-3. Phase III Example.....................................................................................................E-3
Figure F-1. Approved Sign Legends............................................................................................F-1
Figure F-2. Orange Construction Sign Example 1.......................................................................F-2
Figure F-3. Orange Construction Sign Example 2.......................................................................F-3
TABLES
Number
Table A-1. FAA Publications...............................................................
Table A-2. Code of Federal Regulation ................................................
Table B-1. Terms and Acronyms..........................................................
Table C-1. CSPP Checklist...................................................................
Table D-1. Potentially Hazardous Conditions ......................................
Table E-1. Operational Effects Table ...................................................
Table E-2. Runway and Taxiway Edge Protection ...............................
Table E-3. Protection Prior to Runway Threshold ................................
Page
................................. A-1
................................. A-3
................................. B-1
................................. C-1
................................. D-1
.................................. E-4
.................................. E-6
.................................. E-7
►v
12/13/2017
AC 150/5370-2G
Page Intentionally Blank
vi
12/13/2017 AC 150/5370-2G
CHAPTER 1. PLANNING AN AIRFIELD CONSTRUCTION PROJECT
1.1 Overview.
Airports are complex environments, and procedures and conditions associated with
construction activities often affect aircraft operations and can jeopardize operational
safety. Safety considerations are paramount and may make operational impacts
unavoidable. However, careful planning, scheduling, and coordination of construction
activities can minimize disruption of normal aircraft operations and avoid situations that
compromise the airport's operational safety. The airport operator must understand how
construction activities and aircraft operations affect one another to be able to develop an
effective plan to complete the project. While the guidance in this AC is primarily used
for construction operations, the concepts, methods and procedures described may also
enhance the day-to-day airport maintenance operations, such as lighting maintenance
and snow removal operations.
1.2 Plan for Safety.
Safety, maintaining aircraft operations, and construction costs are all interrelated. Since
safety must not be compromised, the airport operator must strike a balance between
maintaining aircraft operations and construction costs. This balance will vary widely
depending on the operational needs and resources of the airport and will require early
coordination with airport users and the FAA. As the project design progresses, the
necessary construction locations, activities, and associated costs will be identified and
their impact to airport operations must be assessed. Adjustments are made to the
proposed construction activities, often by phasing the project, and/or to airport
operations to maintain operational safety. This planning effort will ultimately result in a
project Construction Safety and Phasing Plan (CSPP). The development of the CSPP
takes place through the following five steps:
1.2.1 Identify Affected Areas.
The airport operator must determine the geographic areas on the airport affected by the
construction project. Some, such as a runway extension, will be defined by the project.
Others may be variable, such as the location of haul routes and material stockpiles.
1.2.2 Describe Current Operations.
Identify the normal airport operations in each affected area for each phase of the project.
This becomes the baseline from which the impact on operations by construction
activities can be measured. This should include a narrative of the typical users and
aircraft operating within the affected areas. It should also include information related to
airport operations: the Aircraft Approach Category (AAC) and Airplane Design Group
(ADG) of the airplanes that operate on each runway; the ADG and Taxiway Design
Group (TDG)1 for each affected taxiway; designated approach visibility minimums;
1 Find Taxiway Design Group information in AC 150/5300-13, Airport Design.
1-1
12/13/2017
AC 150/5370-2G
available approach and departure procedures; most demanding aircraft; declared
distances; available air traffic control services; airport Surface Movement Guidance and
Control System (SMGCS) plan; and others. The applicable seasons, days and times for
certain operations should also be identified as applicable.
1.2.3 Allow for Temporary Changes to Operations.
To the extent practical, current airport operations should be maintained during the
construction. In consultation with airport users, Aircraft Rescue and Fire Fighting
(ARFF) personnel, and FAA Air Traffic Organization (ATO) personnel, the airport
operator should identify and prioritize the airport's most important operations. The
construction activities should be planned, through project phasing if necessary, to safely
accommodate these operations. When the construction activities cannot be adjusted to
safely maintain current operations, regardless of their importance, then the operations
must be revised accordingly. Allowable changes include temporary revisions to
approach procedures, restricting certain aircraft to specific runways and taxiways,
suspension of certain operations, decreased weights for some aircraft due to shortened
runways, and other changes. An example of a table showing temporary operations
versus current operations is shown in Appendix E.
1.2.4 Take Required Measures to Revise Operations.
Once the level and type of aircraft operations to be maintained are identified, the airport
operator must determine the measures required to safely conduct the planned operations
during the construction. These measures will result in associated costs, which can be
broadly interpreted to include not only direct construction costs, but also loss of revenue
from impacted operations. Analysis of costs may indicate a need to reevaluate allowable
changes to operations. As aircraft operations and allowable changes will vary widely
among airports, this AC presents general guidance on those subjects.
1.2.5 Manage Safety Risk.
The FAA is committed to incorporating proactive safety risk management (SRM) tools
into its decision -making processes. FAA Order 5200.11, FAA Airports (ARP) Safety
Management System (SMS), requires the FAA to conduct a Safety Assessment for
certain triggering actions. Certain airport projects may require the airport operator to
provide a Project Proposal Summary to help the FAA determine whether a Safety
Assessment is required prior to FAA approval of the CSPP. The airport operator must
coordinate with the appropriate FAA Airports Regional or District Office early in the
development of the CSPP to determine the need for a Safety Risk Assessment. If the
FAA requires an assessment, the airport operator must at a minimum:
1. Notify the appropriate FAA Airports Regional or District Office during the project
"scope development" phase of any project requiring a CSPP.
2. Provide documents identified by the FAA as necessary to conduct SRM.
3. Participate in the SRM process for airport projects.
4. Provide a representative to participate on the SRM panel.
1-2
12/13/2017
AC 150/5370-2G
5. Ensure that all applicable SRM identified risks elements are recorded and mitigated
within the CSPP.
1.3 Develop a Construction Safety and Phasing Plan (CSPP).
Development of an effective CSPP will require familiarity with many other documents
referenced throughout this AC. See Appendix A for a list of related reading material.
1.3.1 List Requirements.
A CSPP must be developed for each on -airfield construction project funded by the
Airport Improvement Program (AIP) or located on an airport certificated under Part
139. For on -airfield construction projects at Part 139 airports funded without AIP funds,
the preparation of a CSPP represents an acceptable method the certificate holder may
use to meet Part 139 requirements during airfield construction activity. As per FAA
Order 5200.11, projects that require Safety Assessments do not include construction,
rehabilitation, or change of any facility that is entirely outside the air operations area,
does not involve any expansion of the facility envelope and does not involve
construction equipment, haul routes or placement of material in locations that require
access to the air operations area, increase the facility envelope, or impact line -of -sight.
Such facilities may include passenger terminals and parking or other structures.
However, extraordinary circumstances may trigger the need for a Safety Assessment
and a CSPP. The CSPP is subject to subsequent review and approval under the FAA's
Safety Risk Management procedures (see paragraph 1.2.5).
1.3.2 Prepare a Safety Plan Compliance Document (SPCD
The Safety Plan Compliance Document (SPCD) details how the contractor will comply
with the CSPP. Also, it will not be possible to determine all safety plan details (for
example specific hazard equipment and lighting, contractor's points of contact,
construction equipment heights) during the development of the CSPP. The successful
contractor must define such details by preparing an SPCD that the airport operator
reviews for approval prior to issuance of a notice -to -proceed. The SPCD is a subset of
the CSPP, similar to how a shop drawing review is a subset to the technical
specifications.
1.3.3 Assume Responsibility for the CSPP.
The airport operator is responsible for establishing and enforcing the CSPP. The airport
operator may use the services of an engineering consultant to help develop the CSPP.
However, writing the CSPP cannot be delegated to the construction contractor. Only
those details the airport operator determines cannot be addressed before contract award
are developed by the contractor and submitted for approval as the SPCD. The SPCD
does not restate nor propose differences to provisions already addressed in the CSPP.
1-3
12/13/2017 AC 150/5370-2G
1.4 Who Is Responsible for Safety During Construction?
1.4.1 Establish a Safety Culture.
Everyone has a role in operational safety on airports during construction: the airport
operator, the airport's consultants, the construction contractor and subcontractors,
airport users, airport tenants, ARFF personnel, Air Traffic personnel, including
Technical Operations personnel, FAA Airports Division personnel, and others, such as
military personnel at any airport supporting military operations (e.g. national guard or a
joint use facility). Close communication and coordination between all affected parties is
the key to maintaining safe operations. Such communication and coordination should
start at the project scoping meeting and continue through the completion of the project.
The airport operator and contractor should conduct onsite safety inspections throughout
the project and immediately remedy any deficiencies, whether caused by negligence,
oversight, or project scope change.
1.4.2 Assess Airport Operator's Responsibilities.
An airport operator has overall responsibility for all activities on an airport, including
construction. This includes the predesign, design, preconstruction, construction, and
inspection phases. Additional information on the responsibilities listed below can be
found throughout this AC. The airport operator must:
1-4
12/13/2017
AC 150/5370-2G
1.4.2.1 Develop a CSPP that complies with the safety guidelines of Chapter 2,
Construction Safety and Phasing Plans, and Chapter 3, Guidelines for
Writing a CSPP. The airport operator may develop the CSPP internally or
have a consultant develop the CSPP for approval by the airport operator.
For tenant sponsored projects, approve a CSPP developed by the tenant or
its consultant.
1.4.2.2 Require, review and approve the SPCD by the contractor that indicates
how it will comply with the CSPP and provides details that cannot be
determined before contract award.
1.4.2.3 Convene a preconstruction meeting with the construction contractor,
consultant, airport employees and, if appropriate, tenant sponsor and other
tenants to review and discuss project safety before beginning construction
activity. The appropriate FAA representatives should be invited to attend
the meeting. See AC 150/5370-12 Quality Management for Federally
Funded Airport Construction Projects. (Note "FAA" refers to the Airports
Regional or District Office, the Air Traffic Organization, Flight Standards
Service, and other offices that support airport operations, flight
regulations, and construction/environmental policies.)
1.4.2.4 Ensure contact information is accurate for each representative/point of
contact identified in the CSPP and SPCD.
1.4.2.5 Hold weekly or, if necessary, daily safety meetings with all affected
parties to coordinate activities.
1.4.2.6 Notify users, ARFF personnel, and FAA ATO personnel of construction
and conditions that may adversely affect the operational safety of the
airport via Notices to Airmen (NOTAM) and other methods, as
appropriate. Convene a meeting for review and discussion if necessary.
1.4.2.7 Ensure construction personnel know applicable airport procedures and
changes to those procedures that may affect their work.
1.4.2.8 Ensure that all temporary construction signs are located per the scheduled
list for each phase of the project.
1.4.2.9 Ensure construction contractors and subcontractors undergo training
required by the CSPP and SPCD.
1.4.2.10 Ensure vehicle and pedestrian operations addressed in the CSPP and
SPCD are coordinated with airport tenants, the airport traffic control tower
(ATCT), and construction contractors.
1.4.2.11 At certificated airports, ensure each CSPP and SPCD is consistent with
Part 139.
1-5
12/13/2017
AC 150/5370-2G
1.4.2.12 Conduct inspections sufficiently frequently to ensure construction
contractors and tenants comply with the CSPP and SPCD and that there
are no altered construction activities that could create potential safety
hazards.
1.4.2.13 Take immediate action to resolve safety deficiencies.
1.4.2.14 At airports subject to 49 CFR Part 1542, Airport Security, ensure
construction access complies with the security requirements of that
regulation.
1.4.2.15 Notify appropriate parties when conditions exist that invoke provisions of
the CSPP and SPCD (for example, implementation of low -visibility
operations).
1.4.2.16 Ensure prompt submittal of a Notice of Proposed Construction or
Alteration (Form 7460-1) for conducting an aeronautical study of potential
obstructions such as tall equipment (cranes, concrete pumps, other), stock
piles, and haul routes. A separate form may be filed for each potential
obstruction, or one form may be filed describing the entire construction
area and maximum equipment height. In the latter case, a separate form
must be filed for any object beyond or higher than the originally evaluated
area/height. The FAA encourages online submittal of forms for
expediency at https:Hoeaaa.faa.gov/oeaaa/external/portal.jssp. The
appropriate FAA Airports Regional or District Office can provide
assistance in determining which objects require an aeronautical study.
1.4.2.17 Ensure prompt transmission of the Airport Sponsor Strategic Event
Submission, FAA Form 6000-26, located at
https:Hoeaaa.faa.gov/oeaaa/extemal/content/AIRPORT_SPONSOR STR
ATEGIC_EVENT _SUBMISSION _FORM.pdf, to assure proper
coordination for NAS Strategic Interruption per Service Level Agreement
with ATO.
1.4.2.18 Promptly notify the FAA Airports Regional or District Office of any
proposed changes to the CSPP prior to implementation of the change.
Changes to the CSPP require review and approval by the airport operator
and the FAA. The FAA Airports Regional or District office will determine
if further coordination within the FAA is needed. Coordinate with
appropriate local and other federal government agencies, such as
Environmental Protection Agency (EPA), Occupational Safety and Health
Administration (OSHA), Transportation Security Administration (TSA),
and the state environmental agency.
1.4.3 Define Construction Contractor's Responsibilities.
The contractor is responsible for complying with the CSPP and SPCD. The contractor
must:
1101
12/13/2017
AC 150/5370-2G
1.4.3.1 Submit a Safety Plan Compliance Document (SPCD) to the airport
operator describing how it will comply with the requirements of the CSPP
and supply any details that could not be determined before contract award.
The SPCD must include a certification statement by the contractor,
indicating an understanding of the operational safety requirements of the
CSPP and the assertion of compliance with the approved CSPP and SPCD
unless written approval is granted by the airport operator. Any
construction practice proposed by the contractor that does not conform to
the CSPP and SPCD may impact the airport's operational safety and will
require a revision to the CSPP and SPCD and re -coordination with the
airport operator and the FAA in advance.
1.4.3.2 Have available at all times copies of the CSPP and SPCD for reference by
the airport operator and its representatives, and by subcontractors and
contractor employees.
1.4.3.3 Ensure that construction personnel are familiar with safety procedures and
regulations on the airport. Provide a point of contact who will coordinate
an immediate response to correct any construction -related activity that
may adversely affect the operational safety of the airport. Many projects
will require 24-hour coverage.
1.4.3.4 Identify in the SPCD the contractor's on -site employees responsible for
monitoring compliance with the CSPP and SPCD during construction. At
least one of these employees must be on -site when active construction is
taking place.
1.4.3.5 Conduct sufficient inspections to ensure construction personnel comply
with the CSPP and SPCD and that there are no altered construction
activities that could create potential safety hazards.
1.4.3.6 Restrict movement of construction vehicles and personnel to permitted
construction areas by flagging, barricading, erecting temporary fencing, or
providing escorts, as appropriate, and as specified in the CSPP and SPCD.
1.4.3.7 Ensure that no contractor employees, employees of subcontractors or
suppliers, or other persons enter any part of the air operations area (AOA)
from the construction site unless authorized.
1.4.3.8 Ensure prompt submittal through the airport operator of Form 7460-1 for
the purpose of conducting an aeronautical study of contractor equipment
such as tall equipment (cranes, concrete pumps, and other equipment),
stock piles, and haul routes when different from cases previously filed by
the airport operator. The FAA encourages online submittal of forms for
expediency at hitps:Hoeaaa.faa.gov/oeaaa/extemal/portal.jssp.
1-7
12/13/2017
AC 150/5370-2G
1.4.3.9 Ensure that all necessary safety mitigations are understood by all parties
involved, and any special requirements of each construction phase will be
fulfilled per the approved timeframe.
1.4.3.10 Participate in pre -construction meetings to review construction limits,
safety mitigations, NOTAMs, and understand all special airport
operational needs during each phase of the project.
1.4.4 Define Tenant's Responsibilities.
If planning construction activities on leased property, Airport tenants, such as airline
operators, fixed base operators, and FAA ATO/Technical Operations sponsoring
construction are strongly encouraged to:
1. Develop, or have a consultant develop, a project specific CSPP and submit it to the
airport operator. The airport operator may forgo a complete CSPP submittal and
instead incorporate appropriate operational safety principles and measures addressed
in the advisory circular within their tenant lease agreements.
2. In coordination with its contractor, develop an SPCD and submit it to the airport
operator for approval issued prior to issuance of a Notice to Proceed.
3. Ensure that construction personnel are familiar with safety procedures and
regulations on the airport during all phases of the construction.
4. Provide a point of contact of who will coordinate an immediate response to correct
any construction -related activity that may adversely affect the operational safety of
the airport.
5. Identify in the SPCD the contractor's on -site employees responsible for monitoring
compliance with the CSPP and SPCD during construction. At least one of these
employees must be on -site when active construction is taking place.
6. Ensure that no tenant or contractor employees, employees of subcontractors or
suppliers, or any other persons enter any part of the AOA from the construction site
unless authorized.
7. Restrict movement of construction vehicles to construction areas by flagging and
barricading, erecting temporary fencing, or providing escorts, as appropriate, as
specified in the CSPP and SPCD.
8. Ensure prompt submittal through the airport operator of Form 7460-1 for
conducting an aeronautical study of contractor equipment such as tall equipment
(cranes, concrete pumps, other), stock piles, and haul routes. The FAA encourages
online submittal of forms for expediency at
hLtps:Hoeaaa.faa.gov/oeaaa/extemal/portal.jsp.
9. Participate in pre -construction meetings to review construction limits, safety
mitigations, NOTAMs, and understand all special airport operational needs during
each phase of the project.
1-8
12/13/2017 AC 150/5370-2G
CHAPTER 2. CONSTRUCTION SAFETY AND PHASING PLANS
2.1 Overview.
Aviation safety is the primary consideration at airports, especially during construction.
The airport operator's CSPP and the contractor's Safety Plan Compliance Document
(SPCD) are the primary tools to ensure safety compliance when coordinating
construction activities with airport operations. These documents identify all aspects of
the construction project that pose a potential safety hazard to airport operations and
outline respective mitigation procedures for each hazard. They must provide
information necessary for the Airport Operations department to conduct airfield
inspections and expeditiously identify and correct unsafe conditions during
construction. All aviation safety provisions included within the project drawings,
contract specifications, and other related documents must also be reflected in the CSPP
and SPCD.
2.2 Assume Responsibility.
Operational safety on the airport remains the airport operator's responsibility at all
times. The airport operator must develop, certify, and submit for FAA approval each
CSPP. It is the airport operator's responsibility to apply the requirements of the FAA
approved CSPP. The airport operator must revise the CSPP when conditions warrant
changes and must submit the revised CSPP to the FAA for approval. The airport
operator must also require and approve a SPCD from the project contractor.
2.3 Submit the CSPP.
Construction Safety and Phasing Plans should be developed concurrently with the
project design. Milestone versions of the CSPP should be submitted for review and
approval as follows. While these milestones are not mandatory, early submission will
help to avoid delays. Submittals are preferred in 8.5 X 11 inch or 11 X 17 inch format
for compatibility with the FAA's Obstruction Evaluation / Airport Airspace Analysis
(OE / AAA) process.
2.3.1 Submit an Outline/Draft.
By the time approximately 25% to 30% of the project design is completed, the principal
elements of the CSPP should be established. Airport operators are encouraged to submit
an outline or draft, detailing all CSPP provisions developed to date, to the FAA for
review at this stage of the project design.
2.3.2 Submit a CSPP.
The CSPP should be formally submitted for FAA approval when the project design is
80 percent to 90 percent complete. Since provisions in the CSPP will influence contract
costs, it is important to obtain FAA approval in time to include all such provisions in
the procurement contract.
2-1
12/13/2017
AC 150/5370-2G
2.3.3 Submit an SPCD.
The contractor should submit the SPCD to the airport operator for approval to be issued
prior to the Notice to Proceed.
2.3.4 Submit CSPP Revisions.
All revisions to a previously approved CSPP must be re -submitted to the FAA for
review and approval/disapproval action.
2.4 Meet CSPP Requirements.
2.4.1 To the extent possible, the CSPP should address the following as outlined in Chapter 3,
Guidelines for Writing a CSPP. Details that cannot be determined at this stage are to be
included in the SPCD.
1. Coordination.
a. Contractor progress meetings.
b. Scope or schedule changes.
c. FAA ATO coordination.
2. Phasing.
a. Phase elements.
b. Construction safety drawings.
3. Areas and operations affected by the construction activity.
a. Identification of affected areas.
b. Mitigation of effects.
4. Protection of navigation aids (NAVAIDs).
5. Contractor access.
a. Location of stockpiled construction materials.
b. Vehicle and pedestrian operations.
6. Wildlife management.
a. Trash.
b. Standing water.
c. Tall grass and seeds.
d. Poorly maintained fencing and gates.
e. Disruption of existing wildlife habitat.
7. Foreign Object Debris (FOD) management.
8. Hazardous materials (HAZMAT) management.
9. Notification of construction activities.
2-2
12/13/2017 AC 150/5370-2G
a. Maintenance of a list of responsible representatives/ points of contact.
b. NOTAM.
c. Emergency notification procedures.
d. Coordination with ARFF Personnel.
e. Notification to the FAA.
10. Inspection requirements.
a. Daily (or more frequent) inspections.
b. Final inspections.
11. Underground utilities.
12. Penalties.
13. Special conditions.
14. Runway and taxiway visual aids. Marking, lighting, signs, and visual NAVAIDs.
a. General.
b. Markings.
c. Lighting and visual NAVAIDs.
d. Signs, temporary, including orange construction signs, and permanent signs.
15. Marking and signs for access routes.
16. Hazard marking and lighting.
a. Purpose.
b. Equipment.
17. Work zone lighting for nighttime construction (if applicable).
18. Protection of runway and taxiway safety areas, object free areas, obstacle free
zones, and approach/departure surfaces.
a. Runway Safety Area (RSA).
b. Runway Object Free Area (ROFA).
c. Taxiway Safety Area (TSA). Provide details for any adjustments to Taxiway
Safety Area width to allow continued operation of smaller aircraft. See
paragraph 2.22.3.
d. Taxiway Object Free Area (TOFA). Provide details for any continued aircraft
operations while construction occurs within the TOFA. See paragraph 2.22.4.
e. Obstacle Free Zone (OFZ).
f. Runway approach/departure surfaces.
19. Other limitations on construction.
a. Prohibitions.
2-3
12/13/2017
AC 150/5370-2G
b. Restrictions.
2.4.2 The Safety Plan Compliance Document (SPCD) should include a general statement by
the construction contractor that he/she has read and will abide by the CSPP. In addition,
the SPCD must include all supplemental information that could not be included in the
CSPP prior to the contract award. The contractor statement should include the name of
the contractor, the title of the project CSPP, the approval date of the CSPP, and a
reference to any supplemental information (that is, "I, (Name of Contractor), have read
the (Title of Project) CSPP, approved on (Date), and will abide by it as written and with
the following additions as noted:"). The supplemental information in the SPCD should
be written to match the format of the CSPP indicating each subject by corresponding
CSPP subject number and title. If no supplemental information is necessary for any
specific subject, the statement, "No supplemental information," should be written after
the corresponding subject title. The SPCD should not duplicate information in the
CSPP:
1. Coordination. Discuss details of proposed safety meetings with the airport operator
and with contractor employees and subcontractors.
2. Phasing. Discuss proposed construction schedule elements, including:
a. Duration of each phase.
b. Daily start and finish of construction, including "night only" construction.
c. Duration of construction activities during:
i. Normal runway operations.
ii. Closed runway operations.
iii. Modified runway "Aircraft Reference Code" usage.
3. Areas and operations affected by the construction activity. These areas and
operations should be identified in the CSPP and should not require an entry in the
SPCD.
4. Protection of NAVAIDs. Discuss specific methods proposed to protect operating
NAVAIDs.
5. Contractor access. Provide the following:
a. Details on how the contractor will maintain the integrity of the airport security
fence (gate guards, daily log of construction personnel, and other).
b. Listing of individuals requiring driver training (for certificated airports and as
requested).
c. Radio communications.
i. Types of radios and backup capabilities.
ii. Who will be monitoring radios.
iii. Who to contact if the ATCT cannot reach the contractor's designated
person by radio.
2-4
12/13/2017 AC 150/5370-2G
d. Details on how the contractor will escort material delivery vehicles.
6. Wildlife management. Discuss the following:
a. Methods and procedures to prevent wildlife attraction.
b. Wildlife reporting procedures.
7. Foreign Object Debris (FOD) management. Discuss equipment and methods for
control of FOD, including construction debris and dust.
8. Hazardous Materials (HAZMAT) management. Discuss equipment and methods for
responding to hazardous spills.
9. Notification of construction activities. Provide the following:
a. Contractor points of contact.
b. Contractor emergency contact.
Listing of tall or other requested equipment proposed for use on the airport and
the timeframe for submitting 7460-1 forms not previously submitted by the
airport operator.
d. Batch plant details, including 7460-1 submittal.
10. Inspection requirements. Discuss daily (or more frequent) inspections and special
inspection procedures.
11. Underground utilities. Discuss proposed methods of identifying and protecting
underground utilities.
12. Penalties. Penalties should be identified in the CSPP and should not require an entry
in the SPCD.
13. Special conditions. Discuss proposed actions for each special condition identified in
the CSPP.
14. Runway and taxiway visual aids. Including marking, lighting, signs, and visual
NAVAIDs. Discuss proposed visual aids including the following:
a. Equipment and methods for covering signage and airfield lights.
b. Equipment and methods for temporary closure markings (paint, fabric, other).
c. Temporary orange construction signs.
d. Types of temporary Visual Guidance Slope Indicators (VGSI).
15. Marking and signs for access routes. Discuss proposed methods of demarcating
access routes for vehicle drivers.
16. Hazard marking and lighting. Discuss proposed equipment and methods for
identifying excavation areas.
17. Work zone lighting for nighttime construction (if applicable). Discuss proposed
equipment, locations, aiming, and shielding to prevent interference with air traffic
control and aircraft operations.
2-5
12/13/2017
AC 150/5370-2G
18. Protection of runway and taxiway safety areas, object free areas, obstacle free
zones, and approach/departure surfaces. Discuss proposed methods of identifying,
demarcating, and protecting airport surfaces including:
a. Equipment and methods for maintaining Taxiway Safety Area standards.
b. Equipment and methods to ensure the safe passage of aircraft where Taxiway
Safety Area or Taxiway Object Free Area standards cannot be maintained.
c. Equipment and methods for separation of construction operations from aircraft
operations, including details of barricades.
19. Other limitations on construction should be identified in the CSPP and should not
require an entry in the SPCD.
2.5 Coordination.
Airport operators, or tenants responsible for design, bidding and conducting
construction on their leased properties, should ensure at all project developmental
stages, such as predesign, prebid, and preconstruction conferences, they capture the
subject of airport operational safety during construction (see AC 150/5370-12, Quality
Management for Federally Funded Airport Construction Projects). In addition, the
following should be coordinated as required:
2.5.1 Progress Meetings
Operational safety should be a standing agenda item for discussion during progress
meetings throughout the project developmental stages.
2.5.2 Scope or Schedule Changes.
Changes in the scope or duration at any of the project stages may require revisions to
the CSPP and review and approval by the airport operator and the FAA (see paragraph
1.4.2.17).
2.5.3 FAA ATO Coordination.
Early coordination with FAA ATO is highly recommended during the design phase and
is required for scheduling Technical Operations shutdowns prior to construction.
Coordination is critical to restarts of NAVAID services and to the establishment of any
special procedures for the movement of aircraft. Formal agreements between the airport
operator and appropriate FAA offices are recommended. All relocation or adjustments
to NAVAIDs, or changes to final grades in critical areas, should be coordinated with
FAA ATO and may require an FAA flight inspection prior to restarting the facility.
Flight inspections must be coordinated and scheduled well in advance of the intended
facility restart. Flight inspections may require a reimbursable agreement between the
airport operator and FAA ATO. Reimbursable agreements should be coordinated a
minimum of 12 months prior to the start of construction. (See paragraph 2.13.5.3.2 for
required FAA notification regarding FAA -owned NAVAIDs.)
W,
12/13/2017
AC 150/5370-2G
2.6 Phasing.
Once it has been determined what types and levels of airport operations will be
maintained, the most efficient sequence of construction may not be feasible. In this
case, the sequence of construction may be phased to gain maximum efficiency while
allowing for the required operations. The development of the resulting construction
phases should be coordinated with local Air Traffic personnel and airport users. The
sequenced construction phases established in the CSPP must be incorporated into the
project design and must be reflected in the contract drawings and specifications.
2.6.1 Phase Elements.
For each phase the CSPP should detail:
• Areas closed to aircraft operations.
• Duration of closures.
• Taxi routes and/or areas of reduced TSA and TOFA to reflect reduced ADG use.
• ARFF access routes.
• Construction staging, disposal, and cleanout areas.
• Construction access and haul routes.
• Impacts to NAVAIDs.
• Lighting, marking, and signing changes.
• Available runway length and/or reduced RSA and ROFA to reflect reduced ADG
use.
• Declared distances (if applicable).
• Required hazard marking, lighting, and signing.
• Work zone lighting for nighttime construction (if applicable).
• Lead times for required notifications.
2.6.2 Construction Safety Drawings.
Drawings specifically indicating operational safety procedures and methods in affected
areas (i.e., construction safety drawings) should be developed for each construction
phase. Such drawings should be included in the CSPP as referenced attachments and
should also be included in the contract drawing package.
2.7 Areas and Operations Affected by Construction Activity.
Runways and taxiways should remain in use by aircraft to the maximum extent possible
without compromising safety. Pre -meetings with the FAA ATO will support operational
simulations. See Appendix E for an example of a table showing temporary operations
versus current operations. The tables in Appendix E can be useful for coordination
among all interested parties, including FAA Lines of Business.
2-7
12/13/2017
AC 150/5370-2G
2.7.1
Identification of Affected Areas.
Identifying areas and operations affected by the construction helps to determine
possible safety problems. The affected areas should be identified in the construction
safety drawings for each construction phase. (See paragraph 2.6.2.) Of particular
concern are:
2.7.1.1 Closing, or Partial Closing, of Runways, Taxiways and Aprons, and
Displaced Thresholds.
When a runway is partially closed, a portion of the pavement is
unavailable for any aircraft operation, meaning taxiing, landing, or takeoff
in either direction on that pavement is prohibited. A displaced threshold,
by contrast, is established to ensure obstacle clearance and adequate safety
area for landing aircraft. The pavement prior to the displaced threshold is
normally available for take -off in the direction of the displacement and for
landing and takeoff in the opposite direction. Misunderstanding this
difference, may result in issuance of an inaccurate NOTAM, and can lead
to a hazardous condition.
2.7.1.1.1 Partially Closed Runways.
The temporarily closed portion of a partially closed runway will generally
extend from the threshold to a taxiway that may be used for entering and
exiting the runway. If the closed portion extends to a point between
taxiways, pilots will have to back -taxi on the runway, which is an
undesirable operation. See Figure for a desirable configuration.
2.7.1.1.2 Displaced Thresholds.
Since the portion of the runway pavement between the permanent
threshold and a standard displaced threshold is available for takeoff and
for landing in the opposite direction, the temporary displaced threshold
need not be located at an entrance/exit taxiway. See Figure.
2.7.1.2 Closing of aircraft rescue and fire fighting access routes.
2.7.1.3 Closing of access routes used by airport and airline support vehicles.
2.7.1.4 Interruption of utilities, including water supplies for fire fighting.
2.7.1.5 Approach/departure surfaces affected by heights of objects.
2.7.1.6 Construction areas, storage areas, and access routes near runways,
taxiways, aprons, or helipads.
2-8
12/13/2017
AC 150/5370-2G
Figure 2-1. Temporary Partially Closed Runway
CHANGE LENSES
AS NECESSARY
OBLITERATE AIMING
POINT MARKING
COVER DISTANCE
REMAINING SIGN
\
IN THIS DIRECTION
INSTALL SIGN AT
BOTH ENDS OF THE
RUNWAY (OPTIONAL)
FM
1101
(- Z V
OBLITERATE TAXIWAY L [—
CENTERLINE MARKINGS
TO CLOSED AREAS m
INSTALL TEMPORARY
TAXIWAY CLOSED
MARKING
1 BLAST FENCE TO PROTECT
\ Q CONSTRUCTION ZONE (MAY
BE REQUIRED). IF BLAST
FENCE IS NOT USED, INSTALL
LOW PROFILE BARRICADES
SLOW PROFILE BARRICADES
WITH FLASHERS
SEE NOTE 1
OBLITERATE RUNWAY DESIGNATION —
AND CENTERLINE MARKINGS
DISCONNECT/COVER
TAXIWAY DIRECTION
SIGNS
DISCONNECT/COVER
TAXIWAY DIRECTION
SIGN
DISCONNECT LIGHTS (TYPICAL)
OBLITERATE THRESHOLD
MARKINGS
USE DECLARED
DISTANCES TO
PROVIDE RSA
AND CLEAR
APPROACH AND
DEPARTURE
SURFACE
INSTALL TEMPORARY
RUNWAY DESIGNATION
AND THRESHOLD BAR
000 OOOO
CONSTRUCTION AREA
2-9
INSTALL TEMPORARY
RUNWAY
THRESHOLD/END
LIGHTING
INSTALL TEMPORARY
REIL (OPTIONAL)
OBLITERATE
TOUCHDOWN
ZONE MARKING
INSTALL TEMPORARY
CHEVRONS
RUNWAY SAFETY
AREA EXTENDS
REQUIRED DISTANCE
PRIOR TO
THRESHOLD
NOTES:
1. PLACE LOW PROFILE BARRICADES AT
ALL ACCESS POINTS TO CLOSED
SECTION OF RUNWAY.
2. THIS FIGURE IS A SCHEMATIC
REPRESENTATION AND NOT INTENDED
FOR INSPECTION PURPOSES. REFER TO
THE APPLICABLE ACs FOR GUIDANCE.
3. THIS FIGURE DEPICTS A TYPICAL
TEMPORARY PARTIALLY CLOSED
RUNWAY. THE ACTUAL TEMPORARY
MEASURES WILL VARY PER EACH
SPECIFIC SITUATION.
4. DISCONNECT/COVER LIGHTS IN CLOSED
AREAS.
5. DURING CONSTRUCTION VASI AND PAPI
SYSTEMS SHOULD BE TAKEN OUT OF
SERVICE.
NOT TO SCALE
12/13/2017
AC 150/5370-2G
Figure 2-2. Temporary Displaced Threshold
OBLITERATE AIMING
POINT MARKING
INSTALL TEMPORARY
RUNWAY DESIGNATION,
ARROWHEADS AND
DISPLACED THRESHOLD BAR
INSTALL TEMPORARY '
RUNWAY THRESHOLD LIGHTING
(INBOARD LIGHT IS YELLOW/GREEN,
ALL OTHERS ARE BLANKIGREEN)
INSTALL TEMPORARY
ARROWS TO EXISTING
CENTERLINE MARKING,
SEE NOTE
TURN CENTERLINE LIGHTS
OFF IF DISPLACEMENT OF
THRESHOLD IS MORE THAN 700'
OBLITERATE RUNWAY
DESIGNATION MARKING
CHANGE EXISTING
LIGHTS TO YELLOW/RED
. N . I
�Y V
Q �
NOTES:
1. THIS FIGURE IS A SCHEMATIC REPRESENTATION
AND NOT INTENDED FOR INSPECTION PURPOSES.
REFER TO THE APPLICABLE ACs FOR GUIDANCE.
2. THIS FIGURE DIPICTS A TYPICAL TEMPORARY
DISPLACED THRESHOLD. THE ACTUAL TEMPORARY
MEASURES WILL VARY PER EACH SPECIFIC
SITUATION.
3. DURING CONSTRUCTION VASI AND PAPI SYSTEMS
SHOULD BE TAKEN OUT OF SERVICE.
Note: See paragraph 2.18.2.5.
USE DECLARED
DISTANCES
TO PROVIDE
RSA AND CLEAR
INSTALL APPROACH/DEPARTURE
TEMPORARY SURFACE
REIL (OPTIONAL)
v8®®
OBLITERATE
TOUCHDOWN ZONE
AND CENTERLINE
MARKING
RUNWAY SAFETY
AREA EXTENDS
REQUIRED DISTANCE
PRIOR TO
THRESHOLD
CONSTRUCTION AREA p
e e
2-10
OBLITERATE
THRESHOLD
MARKINGS
INSTALL RED/RED LIGHTS
BLAST FENCE OUTSIDE
TOFA TO PROTECT
CONSTRUCTION ZONE
(MAY BE REQUIRED)
NOT TO SCALE
12/13/2017
AC 150/5370-2G
2.7.2 Mitigation of Effects.
Establishment of specific procedures is necessary to maintain the safety and efficiency
of airport operations. The CSPP must address:
2.7.2.1 Temporary changes to runway and/or taxi operations.
2.7.2.2 Detours for ARFF and other airport vehicles.
2.7.2.3 Maintenance of essential utilities.
2.7.2.4 Temporary changes to air traffic control procedures. Such changes must
be coordinated with the ATO.
2.8 Navigation Aid (NAVAID) Protection.
Before commencing construction activity, parking vehicles, or storing construction
equipment and materials near a NAVAID, coordinate with the appropriate FAA
ATO/Technical Operations office to evaluate the effect of construction activity and the
required distance and direction from the NAVAID. (See paragraph 2.13.5.3.)
Construction activities, materials/equipment storage, and vehicle parking near electronic
NAVAIDs require special consideration since they may interfere with signals essential
to air navigation. If any NAVAID may be affected, the CSPP and SPCD must show an
understanding of the "critical area" associated with each NAVAID and describe how it
will be protected. Where applicable, the operational critical areas of NAVAIDs should
be graphically delineated on the project drawings. Pay particular attention to stockpiling
material, as well as to movement and parking of equipment that may interfere with line
of sight from the ATCT or with electronic emissions. Interference from construction
equipment and activities may require NAVAID shutdown or adjustment of instrument
approach minimums for low visibility operations. This condition requires that a
NOTAM be filed (see paragraph 2.13.2). Construction activities and
materials/equipment storage near a NAVAID must not obstruct access to the equipment
and instruments for maintenance. Submittal of a 7460-1 form is required for
construction vehicles operating near FAA NAVAIDs. (See paragraph 2.13.5.3.)
2.9 Contractor Access.
The CSPP must detail the areas to which the contractor must have access, and explain
how contractor personnel will access those areas. Specifically address:
2.9.1 Location of Stockpiled Construction Materials.
Stockpiled materials and equipment storage are not permitted within the RSA and OFZ,
and if possible should not be permitted within the Object Free Area (OFA) of an
operational runway. Stockpiling material in the OFA requires submittal of a 7460-1
form and justification provided to the appropriate FAA Airports Regional or District
Office for approval. The airport operator must ensure that stockpiled materials and
equipment adjacent to these areas are prominently marked and lighted during hours of
restricted visibility or darkness. (See paragraph 2.18.2.) This includes determining and
2-11
12/13/2017
AC 150/5370-2G
verifying that materials are stabilized and stored at an approved location so as not to be
a hazard to aircraft operations and to prevent attraction of wildlife and foreign object
damage from blowing or tracked material. See paragraphs 2.10 and 2.11.
2.9.2 Vehicle and Pedestrian Operations.
The CSPP should include specific vehicle and pedestrian requirements. Vehicle and
pedestrian access routes for airport construction projects must be controlled to prevent
inadvertent or unauthorized entry of persons, vehicles, or animals onto the AOA. The
airport operator should coordinate requirements for vehicle operations with airport
tenants, contractors, and the FAA air traffic manager. In regard to vehicle and
pedestrian operations, the CSPP should include the following, with associated training
requirements:
2.9.2.1 Construction Site Parking.
Designate in advance vehicle parking areas for contractor employees to
prevent any unauthorized entry of persons or vehicles onto the AOA.
These areas should provide reasonable contractor employee access to the
job site.
2.9.2.2 Construction Equipment Parking.
Contractor employees must park and service all construction vehicles in an
area designated by the airport operator outside the OFZ and never in the
safety area of an active runway or taxiway. Unless a complex setup
procedure makes movement of specialized equipment infeasible, inactive
equipment must not be parked on a closed taxiway or runway. If it is
necessary to leave specialized equipment on a closed taxiway or runway at
night, the equipment must be well lighted. Employees should also park
construction vehicles outside the OFA when not in use by construction
personnel (for example, overnight, on weekends, or during other periods
when construction is not active). Parking areas must not obstruct the clear
line of sight by the ATCT to any taxiways or runways under air traffic
control nor obstruct any runway visual aids, signs, or navigation aids. The
FAA must also study those areas to determine effects on airport design
criteria, surfaces established by 14 CFR Part 77, Safe, Efficient Use, and
Preservation of the Navigable Airspace (Part 77), and on NAVAIDs and
Instrument Approach Procedures (IAP). See paragraph 2.13.1 for further
information.
2.9.2.3 Access and Haul Roads.
Determine the construction contractor's access to the construction sites
and haul roads. Do not permit the construction contractor to use any
access or haul roads other than those approved. Access routes used by
contractor vehicles must be clearly marked to prevent inadvertent entry to
areas open to airport operations. Pay special attention to ensure that if
construction traffic is to share or cross any ARFF routes that ARFF right
of way is not impeded at any time, and that construction traffic on haul
2-12
12/13/2017 AC 150/5370-2G
roads does not interfere with NAVAIDs or approach surfaces of
operational runways. Address whether access gates will be blocked or
inoperative or if a rally point will be blocked or inaccessible.
2.9.2.4 Marking and lighting of vehicles in accordance with AC 150/5210-5,
Painting, Marking, and Lighting of Vehicles Used on an Airport.
2.9.2.5 Description of proper vehicle operations on various areas under normal,
lost communications, and emergency conditions.
2.9.2.6 Required escorts.
2.9.2.7 Training Requirements for Vehicle Drivers to Ensure Compliance
with the Airport Operator's Vehicle Rules and Regulations.
Specific training should be provided to vehicle operators, including those
providing escorts. See AC 150/5210-20, Ground Vehicle Operations on
Airports, for information on training and records maintenance
requirements.
2.9.2.8 Situational Awareness.
Vehicle drivers must confirm by personal observation that no aircraft is
approaching their position (either in the air or on the ground) when given
clearance to cross a runway, taxiway, or any other area open to airport
operations. In addition, it is the responsibility of the escort vehicle driver
to verify the movement/position of all escorted vehicles at any given time.
At non -towered airports, all aircraft movements and flight operations rely
on aircraft operators to self -report their positions and intentions. However,
there is no requirement for an aircraft to have radio communications.
Because aircraft do not always broadcast their positions or intentions,
visual checking, radio monitoring, and situational awareness of the
surroundings is critical to safety.
2.9.2.9 Two -Way Radio Communication Procedures.
2.9.2.9.1 General.
The airport operator must ensure that tenant and construction contractor
personnel engaged in activities involving unescorted operation on aircraft
movement areas observe the proper procedures for communications,
including using appropriate radio frequencies at airports with and without
ATCT. When operating vehicles on or near open runways or taxiways,
construction personnel must understand the critical importance of
maintaining radio contact, as directed by the airport operator, with:
1. Airport operations
2. ATCT
2-13
12/13/2017 AC 150/5370-2G
3. Common Traffic Advisory Frequency (CTAF), which may include
UNICOM, MULTICOM.
4. Automatic Terminal Information Service (ATIS). This frequency is
useful for monitoring conditions on the airport. Local air traffic will
broadcast information regarding construction related runway closures
and "shortened" runways on the ATIS frequency.
2.9.2.9.2 Areas Requiring Two -Way Radio Communication with the ATCT.
Vehicular traffic crossing active movement areas must be controlled either
by two-way radio with the ATCT, escort, flagman, signal light, or other
means appropriate for the particular airport.
2.9.2.9.3 Frequencies to be Used.
The airport operator will specify the frequencies to be used by the
contractor, which may include the CTAF for monitoring of aircraft
operations. Frequencies may also be assigned by the airport operator for
other communications, including any radio frequency in compliance with
Federal Communications Commission requirements. At airports with an
ATCT, the airport operator will specify the frequency assigned by the
ATCT to be used between contractor vehicles and the ATCT.
2.9.2.9.4 Proper radio usage, including read back requirements.
2.9.2.9.5 Proper phraseology, including the International Phonetic Alphabet.
2.9.2.9.6 Light Gun Signals.
Even though radio communication is maintained, escort vehicle drivers
must also familiarize themselves with ATCT light gun signals in the event
of radio failure. See the FAA safety placard "Ground Vehicle Guide to
Airport Signs and Markings." This safety placard may be downloaded
through the Runway Safety Program Web site at
http://www.faa. og v/airports/runway safety/publications/ (see "Signs &
Markings Vehicle Dashboard Sticker") or obtained from the FAA Airports
Regional Office.
2.9.2.10 Maintenance of the secured area of the airport, including:
2.9.2.10.1 Fencing and Gates.
Airport operators and contractors must take care to maintain security
during construction when access points are created in the security fencing
to permit the passage of construction vehicles or personnel. Temporary
gates should be equipped so they can be securely closed and locked to
prevent access by animals and unauthorized people. Procedures should be
in place to ensure that only authorized persons and vehicles have access to
the AOA and to prohibit "piggybacking" behind another person or vehicle.
The Department of Transportation (DOT) document DOT/FAA/AR-
2-14
12/13/2017 AC 150/5370-2G
00/52, Recommended Security Guidelines for Airport Planning and
Construction, provides more specific information on fencing. A copy of
this document can be obtained from the Airport Consultants Council,
Airports Council International, or American Association of Airport
Executives.
2.9.2.10.2 Badging Requirements.
Airports subject to 49 CFR Part 1542, Airport Security, must meet
standards for access control, movement of ground vehicles, and
identification of construction contractor and tenant personnel.
2.10 Wildlife Management.
The CSPP and SPCD must be in accordance with the airport operator's wildlife hazard
management plan, if applicable. See AC 150/5200-33, Hazardous Wildlife Attractants
On or Near Airports, and CertAlert 98-05, Grasses Attractive to Hazardous Wildlife.
Construction contractors must carefully control and continuously remove waste or loose
materials that might attract wildlife. Contractor personnel must be aware of and avoid
construction activities that can create wildlife hazards on airports, such as:
2.10.1 Trash.
Food scraps must be collected from construction personnel activity.
2.10.2 Standing Water.
2.10.3 Tall Grass and Seeds.
Requirements for turf establishment can be at odds with requirements for wildlife
control. Grass seed is attractive to birds. Lower quality seed mixtures can contain seeds
of plants (such as clover) that attract larger wildlife. Seeding should comply with the
guidance in AC 150/5370-10, Standards for Specifying Construction of Airports, Item
T-901, Seeding. Contact the local office of the United Sates Department of Agriculture
Soil Conservation Service or the State University Agricultural Extension Service
(County Agent or equivalent) for assistance and recommendations. These agencies can
also provide liming and fertilizer recommendations.
2.10.4 Poorly Maintained Fencing and Gates.
See paragraph 2.9.2.10.1.
2.10.5 Disruption of Existing Wildlife Habitat.
While this will frequently be unavoidable due to the nature of the project, the CSPP
should specify under what circumstances (location, wildlife type) contractor personnel
should immediately notify the airport operator of wildlife sightings.
2-15
12/13/2017 AC 150/5370-2G
2.11 Foreign Object Debris (FOD) Management.
Waste and loose materials, commonly referred to as FOD, are capable of causing
damage to aircraft landing gears, propellers, and jet engines. Construction contractors
must not leave or place FOD on or near active aircraft movement areas. Materials
capable of creating FOD must be continuously removed during the construction project.
Fencing (other than security fencing) or covers may be necessary to contain material
that can be carried by wind into areas where aircraft operate. See AC 150/5210-24,
Foreign Object Debris (FOD) Management.
2.12 Hazardous Materials (HAZMAT) Management.
Contractors operating construction vehicles and equipment on the airport must be
prepared to expeditiously contain and clean-up spills resulting from fuel or hydraulic
fluid leaks. Transport and handling of other hazardous materials on an airport also
requires special procedures. See AC 150/5320-15, Management of Airport Industrial
Waste.
2.13 Notification of Construction Activities.
The CSPP and SPCD must detail procedures for the immediate notification of airport
users and the FAA of any conditions adversely affecting the operational safety of the
airport. It must address the notification actions described below, as applicable.
2.13.1 List of Responsible Representatives/points of contact for all involved parties, and
procedures for contacting each of them, including after hours.
2.13.2 NOTAMs.
Only the airport operator may initiate or cancel NOTAMs on airport conditions, and is
the only entity that can close or open a runway. The airport operator must coordinate the
issuance, maintenance, and cancellation of NOTAMs about airport conditions resulting
from construction activities with tenants and the local air traffic facility (control tower,
approach control, or air traffic control center), and must either enter the NOTAM into
NOTAM Manager, or provide information on closed or hazardous conditions on airport
movement areas to the FAA Flight Service Station (FSS) so it can issue a NOTAM. The
airport operator must file and maintain a list of authorized representatives with the FSS.
Refer to AC 150/5200-28, Notices to Airmen (NOTAMs) for Airport Operators, for a
sample NOTAM form. Only the FAA may issue or cancel NOTAMs on shutdown or
irregular operation of FAA owned facilities. Any person having reason to believe that a
NOTAM is missing, incomplete, or inaccurate must notify the airport operator. See
paragraph 2.7.1.1 about issuing NOTAMs for partially closed runways versus runways
with displaced thresholds.
2-16
12/13/2017 AC 150/5370-2G
2. l 3.3 Emergency notification procedures for medical, fire fighting, and police response.
2.13.4 Coordination with ARFF.
The CSPP must detail procedures for coordinating through the airport sponsor with
ARFF personnel, mutual aid providers, and other emergency services if construction
requires:
1. The deactivation and subsequent reactivation of water lines or fire hydrants, or
2. The rerouting, blocking and restoration of emergency access routes, or
3. The use of hazardous materials on the airfield.
2.13.5 Notification to the FAA.
2.13.5.1 Part 77.
Any person proposing construction or alteration of objects that affect
navigable airspace, as defined in Part 77, must notify the FAA. This
includes construction equipment and proposed parking areas for this
equipment (i.e., cranes, graders, other equipment) on airports. FAA Form
7460-1, Notice of Proposed Construction or Alteration, can be used for
this purpose and submitted to the appropriate FAA Airports Regional or
District Office. See Appendix A to download the form. Further guidance
is available on the FAA web site at oeaaa.faa.gov.
2.13.5.2 Part 157.
With some exceptions, Title 14 CFR Part 157, Notice of Construction,
Alteration, Activation, and Deactivation of Airports, requires that the
airport operator notify the FAA in writing whenever a non -Federally
funded project involves the construction of a new airport; the construction,
realigning, altering, activating, or abandoning of a runway, landing strip,
or associated taxiway; or the deactivation or abandoning of an entire
airport. Notification involves submitting FAA Form 7480-1, Notice of
Landing Area Proposal, to the nearest FAA Airports Regional or District
Office. See Appendix A to download the form.
2.13.5.3 NAVAIDs.
For emergency (short -notice) notification about impacts to both airport
owned and FAA owned NAVAIDs, contact: 866-432-2622.
2.13.5.3.1 Airport Owned/FAA Maintained.
If construction operations require a shutdown of 24 hours or greater in
duration, or more than 4 hours daily on consecutive days, of a NAVAID
owned by the airport but maintained by the FAA, provide a 45-day
minimum notice to FAA ATO/Technical Operations prior to facility
shutdown, using Strategic Event Coordination (SEC) Form 6000.26
contained within FAA Order 6000.15, General Maintenance Handbook
for National Airspace System (NAS) Facilities.
2-17
12/13/2017
AC 150/5370-2G
2.13.5.3.2 FAA Owned.
1. The airport operator must notify the appropriate FAA ATO Service
Area Planning and Requirements (P&R) Group a minimum of 45 days
prior to implementing an event that causes impacts to NAVAIDs,
using SEC Form 6000.26.
2. Coordinate work for an FAA owned NAVAID shutdown with the
local FAA ATO/Technical Operations office, including any necessary
reimbursable agreements and flight checks. Detail procedures that
address unanticipated utility outages and cable cuts that could impact
FAA NAVAIDs. Refer to active Service Level Agreement with ATO
for specifics.
2.14 Inspection Requirements.
2.14.1 Daily Inspections.
Inspections should be conducted at least daily, but more frequently if necessary to
ensure conformance with the CSPP. A sample checklist is provided in Appendix D,
Construction Project Daily Inspection Checklist. See also AC 150/5200-18,
Airport Safety Self -Inspection. Airport operators holding a Part 139 certificate are
required to conduct self -inspections during unusual conditions, such as construction
activities, that may affect safe air carrier operations.
2.14.2 Interim Inspections.
Inspections should be conducted of all areas to be (re)opened to aircraft traffic to ensure
the proper operation of lights and signs, for correct markings, and absence of FOD. The
contractor should conduct an inspection of the work area with airport operations
personnel. The contractor should ensure that all construction materials have been
secured, all pavement surfaces have been swept clean, all transition ramps have been
properly constructed, and that surfaces have been appropriately marked for aircraft to
operate safely. Only if all items on the list meet with the airport operator's approval
should the air traffic control tower be notified to open the area to aircraft operations.
The contractor should be required to retain a suitable workforce and the necessary
equipment at the work area for any last minute cleanup that may be requested by the
airport operator prior to opening the area.
2.14.3 Final Inspections.
New runways and extended runway closures may require safety inspections at
certificated airports prior to allowing air carrier service. Coordinate with the FAA
Airport Certification Safety Inspector (ACSI) to determine if a final inspection will be
necessary.
2-18
12/13/2017
AC 150/5370-2G
2.15 Underground Utilities.
The CSPP and/or SPCD must include procedures for locating and protecting existing
underground utilities, cables, wires, pipelines, and other underground facilities in
excavation areas. This may involve coordinating with public utilities and FAA
ATO/Technical Operations. Note that "One Call" or "Miss Utility" services do not
include FAA ATO/Technical Operations.
2.16 Penalties.
The CSPP should detail penalty provisions for noncompliance with airport rules and
regulations and the safety plans (for example, if a vehicle is involved in a runway
incursion). Such penalties typically include rescission of driving privileges or access to
the AOA.
2.17 Special Conditions.
The CSPP must detail any special conditions that affect the operation of the airport and
will require the activation of any special procedures (for example, low -visibility
operations, snow removal, aircraft in distress, aircraft accident, security breach, Vehicle
/ Pedestrian Deviation (VPD) and other activities requiring construction
suspension/resumption).
2.18 Runway and Taxiway Visual Aids.
This includes marking, lighting, signs, and visual NAVAIDs. The CSPP must ensure
that areas where aircraft will be operating are clearly and visibly separated from
construction areas, including closed runways. Throughout the duration of the
construction project, verify that these areas remain clearly marked and visible at all
times and that marking, lighting, signs, and visual NAVAIDs that are to continue to
perform their functions during construction remain in place and operational. Visual
NAVAIDs that are not serving their intended function during construction must be
temporarily disabled, covered, or modified as necessary. The CSPP must address the
following, as appropriate:
2.18.1 General.
Airport markings, lighting, signs, and visual NAVAIDs must be clearly visible to pilots,
not misleading, confusing, or deceptive. All must be secured in place to prevent
movement by prop wash, jet blast, wing vortices, and other wind currents and
constructed of materials that will minimize damage to an aircraft in the event of
inadvertent contact. Items used to secure such markings must be of a color similar to the
marking.
2.18.2 Markings.
During the course of construction projects, temporary pavement markings are often
required to allow for aircraft operations during or between work periods. During the
design phase of the project, the designer should coordinate with the project manager,
2-19
12/13/2017
AC 150/5370-2G
airport operations, airport users, the FAA Airports project manager, and Airport
Certification Safety Inspector for Part 139 airports to determine minimum temporary
markings. The FAA Airports project manager will, wherever a runway is closed,
coordinate with the appropriate FAA Flight Standards Office and disseminate findings
to all parties. Where possible, the temporary markings on finish grade pavements should
be placed to mirror the dimensions of the final markings. Markings must be in
compliance with the standards of AC 150/5340-1, Standards for Airport Markings,
except as noted herein. Runways and runway exit taxiways closed to aircraft operations
are marked with a yellow X. The preferred visual aid to depict temporary runway
closure is the lighted X signal placed on or near the runway designation numbers. (See
paragraph 2.18.2.1.2.)
2.18.2.1 Closed Runways and Taxiways.
2.18.2.1.1 Permanently Closed Runway
For runways, obliterate the threshold marking, runway designation
marking, and touchdown zone markings, and place an X at each end and at
1,000-foot (300 m) intervals. For a multiple runway environment, if the
lighted X on a designated number will be located in the RSA of an
adjacent active runway, locate the lighted X farther down the closed
runway to clear the RSA of the active runway. In addition, the closed
runway numbers located in the RSA of an active runway must be marked
with a flat yellow X.
2.18.2.1.2 Temporarily Closed Runway
For runways that have been temporarily closed, place an X at each end of
the runway directly on or as near as practicable to the runway designation
numbers. For a multiple runway environment, if the lighted X on a
designated number will be located in the RSA of an adjacent active
runway, locate the lighted X farther down the closed runway to clear the
RSA of the active runway. In addition, the closed runway numbers located
in the RSA of an active runway must be marked with a flat yellow X. See
Figure .. See also paragraph 2.18.3.3.
2.18.2.1.3 Partially Closed Runways and Displaced Thresholds.
When threshold markings are needed to identify the temporary beginning
of the runway that is available for landing, the markings must comply with
AC 150/5340-1. An X is not used on a partially closed runway or a
runway with a displaced threshold. See paragraph 2.7.1.1 for the
difference between partially closed runways and runways with displaced
thresholds. Because of the temporary nature of threshold displacement due
to construction, it is not necessary to re -adjust the existing runway
centerline markings to meet standard spacing for a runway with a visual
approach. Some of the requirements below may be waived in the cases of
low -activity airports and/or short duration changes that are measured in
days rather than weeks. Consider whether the presence of an airport traffic
2-20
12/13/2017
AC 150/5370-2G
control tower allows for the development of special procedures. Contact
the appropriate FAA Airports Regional or District Office for assistance.
Figure 2-3. Markings for a Temporarily Closed Runway
1. Partially Closed Runways. Pavement markings for temporary closed
portions of the runway consist of a runway threshold bar, runway
designation, and yellow chevrons to identify pavement areas that are
unsuitable for takeoff or landing (see AC 150/5340-1). Obliterate or
cover markings prior to the moved threshold. Existing touchdown zone
markings beyond the moved threshold may remain in place. Obliterate
aiming point markings. Issue appropriate NOTAMs regarding any
nonstandard markings. See Figure.
2. Displaced Thresholds. Pavement markings for a displaced threshold
consist of a runway threshold bar, runway designation, and white
arrowheads with and without arrow shafts. These markings are
required to identify the portion of the runway before the displaced
threshold to provide centerline guidance for pilots during approaches,
takeoffs, and landing rollouts from the opposite direction. See AC
150/5340-1. Obliterate markings prior to the displaced threshold.
Existing touchdown zone markings beyond the displaced threshold
may remain in place. Obliterate aiming point markings. Issue
appropriate NOTAMs regarding any nonstandard markings. See
Fi rum.
2-21
12/13/2017
AC 150/5370-2G
2.18.2.1.4
AL
Taxiways.
1. Permanently Closed Taxiways. AC 150/5300-13 Airport Design,
notes that it is preferable to remove the pavement, but for pavement
that is to remain, place an X at the entrance to both ends of the closed
section. Obliterate taxiway centerline markings, including runway
leadoff lines, leading to the closed taxiway. See Figure _ 2-4.
Figure 2-4. Temporary Taxiway Closure
OBLITERATE LEAD-OFF
CENTERLINE FOR
EXTENDED CLOSURE
.`WWW`WWW`W`
\ TAXIWAY
CLOSURE
� L MARKER
• RSA EOUNDARY
CLOSED TAXIWAY
HOLDING POSITION MARKING
LOW PROFILE BARRICADES
WITH FL4SHERS
2-22
iWWWWWWWW`WWWW�
�s
12/13/2017
AC 150/5370-2G
2. Temporarily Closed Taxiways. Place barricades outside the safety
area of intersecting taxiways. For runway/taxiway intersections, place
an X at the entrance to the closed taxiway from the runway. If the
taxiway will be closed for an extended period, obliterate taxiway
centerline markings, including runway leadoff lines and taxiway to
taxiway turns, leading to the closed section. Always obliterate runway
lead-off lines for high speed exits, regardless of the duration of the
closure. If the centerline markings will be reused upon reopening the
taxiway, it is preferable to paint over the marking. This will result in
less damage to the pavement when the upper layer of paint is
ultimately removed. See Figure 2-4.
2.18.2.1.5 Temporarily Closed Airport.
When the airport is closed temporarily, mark all the runways as closed.
2.18.2.2 If unable to paint temporary markings on the pavement, construct them
from any of the following materials: fabric, colored plastic, painted sheets
of plywood, or similar materials. They must be properly configured and
appropriately secured to prevent movement by prop wash, jet blast, or
other wind currents. Items used to secure such markings must be of a color
similar to the marking.
2.18.2.3 It may be necessary to remove or cover runway markings, including but
not limited to, runway designation markings, threshold markings,
centerline markings, edge stripes, touchdown zone markings and aiming
point markings, depending on the length of construction and type of
activity at the airport. When removing runway markings, apply the same
treatment to areas between stripes or numbers, as the cleaned area will
appear to pilots as a marking in the shape of the treated area.
2.18.2.4 If it is not possible to install threshold bars, chevrons, and arrows on the
pavement, "temporary outboard white threshold bars and yellow
arrowheads", see Figure, may be used. Locate them outside of the
runway pavement surface on both sides of the runway. The dimensions
must be as shown in Fi rug e 2-5. If the markings are not discernible on
grass or snow, apply a black background with appropriate material over
the ground to ensure they are clearly visible.
2.18.2.5 The application rate of paint to mark a short-term temporary runway and
taxiway markings may deviate from the standard (see Item P-620,
"Runway and Taxiway Painting," in AC 150/5370-10), but the dimensions
must meet the existing standards. When applying temporary markings at
night, it is recommended that the fast curing, Type II paint be used to help
offset the higher humidity and cooler temperatures often experienced at
night. Diluting the paint will substantially increase cure time and is not
recommended. Glass beads are not recommended for temporary markings.
Striated markings may also be used for certain temporary markings. AC
2-23
12/13/2017 AC 150/5370-2G
150/5340-1, Standards for Airport Markings, has additional guidance on
temporary markings.
Figure 2-5. Temporary Outboard White Threshold Bars and Yellow Arrowheads
INSTALL TEMPORARY WHITE
THRESHOLD BARS AND
YELLOW ARROWHEADS ON
BOTH SIDES
SEE DETAIL BELOW
CLOSED PORTION OF
RUNWAY
W
/2
W/4
10'
45'
�- 3'
15'
SHOULDER EDGE
YELLOW ARROWHEAD DETAIL
2-24
12/13/2017
AC 150/5370-2G
2.18.3 Lighting and Visual NAVAIDs.
This paragraph refers to standard runway and taxiway lighting systems. See below for
hazard lighting. Lighting installation must be in conformance with AC 150/5340-30,
Design and Installation Details for Airport Visual Aids, and fixture design in
conformance with AC 150/5345-50, Specification for Portable Runway and Taxiway
Lights. When disconnecting runway and taxiway lighting fixtures, disconnect the
associated isolation transformers. See AC 150/5340-26, Maintenance of Airport Visual
Aid Facilities, for disconnect procedures and safety precautions. Alternately, cover the
light fixture in such a way as to prevent light leakage. Avoid removing the lamp from
energized fixtures because an excessive number of isolation transformers with open
secondaries may damage the regulators and/or increase the current above its normal
value. Secure, identify, and place any above ground temporary wiring in conduit to
prevent electrocution and fire ignition sources. Maintain mandatory hold signs to
operate normally in any situation where pilots or vehicle drivers could mistakenly be in
that location. At towered airports certificated under Part 139, holding position signs are
required to be illuminated on open taxiways crossing to closed or inactive runways. If
the holding position sign is installed on the runway circuit for the closed runway, install
a jumper to the taxiway circuit to provide power to the holding position sign for
nighttime operations. Where it is not possible to maintain power to signs that would
normally be operational, install barricades to exclude aircraft. Figure2-1, Figure 2-2,
Figure 2-3, and Figure 2-4 illustrate temporary changes to lighting and visual
NAVAIDs.
2.18.3.1 Permanently Closed Runways and Taxiways.
For runways and taxiways that have been permanently closed, disconnect
the lighting circuits.
2.18.3.2 Temporarily Closed Runways and New Runways Not Yet Open to Air
Traffic.
If available, use a lighted X, both at night and during the day, placed at
each end of the runway on or near the runway designation numbers facing
the approach. (Note that the lighted X must be illuminated at all times that
it is on a runway.) The use of a lighted X is required if night work requires
runway lighting to be on. See AC 150/5345-55, Specification for L-893,
Lighted Visual Aid to Indicate Temporary Runway Closure. For runways
that have been temporarily closed, but for an extended period, and for
those with pilot controlled lighting, disconnect the lighting circuits or
secure switches to prevent inadvertent activation. For runways that will be
opened periodically, coordinate procedures with the FAA air traffic
manager or, at airports without an ATCT, the airport operator. Activate
stop bars if available. Figure 2-6 shows a lighted X by day. Fie 2-6 shows a lighted X by day. Figure e 2-7
shows a lighted X at night.
2-25
12/13/2017
AC 150/5370-2G
Figure 2-6. Lighted X in Daytime
Figure 2-7. Lighted X at Night
2.18.3.3 Partially Closed Runways and Displaced Thresholds.
When a runway is partially closed, a portion of the pavement is
unavailable for any aircraft operation, meaning taxiing and landing or
taking off in either direction. A displaced threshold, by contrast, is put in
place to ensure obstacle clearance by landing aircraft. The pavement prior
to the displaced threshold is available for takeoff in the direction of the
displacement, and for landing and takeoff in the opposite direction.
Misunderstanding this difference and issuance of a subsequently
inaccurate NOTAM can result in a hazardous situation. For both partially
2-26
12/13/2017 AC 150/5370-2G
closed runways and displaced thresholds, approach lighting systems at the
affected end must be placed out of service.
2.18.3.3.1 Partially Closed Runway
Disconnect edge and threshold lights on that part of the runway at and
behind the threshold (that is, the portion of the runway that is closed).
Alternately, cover the light fixtures in such a way as to prevent light
leakage. See Figure 2-1.
2.18.3.3.2 Temporary Displaced Thresholds.
Edge lighting in the area of the displacement emits red light in the
direction of approach and yellow light (white for visual runways) in the
opposite direction. If the displacement is 700 feet or less, blank out
centerline lights in the direction of approach or place the centerline lights
out of service. If the displacement is over 700 feet, place the centerline
lights out of service. See AC 150/5340-30 for details on lighting displaced
thresholds. See Figure 2-2.
2.18.3.3.3 Temporary runway thresholds and runway ends must be lighted if the
runway is lighted and it is the intended threshold for night landings or
instrument meteorological conditions.
2.18.3.3.4 A temporary threshold on an unlighted runway may be marked by
retroreflective, elevated markers in addition to markings noted in
paragraph 2.18.2.1.3. Markers seen by aircraft on approach are green.
Markers at the rollout end of the runway are red. At certificated airports,
temporary elevated threshold markers must be mounted with a frangible
fitting (see 14 CFR Part 139.309). At non -certificated airports, the
temporary elevated threshold markings may either be mounted with a
frangible fitting or be flexible. See AC 150/5345-39, Specification for L-
853, Runway and Taxiway Retroreflective Markers.
2.18.3.3.5 Temporary threshold lights and runway end lights and related visual
NAVAIDs are installed outboard of the edges of the full-strength
pavement only when they cannot be installed on the pavement. They are
installed with bases at grade level or as low as possible, but not more than
3 inch (7.6 cm) above ground. (The standard above ground height for
airport lighting fixtures is 14 inches (35 cm)). When any portion of a base
is above grade, place properly compacted fill around the base to minimize
the rate of gradient change so aircraft can, in an emergency, cross at
normal landing or takeoff speeds without incurring significant damage.
See AC 150/5370-10.
2.18.3.3.6 Maintain threshold and edge lighting color and spacing standards as
described in AC 150/5340-30. Battery powered, solar, or portable lights
that meet the criteria in AC 150/5345-50 may be used. These systems are
intended primarily for visual flight rules (VFR) aircraft operations but may
2-27
12/13/2017 AC 150/5370-2G
be used for instrument flight rules (IFR) aircraft operations, upon
individual approval from the Flight Standards Division of the applicable
FAA Regional Office.
2.18.3.3.7 When runway thresholds are temporarily displaced, reconfigure yellow
lenses (caution zone), as necessary, and place the centerline lights out of
2.18.3.3.8 Relocate the Visual Glide Slope Indicator (VGSI), such as Visual Approach
Slope Indicator (VASI) and Precision Approach Path Indicator (PAPI);
other airport lights, such as Runway End Identifier Lights (REIL); and
approach lights to identify the temporary threshold. Another option is to
disable the VGSI or any equipment that would give misleading indications
to pilots as to the new threshold location. Installation of temporary visual
aids may be necessary to provide adequate guidance to pilots on approach
to the affected runway. If the FAA owns and operates the VGSI,
coordinate its installation or disabling with the local ATO/Technical
Operations Office. Relocation of such visual aids will depend on the
duration of the project and the benefits gained from the relocation, as this
can result in great expense. See FAA JO 6850.2, Visual Guidance Lighting
Systems, for installation criteria for FAA owned and operated NAVAIDs.
2.18.3.3.9 Issue a NOTAM to inform pilots of temporary lighting conditions.
2.18.3.4 Temporarily Closed Taxiways.
If possible, deactivate the taxiway lighting circuits. When deactivation is
not possible (for example other taxiways on the same circuit are to remain
open), cover the light fixture in a way as to prevent light leakage.
2.18.4 Signs.
To the extent possible, signs must be in conformance with AC 150/5345-44,
Specification for Runway and Taxiway Signs, and AC 150/5340-18, Standard for
Airport Sign Systems.
2.18.4.1 Existing Signs.
Runway exit signs are to be covered for closed runway exits. Outbound
destination signs are to be covered for closed runways. Any time a sign
does not serve its normal function or would provide conflicting
information, it must be covered or removed to prevent misdirecting pilots.
Note that information signs identifying a crossing taxiway continue to
perform their normal function even if the crossing taxiway is closed. For
long term construction projects, consider relocating signs, especially
runway distance remaining signs.
2-28
12/13/2017
AC 150/5370-2G
2.18.4.2 Temporary Signs.
Orange construction signs comprise a message in black on an orange
background. Orange construction signs may help pilots be aware of
changed conditions. The airport operator may choose to introduce these
signs as part of a movement area construction project to increase
situational awareness when needed. Locate signs outside the taxiway
safety limits and ahead of construction areas so pilots can take timely
action. Use temporary signs judiciously, striking a balance between the
need for information and the increase in pilot workload. When there is a
concern of pilot "information overload," the applicability of mandatory
hold signs must take precedence over orange construction signs
recommended during construction. Temporary signs must meet the
standards for such signs in Engineering Brief 93, Guidance for the
Assembly and Installation of Temporary Orange Construction Signs.
Many criteria in AC 150/5345-44, Specification for Runway and Taxiway
Signs, are referenced in the Engineering Brief. Permissible sign legends
are:
1. CONSTRUCTION AHEAD,
2. CONSTRUCTION ON RAMP, and
3. RWY XX TAKEOFF RUN AVAILABLE XXX FT.
Phasing, supported by drawings and sign schedule, for the installation of
orange construction signs must be included in the CSPP or SPCD.
2.18.4.2.1 Takeoff Run Available (TORA) signs.
Recommended: Where a runway has been shortened for takeoff, install
orange TORA signs well before the hold lines, such as on a parallel
taxiway prior to a turn to a runway hold position. See EB 93 for sign size
and location.
2.18.4.2.2 Sign legends are shown in Figure e F-1.
Note: See Figure E-1, Figure E-2, Figure E-3, Figure F-2, and Figure F-3
for examples of orange construction sign locations.
2.19 Marking and Signs for Access Routes.
The CSPP should indicate that pavement markings and signs for construction personnel
will conform to AC 150/5340-18 and, to the extent practicable, with the Federal
Highway Administration Manual on Uniform Traffic Control Devices (MUTCD) and/or
State highway specifications. Signs adjacent to areas used by aircraft must comply with
the frangibility requirements of AC 150/5220-23, Frangible Connections, which may
require modification to size and height guidance in the MUTCD.
2-29
12/13/2017 AC 150/5370-2G
2.20 Hazard Marking, Lighting and Signing.
2.20.1 Hazard marking, lighting, and signing prevent pilots from entering areas closed to
aircraft, and prevent construction personnel from entering areas open to aircraft. The
CSPP must specify prominent, comprehensible warning indicators for any area affected
by construction that is normally accessible to aircraft, personnel, or vehicles. Hazard
marking and lighting must also be specified to identify open manholes, small areas
under repair, stockpiled material, waste areas, and areas subject to jet blast. Also
consider less obvious construction -related hazards and include markings to identify
FAA, airport, and National Weather Service facilities cables and power lines;
instrument landing system (ILS) critical areas; airport surfaces, such as RSA, OFA, and
OFZ; and other sensitive areas to make it easier for contractor personnel to avoid these
areas.
2.20.2 Equipment.
2.20.2.1 Barricades.
Low profile barricades, including traffic cones, (weighted or sturdily
attached to the surface) are acceptable methods used to identify and define
the limits of construction and hazardous areas on airports. Careful
consideration must be given to selecting equipment that poses the least
danger to aircraft but is sturdy enough to remain in place when subjected
to typical winds, prop wash and jet blast. The spacing of barricades must
be such that a breach is physically prevented barring a deliberate act. For
example, if barricades are intended to exclude aircraft, gaps between
barricades must be smaller than the wingspan of the smallest aircraft to be
excluded; if barricades are intended to exclude vehicles, gaps between
barricades must be smaller than the width of the excluded vehicles,
generally 4 feet (1.2 meters). Provision must be made for ARFF access if
necessary. If barricades are intended to exclude pedestrians, they must be
continuously linked. Continuous linking may be accomplished through the
use of ropes, securely attached to prevent FOD.
2.20.2.2 Lights.
Lights must be red, either steady burning or flashing, and must meet the
luminance requirements of the State Highway Department. Batteries
powering lights will last longer if lights flash. Lights must be mounted on
barricades and spaced at no more than 10 feet (3 meters). Lights must be
operated between sunset and sunrise and during periods of low visibility
whenever the airport is open for operations. They may be operated by
photocell, but this may require that the contractor turn them on manually
during periods of low visibility during daytime hours.
2.20.2.3 Supplement Barricades with Signs (for example) As Necessary.
Examples are "No Entry" and "No Vehicles." Be aware of the increased
effects of wind and jet blast on barricades with attached signs.
2-30
12/13/2017 AC 150/5370-2G
2.20.2.4 Air Operations Area — General.
Barricades are not permitted in any active safety area or on the runway
side of a runway hold line. Within a runway or taxiway object free area,
and on aprons, use orange traffic cones, flashing or steady burning red
lights as noted above, highly reflective collapsible barricades marked with
diagonal, alternating orange and white stripes; and/or signs to separate all
construction/maintenance areas from the movement area. Barricades may
be supplemented with alternating orange and white flags at least 20 by 20
inch (50 by 50 cm) square and securely fastened to eliminate FOD. All
barricades adjacent to any open runway or taxiway / taxilane safety area,
or apron must be as low as possible to the ground, and no more than 18
inches high, exclusive of supplementary lights and flags. Barricades must
be of low mass; easily collapsible upon contact with an aircraft or any of
its components; and weighted or sturdily attached to the surface to prevent
displacement from prop wash, jet blast, wing vortex, and other surface
wind currents. If affixed to the surface, they must be frangible at grade
level or as low as possible, but not to exceed 3 inch (7.6 cm) above the
ground. Figure and Figure show sample barricades with proper
coloring and flags.
Figure 2-8. Interlocking Barricades
2-31
12/13/2017 AC 150/5370-2G
Figure 2-9. Low Profile Barricades
2.20.2.5 Air Operations Area — Runway/Taxiway Intersections.
Use highly reflective barricades with lights to close taxiways leading to
closed runways. Evaluate all operating factors when determining how to
mark temporary closures that can last from 10 to 15 minutes to a much
longer period of time. However, even for closures of relatively short
duration, close all taxiway/runway intersections with barricades. The use
of traffic cones is appropriate for short duration closures.
2.20.2.6 Air Operations Area — Other.
Beyond runway and taxiway object free areas and aprons, barricades
intended for construction vehicles and personnel may be many different
shapes and made from various materials, including railroad ties,
sawhorses, jersey barriers, or barrels.
2.20.2.7 Maintenance.
The construction specifications must include a provision requiring the
contractor to have a person on call 24 hours a day for emergency
maintenance of airport hazard lighting and barricades. The contractor must
file the contact person's information with the airport operator. Lighting
should be checked for proper operation at least once per day, preferably at
dusk.
2.21 Work Zone Lighting for Nighttime Construction.
Lighting equipment must adequately illuminate the work area if the construction is to be
performed during nighttime hours. Refer to AC 150/5370-10 for minimum illumination
levels for nighttime paving projects. Additionally, it is recommended that all support
equipment, except haul trucks, be equipped with artificial illumination to safely
2-32
12/13/2017
AC 150/5370-2G
illuminate the area immediately surrounding their work areas. The lights should be
positioned to provide the most natural color illumination and contrast with a minimum
of shadows. The spacing must be determined by trial. Light towers should be positioned
and adjusted to aim away from ATCT cabs and active runways to prevent blinding
effects. Shielding may be necessary. Light towers should be removed from the
construction site when the area is reopened to aircraft operations. Construction lighting
units should be identified and generally located on the construction phasing plans in
relationship to the ATCT and active runways and taxiways.
2.22 Protection of Runway and Taxiway Safety Areas.
Runway and taxiway safety areas, OFZs, OFAs, and approach surfaces are described in
AC 150/5300-13. Protection of these areas includes limitations on the location and
height of equipment and stockpiled material. An FAA airspace study may be required.
Coordinate with the appropriate FAA Airports Regional or District Office if there is any
doubt as to requirements or dimensions (see paragraph 2.13.5) as soon as the location
and height of materials or equipment are known. The CSPP should include drawings
showing all safety areas, object free areas, obstacle free zones and approach departure
surfaces affected by construction.
2.22.1 Runway Area (RSA.
A runway safety area is the defined surface surrounding the runway prepared or suitable
for reducing the risk of damage to airplanes in the event of an undershoot, overshoot, or
excursion from the runway (see AC 15015300-13). Construction activities within the
existing RSA are subject to the following conditions:
2.22.1.1 No construction may occur within the existing RSA while the runway is
open for aircraft operations. The RSA dimensions may be temporarily
adjusted if the runway is restricted to aircraft operations requiring an RSA
that is equal to the RSA width and length beyond the runway ends
available during construction. (See AC 150/5300-13). The temporary use
of declared distances and/or partial runway closures may provide the
necessary RSA under certain circumstances. Coordinate with the
appropriate FAA Airports Regional or District Office to have declared
distances information published, and appropriate NOTAMs issued. See
AC 150/5300-13 for guidance on the use of declared distances.
2.22.1.2 The airport operator must coordinate the adjustment of RSA dimensions as
permitted above with the appropriate FAA Airports Regional or District
Office and the local FAA air traffic manager and issue a NOTAM.
2.22.1.3 The CSPP and SPCD must provide procedures for ensuring adequate
distance for protection from blasting operations, if required by operational
considerations.
2-33
12/13/2017
AC 150/5370-2G
2.22.1.4 Excavations.
2.22.1.4.1 Open trenches or excavations are not permitted within the RSA while the
runway is open. Backfill trenches before the runway is opened. If
backfilling excavations before the runway must be opened is
impracticable, cover the excavations appropriately. Covering for open
trenches must be designed to allow the safe operation of the heaviest
aircraft operating on the runway across the trench without damage to the
aircraft.
2.22.1.4.2 Construction contractors must prominently mark open trenches and
excavations at the construction site with red or orange flags, as approved
by the airport operator, and light them with red lights during hours of
restricted visibility or darkness.
2.22.1.5 Erosion Control.
Soil erosion must be controlled to maintain RSA standards, that is, the
RSA must be cleared and graded and have no potentially hazardous ruts,
humps, depressions, or other surface variations, and capable, under dry
conditions, of supporting snow removal equipment, aircraft rescue and fire
fighting equipment, and the occasional passage of aircraft without causing
structural damage to the aircraft.
2.22.2 Runway Object Free Area (ROFA).
Construction, including excavations, may be permitted in the ROFA. However,
equipment must be removed from the ROFA when not in use, and material should not
be stockpiled in the ROFA if not necessary. Stockpiling material in the OFA requires
submittal of a 7460-1 form and justification provided to the appropriate FAA Airports
Regional or District Office for approval.
2.22.3 Taxiway Area (TSA).
2.22.3.1 A taxiway safety area is a defined surface alongside the taxiway prepared
or suitable for reducing the risk of damage to an airplane unintentionally
departing the taxiway. (See AC 15015300-13.) Since the width of the TSA
is equal to the wingspan of the design aircraft, no construction may occur
within the TSA while the taxiway is open for aircraft operations. The TSA
dimensions may be temporarily adjusted if the taxiway is restricted to
aircraft operations requiring a TSA that is equal to the TSA width
available during construction. Give special consideration to TSA
dimensions at taxiway turns and intersections. (see AC 150/5300-13).
2.22.3.2 The airport operator must coordinate the adjustment of the TSA width as
permitted above with the appropriate FAA Airports Regional or District
Office and the FAA air traffic manager and issue a NOTAM.
2-34
12/13/2017
AC 150/5370-2G
2.22.3.3 The CSPP and SPCD must provide procedures for ensuring adequate
distance for protection from blasting operations.
2.22.3.4 Excavations.
1. Curves. Open trenches or excavations are not permitted within the
TSA while the taxiway is open. Trenches should be backfilled before
the taxiway is opened. If backfilling excavations before the taxiway
must be opened is impracticable, cover the excavations appropriately.
Covering for open trenches must be designed to allow the safe
operation of the heaviest aircraft operating on the taxiway across the
trench without damage to the aircraft.
2. Straight Sections. Open trenches or excavations are not permitted
within the TSA while the taxiway is open for unrestricted aircraft
operations. Trenches should be backfilled before the taxiway is
opened. If backfilling excavations before the taxiway must be opened
is impracticable, cover the excavations to allow the safe passage of
ARFF equipment and of the heaviest aircraft operating on the taxiway
across the trench without causing damage to the equipment or aircraft.
In rare circumstances where the section of taxiway is indispensable for
aircraft movement, open trenches or excavations may be permitted in
the TSA while the taxiway is open to aircraft operations, subject to the
following restrictions:
a. Taxiing speed is limited to 10 mph.
b. Appropriate NOTAMs are issued.
c. Marking and lighting meeting the provisions of paragraphs 2.18
and 2.20 are implemented.
d. Low mass, low -profile lighted barricades are installed.
e. Appropriate temporary orange construction signs are installed.
3. Construction contractors must prominently mark open trenches and
excavations at the construction site with red or orange flags, as
approved by the airport operator, and light them with red lights during
hours of restricted visibility or darkness.
2.22.3.5 Erosion control.
Soil erosion must be controlled to maintain TSA standards, that is, the
TSA must be cleared and graded and have no potentially hazardous ruts,
humps, depressions, or other surface variations, and capable, under dry
conditions, of supporting snow removal equipment, aircraft rescue and
firefighting equipment, and the occasional passage of aircraft without
causing structural damage to the aircraft.
2-35
12/13/2017
AC 150/5370-2G
2.22.4 Taxiway Object Free Area (TOFA).
Unlike the Runway Object Free Area, aircraft wings regularly penetrate the taxiway
object free area during normal operations. Thus, the restrictions are more stringent.
Except as provided below, no construction may occur within the taxiway object free
area while the taxiway is open for aircraft operations.
2.22.4.1 The taxiway object free area dimensions may be temporarily adjusted if
the taxiway is restricted to aircraft operations requiring a taxiway object
free area that is equal to the taxiway object free area width available. Give
special consideration to TOFA dimensions at taxiway turns and
intersections.
2.22.4.2 Offset taxiway centerline and edge pavement markings (do not use glass
beads) may be used as a temporary measure to provide the required
taxiway object free area. Where offset taxiway pavement markings are
provided, centerline lighting, centerline reflectors, or taxiway edge
reflectors are required. Existing lighting that does not coincide with the
temporary markings must be taken out of service.
2.22.4.3 Construction activity, including open excavations, may be accomplished
without adjusting the width of the taxiway object free area, subject to the
following restrictions:
2.22.4.3.1 Taxiing speed is limited to 10 mph.
2.22.4.3.2 NOTAMs issued advising taxiing pilots of hazard and recommending
reduced taxiing speeds on the taxiway.
2.22.4.3.3 Marking and lighting meeting the provisions of paragraphs 2.18 and 2.20
are implemented.
2.22.4.3.4 If desired, appropriate orange construction signs are installed. See
paragraph 2.18.4.2 and Appendix F.
2.22.4.3.5 Five-foot clearance is maintained between equipment and materials and
any part of an aircraft (includes wingtip overhang). If such clearance can
only be maintained if an aircraft does not have full use of the entire
taxiway width (with its main landing gear at the edge of the usable
pavement), then it will be necessary to move personnel and equipment for
the passage of that aircraft.
2.22.4.3.6 Flaggers furnished by the contractor must be used to direct and control
construction equipment and personnel to a pre -established setback
distance for safe passage of aircraft, and airline and/or airport personnel.
Flaggers must also be used to direct taxiing aircraft. Due to liability
issues, the airport operator should require airlines to provide flaggers for
directing taxiing aircraft.
2-36
12/13/2017
AC 150/5370-2G
2.22.5 Obstacle Free Zone (OFZ).
In general, personnel, material, and/or equipment may not penetrate the OFZ while the
runway is open for aircraft operations. If a penetration to the OFZ is necessary, it may
be possible to continue aircraft operations through operational restrictions. Coordinate
with the FAA through the appropriate FAA Airports Regional or District Office.
2.22.6 Runway pproach/Departure Areas and Clearways.
All personnel, materials, and/or equipment must remain clear of the applicable
threshold siting surfaces, as defined in AC 150/5300-13. Objects that do not penetrate
these surfaces may still be obstructions to air navigation and may affect standard
instrument approach procedures. Coordinate with the FAA through the appropriate
FAA Airports Regional or District Office.
2.22.6.1 Construction activity in a runway approach/departure area may result in
the need to partially close a runway or displace the existing runway
threshold. Partial runway closure, displacement of the runway threshold,
as well as closure of the complete runway and other portions of the
movement area also require coordination through the airport operator with
the appropriate FAA air traffic manager (FSS if non -towered) and
ATO/Technical Operations (for affected NAVAIDS) and airport users.
2.22.6.2 Caution About Partial Runway Closures.
When filing a NOTAM for a partial runway closure, clearly state that the
portion of pavement located prior to the threshold is not available for
landing and departing traffic. In this case, the threshold has been moved
for both landing and takeoff purposes (this is different than a displaced
threshold). There may be situations where the portion of closed runway is
available for taxiing only. If so, the NOTAM must reflect this condition).
2.22.6.3 Caution About Displaced Thresholds.
Implementation of a displaced threshold affects runway length available
for aircraft landing over the displacement. Depending on the reason for the
displacement (to provide obstruction clearance or RSA), such a
displacement may also require an adjustment in the landing distance
available and accelerate -stop distance available in the opposite direction.
If project scope includes personnel, equipment, excavation, or other work
within the existing RSA of any usable runway end, do not implement a
displaced threshold unless arrivals and departures toward the construction
activity are prohibited. Instead, implement a partial closure.
2.23 Other Limitations on Construction.
The CSPP must specify any other limitations on construction, including but not limited
to:
2-37
12/13/2017 AC 150/5370-2G
2.23.1 Prohibitions.
2.23.1.1 No use of tall equipment (cranes, concrete pumps, and so on) unless a
7460-1 determination letter is issued for such equipment.
2.23.1.2 No use of open flame welding or torches unless fire safety precautions are
provided and the airport operator has approved their use.
2.23.1.3 No use of electrical blasting caps on or within 1,000 feet (300 meters) of
the airport property. See AC 150/5370-10.
2.23.2 Restrictions.
2.23.2.1 Construction suspension required during specific airport operations.
2.23.2.2 Areas that cannot be worked on simultaneously.
2.23.2.3 Day or night construction restrictions.
2.23.2.4 Seasonal construction restrictions.
2.23.2.5 Temporary signs not approved by the airport operator.
2.23.2.6 Grades changes that could result in unplanned effects on NAVAIDs.
2-38
12/13/2017 AC 150/5370-2G
CHAPTER 3. GUIDELINES FOR WRITING A CSPP
3.1 General Requirements.
The CSPP is a standalone document written to correspond with the subjects outlined in
paragraph 2_4. The CSPP is organized by numbered sections corresponding to each
subject listed in paragraph 2_4, and described in detail in paragraphs 2_5 - 2.23. Each
section number and title in the CSPP matches the corresponding subject outlined in
paragraph 2_4 (for example, 1. Coordination, 2. Phasing, 3. Areas and Operations
Affected by the Construction Activity, and so on). With the exception of the project
scope of work outlined in Section 2. Phasing, only subjects specific to operational
safety during construction should be addressed.
3.2 Applicability of Subjects.
Each section should, to the extent practical, focus on the specific subject. Where an
overlapping requirement spans several sections, the requirement should be explained in
detail in the most applicable section. A reference to that section should be included in
all other sections where the requirement may apply. For example, the requirement to
protect existing underground FAA ILS cables during trenching operations could be
considered FAA ATO coordination (Coordination, paragraph 2.5.3), an area and
operation affected by the construction activity (Areas and Operations Affected by the
Construction Activity, paragraph 2.7.1.4), a protection of a NAVAID (Protection of
Navigational Aids (NAVAIDs), paragraph 2_8), or a notification to the FAA of
construction activities (Notification of Construction Activities, paragraph 2.13.5.3.2).
However, it is more specifically an underground utility requirement (Underground
Utilities, paragraph 2.15). The procedure for protecting underground ILS cables during
trenching operations should therefore be described in 2.4.2.11: "The contractor must
coordinate with the local FAA System Support Center (SSC) to mark existing ILS cable
routes along Runway 17-35. The ILS cables will be located by hand digging whenever
the trenching operation moves within 10 feet of the cable markings." All other
applicable sections should include a reference to 2.4.2.11: "ILS cables shall be
identified and protected as described in 2.4.2.11" or "See 2.4.2.11 for ILS cable
identification and protection requirements." Thus, the CSPP should be considered as a
whole, with no need to duplicate responses to related issues.
3.3 Graphical Representations.
Construction safety drawings should be included in the CSPP as attachments. When
other graphical representations will aid in supporting written statements, the drawings,
diagrams, and/or photographs should also be attached to the CSPP. References should
be made in the CSPP to each graphical attachment and may be made in multiple
sections.
3-1
12/13/2017
AC 150/5370-2G
3.4 Reference Documents.
The CSPP must not incorporate a document by reference unless reproduction of the
material in that document is prohibited. In that case, either copies of or a source for the
referenced document must be provided to the contractor. Where this AC recommends
references (e.g. as in paragraph 3_9) the intent is to include a reference to the
corresponding section in the CSPP, not to this Advisory Circular.
3.5 Restrictions.
The CSPP should not be considered as a project design review document. The CSPP
should also avoid mention of permanent ("as -built") features such as pavements,
markings, signs, and lighting, except when such features are intended to aid in
maintaining operational safety during the construction.
3.6 Coordination.
Include in this section a detailed description of conferences and meetings to be held
both before and during the project. Include appropriate information from AC 150/5370-
12. Discuss coordination procedures and schedules for each required FAA ATO
Technical Operations shutdown and restart and all required flight inspections.
3.7 Phasing.
Include in this section a detailed scope of work description for the project as a whole
and each phase of work covered by the CSPP. This includes all locations and durations
of the work proposed. Attach drawings to graphically support the written scope of work.
Detail in this section the sequenced phases of the proposed construction. Include a
reference to paragraph 3.8, as appropriate.
3.8 Areas and Operations Affected by Construction.
Focus in this section on identifying the areas and operations affected by the
construction. Describe corresponding mitigation that is not covered in detail elsewhere
in the CSPP. Include references to paragraphs below as appropriate. Attach drawings as
necessary to graphically describe affected areas and mechanisms proposed. See
Appendix F for sample operational effects tables and figures.
3.9 NAVAID Protection.
List in this section all NAVAID facilities that will be affected by the construction.
Identify NAVAID facilities that will be placed out of service at any time prior to or
during construction activities. Identify individuals responsible for coordinating each
shutdown and when each facility will be out of service. Include a reference to paragraph
3.6 for FAA ATO NAVAID shutdown, restart, and flight inspection coordination.
Outline in detail procedures to protect each NAVAID facility remaining in service from
interference by construction activities. Include a reference to paragraph 3.14 for the
3-2
12/13/2017
AC 150/5370-2G
issuance of NOTAMs as required. Include a reference to paragraph 3.16 for the
protection of underground cables and piping serving NAVAIDs. If temporary visual
aids are proposed to replace or supplement existing facilities, include a reference to
paragraph 3.19. Attach drawings to graphically indicate the affected NAVAIDS and the
corresponding critical areas.
3.10 Contractor Access.
This will necessarily be the most extensive section of the CSPP. Provide sufficient
detail so that a contractor not experienced in working on airports will understand the
unique restrictions such work will require. Due to this extent, it should be broken down
into subsections as described below:
3.10.1 Location of Stockpiled Construction Materials.
Describe in this section specific locations for stockpiling material. Note any height
restrictions on stockpiles. Include a reference to paragraph 3.21 for hazard marking and
lighting devices used to identify stockpiles. Include a reference to paragraph 3.11 for
provisions to prevent stockpile material from becoming wildlife attractants. Include a
reference to paragraph 3.12 for provisions to prevent stockpile material from becoming
FOD. Attach drawings to graphically indicate the stockpile locations.
3.10.2 Vehicle and Pedestrian Operations.
While there are many items to be addressed in this major subsection of the CSPP, all are
concerned with one main issue: keeping people and vehicles from areas of the airport
where they don't belong. This includes preventing unauthorized entry to the AOA and
preventing the improper movement of pedestrians or vehicles on the airport. In this
section, focus on mechanisms to prevent construction vehicles and workers traveling to
and from the worksite from unauthorized entry into movement areas. Specify locations
of parking for both employee vehicles and construction equipment, and routes for
access and haul roads. In most cases, this will best be accomplished by attaching a
drawing. Quote from AC 150/5210-5 specific requirements for contractor vehicles
rather than referring to the AC as a whole, and include special requirements for
identifying HAZMAT vehicles. Quote from, rather than incorporate by reference, AC
150/5210-20 as appropriate to address the airport's rules for ground vehicle operations,
including its training program. Discuss the airport's recordkeeping system listing
authorized vehicle operators.
3.10.3 Two -Way Radio Communications.
Include a special section to identify all individuals who are required to maintain
communications with Air Traffic (AT) at airports with active towers, or monitor CTAF
at airports without or with closed ATCT. Include training requirements for all
individuals required to communicate with AT. Individuals required to monitor AT
frequencies should also be identified. If construction employees are also required to
communicate by radio with Airport Operations, this procedure should be described in
detail. Usage of vehicle mounted radios and/or portable radios should be addressed.
Communication procedures for the event of disabled radio communication (that is, light
3-3
12/13/2017
AC 150/5370-2G
signals, telephone numbers, others) must be included. All radio frequencies should by
identified (Tower, Ground Control, CTAF, UNICOM, ATIS, and so on).
3.10.4 Airport Security.
Address security as it applies to vehicle and pedestrian operations. Discuss TSA
requirements, security badging requirements, perimeter fence integrity, gate security,
and other needs. Attach drawings to graphically indicate secured and/or Security
Identification Display Areas (SIDA), perimeter fencing, and available access points.
3.11 Wildlife Management.
Discuss in this section wildlife management procedures. Describe the maintenance of
existing wildlife mitigation devices, such as perimeter fences, and procedures to limit
wildlife attractants. Include procedures to notify Airport Operations of wildlife
encounters. Include a reference to paragraph 3.10 for security (wildlife) fence integrity
maintenance as required.
3.12 FOD Management.
In this section, discuss methods to control and monitor FOD: worksite housekeeping,
ground vehicle tire inspections, runway sweeps, and so on. Include a reference to
paragraph 3.15 for inspection requirements as required.
3.13 HAZMAT Management.
Describe in this section HAZMAT management procedures: fuel deliveries, spill
recovery procedures, Safety Data Sheet (SDS), Material Safety Data Sheet (MSDS) or
Product Safety Data Sheet (PSDS) availability, and other considerations. Any specific
airport HAZMAT restrictions should also be identified. Include a reference to paragraph
3.10 for HAZMAT vehicle identification requirements. Quote from, rather than
incorporate by reference, AC 150/5320-15.
3.14 Notification of Construction Activities.
List in this section the names and telephone numbers of points of contact for all parties
affected by the construction project. We recommend a single list that includes all
telephone numbers required under this section. Include emergency notification
procedures for all representatives of all parties potentially impacted by the construction.
Identify individual representatives — and at least one alternate — for each party. List both
on -duty and off -duty contact information for each individual, including individuals
responsible for emergency maintenance of airport construction hazard lighting and
barricades. Describe procedures to coordinate immediate response to events that might
adversely affect the operational safety of the airport (such as interrupted NAVAID
service). Explain requirements for and the procedures for the issuance of Notices to
Airmen (NOTAMs), notification to FAA required by 14 CFR Part 77 and Part 157 and
in the event of affected NAVAIDs. For NOTAMs, identify an individual, and at least
one alternate, responsible for issuing and cancelling each specific type of Notice to
3-4
12/13/2017
AC 150/5370-2G
Airmen (NOTAM) required. Detail notification methods for police, fire fighting, and
medical emergencies. This may include 911, but should also include direct phone
numbers of local police departments and nearby hospitals. Identify the E911 address of
the airport and the emergency access route via haul roads to the construction site.
Require the contractor to have this information available to all workers. The local
Poison Control number should be listed. Procedures regarding notification of Airport
Operations and/or the ARFF Department of such emergencies should be identified, as
applicable. If airport radio communications are identified as a means of emergency
notification, include a reference to paragraph 3.10. Differentiate between emergency
and nonemergency notification of ARFF personnel, the latter including activities that
affect ARFF water supplies and access roads. Identify the primary ARFF contact person
and at least one alternate. If notification is to be made through Airport Operations, then
detail this procedure. Include a method of confirmation from the ARFF department.
3.15 Inspection Requirements.
Describe in this section inspection requirements to ensure airfield safety compliance.
Include a requirement for routine inspections by the resident engineer (RE) or other
airport operator's representative and the construction contractors. If the engineering
consultants and/or contractors have a Safety Officer who will conduct such inspections,
identify this individual. Describe procedures for special inspections, such as those
required to reopen areas for aircraft operations. Part 139 requires daily airfield
inspections at certificated airports, but these may need to be more frequent when
construction is in progress. Discuss the role of such inspections on areas under
construction. Include a requirement to immediately remedy any deficiencies, whether
caused by negligence, oversight, or project scope change.
3.16 Underground Utilities.
Explain how existing underground utilities will be located and protected. Identify each
utility owner and include contact information for each company/agency in the master
list. Address emergency response procedures for damaged or disrupted utilities. Include
a reference to paragraph 3.14 for notification of utility owners of accidental utility
disruption as required.
3.17 Penalties.
Describe in this section specific penalties imposed for noncompliance with airport rules
and regulations, including the CSPP: SIDA violations, VPD, and others.
3.18 Special Conditions.
Identify any special conditions that may trigger specific safety mitigation actions
outlined in this CSPP: low visibility operations, snow removal, aircraft in distress,
aircraft accident, security breach, VPD, and other activities requiring construction
suspension/resumption. Include a reference to paragraph 3.10 for compliance with
airport safety and security measures and for radio communications as required. Include
3-5
12/13/2017
AC 150/5370-2G
a reference to paragraph 3.14 for emergency notification of all involved parties,
including police/security, ARFF, and medical services.
3.19 Runway and Taxiway Visual Aids.
Include marking, lighting, signs, and visual NAVAIDS. Detail temporary runway and
taxiway marking, lighting, signs, and visual NAVAIDs required for the construction.
Discuss existing marking, lighting, signs, and visual NAVAIDS that are temporarily,
altered, obliterated, or shut down. Consider non-federal facilities and address
requirements for reimbursable agreements necessary for alteration of FAA facilities and
for necessary flight checks. Identify temporary TORA signs or runway distance
remaining signs if appropriate. Identify required temporary visual NAVAIDS such as
REIL or PAPI. Quote from, rather than incorporate by reference, AC 150/5340-1,
Standards for Airport Markings; AC 150/5340-18, Standards for Airport Sign Systems;
and AC 150/5340-30, as required. Attach drawings to graphically indicate proposed
marking, lighting, signs, and visual NAVAIDs.
3.20 Marking and Signs for Access Routes.
Detail plans for marking and signs for vehicle access routes. To the extent possible,
signs should be in conformance with the Federal Highway Administration MUTCD
and/or State highway specifications, not hand lettered. Detail any modifications to the
guidance in the MUTCD necessary to meet frangibility/height requirements.
3.21 Hazard Marking and Lighting.
Specify all marking and lighting equipment, including when and where each type of
device is to be used. Specify maximum gaps between barricades and the maximum
spacing of hazard lighting. Identify one individual and at least one alternate responsible
for maintenance of hazard marking and lighting equipment in the master telephone list.
Include a reference to paragraph 3.14. Attach drawings to graphically indicate the
placement of hazard marking and lighting equipment.
3.22 Work Zone Lighting for Nighttime Construction.
If work is to be conducted at night, specify all lighting equipment, including when and
where each type of device is to be used. Indicate the direction lights are to be aimed and
any directions that aiming of lights is prohibited. Specify any shielding necessary in
instances where aiming is not sufficient to prevent interference with air traffic control
and aircraft operations. Attach drawings to graphically indicate the placement and
aiming of lighting equipment. Where the plan only indicates directions that aiming of
lights is prohibited, the placement and positioning of portable lights must be proposed
by the Contractor and approved by the airport operator's representative each time lights
are relocated or repositioned.
NO
12/13/2017
AC 150/5370-2G
3.23 Protection of Runway and Taxiway Safety Areas.
This section should focus exclusively on procedures for protecting all safety areas,
including those altered by the construction: methods of demarcation, limit of access,
movement within safety areas, stockpiling and trenching restrictions, and so on.
Reference AC 150/5300-13, as required. Include a reference to paragraph 3.10 for
procedures regarding vehicle and personnel movement within safety areas. Include a
reference to paragraph 3.10 for material stockpile restrictions as required. Detail
requirements for trenching, excavations, and backfill. Include a reference to paragraph
3.21 for hazard marking and lighting devices used to identify open excavations as
required. If runway and taxiway closures are proposed to protect safety areas, or if
temporary displaced thresholds and/or revised declared distances are used to provide the
required Runway Safety Area, include a reference to paragraphs 3.14 and 3.19. Detail
procedures for protecting the runway OFZ, runway OFA, taxiway OFA and runway
approach surfaces including those altered by the construction: methods of demarcation,
limit of cranes, storage of equipment, and so on. Quote from, rather than incorporate by
reference, AC 150/5300-13, as required. Include a reference to paragraph 3.24 for
height (i.e., crane) restrictions as required. One way to address the height of equipment
that will move during the project is to establish a three-dimensional "box" within which
equipment will be confined that can be studied as a single object. Attach drawings to
graphically indicate the safety area, OFZ, and OFA boundaries.
3.24 Other Limitations on Construction.
This section should describe what limitations must be applied to each area of work and
when each limitation will be applied: limitations due to airport operations, height (i.e.,
crane) restrictions, areas which cannot be worked at simultaneously, day/night work
restrictions, winter construction, and other limitations. Include a reference to paragraph
3.7 for project phasing requirements based on construction limitations as required.
3-7
12/13/2017
AC 150/5370-2G
Page Intentionally Blank
12/13/2017
APPENDIX A. RELATED READING MATERIAL
AC 150/5370-2G
Appendix A
Obtain the latest version of the following free publications from the FAA on its Web site at
hllp://www.faa.aov/aip2orts/.
Table A-1. FAA Publications
Number
Title and Description
AC 150/5200-28
Notices to Airmen (NOTAMs) for Airport Operators
Guidance for using the NOTAM System in airport reporting.
AC 150/5200-30
Airport Field Condition Assessments and Winter Operations Safety
Guidance for airport owners/operators on the development of an
acceptable airport snow and ice control program and on appropriate field
condition reporting procedures.
AC 150/5200-33
Hazardous Wildlife Attractants On or Near Airports
Guidance on locating certain land uses that might attract hazardous
wildlife to public -use airports.
AC 150/5210-5
Painting, Marking, and Lighting of Vehicles Used on an Airport
Guidance, specifications, and standards for painting, marking, and
lighting vehicles operating in the airport air operations areas.
AC 150/5210-20
Ground Vehicle Operations to include Taxiing or Towing an Aircraft on
Airports
Guidance to airport operators on developing ground vehicle operation
training programs.
AC 150/5300-13
Airport Design
FAA standards and recommendations for airport design. Establishes
approach visibility minimums as an airport design parameter, and
contains the Object Free area and the obstacle free -zone criteria.
AC 150/5210-24
Airport Foreign Object Debris (FOD) Management
Guidance for developing and managing an airport foreign object debris
(FOD) program
FEW
12/13/2017
AC 150/5370-2G
Appendix A
Number
Title and Description
AC 150/5320-15
Management of Airport Industrial Waste
Basic information on the characteristics, management, and regulations of
industrial wastes generated at airports. Guidance for developing a Storm
Water Pollution Prevention Plan (SWPPP) that applies best management
practices to eliminate, prevent, or reduce pollutants in storm water runoff
with particular airport industrial activities.
AC 150/5340-1
Standards for Airport Markings
FAA standards for the siting and installation of signs on airport runways
and taxiways.
AC 150/5340-18
Standards for Airport Sign Systems
FAA standards for the siting and installation of signs on airport runways
and taxiways.
AC 150/5345-28
Precision Approach Path Indicator (PAPI) Systems
FAA standards for PAPI systems, which provide pilots with visual glide
slope guidance during approach for landing.
AC 150/5340-30
Design and Installation Details for Airport Visual Aids
Guidance and recommendations on the installation of airport visual aids.
AC 150/5345-39
Specification for L-853, Runway and Taxiway Retroreflective Markers
AC 150/5345-44
Specification for Runway and Taxiway Signs
FAA specifications for unlighted and lighted signs for taxiways and
runways.
AC 150/5345-53
Airport Lighting Equipment Certification Program
Details on the Airport Lighting Equipment Certification Program
(ALECP).
AC 150/5345-50
Specification for Portable Runway and Taxiway Lights
FAA standards for portable runway and taxiway lights and runway end
identifier lights for temporary use to permit continued aircraft operations
while all or part of a runway lighting system is inoperative.
AC 150/5345-55
Specification for L-893, Lighted Visual Aid to Indicate Temporary
Runway Closure
ON
12/13/2017
AC 150/5370-2G
Appendix A
Number
Title and Description
AC 150/5370-10
Standards for Specifying Construction of Airports
Standards for construction of airports, including earthwork, drainage,
paving, turfing, lighting, and incidental construction.
AC 150/5370-12
Quality Management for Federally Funded Airport Construction
Projects
EB 93
Guidance for the Assembly and Installation of Temporary Orange
Construction Signs
FAA Order 5200.11
FAA Airports (ARP.) Safety Management System(SMS)
Basics for implementing SMS within ARP. Includes roles and
responsibilities of ARP management and staff as well as other FAA lines
of business that contribute to the ARP SMS.
FAA Certalert 98-05
Grasses Attractive to Hazardous Wildlife
Guidance on grass management and seed selection.
FAA Form 7460-1
Notice of Proposed Construction or Alteration
FAA Form 7480-1
Notice of Landing Area Proposal
FAA Form 6000.26
National NAS Strategic Interruption Service Level Agreement, Strategic
Events Coordination, Airport Sponsor Form
Obtain the latest version of the following free publications from the Electronic Code of
Federal Regulations at http://www.ecfr.gov/.
Table A-2. Code of Federal Regulation
Number
Title
Title 14 CFR Part 77
Safe, Efficient Use and Preservation of the Navigable Airspace
Title 14 CFR Part 139
Certification of Airports
Title 49 CFR Part 1542
Airport Security
Obtain the latest version of the Manual on Uniform Traffic Control Devices from the
Federal Highway Administration at http://mutcd.thwa.dot.goy/.
A-3
12/13/2017
Page Intentionally Blank
AC 150/5370-2G
Appendix A
12/13/2017
APPENDIX B. TERMS AND ACRONYMS
Table B-1. Terms and Acronyms
AC 150/5370-2G
Appendix B
Term
Definition
Form 7460-1
Notice of Proposed Construction or Alteration. For on -airport projects, the form
submitted to the FAA regional or airports division office as formal written
notification of any kind of construction or alteration of objects that affect navigable
airspace, as defined in 14 CFR Part 77, Safe, Efficient Use, and Preservation of
the Navigable Airspace. (See guidance available on the FAA web site at
https://oeaaa.faa.gov.) The form may be downloaded at
hllp://www.faa. og v/airports/resources/forms/, or filed electronically at:
hllps://oeaaa.faa.gov.
Form 7480-1
Notice of Landing Area Proposal. Form submitted to the FAA Airports Regional
Division Office or Airports District Office as formal written notification whenever
a project without an airport layout plan on file with the FAA involves the
construction of a new airport; the construction, realigning, altering, activating, or
abandoning of a runway, landing strip, or associated taxiway; or the deactivation or
abandoning of an entire airport The form may be downloaded at
http://www.faa. og v/airports/resources/forms/.
Form 6000-26
Airport Sponsor Strategic Event Submission Form
AC
Advisory Circular
ACSI
Airport Certification Safety Inspector
ADG
Airplane Design Group
AIP
Airport Improvement Program
ALECP
Airport Lighting Equipment Certification Program
ANG
Air National Guard
AOA
Air Operations Area, as defined in 14 CFR Part 107. Means a portion of an airport,
specified in the airport security program, in which security measures are carried
out. This area includes aircraft movement areas, aircraft parking areas, loading
ramps, and safety areas, and any adjacent areas (such as general aviation areas) that
are not separated by adequate security systems, measures, or procedures. This area
does not include the secured area of the airport terminal building.
ARFF
Aircraft Rescue and Fire Fighting
ARP
FAA Office of Airports
ASDA
Accelerate -Stop Distance Available
AT
Air Traffic
ATCT
Airport Traffic Control Tower
ATIS
Automatic Terminal Information Service
ATO
Air Traffic Organization
Certificated Airport
An airport that has been issued an Airport Operating Certificate by the FAA under
F
12/13/2017
AC 150/5370-2G
Appendix B
Term
Definition
the authority of 14 CFR Part 139, Certification of Airports.
CFR
Code of Federal Regulations
Construction
The presence of construction -related personnel, equipment, and materials in any
location that could infringe upon the movement of aircraft.
CSPP
Construction Safety and Phasing Plan. The overall plan for safety and phasing of a
construction project developed by the airport operator, or developed by the airport
operator's consultant and approved by the airport operator. It is included in the
invitation for bids and becomes part of the project specifications.
CTAF
Common Traffic Advisory Frequency
Displaced
Threshold
A threshold that is located at a point on the runway other than the designated
beginning of the runway. The portion of pavement behind a displaced threshold is
available for takeoffs in either direction or landing from the opposite direction.
DOT
Department of Transportation
EPA
Environmental Protection Agency
FAA
Federal Aviation Administration
FOD
Foreign Object Debris/Damage
FSS
Flight Service Station
GA
General Aviation
HAZMAT
Hazardous Materials
HMA
Hot Mix Asphalt
IAP
Instrument Approach Procedures
IFR
Instrument Flight Rules
ILS
Instrument Landing System
LDA
Landing Distance Available
LOC
Localizer antenna array
Movement Area
The runways, taxiways, and other areas of an airport that are used for taxiing or
hover taxiing, air taxiing, takeoff, and landing of aircraft, exclusive of loading
aprons and aircraft parking areas (reference 14 CFR Part 139).
MSDS
Material Safety Data Sheet
MUTCD
Manual on Uniform Traffic Control Devices
NAVAID
Navigation Aid
NAVAID Critical
Area
An area of defined shape and size associated with a NAVAID that must remain
clear and graded to avoid interference with the electronic signal.
Non -Movement
Area
The area inside the airport security fence exclusive of the Movement Area. It is
important to note that the non -movement area includes pavement traversed by
aircraft.
12/13/2017
AC 150/5370-2G
Appendix B
Term
Definition
NOTAM
Notices to Airmen
Obstruction
Any object/obstacle exceeding the obstruction standards specified by 14 CFR Part
77, subpart C.
OCC
Operations Control Center
OE / AAA
Obstruction Evaluation / Airport Airspace Analysis
OFA
Object Free Area. An area on the ground centered on the runway, taxiway, or taxi
lane centerline provided to enhance safety of aircraft operations by having the area
free of objects except for those objects that need to be located in the OFA for air
navigation or aircraft ground maneuvering purposes. (See AC 150/5300-13 for
additional guidance on OFA standards and wingtip clearance criteria.)
OFZ
Obstacle Free Zone. The airspace below 150 ft (45 m) above the established airport
elevation and along the runway and extended runway centerline that is required to
be clear of all objects, except for frangible visual NAVAIDs that need to be located
in the OFZ because of their function, in order to provide clearance protection for
aircraft landing or taking off from the runway and for missed approaches. The OFZ
is subdivided as follows: Runway OFZ, Inner Approach OFZ, Inner Transitional
OFZ, and Precision OFZ. Refer to AC 150/5300-13 for guidance on OFZ.
OSHA
Occupational Safety and Health Administration
OTS
Out of Service
P&R
Planning and Requirements Group
NPI
NAS Planning & Integration
PAPI
Precision Approach Path Indicator
PFC
Passenger Facility Charge
PLASI
Pulse Light Approach Slope Indicator
Project Proposal
Summary
A clear and concise description of the proposed project or change that is the object
of Safety Risk Management.
RA
Reimbursable Agreement
RE
Resident Engineer
REIL
Runway End Identifier Lights
RNAV
Area Navigation
ROFA
Runway Object Free Area
RSA
Runway Safety Area. A defined surface surrounding the runway prepared or
suitable for reducing the risk of damage to airplanes in the event of an undershoot,
overshoot, or excursion from the runway, in accordance with AC 150/5300-13.
SDS
Safety Data Sheet
SIDA
Security Identification Display Area
SMS
Safety Management System
i
12/13/2017
AC 150/5370-2G
Appendix B
Term
Definition
SPCD
Safety Plan Compliance Document. Details developed and submitted by a
contractor to the airport operator for approval providing details on how the
performance of a construction project will comply with the CSPP.
SRM
Safety Risk Management
SSC
System Support Center
Taxiway Safety
A defined surface alongside the taxiway prepared or suitable for reducing the risk
Area
of damage to an airplane unintentionally departing the taxiway, in accordance with
AC 150/5300-13.
TDG
Taxiway Design Group
Temporary
Any condition that is not intended to be permanent.
Temporary Runway
The beginning of that portion of the runway available for landing and taking off in
End
one direction, and for landing in the other direction. Note the difference from a
displaced threshold.
Threshold
The beginning of that portion of the runway available for landing. In some
instances, the landing threshold may be displaced.
TODA
Takeoff Distance Available
TOFA
Taxiway Object Free Area
TORA
Takeoff Run Available. The length of the runway less any length of runway
unavailable and/or unsuitable for takeoff run computations. See AC 150/5300-13
for guidance on declared distances.
TSA
Taxiway Safety Area, or
Transportation Security Administration
UNICOM
A radio communications system of a type used at small airports.
VASI
Visual Approach Slope Indicator
VGSI
Visual Glide Slope Indicator. A device that provides a visual glide slope indicator
to landing pilots. These systems include precision approach path indicator (PAPI),
visual approach slope indicator (VASI), and pulse light approach slope indicator
(PLASI).
VFR
Visual Flight Rules
VOR
Very High Frequency Omnidirectional Radio Range
VPD
Vehicle / Pedestrian Deviation
AV
12/13/2017
APPENDIX C. SAFETY AND PHASING PLAN CHECKLIST
AC 150/5370-2G
Appendix C
This appendix is keyed to Chapter 2. In the electronic version of this AC, clicking on the
paragraph designation in the Reference column will access the applicable paragraph. There may
be instances where the CSPP requires provisions that are not covered by the list in this appendix.
This checklist is intended as an aid, not a required submittal.
Table C-1. CSPP Checklist
Coordination
Reference
Addressed?
Remarks
Yes
No
NA
General Considerations
Requirements for predesign, prebid,
2_5
and preconstruction conferences to
introduce the subject of airport
operational safety during construction
are specified.
Operational safety is a standing
2_5
agenda item for construction progress
meetings.
Scheduling of the construction phases
2_6
is properly addressed.
Any formal agreements are
2.5.3
established.
Areas and Operations Affected by Construction Activity
Drawings showing affected areas are
2.7.1
included.
Closed or partially closed runways,
2.7.1.1
taxiways, and aprons are depicted on
drawings.
Access routes used by ARFF vehicles
2.7.1.2
affected by the project are addressed.
Access routes used by airport and
2.7.1.3
airline support vehicles affected by
the project are addressed.
Underground utilities, including
2.7.1.4
water supplies for firefighting and
drainage.
C-1
12/13/2017
AC 150/5370-2G
Appendix C
Coordination
Reference
Addressed?
Remarks
Yes
No
NA
Approach/departure surfaces affected
2.7.1.5
by heights of temporary objects are
addressed.
Construction areas, storage areas, and
2.7.1
access routes near runways, taxiways,
aprons, or helipads are properly
depicted on drawings.
Temporary changes to taxi operations
2.7.2.1
are addressed.
Detours for ARFF and other airport
2.7.2.2
vehicles are identified.
Maintenance of essential utilities and
2.7.2.3
underground infrastructure is
addressed.
Temporary changes to air traffic
2.7.2.4
control procedures are addressed.
NAVAIDs
Critical areas for NAVAIDs are
2.8
depicted on drawings.
Effects of construction activity on the
2.8
performance of NAVAIDS, including
unanticipated power outages, are
addressed.
Protection of NAVAID facilities is
2.8
addressed.
The required distance and direction
2.8
from each NAVAID to any
construction activity is depicted on
drawings.
Procedures for coordination with
2.8, 2.13.1,
FAA ATO/Technical Operations,
2.13.5.3.1,
including identification of points of
2.18.1
contact, are included.
Contractor Access
The CSPP addresses areas to which
2.9
contractor will have access and how
C-2
12/13/2017
AC 150/5370-2G
Appendix C
Coordination
Reference
Addressed?
Remarks
Yes
No
NA
the areas will be accessed.
The application of 49 CFR Part 1542
2_9
Airport Security, where appropriate,
is addressed.
The location of stockpiled
2.9.1
construction materials is depicted on
drawings.
The requirement for stockpiles in the
2.9.1
ROFA to be approved by FAA is
included.
Requirements for proper stockpiling
2.9.1
of materials are included.
Construction site parking is
2.9.2.1
addressed.
Construction equipment parking is
2.9.2.2
addressed.
Access and haul roads are addressed.
2.9.2.3
A requirement for marking and
2.9.2.4
lighting of vehicles to comply with
AC 150/5210-5, Painting, Marking
and Lighting of Vehicles Used on an
Airport, is included.
Proper vehicle operations, including
2.9.2.5, 2.9.2.6
requirements for escorts, are
described.
Training requirements for vehicle
2.9.2.7
drivers are addressed.
Two-way radio communications
2.9.2.9
procedures are described.
Maintenance of the secured area of
2.9.2.10
the airport is addressed.
Wildlife Management
The airport operator's wildlife
2.10
management procedures are
addressed.
C-3
12/13/2017
AC 150/5370-2G
Appendix C
Coordination
Reference
Addressed?
Remarks
Yes
No
NA
Foreign Object Debris Management
The airport operator's FOD
2.11
management procedures are
addressed.
Hazardous Materials Management
The airport operator's hazardous
2.12
materials management procedures are
addressed.
Notification of Construction Activities
Procedures for the immediate
2.13
notification of airport user and local
FAA of any conditions adversely
affecting the operational safety of the
airport are detailed.
Maintenance of a list by the airport
2.13.1
operator of the responsible
representatives/points of contact for
all involved parties and procedures
for contacting them 24 hours a day,
seven days a week is specified.
A list of local ATO/Technical
2.13.1
Operations personnel is included.
A list of ATCT managers on duty is
2.13.1
included.
A list of authorized representatives to
2.13.2
the OCC is included.
Procedures for coordinating, issuing,
2.8, 2.13.2,
maintaining and cancelling by the
2.18.3.3.9
airport operator of NOTAMS about
airport conditions resulting from
construction are included.
Provision of information on closed or
2.13.2
hazardous conditions on airport
movement areas by the airport
operator to the OCC is specified.
Emergency notification procedures
2.13.3
for medical, fire fighting, and police
C-4
12/13/2017
AC 150/5370-2G
Appendix C
Coordination
Reference
Addressed?
Remarks
Yes
No
NA
response are addressed.
Coordination with ARFF personnel
2.13.4
for non -emergency issues is
addressed.
Notification to the FAA under 14
2.13.5
CFR parts 77 and 157 is addressed.
Reimbursable agreements for flight
2.13.5.3.2
checks and/or design and
construction for FAA owned
NAVAIDs are addressed.
Inspection Requirements
Daily and interim inspections by both
2.14.1, 2.14.2
the airport operator and contractor are
specified.
Final inspections at certificated
2.14.3
airports are specified when required.
Underground Utilities
Procedures for protecting existing
2.15
underground facilities in excavation
areas are described.
Penalties
Penalty provisions for noncompliance
2.16
with airport rules and regulations and
the safety plans are detailed.
Special Conditions
Any special conditions that affect the
2.17
operation of the airport or require the
activation of any special procedures
are addressed.
Runway and Taxiway Visual Aids - Marking, Lighting, Signs, and Visual NAVAIDs
The proper securing of temporary
2.18.1
airport markings, lighting, signs, and
visual NAVAIDs is addressed.
Frangibility of airport markings,
2.18.1, 2.18.3,
lighting, signs, and visual NAVAIDs
2.18.4.2,
is specified.
2.20.2.4
C-5
12/13/2017
AC 150/5370-2G
Appendix C
Coordination
Reference
Addressed?
Remarks
Yes
No
NA
The requirement for markings to be
2.18.2
in compliance with AC 15015340-1,
Standards for Airport Markings, is
specified.
Detailed specifications for materials
2.18.2
and methods for temporary markings
are provided.
The requirement for lighting to
2.18.3
conform to AC 150/5340-30, Design
and Installation Details for Airport
Visual Aids; AC 150/5345-50,
Specification for Portable Runway
and Taxiway Lights; and AC
150/5345-53, Airport Lighting
Certification Program, is specified.
The use of a lighted X is specified
2.18.2.1.2,
where appropriate.
2.18.3.2
The requirement for signs to conform
2.18.4
to AC 150/5345-44, Specification for
Runway and Taxiway Signs; AC
50/5340-18, Standards for Airport
Sign Systems; and AC 150/5345-53,
Airport Lighting Certification
Program, is specified.
Marking and Signs For Access Routes
The CSPP specifies that pavement
2.18.4.2
markings and signs intended for
construction personnel should
conform to AC 150/5340-18 and, to
the extent practicable, with the
MUTCD and/or State highway
specifications.
Hazard Marking and Lighting
Prominent, comprehensible warning
2.20.1
indicators for any area affected by
construction that is normally
accessible to aircraft, personnel, or
vehicles are specified.
M:
12/13/2017
AC 150/5370-2G
Appendix C
Coordination
Reference
Addressed?
Remarks
Yes
No
NA
Hazard marking and lighting are
2.20.1
specified to identify open manholes,
small areas under repair, stockpiled
material, and waste areas.
The CSPP considers less obvious
2.20.1
construction -related hazards.
Equipment that poses the least danger
2.20.2.1
to aircraft but is sturdy enough to
remain in place when subjected to
typical winds, prop wash and jet blast
is specified.
The spacing of barricades is specified
2.20.2.1
such that a breach is physically
prevented barring a deliberate act.
Red lights meeting the luminance
2.20.2.2
requirements of the State Highway
Department are specified.
Barricades, temporary markers, and
2.20.2.3
other objects placed and left in areas
adjacent to any open runway,
taxiway, taxi lane, or apron are
specified to be as low as possible to
the ground, and no more than 18 inch
high.
Barricades are specified to indicate
2.20.2.3
construction locations in which no
part of an aircraft may enter.
Highly reflective barriers with lights
2.20.2.5
are specified to barricade taxiways
leading to closed runways.
Markings for temporary closures are
2.20.2.5
specified.
The provision of a contractor's
2.20.2.7
representative on call 24 hours a day
for emergency maintenance of airport
hazard lighting and barricades is
specified.
C-7
12/13/2017
AC 150/5370-2G
Appendix C
Coordination
Reference
Addressed?
Remarks
Yes
No
NA
Work Zone Lighting for Nighttime Construction
If work is to be conducted at night,
2.21
the CSPP identifies construction
lighting units and their general
locations and aiming in relationship
to the ATCT and active runways and
taxiways.
Protection of Runway and Taxiway Safety Areas
The CSPP clearly states that no
2.22.1.1,
construction may occur within a
2.22.3.1
safety area while the associated
runway or taxiway is open for aircraft
operations.
The CSPP specifies that the airport
2.22.1.2,
operator coordinates the adjustment
2.22.3.2
of RSA or TSA dimensions with the
ATCT and the appropriate FAA
Airports Regional or District Office
and issues a local NOTAM.
Procedures for ensuring adequate
2.22.3.3
distance for protection from blasting
operations, if required by operational
considerations, are detailed.
The CSPP specifies that open
2.22.1.4
trenches or excavations are not
permitted within a safety area while
the associated runway or taxiway is
open, subject to approved exceptions.
Appropriate covering of excavations
2.22.1.4
in the RSA or TSA that cannot be
backfilled before the associated
runway or taxiway is open is detailed.
The CSPP includes provisions for
2.22.1.4
prominent marking of open trenches
and excavations at the construction
site.
Grading and soil erosion control to
2.22.3.5
maintain RSA/TSA standards are
12/13/2017
AC 150/5370-2G
Appendix C
Coordination
Reference
Addressed?
Remarks
Yes
No
NA
addressed.
The CSPP specifies that equipment is
2.22.2
to be removed from the ROFA when
not in use.
The CSPP clearly states that no
2.22.3
construction may occur within a
taxiway safety area while the taxiway
is open for aircraft operations.
Appropriate details are specified for
2.22.4
any construction work to be
accomplished in a taxiway object free
area.
Measures to ensure that personnel,
2.22.4.3.6
material, and/or equipment do not
penetrate the OFZ or threshold siting
surfaces while the runway is open for
aircraft operations are included.
Provisions for protection of runway
2.22.6
approach/departure areas and
clearways are included.
Other Limitations on Construction
The CSPP prohibits the use of open
2.23.1.2
flame welding or torches unless
adequate fire safety precautions are
provided and the airport operator has
approved their use.
The CSPP prohibits the use of
2.23.1.3
electrical blasting caps on or within
1,000 ft (300 m) of the airport
property.
C-9
12/13/2017
AC 150/5370-2G
Appendix D
APPENDIX D. CONSTRUCTION PROJECT DAILY SAFETY INSPECTION CHECKLIST
The situations identified below are potentially hazardous conditions that may occur during
airport construction projects. Safety area encroachments, unauthorized and improper ground
vehicle operations, and unmarked or uncovered holes and trenches near aircraft operating
surfaces pose the most prevalent threats to airport operational safety during airport construction
projects. The list below is one tool that the airport operator or contractor may use to aid in
identifying and correcting potentially hazardous conditions. It should be customized as
appropriate for each project including information such as the date, time and name of the person
conducting the inspection.
Table D-1. Potentially Hazardous Conditions
No Action
Item
Action Required (Describe)
Required
(Check)
Excavation adjacent to runways, taxiways,
and aprons improperly backfilled.
Mounds of earth, construction materials,
temporary structures, and other obstacles
near any open runway, taxiway, or taxi
lane; in the related Object Free area and
aircraft approach or departure areas/zones;
or obstructing any sign or marking.
Runway resurfacing projects resulting in
lips exceeding 3 inch (7.6 cm) from
pavement edges and ends.
Heavy equipment (stationary or mobile)
operating or idle near AOA, in runway
approaches and departures areas, or in
OFZ.
Equipment or material near NAVAIDs that
may degrade or impair radiated signals
and/or the monitoring of navigation and
visual aids. Unauthorized or improper
vehicle operations in localizer or glide
slope critical areas, resulting in electronic
interference and/or facility shutdown.
Tall and especially relatively low visibility
units (that is, equipment with slim profiles)
cranes, drills, and similar objects
located in critical areas, such as OFZ and
D-1
12/13/2017
AC 150/5370-2G
Appendix D
No Action
Item
Action Required (Describe)
Required
(Check)
approach zones.
Improperly positioned or malfunctioning
lights or unlighted airport hazards, such as
holes or excavations, on any apron, open
taxiway, or open taxi lane or in a related
safety, approach, or departure area.
Obstacles, loose pavement, trash, and other
debris on or near AOA. Construction debris
(gravel, sand, mud, paving materials) on
airport pavements may result in aircraft
propeller, turbine engine, or tire damage.
Also, loose materials may blow about,
potentially causing personal injury or
equipment damage.
Inappropriate or poorly maintained fencing
during construction intended to deter
human and animal intrusions into the AOA.
Fencing and other markings that are
inadequate to separate construction areas
from open AOA create aviation hazards.
Improper or inadequate marking or lighting
of runways (especially thresholds that have
been displaced or runways that have been
closed) and taxiways that could cause pilot
confusion and provide a potential for a
runway incursion. Inadequate or improper
methods of marking, barricading, and
lighting of temporarily closed portions of
AOA create aviation hazards.
Wildlife attractants such as trash (food
scraps not collected from construction
personnel activity), grass seeds, tall grass,
or standing water — on or near airports.
Obliterated or faded temporary markings
on active operational areas.
Misleading or malfunctioning obstruction
lights. Unlighted or unmarked obstructions
in the approach to any open runway pose
aviation hazards.
D-2
12/13/2017
AC 150/5370-2G
Appendix D
No Action
Item
Action Required (Describe)
Required
(Check)
Failure to issue, update, or cancel
NOTAMs about airport or runway closures
or other construction related airport
conditions.
Failure to mark and identify utilities or
power cables. Damage to utilities and
power cables during construction activity
can result in the loss of runway / taxiway
lighting; loss of navigation, visual, or
approach aids; disruption of weather
reporting services; and/or loss of
communications.
Restrictions on ARFF access from fire
stations to the runway / taxiway system or
airport buildings.
Lack of radio communications with
construction vehicles in airport movement
areas.
Objects, regardless of whether they are
marked or flagged, or activities anywhere
on or near an airport that could be
distracting, confusing, or alarming to pilots
during aircraft operations.
Water, snow, dirt, debris, or other
contaminants that temporarily obscure or
derogate the visibility of runway/taxiway
marking, lighting, and pavement edges.
Any condition or factor that obscures or
diminishes the visibility of areas under
construction.
Spillage from vehicles (gasoline, diesel
fuel, oil) on active pavement areas, such as
runways, taxiways, aprons, and airport
roadways.
Failure to maintain drainage system
integrity during construction (for example,
no temporary drainage provided when
working on a drainage system).
D-3
12/13/2017
AC 150/5370-2G
Appendix D
No Action
Item
Action Required (Describe)
Required
(Check)
Failure to provide for proper electrical
lockout and tagging procedures. At larger
airports with multiple maintenance
shifts/workers, construction contractors
should make provisions for coordinating
work on circuits.
Failure to control dust. Consider limiting
the amount of area from which the
contractor is allowed to strip turf.
Exposed wiring that creates an
electrocution or fire ignition hazard.
Identify and secure wiring, and place it in
conduit or bury it.
Site burning, which can cause possible
obscuration.
Construction work taking place outside of
designated work areas and out of phase.
D-4
12/13/2017 AC 150/5370-2G
Appendix E
APPENDIX E. SAMPLE OPERATIONAL EFFECTS TABLE
E.1 Project Description.
Runway 15-33 is currently 7820 feet long, with a 500 foot stopway on the north end.
This project will remove the stopway and extend the runway 1000 feet to the north and
500 feet to the south. Finally, the existing portion of the runway will be repaved. The
runway 33 glide slope will be relocated. The new runway 33 localizer has already been
installed by FAA Technical Operations and only needs to be switched on. Runway 15 is
currently served only by a localizer, which will remain in operation as it will be beyond
the future RSA. Appropriate NOTAMS will be issued throughout the project.
E.1.1 During Phase I, the runway 15 threshold will be displaced 1000 feet to keep
construction equipment below the approach surface. The start of runway 15 takeoff and
the departure end of runway 33 will also be moved 500 feet to protect workers from jet
blast. Declared distances for runway 33 will be adjusted to provide the required RSA
and applicable departure surface. Excavation near Taxiway G will require its ADG to be
reduced from IV to III. See Figure.
Figure E-1. Phase I Example
7,320 (TORA, TODA)
7,320 (TORA, TODA, ASDA)
6,820 (ASDA, LDA)
1,000
6,820 (LDA)
— 500
—
500
twit
RUNWAY 15-33
cw>
TAXIWAY G
I III I�
O
1TAXIWAY
"z
O
(SECURED TO BARRICADES)
0
z
D{
w
LL
NORTH
W n
LL�
On
J Y
mm
we
p TT
N J
� C
Z
NEW
CONSTRUCTION
CLOSED CLOSED FOR
LANDING - DISPLACED
THRESHOLD
LEGEND
Note 1: Where hold signs are installed on both sides of a taxiway, install the TORA sign on the left side of
the taxiway before the final turn to the runway intersection.
Note 2: Based on the declared distances for Runway 33 departures, the maximum equipment height in the
construction area is 12.5 feet (500/40 = 12.5).
E-1
12/13/2017
AC 150/5370-2G
Appendix E
E.2 During Phase II, the runway 33 threshold will be displaced 1000 feet to keep
construction equipment below the approach surface. The start of runway 33 takeoff and
the departure end of runway 15 will also be moved 500 feet to protect workers from jet
blast. Declared distances for runway 15 will be adjusted to provide the required RSA
and applicable departure surface. See Figure E-2.
Figure E-2. Phase II Example
7,820 FEET (ASDA, LDA)
8,320 (TORA, TODA, ASDA)
8,320 (TORA, TODA)
7,820 (LDA) 500
s 500
500
j RUNWAY 15 - 33 C--
I J U TAXIWAY G t
Z Z pp TAXIH AY
N NORTH m / D (SECURED TO BARRICADE)
o� gC: W�
1LLI CDT
m
Qm z p m
�3 NT
O T
Q 1C
d' Z
NEW CONSTRUCTION CLOSED CLOSED FOR
LANDING - DISPLACED THRESHOLD
LEGEND
Note 1: Where hold signs are installed on both sides of a taxiway, install the TORA sign on the left side of
the taxiway before the final turn to the runway intersection.
Note 2: Based on the declared distances for Runway 15 departures, the maximum equipment height in the
construction area is 12.5 feet (500/40 = 12.5).
E-2
12/13/2017
AC 150/5370-2G
Appendix E
E.3 During Phase III, the existing portion of the runway will be repaved with Hot Mix
Asphalt (HMA) and the runway 33 glide slope will be relocated. Construction will be
accomplished between the hours of 8:00 pm and 5:00 am, during which the runway will
be closed to operations.
Figure E-3. Phase III Example
9,320 (TORA, TODA, ASDA, LDA)
9,320 (TORA, TODA, ASDA, LDA)
RUNWAY 15-33
TAXIWAY G
RAMP \ (BARRICADES WITH SIGN INSTALLED
HOURS OF CONSTRUCTION)
NORTH
\DURING
(SECURED TO BARRICADE)
NOTE: INSTALL LIGHTED "X" OR YELLOW "X" ON NUMBERS AND REMOVE WHEN RUNWAYS ARE OPEN FOR OPERATIONS.
NEW CONSTRUCTION
CLOSED CLOSED FOR
LANDING - DISPLACED THRESHOLD
LEGEND
E-3
12/13/2017
Table E-1. Operational Effects Table
AC 150/5370-2G
Appendix E
Project
Runway 15-33 Extension and Repaving
Phase
Normal
Phase I: Extend
Phase II: Extend
Phase III: Repave
(Existing)
Runway 15 End
Runway 33 End
Runway
Scope of Work
N/A
Extend Runway
Extend Runway
Repave existing
15-33 1,000 ft on
15-33 500 ft on
runway with HMA
north end with Hot
south end with
Relocate Runway
Mix Asphaltic
Hot Mix Asphaltic
33 Glide Slope
Concrete (HMA).
Concrete (HMA).
Effects of
N/A
Existing North
Existing South
Runway closed
Construction
500 ft closed
500 ft closed
between 8:00 pm
Operations
and 5:00 am
Edge lighting out of
service
Construction Phase
N/A
Phase I
Phase II
Phase III
(Anticipated)
(Anticipated)
(Anticipated)
Runway 15 Average
Carrier: 52
Carrier: 40 /day
Carrier: 45 /day
Carrier: 45 / day
Aircraft Operations
/day
GA: 26 /day
GA: 26 /day
GA: 20 / day
GA: 26
Military: 0 /day
Military: 5 /day
Military: 0 /day
/day
Military: 11
/day
Runway 33 Average
Carrier: 40
Carrier: 30 /day
Carrier: 25 /day
Carrier: 20 /day
Aircraft Operations
/day
GA: 18 /day
GA: 18 /day
GA: 5 /day
GA: 18
Military: 0 /day
Military: 5 /day
Military: 0 /day
/day
Military: 10
/day
Runway 15-33
C-IV
C-IV
C-IV
C-IV
Aircraft Category
Runway 15
1 mile
1 mile
1 mile
1 mile
Approach Visibility
Minimums
Runway 33
3/4 mile
3/4 mile
3/4 mile
I mile
Approach Visibility
Minimums
Note: Proper coordination with Flight Procedures group is necessary to maintain
instrument approach procedures during construction.
E-4
12/13/2017
AC 150/5370-2G
Appendix E
Project
Runway 15-33 Extension and Repaving
Phase
Normal
(Existing)
Phase I: Extend
Runway 15 End
Phase II: Extend
Runway 33 End
Phase III: Repave
Runway
Runway 15
TORA
7,820
7,320
8,320
9,320
Declared
Distances
TODA
7,820
7,320
8,320
9,320
ASDA
7,820
7,320
7,820
9,320
LDA
7,820
6,820
7,820
9,320
Runway 33
TORA
7,820
7,320
8,320
9,320
Declared
Distances
TODA
7,820
7,320
8,320
9,320
ASDA
8,320
6,820
8,320
9,320
LDA
7,820
6,820
7,820
9,320
Runway 15
Approach
Procedures
LOC only
LOC only
LOC only
LOC only
RNAV
RNAV
RNAV
RNAV
VOR
VOR
VOR
VOR
Runway 33
Approach
Procedures
ILS
ILS
ILS
LOC only
RNAV
RNAV
RNAV
RNAV
VOR
VOR
VOR
VOR
Runway 15
NAVAIDs
LOC
LOC
LOC
LOC
Runway 33
NAVAIDs
ILS,
MALSR
ILS, MALSR
ILS, MALSR
LOC, MALSR
Taxiway G ADG
IV
III
IV
IV
Taxiway G TDG
4
4
4
4
ATCT (hours open)
24 hours
24 hours
24 hours
0500 - 2000
ARFF Index
D
D
D
D
E-5
12/13/2017
AC 150/5370-2G
Appendix E
Project
Runway 15-33 Extension and Repaving
Phase
Normal
Phase I: Extend
Phase II: Extend
Phase III: Repave
(Existing)
Runway 15 End
Runway 33 End
Runway
Special Conditions
Air
All military aircraft
Some large
All military aircraft
National
relocated to
military aircraft
relocated to
Guard
alternate ANG
relocated to
alternate ANG
(ANG)
Base
alternate ANG
Base
military
Base
operations
Information for
Refer above for
Refer above for
Refer above for
NOTAMs
applicable
applicable
applicable
declared distances.
declared distances.
declared distances.
Taxiway G
Airport closed
limited to 118 ft
2000 — 0500.
wingspan
Runway 15 glide
slope OTS.
Note: This table is one example. It may be advantageous to develop a separate table for each
project phase and/or to address the operational status of the associated NAVAIDs per
construction phase.
Complete the following chart for each phase to determine the area that must be protected along
the runway and taxiway edges:
Table E-2. Runway and Taxiway Edge Protection
Runway/Taxiway
Aircraft Approach
Category*
A,B,C,orD
Airplane Design
Group*
I, II, III, or IV
Safety Area Width in
Feet Divided by 2
*See AC 150/5300-13 to complete the chart for a specific runway/taxiway.
E-6
12/13/2017
AC 150/5370-2G
Appendix E
Complete the following chart for each phase to determine the area that must be protected before
the runway threshold:
Table E-3. Protection Prior to Runway Threshold
Airplane
Design
Design
Aircraft
Approach
Minimum
Minimum Distance to
Runway End
Number
Group*
Category*
Safety Area
Prior to the
Threshold Based on
I, II, III, or
A,B,C,orD
Threshold*
Required Approach Slope*
IV
ft
ft
: 1
ft
ft
: 1
ft
ft
: 1
ft
ft
: 1
*See AC 150/5300-13 to complete the chart for a specific runway.
E-7
12/13/2017
Page Intentionally Blank
E-8
AC 150/5370-2G
Appendix E
12/13/2017
APPENDIX F. ORANGE CONSTRUCTION SIGNS
Figure F-1. Approved Sign Legends
CONSTRUCTION
AHEAD
CONSTRUCTION
ON RAMP
RWY 4L TAKEOFF RUN
AVAILABLE 9,780 FT
F-1
AC 150/5370-2G
Appendix F
12/13/2017
AC 150/5370-2G
Appendix F
Figure F-2.Orange Construction Sign Example 1
Note: For proper placement of signs, refer to EB 93.
F-2
12/13/2017
AC 150/5370-2G
Appendix F
Figure F-3.Orange Construction Sign Example 2
F- -1
CONSTRUCTION
AREA
TAXIWAY CENTERLINE
TEMPORARILY RELOCATED
CONSTRUCTION
AHEAD
Note: For proper placement of signs, refer to EB 93.
F-3
12/13/2017
Page Intentionally Blank
F-4
AC 150/5370-2G
Appendix F
Advisory Circular Feedback
If you find an error in this AC, have recommendations for improving it, or have suggestions for
new items/subjects to be added, you may let us know by (1) mailing this form to Manager,
Airport Engineering Division, Federal Aviation Administration ATTN: AAS-100, 800
Independence Avenue SW, Washington DC 20591 or (2) faxing it to the attention of the Office
of Airport Safety and Standards at (202) 267-5383.
Subject: AC 150/5370-2G Date:
Please check all appropriate line items:
❑ An error (procedural or typographical) has been noted in paragraph on page
❑ Recommend paragraph
on page
be changed as follows:
❑ In a future change to this AC, please cover the following subject:
(Briefly describe what you want added.)
❑ Other comments:
❑ I would like to discuss the above. Please contact me at (phone number, email address).
Submitted by: Date:
Page Intentionally Blank
NOTICE OF PROPOSED CONSTRUCTION OR ALTERATION
§ 77.7 Form and time of notice. (3) 25 to 1 for a horizontal distance of
(a) If you are required to file notice under §77.9, 5,000 ft. from the nearest point of the nearest
you must submit to the FAA a completed FAA landing and takeoff area of each heliport
Form 7460-1, Notice of Proposed Construction described in paragraph (d) of this section.
or Alteration. FAA Form 7460-1 is available at (c) Any highway, railroad, or other traverse way
FAA regional offices and on the Internet.
(b) You must submit this form at least 45 days
before the start date of the proposed construction
or alteration or the date an application for a
construction permit is filed, whichever is earliest.
(c) If you propose construction or alteration that is
also subject to the licensing requirements of the
Federal Communications Commission (FCC),
you must submit notice to the FAA on or before
the date that the application is filed with the FCC.
(d) If you propose construction or alteration to an
existing structure that exceeds 2,000 ft. in height
above ground level (AGL), the FAA presumes it
to be a hazard to air navigation that results in an
inefficient use of airspace. You must include
details explaining both why the proposal would
not constitute a hazard to air navigation and why
it would not cause an inefficient use of airspace.
(e) The 45-day advance notice requirement is
waived if immediate construction or alteration is
required because of an emergency involving
essential public services, public health, or public
safety. You may provide notice to the FAA by any
available, expeditious means. You must file a
completed FAA Form 7460-1 within 5 days of the
initial notice to the FAA. Outside normal business
hours, the nearest flight service station will
accept emergency notices.
§ 77.9 Construction or alteration requiring
notice.
If requested by the FAA, or if you propose any of
the following types of construction or alteration,
you must file notice with the FAA of:
(a) Any construction or alteration that is more
than 200 ft. AGL at its site.
(b) Any construction or alteration that exceeds an
imaginary surface extending outward and upward
at any of the following slopes:
(1) 100 to 1 for a horizontal distance of
20,000 ft. from the nearest point of the nearest
runway of each airport described in paragraph (d)
of this section with its longest runway more than
3,200 ft. in actual length, excluding heliports.
(2) 50 to 1 for a horizontal distance of
10,000 ft. from the nearest point of the nearest
runway of each airport described in paragraph (d)
of this section with its longest runway no more
than 3,200 ft. in actual length, excluding heliports.
Mail Processing Center
Federal Aviation Administration
Southwest Regional Office
Obstruction Evaluation Group
2601 Meacham Boulevard
Fort Worth, TX 76193
Fax: (817) 321-7765
Phone: (817) 321-7750
for mobile objects, of a height which, rf adjusted
upward 17 feet for an Interstate Highway that is
part of the National System of Military and
Interstate Highways where overcrossings are
designed for a minimum of 17 feet vertical
distance, 15 feet for any other public roadway, 10
feet or the height of the highest mobile object that
would normally traverse the road, whichever is
greater, for a private road, 23 feet for a railroad,
and for a waterway or any other traverse way not
previously mentioned, an amount equal to the
height of the highest mobile object that would
normally traverse it, would exceed a standard of
paragraph (a) or (b) of this section.
(d) Any construction or alteration on any of the
following airports and heliports:
(1) A public use airport listed in the
Airport/Facility Directory, Alaska Supplement, or
Pacific Chart Supplement of the U.S.
Government Flight Information Publications;
(2) A military airport under construction,
or an airport under construction that will be
available for public use;
(3) An airport operated by a Federal
agency or the DOD.
(4) An airport or heliport with at least
one FAA -approved instrument approach
procedure.
(e) You do not need to file notice for construction
or alteration of:
(1) Any object that will be shielded by
existing structures of a permanent and
substantial nature or by natural terrain or
topographic features of equal or greater height,
and will be located in the congested area of a
city, town, or settlement where the shielded
structure will not adversely affect safety in air
navigation;
(2) Any air navigation facility, airport
visual approach or landing aid, aircraft arresting
device, or meteorological device meeting FAA -
approved siting criteria or an appropriate military
service siting criteria on military airports, the
location and height of which are fixed by its
functional purpose;
(3) Any construction or alteration for
which notice is required by any other FAA
regulation.
(4) Any antenna structure of 20 feet or less in
height, except one that would increase the height
of another antenna structure.
Website: https://oeaaa.faa.gov
APPENDIX E
SAFETY DETAILS
PARKHILL 01271719
Page is too large to OCR.
APPENDIX B
GEOTECHNICAL INVESTIGATION
PA VE C a4i
-AN ATLAS COMPANY-
PRESTON SMITH AIRPORT PAVEMENT EVALUATION
LUBBOCK, TEXAS
Prepared For:
PARKHILL, SMITH & COOPER, INC
Lubbock,Texas
Prepared by:
PAVETEX ENGINEERING, LLC
Lubbock,Texas
January 30, 2020
PAVETEX
AN ATLAS COMPANY-
12804 CR 2500
Lubbock, Texas 79404
pl 806.771.7283
f 1806.771.7062
January 30, 2020
Mark D. Haberer, PE, CM
Director of Aviation I Principal
Parkhill, Smith & Cooper
4222 85th Street
Lubbock, Texas 79423
Subject: Geotechnical Data Report
Preston Smith Airport Pavement Evaluation
Lubbock, Texas
Dear Mr. Haberer:
This report presents the results of a geotechnical study performed for the referenced project in
Lubbock, Texas. This study was performed in accordance with our Proposal dated October 28, 2019.
The results of the field exploration and laboratory testing are included in this report. We appreciate the
opportunity to be of assistance on this project. Please feel free to contact us if you have any questions
or if we can be of further service.
Sincerely,
PaveTex Engineering, LLC
TBPE Firm Registration No. 961
fc..•COLE T. HUT^SaN
.W
..E. 1187
Cole Hutson, P.E
General Manager
Copies Submitted: 1 (via email)
Tanner Pletcher
Graduate Engineer
TABLE OF CONTENTS
PAGE
1 INTRODUCTION.............................................................................................................1
1.1 PROJECT AND SITE DESCRIPTION..................................................................1
1.2 PURPOSE AND SCOPE OF WORK....................................................................1
2 FIELD EXPLORATION...................................................................................................1
3 LABORATORY TESTING...............................................................................................3
4 SUBSURFACE CONDITIONS........................................................................................3
4.1 GEOLOGY...........................................................................................................3
4.2 SUBSURFACE CONDITIONS.............................................................................4
4.3 GROUNDWATER CONDITIONS.........................................................................4
5 LIMITATIONS.................................................................................................................4
APPENDIX A FIGURE
VicinityMap..................................................................................................................... Figure 1
Plan of Borings(POB)...................................................................................................... Figure 2
APPENDIX B
Logs of Borings (B1 through 133)
Soil Classification Chart
Sampler Graphics Legend
PaveTex
GEOTECHNICAL DATA REPORT
PRESTON SMITH AIRPORT PAVEMENT EVALUATION
LUBBOCK, TEXAS
1 INTRODUCTION
1.1 PROJECT AND SITE DESCRIPTION
This report presents the results of the field exploration and laboratory testing program
for the Preston Smith Airport Pavement Evaluation in Lubbock, Texas. At the time of
our investigation, the site was located at taxiways M and J in the active runway area of
the Preston Smith International Airport as shown on the Site Vicinity Map, Figure 1
included in Appendix A.
This data report briefly describes the procedures utilized during the field exploration and
presents the laboratory testing results to Parkhill, Smith & Cooper for data evaluation.
1.2 PURPOSE AND SCOPE OF WORK
The purpose of this study was to evaluate the subsurface conditions and the existing
pavement sections at the site for data evaluation. To accomplish the intended
purposes, the study has been conducted based on the following scope:
• Exploration and evaluation of the soil and rock strata at the boring locations;
• Exploration and evaluation of the existing pavement section at the boring
locations;
• Perform laboratory tests on selected samples; and,
• Report of our findings.
2 FIELD EXPLORATION
The subsurface material at the project site was explored by drilling three (3) borings on
January 8, 2020. One (1) core was cut from the existing concrete pavement in the area
Pagel of 5 PaveTex
of B1. The borings were drilled to a depth of five (5) feet below the existing grade at the
approximate location as shown on the Plan of Borings (POB's), Figure 2 in Appendix A.
The Logs of Borings and a key to terms and descriptions on the logs are provided in
Appendix B of this report.
At all boring locations a treated base course was encountered under the concrete
pavement that was approximately 8 to 12 inches thick. At the boring locations
laboratory analysis indicated that lime may be present in this layer, however we were
unable to visibly determine if the layer was a cement treated base or lime treated
subgrade.
Due to equipment limitations, Dynamic Cone Penetration (DCP) testing was not able to
be performed in the treated base layer nor the upper few feet of the subgrade. Once
the treated base course was removed SPT testing was performed on the exposed
subgrade.
At selected depths, disturbed samples of non -cohesive soils, and/or hard cohesive
materials were collected by driving a split -spoon sampler in conjunction with the
Standard Penetration Test (SPT). This technique involves driving the spoon sampler a
distance into the soil using a free -falling hammer (based upon ASTM D 1586). During
the test, the logger records the number of blows required to drive the spoon sampler
over three successive 6-inch increments. The first 6 inches is the "seating drive," while
the number of blows required to drive the sampler the last two 6-inch increments is the
"penetration" in blows per foot. Where resistance was high, the number of inches of
penetration for 50 blows of the hammer is recorded. When less than 6 inches of
penetration is obtained, the test is terminated regardless of the drive increment. The
results of the penetration test are reported on the boring log at the corresponding depth.
Materials recovered from the split -spoon sampler are then placed in a plastic bag to
protect the sample and to reduce moisture loss. The boreholes were backfilled with soil
cuttings upon completion of drilling.
Field boring logs were prepared as part of the drilling operations. The boring logs include
visual classifications of the materials encountered during drilling and the driller's
interpretation of the subsurface conditions between samples. The final boring logs
included in this report represent the engineer's interpretation of the field logs and include
modifications based on observations and testing of the samples in the laboratory. Soil
Page 2 of 5 PaveTex
strata boundaries shown on the boring logs are approximate. The stratification
boundaries shown on the boring logs represent the approximate locations of the changes
in the soil and rock types; in situ, the transition between material types may be gradual
and indistinct.
The boring locations should be considered accurate only to the degree implied by the
method used in its determination. If a greater degree of accuracy is required or desired,
then a licensed land surveyor should be retained to record the coordinates of the
borings.
3 LABORATORY TESTING
Samples were examined at our laboratory by the project manager. Classification tests
performed for this study included liquid and plastic limits, percent passing the No. 200
sieve and moisture content. Results of these tests are presented on the boring logs.
Concrete cores were tested for splitting tensile strength and the results are attached in
Appendix B. All tests were performed in accordance with the applicable ASTM methods.
4 SUBSURFACE CONDITIONS
4.1 GEOLOGY
Atlas maps published by the Bureau of Economic Geology at the University of Texas,
Austin indicated that the site may be located within Blackwater Geologic formation
overlying the Ogallala formation with potential Playa deposits scattered intermittently
throughout the area. The Blackwater formation consists predominantly of Aeolian
sediments comprised mainly of grayish red sands with silts and caliche nodules. Due to
the sporadic depositional characteristics, it is not uncommon to find clay deposits as
well. The Ogallala formation is a fluviatile deposition comprised of sand, silt, clay and
gravel commonly capped with caliche. The Playa deposits are formed by the formation
of small lakes formed on the surface of the Blackwater formation. The Playa deposits
consist of clay and silt and are typically light gray in color.
Page 3 of 5 PaveTex
4.2 SUBSURFACE CONDITIONS
Specific types and depths of subsurface strata encountered in the borings are shown on
the boring logs. Generally, the soils encountered to the termination depth in the borings
were loose to dense clayey sands or stiff to very stiff sandy clays.
Refer to the Logs of Borings in Appendix B for detailed subsurface descriptions. Note
that demarcation lines between the strata are interpretive of the field conditions, and
that actual strata transitions in the field may be gradual.
4.3 GROUNDWATER CONDITIONS
The borings were advanced with an air rotary drilling rig. These methods allow
relatively accurate groundwater observations to be made while drilling. Groundwater
was not encountered during drilling. The borings were dry during and upon completion
of drilling.
It is not possible to accurately predict the magnitude of subsurface water fluctuations
that might occur based upon short-term observations. The occurrence and variation of
groundwater can vary due to many factors. These factors include seasonal changes,
site topography, surface runoff, the layering and permeability of subsurface strata; water
levels in waterways, utilities, and other factors not evident at the time of this study. The
possibility of groundwater and its fluctuation should be considered when developing this
project.
5 LIMITATIONS
In preparation of this report, we have strived to perform our services in a manner
consistent with that level of care and skill ordinarily exercised by other members of our
profession currently practicing in the same locality under similar conditions and at the
time the services are provided. The results, conclusions, opinions and
recommendations provided in this report are directed at, and intended to be utilized
within, the scope of work contained in the proposal and agreement executed by PaveTex
and the client. These are based on a limited number of observations and data. It is
Page 4 of 5 PaveTex
possible that conditions could vary between or beyond the data evaluated. PaveTex
makes no other representation, guarantee or warranty, express or implied, regarding
the services, communication (oral or written), report, opinion, or instrument of service
provided.
This report may be used only by the client and the registered design professional in
responsible charge and only for the purposes stated for this specific engagement within
a reasonable time from its issuance, but in no event later than two (2) years from the
date of the report.
The scope of services was limited to the borings completed at the site. It should be
recognized that definition and evaluation of subsurface conditions are difficult. Since
some variation was found in subsurface conditions at the specific boring locations for
this study, all readers should be aware that a greater variation could occur between the
boring locations. Statements in the report as to subsurface variations across the site
are intended only as estimations from the data obtained at specific boring locations.
The scope of services did not include environmental assessments or evaluations
regarding the presence or absence of wetlands or hazardous substances in the soil,
surface water, or groundwater at this site.
Page 5 of 5 PaveTex
PAVE
TE�C
-AN ATLAS CO ANY -
APPENDIX A
No Text
eA
U
PAVETE?C�
—AN ATLAS C�MPANY—
Preston Smith Airport Pavement Evaluation
Taxiways M and J
Lubbock, Texas
Figure 2 N
Plan of Borings
� I 4
1 j
I YA 4-6
.� �•��ylw IF F Y E �'R1�1'11`Hl1YF.l� 1 1
PAVErEX J �0-
-AN ATLAS COMPANY -
APPENDIX B
0
U
m
2
U
H
0
w
cD
BORING NUMBER 131
PaveTex
12804 County Rd 2500 PAGE 1 OF 1
Lubbock, Texas 79404
Telephone: (806) 771-7283
CLIENT Parkhill, Smith & Cooper PROJECT NAME Preston Smith Airport Pavement Evaluation
PROJECT NUMBER 200026 PROJECT LOCATION Lubbock, TX
DATE STARTED 1/8/20 COMPLETED 1/8/20 GROUND ELEVATION HOLE SIZE 4 inches
DRILLING CONTRACTOR ATE GROUND WATER LEVELS:
DRILLING METHOD Air Rotary AT TIME OF DRILLING --- Not Encountered
LOGGED BY TP CHECKED BY CTH AT END OF DRILLING ---
NOTES 33°39'34.06"N 101°49'36.81"W AFTER DRILLING ---
ATTERBERG
}w
o
z
Lu
w o
LIMITS
w
U
U
Of
}
Ua
a
a 0
MATERIAL DESCRIPTION
w�
>
D Q
w N
z Q~
w
�_
�_
U X
O
Lu
�J
CL�
2z
0�
m0>
Uz
Y
OZ
��
U�
QJ
HLu
U)
Uv
0
W
O
20
��
w
u
o
o
U
o
-i
z
0.0
0-
w
12" Concrete Pavement
12" Treated Base
NR
50/1"
CLAYEY SAND, (SC) Grayish Brown, Loose, Damp
2.5
SPT
��
18
28
12
16
39
SANDY LEAN CLAY, (CL) Reddish Brown, Stiff, Damp
SPT
3-5-
17
36
12
24
58
5.0
CLAYEY SAND, (SC) Strong Brown with Caliche, Dense, Dry
SPT
19(45)24
19
27
20
7
36
Bottom of borehole at 7.0 feet.
0
U
m
2
U
H
0
w
0
BORING NUMBER B2
PaveTex
12804 County Rd 2500 PAGE 1 OF 1
Lubbock, Texas 79404
Telephone: (806) 771-7283
CLIENT Parkhill, Smith & Cooper PROJECT NAME Preston Smith Airport Pavement Evaluation
PROJECT NUMBER 200026 PROJECT LOCATION Lubbock, TX
DATE STARTED 1/8/20 COMPLETED 1/8/20 GROUND ELEVATION HOLE SIZE 4 inches
DRILLING CONTRACTOR ATE GROUND WATER LEVELS:
DRILLING METHOD Air Rotary AT TIME OF DRILLING --- Not Encountered
LOGGED BY TP CHECKED BY CTH AT END OF DRILLING ---
NOTES 33°39'32.58"N 101°49'36.65"W AFTER DRILLING ---
ATTERBERG
}w
o
z
Lu
w o
LIMITS
w
U
U
Of
}
Ua
a
a 0
MATERIAL DESCRIPTION
w�
>
D Q
w N
z Q~
w
�_
�_
U X
O
Lu
�J
CL�
2z
0�
m0>
Uz
Y
OZ
��
U�
QJ
HLu
U)
Uv
0
W
O
20
��
w
u
o
o
U
o
-i
z
0.0
0-
w
12" Concrete Pavement
12" Treated Base
NR
50/1"
CLAYEY SAND, (SC) Grayish Brown, Medium Dense, Damp
2.5
SPT
20
29
13
16
31
6)
SANDY LEAN CLAY, (CL) Reddish Brown, Stiff, Damp
SPT
4-5-
16
29
10
19
55
5.0
CLAYEY SAND, (SC) Strong Brown with Caliche, Medium Dense,
Damp
SPT
4(29�2
13
29
12
17
20
Bottom of borehole at 7.0 feet.
z
J
Q
U
m
U
W
H
O
W
cD
BORING NUMBER B3
PaveTex
12804 County Rd 2500 PAGE 1 OF 1
Lubbock, Texas 79404
Telephone: (806) 771-7283
CLIENT Parkhill, Smith & Cooper PROJECT NAME Preston Smith Airport Pavement Evaluation
PROJECT NUMBER 200026 PROJECT LOCATION Lubbock, TX
DATE STARTED 1/8/20 COMPLETED 1/8/20 GROUND ELEVATION HOLE SIZE 4 inches
DRILLING CONTRACTOR ATE GROUND WATER LEVELS:
DRILLING METHOD Air Rotary AT TIME OF DRILLING --- Not Encountered
LOGGED BY TP CHECKED BY CTH AT END OF DRILLING ---
NOTES 33°39'37.11"N 101°49'34.38"W AFTER DRILLING ---
ATTERBERG
}w
o
z
Lu
w o
LIMITS
w
U
}
=
U
Of
HLu
}
Ua
Z)
0-
H
D�
Z
a
a 0
MATERIAL DESCRIPTION
w
> a
O Q
w N
z Q~
w
�_
�_
U X
O
pv
�J
��
<z
0�
m0>
Uz
s
OZ
��
U�
QJ
Hip
Uv
U
Lu
O
�
20
�J
Qz
w
u
o
o
U
o
—i
z
0.0
0-
U-
14" Concrete Pavement
8" Treated Base
NR
50/1"
CLAYEY SAND, (SC) Grayish Brown, Medium Dense, Damp
2.5
SPT
20(�3j12
16
29
15
14
41
SANDY LEAN CLAY, (CL) Reddish Brown, Very Stiff, Damp
SPT
6-8-13
13
27
12
15
50
(21
5.0
CLAYEY SAND, (SC) Strong Brown, Medium Dense, Damp
SPT
(4)
15
26
15
11
47
Bottom of borehole at 6.8 feet.
SOIL CLASSIFICATION CHART
MAJOR DIVISIONS
SYMBOLS
TYPICAL
DESCRIPTIONS
GRAPH
LETTER
GRAVEL
AND
CLEAN
GRAVELS
•�
GW
WELL-GRADED GRAVELS, GRAVEL -
SAND MIXTURES, LITTLE OR NO FINES
GRAVELLY
SOILS
(LITTLE OR NO FINES)
o D�o D
O °O
GP
POORLY -GRADED GRAVELS, GRAVEL
- SAND MIXTURES, LITTLE OR NO
FINES
COARSE
GRAINED
SOILS
MORE THAN 50%
OF COARSE
GRAVELS WITH
FINES
° ��
D
O
°
�°
o
°
D
O
GM
SILTY GRAVELS, GRAVEL - SAND -
SILT MIXTURES
FRACTION
RETAINED ON NO.
4 SIEVE
(APPRECIABLE AMOUNT
OF FINES)
GC
CLAYEY GRAVELS, GRAVEL - SAND -
CLAY MIXTURES
SAND
CLEAN SANDS
SW
WELL -GRADED SANDS, GRAVELLY
SANDS, LITTLE OR NO FINES
MORE THAN 50%
OF MATERIAL IS
LARGER THAN NO.
200 SIEVE SIZE
AND
SANDY
SOILS
(LITTLE OR NO FINES)
SP
POORLY -GRADED SANDS, GRAVELLY
SAND, LITTLE OR NO FINES
o
MORE THAN 50%
SANDS WITH
FINES
SM
SILTY SANDS, SAND - SILT MIXTURES
OF COARSE
FRACTION
PASSING ON NO. 4
SIEVE
(APPRECIABLE AMOUNT
OF FINES)
IF/Ex
SC
�7
CLAYEY SANDS, SAND - CLAY
MIXTURES
INORGANIC SILTS AND VERY FINE
ML
SANDS, ROCK FLOUR, SILTY OR
CLAYEY FINE SANDS OR CLAYEY
SILTS WITH SLIGHT PLASTICITY
INORGANIC CLAYS OF LOW TO
SILTS
FINE
GRAINED
SOILS
AND LIQUID LIMIT
CLAYS LESS THAN 50
ILI
CL
MEDIUM PLASTICITY, GRAVELLY
CLAYS, SANDY CLAYS, SILTY CLAYS,
LEAN CLAYS
OL
ORGANIC SILTS AND ORGANIC SILTY
CLAYS OF LOW PLASTICITY
MORE THAN 50%
OF MATERIAL IS
SMALLER THAN
NO. 200 SIEVE
MH
INORGANIC SILTS, MICACEOUS OR
DIATOMACEOUS FINE SAND OR SILTY
SOILS
SIZE
SILTS
AND LIQUID LIMIT
CLAYS GREATER THAN 50
CH
INORGANIC CLAYS OF HIGH
PLASTICITY
OH
ORGANIC CLAYS OF MEDIUM TO HIGH
PLASTICITY, ORGANIC SILTS
HIGHLY ORGANIC SOILS
0 0
„/ �„/ �„/ �„�
PT
PEAT, HUMUS, SWAMP SOILS WITH
HIGH ORGANIC CONTENTS
NOTE: DUAL SYMBOLS ARE USED TO INDICATE BORDERLINE SOIL CLASSIFICATIONS
Sampler Graphics Legend
Auger Cuttings
Grab Sample
Modified California Sampler
No Recoverey
Rock Core
Shelby Tube
Standard Penetration Test
Split Spoon
Texas Cone Penetration
Undisturbed
Vane Shear
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.