Loading...
HomeMy WebLinkAboutResolution - 2021-R0456 - Contract 16053 with Wilson Group Inc. for Airport 11.16.21Resolution No. 2021-R0456 Item No. 6.11 November 16, 2021 RESOLUTION I 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. 16053 for Lubbock Preston Smith International Airport glass replacement as per ITB 21-16053-TF, by and between the City of Lubbock and The Wilson Group, Inc., of Kansas City, MO, and related documents. Said Contract is 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 November 16, 2021 ���Mod — I STEVE MA GALE, M RO TEM ATTEST: ca Garza, City Secr t APPROVED AS TO CONTENT: APPROVED AS TO FORM: K lli Leisure, Assistant City Attorney ccdocs/RES.Contract 16053 airport glass replacement 10.18.21 REVISED BID SUBMITTAL FORM BID CONTRACT DATE:. October 7, 2021 PROJECT NUMBER: ITB 21-16053-TF, Lubbock Preston Smith International Airport Glass Replacement Bid of The Wilson Group,_ Inc_. (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. 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. Offeror 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 substantially complete the project within 205 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $25 for each consecutive calendar day after substantial completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 29 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 30 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 (50/6) 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. City of Lubbock, TX LPSIA ITB 21-16053-TF Lubbock Preston Smith International Airport Glass Replacement The Wilson Group, Inc. of Kansas City, MO Qty Extended Item Description (+/-) UoM Unit Cost Cost Remove and Replace Size A Glass Pane - #0-1 Approx. Size (48" x 101 ", WH) 144 EA $ 2,227.00 320,688.00 Remove and Replace Size B Glass Pane - #0-2 Approx. Size (48" x 51 ", WH) 45 EA 2,227.00 100,215.00 Remove and Replace Size C Glass Pane - #0-3 Approx. Size (48" x 24", WH) 7 EA 2,227.00 15,589.00 Remove and Replace Size D Glass Pane - #04 Approx. Size (74" x 101 ", WH) 1 EA 2,263.00 2,263.00 Remove and Replace Size E Glass Pane - #0-5 Approx. Size (52" x 51 ", WH) 4 EA 2,227.00 8,908.00 Total: $ 447,663 REVISED Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of 5% of the total amount of bid Dollars ($x7.383.o0j, 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. 1 Addenda No. 2 Addenda No. 3 Addenda No. Date 09/21/21 Date 09/29/21 Date to/y Date Date: October�7,, V2021 �;4-� U�_ Autho zed Signature Jordan Wilson, President (Printed or Typed Name) The Wilson Grow, Inc, Company 13510 Oak Street Address Kansas City , Jackson City, County Missouri 64145 State Zip Code Telephone: 816 - 537-0212 Fax: 816 - 605-1555 FEDERAL TAX ID or SOCIAL SECURITY No. 43-1884779 EMAIL: jordan@thewilsongroupinc.com M/WBE Woman Black Amencan Native American Firm: ispantc Asian Pacific Other peci y American American 2,Wa - C_0H5(,o CERTIFICATE OF INTERESTED PARTIES FORM 1295 lofl 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. 2021-822967 The Wilson Group, Inc. Kansas City, MO United States Date Filed: 11111/2021 2 Name of governmental entity or state agency that is a party tot the contract for which the form is being filed. City of Lubbock Date Acknowledged: 3 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. 21-16053 Replacement of glass at Lubbock Airport. 4 Nature of interest Name of Interested Parry City, State, Country (place of business) (check applicable) Controlling I Intermediary Wilson, Jordan Kansas City, MO United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION ` My name is �J O f A CL n W 1 `SOVl and my date of birth is Myaddressis 13510 o&Ae_ �fi- _K0.v�545 Qij (street) (city) Mb 64146 USA (state) (zip code) (country) I declare under penalty ofperjurythat the foregoing is true and correct. Executedin County, State of `55 dJ d► on ^ I the I 1 day of ' `r 0 V. 20 2 I (month) (year) Signature of authorize ag• .t of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.191b5cdc 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. 2021-822967 The Wilson Group, Inc. Kansas City, MO United States Date Filed: 11/11/2021 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: 10/20/2022 3 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. 21-16053 Replacement of glass at Lubbock Airport. 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Wilson, Jordan Kansas City, MO United States X 5 Check only if there is NO Interested Party. ❑ 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 V1.1.191b5cdc BOND CHECK BEST RATING A+ LICENSED IN TEXAS DATE: 11.29.21 BY: TF CONTRACT AWARD DATE: November 16.2021 CITY OF LUBBOCK SPECIFICATIONS FOR Lubbock Preston Smith International Airport Glass Replacement ITB 21-16053-TF CONTRACT 16053 PROJECT NUMBER: 92361.9251.30000 Plans & Specifications may be obtained from https:Hci-lubbock-tx.bonfirehub.com/ City of 1 ' bb o cn TEXAS CITY OF LUBBOCK Lubbock, Texas Page Intentionally Left Blank Addenda Page Intentionally Left Blank 10. C'ty of ibbock TExas ADDENDUM I Modified Item 24 of the General Conditions of the Agreement ITB 21-16053-TF Lubbock Preston Smith International Airport Glass Replacement DATE ISSUED: September 21, 2021 OPEN DATE: October 7, 2021 at 2:00 p.m. 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. Modified Item 24 of the General Conditions of the Agreement 1. Please add the following to the content of the paragraph: To the extent of any conflict between this Section and applicable Federal Aviation Administration General Provisions, the latter shall control for all purposes. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Asst. Director 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 TKFloreskmylubbock.us Questions are preferred to be posted on Bonfire. THANK YOU, ?e*& �'&w CITY OF LUBBOCK Teofilo Flores Asst. Director City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder'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. 10. C'ty of ibbock TExas ADDENDUM 2 Revised Bid Submittal Form ITB 21-16053-TF Lubbock Preston Smith International Airport Glass Replacement DATE ISSUED: September 29, 2021 OPEN DATE: October 7, 2021 at 2:00 p.m. 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. Revised Bid Submittal Form The following items on the Bid Form have been revised and must be submitted with the response. The revised Bid Form is attached to this addendum. Please acknowledge reception of this addendum on the signature page of the Revised Bid Form. DELETE: The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 60 calendar days after the scheduled closing time for receiving bids. ADD: The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 30 calendar days after the scheduled closing time for receiving bids. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Asst. Director 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 TKFloreskmylubbock.us Questions are preferred to be posted on Bonfire. THANK YOU, e*& 76i"a CITY OF LUBBOCK Teofilo Flores Asst. Director City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder'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. REVISED BID SUBMITTAL FORM BID CONTRACT DATE: PROJECT NUMBER: ITB 21-16053-TF, Lubbock Preston Smith International Airport Glass Replacement Bid of Bidder) (hereinafter called 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. 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. Offeror 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 substantially complete the project within 205 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $25 for each consecutive calendar day after substantial completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 30 calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within 10 business days after notice of award of the contract to him. REVISED Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) 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: M/WBE oman Black American ative erican Firm: Hispanic Asian Pacific Other peci y American American REVISED INSURANCE REQUIREMENTS 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 requirements defined in this bid. If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub - recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. TEXAS GOVERNMENT CODE SECTION 2252.152 The undersigned representative of the undersigned company or business, being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that should the above -named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas, which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Lubbock Purchasing and Contract Department. TEXAS GOVERNMENT CODE SECTION 2271.002 Company hereby certifies the following: 1. Company does not boycott Israel; and 2. Company will not boycott Israel during the term of the contract. The following definitions apply to this state statute: (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. REVISED This Certification is required from a Company if the Company has 10 or more full-time employees and the contract for goods or services (which includes contracts formed through purchase orders) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. Agreement Example Review This sample Agreement has been reviewed and ( ) is acceptable ( ) is acceptable as noted Contractor Acknowledgement In compliance with this solicitation, the undersigned bidder, having examined the bid documents, instructions to bidders, documents associated with the invitation to bid, and being familiar with the conditions to be met has reviewed the above information regarding: • Insurance Requirements • Suspension and Debarment Certification • Texas Government Code Section 2252.152 • Texas Government Code Section 2271.002 An individual authorized to bind the company must sign the following section. Failure to execute this portion may result in bid rejection. By signing below, the terms stated have been reviewed and approved. Company Name: Signed By: Print Name and Title: Date: 10. C'ty of ibbock TExas ADDENDUM 3 Revised DBE Contracting Requirement Forms ITB 21-16053-TF Lubbock Preston Smith International Airport Glass Replacement DATE ISSUED: October 4, 2021 OPEN DATE: October 7, 2021 at 2:00 p.m. 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. Revised DBE Contracting Requirement Forms The Revised DBE Contracting Requirement Forms are attached. Please utilize the revised forms when submitting your bid. Please note: DELETE: References to ITB 21-15877-CM Lubbock Preston Smith International Airport Taxiways M and J Rehabilitation ADD: ITB 21-16053-TF Lubbock Preston Smith International Airport Glass Replacement All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Asst. Director 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 TKFlores(abmylubbock.us Questions are preferred to be posted on Bonfire. THANK YOU, CITY OF LUBBOCK Teofilo Flores Asst. Director City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder'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. REVISED 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 REVISED 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 REVISED 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 REVISED DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION ITB 21-16053-TF TITLE: ITB 21-16053-TF Lubbock Preston Smith International Airnort Glass Replacement The undersigned has satisfied the requirements of the specifications in the following manner (please check the appropriate space): ❑ The bidder is committed to minimum of (City of Lubbock's goal) 3.75% DBE utilization on this project. ❑ The bidder (if unable to meet the City's goal of 3.75% DBE) is committed to a minimum of % DBE utilization on this project and has submitted documentation showing good faith effort. Contractor By (Signature) Address City: Telephone (including area code): Federal Tax ID/SSN: (Title) State: Zip Code: REVISED LETTER OF INTENT ITB 21-16053-TF TITLE: ITB 21-16053-TF Lubbock Preston Smith International Airport Glass Replacement Name of Bidders' Firm: Bidder's Address: City: Telephone (with area code): Name of Subcontractor/DBE Firm: Address: State: City: State Zip: Telephone (including area code): Description of work to be performed by DBE firm: Zip: Bidder intends to utilize the above -named subcontractor/DBE firm for the work described above. The estimated amount of work is valued at $ If the above -named bidder is not determined to be the successful bidder, the Letter of Intent shall be null and void. Complete and submit this form for each subcontractor you progose to use on this project: (Copy this page for each subcontractor)/DBE firm) Contractor: Date: REVISED BIDDERS LIST ITB 21-16053-TF TITLE: ITB 21-16053-TF Lubbock Preston Smith International Airport Glass Replacement All firms bidding or quoting on subcontracts for this DOT -assisted project are listed below. Firm Name Address Certified DBE (Y or N) Age of Firm GRS* Note: This form is not necessary if the recipient establishes a bidders list using another methodology (e.g., statistically sound survey of firms, widely disseminated request of firms to report information to the recipient, etc.) as defined in the recipient's DBE plan. *GRS — Annual Gross Receipts Enter 1 for less than $1 million Enter 2 for more than $1 million, less than $5 million Enter 3 for more than $5 million, less than $10 million Enter 4 for more than $10 million, less than $15 million Enter 5 for more than $15 million 10. C'ty of ibbock TExas ADDENDUM 4 Bid Due Date Extension ITB 21-16053-TF Lubbock Preston Smith International Airport Glass Replacement DATE ISSUED: October 6, 2021 NEW OPEN DATE: October 14, 2021 at 3:00 p.m. 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. Bid Due Date Extension The bid due date has been extended to October 14, 2021, at 3:OOPM CST. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Asst. Director 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 TKFlores(amylubbock.us Questions are preferred to be posted on Bonfire. THANK YOU, ?eqt& 57&uj CITY OF LUBBOCK Teofilo Flores Asst. Director City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder'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. 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. SAFETY RECORD QUESTIONNAIRE 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 City of Lubbock TEXAS ITB 21-16053-TF Lubbock Preston Smith International Airport Glass Replacement 1. NOTICE TO BIDDERS 1.1. Bidders may submit responses electronically by uploading required documents at the City of Lubbock's partner website, Bonfire. This Invitation to Bid is for your convenience in submitting a bid for the specified project. 1.2. Electronic bids will be opened in the office of the Director of Purchasing and Contract Management, Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401, and via teleconference as shown below at 2:00 PM on October 7, 2021, or as changed by the issuance of formal addenda to all planholders, 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: https:Hzoom.us/j/9759171012?pwd=bkFtRTN1cXVlSkhWdkZiMDk4MXh2dz09 Meeting ID: 975 917 1012 Passcode: 1314 1.4. It is the sole responsibility of the bidder to ensure that his bid is actually received by 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 2:00 PM on October 7, 2021, and the City of Lubbock Council members will consider the bids on November 2, 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. Please allow time to upload required documentation. 24hrs in advance is recommended. 1.7. The estimated budget for this project is $300,000. 1.8. 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. 1.9. 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 https://ci-lbbock-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. 1.10. 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 September 28, 2021, at 10:00 a.m., via teleconference. The Zoom meeting information is as follows: Website: https://zoom.us/j/9759171012?pwd=bkFtRTN1cXVISkhWdkZiMDk4MXh2dzO9 Meeting ID: 975 917 1012 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: Teofilo Flores, Asst. Director City of Lubbock Purchasing and Contract Management Office 1314 Avenue K, Floor 9 Lubbock, Texas 79401 Fax: 806-775-2164 2. TIME AND ORDER FOR COMPLETION 2.1 The construction covered by the contract documents shall be substantially completed within 205 Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 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 ONE year 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 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) 5. ADDENDA & MODIFICATIONS 5.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at https: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 public 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. 8. 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. https:Hlubbocktx.govga.us/WEBAPP/_rs/(S(quiyirflbtihahjnyce cs))/SLipportHome.aspx 8.5 For more information, please see the City of Lubbock Public Information Act website at: https://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. 11.3 It is not necessary to fill out the CIQ Form unless you have a business relationship that might cause a conflict of interest with the City of Lubbock 11.4 Effective January 1, 2006, Chapter 176 of the Texas Local Government Code requires that any vendor or person considering doing business with a local government entity disclose in the Questionnaire, Form CIQ, the vendor or person's affiliation or business relationship that might cause a conflict of interest with a local government entity. By law, the questionnaire must be fled with the records administrator of the City of Lubbock not later than the Seventh business day after the date the person becomes aware of the facts that require the statement to be filed. The questionnaire can be found at: s://www.ethics.state.tx.us/forms/conflict/ For the City of Lubbock, these forms should be filed with the City Secretary's Office, P.O. Box 2000, Lubbock, Texas, 79457 See Section 176.006, Local Government Code: http://www.statutes.legis.state.tx.us/SOTWDocs/LG/htm/LG. 176.htm. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 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. CERTIFICATE OF INTERESTED PARTIES 13.1 Effective January 1, 2016, Section 2252.908, as amended, of Chapter 2252 of the Texas Government Code requires certain business entities to submit an electronic disclosure form to the Texas Ethics Commission before entering into a contract with a local government entity when any of the following apply: 1) Contract requires an action or vote by the City Council (governing body); OR 2) Contract value is $1 Million or greater; OR 3) Contract is for services that would require a person to register as a lobbyist under Chapter 305 of the Government Code. This must be done before executing the contract. The disclosure form may be found at hops://www.ethics.state.tx.us/whatsnew/elf_ info_forml295.htm. You must log in and create an account the first time you fill out the form. Tutorial videos on how to log in for the first time and how to fill out the form can be found through the link above. After you electronically submit the disclosure form, a screen will come up confirming the submission and assigning a certificate number. Then, you must print the form, have an authorized agent complete the declaration and sign, and provide it to the City (scanned email copy is acceptable). 14. PLANS FOR USE BY BIDDERS 14.1 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. 15. PAYMENT 15.1 All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 16. AFFIDAVITS OF BILLS PAID 16.1 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. 17. MATERIALS AND WORKMANSHIP 17.1 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. 18. PLANS FOR THE CONTRACTOR 18.1 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. 19. PROTECTION OF THE WORK 19.1 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: 19.1.1 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. 19.1.2 A sworn statement of the current financial condition of the bidder. 19.1.3 Equipment schedule. 20. TEXAS STATE SALES TAX 20.1 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. 20.2 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. 21. PROTECTION OF SUBSURFACE LINES AND STRUCTURES 21.1 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. 22. BARRICADES AND SAFETY MEASURES 22.1 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. 23. EXPLOSIVES 23.1 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. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 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. 24. CONTRACTOR'S REPRESENTATIVE 24.1 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. 25. INSURANCE 25.1 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. 25.2 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. 26. LABOR AND WORKING HOURS 26.1 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: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 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. 26.1.3 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. 26.2In 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. 27. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS 27.1 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. 28. PROVISIONS CONCERNING ESCALATION CLAUSES 28.1 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. 29. PREPARATION FOR BID 29.1 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 • Safety Record Questionnaire • 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 29.2 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. 29.3 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. 29.4 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. 30. BOUND COPY OF CONTRACT DOCUMENTS 3 0. 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 30.1 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. 31. 31 DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS 31.1 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. 31.2 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 51 % 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. 31.3 Good Faith Efforts (Information to be submitted) 31.1.1 City of Lubbock treats bidders' compliance with good faith efforts requirements as a matter of responsiveness. 31.1.2 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 31.4 Demonstration of good faith efforts 31.4.1 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. 31.4.2 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." 31.4.3 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. 31.5 Administrative reconsideration 31.5.1 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. 31.5.2 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. 31.6 Good Faith Efforts when a DBE is replaced on a contract 31.6.1 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. 31.6.2 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. 31.7 Certification 31.7.1 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, Kwilliamsgmylubbock.us. 31.8 Certification Appeals 31.8.1 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. 31.8.2 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). 31.9 "Recertifications" 31.9.1 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. 3 1. 10 Bidders List 31.10.1The 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. 31.10.2The 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. 31.11 Monitoring Payments to DBEs 31.11.1 The 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. 31.11.2The City will keep a running tally of actual payments to DBE firms for work committed to them at the time of contract award. 31.11.3The 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. 32 VETERAN'S PREFERENCE 32.1 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. 33 CONFIDENTIALITY 33.1 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. 33.2 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. 33.3 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. 34 NON DISCRIMINATION CLAUSE 34.1 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. 35 PROMPT PAYMENT 35.1 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. 36 MONITORING AND ENFORCEMENT MECHANISMS 36.1 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. 36.2 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. 36.3 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 37 BREACH OF CONTRACT TERMS 37.1 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. 38 QUALIFICATIONS OF BIDDERS 38.1 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 maybe 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. (c) The quality of performance of previous contracts or services. (d) The safety record of the Contractor and proposed Sub -Contractors 38.2 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. 39 PLANS FOR THE CONTRACTOR 39.1 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. 40 ANTI -LOBBYING PROVISION 40.1 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. 40.2 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. 41 PREVAILING WAGE RATES 41.1 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 41.2 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. 41.3 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 41.4 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. 41.5 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. 42 PROTEST 42.1 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. 42.2 FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A WAIVER OF ANY PROTEST. BID SUBMITTAL FORM Page Intentionally Left Blank REVISED BID SUBMITTAL FORM BID CONTRACT DATE: October 7, 2021 PROJECT NUMBER: ITB 21-16053-TF, Lubbock Preston Smith International Airport Glass Replacement Bid of The Wilson Group, Inc. Bidder) (hereinafter called 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. 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. Offeror 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 substantially complete the project within 205 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $25 for each consecutive calendar day after substantial completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 29 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 30 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 (50/6) 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. City of Lubbock, TX LPSIA ITB 21-16053-TF Lubbock Preston Smith International Airport Glass Replacement The Wilson Group, Inc. of Kansas City, MO Qty Extended Item Description (+/-) UoM Unit Cost Cost Remove and Replace Size A Glass Pane - #0-1 Approx. Size (48" x 101 ", WH) 144 EA $ 2,227.00 320,688.00 Remove and Replace Size 13 Glass Pane - #0-2 Approx. Size (48" x 51 ", WH) 45 EA 2,227.00 100,215.00 Remove and Replace Size C Glass Pane - #0-3 Approx. Size (48" x 24", WH) 7 EA 2,227.00 15,589.00 Remove and Replace Size D Glass Pane - #0-4 Approx. Size (74" x 101 ", WH) 1 EA 2,263.00 2,263.00 Remove and Replace Size E Glass Pane - #0-5 Approx. Size (52" x 51 ", WH) 4 EA 2,227.00 8,908.00 Total: $ 447,663 Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of 5% of the total amount of bid Dollars ($Z7-,,383.«0), 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: (f7` Secretary Bidder acknowledges receipt of the following addenda: Addenda No. 1 Date 09/21/21 Addenda No. 2 Date 09/29/21 Addenda No. 3 Date lo/y Addenda No. Date Date: October 7, 2021 Autho zed Signature Jordan Wilson, President (Printed or Typed Name) The Wilson Group, Inc. Company 13510 Oak Street Address Kansas City , Jackson City, County Missouri 64145 State Zip Code Telephone: 816 - 537-0212 Fax: 816 - 605-1555 FEDERAL TAX ID or SOCIAL SECURITY No. 43-1884779 EMAIL: jordan@thewilsongroupinc.com M/WBE Woman Black American attve merican Firm: Hispanic Asian aci is Other (Specify) American American Document A310` - 2010 CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place The Wilson Group, Inc. of business) The Cincinnati Insurance Company 13510 Oak St. 6200 S. Gilmore Road Kansas City, MO 64145 Fairfield, OH 45014 OWNER: (Name, legal status and address) City of Lubbock, Texas 1314 Ave., K, Floor 9 Lubbock, TX 79401 BOND AMOUNT: $ Five percent (5%) of bid amount PROJECT: (Name, location or address, and Project number, if any) ITB 21-16053-TF Lubbock Preston Smith International Airport Glass Replacement The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the tern Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. ADDITIONS AND DELETIONS: The author of this document has added information needed for its completion. The author may also have revised the text of the original AIA standard form. An Additions and Deletions Report that notes added information as well as revisions to the standard form text is available from the author and should be reviewed. A vertical line in the left margin of this document indicates where the author has added necessary information and where the author has added to or deleted from the original AIA text. This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. Init. AIA Document A310TM — 2010. Copyright ©1963, 1970 and 2010 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document Is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. i C. ;T"i Signed and sealed this 7th day of October, 2021 1 (Witness) p (Witness)el Secretary (Principal) (Seal) (Title) / (Surety) (Seal) David S. Salavitch, Attorney_ in Fact (Title) ``n�ati ins! F QNtiNNATL ; o o; OH1O .3 N. Init. AIA Document A310TM — 2010. Copyright ® 1963, 1970 and 2010 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. Z User Notes: (877099080) THE CINCINNATI INSURANCE COMPANY THE CINCINNATI CASUALTY COMPANY Fairfield, Ohio POWER OF ATTORNEY KNOWALL MEN BY THESE PRESENTS: That THE CINCINNATI INSURANCE COMPANY and THE CINCINNATI CASUALTY COMPANY, corporations organized under the laws of the State of Ohio, and having their principal offices in the City of Fairfield, Ohio (herein collectively called the "Companies'), do hereby constitute and appoint David S. Salavitch; Luke P. Sealer, Robert L. Cox, II and/or Samuel J. Sealer Of Lees Summit, Missouri their true and legal Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and deliver on behalf of the Companies as Surety, any and all bonds, policies, undertakings or other like instruments, as follows: Any such obligations in the United States, up to One Hundred Million and No/100 Dollars ($100,000,000.00). This appointment is made under and by authority of the following resolutions adopted by the Boards of Directors of The Cincinnati Insurance Company and The Cincinnati Casualty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the President or any Vice President be hereby authorized, and empowered to appoint Attomeys-in-Fact of the Company to execute any and all bonds, policies, undertakings, or other like instruments on behalf of the Corporation, and may authorize any officer or any such Attomey-in-Fact to affix the corporate seal; and may with or without cause modify or revoke any such appointment or authority. Any such writings so executed by such Attomeys-in-Fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company. RESOLVED, that the signature of the President or a Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary and the Seal of the Company may be affixed by facsimile to any certificate of any such power and any such power of certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company. IN WITNESS WHEREOF, the Companies have caused these presents to be sealed with their corporate seals, duly attested by their President or a Senior Vice President this 19th day of December, 2018. e e STATE OF OHIO )SS: COUNTY OF BUTLER ) THE CINCINNATI INSURANCE COMPANY THE CINCINNATI CASUALTY COMPANY On this 19th day of December, 2018 before me came the above -named President or Vice President of The Cincinnati Insurance Com- pany and The Cincinnati Casualty Company, to me personally known to be the officer described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of said Companies and the corporate seals and the signature of the officer were duly affixed and subscribed to said instrument by the authority and direction of said corporations. "pR1A,L` fz: h�.9�� E��gTE•OF •oYy,�4� Keith Ctt, Attorney at Law Notary Public— State of Ohio My commission has no expiration date. Section 147.03 O.R.C. I, the undersigned Secretary or Assistant Secretary of The Cincinnati Insurance Company and The Cincinnati Casualty Company, hereby certify that the above is the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Power of Attorney is still in full force and effect. Given under my hand and seal of said Companies at Fairfield, Ohio, this 7th day of October, 2021 e e BN-1457 (4/19) City of Lubbock, TX Purchasing and Contract Management Similar Projects and Reference Form Please list three references of current customers who can verify the quality of service your company provides. The City prefers customers of similar size and scope of work. Please do not use the City of Lubbock. REFERENCE ONE Company Name: Iowa State University Address: 701 Morrill Rd., Ames, Iowa 50011 Contact Person and Title: Ben Haywood, Construction Manager Phone: 515-357-5633 Email: bhaywood@iastate.edu Similar Project: ISU Parks Library - 12,700 SF glass replacement in occupied facili Year 2021 REFERENCE TWO Company Name: Smithton RVI School District Address: 505 S. Mvrtle, Smithton, MO 65350 Contact Person and Title: David Bray, Superintendent Phone: (660) 343-5316 ext. 101 Email: brayd@smithton.kl2.mo.us Similar Project: 3000 SF glass - Windows & storefront entrances REFERENCE THREE Company Name: University of Nebraska -Lincoln Address: 1400 R St, Lincoln, NE 68588 Year 2021 Contact Person and Title: Bradley Muehling (University of Nebraska- Lincoln) bmuehling@nebraska.edu Phone: Justin Monroe (RDG Planning & Design) (402) 449-0878 Email: jmonroe@rdgusa.com Similar Project: Curtainwall replacement Year 2021 Page Intentionally Left Blank Contractor's General Information Organization Doing Business As The Wilson Group, Inc. Business Address of Principle Office 13510 Oak Street Kansas City, Missouri 64145 Telephone Numbers Main Number 816-537-0212 Fax Number 816-605-1555 Web Site Address www.thewilsongroupinc.com Form of Business (Check One) If a Corporation Date of Incorporation X I A Corporation A Partnership An Individual 04/01 /2000 State of Incorporation Missouri Chief Executive Officer's Name NA President's Name Jordan Wilson Vice President's Name(s) Secretary's Name Scott Briedwell Treasurer's Name Date of Organization NA State whether partnership is general or limited If an Individual Name Business Address Identify all individuals not previously named which exert a significant aniount of organization Indicators of Organization Size Average Number of Current Full Time Average Estimate of Revenue for the Employees 49 Current Year 1$20,000,000.00� Contractor's Organizational Experience Organization Doing Business As The Wilson Group, Inc. Business Address of Regional Office 13510 Oak Street Kansas City, Missouri 64145 Name of Regional Office Manager Janet Wilson Telephone Numbers Main Number 816-537-0212 Fax Number 816-605-1555 Web Site Address www.thewilsongroupinc.com Organization List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies presently doing business: Names of Organization From Date To Date The Wilson Group, Inc. 04/01/2000 Present List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Construction Experience Years experience in projects similar to the proposed project: As a General Contractor 121 As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? NO If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten years? NO If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local, state, or federal agency within the last five ears? N0 _ If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating litigation? NO If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? NO If yes provide full details in a separate attachment. See attachment No. Contractor's Proposed Key Personnel Organization Doing Business As The Wilson Group, Inc. Proposed Project Organization Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. Jordan Wilson, President Scott Briedwell, Secretary Janet Wilson, Accounting/Marketing Michele Hopkins, Accounts Payable Manager Lindsey Briedwell, Safety Director/Manager Jim Bennett, Quality Control Manager Project Managers Field Personnel Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No. Same as above and attached With addition of Keith Knight, Project Manager with Tom Bennett as alternate Henry Millman or Robert Oliver, Project Superintendent PersonnelExperience of Key Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Alternate Candidate Project Manager Keith Knight Tom Bennett Project Superintendent Henry Millman Robert Oliver Project Safety Officer Lindsey Briedwell Jim Bennett Quality Control Manager Jim Bennett n/a If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. ORGANIZATIONAL CHART THE WILSON GROUP, INC. Quality Control President Jordan Wilson Accounting/Marketing Secretary Janet Wilson H Scott Briedwell Accounts Payable Manager Safety Director Michele Hopkins Lindsey Briedwell Quality Control Manager Jim Bennett Project Managers Senior Superintendents Field Employees 40+ Bidding ORGANIZATIONAL CHART THE WILSON GROUP, INC. Quality Control=H President Jordan Wilson Accounting/Marketing Secretary Janet Wilson H Scott Briedwell Accounts Payable Manager Safety Director __ Michele Hopkins Lindsey Briedwell Quality Control Manager Jim Bennett Project Managers Keith Knight/Tom Bennett Senior Superintendents Henry Millman/Robert Oliver Field Employees 40+ Bidding Proposed Project Managers Organization Doing Business As Primary Candidate Name of Individual The Wilson Group, Inc. Keith Knight Years of Experience as Project Manager 2 Years of Experience with this organization 7 Number of similar projects as Project Manager 6 Number of similar projects in other positions 124 Current Project Assignments 4 Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Mid America Nazarene University Cunningham Student Center 20 12.31.21 Smithton RVI School District Window Replacement 20 10.31.21 Naismith Hall Window Replacement -Lawrence KS 20 12.31.21 Reference Contact Information (listing names indicates ap roval to contactingthe names individuals as a reference Name Haley Jones Name David Bray Title/ Position Project Manager Title/ Position School Superintendent Or anization AL Huber Gen Contractors Organization Smithton RVI School District Telephone 913-341-4880 Telephone 660-343-5316 ext 101 E-mail HJONES@ALHUBER.COM E-mail brayd@smithton.k12.mo.us Project MNU Cunningham Student Center Project Smithton RVI School District Windows Candidate role on Proect Alternate Candidate Name of Individual Project Manager Candidates =Project on Project Manager Tom Bennett Years of Experience as Project Manager 21 Years of Experience with this organization 21 Number of similar projects as Project Manager 100 + Number of similar projects in other positions 100+ Current Project Assignments 6 Name of Assignment Percent of Time Used for this Proiect Estimated Project Completion Date IA State University Parks Library 20 10.31.21 Indiana University Biology Building 20 11.15.21 Indiana University Engineering Building 20 11.30.21 • Name Chad Schaeffer Name Mark Graves Title/ Position Project Manager Title/ Position Project Manager Organization Iowa State University Organization Indiana University Telephone 515-509-1375 Telephone 812-855-6571 E-mail mtgraves@iastate.edu E-mail crschaef@iu.edu Project ISU Parks Library Project IU Biology Bldg Windows Candidate role on Proiect Project Manager Candidate role on Project Project Manager Proposed Project Superintendent Organization Doing Business As Primary Candidate Name of Individual The Wilson Group, Inc. Henry Millman Years of Experience as Project Superintendent 5 Years of Experience with this organization 5 Number of similar projects as Superintendent 100+ Number of similar projects in other positions 100+ Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Iowa State University Parks Library Window Replacement 100 NA NA NA NA NA NA Reference Contact Information(listing names indicates ap roval to contacting the names individuals as a reference Name Mark Graves Name Title/ Position Project Manager Title/ Position Organization Iowa State University Organization Telephone 515-509-1375 Telephone E-mail mtgraves@iastate.edu E-mail Protect ISU Parks Library Project Candidate role on Project Alternate Candidate Name of Individual Superintendent Candidate role on Project Robert Oliver Years of Experience as Project Superintendent 20 Years of Experience with this organization 20 Number of similar projects as Superintendent 100+ Number of similar projects in other positions 100+ Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Smithton RVI School District Window Replacement 100 10.31.21 NA NA NA NA NA NA Reference Contact Infonnation (listing nanies indicates approval David Bray to contacting the Name names individuals as a reference) Name Title/ Position Project Manager Title/ Position Organization Smithton RVI School District Or anization Telephone 660-343-5316 ext 101 Telephone IKIIA E-mail brayd@smithton.kl2.mo.us E-mail Project Smithton RVI Window Replacement Project Candidate role on Project Superintendent Candidate role on Project Proposed Project Safety Officer Organization Doing Business As Primary Candidate Name of Individual Lindsey Briedwell Years of Experience as Project Safety Officer 15 Years of Experience with this organization 15 Number of similar projects as Safety Officer Lindsey is safety director/officer for all projects 100+ Number of similar projects in other positions 100+ Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date ISU Parks Library 20 12/2021 Smithton RVI School District 20 11/2021 University of Nebraska - Lincoln 20 12/2021 Reference Contact Information(listing names indicates ap roval to contactingthe names individuals as a reference Name Ben Haywood Name Bradley Muehling Title/ Position Construction Manager Title/ Position Organization IA State University Organization Nebraska University Telephone 515-357-5633 Telephone 660-343-5316 ext 101 E-mail bhaywood@iastate.edu E-mail bmuehling@nebraska.edu Project ISU Parks Library (current) Project UN of Ne Curtainwall replacement (curren Candidate role on Protect CandidateAlternate Name of Individual I Safety Director for Wilson Group Candidate role on Protect Safety Director for Wilson Gro NA Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information (listing names indicates approval PW7 to contacting the Name naines individuals as a reference) Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Proposed Project Quality Control Manager Organization Doing Business As Primary Candidate Name of Individual The Wilson Group, Inc. Jim Bennett Years of Experience as Quality Control Manager 16 Years of Experience with this organization 2 Number of similar projects as Quality Manager 100+ Number of similar projects in other positions 100+ Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Com letion Date Smithton RVI School District Windows 20 10.31.21 ISU Parks Library Windows 20 11.30.21 University of Nebraska - Lincoln 20 12.31.21 Reference Contact Information (listjEg names indicates ap roval to contactingthe names individuals as a reference Name David Bray Name Ben Haywood Title/ Position Project Manager Title/ Position Construction Manager Organization Smithton RVI School District Organization IA State University Telephone 660-343-5316 ext101 Telephone 515-357-5633 E-mail brayd@smithton.k12.mo.us E-mail bhaywood@iastate.edu Project Smithton RVI Window Replacement Project ISU Parks Library Windows Candidate role on Project Quality Control Manager Altemate Candidate Name of Individual Candidate role on Project Quality Control Manager !NA Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Percent of Time Used for Estimated Project this Project Completion Date Current Project Assignments Name of Assignment Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Contractor's Project Experience and Resources Organization Doing Business As The Wilson Group, Inc. Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: 1. Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meeting HUB / MWBE Particii2ation Goal Equipment Provide a list of major equipment proposed for use on this project. Attach Additional Information if necessary Equipment Item Primary Use on Project Own Will Lease Aerial & Scissor Glass Replacement X OrganizationDivision of Work between What work will the organization complete using its own resources? A$5 t5 T 1.J CTu455-F'PLACEMEC+s i What work does the organization propose to subcontract on thisproject? }(ss sn,.� T Cr Jv THE PLACt AC:,JT o r= Cr t_ ASS T /n/C L vbE Mcl o r CA tic-tet 1G JAt om--, ��^SS. � 1%cP hlrftl I�tTEIZJa� Cow1T�t�1�ct►J� : To -f/Etr ��/.✓s�s{c��Nc; n;= E w GEvASS 4- ALLJ-►-� d CLC k J ue Contractor's Subcontractors and Vendors Organization Doing Business As The Wilson Group, Inc. Project• Provide a list of subcontractors that will provide more than 10 percent of the work [based on contract amounts Name Work to be Provided Est. Percent of Contract HUB/MWBE Firm Provide information on the proposed key personnel, project experience and a description of past relationship and work ex erience for each subcontractor listed above using the Project Information Forms. Equipment Provide a list of major equipment proposed for use on this project. Attach Additional Information if necessary Vendor Name Equipment / Material Provided Furnish Only Furnish and Install HUB/M WBE Firm Kawneer aluminum/gasket X Viracon glass X S&S Sales sealant X 10 Attachment A Current Projects and Project Completed within the last 10 Years Project Owner l Smithton RVI School District General Description of Project: Window replacement ect Name ISmithton RVI School District Window Replacement Project Cost 1$209,210 to date I Date Project Completed 110.31.21 Key Project Personnel Project Manager Project Superintendent Safety Officer Name Keith Knight Robert Oliver Lindsey Briedwell Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position. Owner Construction Manager David Bray Superint Project Owner Iowa State University General Description of Project: Parks libra window replacement Project Cost $809,461 to date Key Project Personnel Name Reference Contact Information (listing names indicates approval Name Title/ Po Owner endent I Smithton RVI School District Proiect Name ISU Parks to c sitio Telephone Quality Control Manager Jim Bennett E-mail 660-343-5316 ext 101 1 brayd@smithton.kl2.mo.us Date Project Completed 110.31.21 Project Manager Project Superintendent Safety Officer Tom Bennett Henry Millman Lindsey Briedwell ontacting the names individuals as a reference) n I Organization I Telephone Construction Manager Mark Graves Construction Manager IA State University 515-509-1375 Project Owner JMid America Nazarene University Project Name I MNU Cunningham Student Center General Description of Project: Exterior & interior storefront installation in new building at the MNU site for A.L. Huber (General Contract Project Cost 1$40,545 to date I Date Project Completed 12.31.21 Key Project Personnel Project Manager Project Superintendent Safety Officer Name Keith Knight Lindsey Briedwell Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone Owner Quality Control Manager Jim Bennett E-mail ntgraves@iastate.edu Quality Control Manager Jim Bennett E-mail Construction Manager I Haley Jones I Construction Manager JAL Huber Gen Contractor 913-341-4880 1 HJONES@ALHUBER.C❑ Attachment B Project Information Project Owner The Trustees of Purdue University Project Name Purdue University Hampton Hall Window Replacement General Description of Project Replacement of 458 windows performed over the summer break in 2020. Infrastructure below grade prevented access Trom the exterior so trie windows were designed and installed from the buflaing interior. Limited space and access within the historic building's elevator made material staging difficult with large pre -glazed windows. Also this took place during the height of Covid-19 concerns and with all related precautions of face masks, personal temp checks, reporting, and social distancing. Project Budget History Schedule Performance Amount % of Bid Date Days Amount Bid Notice to Proceed Change Orders None Contract Substantial Completion Date at Notice to Proceed 05/2020 Owner Enhancements None Contract Final Completion Date at Notice to Proceed Unforeseen Conditions None Change Order Authorized Substantial Completion Date N/A Design Issues None Change Order Authorized Final Completion Date N/A Total Actual / Estimated Substantial Completion Date Final Cost $972,300 Actual / Estimated Final Completion Date 08.15.20 ProjectKey • Project Manager Project Sup Safety Officer Quality Control Manager Name Tom Bennett Henry Millman Lindsey Briedwell Jim Bennett Percentage of Time Devoted to the Project 20 20 20 20 Proposed for this Project Tom Bennett Henry Millman Lindsey Briedwell Jim Bennett Did Individual Start and Complete the Project? yes yes yes es If not, who started or completed the project in their place. Reason for change. Reference Contact Information (listing narnes indicates approval to contacting the names individuals as a rererence) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Kristi Brown Sr. Project Manager Purdue University 765-494-7183 brownk@purdue.edu Sure Issues 'Disputes Resolved or Pending Resolution by Arbitration, Litigation or Dispute Review Boards Number of Issues Total Amount involved in Number of Issues Total Amount involved in Resolved 0 Resolved Issues 0 Pendin 0 Resolved Issues 0 Attachment A -Philosophy Project Approach & Methodology � f&— We We understand that the City of Lubbock is our customer; and that the occupants are the customer as well. So to be successful, we must and will continue to strive for the satisfaction of ALL involved. And remain dedicated to our successful TEAM Approach. Our experience with general construction and specifically, window projects, make The Wilson Group Inc. uniquely qualified to provide a quality window replacement project for you. This history includes work for Universities, government facilities at the state and local level, and many private and public institutions. We understand: • Each schedule may be different. • Work hours or conditions may vary. But our approach to project management, quality, safety & timely completions shall not differ. Our priorities shall remain: Safe work environment for Building Occupants and our Employees Providing quality construction services, in all -trades Proper supervision of subcontractors, and continuing to expand our excellent relationships Developing and meeting proper schedules of progress and completion Meeting all contract requirements (Davis Bacon, Participation Goals, Buy -American) Controlling costs and budgets and modifications Satisfaction of the Owner and Tenant Our strengths and goals are: Good Organization Proper Oversight Controlling Costs/Maintaining Budgets Excellent Communication Strong Relationships (tenants, subcontractors, facility managers, project managers, contracting officers) Exceeding Contract Requirements The Wilson Group Inc. believes in the vision of continuing to grow, not only our business & reputation, but also in continuing to improve on our strengths and exceed our goals for this contract. Using our strengths and resources, we shall continue to demonstrate our ability to exceptionally manage projects without claims and resolve any issues at the base level, as needed in order to continue to provide the most -efficient "best value"! for the City of Lubbock. City of Lubbock, TX Purchasing and Contract Management Safety Record Questionnaire The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following four (4) questions and submit them with their proposals: UESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO X If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO X If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO X If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. QUESTION FOUR Provide your company's Experience Modification Rate and supporting information: ■qV ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. n r President Title WORKERS COMPENSATION EXPERIENCE RATING ONIC".Risk Name: THE WILSON GROUP INC Risk ID: 911358921 Rating Effective Date: 06/01/2021 Production Date: 02/03/2021 State: INTERSTATE State Wt Exp Excess Expected Exp Prim Act Exc Losses Ballast Act Inc Losses Act Prim Losses Losses Losses I I I A Losses AR .19 0 0 0 40,0001 0 0 co 1 .131 0 0 01 41,850 01 GA 1 .141 0 0 0 52,0001 01 0 IN .181 0 0 01 41,0001 01 0 IA 15 21,81 28,742 6,924 0 48,200 0 0 KS .17 0 0 0 41,850 0 0 Mo 14 119,431 165,672 46,2411 203,4181 50,0501 230,2531 26,835 NE 1 .161 0 01 01 43,4001 01 0 NY .12 0 01 ol 63,300 01 0 OK .151 0 01 01 47,8001 0 0 rx .171 230 368 1321 01 44,775 0 0 (A) (B) (C) Exp Excess (D) Expected j (E) Exp Prim (F) Act Exc I (G) Ballast (H) Act Inc (1) Act Prim Wt 1 Losses(D -E) Losses Losses Losses (H-1) Losses L_os�es 1.141 1 141,485 194,782 53,2971 203,4181 49,7671 224,068 20,650 Primary Losses Stabilizing Value Ratable Excess Totals (I) C*(1 -A)+G (A)*(F) (J) Actual 20,650 171,444 28,479 220,573 (E) C * (1 - A) + G (A) * (C) (K) Expected 1 53,297 171,444 19,808 244,549 ARAP FLARAP SARAP MAARAP Exp Mod (J) / (K) Factors 1.00 .90 RATING REFLECTS A DECREASE OF 70% MEDICAL ONLY PRIMARY AND EXCESS LOSS DOLLARS WHERE ERA IS APPLIED. THE ARAP FACTOR SHOWN IS FOR THOSE STATES CONTAINED ON THIS RATING THAT HAVE APPROVED THE ARAP PROGRAM AND IS CALCULATED BASED ON THE STATE WITH THE HIGHEST APPROVED MAXIMUM ARAP SURCHARGE. THE MAXIMUM ARAP SURCHARGE MAY VARY BY STATE. PLEASE REFER TO EACH STATE'S APPROVED RULES FOR THE APPLICABLE MAXIMUM ARAP SURCHARGE. © Copyright 1993.2021, All rights reserved. This product is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance, Inc. (NCCI). No further use, dissemination, sale, transfer, assignment or disposition of this product, in whole or in part, may be made without the prior written consent of NCCI. This product is furnished "As is' "As available" "With all defects" and includes information available at the time of publication only. NCCI makes no representations or warranties of any kind relating to the product and hereby expressly disclaims any and all express, statutory, or implied warranties, including the Implied warranty of merchantability, fitness for a particular purpose, accuracy, completeness, currentness, or correctness of the product or information contained therein. This product and the information contained therein are to be used exclusively for underwriting, premium calculation and other Insurance purposes and may not be used for any other purpose including but not limited to safety scoring for project bidding purposes. All responsibility for the use of and for any and all results derived or obtained through the use of the product and information are the end users and NCCI shall not have any liability thereto. Page 1 of 7 WORKERS COMPENSATION EXPERIENCE RATING 0AVEC1, Risk Name: THE WILSON GROUP INC Risk ID: 911358921 Rating Effective Date: 06/01/2021 Production Date: 02/03/2021 State: INTERSTATE 03-ARKANSAS Firm ID: Firm Name: THE WILSON GROUP INC Carrier: 14095 Policy No. WC928278297594 Eff Date: 06/01/2017 Exp Date: 06/01/2018 [60" D- Payroll Ratio Expected Losses Exp Prim Losses Claim Data IJ OF Act Inc Losses Act Prim Losses 1111 INO EXPOSURE DEVELO 01 01 Policy Total: Subject Premium: 0 Total Act Inc Losses: 0 05-COLORADO Firm ID: Firm Name: THE WILSON GROUP INC Carrier: 14095 Policy No. WC928278297594 Eff Date: 06/01/2017 Exp Date: 06/01/2018 Code ELR D❑- Payroll Expected Exp Prim Claim Data IJ Act Inc Act Prim Ratio Losses Losses 1OF1 Losses Losses 1111 NO EXPOSURE DEVELO 0 01 � 1 1 I Subject Total Act Inc Policy Total: _ 0 Premium: 0 Losses: 0 05-COLORADO Firm ID: Firm Name: THE WILSON GROUP INC Carrier: 14095 Policy No. WC928398297594 Eff Date: 06/01/2018 Exp Date: 06/01/2019 Code ELR D- Payroll Expected Exp Prim Claim Data IJ OF Act Inc Act Prim Ratio Losses Losses Losses Losses 1111 �NO EXPOSURE DEVELO 01 t] ubject Total Act Inc 1 1 Policy Total: 4remium:0 Losses: 0 10-GEORGIA Firm ID: Firm Name: THE WILSON GROUP INC Carrier: 14095 Policy No. WC928278297594 Eff Date: 06/01/2017 Exp Date: 06/01/2018 Code ELR D- Ratio Payroll Expected y Losses Ex Prim P Losses Claim Data IJ OF Act Inc Losses Act Prim Losses 1111 NO EXPOSURE DEVELO 01 0 Policy Total: Subject — � Premium: 0 Total Act Inc Losses: 0 10-GEORGIA Firm ID: Firm Name: THE WILSON GROUP INC Carrier: 14095 Policy No. WC928398297594 Eff Date: 06/01/2018 Exp Date: 06/01/2019 :ode ELR D- Payroll Expected Exp Prim Claim Data IJ OF Act Inc Act Prim Ratio Losses Losses Losses Losses 111 NO EXPOSURE DEVELO 0 01 1 'Subject Total Act Inc olicy Total: 0 Premium: 0 11 Losses: 0 © Copyright 1993-2021, All rights reserved. This product is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance, Inc. (NCCI). No further use, dissemination, sale, transfer, assignment or disposition of this product, in whole or in part, may be made without the prior written consent of NCCI. This product is furnished "As is" "As available" "With all defects" and includes information available at the time of publication only. NCCI makes no representations or warranties of any kind relating to the product and hereby expressly disclaims any and all express, statutory, or implied warranties, Including the Implied warranty of merchantability, fitness for a particular purpose, accuracy, completeness, currentness, or correctness of the product or information contained therein. This product and the information contained therein are to be used exclusively for underwriting, premium calculation and other Insurance purposes and may not be used for any other purpose including but not limited to safety scoring for project bidding purposes. All responsibility for the use of and for any and all results derived or obtained through the use of the product and information are the end users and NCCI shall not have any liability thereto. Total by Policy Year of all cases $2000 or less. D Disease Loss X Ex -Medical Coverage U USLBHW C Catastrophic Loss E Employers Liability Loss # Limited Loss Page 2 of 7 WORKERS COMPENSATION EXPERIENCE RATING NCC/ Risk Name: THE WILSON GROUP INC Risk ID: 911358921 • Rating Effective Date: 06/01/2021 Production Date: 02/03/2021 State: INTERSTATE 13-INDIANA Firm ID: Firm Name: THE WILSON GROUP INC Carrier: 14095 Policy No. WC928278297594 Eff Date: 06/01/2017 Exp Date: 06/01/2018 Code ELR D- Payroll Expected FExp Prim Claim Data IJ 1OF Act Inc Act Prim Ratio Losses Losses Losses Losses 1111 NO EXPOSURE DEVELO 0 0 Subject Total Act Inc Policy Total: Premium: 0 Losses: 0 13-INDIANA Firm ID: Firm Name: THE WILSON GROUP INC Carrier: 14095 Policy No. WC928398297594 Eff Date: 06/01/2018 Exp Date: 06/01/2019 Code ELR D- Payroll Expected Exp Prim Ratio Losses Losses 1111 NO EXPOSURE DEVELO 01 0 Claim Data IJ OF Act Inc Losses Act Prim Losses Policy Total: OlPremium: Subject 0 I ITotal Act Inc Losses:_ 0 14-IOWA Firm ID: Firm Name: THE WILSON GROUP INC Carrier: 14095 Policy No. WC928278297594 Eff Date: 06/01/2017 Exp Date: 06/01/2018 Code ELR D- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ OF Act Inc Losses Act Prim Losses 0930 WAIVER OF SUBROGAT 101 0 5221 1 2.77 .28 6401 18 5 5403 5.06 .24 85,2001 4,311 1,035 5537 2.52 .27 1,857 47 13 9812 EMPLOYERS LIABILIT 0' OI Policy Total: 87,697 Subject Premium: 14,114 Total Act Inc Losses: 0 14-IOWA Firm ID: Firm Name: THE WILSON GROUP INC Carrier: 14095 Policy No. WC928398297594 Eff Date: 06/01/2018 Exp Date: 06/01/2019 Code ELR D- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ OF Act Inc Losses Act Prim Losses 0930 WAIVER OF SUBROGAT 0 0 5221 2.77 .28 7,9521 220 62 5403 5.06 .24 96,748 4,895 1,175 5537 2.52 .27 6,3151 159 43 9812 EMPLOYERS LIABILIT 0 0 Policy Total: 111,0151Prem Subject um: 18,011 Total Losses: Inc OI 1 Copyright 1993-2021, All rights reserved. This product is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance, rc. (NCCI). No further use, dissemination, sale, transfer, assignment or disposition of this product, in whole or in part, may be made without the prior written consent of NCCI. This product is furnished -As i; 4s available" "With all defects" and includes information available at the time of publication only. NCCI makes no representations or warranties of any kind relating to the product and hereby expressly isclaims any and all express, statutory, or implied warranties, including the implied warranty of merchantability, fitness for a particular purpose, accuracy, completeness, currentness, or correctness of the roduct or information contained therein. This product and the Information contained therein are to be used exclusively for underwriting, premium calculation and other Insurance purposes and may not be sed for any other purpose including but not limited to safety scoring for project bidding purposes. All responsibility for the use of and for any and all results derived or obtained through the use of the produc nd Information are the end user's and NCCI shall not have any liability thereto. Total by Policy Year of all cases $2000 or less. D Disease Loss X Ex -Medical Coverage U USL&HW C Catastrophic Loss E Employers Liability Loss # Limited Loss Page 3 of 7 WORKERS COMPENSATION EXPERIENCE RATING ONIC10-1 Risk Name: THE WILSON GROUP INC Risk ID: 911358921 Rating Effective Date: 06/01/2021 Production Date: 02/03/2021 State: INTERSTATE 14-IOWA Firm ID: Firm Name: THE WILSON GROUP INC Carrier: 14095 Policy No. WC928518297594 Eff Date: 06/01/2019 Exp Date: 06/01/2020 Code ELR Payroll Ratio Expected Losses Exp Prim Losses Claim Data IJ I OF Act Inc Losses Act Prim Losses 0930 WAIVER OF SUBROGAT 01 0 1 I I 5190 1 1.47 .28 15,750 232 65 5403 1 5.06 .24 361,1761 18,276 4,386 1 1+ 5474 3.26 .24 17,9201 584 140 9812 EMPLOYERS LIABILIT 0 L 0 Policy Total: 394,84 Subject Premium: _ 41,186 Total Act Inc Losses: 0 15-KANSAS Firm ID: Firm Name: THE WILSON GROUP INC Carrier: 14095 Policy No. WC928278297594 Eff Date: 06/01/2017 Exp Date: 06/01/2018 Code ELRFC6.]- Payroll Expected Exp Prim Claim Data IJ OF Act Inc Act Prim Ito Losses Losses IF Losses Losses 1111 NO EXPOSURE DEVELO J 0 Subject Total Act Inc Policy Total: o Premium: 0 Losses: 0 15-KANSAS Firm ID: Firm Name: THE WILSON GROUP INC Carrier: 14095 Policy No. WC928398297594 Eff Date: 06/01/2018 Exp Date: 06/01/2019 Code ELR D- Payroll Expected Exp Prim Claim Data IJ OF Act Inc Act Prim Ratio Losses Losses Losses Losses 11111 INO EXPOSURE DEVELO , 01 0 (Subject Total Act Inc Policy Total: Premium: 0 Losses: 0 Copyright 1993-2021, All rights reserved. This product Is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance, ic. (NCCI). No further use, dissemination, sale, transfer, assignment or disposition of this product, in whole or in part, may be made without the prior written consent of NCCI. This product is furnished "As i. as available" "With all defects" and includes information available at the time of publication only. NCCI makes no representations or warranties of any kind relating to the product and hereby expressly isclaims any and all express, statutory, or implied warranties, including the implied warranty of merchantability, fitness for a particular purpose, accuracy, completeness, currentness, or correctness of the roduct or information contained therein. This product and the Information contained therein are to be used exclusively for underwriting, premium calculation and other Insurance purposes and may not be sed for any other purpose including but not limited to safety scoring for project bidding purposes. All responsibility for the use of and for any and all results derived or obtained through the use of the produc nd information are the end users and NCCI shall not have any liability thereto. - Total by Policy Year of all cases $2000 or less. D Disease Loss X Ex -Medical Coverage u USL&HVV C Catastrophic Loss E Employers Liability Loss # Limited Loss Page 4 of 7 WORKERS COMPENSATION EXPERIENCE RATING ONCE1. Risk Name: THE WILSON GROUP INC Risk ID: 911358921 Rating Effective Date: 06/01/2021 Production Date: 02/03/2021 24-MISSOURI Firm ID: Firm Name: THE WILSON GROUP INC Carrier: 33413 Policv No. MEGO50843714 Eff Date: 06/01/2017 State: INTERSTATE Exp Date: 06/01/2018 rt[!LR[Ratio D- Payroll Expected Losses Exp Prim Losses Claim Data IJ OF Act Inc Losses Act Prim Losses 0042 1 3.88 .34 3,7921 147 50 20180000097 06 F 4,8541 4,854 5020 2.63 .30 279,518 7,351 21205 20180001450 09 O 221,418 18,000 5022 3.46 .26 11,819 63 16 5183 1.68 . 301 293,2561 4,927 1,478 51901 1.61 .30 160,6171 2,586 776 5221 1 2.68 .30 154,8711 4,151 1,245 5403 3.01 .26 1,001,178 30,1351 7,835 5474 2.91 .261 101,15491 2,955 768 54781 2.85 .30 113,241 3,227 968 5537 2.37 .30 338,811 8,030 2,409 5606 .69 .26 384,711 2,655 690 5645 5.50 .26 4,974 274 71 8810 .09 .39 1,267,5811 1,141 445 9014 1.76 .381 17,8381 314 119 9812 EMPLOYERS LIABILIT 0 0 Policy Total: 4,123,75 Subject - Premium: 219,656 Total Act Inc _Losses: 226,272 24-MISSOURI Firm ID: Firm Name: THE WILSON GROUP INC Carrier: 33413 Policv No. MEGO50843715 Eff Date: 06/01/2018 Exp Date: 06/01/2019 Code ELR Df D-- Ratio Payroll Expected Losses I Exp Prim Losses Claim Data IJ JOF Act Inc Losses Act Prim Losses 5020 2.63 .30 149,8071 3,9401 1,182 120192404946 106 1 F 1 3,981 3,981 5183 1.68 .30 190,196 3,195 959 5190 1.61 .30 63,025 1,015 305 5221 2.68 .30 57,604 1,544 463 5403 5474 3.01 2.91 .26 .26 837,954I 106,616 25,2221 3,103 6,558 807 5478 2.85 .301 93,6381 2,6691 801 5537 2.37 .30 312,219 7,400 2,220 5606 .69 .26 552,8161 3,814 992 8810 .09 .39 1,083,1331 975 380 9812 JEMPLOYERS LIABILIT 1 0 ❑ Policy Total: 3,447,00 Subject Premium: 181,820 I Total Act Inc Losses: 3,981 9 Copyright 1993-2021, All rights reserved. This product is comprised of compilations and information which are the proprietary and exclusive property of the National Council an Compensation Insurance, rc. (NCCI). No further use, dissemination, sale, transfer, assignment or disposition of this product, in whole or in part, may be made without the prior written consent of NCCI. This product is furnished "As i. 4s available" 'With all defects" and includes information available at the time of publication only. NCCI makes no representations or warranties of any kind relating to the product and hereby expressly isclaims any and all express, statutory, or implied warranties, including the implied warranty of merchantability, fitness for a particular purpose, accuracy, completeness, currentness, or correctness of the roduct or information contained therein. This product and the information contained therein are to be used exclusively for underwriting, premium calculation and other Insurance purposes and may not be sed for any other purpose including but not limited to safety scoring for project bidding purposes. All responsibility for the use of and for any and all results derived or obtained through the use of the produ( nd information are the end user's and NCCI shall not have any liability thereto. "Total by Policy Year of all cases $2000 or less. D Disease Loss x ex --Medical coverage u usLanvv C Catastrophic Loss E Employers Liability Loss # Limited Loss Page 5 of 7 WORKERS COMPENSATION EXPERIENCE RATING ONCE! Risk Name: THE WILSON GROUP INC Risk ID: 911358921 Rating Effective Date: 06/01/2021 Production Date: 02/03/2021 State: INTERSTATE 24-MISSOURI Carrier: 33413 Firm ID: Firm Name: THE WILSON GROUP INC Policv No. MEGO50843716 Eff Date: 06/01/2019 Exp Date: 06/01/2020 Code ELR D- Ratio Payroll —] Expected Losses Exp Prim Losses Claim Data IJ OF Act Inc Losses Act Prim Losses 5020 1 2.63 .301 166,7731 4,3861 1,316 5183 1.68 .30 239,541 4,024 1,207 51901 1.61 .301 45,073 726 218 5221 5403 2.68 3.01 .301 .26 55,112 595,518 1,477 17,925 443 4,661 5474 2.91 .26 164,540 4,788 1,245 54781 2.85 .30 62,300 1,776 533 5537 2.37 .301 235,1861 5,574 1,672 5606 1 .69 .261 462,545 3,1921 830 8742 1 .18 .301 29,992 54 16 8810 .09 .39 1,018,644 917 358 9812 JEMPLOYERS LIABILIT 1 01 0 Policy Total: 3,075,12 Subject Premium: 144,913 Total Act Inc Losses: 0 26-NEBRASKA Firm ID: Firm Name: THE WILSON GROUP INC Carrier: 14095 Policv No. WC928278297594 Eff Date: 06/01/2017 Exp Date: 06/01/2018 Code ELR D- Payroll Ratio —] Expected Losses Exp Prim Losses Claim Data IJ OF Act Inc Losses Act Prim Losses 1111 INO EXPOSURE DEVELO I 0 011 f Policy Total: 0 Subject I Total Act Inc Premium: _ 0 Losses: 0 26-NEBRASKA Firm ID: Firm Name: THE WILSON GROUP INC Carrier: 14095 Policy No. WC928398297594 Eff Date: 06/01/2018 Exp Date: 06/01/2019 Code ELR D�- Payroll Expected f Exp Prim Claim Data IJ f OF Act Inc Act Prim RI atiol Losses Losses II Losses Losses 11111 INO EXPOSURE DEVELO I 01 Oil I I I 1 Subject Policy Total: Premium: Total Act Inc Losses: 0 26-NEBRASKA Firm ID: Firm Name: THE WILSON GROUP INC Carrier: 14095 Policv No. WC928518297594 Eff Date: 06/01/2019 Exp Date: 06/01/2020 Code ELR �D-� Payroll 1 Expected Claim Data IJ OF Act Inc Act Prim Ratio J Losses Losses Losses 0930 WAIVER OF SUBROGAT 00 7200 Subject Total Act Inc Policy Total: Premium: Losses: 0 Copyright 1993-2021, All rights reserved. This product is comprised of compilations and Information which are the proprietary and exclusive property of the National Council on Compensation Insurance, c. (NCCI). No further use, dissemination, sale, transfer, assignment or disposition of this product, in whole or in part, may be made without the prior written consent of NCCI. This product is furnished "As is as available" "With all defects" and includes information available at the time of publication only. NCCI makes no representations or warranties of any kind relating to the product and hereby expressly isclaims any and all express, statutory, or Implied warranties, including the implied warranty of merchantability, fitness for a particular purpose, accuracy, completeness, currentness, or correctness of the roduct or information contained therein. This product and the information contained therein are to be used exclusively for underwriting, premium calculation and other Insurance purposes and may not be sed for any other purpose Including but not limited to safety scoring for project bidding purposes. All responsibility for the use of and for any and all results derived or obtained through the use of the produ( nd information are the end users and NCCI shall not have any liability thereto. - Total by Policy Year of all cases $2000 or less. D Disease LOSS x rx-meaicai wverage LP uaLanvv C Catastrophic Loss E Employers Liability Loss # Limited Loss Page 6 of 7 WORKERS COMPENSATION EXPERIENCE RATING Risk Name: THE WILSON GROUP INC Risk ID: 911358921 • Rating Effective Date: 06/01/2021 Production Date: 02/03/2021 State: INTERSTATE 31-NEW YORK Firm ID: Firm Name: THE WILSON GROUP INC Carrier: 14095 Policy No. WC928278297594 Eff Date: 06/01/2017 Exp Date: 06/01/2018 Code ELRAo Payroll Expected Exp Prim Claim Data IJ OF Act Inc Act Prim Losses _Losses I —ILosses Losses 1111 NO EXPOSURE DEVELO I 0 Subject Total Act Inc Policy Total: 0 Premium: 0� Losses: 0 31-NEW YORK Firm ID: Firm Name: THE WILSON GROUP INC Carrier: 14095 Policy No. WC928398297594 Eff Date: 06/01/2018 Exp Date: 06/01/2019 Code ELR D- Payroll Expected Exp Prim Claim Data IJ OF Act Inc Act Prim Ratio Losses Losses Losses Losses 1111 NO EXPOSURE DEVELO C) _ 0 Subject Total Act Inc Policy Total: Premium: 0 11 Losses: 0 35-OKLAHOMA Firm ID: Firm Name: THE WILSON GROUP INC Carrier: 14095 Policy No. WC928278297594 Eff Date: 06/01/2017 Exp Date: 06/01/2018 Code ELR D- Payroll Expected FExp Prim Claim Data IJ OF Act Inc Act Prim Ratio Losses Losses Losses Losses 1111 NO EXPOSURE DEVELO I ") I 0 Subject Total Act Inc Policy Total: 0 Premium: 0 Losses: 0 35-OKLAHOMA Firm ID: Firm Name: THE WILSON GROUP INC Carrier: 14095 Policy No. WC928398297594 Eff Date: 06/01/2018 Exp Date: 06/01/2019 Code ELR D- Payroll Expected Exp Prim Claim Data IJ 1OF1 Act Inc Act Prim Ratio Losses Losses Losses Losses 1111 NO EXPOSURE DEVELO u Subject ITotal Act Inc Policy Total: 0 Premium: 0 Losses: 0 42-TEXAS Firm ID: Firm Name: THE WILSON GROUP INC Carrier: 14095 Policy No. WC928518297594 Eff Date: 06/01/2019 Exp Date: 06/01/2020 Code ELR D❑- Payroll Expected Exp Prim Claim Data IJ OF Act Inc Act Prim Ratio Losses Losses Losses Losses 54031 1.551 .36J 23,766 368 132 J Subject Total 11-osses: Inc Policy Total: 23,7 Premium: 1,982 0 )Copyright 1993-2021, All rights reserved. This product Is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance, ic. (NCCI). No further use, dissemination, sale, transfer, assignment or disposition of this product, in whole or in part, maybe made without the prior written consent of NCCI. This product is furnished "As is ks available" "With all defects" and includes information available at the time of publication only. NCCI makes no representations or warranties of any kind relating to the product and hereby expressly isclalms any and all express, statutory, or implied warranties, including the Implied warranty of merchantability, fitness for a particular purpose, accuracy, completeness, currentness, or correctness of the roduct or information contained therein. This product and the Information contained therein are to be used exclusively for underwriting, premium calculation and other Insurance purposes and may not be sed for any other purpose including but not limited to safety scoring for project bidding purposes. All responsibility for the use of and for any and all results derived or obtained through the use of the produc nd information are the end user's and NCCI shall not have any liability thereto. "Total by Policy Year of all cases $2000 or less. D Disease Loss x ex -Medical coverage u USL617VV C Catastrophic Loss E Employers Liability Loss # Limited Loss Page 7 of 7 Page Intentionally Left Blank CERTIFICATION REGARDING EMPLOYEE INFORMATION REPORT EEO-1 (Standard Form 100) Section 60-1.7 (b) of the Regulations of the Secretary of Labor requires each bidder or prospective prime contractor and proposed subcontractor, where appropriate, to state in the bid or at the outset of negotiations for the contract whether it has participated in any previous contract subject to the equal opportunity clause; and if so, whether it has filed with the Joint Reporting Committee, the Director, an agency, or the former President's Committee on Equal Employment Opportunity all reports due under the applicable filing requirements. In any case in which a bidder or prospective prime contractor or proposed subcontractor which participated in a previous contract subject to Executive Order 10925, 11114, or 11246 has not filed a report due under the applicable filing documents, no contract or subcontract shall be awarded unless such contractor submits a report covering the delinquent period or such other period specified by the FAA or the Director, OFCCP. Bid Form. To effectuate the foregoing requirements, the sponsor is required to include in the bid form a statement substantially as follows: The bidder shall complete the following statement by checking the appropriate space. The bidder (proposer) has >e has not _ participated in a previous contract subject to the equal opportunity clause prescribed by Executive Order 10925, or Executive Order 11114, or Executive Order 11246. The bidder has )C has not _submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. If the bidder has participated in a previous contract subject to the equal opportunity clause and has not submitted compliance reports due under applicable filing requirements, the Bidder shall submit a compliance report on Standard Form 100, "Employee Information Report EEO-l" prior to the award of contract. Standard Form 100 is normally furnished contractors annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a contractor has not received the form, he may obtain it by writing to the following address: Joint Reporting Committee 1800 G. Street Washington, DC 20506 37 Page Intentionally Left Blank BUY AMERICAN PREFERENCES (a) The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and manufactured products produced in the United States when funds are expended pursuant to a grant issued under the Airport Improvement Program. The following terms apply: 1. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign origin of the same class or kind as the products referred to in subparagraphs b. (1) or (2) shall be treated as domestic. 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cost of Components. This means the costs for production of the components, exclusive of final assembly labor cost. (b) The successful bidder will be required to assure that only domestic steel and manufactured products will be used by the Contractor, subcontractor, materialmen and suppliers in the performance of this contract, except those: 1. that the US Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, are not produced in the United States is sufficient and reasonably available quantities and of a satisfactory quality: 2. that the US Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, that domestic preference would be inconsistent with the public interest; or 3. that inclusion of domestic material will increase the cost of the overall project contract by more than 25 percent. BUY AMERICAN CERTIFICATE By submitting a bid under this solicitation, except for those items listed by the bidder below or on a separate and clearly identified attachment to this bid, the bidder certifies that steel and each manufactured product, are produced in the United States, as defined in the clause (Buy American — Steel and Manufactured Products for Construction Contracts) and that components of unknown origin are considered to have been produced or manufactured outside the United States. Bidder s may obtain from the owners a listing of articles, materials and supplies excepted from this provision. COMPANY NAME: The Wilson Group, Inc. FEDERAL TAX ID or SOCIAL SECURITY NO. 43-1884779 Signature of Company Official: Printed Name of Company Official Signing above: Jordan Wilson Date Signed: October 7, 2021 38 A4.2.3 Certificate of Buy American Compliance — Manufactured Product 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 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 the 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, the bidder or offeror agrees: 1. To provide to the 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. ❑ The 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 the 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 Mandatory Federal Contract Provisions 10 of 38 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 the 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 C e. Date 1 1 �`_ l Signatu e Company Name Title Mandatory Federal Contract Provisions 11 of 38 A4.2.2 Certificate of Buy American Compliance — Total Facility CERTIFICATE OF BUY AMERICAN COMPLIANCE FOR TOTAL FACILITY As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with its proposal. The bidder or offeror must indicate how it intends to comply with 49 USC § 50101 by selecting one of the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (i.e. 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; or b) Installing manufactured products for which the 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, the bidder or offeror agrees: • To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. • To faithfully comply with providing U.S. domestic products. • To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. ❑ The 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: a) To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that supports the type of waiver being requested. b) That failure to submit the required documentation within the specified timeframe is cause for a non -responsive determination that may result in rejection of the proposal. c) To faithfully comply with providing U.S. domestic products at or above the approved U.S. domestic content percentage as approved by the FAA. d) To furnish U.S. domestic product for any waiver request that the FAA rejects. e) 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 components and subcomponents produced in the United States is more than 60 percent of the cost of all components and subcomponents of the "facility". The required documentation for a Type 3 waiver is: a) Listing of all manufactured products 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). Mandatory Federal Contract Provisions 8 of 38 b) Cost of non -domestic components and subcomponents, excluding labor costs associated with final assembly and installation at project location. c) Percentage of non -domestic component and subcomponent cost as compared to total "facility" component and subcomponent costs, excluding labor costs associated with final assembly and installation at project location. 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 the 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 Co e. ��- aoa l ko Date Signatuk Gc�, %S r o ,P he_.5V-e_nt Company Name Title Mandatory Federal Contract Provisions 9 of 38 Page Intentionally Left Blank DAVIS-BACON CERTIFICATION OF ELIGIBILITY 1. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3 (a) of the Davis -Bacon Act or 29 CFR 5.12 (a)(1). 2. 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). 3. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001, COMPANY NAME: The Wilson Group, Inc. FEDERAL TAX ID OR SOCIAL SECURIW-ENO. 43-1884779 Signature or Company Official: Printed name of company official signing above: Jordan Wilson Date Signed: October 7, 2021 39 Page Intentionally Left Blank CERTIFICATION OF NONSEGREGATED FACILITIES — 41 CFR PART 60-1.8 Notice to Prospective Federally Assisted Construction CONTRACTORS A Certification of Non -segregated Facilities shall be submitted prior to the award of a federally -assisted construction contract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving federally -assisted construction contract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. Notice to Prospective SUBCONTRACTORS of Requirements for Certification of Non -Segregated Facilities 1. A Certification of Non -segregated Facilities shall be submitted prior to the award of a subcontract exceeding $10,000, which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. CERTIFICATION OF NONSEGREGATED FACILITIES The federally -assisted construction contractor certifies that she or he does not maintain or provide, for his employees, any segregated facilities at any of his establishments and that she or he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally - assisted construction contractor certifies that she or he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that she or he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The federally -assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, 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 which are segregated by explicit directives or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The federally -assisted construction contractor agrees that (except where she or he has obtained identical certifications from proposed subcontractors for specific time periods) she or he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that she or he will retain such certifications in his files. COMPANY NAME: The Wilson Group, Inc. FEDERAL TAX ID OR SOCIA Signature or Company Official: Printed name of company official signing above: duiucu 1 vvnaui Date Signed: October 7, 2021 40 Page Intentionally Left Blank TRADE RESTRICTION CLAUSE The contractor or subcontractor, by submission of an offer and /or execution of a contract, certifies that it: a. 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 published by the Office of the United States Trade Representative (USTR); b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; C. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. 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 a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide written notice to the contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract or subcontract for default at no cost to the Government. 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. 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, United States Code, Section 1001. COMPANY NAME: The Wilson Group, Inc. FEDERAL TAX ID OR SOCIA Signature or Company Official: Printed name of company official signing above: Jordan Wilson Date Signed: October 7, 2021 41 Page Intentionally Left Blank REVISED DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION ITB 21-16053-TF TITLE: ITB 21-16053-TF Lubbock Preston Smith International Airport Glass Re lacement The undersigned has satisfied the requirements of the specifications in the following manner (please check the appropriate space): NThe bidder is committed to minimum of (City of Lubbock's goal) 3.75% DBE utilization on this project. ❑ The bidder (if unable to meet the City's goal of 3.75% DBE) is committed to a minimum of % DBE utilization on this project and has submitted documentation showing good faith effort. Contractor The Wilson Group, Inc. President (Signet) (Title) Address 13510 Oak Street City: Kansas City State: Missouri Telephone (including area code): 816-537-0212 Federal Tax IDISSN: 43-1884779 Zip Code: 64145 REVISED LETTER OF INTENT ITB 21-16053-TF TITLE: ITB 21-16053-TF Lubbock Preston Smith International Airport Glass Replacement Name of Bidders' Firm: —,Ck' W <<50-N C7 fuv(1 Bidder's Address: 1,3�,5/0 OAK s l City: f�Rn/$As O_l'iY State: M0 Zip: Telephone (with area code): 81(.- 537- Q Z 1 Z— Name of Subcontractor/DBE Firm: ' ComPA55 �'s STb�t� ®rZS, 1,lrC. Address: 9340 A(Al l(P3RO Sur r-C #.5 City: 34R4 wC.ce State MO Telephone (including area code): 8/& " 9/Z- Z*6 7 iption of work to be performed by DBE firm: A5h,5t- gk iw) zip: C YI415 Bidder intends to utilize the above -named subcontractor/DBE firm for the work described above. The estimated amount of work is valued at $ 1 Ooo If the above -named bidder is not determined to be the successful bidder, the Letter of Intent shall be null and void. (Copy this page for each subcontractor)/DBE firm) Contractor: ( �k&_ .V410 Date: I REVISED BIDDERS LIST ITB 21-16053-TF TITLE: ITB 21-16053-TF Lubbock Preston Smith International Airport Glass Re lacement All firms bidding or quoting on subcontracts for this DOT -assisted project are listed below. Firm Name Address Certified DBE (Y or N) Age of Firm GRS* The Wilson Group, Inc. 13510 Oak Street Kansas City, MO 64145 N 21 years 5 9300 ,raAV &30 57- ?4AW,11t.&E, MO Coy152 Y YEAF—s 2. Note: This form is not necessary if the recipient establishes a bidders list using another methodology (e.g., statistically sound survey of firms, widely disseminated request of firms to report information to the recipient, etc.) as defined in the recipient's DBE plan. *GRS — Annual Gross Receipts Enter 1 for less than $1 million Enter 2 for more than $1 million, less than $5 million Enter 3 for more than $5 million, less than $10 million Enter 4 for more than $10 million, less than $15 million Enter 5 for more than $15 million Page Intentionally Left Blank PROPOSED LIST OF SUB -CONTRACTORS Company Name Location 1, eoswPA�� CorJyTr� �O�Z�,P_cC PAUVILLE %l0 2. 3. 4. 5. 6. 7. S. 9. 10. 11. 12. 13. 14. 15. 16. Services Provided Assist in Glass Replacement Minority Owned Yes No X❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR RESPONSE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: The Wilson Group, Inc. (PRINT NAME OF COMPANY) Page Intentionally Left Blank FINAL LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. L`a�PaSS �o�✓S"f�vCToRS ?AQKVIu_ MO A&sr 1,,j Gu�s5 uleE�tr.►T ° 2. ° ° 3. ° ° 4. ° ° 5. ° ° 6. ° ° 7. ° ° 8. ° ° 9. ° ° 10. ° ° 11. 12. 13. ° ° 14. ° ° 15. ° ° 16. ° ° SUBMITTED BY: HE I ksor.► ( l;_" up (PRINT NAME OF COMPANY) 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 Page Intentionally Left Blank PAYMENT BOND Page Intentionally Left Blank Bond No. B3275568 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN 550,000) KNOW ALL MEN BY THESE PRESENTS, that The Wilson Group, Inc. (hereinafter called the Principal(s), as Princlpal(s), and The Cincinnati Insurance Company (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 Four Hundred For y-Seven Thousand Six Hundred Six -Three Dollars 47 663) 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 16* day of November, 2_, to ITB 21-16053-TF Lubbock Preston Smith International Airport Glass Replacement 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 16th day of November 2021. The Cincinnati Insurance Company Surety *By: (Title) David S. Salavitch The Wilson Group, Inc. (CompanyName) By: 3e>RDArA (Printed Name) (Sijq�hture) ?izes (Title) Page Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates D ' avid S. Salavitch 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. The Cincinnati Insurance Company Surety * By: Approved as to form: City of Lubbock By: City Attorney PawAdl ;!�. 45a&od&oi (Title) David S. Salavitch, Aft ey in Fact ONJO * Note: If signed by an officer 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 Bond No. B3275568 THE CINCINNATI INSURANCE COMPANY THE CINCINMTI CASUALTY COMPANY Fairfield, Ohio POWER OF ATTORNEY KNOWALL MEN BY THESE PRESENTS: That THE CINCINNATI INSURANCE COMPANY and THE CINCINNATI CASUALTY COMPANY, corporations organized under the laws of the State of Ohio, and having their principal offices in the City of Fairfield, Ohio (herein collectively called the "Companies"), do hereby constitute and appoint David S. Salavitch; Luke P. Sealer, Robert L. Cox,11 and/or Samuel J. Sealer Of Lees Summit, Missouri their true and legal Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and deriver on behalf of the Gompa �ese , any and all s, policies, undertakings or other like instruments as follows: An such obli atlons d States, u Y � P to One Hundred Million and No/100 Dollars ($100,0009000.00). This appointment is made under and by authority of the following resolutions adopted by the Boards of Directors of The Cincinnati Insurance Company and The Cincinnati Casualty Company, which resolutions are now in full force and effect, reading as fbliows: RESOLVED, that the President or any Vice President be hereby authorized, and empowered to appoint Attorneys-in•Fact of the Company to execute any and all bonds, policies, undertakings, or other like instruments on behalf of the Corporation, and may authorize any officer or any such Attorney -in -Facet to affix the corporate seal; and may with or without cause modify or revolve any such appointment or authority. Any such writings so executed by such Attorneys -in -Fact shall be binding upon the Company as if they had been duly executed and acknovAedged by the regularly elected officers of the Company. RESOLVED, that the signature of the President or a Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary and the Seal of the Company may be affixed by faarimile to any certificate of any such power and any such power of certificate bearing such facsmile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and seated shall, with respect to any bond or undertsking to which it is attached, continue to be valid and binding on the Company. IN WITNESS WHEREOF, the Companies have caused these presents to be sealed with their corporate seals, duly aftsted by their President or is Senior \rive President this i 9th day of December, 2018. tam LU 0(EAI 'SEAM. awl* QVIO STATE OF OHIO )SS: COUNTY OF BUTLER ) THE CINCINNATI INSURANCE COMPANY THE CINCINNATI CASUALTY COMPANY On this 19th day of December, 2018 before me came the above -named President or Vice President of The Cincinnati Insurance Com- pany and The Cincinnati Casualty Company, to me personally known to be the officer described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of said Companies and the corporate seals and the signature of the officer were duly affixed and subscribed to said instrument by the authority and direction of sood corporations. Keith C tt, Attorney at Law Notary Pabbe -- State of Ohio My commission has no expiration date. Section '147.03 O.R.C. I, the undersigned Secretary orAsslstent Secneftry of The Cincinnati Insurance Company and The Cincinnati Casualty Company, hereby certify that the above is the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Power of Attorney is still in full force and effect Given under my hand and seal of said Companies at Fairfield, Ohio, this 1 6th day of November, 2021 r SEAL SEAL 8M14 OM1a BN-1457 (4/19) Page Intentionally Left Blank PERFORMANCE BOND Pate Intentionally Left Blank Bond No. B3275568 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 The Wilson,,.,Grou Inc. (hereinafter called the Princiip al(s), as Principal(s), and The Cincinnati Insurance Company (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 Four Hundred Foqy-Seven Thousand Six Hundred Sixtv-Three Dollars ($447,663) 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 161h day of November, 2021, to ITB 21-16053-TF Lubbock Preston Smith International Airport Glass Replacement 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 16th day of November 92021. The Cincinnati Insurance Company Surety * By: M (Title) David S. Salavitch, Attorney in Fact CJNCJNNATI, r) OHIO rA C1 The Wilson Group, Inc. (Company Name) (Pri d Name) Nam (Sign ure) ?JZtsr�aT (Title) Page Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates David S. Salavitch 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. Approved as to Form City of Lubbock By: City Attorney The Cincinnati Insurance Company Surety *By: Pd"W 58S. S2� (Title) David S. Salavitch, Attorney in Fact ati.i. �d CINCIl11N ATL , a OHIO ; s �.3 Ns * Note: If signed by an officer 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 Bond No. B3275568 THE CINCINNATI INSURANCE COMPANY THE CINCINNATI CASUALTY COMPANY Fairfield, Ohio POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That THE CINCINNATI INSURANCE COMPANY and THE CINCINNATI CASUALTY COMPANY, corporations organized under the laws of the State of Ohio, and having their principal offices in the City of Faiffield, Ohio (herein collectively called the "Companies'), do hereby constitute and appoint David S. Sallavitch; Luke P. Sealer, Robert L. Cox, 11 and/or Samuel J. Sealer Of Lees Summit, Missouri their true and legal Attomey(s)­in-Fact each in their separate capacity if more than one is named above, to sign, execute, seal and deliver on behalf of the Companies as Surety, any and all bonds, policies, undertakings or other like instruments, as follows: Any such obligations in the United States, up to One Hundred Million and No/100 Dollars ($100,0009000.00). This appointment is made under and by authority of the following resolutions adopted by the Boards of Directors of The Cincinnati Insurance Company and The Cincinnati Casualty Company, which resolutions are now in full force and effect reading as follows: RESOLVED, that the President or any Vice President be hereby authorized, and empowered to appoint Attorneys -in -Fact of the Company to execute any and all bonds, policies, undertakings, or other like instruments on behalf of the Corporation, and may authorize any officer or any such Attorney -in -Fact to affix the corporate seat; and may with or without cause modify or revoke any such appointment or authority. Any such writings so executed by such Attomeysewin-Fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company. RESOLVED, that the signature of the President or a Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary and the Seal of the Company may be affixed by facsimile to any certificate of any such power and any such power of certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company. IN WITNESS WHEREOF, the Companies have caused these presents to be sealed with their corporate seals, duly attested by their President or a Senior Vice President this Ift day of December, 2018. A 3oe ATt (co " It#TE SA SEA L .9 OHIO STATE OF OHIO )SS: COUNTY OF BUTLER THE CINCINNATI INSURANCE COMPANY THE CINCINNATI CASUALTY COMPANY OEM On this I 9th day of December, 2018 before me came the above -named President or Vice President of The Cincinnati Insurance Com- pany and The Cincinnati Casualty Company, to me personally known to be the officer described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seats of said Companies and the corporate seals and the signature of the officer were duly affixed and subscribed to said instrument by the authority and direction of said corporations. Keith Cotomey at Law N ry.r ota ubIjc -State of Ohio My commission has no expiration date. Section 147.03 O.R.C. 1, the undersigned Secretary or Assistant Secretary of The Cincinnati Insurance Company and The Cincinnati Casualty Company, hereby certify that the above is the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Power of Attomey is still in full force and effect Given under my hand and seal of said Companies at Fairfield, Ohio, this 16th day of November, 2021 ; SEAL ISEAI OHIO OMla BN-1457 (4/19) 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 Pate Intentionally Left Blank Contract 16053 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 16'h day of November, 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 The Wilson Group. Inc. of the City of Kansas City, County of Jackson and the State of Missouri 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 21-16053-TF Lubbock Preston Smith International Airport Glass Replacement 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 the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The Wilson Group. Inc.'s proposal dated October 7. 2021, is incorporated into and made a part of this agreement. 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. CONTRACTOR: The Wilson Group, Inc. By: _ 6-k J. PRINTED NAME:J-9DAW�.1 TITLE: COMPLETE ADDRESS: The Wilson Group, Inc. 13510 Oak Street Kansas City, MO 64145 ATTEST: Corporate Secretary CITY OF LUBBOCK, TEXAS (OWNER): By: STEVE SENGALE, R PRO T E M ATTEST: Garza, City APPROVED AS TO CONTENT: International Airport Representative Name (P nted).— I Date AS TO FORM: City Attorney Pate Intentionally Left Blank 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 The Wilson Group, 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". 5. 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. 6. 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). 7. 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. 8. 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. 9. 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 five 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 Med Exp (Any one Person) 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 $4,000,000 per occurrence on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. 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 foodibeverage vendors, office supply deliveries, and delivery of portable toilets. 2. 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. 5. 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. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. 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. 8. 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. 9. 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. G. 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 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 sum of $25 PER CONSECUTIVE CALENDAR DAY, 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 fail to meet the time requirements 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. OUANTITIES 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 or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. 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: (i) in the event the total value of the contract is five million dollars or more, 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; or (ii) in the event the total value of the contract is less than five million dollars, 10% or less, of the amount thereof, which percentage shall be retained until final payment, and further, less all previous payments and all further sums may be retained by Owner under the terms of the contract documents ("Retainage"). If Contractor engages a sub -contractor to perform all or part of Contractor's work under the contract, the Contractor shall not withhold a greater percentage of Retainage than the percentage set out in in this section pertaining to the Contractor. Contractor shall likewise require any subcontractor it engages to comply with section 2252.032 of the Texas Government Code. 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. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within fifteen (15) calendar 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. The work will be deemed substantially complete when the work (or a specified portion thereof) has progressed to the point where, in the opinion of the Owner or Owner's Representative, the work (or a specified portion thereof) is sufficiently complete, in accordance with all the contract documents, including the Proposal and all applicable technical specifications, so that the work (or a specified portion thereof) can be utilized for the purposes for which it is intended without unscheduled disruption. Owner may, in its sole discretion, release all or a portion of the Retainage upon Owner's receipt of the certificate of substantial completion for all of the work or a specified portion thereof. 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. 44. 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. Owner may, in its sole discretion, release all or a portion of the Retainage for fully completed and accepted portions of the work. Notwithstanding the foregoing, Owner may withhold the Retainage if there is a bona fide dispute between Owner and Contractor according to section 2252.032(f) of the Texas Government Code. 45. 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 one (1) year 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. 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. 60. 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. 61. 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: https: //ci.lubbock.tx.us/departments/purchasing/vendor-information 62. TEXAS GOVERNMENT CODE SECTION 2252.152 Contracts with Companies Engaged in Business with Iran, Sudan, or Foreign Terrorist Organization Prohibited. Pursuant to Section 2252.152 of the Texas Government Code, prohibits the City from entering into a contract with a vendor that is identified by The Comptroller as a company known to have contracts with or provide supplies or service with Iran, Sudan or a foreign terrorist organization. 63. TEXAS GOVERNMENT CODE SECTION 2271.002 Pursuant to Section 2271.002 of the Texas Government Code, a) This section applies only to a contract that: (1) is between a governmental entity and a company with 10 or more full-time employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. (b) A governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 64. 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. 65. 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 contract 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. 66. 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. 67. 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. 68. PROFESSIONAL RESPONSIBILITY All architectural or engineering services to be performed shall be done with the professional skill and care ordinarily provided by competent architects or engineers practicing under the same or similar circumstances and professional license. 69. TEXAS SENATE BILL 219 SUBCHAPTER B ITEMS B AND C (b) A contractor must, within a reasonable time of learning of a defect, inaccuracy, inadequacy, or insufficiency in the plans, specifications, or other design documents, disclose in writing to the person with whom the contractor enters into a contract the existence of any known defect in the plans, specifications, or other design documents that is discovered by the contractor, or that reasonably should have been discovered by the contractor using diligence, before or during construction. In this subsection, ordinary diligence means the observations of the plans, specifications, or other design documents or the improvement to real property that a contractor would make in the reasonable preparation of a bid or fulfillment of its scope of work under normal circumstances. Ordinary diligence does not require that the contractor engage a person licensed or registered under Title 6, Occupations Code, or any other person with specialized skills. A disclosure under this subsection is made in the contractor's capacity as contractor and not as a licensed professional under Title 6, Occupations Code. (c) A contractor who fails to disclose a defect as required by Subsection (b) may be liable for the consequences of defects that result from the failure to disclose. DAVIS BACON WAGE DETERMINATIONS EXHIBIT A General Decision Number: TX20210280 07/02/2021 Superseded General Decision Number: TX20200280 State: Texas Construction Type: Building Counties: Crosby and Lubbock Counties in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). 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 1 07/02/2021 BOIL0074-003 01/01/2017 Rates Fringes BOILERMAKER ...................... $ 28.00 22.35 --------------------------------------------------------------- CARP0665-001 05/01/2017 Rates Fringes CARPENTER ........................ $ 22.25 7.31 ELEC0602-008 03/01/2020 Rates Fringes ELECTRICIAN ...................... $ 23.12 3%+10.75 ---------------------------------- ENGI0178-005 06/01/2020 Rates Fringes POWER EQUIPMENT OPERATOR (1) Tower Crane ............. $ 32.85 13.10 (2) Cranes with Pile Driving or Caisson Attachment and Hydraulic Crane 60 tons and above ..... $ 28.75 10.60 (3) Hydraulic cranes 59 Tons and under .............. $ 32.3 5 13.10 --------------------------------------------------------------- IRON0084-011 06/01/2020 Rates Fringes IRONWORKER, ORNAMENTAL ........... $ 25.26 7.13 ------------------------------------ * IRON0263-003 06/01/2020 Rates Fringes IRONWORKER, STRUCTURAL ........... $ 25.14 7.43 --------------------------------------------------------------- PLUM0404-001 09/01 /2020 Rates Fringes PLUMBER .......................... $ 26.05 8.81 --------------------------------------------------------------- SHEE0049-001 04/01 /2019 Rates Fringes SHEET METAL WORKER (HVAC Duct Installation Only) ............... $ 21.73 14.94 --------------------------------------------------------------- SUTX2014-060 07/21/2014 Rates Fringes BRICKLAYER ....................... $ 20.04 0.00 CEMENT MASON/CONCRETE FINISHER ... $ 19.60 0.00 INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation) ...............$ 19.77 7.13 IRONWORKER, REINFORCING .......... $ 12.27 0.00 LABORER: Common or General ...... $ 12.35 0.00 LABORER: Mason Tender - Brick ... $ 11.36 0.00 LABORER: Mason Tender - Cement/Concrete..................$ 10.58 0.00 LABORER: Pipelayer.............. $ 12.49 2.13 LABORER: Roof Tearoff........... $ 11.28 0.00 Backhoe/Excavator/Trackhoe ....... $ 14.25 0.00 OPERATOR: Bobcat/Skid Steer/Skid Loader ................$ 13.93 0.00 OPERATOR: Bulldozer .............$ 18.29 1.31 OPERATOR: Drill .................$ 16.22 0.34 OPERATOR: Forklift ..............$ 14.83 0.00 OPERATOR: Grader/Blade .......... $ 13.37 0.00 OPERATOR: Loader ................$ 13.55 0.94 OPERATOR: Mechanic ..............$ 17.52 3.33 OPERATOR: Paver (Asphalt, Aggregate, and Concrete) ......... $ 16.03 0.00 OPERATOR: Roller ................ $ 12.70 0.00 PAINTER (Brush, Roller, and Spray) ........................... $ 14.27 0.00 ROOFER ...........................$ 13.75 0.00 SHEET METAL WORKER, Excludes HVAC Duct Installation ........... $ 21.13 6.53 TILE FINISHER .................... $ 11.22 0.00 TILE SETTER ...................... $ 14.00 2.01 TRUCK DRIVER: Dump Truck ........ $ 12.39 1.18 TRUCK DRIVER: Flatbed Truck ..... $ 19.65 8.57 TRUCK DRIVER: Semi -Trailer Truck ............................$ 12.50 0.00 TRUCK DRIVER: Water Truck ....... $ 12.00 4.11 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 EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health - related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at 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 ""SUM' 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 EXHIBIT B City of Lubbock Overtime Legal Holiday Prevailing Wage Rates The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. The rate for legal holidays shall be as required by the Fair Labor Standard SPECIFICATIONS Page Intentionally Left Blank � Lubbock Preston Smith INTERNATIONAL AIRPORT Lubbock Preston Smith International Airport Glass Replacement Technical Documents July 27, 2021 / Client Project No.: ITB 21-16053-TF FAA CARES Grant No.: 3-48-0138-045-2020 RS&H Project No.: 2230003012 Prepared by: RS&H, Inc. 13750 San Pedro Ave., Suite 300 San Antonio, TX 78232 Texas Registration Nos. BR 751 & F-3401 RSM © 2021 RS&H, Inc. INTENTIONALLY LEFT BLANK Lubbock Preston Smith International Airport — Glass Replacement TABLE OF CONTENTS Lubbock Preston Smith International Airport Glass Replacement Client Project No.: ITB 21-16053-TF FAA CARES Grant No.: 3-48-0138-045-2020 RS&H Project No.: 2230003012 TABLE OF CONTENTS DRAWINGS C001 General Notes C002 Safety and Security Notes C003 Safety and Security Details C004 Project Layout (Work Area 1) C005 Project Layout (Work Area 2) C006 Project Layout (Work Area 3) G-1 Floor Plan G-2 to G-8 Exterior Elevations TECHNICAL SPECIFICATIONS Seals Page Mandatory Federal Contract Provisions Note: Where portions of text have been lined through (example), this text has been deleted and does not apply to this project. Where portions of text have been bolded and shaded (example), this text has been added and is binding to this project. FAA General Provisions FAA Item 10 Definition of Terms FAA Item 20 Proposal Requirements and Conditions FAA Item 30 Award and Execution of Contract FAA Item 40 Scope of Work FAA Item 50 Control of Work FAA Item 60 Control of Materials FAA Item 70 Legal Regulations and Responsibility to Public FAA Item 80 Execution and Progress FAA Item 90 Measurement and Payment Lubbock Preston Smith International Airport — Glass Replacement TABLE OF CONTENTS Note: Where portions of text have been lined through (example), this text has been deleted and does not apply to this project. Where portions of text have been bolded and shaded (example), this text has been added and is binding to this project. This process is utilized throughout the FAA specifications (excluding the contract documents and plans). Miscellaneous Specifications 011000 Summary of Work 015000 Temporary Facilities and Controls 013300 Submittal Procedures 017300 Execution 017700 Closeout Procedures 024119 Selective Demolition 088000 Glazing APPENDICES Appendix A — Construction Safety and Phasing Plan (CSPP) Appendix B — FAA Advisory Circular 150/5370-2G, Operational Safety on Airports During Construction Appendix C — FAA Advisory Circular 150/5210-5D, Painting, Marking, and Lighting of Vehicles Used on an Airport END OF TABLE OF CONTENTS Lubbock Preston Smith International Airport — Glass Replacement DRAWINGS DRAWINGS Lubbock Preston Smith International Airport — Glass Replacement DRAWINGS INTENTIONALLY LEFT BLANK Lubbock Preston Smith International Airport — Glass Replacement GENERAL NOTES: 1. THE CONTRACTOR IS HEREBY MADE AWARE THAT THE NOTES WITHIN THE PLANS AND TECHNICAL DOCUMENTS ARE WRITTEN FOR THE CONTRACTOR'S ACTION. IT IS UNDERSTOOD THAT THE REQUIREMENTS OF THE PLANS AND TECHNICAL DOCUMENTS ARE MEANT AS REQUIRED ACTIONS OF THE CONTRACTOR UNLESS EXPLICITLY NOTED AS THE REQUIRED ACTION OF ANOTHER INDIVIDUAL. 2. MAINTAIN RESPONSIBILITY FOR CONSTANT COORDINATION BETWEEN CONTRACTOR PERSONNEL. SUBMIT PLANNED CONSTRUCTION ACTIVITIES TO THE OWNER'S REPRESENTATIVE FOR REVIEW. 3. IT IS THE SOLE RESPONSIBILITY OF THE CONTRACTOR TO OBTAIN APPLICABLE PERMITS FOR CONSTRUCTION AND EQUIPMENT. PROVIDE COPIES OF PERMITS AS SUBMITTALS TO THE OWNER'S REPRESENTATIVE. PERMITS ARE PART OF THE EQUIPMENT PROVIDED BY THE CONTRACTOR AND ARE SUBSIDIARY TO THE VARIOUS BID ITEMS OF THE PROJECT. 4. THE CONTRACTOR'S PROJECT SUPERINTENDENT OR HIS / HER DESIGNATED ASSISTANT MUST BE ON SITE DURING ALL WORK ACTIVITIES. THE CONTRACTOR'S PROJECT SUPERINTENDENT IS THE DESIGNATED RESPONSIBLE CONTRACTOR REPRESENTATIVE AND MUST BE AVAILABLE IN CASE OF EMERGENCIES ON A 24-HOUR BASIS. 5. PARK PERSONAL VEHICLES IN THE STAGING AREA, OR AS DESIGNATED BY THE OWNER. SHUTTLE CONTRACTOR PERSONNEL TO THE PROJECT SITE. 6. THE EXISTING CONDITIONS SHOWN IN THE PLANS WERE DEVELOPED FROM INFORMATION PROVIDED BY THE OWNER, SUPPLEMENTED BY CASUAL VISUAL OBSERVATIONS, AND TOPOGRAPHIC SURVEY. THE EXISTING CONDITIONS ARE NOT WARRANTED AS ALL INCLUSIVE OR EXACT, BUT RATHER AS THE BEST AVAILABLE KNOWLEDGE AT THE TIME OF PROJECT DESIGN. VERIFY EXISTING CONDITIONS AND NOTIFY THE OWNER'S REPRESENTATIVE OF DISCREPANCIES IMMEDIATELY IF FOUND, PRIOR TO PERFORMING CONSTRUCTION ACTIVITIES. 7. KEEP ONSITE A COPY OF THE PLANS,TECHNICAL DOCUMENTS, AND ALL REFERENCED STANDARDS CITED AND, AT ALL TIMES, GIVE THE OWNER ACCESS THERETO. 8. CONSTRUCTION CANNOT COMMENCE UNTIL: A. A NOTICE TO PROCEED HAS BEEN ISSUED. B. BARRICADES ARE IN PLACE AND APPROVED BY THE OWNER TO CONFINE THE WORK AREA AND CREATE A BARRIER BETWEEN AIRCRAFT AND VEHICLE MOVEMENT AREAS AND THE CONSTRUCTION AREA. C. SAFETY EQUIPMENT FOR CONTRACTOR PERSONNEL AND CONSTRUCTION EQUIPMENT IS IN PLACE AND OPERABLE. D. REQUIRED PERMITS ARE IN PLACE. 10. FOLLOW GOOD HOUSE KEEPING PRACTICES. CLEAN UP DIRT AND LOOSE MATERIAL AS CONSTRUCTION PROGRESSES. MONITOR THE SITE REGULARLY TO KEEP SITE FREE OF TRASH, FOD, AND OTHER CONSTRUCTION DEBRIS. 11. THROUGHOUT THE COURSE OF CONSTRUCTION, SHAPE EACH CONSTRUCTION AREA TO MAINTAIN POSITIVE (CONTINUOUS AND FLOWING) DRAINAGE OF SURFACE WATER DURING EACH CONSTRUCTION OPERATION AND NOT RESTRICT EXISTING DRAINAGE FLOW PATTERNS. A. IF NECESSARY, FURNISH AND INSTALL DRAINAGE PROVISIONS (I.E. STRUCTURES) TO MEET THESE REQUIREMENTS. B. PUMP LOCALIZED PONDING SURFACE WATER IMMEDIATELY AFTER A RAIN EVENT FROM EACH CONSTRUCTION AREA. C. AT THE END OF THE PROJECT, RESTORE ALL GRADES, PER DESIGN PLANS, AND REMOVE AND DISPOSE OF ALL TEMPORARY DRAINAGE PROVISIONS. D. THE COST OF TEMPORARY DRAINAGE AND DEWATERING IS SUBSIDIARY TO THE VARIOUS BID ITEMS OF THE PROJECT. 12. PROTECT SURVEY MONUMENTS IN PLACE. UTILIZE THE SERVICES OF A TEXAS REGISTERED PROFESSIONAL LAND SURVEYOR TO RESTORE DISTURBED OR COVERED MONUMENTS. HAUL ROUTE GENERAL NOTES: 1. THE LOCATION OF CONTRACTOR ACCESS AND ONSITE HAUL ROUTES MUST BE AS SHOWN ON THESE SHEETS. SPECIAL REQUESTS FOR ALL OTHER ACCESS ARE SUBJECT TO APPROVAL BY THE OWNER. MAINTAIN CONTROL AND PASSAGE THROUGH ANY ADA ENTRY POINT UTILIZED FOR CONTRACTOR ACCESS AND NOT STAFFED BY THE AIRPORT. 2. IT IS THE SOLE RESPONSIBILITY OF THE CONTRACTOR TO COORDINATE OFFSITE HAUL ROUTES (STATE HIGHWAYS, COUNTY ROADS, AND / OR CITY STREETS) WITH THE APPROPRIATE OWNER WHO HAS JURISDICTION OVER THE AFFECTED ROUTE AND OBTAIN HAUL PERMITS AS REQUIRED. COMPLY WITH ALL FEDERAL, STATE, AND LOCAL LAWS REGARDING OFFSITE HAUL ROUTES AND ASSUME SOLE RESPONSIBILITY FOR DAMAGE CAUSED BY CONTRACTOR OPERATIONS. 3. IT IS THE SOLE RESPONSIBILITY OF THE CONTRACTOR TO ASSESS THE VIABILITY OF EXISTING HAUL ROADS, INCLUDING WIDTH AND LOADING REQUIREMENTS, NECESSARY FOR THE CONTRACTOR'S PROPOSED OPERATIONS. THE CONTRACTOR MAY FURNISH AND INSTALL TEMPORARY AND / OR WIDEN / STRENGTHEN EXISTING HAUL ROADS AS DEEMED APPROPRIATE FOR THE CONTRACTOR'S PROPOSED OPERATIONS. 4. INSPECT ALL CONTRACTOR VEHICLES AND EQUIPMENT UPON ENTERING AND EXITING ANY AOA SECURITY GATE TO ENSURE THAT VEHICLES AND EQUIPMENT ARE CLEAN AND FREE OF MUD, DIRT, DEBRIS, WASTE, LOOSE MATERIAL, AND / OR ANY OTHER MATERIAL CAPABLE OF CREATING FOD ON ANY HAUL ROADS (ONSITE OR OFFSITE). ANY VEHICLE OR EQUIPMENT IN THREAT OF CREATING A FOD ISSUE MUST BE IMMEDIATELY DISPATCHED TO THE STAGING AREA FOR CLEANING. 5. THE PRE- AND POST -CONSTRUCTION CONDITION OF HAUL ROUTES MUST BE JOINTLY INSPECTED AND DETERMINED BY THE CONTRACTOR AND THE OWNER AND / OR OWNER'S REPRESENTATIVE. MAINTAIN EXISTING ONSITE HAUL ROADS THROUGHOUT CONSTRUCTION AS A PASSABLE ROADWAY FOR OWNER VEHICLES. RESTORE EXISTING HAUL ROADS (INSIDE AND OUTSIDE THE AOA) TO THEIR PRE -CONSTRUCTION CONDITION, OR BETTER, WHEN NO LONGER NEEDED AS A HAUL ROAD. THE CONTRACTOR IS RESPONSIBLE FOR THE REPAIR OF ANY DAMAGE CAUSED BY THE CONTRACTOR'S EQUIPMENT AND PERSONNEL. REMOVE AND DISPOSE OF AND REPLACE ANY PAVEMENTS DAMAGED TO AT LEAST TEN (10) FEET ON EACH SIDE OF THE VISIBLE DAMAGE TO ENSURE ALL PAVEMENT TRAVERSED BY THE CONSTRUCTION EQUIPMENT IS REMOVED AND REPLACED. CONTRACTOR'S STAGING AREA NOTES: 1. THE STAGING AREA WILL BE AS SHOWN IN THE PLANS, OR AS ADJUSTED IN THE FIELD AND COORDINATED WITH THE OWNER. 2. DO NOT PLACE THE STAGING AREA WITHIN WATERS OF THE UNITED STATES, INCLUDING WETLANDS, WATERBODIES, AND STREAM BEDS. CONSTRUCT THE STAGING / STOCKPILE / STORAGE AREA TO PROHIBIT THE RUNOFF OF POLLUTANTS AND CONTROL SILT / SEDIMENT MOVEMENT. 3. DO NOT CREATE PONDING OF WATER OR ALTER DRAINAGE PATTERNS OF THE STAGING / STOCKPILE / STORAGE AREA DURING OR AFTER CONSTRUCTION. 4. MAINTAIN THE STAGING AREA IN A CLEAN AND ENVIRONMENTALLY SAFE CONDITION. 5. LIMIT STOCKPILED / STORAGE EQUIPMENT AND MATERIALS TO THE SMALLEST POSSIBLE FOOTPRINT. PLACE MATERIALS STORED OR STOCKPILED ON THE AIRPORT AND CONDUCT WORK TO CAUSE NO GREATER OBSTRUCTION TO THE AIR AND GROUND TRAFFIC THAN IS ALLOWED IN THE PLANS. EQUIPMENT / STOCKPILES MUST COMPLY WITH OBSTRUCTION HEIGHT REQUIREMENTS FOR PROTECTED AIRSPACE (PRIMARY SURFACE, TRANSITIONAL SURFACE, AND APPROACH / DEPARTURE SURFACE OF AN ACTIVE RUNWAY) AS PROVIDED IN THE CODE OF FEDERAL REGULATIONS, PART 77, SAFE, EFFICIENT USE, AND PRESERVATION OF THE NAVIGABLE AIRSPACE. 6. STOCKPILED MATERIALS AND EQUIPMENT STORAGE ARE NOT PERMITTED WITHIN AN ACTIVE RSA, TSA, OR OFZ, AND IF POSSIBLE SHOULD NOT BE PLACED WITHIN ANY ACTIVE OFA OR TOFA. STOCKPILING MATERIAL WITHIN AN ACTIVE OFA OR TOFA REQUIRES SUBMITTAL OF AN FAA FORM 7460-1 TO THE FAA FOR APPROVAL. THE FAA MUST PROVIDE APPROVAL PRIOR TO STOCKPILING WITHIN AN ACTIVE OFA OR TOFA. 7. STOCKPILE GEOMETRIES MUST COMPLY WITH ALL APPLICABLE OSHA REGULATIONS. 8. PRIOR TO THE COMMENCEMENT OF WORK, RECORD EXISTING CONDITIONS OF THE STAGING / STOCKPILE / STORAGE AREA VIA PHOTOGRAPH OR VIDEO DOCUMENTATION. SUBMIT ALL DOCUMENTATION TO THE OWNER'S REPRESENTATIVE PRIOR TO DISTURBING THE AREA. 9. THE STAGING AREA MAY OR MAY NOT HAVE UTILITIES PRESENT. COORDINATE UTILITIES REQUIRED WITH THE RESPECTIVE UTILITY OWNERS AT NO ADDITIONAL COST TO THE OWNER. 10. NO VEHICLES, EQUIPMENT, OR MATERIAL STORAGE MAY OCCUR WITHIN 10, OF THE SECURITY FENCE. 11. THE MAXIMUM EQUIPMENT / STOCKPILE HEIGHT FOR STAGING AREA IS PROVIDED ON EACH WORK AREA'S RESPECTIVE COORDINATE TABLES ON THE CONTRACT LAYOUT PLANS. 12, TREAT STOCKPILED MATERIAL AND OPEN EXCAVATIONS TO PREVENT MOVEMENT RESULTING FROM AIRCRAFT BLAST OR WIND CONDITIONS IN EXCESS OF TEN (10) MPH. 13. THE CONTRACTOR IS RESPONSIBLE FOR THE SECURITY OF EQUIPMENT AND MATERIALS, AND ASSOCIATED SECURITY APPURTENANCES. SECURITY MEASURES DEEMED NECESSARY BY THE CONTRACTOR IN THE PROTECTION OF EQUIPMENT AND MATERIALS IS INCIDENTAL TO THE OVERALL PERFORMANCE OF THE WORK ASSOCIATED WITH THE PROJECT. 14. PARK CONTRACTOR EQUIPMENT OUTSIDE THE ROFA/TOFA WHEN WORK IS NOT BEING PERFORMED. 15. MAKE MODIFICATIONS WITHIN THE STAGING AREA WHEN DEEMED NECESSARY BY THE OWNER. 16. HANDLE AND STORE MATERIALS STOCKPILED ONSITE SUCH THAT SEGREGATION AND CONTAMINATION BY FOREIGN SUBSTANCES IS PREVENTED. IF STOCKPILED MATERIALS DO SEGREGATE, REMIX THE MATERIALS TO THE REQUIRED GRADATIONS PRIOR TO PLACEMENT. DISPOSE OF MATERIALS THAT ARE CONTAMINATED BY FOREIGN SUBSTANCES. 17. RESTORE THE STAGING AREA UPON COMPLETION OF THE PROJECT INCLUDING, AT MINIMUM, REPAIR OF EXISTING FACILITIES, REGRADING, AND TOPSOILING AND ESTABLISHING VEGETATION, AS APPLICABLE. DEMOBILIZATION NOTES: 1. UPON COMPLETION OF THE PROJECT: A. CONDITIONS OF THE WORK AREAS AND SURROUNDING AREAS MUST BE AS GOOD AS OR BETTER THAN THE CONDITION PRIOR TO STARTING WORK, IN ADDITION TO THE WORK ITEMS LISTED. B. REMOVE ALL EQUIPMENT, TEMPORARY FACILITIES, AND MATERIALS, UNLESS OTHERWISE DIRECTED BY THE OWNER. C. CLEAN ALL HAUL ROUTES TO PREVENT OBSTRUCTION AND / OR CAUSE INCONVENIENCE TO NORMAL REGULAR TRAFFIC. ALL TEMPORARY HAUL ROUTES MUST BE REMOVED AND DISPOSED OF. D. RETURN PROPERTIES BELONGING TO THE OWNER. 2. DEMOBILIZATION WILL NOT BE COMPLETE UNTIL APPROVED BY THE OWNER AND / OR THE OWNER'S REPRESENTATIVE. COMPLETE DEMOBILIZATION IN A MANNER TO MINIMIZE INCONVENIENCE TO AIRPORT OPERATIONS. REPAIR DAMAGE TO THE AIRPORT FACILITIES DURING DEMOBILIZATION AT THE CONTRACTOR'S EXPENSE. GENERAL WORK AREA NOTES: 1. THE CONSTRUCTION PHASING DETAILED IN THE PLANS IS BROKEN INTO MULTIPLE AREAS OF WORK. ALL AREAS OF WORK ARE WITHIN THE ADA. DUE TO THE IMPORTANCE OF MAINTAINING AIRFIELD OPERATIONS, SAFETY, AND SECURITY DURING CONSTRUCTION, THE PROPOSED ITEMS OF WORK HAVE BEEN DIVIDED INTO MULTIPLE AREAS OF WORK, AS DETAILED ON PROJECT LAYOUT PLAN SHEETS C004 THROUGH C006. THE WORK AREAS CAN GENERALLY BE DESCRIBED AS: A. WORK AREA 1 - APRONSIDE GLASS REPLACEMENT BETWEEN GATE 8 AND GATE 9 B. WORK AREA 2 - APRONSIDE GLASS REPLACEMENT BETWEEN GATE 3 AND BAGGAGE MAKEUP DEVICE C. WORK AREA 2A - APRONSIDE GLASS REPLACEMENTS BETWEEN: GATE 1 AND GATE 2, GATE 2 AND BAGGAGE MAKEUP DEVICE D. WORK AREA 3 - APRONSIDE GLASS REPLACEMENT BETWEEN GATE 5 AND GATE 6 2. THE INTENT OF THE PROJECT LAYOUT PLAN IS TO MINIMIZE INTERFERENCE TO AIRCRAFT MOVEMENTS, THE AMOUNT OF TIME EACH WORK AREA IS CLOSED, AND DISRUPTIONS TO AIRPORT OPERATIONS. WORK IN A MANNER TO HELP MEET THESE INTENDED GOALS, INCLUDING EXTENDED PRODUCTION HOURS WHEN POSSIBLE / PRACTICAL. 3. COORDINATE WORK EFFORTS WITH THE OWNER'S REPRESENTATIVE AND OWNER. IF PROBLEMS OR CHANGES ARISE DURING CONSTRUCTION SEQUENCING, IMMEDIATELY NOTIFY THE OWNER'S REPRESENTATIVE REQUESTING ACTIONS TO RESOLVE SAID PROBLEMS PRIOR TO CONTINUING THE WORK. 4. PRIOR TO BEGINNING ITEMS OF WORK IN EACH AREA, MEET ONSITE WITH THE OWNER'S REPRESENTATIVE AND OWNER TO FINALIZE AND IDENTIFY THE WORK LIMITS AND TASKS THAT WILL BE PERFORMED. AT THIS MEETING, PROVIDE A DETAILED WORK PLAN. THIS OPERATION MUST TAKE PLACE NOT LESS THAN ONE (1) WEEK IN ADVANCE OF WORK COMMENCEMENT. RSaf RS&H, Inc. 11011 Richmond Ave., Suite 900 Houston, TX 77042 713-914-4455, FAX 713-914-0155 www.rsandh.com Texas Registration Nos. BR 751 *F-3401 tW City of Lubbock TEXAS ► Lubbock Preston Smith GLASS REPLACEMENT CONSULTANT: SEAL: ARC �.rgoyfr Lu tz ST+1TE O��ry July 27, 202 IG REVISIONS NO. DESCRIPTION DATE DATE ISSUED: 07/2712021 REVIEWED BY: MM DRAWN BY: DJC PROJECT NUMBER 223-0003-012 SHEET TITLE GENERAL NOTES SHEET NUMBER C001 AIRPORT SECURITY REQUIREMENTS: 1. COMPLY WITH ALL SECURITY REQUIREMENTS SPECIFIED HEREIN AND AS REQUIRED BY THE OWNER OR AIRPORT OPERATIONS. 2. DRIVERS OF ALL CONTRACTOR VEHICLES AUTHORIZED TO ENTER THE ADA MUST BE EXPERIENCED IN THE ROUTE OR GUIDED BY AN AIRPORT OPERATIONS -APPROVED, SECURITY BADGED ESCORT VEHICLE. THE CONTRACTOR IS RESPONSIBLE FOR TRAFFIC CONTROL TO AND FROM THE VARIOUS CONSTRUCTION AREAS ON THE SITE AND FOR THE OPERATION AND SECURITY OF THE AOA SECURITY GATES TO THE SITE. THE CONTRACTOR MUST MONITOR AND COORDINATE ALL CONTRACTOR TRAFFIC AT THE AOA SECURITY GATES WITH SECURITY. 3. DO NOT PERMIT UNAUTHORIZED CONTRACTOR PERSONNEL OR TRAFFIC ON THE SITE. PROHIBIT "PIGGYBACKING" OF MULTIPLE VEHICLES BEHIND AN AUTHORIZED VEHICLE. LOCK AND SECURE ALL AOA SECURITY GATES TO THE SITE AT ALL TIMES WHEN NOT ATTENDED BY THE CONTRACTOR. IF THE CONTRACTOR CHOOSES TO LEAVE AN AOA SECURITY GATE OPEN, IT MUST BE ATTENDED BY CONTRACTOR PERSONNEL WHO ARE FAMILIAR WITH THE REQUIREMENTS OF THE AIRPORT OPERATIONS SECURITY PROGRAM. 4. FURNISH TO THE GATE GUARD A LIST OF AUTHORIZED DELIVERY VEHICLES TO ENTER THE AOA SECURITY GATE AND RECORD THE VEHICLE LICENSE PLATE, TIME IN, AND TIME OUT FOR EACH VEHICLE USING THE GATE. 5. PEDESTRIAN WALKTHROUGHS ARE NOT ALLOWED THROUGH THE VEHICULAR GATE. 6. THE CONTRACTOR IS RESPONSIBLE FOR AIRPORT OPERATIONS SECURITY BADGING AS FOLLOWS A. THE CONTRACTOR IS RESPONSIBLE FOR OBTAINING PHOTO -IDENTIFICATION SECURITY BADGES ISSUED BY AIRPORT OPERATIONS FOR EACH SUPERINTENDENT OF EACH WORK CREW WORKING WITHIN THE ADA. THE CONTRACTOR MUST OBTAIN AIRPORT OPERATIONS SECURITY BADGES FOR AT LEAST ONE (1) MEMBER OF EACH WORK CREW WORKING IN SEPARATE AREAS OF THE AOA. ALL CONTRACTOR PERSONNEL MUST EITHER OBTAIN AND DISPLAY AN AIRPORT OPERATIONS SECURITY BADGE, OR OBTAIN AND DISPLAY A CONTRACTOR -ISSUED IDENTIFICATION BADGE AND BE ESCORTED OR DIRECTLY SUPERVISED BY AN INDIVIDUAL DISPLAYING A CURRENT AIRPORT OPERATIONS SECURITY BADGE. B. THE CONTRACTOR IS RESPONSIBLE FOR COMPLETING THE REQUIRED AIRPORT OPERATIONS SECURITY BADGE APPLICATION FORMS, AND FOR SUBMITTING THE FORMS TO AIRPORT OPERATIONS FOR THEIR REVIEW AS EARLY IN THE PROJECT AS POSSIBLE TO AVOID CONSTRUCTION DELAYS. FORMS MUST BE SUBMITTED AT LEAST THREE (3) WEEKS IN ADVANCE OF ISSUANCE OF A BADGE. FORMS WILL BE AVAILABLE THROUGH AIRPORT OPERATIONS AFTER AWARD OF THE PROJECT. THE CONTRACTOR MUST DESIGNATE AN AUTHORIZED SIGNATURE HOLDER (ASH) RESPONSIBLE FOR ALL CONTRACTOR BADGE APPLICATIONS. THE ASH DESIGNEE MUST COMPLETE TRAINING TO BECOME THE AUTHORIZED ASH, AFTER WHICH ALL AIRPORT OPERATIONS SECURITY BADGE APPLICATIONS MUST BE REVIEWED AND APPROVED VIA SIGNATURE BY THE ASH. C. THE CONTRACTOR MUST CONDUCT A BACKGROUND CHECK OF EACH APPLICANT FOR AN AIRPORT OPERATIONS SECURITY BADGE UTILIZING STANDARD BACKGROUND CHECK FORMS PROVIDED BY AIRPORT OPERATIONS. FORMS FOR COMPLETING THE REQUIRED BACKGROUND CHECK WILL BE AVAILABLE THROUGH AIRPORT OPERATIONS AFTER AWARD OF THE PROJECT. THE BACKGROUND CHECK MUST SHOW PROOF OF A MINIMUM FIVE (5) YEAR EMPLOYMENT RECORD AND WILL BE REVIEWED BY AIRPORT OPERATIONS. ANY GAP IN EXCESS OF 30 DAYS MUST BE DOCUMENTED OR EXPLAINED. AIRPORT OPERATIONS IS RESPONSIBLE FOR REVIEWING THE BACKGROUND CHECKS. ONLY PERSONS WITH AN APPLICATION APPROVED BY AIRPORT OPERATIONS MUST BE ISSUED SECURITY BADGES. AIRPORT OPERATIONS RESERVES THE RIGHT TO BAR FROM THE AOA ANY INDIVIDUALS FOUND BY THE BACKGROUND CHECK TO BE, IN THE OPINION OF AIRPORT OPERATIONS, A RISK TO AOA SECURITY OR SAFETY. D. THE CONTRACTOR MAY OBTAIN AIRPORT OPERATIONS SECURITY BADGES FROM THE OPERATIONS DEPARTMENT AT THE AIRPORT. AIRPORT OPERATIONS RESERVES THE RIGHT TO LIMIT THE NUMBER OF SECURITY BADGES ISSUED TO THE CONTRACTOR. AIRPORT OPERATIONS WILL CHARGE THE CONTRACTOR A FIFTEEN DOLLAR ($15.00) FEE FOR EACH AIRPORT OPERATIONS SECURITY BADGE ISSUED. THE COST FOR A FINGERPRINT VERIFICATION WILL BE AN ADDITIONAL $30.00, FOR A TOTAL NON-REFUNDABLE COST OF $45.00. AN ADDITIONAL FEE WILL BE CHARGED, AS NOTED HEREIN, FOR LOST OR DESTROYED BADGES. E. AIRPORT OPERATIONS SECURITY BADGES MUST BE WORN IN AN EASILY VISIBLE LOCATION ON THE PERSON ISSUED THE BADGE AT ALL TIMES WHILE WORKING WITHIN THE AOA. THE BADGE HOLDER MUST BE FAMILIAR WITH AND MUST OBEY ALL SECURITY AND SAFETY RULES AND REGULATIONS. AIRPORT OPERATIONS SECURITY BADGES MAY BE CONFISCATED AND ALL SECURITY RIGHTS REVOKED BY AIRPORT OPERATIONS UPON THE BREACH OF ANY SECURITY OR SAFETY REGULATIONS AT THE DISCRETION OF AIRPORT OPERATIONS. THE HOLDER OF AN AIRPORT OPERATIONS SECURITY BADGE MUST SURRENDER THE BADGE AT THE COMPLETION OF THIS PROJECT, UPON TRANSFER OR TERMINATION OF EMPLOYMENT, OR AT ANY OTHER TIME AT THE REQUEST OF AIRPORT OPERATIONS. F. ANY EXPIRED OR ALTERED BADGE, OR ANY BADGE BEARING A PHOTOGRAPH NOT MATCHING THE BEARER, MUST BE BROUGHT TO THE ATTENTION OF AIRPORT OPERATIONS AND WILL BE IMMEDIATELY CONFISCATED BY AIRPORT OPERATIONS OR THE AIRPORT POLICE. G. AT THE COMPLETION OF THIS PROJECT, THE CONTRACTOR MUST RETURN ALL AIRPORT OPERATIONS -ISSUED SECURITY BADGES TO AIRPORT OPERATIONS. AIRPORT OPERATIONS WILL CHARGE AN ADDITIONAL ONE HUNDRED DOLLAR ($100.00) FEE FOR EACH LOST OR DESTROYED AIRPORT OPERATIONS -ISSUED SECURITY BADGE. ALL AIRPORT OPERATIONS -ISSUED SECURITY BADGES MUST BE ACCOUNTED FOR AND SURRENDERED AT THE COMPLETION OF THIS PROJECT. FAILURE TO ACCOUNT FOR AND SURRENDER ALL AIRPORT OPERATIONS -ISSUED SECURITY BADGES WILL CONSTITUTE GROUNDS FOR WITHHOLDING RETAINAGE FROM THE FINAL PAY ESTIMATE AMOUNT. 7. CONTRACTOR PERSONNEL THAT HAVE BEEN ISSUED AN AIRPORT OPERATIONS SECURITY BADGE ARE RESPONSIBLE FOR CHALLENGING ANY PERSON OR VEHICLE FOUND ON THE ADA OR OTHER NON-PUBLIC AREA WHO IS NOT DISPLAYING A VALID AIRPORT OPERATIONS SECURITY BADGE, OR WHO CANNOT PRODUCE A VALID AIRPORT OPERATIONS SECURITY BADGE, OR WHO IS NOT UNDER ESCORT OR UNDER THE DIRECT SUPERVISION OF A PERSON POSSESSING A VALID AIRPORT OPERATIONS SECURITY BADGE. THE CHALLENGE MUST CONSIST OF NOTIFYING THE PERSON THAT HE IS WITHIN A RESTRICTED AREA, AND INFORMING THE PERSON OF AN APPROPRIATE EXIT ROUTE. SHOULD THE UNAUTHORIZED PERSON REFUSE TO EXIT THE RESTRICTED AREA, AIRPORT OPERATIONS MUST BE IMMEDIATELY NOTIFIED FOR FURTHER ACTION, AND THE UNAUTHORIZED PERSON MUST BE KEPT UNDER SURVEILLANCE UNTIL AIRPORT OPERATIONS ARRIVES. 8. ANYONE FOUND IN VIOLATION OF AIRPORT RULES, REGULATIONS, AND SAFETY PLAN MAY BE PROMPTLY AND PERMANENTLY REMOVED FROM THE JOB SITE AND MAY BE SUBJECT TO ARREST FOR ALL PUNISHABLE STATE AND FEDERAL OFFENSES. 9. IF AN ADA SECURITY GATES IS FOUND OPEN OR UNLOCKED AND UNATTENDED, AIRPORT SECURITY POLICE AND / OR TRANSPORTATION SECURITY ADMINISTRATION MAY ISSUE THE CONTRACTOR A CITATION. THE CONTRACTOR IS RESPONSIBLE FOR ALL COURT COSTS AND IMPOSED FINES. IN ADDITION, A CHARGE OF UP TO $11,000.00 MAY BE LEVIED BY THE OWNER AND / OR TRANSPORTATION SECURITY ADMINISTRATION FOR EACH VIOLATION SO DOCUMENTED. 10. PAYMENT OF ALL FINES ASSESSED TO THE OWNER, DUE TO VIOLATIONS BY THE CONTRACTOR OF FAA / TRANSPORTATION SECURITY ADMINISTRATION SECURITY OR SAFETY REQUIREMENTS, IS THE SOLE RESPONSIBILITY OF THE CONTRACTOR AND WILL BE DEDUCTED FROM MONIES DUE THE CONTRACTOR. AIRFIELD SAFETY REQUIREMENTS: 1. THE OWNER, AT ALL TIMES, HAS COMPLETE JURISDICTION OVER THE SAFETY OF AIRCRAFT OPERATIONS DURING THE WORK. WHEREVER THE SAFETY OF AIR TRAFFIC IS CONCERNED, THE DECISIONS OF THE OWNER WILL BE FINAL AS TO METHODS, PROCEDURES AND MEASURES USED. 2. FAMILIARIZE CONTRACTOR PERSONNEL OF THE AIRPORT ACTIVITY AND OPERATIONS THAT ARE INHERENT TO THIS ACTIVE AIR CARRIER AIRPORT. CONDUCT ALL CONSTRUCTION ACTIVITIES TO CONFORM TO ALL ROUTINE AND EMERGENCY AIR TRAFFIC REQUIREMENTS AND GUIDELINES ON SAFETY AS SPECIFIED HEREIN OR AS DIRECTED BY THE OWNER. COMPLY WITH AND ACQUAINT CONTRACTOR PERSONNEL WITH CURRENT EDITION, LATEST CHANGE, OF THE FOLLOWING SAFETY FAA ADVISORY CIRCULARS / SAFETY DOCUMENTS (THESE DOCUMENTS AND RELATED REQUIREMENTS ARE DESCRIBED IN MORE DETAIL IN THE TECHNICAL DOCUMENTS). A. 15015370-2, OPERATIONAL SAFETY ON AIRPORTS DURING CONSTRUCTION; B. 15015210-5, PAINTING, MARKING AND LIGHTING OF VEHICLES USED ON AIRPORTS. C. CSPP. 3. PREPARE AND SUBMIT FOR APPROVAL A SPCD IN ACCORDANCE WITH FAA AC 150 / 5370-2, CURRENT EDITION, LATEST CHANGE. SUBMIT THE SPCD PRIOR TO A NOTICE TO PROCEED BEING ISSUED. REFER TO THE CSPP FOR ADDITIONAL SPCD REQUIREMENTS. FURNISH AND INSTALL THE COMPONENTS OF THE SPCD AT THE APPROPRIATE TIMES AS SPECIFIED IN THE CONTRACT DOCUMENTS. INSPECT EVERY ASPECT OF THE SPCD ON AT LEAST A DAILY BASIS AND ENSURE ALL COMPONENTS ARE FUNCTIONING PROPERLY. IMMEDIATELY CORRECT DEFICIENCIES NOTED BY THE OWNER AND / OR OWNER'S REPRESENTATIVE (OR THE OWNER'S REPRESENTATIVE'S REPRESENTATIVE). VISUALLY CHECK BARRICADE FLASHING LIGHTS ON A DAILY BASIS, 30 MINUTES BEFORE SUNSET FOR PROPER OPERATIONS. THE SYSTEM ELEMENTS THAT MUST BE INSPECTED ARE AS FOLLOWS: A. BARRICADES SET PROPERLY AND ALL FLASHING WARNING LIGHTS OPERATING PROPERLY. B. ALL CONTRACTOR PERSONNEL AND ADA SECURITY GATES MANNED AND SECURITY PROCEDURES IN PLACE. C. ALL VEHICLES AND EQUIPMENT LIGHTED / MARKED IN ACCORDANCE WITH THE REQUIREMENTS OF THE CONTRACT DOCUMENTS. D. CONTRACTOR USE OF UNAUTHORIZED ADA SECURITY GATES CHECKED. THE OWNER AND / OR OWNER'S REPRESENTATIVE WILL NOTIFY THE CONTRACTOR IN WRITING OF THE ABOVE SAFETY AND SECURITY ITEMS IDENTIFIED AS DEFICIENT. MAKE A CONCERTED EFFORT TO ENSURE ALL SAFETY AND SECURITY ITEMS ARE IN PROPER WORKING ORDER EACH DAY DUE TO THE SECURITY STATUS OF THE AIRPORT. 4. SUBMIT A DESTRUCTIVE / INCLEMENT WEATHER PLAN TO SET FORTH GENERAL GUIDANCE AND INFORMATION FOR THE CONTRACTOR TO COORDINATE PREPAREDNESS PLANS WHEN DESTRUCTIVE WEATHER THREATENS THE AIRPORT ENVIRONMENT. 5. CONDUCT A WEEKLY SAFETY BRIEFING FOR ALL CONTRACTOR PERSONNEL. CONDUCT THESE MEETINGS BILINGUALLY IN ENGLISH AND SPANISH. THESE MEETINGS MUST BE OPEN TO THE OWNER'S REPRESENTATIVE, OWNER, AND ANY OTHER GOVERNING AUTHORITY THAT WOULD LIKE TO ATTEND. THERE WILL ALSO BE A MANDATORY WEEKLY CONSTRUCTION MEETING, THE DATE AND TIME OF WHICH WILL BE ESTABLISHED PRIOR TO THE START OF CONSTRUCTION, WITH THE OWNER THAT MUST BE ATTENDED BY THE CONTRACTOR'S SENIOR FIELD STAFF, INCLUDING BUT NOT LIMITED TO SUPERINTENDENTS AND TEAM LEADERS. 6. CONTRACTOR PERSONNEL AND EQUIPMENT ARE NOT ALLOWED WITHIN PROJECT WORK AREAS UNTIL THE AREA HAS BEEN CLOSED TO AIRCRAFT AND NOTAMS HAVE BEEN ISSUED. 7. CONTRACTOR ESCORTS MUST MEET THE FOLLOWING REQUIREMENTS: A. CONTRACTOR ESCORT VEHICLE DRIVER MUST RECEIVE AIRPORT MOVEMENT AREA (AMA) DRIVER TRAINING. B. ALL VEHICLES RESPONSIBLE TO THE CONTRACTOR ENTERING THE ADA MUST BE ESCORTED BY AN AIRPORT OPERATIONS -APPROVED CONTRACTOR ESCORT VEHICLE FROM THE POINT OF AOA ENTRY TO THE CONSTRUCTION SITE. C. TO FACILITATE SAFE MOVEMENT OF CONTRACTOR ESCORT VEHICLES AND ESCORTED VEHICLES DRIVERS OF CONTRACTOR ESCORT VEHICLES MUST BE APPROVED FOR, ISSUED, AND DISPLAY AN AIRPORT OPERATIONS SECURITY BADGE. FURTHER CONTRACTOR ESCORT VEHICLE DRIVERS MUST BE FAMILIAR WITH AIRPORT SECURITY AND SAFETY PROCEDURES. 8. CONTRACTOR VEHICLES AND EQUIPMENT THAT ARE AUTHORIZED TO OPERATE ROUTINELY ON THE AIRPORT IN THE ADA MUST MEET THE FOLLOWING REQUIREMENTS: A. DISPLAY A COMPANY LOGO / PLACARD IDENTIFYING THE VEHICLE WITH BLOCK -TYPE CHARACTERS OF CONTRASTING COLOR THAT ARE EASILY LEGIBLE AT 150 FEET. B. DISPLAY EITHER: i. A YELLOW, FLASHING, DOME -TYPE LIGHT ON THE UPPERMOST PART OF THE VEHICLE STRUCTURE. THE LIGHT MUST BE VISIBLE FROM ANY DIRECTION, DAY AND NIGHT, INCLUDING FROM THE AIR. LIGHTS MUST HAVE PEAK INTENSITY WITHIN THE RANGE OF 40 TO 400 CANDELAS (EFFECTIVE) FROM ZERO (0) DEGREES (HORIZONTAL) UP TO 10 DEGREES ABOVE. THE HORIZONTAL AND FOR 360 DEGREES HORIZONTALLY. FROM 10 DEGREES TO 15 DEGREES ABOVE THE HORIZONTAL PLANE, THE LIGHT OUTPUT MUST BE ONE -TENTH OF PEAK INTENSITY OR BETWEEN FOUR (4) AND 40 CANDELAS (EFFECTIVE). LIGHTS MUST FLASH AT 75 t 15 FLASHES PER MINUTE. ii. A THREE (3) FEET X THREE (3) FEET OR LARGER, INTERNATIONAL ORANGE AND WHITE CHECKERBOARD CONSTRUCTION SAFETY FLAG, EACH CHECKERBOARD COLOR BEING ONE (1) FOOT X ONE (1) FOOT, FIXED ON A STAFF, MAY BE ATTACHED TO THE VEHICLE SO THAT THE FLAG IS READILY VISIBLE TO SUPPLEMENT THE FLASHING LIGHT OR FOR TRANSIENT VEHICLES OR THOSE SPECIFICALLY ONSITE FOR THE DAY TO COMPLETE A SPECIFIC TASK DURING DAYTIME OPERATIONS ONLY. VEHICLES AND EQUIPMENT OPERATING IN THE AOA DURING THE HOURS OF DARKNESS MUST BE EQUIPPED WITH A YELLOW, FLASHING, DOME -TYPE LIGHT. III. BE ESCORTED UNDER THE CONTROL OF A CONTRACTOR ESCORT VEHICLE. 9. CONTRACTOR VEHICLES AND EQUIPMENT BROUGHT INTO THE AOA SHOULD BE SERVICED AND MAINTAINED PRIOR TO ENTERING THE AOA TO PREVENT FUEL, HYDRAULIC FLUID, OR OTHER CHEMICAL FLUID LEAKS AND EXCESSIVE EXHAUST THAT MAY CAUSE ENVIRONMENTAL ISSUES. VEHICLES AND EQUIPMENT THAT MAY CAUSE ENVIRONMENTALLY DETRIMENTAL CONDITIONS WILL BE PROHIBITED FROM ENTERING THE AOA. HOWEVER, CONTRACTOR PERSONNEL OPERATING CONSTRUCTION VEHICLES AND EQUIPMENT ON THE AIRPORT MUST NOTIFY THE OWNER'S REPRESENTATIVE IMMEDIATELY AND EXPEDITIOUSLY CONTAIN AND CLEAN-UP SPILLS RESULTING FROM FUEL, HYDRAULIC FLUID, OR OTHER CHEMICAL FLUID LEAKS WITHIN ONE (1) HOUR OF THE SPILL OCCURRING. TRANSPORT AND HANDLING OF OTHER HAZARDOUS MATERIALS ON AN AIRPORT ALSO REQUIRES SPECIAL PROCEDURES. TO THAT END, DEVELOP AND IMPLEMENT SPILL PREVENTION AND RESPONSE PROCEDURES FOR VEHICLE OPERATIONS. INCORPORATE THESE PROCEDURES INTO THE SPCD. THIS INCLUDES MAINTENANCE OF APPROPRIATE MSDS DATA AND APPROPRIATE PREVENTION AND RESPONSE EQUIPMENT ON -SITE. 10. CONTRACTOR RADIOS AND / OR MOBILE PHONES MUST ONLY BE USED FOR THE CONTRACTOR'S INTERNAL COMMUNICATIONS, TO COMMUNICATE CLEARANCE FOR MOVEMENT OF EQUIPMENT, PERSONNEL, ETC., ON OR ACROSS ACTIVE AOA AREAS. USE OF RADIOS MUST NOT INTERFERE WITH FREQUENCIES USED BY THE ATCT OR THE AIRPORT. USE OF MOBILE PHONES IS RESTRICTED TO WORK -RELATED CALLS WITHIN THE AOA; NO PERSONAL CALLS WILL BE ALLOWED. THE CONTRACTOR MUST MAINTAIN AN UP-TO-DATE CONTACT LIST WITH THE AIRPORT FOR THE DURATION OF ALL PHASES OF WORK. 11. CONSTRUCTION MAY OCCUR ADJACENT TO ACTIVE AIRFIELD PAVEMENTS. CONSTRUCTION TRAFFIC MUST YIELD TO AIRCRAFT AT ALL TIMES. 12. CONFINE CONTRACTOR PERSONNEL, EQUIPMENT, OPERATIONS AND TRAVEL TO THE AREA WITHIN THE DEFINED WORK LIMITS SHOWN IN THE PLANS. DO NOT ALLOW CONTRACTOR PERSONNEL TO ENTER OR REMAIN IN PART OF THE AOA WHICH WOULD BE HAZARDOUS TO PERSONS OR TO AIRCRAFT OPERATIONS. INFORM CONTRACTOR PERSONNEL OF THE ROUTES, SPEEDS, AND PROCEDURES FOR TRANSPORTING EQUIPMENT AND MATERIALS TO THE CONSTRUCTION SITE AND RESTRICTIONS TO MOVEMENT OF EQUIPMENT OR CONTRACTOR PERSONNEL WITHIN THE AOA. 13. THE OWNER RESERVES THE RIGHT TO SUSPEND CONSTRUCTION OPERATIONS FOR SHORT PERIODS OF TIME (I.E. WHILE AN AIRCRAFT PASSES), DAILY, OR BETWEEN CONSTRUCTION PHASES, AND / OR CHANGE THE ORDER OF CONSTRUCTION PHASING DURING THE PROJECT IF IT IS DETERMINED AS IN THE BEST INTEREST OF AIRPORT OPERATIONS OR SAFETY. THE CONTRACTOR MAY BE DIRECTED TO MOVE CONTRACTOR PERSONNEL, EQUIPMENT, AND MATERIALS TO A SAFE LOCATION AND / OR EVACUATE THE SITE IN ORDER TO ENABLE AIRCRAFT OPERATIONS. NECESSARY EXTENSIONS IN CONTRACT TIME WILL BE GRANTED OR A STOP WORK ORDER WILL BE ISSUED DUE TO THESE DELAYS. HOWEVER, THERE WILL BE NO ADJUSTMENTS IN CONTRACT PRICE DUE TO THESE DELAYS, UNLESS OTHERWISE NOTED IN THE CONTRACT DOCUMENTS. 14. DO NOT EXCEED 15 MPH WITHIN THE AOA. 15. FURNISH AND INSTALL BARRICADES AT THE LOCATIONS SHOWN IN THE PLANS. FURNISH AND INSTALL BARRICADES AT THE BEGINNING OF EACH PHASE TO REMAIN IN PLACE THROUGHOUT THE PHASE, EXCEPT WHERE NOTED. IN THE EVENT BARRICADES ARE ADJUSTED OR REMOVED TO ALLOW VEHICLE TRAFFIC THROUGH OR FOR CONSTRUCTION WORK, SUPPLY FLAGMEN TO PREVENT AIRCRAFT FROM INADVERTENTLY ENTERING THE WORK AREA. FLAGMEN MUST REMAIN UNTIL THE BARRICADE IS REPLACED IN THE ORIGINAL POSITION. PROVIDE 24 HOURS PER DAY ON CALL CONTRACTOR PERSONNEL FOR EMERGENCY MAINTENANCE OF AIRPORT HAZARD LIGHTING AND BARRICADES. INTEGRATE BARRICADES AS A PART OF THE SPCD. 16. PROVIDE AN ADEQUATE NUMBER OF SWEEPERS AND VACUUM TRUCKS TO KEEP HAUL ROUTES, AIRFIELD PAVEMENTS WITHIN THE LIMITS OF WORK, AND OTHER PAVEMENT AREAS WITHIN 250 FEET OF CONSTRUCTION AREAS TRAVERSED BY VEHICLES AND EQUIPMENT CLEAN AND FREE OF MUD, DIRT, DEBRIS, WASTE, LOOSE MATERIAL, AND OTHER FOD CAPABLE OF CAUSING DAMAGE TO AIRCRAFT LANDING GEARS OR PROPELLERS AND / OR BEING INGESTED IN JET ENGINES. PROVIDE ENOUGH EQUIPMENT AND OPERATORS TO ENSURE AN IMMEDIATE RESPONSE TO PROPERLY KEEP ALL ACTIVE AIRFIELD PAVEMENTS AFFECTED BY CONSTRUCTION OPERATIONS ARE KEPT FREE OF FOD. 17. WEAR HIGH -VISIBILITY WARNING GARMENTS AND IDENTIFIABLE HARD HATS IN ACCORDANCE WITH APPLICABLE OSHA, ANSI, ISEA, LOCAL, STATE, AND / OR FEDERAL REGULATIONS WHEN ONSITE. 18. PREVENT SPILLAGE OF DEBRIS FROM CONSTRUCTION VEHICLES AND EQUIPMENT OUTSIDE THE IMMEDIATE WORK AREA. 19. CONSTRUCTION ACTIVITIES ARE PROHIBITED IN THE RSA, OFZ, AND TOFA. WHEN CONSTRUCTION, MEN, OR EQUIPMENT ARE WITHIN THE RSA, OFZ, OR TOFA, THOSE AREAS WILL BE CLOSED TO ALL AIRCRAFT OPERATIONS OR RESTRICTED, UNLESS OTHERWISE INDICATED IN THE PHASING PLAN SHEETS OR AS APPROVED BY THE OWNER. 20. IT IS THE SOLE RESPONSIBILITY OF THE CONTRACTOR TO SEE THAT ALL SHEETING, SHORING AND BRACING IS DONE IN ACCORDANCE WITH CURRENT OSHA REGULATIONS AND REQUIREMENTS. SHEETING, SHORING AND BRACING IS AN INCIDENTAL PART OF THE WORK AND IS SUBSIDIARY TO THE VARIOUS BID ITEMS OF THE PROJECT, EXCEPT AS PROVIDED IN THE TECHNICAL DOCUMENTS. 21. USE, MANAGE, HANDLE, AND DISPOSE OF ALL "HAZARDOUS MATERIALS" IN STRICT ACCORDANCE WITH ALL APPLICABLE ENVIRONMENTAL LAWS. FOR THE PURPOSES OF THIS PROJECT, THE TERM "HAZARDOUS MATERIALS" IS DEFINED IN THE BROADEST SENSE TO ENCOMPASS SUBSTANCES MATERIALS WASTES POLLUTANTS, OR OILS REFERRED TO IN ANY ENVIRONMENTAL LAW AS TOXIC, RADIOACTIVE, DANGEROUS, OR SIMILAR TERM. ENVIRONMENTAL LAWS ARE DEFINED TO MEAN ALL APPLICABLE FEDERAL, STATE, AND LOCAL STATUTES, ORDINANCES, REGULATIONS, RULES, POLICIES, CODES, AND GUIDELINES IN EFFECT DURING THE TERM OF THE PROJECT. 22. INSTITUTE DUST CONTROL MEASURES TO MITIGATE CURRENT OR POTENTIAL DUST ISSUES. SPECIAL ATTENTION TO DUST CONTROL IS REQUIRED WHEN EARTHWORK OR HAULING OPERATIONS ARE IN PROGRESS OR WHEN WIND AND WEATHER CONDITIONS CAUSE EXCESSIVE BLOWING OF DUST. REGULARLY APPLY WATER TO KEEP DUST DOWN. PROVIDE 24 HOURS PER DAY ON CALL CONTRACTOR PERSONNEL FOR EMERGENCY DUST CONTROL OPERATIONS. RESPOND WITHIN 20 MINUTES DURING TIMES WHEN THE CONTRACTOR IS ON SITE AND WITHIN TWO (2) HOURS WHEN NO WORK IS BEING PERFORMED. 23. AT THE COMPLETION OF EACH WORK PERIOD, CLEAN THE PROJECT WORK AREA AND REMOVE EQUIPMENT, MATERIALS, AND CONTRACTOR PERSONNEL FROM THE PROJECT WORK AREA. SWEEP AND / OR VACUUM PAVEMENTS PRIOR TO VACATING THE WORK AREA. ENSURE THAT ACTIVE AIRFIELD SURFACES AFFECTED BY CONSTRUCTION OPERATIONS ARE KEPT FREE OF FOD DEPOSITED BY EITHER CONSTRUCTION TRAFFIC, CONSTRUCTION OPERATIONS, WINDBLOWN DEBRIS, OR DEBRIS DEPOSITED AS THE RESULT OF OTHER SOURCES. 24. BLASTING WILL NOT BE PERMITTED 25. OPEN -FLAME WELDING AND TORCH CUTTING WILL NOT BE PERMITTED 26. PRIOR TO OPENING FOR AIRCRAFT USE AND THE DEPARTURE OF THE CONTRACTOR'S WORK CREWS, THE OWNER'S REPRESENTATIVE WILL ARRANGE FOR THE INSPECTION OF ANY AIRFIELD PAVEMENT THAT HAS BEEN CLOSED FOR WORK, OR THAT HAS BEEN USED FOR A CROSSING POINT OR HAUL ROUTE BY THE CONTRACTOR. THESE AREAS MUST COMPLY WITH THE SAFETY REQUIREMENTS, DEFINED BY FEDERAL AVIATION REGULATIONS PART 139, AS INTERPRETED BY THE OWNER, BEFORE PERMISSION FOR THE CONTRACTOR'S WORK CREWS TO DEPART WILL BE GRANTED. RSaf RS&H, Inc. 11011 Richmond Ave., Suite 900 Houston, TX 77042 713-914-4455, FAX 713-914-0155 www.rsandh.com Texas Registration Nos. BR 751 *F-3401 City of fLubbo6k ■ Lubbock Preston Smith GLASS REPLACEMENT CONSULTANT: SEAL: �.r��'yy�C. . :a r�F rCF.p�[1 LU :z tz •ST��50�i�}ry July 27, 202 IG REVISIONS NO. DESCRIPTION DATE DATE ISSUED: 07/2712021 REVIEWED BY: MM DRAWN BY: DJC PROJECT NUMBER 223-0003-012 SHEET TITLE SAFETY AND SECURITY NOTES SHEET NUMBER C002 CHEVRON CW1-8, DRIVEWAY SIGN D70A, " MIN. TO 4" MAX DRUM FLASHING WARNING LIGHT DIRECTIONAL CHEVRON TOP SHOULD NOT ALLOW COLLECTION O i Fr 18" MIN. OF WATER OR DEBRIS i 9116" DIA. (TYP) FOR HANDLES DIRECTIONAL CHEVRON AND FLASHING WARNING LIGHTS o (SEE DETAIL ON THIS SHEET) EACH DRUM SHALL HAVE A MINIMUM OF 2 ORANGE AND 2 a WHITE STRIPES USING TYPE C RETROREFLECTIVE SHEETING WITH THE TOP STRIPE BEING ORANGE. TAPER TO ALLOW FOR STACKING A MINIMUM OF DRUMS DRUM 3" TO 4" 6" 2" 28" T J— TRAF ICCONE DOUBLE REFLECTIVE BAND REQUIRED NOTES: 1. DRUMS, TRAFFIC CONES, AND ALL RELATED ITEMS SHALL COMPLY WITH THE REQUIREMENTS OF THE CURRENT VERSION OF THE "TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES" (TMUTCD) AND THE "COMPLIANT WORK ZONE TRAFFIC CONTROL DEVICES LIST' (CWZTCD). 2. DRUMS, CONES, BASES, AND RELATED MATERIALS SHALL EXHIBIT GOOD WORKMANSHIP AND SHALL BE FREE FROM OBJECTIONABLE MARKS OR DEFECTS THAT WOULD ADVERSELY AFFECT THEIR APPEARANCE OR SERVICEABILITY. 3. CONTINUOUSLY MAINTAIN THE PLACEMENT, LOCATION AND OPERATION OF ALL BARRICADES FOR THE DURATION OF THE PROJECT. BARRICADES SHALL BE INSPECTED DAILY BY THE CONTRACTOR AND THE OWNER AND ANY DEFICIENCIES FOUND SHALL BE CORRECTED IMMEDIATELY. 4. WARNING LIGHTS OR DIRECTIONAL CHEVRONS MAY BE INSTALLED ON A DRUM. 5. WARNING LIGHTS SHALL NOT BE INSTALLED ON A TRAFFIC CONE OR ON A DRUM THAT HAS A SIGN, CHEVRON, OR VERTICAL PANEL. 6. TRAFFIC CONES MAY BE USED FOR APPROVED TEMPORARY (LESS THAN 12 HOURS), AIRFIELD PAVEMENT CLOSURES. A MINIMUM OF FOUR TRAFFIC CONES OR ONE FOR EVERY 20 FEET OF PAVEMENT TO BE CLOSED (WHICHEVER IS GREATER) IS REQUIRED TO PROPERLY BARRICADE A SECTION OF PAVEMENT. 7. CONSTRUCTION BARREL AND TRAFFIC CONE BARRICADES ARE NOT SHOWN ON PLANS. HOWEVER, IN THE EVENT THIS STYLE IS NEEDED, THE BARRICADES INSTALLED SHALL MEET THE REQUIREMENTS OF THIS DETAIL. CONSTRUCTION BARREL AND TRAFFIC CONE BARRICADES 1 N.T.S. SELF -POWERED RED LENS STANDARD 3-WAY, 6-VOLT OMNIDIRECTIONAL, BARRICADE LIGHT SEE FAA AC 15015370-2, LATEST EDITION ORANGENVHITE HIGH REFLECTIVE STRIPE 0" 96" ELEVATION NOTES: 1. FURNISH AND PLACE LOW -PROFILE BARRICADES WHERE NOTED IN THE PROJECT LAYOUT PLAN. 2. WEIGH DOWN EACH BARRICADE BY FILLING WITH WATER. 3. PLACE BARRICADES A MAXIMUM OF 4 FEET APART. AT CONSTRUCTION VEHICLE ENTRY POINTS INTO THE WORK AREA, PLACE BARRCADES A MAX MUM OF 12 FEET APART. ADJUST BARRICADES SUCH THAT NO GAPS BETWEEN BARRICADES EXCEED 4 FEET WHEN THERE IS NO CONSTRUCTION ACTIVITY. 4. CONTINUOUSLY MAINTAIN THE PLACEMENT, LOCATION AND OPERATION OF THE LIGHTS FOR THE DURATION OF THE PROJECT. INSPECT BARRICADES DAILY AND CORRECT ANY DEFICIENCIES FOUND IMMEDIATELY. CORRECT ANY DEFICIENCIES REPORTED TO THE CONTRACTOR BY AIRPORT OPERATIONS AND/OR THE RPR. 5. MAINTAIN SPARE BARRICADES, INCLUDING SPARE LIGHTS AND BATTERIES. REPLACE DAMAGED BARRICADES, INCLUDING BATTERIES, IMMEDIATELY AT NO ADDITIONAL EXPENSE TO THE OWNER. LOW PROFILE BARRICADE AVIATION ORANGE AVIATION WHITE y T MIN. NOTE: SAFETY FLAG SHALL BE PROMINENTLY DISPLAYED ON CONSTRUCTION EQUIPMENT UNLESS MARKED WITH A FLASHING BEACON. CONSTRUCTION SAFETY FLAG 2 N.T.S. F S. PROFILE RS&H RS&H, Inc. 11011 Richmond Ave., Suite 900 Houston, TX 77042 713-914-4455,FAX 713-914-0155 www.rsandh.com Texas Registration Nos. BR 751*F-3401 � ►Lubblo& TEYA$ ■ Lubbock �`f Preston Smith .T=-, .r, . GLASS REPLACEMENT CONSULTANT: SEAL: ��ARC �r'y..... tCFp�[7 � 'ST+1TE O�i�ry July 27, 202 REVISIONS NO. DESCRIPTION DATE DATE ISSUED: 07/27/2021 REVIEWED BY: MM DRAWN BY: DJC PROJECT NUMBER 223-0003-012 SHEET TITLE SAFETY AND SECURITY DETAILS SHEET NUMBER C003 EXISTING GATE 8AL •� !r¢u '!s EXISTING GATE 9 J G� : ii.l,e.,l� .: r� 4 i:� q�pyy aCll1111,,'.II CONTRACTOR HAUL ROUTE ` aR a EXISTING GATE 8 1 � k �Q �.._ dr or EXISTING SECURITY FENCE r fi r. CONTRACTOR STAGING AREA (NO EQUIPMENT OR MATERIAL SHALL f I BE STAGED CLOSER THAN 1U FROM- g, EXISTING SECURITY FENCE)r+: x O0 x.;¢ A .F C EXISTING AOA CONTRACTOR HAUL ROUTE ACCESS GATE CONTRACTOR HAUL ROUTE (WORK AREA 1) N _ 1 0' 75' 150, 300' CONTRACTOR STAGING AREA (WORK AREA 1) - COORDINATE TABLE POINT NO. LATITUDE LONGITUDE SITE ELEVATION PART 77 ELEVATION TEMP. EQUIP. HEIGHT OA N33* 39' 05.47" W101' 49' 30.14" 3249' 3269' 20 FT OB N33° 39' 05.52" W101* 49' 28.53" 3251' 3271' 20 FT < N33° 39' 04.80" W101* 49' 30.11" 3249' 3269' 20 FT < N33° 39' 04.84" W101' 49' 28.50" 3251' 3271' 20 FT CONSTRUCTION LIMITS AREA (WORK AREA 1) - COORDINATE TABLE POINT NO. LATITUDE LONGITUDE SITE ELEVATION PART 77 ELEVATION EQUIP. HEIGHT O1 N33° 39' 19.76" W101' 49' 22.93" 3260' 3335' 75 FT O2 N33* 39' 19.76" W101' 49' 23.31" 3260' 3336' 75 FT O3 N33° 39' 20.09" W101' 49' 23.61" 3260' 3335' 75 FT O4 N33* 39' 20.51" W101' 49' 22.94" 3261' 3335' 75 FT O5 N33° 39' 20.49" W101' 49' 23.63" 3260' 3335' 75 FT 3 PANES THIS BAY 34 PANES THIS BAY • O 1 4 PANES THIS BAY 1 4� { �T 1 EXISTING GATE 9 1 " CONTRACTOR SHALL YIELD TO ALL AIRCRAFT WHEN TRAVELING ACROSS THE TERMINAL APRON CONTRACTOR HAUL ROUTE 2 CONTRACT LAYOUT PLAN (WORK AREA 1) N PROPOSED CONSTRUCTION LIMITS CONTRACTOR STAGING AREA O 0' 30' 60' 120' WINDOWS TO BE REPLACED HAUL ROUTE o- • • LOW PROFILE BARRICADES, SEE DETAIL 3, SHEET C003 AO CONTRACTOR STAGING AREA - SEE COORDINATE TABLE, THIS SHEET 1O CONSTRUCTION LIMITS - SEE COORDINATE TABLE, THIS SHEET RSaf RS&H, Inc. 11011 Richmond Ave., Suite 900 Houston, TX 77042 713-914-4455, FAX 713-914-0155 www.rsandh.com Texas Registration Nos. BR 751 *F-3401 Lubbock TEXAS ■ Lubbock Preston Smith GLASS REPLACEMENT CONSULTANT: SEAL: ARC �.rgoyfr � ST+1TE O��ry July 27, 202 IG REVISIONS NO. DESCRIPTION DATE DATE ISSUED: 07/2712021 REVIEWED BY: MM DRAWN BY: DJC PROJECT NUMBER 223-0003-012 SHEET TITLE PROJECT LAYOUT PLAN (WORK AREA 1) SHEET NUMBER C004 II XISTING GATE 3 EXISTING TERMINAL APRON - -1,_, r XISTING GATE 3 EXISTING GATE 2 aaFn � , L EXISTING GATE 1 + CONTRACTOR SHALL BE ESCORTED BY 1 / AIRPORT OPERATIONS TO WORK AREA 3. Mi FF THE TERMINAL APRON PAVEMENT MUST i BE CONTINUALLY SWEPT OF ALL FOD. . J _ AREA 2A -J � O O CONTRACTOR STAGING AREA (NO EQUIPMENT OR MATERIAL - EXISTING AOA O SHALL BE STAGED CLOSER ACCESS GATE O THAN 10' FROM EXISTING SECURITY FENCE) MARTIN LUTHER KING JR. BLVD �Cq 1 � II�L .7' �'}I is 71�.�� - •�yr.'�I ��� "• r R I. ! 1 11 5 ,!i• [ 7' " 'r ,�'• 'f IN I fil ■ �� 77 \ 7 �U LOT r j �I PARKING a� CONTRACTOR HAUL ROUTE II r 'MjjF'41 F'•`ILI �It T rpNk - IR Mk? r1411am * 71 A 31k:4 1rF TM 5 1 I� W < o CONTRACTOR HAUL ROUTE (WORK AREA 2) N _ 1 0' 50' 200' CONTRACTOR STAGING AREA (WORK AREA 2 & 2A) - COORDINATE TABLE POINT NO. LATITUDE LONGITUDE SITE ELEVATION PART 77 ELEVATION TEMP. EQUIP. HEIGHT OA N33° 39' 24.71" W101° 49' 09.52" 3259' 3279' 20 FT OB N33° 39' 24.74" W101° 49' 08.45" 3259' 3279' 20 FT < N33° 39' 24.26" W101° 49' 09.51" 3260' 3280' 20 FT < N33° 39' 24.29" W101° 49' 08.43" 3259' 3279' 20 FT CONSTRUCTION LIMITS AREA (WORK AREA 2) - COORDINATE TABLE POINT NO. LATITUDE LONGITUDE SITE ELEVATION PART 77 ELEVATION EQUIP. HEIGHT O1 N33° 39' 25.60" W101° 49' 16.30" 3261' 3336' 75 FT O2 N33° 39' 25.60" W101° 49' 16.95" 3262' 3336' 75 FT O3 N33° 39' 25.94" W101° 49' 16.30" 3261' 3337' 75 FT O4 N33° 39' 25.92" W101° 49' 16.95" 3261' 3336' 75 FT EXISTING GATE 2 1; BAGGAGE CONTRACTOR SHALL BE ESCORTED BY MAKEUP DEVICE AIRPORT OPERATIONS TO WORK AREA 2. THE TERMINAL APRON PAVEMENT MUST BE CONTINUALLY SWEPT OF ALL FOD. 14 PANES THIS BAY �. 5 PANE HIS BAY i 'AL 1 PANE THIS BAY 11'a 5 2 2)iM01_i2 _ _■ _ _-����A.��� 2 2) 1 ��2A 1zw l A 2% 3 \4 1 �asass mA.- it . V EXISTING GATE 1 1 2 CONTRACT LAYOUT PLAN (WORK AREA 2) N 1 _ 0' 20' 40' 80, CONSTRUCTION LIMITS AREA (WORK AREA 2A) - COORDINATE TABLE POINT NO. LATITUDE LONGITUDE SITE ELEVATION PART 77 ELEVATION EQUIP. HEIGHT < N33° 39' 25.80" W101° 49' 12.52" 3259' 3335' 75 FT O2 N33° 39' 25.79" W101° 49' 14.05" 3259' 3335' 75 FT O3 N33° 39' 26.00" W101° 49' 12.52" 3259' 3335' 75 FT O4 N33° 39' 25.99" W101° 49' 14.05" 3259' 3335' 75 FT < N33° 39' 25.57" W101° 49' 15.11" 3260' 3334' 75 FT O6 N33° 39' 25.57" W101° 49' 15.35" 3260' 3334' 75 FT < N33° 39' 25.77" W101° 49' 15.11" 3260' 3334' 75 FT O8 N33° 39' 25.77" W101° 49' 15.35" 3260' 3334' 75 FT ■ CAC\1!% PROPOSED CONSTRUCTION LIMITS -► HAUL ROUTE LOW PROFILE BARRICADES, SEE DETAIL 3, SHEET C003 CONTRACTOR STAGING AREA O CONTRACTOR STAGING AREA - SEE COORDINATE TABLE, THIS SHEET WINDOWS TO BE REPLACED O CONSTRUCTION LIMITS - SEE COORDINATE TABLE, THIS SHEET RSaf RS&H, Inc. 11011 Richmond Ave., Suite 900 Houston, TX 77042 713-914-4455, FAX 713-914-0155 www.rsandh.com Texas Registration Nos. BR 751 *F-3401 'lty Qf Lubbock TEXAS ► Lubbock Preston Smith GLASS REPLACEMENT CONSULTANT: SEAL: �.rC-0 ARCyfr :a rI F rCFp�[7 � ST+1TE O��ry July 27, 2021:G REVISIONS NO. DESCRIPTION DATE DATE ISSUED: 07/2712021 REVIEWED BY: MM DRAWN BY: DJC PROJECT NUMBER 223-0003-012 SHEET TITLE PROJECT LAYOUT PLAN (WORK AREA 2) SHEET NUMBER coos 9 EXISTING TERMINAL APR EXISTING G 1 ''r J CONTRACTOR SHALL BE ESCORTED BY IIIIW AIRPORT OPERATIONS TO WORK AREA 3. THE TERMINAL APRON PAVEMENT MUST BE CONTINUALLY SWEPT OF ALL FOD. EXISTING GATE 2 EXISTING GATE 1 �r .. 1 _ B ' o-� O CONTRACTOR STAGING AREA (NO EQUIPMENT •' AREA 3 � EXISTING AOA SOR MATERIAL TAGED CLOSER SHA HANE ACCESS GATE - 10' FROM EXISTING SECURITY FENCE) •_� MARTIN LUTHER KING JR. BLVD �a EXIS ING GATE 6 . awqw 1 1114l b••,• r_4 -,�: y �i.: ,� r - k' ` -L{; :{ y!':1'ti':� rSrl M 1 r' •� :417jiIA�4T0R HAUL ROUTE R\\ L- 1 7 7 - I I 111,.ir 1.' S� ■ J_ 7 1 1p SURFACE LOT PARKING li EL T. 1 4 1! CONTRACTOR HAUL ROUTE (WORK AREA 3) N _ 1 0' 50' 200' CONTRACTOR STAGING AREA (WORK AREA 3) - COORDINATE TABLE POINT NO. LATITUDE LONGITUDE SITE ELEVATION PART 77 ELEVATION TEMP. EQUIP. HEIGHT OA N33* 39' 24.71" W101' 49' 09.52" 3259' 3279' 20 FT OB N33° 39' 24.74" W101* 49' 08.45" 3259' 3279' 20 FT < N33° 39' 24.26" W101* 49' 09.51" 3260' 3280' 20 FT < N33° 39' 24.29" W101* 49' 08.43" 3259' 3279' 20 FT CONSTRUCTION LIMITS AREA (WORK AREA 3) - COORDINATE TABLE POINT NO. LATITUDE LONGITUDE SITE ELEVATION PART 77 ELEVATION EQUIP. HEIGHT O N33° 39' 24.56" W101' 49' 21.41" 3261' 3336' 75 FT O2 N33° 39' 24.65" W101' 49' 21.27" 3261' 3336' 75 FT O3 N33° 39' 24.48" W101' 49' 21.32" 3261' 3336' 75 FT O4 N33° 39' 24.54" W101' 49' 21.25" 3261' 3336' 75 FT O5 N33° 39' 24.49" W101' 49' 21.19" 3261' 3336' 75 FT O6 N33° 39' 24.53" W101' 49' 21.14" 3261' 3336' 75 FT t'N,- f jo -� � T 1 2 PANES THIS BAY 43 CONTRACTOR SHALL BE ESCORTED BY 4 AIRPORT OPERATIONS TO WORK AREA 3. THE TERMINAL APRON PAVEMENT MUST BE CONTINUALLY SWEPT OF ALL FOD. V GATE O O GATE 5 2 CONTRACT LAYOUT PLAN (WORK AREA 3) N I _ 0' 5' 10, 20' 1 Fnipmn PROPOSED CONSTRUCTION LIMITS CONTRACTOR STAGING AREA WINDOWS TO BE REPLACED HAUL ROUTE o- • • o(j) LOW PROFILE BARRICADES, SEE DETAIL 3, SHEET C003 AO CONTRACTOR STAGING AREA - SEE COORDINATE TABLE, THIS SHEET O1 CONSTRUCTION LIMITS - SEE COORDINATE TABLE, THIS SHEET RSal RS&H, Inc. 11011 Richmond Ave., Suite 900 Houston, TX 77042 713-914-4455, FAX 713-914-0155 www.rsandh.com Texas Registration Nos. BR 751 *F-3401 City of Lubbock ■ Lubbock Preston Smith GLASS REPLACEMENT CONSULTANT: SEAL: ARC +r July 27, 2021 REVISIONS NO. DESCRIPTION DATE DATE ISSUED: 07/2712021 REVIEWED BY: MM DRAWN BY: DJC PROJECT NUMBER 223-0003-012 SHEET TITLE PROJECT LAYOUT PLAN (WORK AREA 3) SHEET NUMBER C006 Z BROKEN, REPLACE FOGGED, REPLACE MISMATCHED, REPLACE EXISTING TO REMAIN GED. ALL GLASS DIMENSIONS TO BE FIELD VERIFIED BY THE CONTRACTOR PRIOR TO ORDERING ANY MATERIALS. ALL GLASS DIMENSIONS TO BE FIELD VERIFIED BY THE CONTRACTOR PRIOR TO ORDERING ANY MATERIALS. July 27, REPLACEMENT BY APPROX. SIZE: A-13 B - 7 C - 0 D - 1 RS&H 11011 Richmond Ave., Suite 900 Houston, TX 77042 713-914-4455, FAX 713-914-0155 www.rsandh.com Texas Registration Nos. BR 751*F-3401 LUBBOCK PRESTON SMITH INT'L AIRPORT 5401 N. Martin Luther King Blvd Lubbock TX 79403 223-0003-012 DATE ISSUED: 07/27/21 GLASS REPLACEMENT G-2 8.1 i Me i �i Wwllmrjl �1VERIFY ® • ® - • EXISTING IN THIS BAY ARE VIRACON PANES ®� I[®l MMME7m - IVA IFA I FAII ALL GLASS DIMENSIONS TO BE FIELD VERIFIED BY THE CONTRACTOR PRIOR TO ORDERING ANY MATERIALS. July 27, X BROKEN, REPLACE X FOGGED, REPLACE ❑ MISMATCHED. REPLACE EXISTING TO REMAIN REPLACEMENT BY APPROX. SIZE: A-24 B-17 C - 0 D - 0 E - 0 RS&H 11011 Richmond Ave., Suite 900 Houston, TX 77042 713-914-4455, FAX 713-914-0155 www.rsandh.com Texas Registration Nos. BR 751*F-3401 LUBBOCK PRESTON SMITH INT'L AIRPORT 5401 N. Martin Luther King Blvd Lubbock TX 79403 223-0003-012 DATE ISSUED: 07/27/21 GLASS REPLACEMENT G-3 u GRIDS 16 - 10 July 27, ALL GLASS DIMENSIONS TO BE FIELD VERIFIED BY THE CONTRACTOR PRIOR TO ORDERING ANY MATERIALS. o r rlrrrwn. oiz_r_ A - 52 B-11 C - 4 D - 0 E - 0 RS&H 11011 Richmond Ave., Suite 900 Houston, TX 77042 713-914-4455, FAX 713-914-0155 www.rsandh.com Texas Registration Nos. BR 751*F-3401 BROKEN, REPLACE ® FOGGED, REPLACE x MISMATCHED, REPLACE 'g== EXISTING TO REMAIN LUBBOCK PRESTON SMITH INT'L AIRPORT 5401 N. Martin Luther King Blvd Lubbock TX 79403 223-0003-012 DATE ISSUED: 07/27/21 GLASS REPLACEMENT G-4 12 �3 July 27, 4 A.. A � _ e �. w 1 I st, 11011 Richmond Ave., Suite 900 Houston, TX 77042 713-914-4455, FAX 713-914-0155 www.rsandh.com Texas Registration Nos. BR 751*F-3401 LUBBOCK PRESTON SMITH INT'L AIRPORT 5401 N. Martin Luther King Blvd Lubbock TX 79403 223-0003-012 DATE ISSUED: 07/27/21 GLASS REPLACEMENT G-5 .Tp nRch \..000' L7WNi1111i.d4= E'T July 27, AL ELEVATIDIV AL ELEVATIONREPLACEMENT BY LUBBOCK PRESTON ALL GLASS DIMENSIONS TO BE FIELD VERIFIED BY THE CONTRACTOR PRIOR TO ORDERING ANY MATERIALS. APPROX. SIZE::' ' SMITH INT'L AIRPORT A - 30 X5401 N. Martin Luther King Blvd B - 1 11011 Richmond Ave., Suite 900 Lubbock TX 79403 C - 0 Houston, TX 77042 223-0003-012 D - 0 713-914-4455, FAX 713-914-0155 www.rsandh.com DATE ISSUED: 07/27/21 E - Texas Registration Nos. BR 751*F-3401 GLASS REPLACEMENT G-6 �h# nj4X I ALL GLASS DIMENSIONS TO BE FIELD VERIFIED BY THE CONTRACTOR PRIOR TO ORDERING ANY MATERIALS. July 27, BROKEN, REPLACE FOGGED, REPLACE MISMATCHED, REPLACE EXISTING TO REMAIN REPLACEMENT II LUBBOCK PRESTON BY APPROX. SIZE A-15 B - 9 C - 3 D - 0 E - 0 if4lbbn 11011 Richmond Ave., Suite 900 Houston, TX 77042 713-914-4455, FAX 713-914-0155 www.rsandh.com Texas Registration Nos. BR 751*F-3401 Min SMITH INT'L AIRPORT 5401 N. Martin Luther King Blvd Lubbock TX 79403 223-0003-012 DATE ISSUED: 07/27/21 GLASS REPLACEMENT G-7 {_ Oft fTq� oF: July 27, 202 .. +, r?,M.. , ,. 3 'i � �• .t, .:A .:: ....er r"'rrE.:: ., r f�F ,y • a R S�N x€ ��:;... r. m.,,4„ .M.;s,,.� s .k:.w`,.-,w��3�. �+�.'�'.a:x�. .._s, �_�. .h ��.i?',,:,r.� `�n,/�aA��u,:.�1, .,.a, ,.��`�t�.�^=sa..s.�», =..I �.t���r k;�,; ✓�,xx,..,,.,a „�`.�r{; �s ,.�< �� ��3 �'4 '� b�tNex MEW ki 1 _ 'as.. iR /.. .. .r. .:,... •r-.: t -.;,, . , l..r..I , i :. .., 6,. „ .., , ,C Sta. , ,. �r Kit: �S n .+A..,. A 5!,.1; .<. {+ :: -.:r :.:.. ,., r.., \ �aF3 ir,:. :.. a ., .,. {...., .. "'ss. � .kx 5. 4.: �,4... e ,.c _ ,•. ., � < , ::.{. ws �' :, .._ •.,.- 3 .-:w.... .. ._ . ....... ..:.: . ,.::�.:<-' , ,.. ,., , ... „; ...�..... <. tr, .?. �' r. e4 i 1 � r z„4 `�ti-,x., u r -,..';r ,...x�;°. < ; ALL GLASS DIMENSIONS TO BE FIELD VERIFIED BY THE CONTRACTOR PRIOR TO ORDERING ANY MATERIALS. 0 BROKEN, REPLACE Z FOGGED, REPLACE MISMATCHED, REPLACE C EXISTING TO REMAIN REPLACEMENT BY APPROX. SIZE: A - 0 B - 0 C - 0 D - 0 E - 2 LUBBOCK PRESTON RS&H SMITH INT'L AIRPORT 5401 N. Martin Luther King Blvd 11011 Richmond Ave., Suite 900 Lubbock TX 79403 Houston, TX 77042 223-0003-012 713-914-4455, FAX 713-914-0155 www.rsandh.com DATE ISSUED: 07/27/21 Texas Registration Nos. BR 751*F-3401 GLASS REPLACEMENT G-8 TECHNICAL SPECIFICATIONS TECHNICAL SPECIFICATIONS Lubbock Preston Smith International Airport — Glass Replacement TECHNICAL SPECIFICATIONS INTENTIONALLY LEFT BLANK Lubbock Preston Smith International Airport — Glass Replacement LUBBOCK PRESTON SMITH International Airport Glass Replacement Client Project No.: ITB 21-16053-TF FAA CARES Grant No.: 3-48-0138-045-2020 LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT GLASS REPLACEMENT CITY OF LUBBOCK, TEXAS Lubbock Preston Smith INTERNATIONAL AIRPORT THE TECHNICAL SPECIFICATIONS FOR THIS PROJECT INCLUDE THE USE OF STANDARDS AND / OR GUIDELINES PROVIDED BY THE FEDERAL AVIATION ADMINISTRATION (FAA) FOR USE ON AIRPORT PROJECTS DEVELOPED BY, OR UNDER THE DIRECT SUPERVISION OF, THE PROFESSIONAL LISTED ON THE FOLLOWING PAGE. IN CASES WHERE STANDARD SPECIFICATIONS HAVE BEEN UTILIZED, THE SEALING PROFESSIONAL HAS REVIEWED AND ELECTED TO AUTHORIZE USE OF THESE SPECIFICATIONS FOR THE ASSOCIATED ELEMENTS OF WORK ON THIS PROJECT. THE FOLLOWING SPECIFICATIONS HAVE BEEN PREPARED FOR THE PURPOSES OF BIDDING ON THE NOTED PROJECT, AND HAVE BEEN DEVELOPED / ELECTED FOR USE BY, OR UNDER THE DIRECT SUPERVISION OF THE FOLLOWING TEXAS PROFESSIONAL. July 27, 2021 Mark Wilcer, AIA RS&H, Inc. TBAE BR 751 RS&H REMAINDER OF PAGE INTENTIONALLY LEFT BLANK INTENTIONALLY LEFT BLANK MANDATORY FEDERAL CONTRACT PROVISIONS MANDATORY FEDERAL CONTRACT PROVISIONS Lubbock Preston Smith International Airport — Glass Replacement MANDATORY FEDERAL CONTRACT PROVISIONS INTENTIONALLY LEFT BLANK Lubbock Preston Smith International Airport — Glass Replacement Q��pL Ay14T i � � Z 7 o Mandatory Federal Contract Provisions "N►ST9,P" Note: Where portions of text have been lined through (fie), this text has been deleted and does not apply to this project. Where portions of text have been bolded and shaded (example), this text has been added and is binding to this project. Contents ContractGuidance....................................................................................................... ........................... 3 1. Purpose of this Document......................................................................................................... 3 Appendix A — CONTRACT PROVISIONS................................................................................................. 5 Al ACCESS TO RECORDS AND REPORTS.............................................................................. 5 A2 AFFIRMATIVE ACTION REQUIREMENT.......................................................................... 5 A3 BREACH OF CONTRACT TERMS....................................................................................... 6 A4 BUY AMERICAN PREFERENCE.......................................................................................... 6 A5 CIVIL RIGHTS - GENERAL.................................................................................................12 A6 CIVIL RIGHTS — TITLE VI ASSURANCE..........................................................................12 A7 CLEAN AIR AND WATER POLLUTION CONTROL...................................................15 A8 CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS .....15 A9 COPELAND "ANTI -KICKBACK" ACT..............................................................................16 A10 DAVIS-BACON REQUIREMENTS.....................................................................................16 All DEBARMENT AND SUSPENSION.....................................................................................22 Al2 DISADVANTAGED BUSINESS ENTERPRISE..................................................................23 A13 DISTRACTED DRIVING......................................................................................................24 A14 ENERGY CONSERVATION REQUIREMENTS................................................................. 25 A15 DRUG FREE WORKPLACE REQUIREMENTS................................................................. 25 A 16 EQUAL EMPLOYEMENT OPPORTUNITY (EEO)............................................................ 25 A17 FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) .............. 31 A18 LOBBYING AND INFLUENCING FEDERAL EMPLOYEES ........................................... 31 A19 PROHIBITION OF SEGREGATED FACILITIES................................................................ 32 A20 OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970............................................... 32 Mandatory Federal Contract Provisions 1 of 38 A21 PROCUREMENT OF RECOVERED MATERIALS............................................................ 33 A22 SEISMIC SAFETY.................................................................................................................33 A23 TAX DELINQUENCY AND FELONY CONVICTIONS.................................................... 34 A24 TERMINATION OF CONTRACT........................................................................................ 35 A25 TRADE RESTRICTION CERTIFICATION......................................................................... 37 A26 VETERAN'S PREFERENCE................................................................................................ 38 Mandatory Federal Contract Provisions 2 of 38 CONTRACT GUIDANCE 1. Purpose of this Document 1) The term Sponsor is used in this document to mean either an obligated sponsor on a project that is not federally funded, or a sponsor on an AIP funded project. The Sponsor for this project is the City of Lubbock, Texas. 2) The term Owner is generally used in the solicitation or contract clauses because of its common use in public contracts. The Owner for this project is the City of Lubbock, Texas. 3) An Owner becomes an obligated sponsor upon acceptance of the Airport Improvement Program (AIP) grant assurances associated with current or prior AIP grant funded projects. 4) For purposes of determining requirements for contract provisions, the term contract includes subcontracts and supplier contracts such as purchase orders. 5) For purpose of remaining compliant with its obligations, a sponsor must incorporate applicable contract provisions in all its procurements and contract documents. Unless otherwise stated, these provisions flow down to subcontracts and sub -tier agreements. 6) The term Contractor is understood to mean a contractor, subcontractor, or consultant; and means one who participates, through a contract or subcontract (at any tier). 7) The term bid is understood to mean a bid, an offer, or a proposal. 8) Applicant: a. For the Equal Employment Opportunity (EEO) clause, the term applicant means an applicant for employment (whether or not the phrase, for employment, follows the word applicant or applicants). b. For all other clauses, the term applicant means a bidder, offeror, or proposer for a contract. The following mandatory provisions are required as part of this solicitation, and the Contractor is required to insert these contract provisions in each lower tier contract resulting from this contract. The Prime Contractor assumes responsibility for compliance with these contract provisions for itself and any subcontractors. Mandatory Federal Contract Provisions 3 of 38 Intentionally Lett Blank Mandatory Federal Contract Provisions 4 of 38 APPENDIX A - CONTRACT PROVISIONS Al ACCESS TO RECORDS AND REPORTS Al.l SOURCE 2 CFR § 200.333 2 CFR § 200.336 FAA Order 5100.38 A1.2 CONTRACT CLAUSE ACCESS TO RECORDS AND REPORTS The Contractor must maintain an acceptable cost accounting system. The Contractor agrees to provide the Owner, the Federal Aviation Administration and the Comptroller General of the United States or any of their duly authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The 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. A2 AFFIRMATIVE ACTION REQUIREMENT A2.1 SOURCE 41 CFR part 60-4 Executive Order 11246 A2.2 SOLICITATION CLAUSE NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY 1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Timetables Goals for minority participation for each trade: 3.75% These goals are applicable to all of the Contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its federally involved and non -federally involved construction. Mandatory Federal Contract Provisions 5 of 38 The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a) and its 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 the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Director 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 the State of Texas, Lubbock County, City of Lubbock. A3 BREACH OF CONTRACT TERMS A3.1 SOURCE 2 CFR § 200 Appendix ll(A) A3.2 CONTRACT CLAUSE 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 Consultant must undertake in order to avoid termination of the contract. Owner reserves the right to withhold payments to Contractor until such time the Contractor corrects the breach or the Owner elects to terminate the contract. The Owner's notice will identify a specific date by which the Consultant must correct the breach. Owner may proceed with termination of the contract if the Consultant fails to correct the breach by the deadline indicated in the 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 BUY AMERICAN PREFERENCE A4.1 SOURCE Title 49 USC § 50101 Mandatory Federal Contract Provisions 6 of 38 A4.2 SOLICITATION CLAUSE A4.2.1 Buy American Preference Statement BUY AMERICAN PREFERENCE The 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 the 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. The Owner will reject as nonresponsive any bid or offer that does not include a completed Certificate of Buy American Compliance. Mandatory Federal Contract Provisions 7 of 38 A4.2.2 Certificate of Buy American Compliance — Total Facility CERTIFICATE OF BUY AMERICAN COMPLIANCE FOR TOTAL FACILITY As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with its proposal. The bidder or offeror must indicate how it intends to comply with 49 USC § 50101 by selecting one of the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (i.e. 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; or b) Installing manufactured products for which the 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, the bidder or offeror agrees: • To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. • To faithfully comply with providing U.S. domestic products. • To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. ❑ The 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: a) To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that supports the type of waiver being requested. b) That failure to submit the required documentation within the specified timeframe is cause for a non -responsive determination that may result in rejection of the proposal. c) To faithfully comply with providing U.S. domestic products at or above the approved U.S. domestic content percentage as approved by the FAA. d) To furnish U.S. domestic product for any waiver request that the FAA rejects. e) 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 components and subcomponents produced in the United States is more than 60 percent of the cost of all components and subcomponents of the "facility". The required documentation for a Type 3 waiver is: a) Listing of all manufactured products 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). Mandatory Federal Contract Provisions 8 of 38 b) Cost of non -domestic components and subcomponents, excluding labor costs associated with final assembly and installation at project location. c) Percentage of non -domestic component and subcomponent cost as compared to total "facility" component and subcomponent costs, excluding labor costs associated with final assembly and installation at project location. 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 the 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 Mandatory Federal Contract Provisions 9 of 38 A4.2.3 Certificate of Buy American Compliance — Manufactured Product 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 the 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, the bidder or offeror agrees: 1. To provide to the 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. ❑ The 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 the 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 Mandatory Federal Contract Provisions 10 of 38 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 the 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 Mandatory Federal Contract Provisions 11 of 38 A5 CIVIL RIGHTS - GENERAL A5.1 SOURCE 49 USC § 47123 A5.2 CONTRACT CLAUSE GENERAL CIVIL RIGHTS PROVISIONS The 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 the 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 A6.2 SOLICITATION CLAUSE A6.2.1 Title VI Solicitation Notice Title VI Solicitation Notice: The Sponsor, 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, select 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. Mandatory Federal Contract Provisions 12 of 38 A6.3 CONTRACT CLAUSES A6.3.1 Title VI Clauses for Compliance with Nondiscrimination Requirements Compliance with Nondiscrimination Requirements: During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "Contractor"), agrees as follows: 1. Compliance with Regulations: The 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: The 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. The 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. Solicitations for Subcontracts, including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the Contractor of the 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: The 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 the 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, the Contractor will so certify to the sponsor or the 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 the Federal Aviation Administration may determine to be appropriate, including, but not limited to: a. Withholding payments to the Contractor under the contract until the Contractor complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. Incorporation of Provisions: The 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. The Contractor will take action with respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the Contractor becomes involved in, Mandatory Federal Contract Provisions 13 of 38 or is threatened with litigation by a subcontractor, or supplier because of such direction, the Contractor may request the sponsor to enter into any litigation to protect the interests of the sponsor. In addition, the Contractor may request the United States to enter into the litigation to protect the interests of the United States. A6.3.2 Title VI List of Pertinent Nondiscrimination Acts and Authorities Title VI List of Pertinent Nondiscrimination Acts and Authorities During the performance of this contract, the 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); • 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 et seq.) (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 11 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; • The 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). Mandatory Federal Contract Provisions 14 of 38 A7 CLEAN AIR AND WATER POLLUTION CONTROL A7.1 SOURCE 2 CFR § 200, Appendix II(G) A7.2 CONTRACT CLAUSE 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). The Contractor agrees to report any violation to the Owner immediately upon discovery. The Owner assumes responsibility for notifying the Environmental Protection Agency (EPA) and the Federal Aviation Administration. Contractor must include this requirement in all subcontracts that exceeds $150,000. A8 CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS A8.1 SOURCE 2 CFR § 200, Appendix II(E) A8.2 CONTRACT CLAUSE CONTRACT WORKHOURS 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, the 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. Mandatory Federal Contract Provisions 15 of 38 The Federal Aviation Administration (FAA) or the 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 the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this clause. 4. Subcontractors. The 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 A9.2 CONTRACT CLAUSE 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. The Contractor and each Subcontractor must submit to the 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 the Federal Aviation Administration. A10 DAVIS-BACON REQUIREMENTS A10.1 SOURCE 2 CFR § 200, Appendix II(D) 29 CFR Part 5 A10.2 CONTRACT CLAUSE 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 Mandatory Federal Contract Provisions 16 of 38 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 the Contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section l (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 the Contractor and its subcontractors at the site of the work in a prominent and accessible place where it can easily be seen by the workers. (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 the Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, 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 the Contractor, the laborers, or mechanics to be employed in the classification, or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will Mandatory Federal Contract Provisions 17 of 38 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, the 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 the Contractor does not make payments to a trustee or other third person, the 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 the Contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding. The Federal Aviation Administration or the sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the Contractor under this contract or any other Federal contract with the same prime contractor, or any other federally - assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of work, all or part of the wages required by the contract, the Federal Aviation Administration may, after written notice to the 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 the 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 I (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, the 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 laborers 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 Mandatory Federal Contract Provisions 18 of 38 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) The Contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the Federal Aviation Administration if the agency is a party to the contract, but if the agency is not such a party, the Contractor will submit the payrolls to the applicant, Sponsor, or Owner, as the case may be, for transmission to the 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 (e.g. 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/whdforms/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 the Federal Aviation Administration if the agency is a party to the contract, but if the agency is not such a party, the Contractor will submit them to the applicant, sponsor, or Owner, as the case may be, for transmission to the Federal Aviation Administration, the 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 the Contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (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 the Contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. Mandatory Federal Contract Provisions 19 of 38 (iii) The 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, the Federal Aviation Administration, or the Department of Labor and shall permit such representatives to interview employees during working hours on the job. If the Contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the Contractor, Sponsor, applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 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 the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the Contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not 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, the 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 journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the Mandatory Federal Contract Provisions 20 of 38 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, the Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (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. The Contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. 6. Subcontracts. The 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 the Federal Aviation Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 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 the 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. Mandatory Federal Contract Provisions 21 of 38 (i) By entering into this contract, the Contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(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. All DEBARMENT AND SUSPENSION All.l SOURCE 2 CFR part 180 (Subpart C) 2 CFR part 1200 DOT Order 4200.5 Al1.2 SOLICITATION CLAUSE All.2.1 Bidder or Offeror Certification 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. Al1.2.2 Lower Tier Contract Certification 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 the 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. Mandatory Federal Contract Provisions 22 of 38 Al2 DISADVANTAGED BUSINESS ENTERPRISE Al2.1 SOURCE 49 CFR part 26 Al2.2 REQUIRED PROVISIONS Al2.2.1 Solicitations that include a Project Goal Information Submitted as a matter of bidder responsiveness: The 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 the 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 The 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 the 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. Al2.2.2 Race/Gender Neutral Means The requirements of 49 CFR part 26 apply to this contract. It is the policy of the Sponsor to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. The Owner encourages participation by all firms qualifying under this solicitation regardless of business size or ownership. Mandatory Federal Contract Provisions 23 of 38 Al2.2.3 Projects Covered by a DBE Program DISADVANTAGED BUSINESS ENTERPRISES Contract Assurance (§ 26.13) — 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 Department of Transportation -assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the Owner deems appropriate, which may include, but is not limited to: 1) Withholding monthly progress payments; 2) Assessing sanctions; 3) Liquidated damages; and/or 4) Disqualifying the 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 thirty (30) days from the receipt of each payment the prime contractor receives from the Owner. The prime contractor agrees further to return retainage payments to each subcontractor within thirty (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 Owner. This clause applies to both DBE and non -DBE subcontractors. A13 DISTRACTED DRIVING AIM SOURCE Executive Order 13513 DOT Order 3902.10 A13.2 CONTRACT CLAUSE TEXTING WHEN DRIVING In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving", (10/1/2009) and DOT Order 3902.10, "Text Messaging While Driving", (12/30/2009), the 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, the Owner encourages the 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. The 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. Mandatory Federal Contract Provisions 24 of 38 A14 ENERGY CONSERVATION REQUIREMENTS A14.1 SOURCE 2 CFR § 200, Appendix II(H) A14.2 CONTRACT CLAUSE 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 620let seq). A15 DRUG FREE WORKPLACE REQUIREMENTS A15.1 SOURCE 49 CFR part 32 Drug -Free Workplace Act of 1988 (41 U.S.C. 701 et seq., as amended) A15.2 CONTRACT CLAUSE None. 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 A16.2 MANDATORY CONTRACT CLAUSE A16.2.1 EEO Contract Clause EQUAL OPPORTUNITY CLAUSE During the performance of this contract, the Contractor agrees as follows: (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, 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. The Contractor agrees to post in conspicuous places, available to employees and Mandatory Federal Contract Provisions 25 of 38 applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. (3) The 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 the Contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders 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 the 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 the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every 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. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interests of the United States. A16.2.2 EEO Specification 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; Mandatory Federal Contract Provisions 26 of 38 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 the Contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $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 the 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. The 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 the 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 area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the Contractor has a collective bargaining agreement to refer either minorities or women shall excuse the Mandatory Federal Contract Provisions 27 of 38 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 the Contractor during the training period and the 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. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off -the -street applicant and 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 the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or female sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company Mandatory Federal Contract Provisions 28 of 38 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 the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other contractors and subcontractors with whom the Contractor does or anticipates doing business. 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 the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process. 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. m. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are 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 the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint Mandatory Federal Contract Provisions 29 of 38 contractor union, contractor community, or other similar groups of which the 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 the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The 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 the Contractor has achieved its goals for women generally), the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized. 10. The 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. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the 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. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR part 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 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 Mandatory Federal Contract Provisions 30 of 38 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 A17.2 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. The Contractor has full responsibility to monitor compliance to the referenced statute or regulation. The Consultant 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 A18.2 CONTRACT CLAUSE CERTIFICATION REGARDING LOBBYING The 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 Mandatory Federal Contract Provisions 31 of 38 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 41 CFR § 60 A19.2 CONTRACT CLAUSE PROHIBITION OF SEGREGATED FACILITIES (a) The 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. The 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 of written 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) The Contractor shall include this clause in every subcontract and purchase order that is subject to the Equal Employment Opportunity clause of this contract. A20 OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 A20.1 SOURCE 29 CFR part 1910 A20.2 CONTRACT CLAUSE 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 Mandatory Federal Contract Provisions 32 of 38 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. A21 PROCUREMENT OF RECOVERED MATERIALS A21.1 SOURCE 2 CFR § 200.322 40 CFR part 247 Solid Waste Disposal Act A21.2 CONTRACT CLAUSE 9t014111711u1OQI1[I]971[K1]i/117117uIFNY117F.3ski 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, the 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) The contract requires procurement of $10,000 or more of a designated item during the fiscal year; or 2) The 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 the 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 SEISMIC SAFETY A22.1 SOURCE 49 CFR part 41 Mandatory Federal Contract Provisions 33 of 38 A22.2 CONTRACT CLAUSE The Contractor agrees to ensure that all work performed under this contract, including work performed by subcontractors, conforms to a building code standard that provides a level of seismic safety substantially equivalent to standards established by the National Earthquake Hazards Reduction Program (NEHRP). Local building codes that model their code after the current version of the International Building Code (IBC) meet the NEHRP equivalency level for seismic safety. A23 TAX DELINQUENCY AND FELONY CONVICTIONS A23.1 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 A23.2 CONTRACT CLAUSE CERTIFICATION OF OFFERER / BIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS The applicant must complete the following two certification statements. The 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. The 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) The 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) The 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 the owner about its tax liability or conviction to the 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. Mandatory Federal Contract Provisions 34 of 38 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. A24 TERMINATION OF CONTRACT A24.1 SOURCE 2 CFR § 200 Appendix II(B) FAA Advisory Circular 150/5370-10, Section 80-09 A24.2 CONTRACT CLAUSE A24.2.1 Termination for Convenience TERMINATION FOR CONVENIENCE The Owner may terminate this contract in whole or in part at any time by providing written notice to the 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 the Owner, the 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 the 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 the 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; Mandatory Federal Contract Provisions 35 of 38 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 the 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 the 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. A24.2.2 Termination for Default 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 the Contractor. TERMINATION FOR DEFAULT (EQUIPMENT) The Owner may, by written notice of default to the Contractor, terminate all or part of this Contract if the Contractor: 1. Fails to commence the Work under the Contract within the time specified in the Notice- to -Proceed; 2. Fails to make adequate progress as to endanger performance of this Contract in accordance with its terms; 3. Fails to make delivery of the equipment within the time specified in the Contract, including any Owner approved extensions; 4. Fails to comply with material provisions of the Contract; 5. Submits certifications made under the Contract and as part of their proposal that include false or fraudulent statements; or 6. Becomes insolvent or declares bankruptcy. If one or more of the stated events occur, the Owner will give notice in writing to the Contractor and Surety of its intent to terminate the contract for cause. At the Owner's discretion, the notice may allow the Contractor and Surety an opportunity to cure the breach or default. If within 10 days of the receipt of notice, the Contractor or Surety fails to remedy the breach or default to the satisfaction of the Owner, the Owner has authority to acquire equipment by other procurement action. The Contractor will be liable to the Owner for any excess costs the Owner incurs for acquiring such similar equipment. Payment for completed equipment delivered to and accepted by the Owner shall be at the Contract price. The Owner may withhold from amounts otherwise due the Contractor for such completed equipment, such sum as the Owner determines to be necessary to protect the Owner against loss because of Contractor default. Owner will not terminate the Contractor's right to proceed with the Work under this clause if the delay in completing the work arises from unforeseeable causes beyond the control and without the fault or Mandatory Federal Contract Provisions 36 of 38 negligence of the Contractor. Examples of such acceptable causes include: acts of God, acts of the Owner, acts of another Contractor in the performance of a contract with the Owner, and severe weather events that substantially exceed normal conditions for the location. If, after termination of the Contractor's right to proceed, the Owner determines that the Contractor was not in default, or that the delay was excusable, the rights and obligations of the parties will be the same as if the Owner issued the termination for the convenience the Owner. The rights and remedies of the Owner in this clause are in addition to any other rights and remedies provided by law or under this contract. A25 TRADE RESTRICTION CERTIFICATION A25.1 SOURCE 49 USC § 50104 49 CFR part 30 A25.2 SOLICITATION CLAUSE 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 contract or 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 the 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. The Contractor must require subcontractors provide immediate written notice to the 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 Mandatory Federal Contract Provisions 37 of 38 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. The 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 the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration (FAA) may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. A26 VETERAN'S PREFERENCE A26.1 SOURCE 49 USC § 47112(c) A26.2 CONTRACT CLAUSE VETERAN'S PREFERENCE In the employment of labor (excluding executive, administrative, and supervisory positions), the 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. END OF ITEM Mandatory Federal Contract Provisions 38 of 38 FAA GENERAL PROVISIONS FAA GENERAL PROVISIONS Lubbock Preston Smith International Airport — Glass Replacement FAA GENERAL PROVISIONS INTENTIONALLY LEFT BLANK Lubbock Preston Smith International Airport — Glass Replacement 12/21/2018 AC 150/5370-1OH Section 10 Definition of Terms Note: Where portions of text have been lined through (fie), this text has been deleted and does not apply to this project. Where portions of text have been bolded and shaded gray (example), this text has been added and is binding to this project. This process is utilized throughout the FAA specifications. When the following terms are used in these specifications, in the contract, or in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be defined as follows: Paragraph Term Definition Number 10-01 AASHTO The American Association of State Highway and Transportation Officials. 10-02 Access Road The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public roadway. 10-03 Advertisement A public announcement, as required by state and / or local law, inviting bids for work to be performed and materials to be furnished. 10-04 Airport Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft; an appurtenant area used or intended to be used for airport buildings or other airport facilities or rights of way; airport buildings and facilities located in any of these areas, and a heliport. 10-05 Airport Improvement A grant-in-aid program, administered by the Federal Program (AIP) Aviation Administration (FAA). 10-06 Air Operations Area The term air operations area (AOA) shall mean any area of (AOA) the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron. 10-07 Apron Area where aircraft are parked, unloaded or loaded, fueled and/or serviced. FAA General Provisions 1 of 48 12/21/2018 AC 150/5370-1OH Paragraph Term Definition Number 10-08 ASTM International Formerly known as the American Society for Testing and (ASTM) Materials (ASTM). 10-09 Award The Owner's notice to the successful bidder of the acceptance of the submitted bid. 10-10 Bidder Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-11 Building Area An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights -of -way together with all airport buildings and facilities located thereon. 10-12 Calendar Day Every day shown on the calendar. 10-13 Certificate of Analysis The COA is the manufacturer's Certificate of Compliance (COA) (COC) including all applicable test results required by the specifications. 10-14 Certificate of The manufacturer's certification stating that materials or Compliance (COC) assemblies furnished fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer's authorized representative. 10-15 Change Order A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for work within the scope of the contract and necessary to complete the project. 10-16 Contract A written agreement between the Owner and the Contractor that establishes the obligations of the parties including but not limited to performance of work, furnishing of labor, equipment and materials and the basis of payment. The awarded contract includes but may not be limited to: Advertisement, Contract form, Proposal, Performance bond, payment bond, General provisions, certifications and representations, Technical Specifications, Plans, Supplemental Provisions, standards incorporated by reference and issued addenda. 10-17 Contract Item (Pay A specific unit of work for which a price is provided in the Item) contract. FAA General Provisions 2 of 48 12/21/2018 AC 150/5370-1OH Paragraph Term Definition Number 10-18 Contract Time The number of calendar days or- working ing El&ys, stated in the proposal, allowed to substantially complete the work for eompletion ofthe eoi4f et, including authorized time extensions. if a calendar date ,.4' completion otio stated i the the eontraet shall be eompleted by that date. 10-19 Contractor The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10-20 Contractors Quality The Contractor's QC facilities in accordance with the Control (QC) Facilities Contractor Quality Control Program (CQCP). 10-21 Contractor Quality Details the methods and procedures that will be taken to Control Program assure that all materials and completed construction (CQCP) required by the contract conform to contract plans, technical specifications and other requirements, whether manufactured by the Contractor, or procured from subcontractors or vendors. 10-22 Control Strip A demonstration by the Contractor that the materials, equipment, and construction processes results in a product meeting the requirements of the specification. 10-23 Construction Safety and The overall plan for safety and phasing of a construction Phasing Plan (CSPP) 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. 10-24 Drainage System The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-25 Engineer/Architect The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for engineering /architectural design, inspeetion, and/or- >1sen, of the contract work and acting directly or through an authorized representative. May or may not be the same individual, partnership, firm, or corporation identified as the RPR. FAA General Provisions 3 of 48 12/21/2018 AC 150/5370-1OH Paragraph Term Definition Number 10-26 Equipment All machinery, together with the necessary supplies for upkeep and maintenance; and all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10-27 Extra Work An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Owner's Engineer- e Resident Project Representative (RPR) to be necessary to complete the work within the intended scope of the contract as previously modified. 10-28 FAA The Federal Aviation Administration. When used to designate a person, FAA shall mean the Administrator or their duly authorized representative. 10-29 Federal Specifications The federal specifications and standards, commercial item descriptions, and supplements, amendments, and indices prepared and issued by the General Services Administration. 10-30 Force Account a. Contract Force Account - A method of payment that addresses extra work performed by the Contractor on a time and material basis. b. Owner Force Account - Work performed for the project by the Owner's employees. 10-31 Intention of Terms Whenever, in these specifications or on the plans, the words "directed," "required," "permitted," "ordered," "designated," "prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer/Architect and/or Resident Project Representative (RPR) is intended; and similarly, the words "approved," "acceptable," "satisfactory," or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer/Architect and/or RPR, subject in each case to the final determination of the Owner. Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference. FAA General Provisions 4 of 48 12/21/2018 AC 150/5370-1OH Paragraph Term Definition Number 10-32 Lighting A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface. 10-33 Major and Minor A major contract item shall be any item that is listed in the Contract Items proposal, the total cost of which is equal to or greater than 20% of the total amount of the award contract. All other items shall be considered minor contract items. 10-34 Materials Any substance specified for use in the construction of the contract work. 10-35 Modification of Any deviation from standard specifications applicable to Standards (MOS) material and construction methods in accordance with FAA Order 5300.1. 10-36 Notice to Proceed (NTP) A written notice to the Contractor to begin the actual contract work on a previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the contract time begins. 10-37 Owner The term "Owner" shall mean the party of the first part or the contracting agency signatory to the contract. Where the term "Owner" is capitalized in this document, it shall mean airport Sponsor only. The Owner for this project is th4 City of Lubbock, Texas. 10-38 Passenger Facility Per 14 Code of Federal Regulations (CFR) Part 158 and 49 Charge (PFC) United States Code (USC) § 40117, a PFC is a charge imposed by a public agency on passengers enplaned at a commercial service airport it controls. 10-39 Pavement Structure The combined surface course, base course(s), and subbase course(s), if any, considered as a single unit. 10-40 Payment bond The approved form of security furnished by the Contractor and their own surety as a guaranty that the Contractor will pay in full all bills and accounts for materials and labor used in the construction of the work. 10-41 Performance bond The approved form of security furnished by the Contractor and their own surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. FAA General Provisions 5 of 48 12/21/2018 AC 150/5370-1OH Paragraph Term Definition Number 10-42 Plans The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications. Plans may also be referred to as "contract drawings." The terms are considered interchangeable. 10-43 Project The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-44 Proposal The written offer of the bidder (when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and specifications. Proposal may also be referred to as "Bid Submittal" in City documents and forms. The terms are considered interchangeable. 10-45 Proposal guaranty The security furnished with a proposal to guarantee that the bidder will enter into a contract if their own proposal is accepted by the Owner. 10-46 Quality Assurance (QA) Owner's responsibility to assure that construction work completed complies with specifications for payment. 10-47 Quality Control (QC) Contractor's responsibility to control material(s) and construction processes to complete construction in accordance with project specifications. 10-48 Quality Assurance (QA) An authorized representative of the Engineer- - as of Inspector Resident Project Representative (RPR) assigned to make all necessary inspections, observations, tests, and/or observation of tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor. 10-49 Quality Assurance (QA) The official quality assurance testing laboratories of the Laboratory Owner or such other laboratories as may be designated by the Engineer er RPR. May also be referred to as Owner's, or QA Laboratory. FAA General Provisions 6 of 48 12/21/2018 AC 150/5370-1OH Paragraph Term Definition Number 10-50 Resident Project The individual, partnership, firm, or corporation duly Representative (RPR) authorized by the Owner to be responsible for all necessary inspections, observations, tests, and/or observations of tests of the contract work performed or being performed, or of the materials furnished or being furnished by the Contractor, and acting directly or through an authorized representative. May or may not be the same individual, partnership, firm, or corporation identified as the Engineer/Architect. 10-51 Runway The area on the airport prepared for the landing and takeoff of aircraft. 10-52 Runway Safety Area A defined surface surrounding the runway prepared or (RSA) suitable for reducing the risk of damage to aircraft. See the construction safety and phasing plan (CSPP) for limits of the RSA. 10-53 Safety Plan Compliance Details how the Contractor will comply with the CSPP. Document (SPCD) 10-54 Specifications A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically. 10-55 Sponsor A Sponsor is defined in 49 USC § 47102(24) as a public agency that submits to the FAA for an AIP grant; or a private Owner of a public -use airport that submits to the FAA an application for an AIP grant for the airport. 10-56 Structures Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, handholes, lighting fixtures and bases; transformers; navigational aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. 10-57 Subgrade The soil that forms the pavement foundation. 10-58 Superintendent The Contractor's executive representative, having authority and responsibility to act for and represent the Contractor, who is present on the work during progress, authorized to receive and fulfill instructions from the RPR, and who shall supervise and direct the construction. FAA General Provisions 7 of 48 12/21/2018 AC 150/5370-1OH Paragraph Term Definition Number 10-59 Supplemental A written agreement between the Contractor and the Agreement Owner that establishes the basis of payment and contract time adjustment, if any, for the work affected by the supplemental agreement. A supplemental agreement is required if. (1) in scope work would increase or decrease the total amount of the awarded contract by more than 25%: (2) in scope work would increase or decrease the total of any major contract item by more than 25%; (3) work that is not within the scope of the originally awarded contract; or (4) adding or deleting of a major contract item. 10-60 Surety The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds that are furnished to the Owner by the Contractor. 10-61 Taxilane A taxiway designed for low speed movement of aircraft between aircraft parking areas and terminal areas. 10-62 Taxiway The portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways, aircraft parking areas, and terminal areas. 10-63 Taxiway/Taxilane Safety A defined surface alongside the taxiway prepared or Area (TSA) suitable for reducing the risk of damage to an aircraft. See the construction safety and phasing plan (CSPP) for limits of the TSA. 10-64 Work Entire construction required by the Contract, including the The furnishing of all labor, materials, products, services, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the contract, plans, and specifications. 10-65 Working day A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least six (6) hours toward completion of the contract. When work is suspended for causes beyond the Contractor's control, it will not be counted as a working day. Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work will be considered as working days. END OF SECTION 10 FAA General Provisions 8 of 48 12/21/2018 AC 150/5370-1OH Section 20 Proposal Requirements and Conditions 20-01 Advertisement (Notice to Bidders). To be coordinated with City of Lubbock, Texas. 20-02 Qualification of bidders. Each bidder shall submit evidence of competency and evidence of financial responsibility to perform the work to the Owner at the time of bid opening. Evidence of competency, unless otherwise specified, shall consist of statements covering the bidder's past experience on similar work, and a list of equipment and a list of key personnel that would be available for the work. Each bidder shall furnish the Owner satisfactory evidence of their financial responsibility. Evidence of financial responsibility, unless otherwise specified, shall consist of a confidential statement or report of the bidder's financial resources and liabilities as of the last calendar year or the bidder's last fiscal year. Such statements or reports shall be certified by a public accountant. At the time of submitting such financial statements or reports, the bidder shall further certify whether their financial responsibility is approximately the same as stated or reported by the public accountant. If the bidder's financial responsibility has changed, the bidder shall qualify the public accountant's statement or report to reflect the bidder's true financial condition at the time such qualified statement or report is submitted to the Owner. Unless otherwise specified, a bidder may submit evidence that they are prequalified with the State Highway Division and are on the current "bidder's list" of the state in which the proposed work is located. Evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports specified above. 20-03 Contents of proposal forms. The Owner's proposal forms state the location and description of the proposed construction; the place, date, and time of opening of the proposals; and the estimated quantities of the various items of work to be performed and materials to be furnished for which unit bid prices are asked. The proposal forms state the time in which the work must be completed, and the amount of the proposal guaranty that must accompany the proposal. The Owner will accept only those Proposals properly executed on physical forms or electronic forms provided by the Owner. Bidder actions that may cause the Owner to deem a proposal irregular are given in paragraph 20-09 Irregular proposals. The project pay items provided within the proposal forms are inclusive of all work that must be performed as required by the construction documents and all required related work that may not be specifically identified in order to provide a completed project. Work required by the construction documents that is not paid for directly by a specific bid item is subsidiary to the work items of the project. A non -mandatory pre -bid meeting is r-eVir-ed will be held on this project to discuss as a minimum, the following items: material requirements; submittals; Quality Control/Quality Assurance requirements; the construction safety and phasing plan including airport access and staging areas; and unique airfield paving construction requirements. The time, date, and place of the meeting will be as noted in the City ofLubbock Contract Documents. 20-04 Issuance of proposal forms. The Owner reserves the right to refuse to issue a proposal form to a prospective bidder if the bidder is in default for any of the following reasons: a. Failure to comply with any prequalification regulations of the Owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force with the Owner at the time the Owner issues the proposal to a prospective bidder. FAA General Provisions 9 of 48 12/21/2018 AC 150/5370-1OH c. Documented record of Contractor default under previous contracts with the Owner. d. Documented record of unsatisfactory work on previous contracts with the Owner. 20-05 Interpretation of estimated proposal quantities. An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The Owner does not expressly, or by implication, agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as provided in the Section 40, paragraph 40-02, Alteration of Work and Quantities, without in any way invalidating the unit bid prices. 20-06 Examination of plans, specifications, and site. The bidder is expected to carefully examine the site of the proposed work (at the pre -bid meeting), the proposal, plans, specifications, and contract forms. Bidders shall satisfy themselves to the character, quality, and quantities of work to be performed, materials to be furnished, and to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied to the conditions to be encountered in performing the work and the requirements of the proposed contract, plans, and specifications. 20-07 Preparation of proposal. The bidder shall submit their proposal on the forms furnished by the Owner. All blank spaces in the proposal forms, unless explicitly stated otherwise, must be correctly filled in where indicated for each and every item for which a quantity is given. The bidder shall state the price (written in ink or typed) both in words and numerals which they propose for each pay item furnished in the proposal. In case of conflict between words and numerals, the words, unless obviously incorrect, shall govern. Prices should generally be written in whole dollars and cents. The extended total amount of each item should not be rounded. The bidder shall correctly sign the proposal in ink. If the proposal is made by an individual, their name and post office address must be shown. If made by a partnership, the name and post office address of each member of the partnership must be shown. If made by a corporation, the person signing the proposal shall give the name of the state where the corporation was chartered and the name, titles, and business address of the president, secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of their authority to do so and that the signature is binding upon the firm or corporation. 20-08 Responsive and responsible bidder. A responsive bid conforms to all significant terms and conditions contained in the Owner's invitation for bid. It is the Owner's responsibility to decide if the exceptions taken by a bidder to the solicitation are material or not and the extent of deviation it is willing to accept. A responsible bidder has the ability to perform successfully under the terms and conditions of a proposed procurement, as defined in 2 CFR § 200.318(h). This includes such matters as Contractor integrity, compliance with public policy, record of past performance, and financial and technical resources. 20-09 Irregular proposals. Proposals shall be considered irregular for the following reasons: a. If the proposal is on a form other than that furnished by the Owner, or if the Owner's form is altered, or if any part of the proposal form is detached. b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind that make the proposal incomplete, indefinite, or otherwise ambiguous. FAA General Provisions 10 of 48 12/21/2018 AC 150/5370-1OH c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit price. d. If the proposal contains unit prices that are obviously unbalanced as interpreted by the Owner. e. If the proposal is not accompanied by the proposal guaranty specified by the Owner. C If the applicable Disadvantaged Business Enterprise information is incomplete. The Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the Owner and conforms to state and local laws and ordinances pertaining to the letting of construction contracts. 20-10 Bid guarantee. Each separate proposal shall be accompanied by a bid bond, certified check, or other specified acceptable collateral, in the amount specified in the proposal form. Such bond, check, or collateral, shall be made payable to the Owner. 20-11 Delivery of proposal. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement or as modified by Addendum before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened. 20-12 Withdrawal or revision of proposals. A bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for withdrawal is received by the Owner in writing before the time specified for opening bids. Revised proposals must be received at the place specified in the advertisement before the time specified for opening all bids. 20-13 Public opening of proposals. Proposals shall be opened, and read, publicly at the time and place specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to attend. Proposals that have been withdrawn (by written or telegraphic request) or received after the time specified for opening bids shall be returned to the bidder unopened. 20-14 Disqualification of bidders. A bidder shall be considered disqualified for any of the following reasons: a. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name. b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the Owner until any such participating bidder has been reinstated by the Owner as a qualified bidder. c. If the bidder is considered to be in "default" for any reason specified in paragraph 20-04, Issuance of Proposal Forms, of this section. d. Where the Bidder has an interest in any litigation or other claim against the Owner or Engineer/Architect. e. Lack of competency as revealed by the Statement of Bidder's Qualifications. f. Uncompleted work which, in the judgment of the Owner, will hinder or prevent the prompt completion of additional work, if awarded. g. Previous projects where, in the judgment of the Owner, the Bidder performed unsatisfactorily and did not complete and close out the project in a timely manner resulting in the Owner not being able to close out the project with various funding agencies and resulting in the Owner potentially or actually losing planned funding for other projects. FAA General Provisions 11 of 48 12/21/2018 AC 150/5370-1OH 20-15 Discrepancies and Omissions. A Bidder who discovers discrepancies or omissions with the project bid documents shall immediately notify the Owner's €agineer representative of the matter. A bidder that has doubt as to the true meaning of a project requirement may submit to the Owner's Eaginee representative a written request for interpretation no later than five (5) days prior to bid opening. Any interpretation of the project bid documents by the Owner's Engineer representative will be by written addendum issued by the Owner. The Owner will not consider any instructions, clarifications or interpretations of the bidding documents in any manner other than written addendum. 20-16 Referenced Document. See additional Proposal requirements and conditions in the City of Lubbock Contract Documents. END OF SECTION 20 FAA General Provisions 12 of 48 12/21/2018 AC 150/5370-1OH Section 30 Award and Execution of Contract 30-01 Consideration of proposals. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. If a bidder's proposal contains a discrepancy between unit bid prices written in words and unit bid prices written in numbers, the unit bid price written in words shall govern. Until the award of a contract is made, the Owner reserves the right to reject a bidder's proposal for any of the following reasons: a. If the proposal is irregular as specified in Section 20, paragraph 20-09, Irregular Proposals. b. If the bidder is disqualified for any of the reasons specified Section 20, paragraph 20-14, Disqualification of Bidders. In addition, until the award of a contract is made, the Owner reserves the right to reject any or all proposals, waive technicalities, if such waiver is in the best interest of the Owner and is in conformance with applicable state and local laws or regulations pertaining to the letting of construction contracts; advertise for new proposals; or proceed with the work otherwise. All such actions shall promote the Owner's best interests. 30-02 Award of contract. The award of a contract, if it is to be awarded, shall be made within sixty (60) calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. If the Owner elects to proceed with an award of contract, the Owner will make award to the responsible bidder whose bid, conforming with all the material terms and conditions of the bid documents, is the lowest in price. For FAA -funded contracts, unless otherwise specified in this subsection, no award shall be made until the FAA has reviewed the Owner's recommendation to make such award in accordance with 2 CFR 200.324. 30-03 Cancellation of award. The Owner reserves the right to cancel the award without liability to the bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all parties and is approved by the Owner in accordance with paragraph 30-07 Approval of Contract. 30-04 Return of proposal guaranty. All proposal guaranties, except those of the two lowest bidders, will be returned immediately after the Owner has made a comparison of bids as specified in the paragraph 30- 01, Consideration of Proposals. Proposal guaranties of the two lowest bidders will be retained by the Owner until such time as an award is made, at which time, the unsuccessful bidder's proposal guaranty will be returned. The successful bidder's proposal guaranty will be returned as soon as the Owner receives the contract bonds as specified in paragraph 30-05, Requirements of Contract Bonds. 30-05 Requirements of contract bonds. At the time of the execution of the contract, the successful bidder shall furnish the Owner a surety bond or bonds that have been fully executed by the bidder and the surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the Contractor's performance of the work. The surety and the form of the bond or bonds shall be acceptable to the Owner. Unless otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the full amount of the contract. 30-06 Execution of contract. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return the signed contract to the Owner, along with the fully executed surety bond or bonds specified in paragraph 30-05, Requirements of Contract Bonds, of this section, within ten (10) calendar days from the date mailed or otherwise delivered to the successful bidder. FAA General Provisions 13 of 48 12/21/2018 AC 150/5370-1OH 30-07 Approval of contract. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the Owner shall complete the execution of the contract in accordance with state and local laws or ordinances, and return the fully executed contract to the Contractor. Delivery of the fully executed contract to the Contractor shall constitute the Owner's approval to be bound by the successful bidder's proposal and the terms of the contract. 30-08 Failure to execute contract. Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the period specified in paragraph 30-06, Execution of Contract, of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidated damages to the Owner. 30-09 Referenced Document. See additional requirements and conditions in the City of Lubbock Contract Documents. END OF SECTION 30 FAA General Provisions 14 of 48 12/21/2018 AC 150/5370-1OH Section 40 Scope of Work 40-01 Intent of contract. The intent of the contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies, and incidentals required to complete the work in accordance with the plans, specifications, and terms of the contract. 40-02 Alteration of work and quantities. The Owner reserves the right to make such changes in quantities and work as may be necessary or desirable to complete, in a satisfactory manner, the original intended work. Unless otherwise specified in the Contract, the Owner's representative shall be and is hereby authorized to make, in writing, such in -scope alterations in the work and variation of quantities as may be necessary to complete the work, provided such action does not represent a significant change in the character of the work. For purpose of this section, a significant change in character of work means: any change that is outside the current contract scope of work; any change (increase or decrease) in the total contract cost by more than 25%; or any change in the total cost of a major contract item by more than 25%. Work alterations and quantity variances that do not meet the definition of significant change in character of work shall not invalidate the contract nor release the surety. Contractor agrees to accept payment for such work alterations and quantity variances in accordance with Section 90, paragraph 90-03, Compensation for Altered Quantities. Should the value of altered work or quantity variance meet the criteria for significant change in character of work, such altered work and quantity variance shall be covered by a supplemental agreement, unless required by law to bid. Supplemental agreements shall also require consent of the Contractor's surety and separate performance and payment bonds. If the Owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the Owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. Applicable federal contract provisions for procurement and contracting under AIP are found on the following website: www.faa.2ov/airports/aip/procurement/federal contract provisions/ 40-03 Omitted items. The Owner, the Owner's Eaginee representative or- the RP may provide written notice to the Contractor to omit from the work any contract item that does not meet the definition of major contract item. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered to be non -performed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with Section 90, paragraph 90-04, Paymentfor Omitted Items. 40-04 Extra work. Should acceptable completion of the contract require the Contractor to perform an item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, Owner may issue a Change Order to cover the necessary extra work. Change orders for extra work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the RPR's opinion, is necessary for completion of the extra work. When determined by the RPR to be in the Owner's best interest, the RPR may order the Contractor to proceed with extra work as provided in Section 90, paragraph 90-05, Payment for Extra Work. Extra work FAA General Provisions 15 of 48 12/21/2018 AC 150/5370-1OH that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a supplemental agreement as defined in Section 10, paragraph 10-59, Supplemental Agreement. If extra work is essential to maintaining the project critical path, RPR may order the Contractor to commence the extra work under a Time and Material contract method. Once sufficient detail is available to establish the level of effort necessary for the extra work, the Owner shall initiate a change order or supplemental agreement to cover the extra work. Any claim for payment of extra work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the Owner. 40-05 Maintenance of traffic. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. The Contractor shall maintain traffic in the manner detailed in the Construction Safety and Phasing Plan (CSPP). a. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas (AOAs) of the airport with respect to their own operations and the operations of all subcontractors as specified in Section 80, paragraph 80-04, Limitation of Operations. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in Section 70, paragraph 70-15, Contractor's Responsibility for Utility Service and Facilities of Others. b. With respect to their own operations and the operations of all subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying personnel, equipment, vehicles, storage areas, and any work area or condition that may be hazardous to the operation of aircraft, fire -rescue equipment, or maintenance vehicles at the airport in accordance with the construction safety and phasing plan (CSPP) and the safety plan compliance document (SPCD). c. , or- highway &r-ing4he Gen#aeter-'s per-feFma-nee of wofk that is ethefwise provided for- in the eentmet, plans, and speeifiea4iepis-, the CofAfaeter- shall keep the Fead, street, or- highway open to all 4affie a -ad shall pr-evide maintenanee as may be required to aeeemmedate tr-a The Contractor, at their expense, shall be responsible for the repair to equal or better than preconstruction conditions of any damage caused by the Contractor's equipment and personnel. The Contractor shall furnish, erect, and maintain barricades, warning signs, flag person, and other traffic control devices in reasonable conformity with the Manual on Uniform Traffic Control Devices (MUTCD) (http://mutcd.fhwa.dot.gov/), unless otherwise specified. The Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. 40 06 Removal of existing strmetur-es. All exisfing stmetwes eneetinter-ed within the established , speeified to be feleeated, adjusted up or- > sa4vaged, . . laee. The eest of r-emoving sueh existing stfuetur-es shall not be meastwed or- paid for- , Should the CofitFaetor- eneettater- an existing stmetufe (above or- below gr-otmd) in the w0fk for- whieh the disposition is not indieated on the plans, the Resident Pr-ejeet Representative (RPR) shall be notified pf detefmined by the RPR in aeeer-danee with the provisions of the eei4faet. intended that all existing materials or- strdettifes th4 may be eaeeui4er-ed (within the lines, gr-ades, or- gr-adifig seetions established for- eempletion of the work) shall be used in the weF4E as ethefwise provided for- in eea#aet and shall r-emain the pr-epefty of the Ovvmer- when so used in the w FAA General Provisions 16 of 48 12/21/2018 AC 150/5370-1OH 40-07 Rights in and use of materials found in the work.Sho la the GeWf eter- e„ter- a..,.,tofu slag, , or- grading seetions, the use of whiek is in4eaded by the teffns of the eontraet to be embankment, the Ge t-raetor may .,t their , option either., eenfofma-nee with the eontfaet speeifieatioas-appheable to stteh use; or-, p. Remove st+eh material from the site, pon written approval of the RPR; o case soeh material for- the Contr-aet^ rtemporaFyeenstndetienon site; Should the Contr-aetor wish to exer-eise option a., b., or- e., the Contraetor shall request the RPR's appr-oval Should the RPR approve the Gontraetor-'s request to exer-eise option a., b., or e., the Gontraetor shall be pai for- the exea-vation or- removal of sueh material at the appheable eentfaet pr-iee. The Contraeter shall d. Use stteh material as intended by the terms of the eontFaet. at their- e"ense, stieh removed or- eXeavated material w44 an agreed e"al Voltime of material that is material is needed to eemplete the eet#+aet work. The Gent-r-aeter- shall net be ehar-ged ft)r-ilvse off s;ueh eentr-aet pr-iee, for- fth-nishing and installing sueh material in aceer-danee with r-equir-ements of the eefftfaet item in whieh the ma4er-ial is tised. it is tinder -stood a -ad agreed th4 the Gowr-aetor- shall make no elaim for- delays by r-eason of theit: awff f opt' b 0 0 , , The Gentr-aeter- shall not excavate, remove, or- other -wise disturb any material, stfucture, or part of a stfuetu whieh is loeated otAside the lines, gr-ades, or- gr-ading seetions established for- the wofk, &Eeept where stleh exeavation or- o ,plans, o o 40-08 Final cleanup. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. The Contractor shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of the property Owner. END OF SECTION 40 FAA General Provisions 17 of 48 12/21/2018 AC 150/5370-1OH Intentionally Left Blank FAA General Provisions 18 of 48 12/21/2018 AC 150/5370-1OH Section 50 Control of Work 50-01 Authority of the Resident Project Representative (RPR). The RPR has final authority regarding the interpretation of project specification requirements. The RPR shall determine acceptability of the quality of materials furnished, method of performance of work performed, and the manner and rate of performance of the work. The RPR does not have the authority to accept work that does not conform to specification requirements. 50-02 Conformity with plans and specifications. All work and all materials furnished shall be in reasonably close conformity , material ts and testing requirements that are as specified (inn „ding speeified toler- fees) in the contract, plans, or specifications. If the RPR finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and specifications, but that the portion of the work affected will, in their opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner, the RPR will advise the Owner of their determination that the affected work be accepted and remain in place. The RPR will document the determination and recommend to the Owner a basis of acceptance that will provide for an adjustment in the contract price for the affected portion of the work. Changes in the contract price must be covered by contract change order or supplemental agreement as applicable. If the RPR finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the RPR's written orders. The term "reasonably close conformity" shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the RPR's responsibility to insist on strict compliance with the requirements of the contract, plans, and specifications during the Contractor's execution of the work, when, in the RPR's opinion, such compliance is essential to provide an acceptable finished portion of the work. The term "reasonably close conformity" is also intended to provide the RPR with the authority, after consultation with the Sponsor and FAA, to use sound engineering / architectural judgment in their determinations to accept work that is not in strict conformity, but will provide a finished product equal to or better than that required by the requirements of the contract, plans and specifications. All defined tolerances will apply before, during, and after incorporation of the materials into the work. It is the intent of the specifications that all materials meet all of the requirements of the specifications after all material has been set in place in its final form. The RPR will not be responsible for the Contractor's means, methods, techniques, sequences, or procedures of construction or the safety precautions incident thereto. 50-03 Coordination of contract, plans, and specifications. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. If electronic files are provided and used on the project and there is a conflict between the electronic files and hard copy plans, the hard copy plans shall govern. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. It is the intent of these plans and specifications to ensure that construction, demolition, and all associated materials, equipment, and appurtenances are completed and installed in compliance with all applicable local, FAA General Provisions 19 of 48 12/21/2018 AC 150/5370-1OH state, and federal regulations. In case of discrepancy or conflicting information, the interpretation or clause most favorable to the Owner will control. If it is not readily apparent which requirement is most favorable to the Owner, plans will govern over contract technical specifications, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions, ply cited standards for materials or testing, and cited advisory circulars (ACs); contract general provisions shall govern over phaw,, cited standards for materials or testing, and cited ACs; plans shall govem ever- eited standards for- ma4er-ials or- testing and eited quantities shown on the plans will govern over those shown in the Bid Submittal Form. If any paragraphs contained in the Special Provisions conflict with General Provisions or Technical Specifications, the Special Provisions shall govern. From time to time, discrepancies within cited testing standards occur due to the timing of the change, edits, and/or replacement of the standards. If the Contractor discovers any apparent discrepancy within standard test methods, the Contractor shall immediately ask the RPR for an interpretation and decision, and such decision shall be final. The Contractor shall not take advantage of any apparent error or omission on the plans or specifications. In the event the Contractor discovers any apparent error or discrepancy, Contractor shall immediately notify the Owner or the designated representative in writing requesting their written interpretation and decision. 50-04 List of Special Provisions. See requirements and conditions in the City of Lubbock Contract Documents, if any. 50-05 Cooperation of Contractor. The Contractor shall be supplied with 1 hard eopies o an electronic PDF of the plans and specifications. The Contractor shall have available on the construction site at all times one hard copy each of the plans and specifications. Additional hard eapies ,.4'plans and seeif e tions ,r be obtained by the Co t aet^r for- the Best of r-epfedttetieo. The Contractor is responsible for his / her own reproduction costs. The Contractor shall give constant attention to the work to facilitate the progress thereof, and shall cooperate with the RPR and their inspectors and with other Contractors in every way possible. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as their agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the RPR or their authorized representative. 50-06 Cooperation between Contractors. The Owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. When separate contracts are let within the limits of any one project, each Contractor shall conduct the work not to interfere with or hinder the progress of completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed. Each Contractor involved shall assume all liability, financial or otherwise, in connection with their own contract and shall protect and hold harmless the Owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange their work and shall place and dispose of the materials being used to not interfere with the operations of the other Contractors within the limits of the same project. The Contractor shall join their work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 50 07 Constr-uetion layout and stakes -The Eagineer,4ZPR shall establish neeessar-y her-izefftal and vet4ieal Lieensed Land Sufveyen GefAfaeter- is responsible for- pr-esefviag integrity of her-izei4a! a -ad veft eepitfols established by EngineerAPR. In ease of negligenee on the paft of the GepAr-aeter- or- theif FAA General Provisions 20 of 48 12/21/2018 AC 150/5370-1OH dedueted as a i;, rid Boa damage against the Cent--.,ete Pr-ief to the staft of eenstpaetion, the Gefftfaeter- will eheek all eefATol points for horizontal and vertical Eteeufaey and eei4ify in writing to the RPR that the Gentmeter- eeneufs with stwvey eeatfel established feF alignments and grade tole d by the applicable material speeifieations. Surveys will be provide to the R42R prior- to eom dE items that eover- of dis�� the sufvey staking. Sut=vey(s) and not shall be provided in the following fofma4(s): Laser, GPS, String line, or other automatic control shall be checked with temporary control as necessary. In the case of error, on the part of the Contractor, their surveyor, employees or subcontractors, resulting in established grades, alignment or grade tolerances that do not concur with those specified or shown on the plans, the Contractor is solely responsible for correction, removal, replacement and all associated costs at no additional cost to the Owner. No dir-eet paymen4 will be made, tmiess other -wise speeified in eentfaet doeuments, for- this labor-, , 50-08 Authority and duties of Quality Assurance (QA) inspectors. QA inspectors shall be authorized to inspect all work done and all material furnished. Such QA inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. QA inspectors are not authorized to revoke, alter, or waive any provision of the contract. QA inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. QA Inspectors are authorized to notify the Contractor or their representatives of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the RPR for a decision. 50-09 Inspection of the work. All materials and each part or detail of the work shall be subject to inspection. The RPR shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If the RPR requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. Provide advance written notice to the RPR of work the Contractor plans to perform each week and each day. Any work done or materials used without written notice and allowing opportunity for inspection by the RPR may be ordered removed and replaced at the Contractor's expense. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) Owner, authorized representatives of the Owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. The Owner and / or RPR will have full authority to inspect all materials on the project site, test all materials at as many locations and at any frequency deemed necessary to satisfy himself / herself that the final in -place product meets the requirements of the plans and specifications. FAA General Provisions 21 of 48 12/21/2018 AC 150/5370-1OH 50-10 Removal of unacceptable and unauthorized work. All work that does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the RPR as provided in paragraph 50-02, Conformity with Plans and Specifications. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of Section 70, paragraph 70-14, Contractor's Responsibility for Work. No removal work made under provision of this paragraph shall be done without lines and grades having been established by the RPR. Work done contrary to the instructions of the RPR, work done beyond the lines shown on the plans or as established by the RPR, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the Contractor's expense. Upon failure on the part of the Contractor to comply with any order of the RPR made under the provisions of this subsection, the RPR will have authority to cause unacceptable work to be remedied or removed and replaced; and unauthorized work to be removed and recover the resulting costs as a liquidated damage against the Contractor. 50-11 Load restrictions. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage that may result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The Contractor, at their own expense, shall be responsible for the repair to equal or better than preconstruction conditions of any damage caused by the Contractor's equipment and personnel. The Contractor is responsible for providing construction equipment and vehicles that will be supported by the on -site project access roads and haul routes. The Contractor will be responsible for preserving and, if necessary, rehabilitating any access roads or haul routes damaged by the Contractor's construction operations. 50-12 Maintenance during construction. The Contractor shall maintain the work during construction and until the work is accepted. Maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount for such work. 50-13 Failure to maintain the work. Should the Contractor at any time fail to maintain the work as provided in paragraph 50-12, Maintenance during Construction, the RPR shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the RPR's notification, the Owner may suspend any work necessary for the Owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the Owner, shall be recovered as a liquidated damage against the Contractor. FAA General Provisions 22 of 48 12/21/2018 AC 150/5370-1OH 50-14 Partial acceptance. if at any time a,,, ing the 0 0 „&) of the p eet the C r....,, to f substantially , Contfactor- may r-eqttest the RPR to make final inspeetion of that unit. if the RPR finds upon inspection the unit has been satisfaeter-ily eempleted in eemplianee with the eeatfaet, the RPR may aeeept it as being The completion of any work period and subsequent usage by the Owner does not define final acceptance of the work in that phase. Prior to partial acceptance, a pre -final inspection of all phases within the bid schedule will be performed and all associative corrective items must be completed. The entire project will be accepted once all bid schedules are complete, a final inspection of the entire project has occurred, and all associated punch list items have been completed to the satisfaction of the Owner and RPR. 50-15 Final acceptance. Upon due notice from the Contractor of presumptive completion of the entire project, the RPR and Owner will make an inspection. If all construction provided for and contemplated by the contract is found to be complete in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The RPR shall notify the Contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the RPR will notify the Contractor and the Contractor shall correct the unsatisfactory work. Upon correction of the work, another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event, the RPR will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. See Section 0177000, Closeout Procedures, for additional acceptance requirements. In the case of discrepancy, the most stringent requirement will govern. 50-16 Claims for adjustment and disputes. If for any reason the Contractor deems that additional compensation is due for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, the Contractor shall notify the RPR in writing of their intention to claim such additional compensation before the Contractor begins the work on which the Contractor bases the claim. If such notification is not given or the RPR is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the RPR has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit a written claim to the RPR who will present it to the Owner for consideration in accordance with state and local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. END OF SECTION 50 FAA General Provisions 23 of 48 12/21/2018 AC 150/5370-1OH Intentionally Left Blank FAA General Provisions 24 of 48 12/21/2018 AC 150/5370-1OH Section 60 Control of Materials 60-01 Source of supply and quality requirements. The materials used in the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). in order- to e"edite the inspeetion and testing of mater-ials, the Gaatfaeter- shall ftimish doeffmen4atiea to the RPR as to the origin, eomposition, and manufaetffe of all materials to be used in the wo Doeumefftation shall be fumished promptly after- exeetition E)f the eentr-aet but, in all eases, pr-iE)r- to delivet-�Y f s+te1, materials. At the RPR's option, materials may be approved at the souree of supply before delivery. if it is found after trial that sotffees of supply for previously approved materials do net produce speeified products, Contractor shall ftirnish materials from other souree-s-. The Gentfaeter shall fttmish air-peA lighting equipment that meets the r-equir-ements of the speeifiea4iens; in eMet on the date E)f adveFtisement. 60-02 Samples, tests, and cited specifications. All materials used in the work shall be inspected, tested, and approved by the RPR before incorporation in the work unless otherwise designated. Any work in which untested materials are used without approval or written permission of the RPR shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the RPR, shall be removed at the Contractor's expense. Unless ethefwise designated, "alit-y assufaffee tests will be made by a -ad at the e*pense of the Owner i aeeefda-nee with the eited standard fnetheds of ASTN4, Amer-iean Asseeia+ien of State Highway a o etiff0 tests.The testing or-ganizations per-fefmiag on site quality assur-anee field tests shall have eepies of all r-efer-enee standar-ds on the eensti-detion site for- use by all teehnieia-as and other- personnel. URIess other -wise desipated, samples for- "ality assufanee will be taken by a "alified representative of the RPR. All materials being used are subjeet to inspeetion, test, or- r-ejeetion at any time prior- to or- d+H4ng iaeor-per-a4iefl into the work. Copies of all tests will be fiffnished to the Gentr-aeter-'s Eepr-esentative a4 thei review a -ad approval of the RPR. A eepy of all Gon#aetoF QC test da4a shall be provided to the RPR daily, along with pr-ifited r-epat4s, in approved fefmat, on a weekly basis. After- eempletion of the pr-ejeet, and prior- to final pa�qment, the Gentfaeter- shall submit a final r-epei4 to the RPR showing all test data reports, plus an analysis of all r-esul showing Fanges, a-ver-ages, and eeffeetive aetion taken on all failing and testing, of eet4ain materials or- assemblies when aeeempa-aied by manufaetufer-'s COG stating that sueh m4er-ials or- assemblies fully eemply with the r-e"ir-ements of the eentr-aet. The eet4ifiea4e shall be signed by the ma+mfaeWr-er-. Eaeh lot of sueh ma4er-ials or- assemblies delivered to the wofk must be aeeempa-nied Ma4efials or- assemblies used on the basis of eeffifiemes of eemplianee may be sampled and tested 4 any plaee or- not-. The fet:m and distr-ibtAiea of eei4ifieates of eemplia-nee shall be as approved by the RPR. FAA General Provisions 25 of 48 12/21/2018 AC 150/5370-1OH When a matefial E)r- assembly is speeified by "brand name or- e"a!" a -ad the Gentmetef eleets to ftwaish for each lot of sueh material or- asseffibly deliver-ed to the work. Such certifieate of eemplia-fiee sha4l eleafly • ; b. Suitability of the tnater-ial or- assembly for- the use inteaded in the eentfaet wefk. The RPR shall be the sole jt+dge as to whether- the proposed "or- e"a!" is s+titable for- use in the work. The RPR fesef=ves the fight to refuse pefmission for- use of materials or- assemblies on the basis of eef4ifieates Of eE)Mpliaflee. 60 04 Plant inspection. The RPR or their authorized representative may > at its setwee, speeified material or- assembly to be used in the wer-k. Ma-aufaetur-ing plafAs may be inspeeted A-m-tim-mete time for the pwTose of determining compliance with speeified manufaeturing methods or materials to be used in the Wafk and to obtain samples required for- aeeepta-aee of the material or- assembly. Should the RPR eenduet pla*t inspeetions, the following eenditions shall exist: a. The RPR shall ha-ve the eaeper-ation and assistanee of the GofAfaeter- and the pr-e"eer- with who-m- b. The RPR shall have full en" at all reasonable times to sueh pafts of the plant that eoneem th-e manufactufe or- pr-oduetion of the materials being fufnished. e. if required by the "R, the Contfaetor- shall affange for- adequate offiee or- working spaee that may be reasonably needed for- eondueting plant inspeetions. Plaee offiee or wor4dng spaee in a eenveni it is tinder -stood and agfeed theA the Owner- shall have the r-igh4 to retest a" matefial t44 has been test and appr-eved at the sewee ef stipply af4er- it has been deliver-ed to the site. The RPR shall have the right to >when retested, >plans, or- fieat 60-05 RngfneeResident Project Representative (RPR) field office. The Contmeter- shall ev to dedieated spaee for- the use of the eagineeF, RPR, and inspeetor-s, as a field offiee for- the dufatieft of th pr-ejeet. This spaee shall be leeated eenvenien4ly near- the eenstfuetion and shall be separ-4e ffem any spa used by the CofAfaetar-. The GwAfaeter- shall f4faish water-, sanitar-y faeilities, heat, aiF eonditioning, an 60-06 Storage of materials. Materials shall be stored to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the RPR. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans and/or CSPP, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the RPR. Private property shall not be used for storage purposes without written permission of the Owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the RPR a copy of the property Owner's permission. All storage sites on private or airport property shall be restored to their original condition by the Contractor at their expense, except as otherwise agreed to (in writing) by the Owner or lessee of the property. 60-07 Unacceptable materials. Any material or assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the RPR. FAA General Provisions 26 of 48 12/21/2018 AC 150/5370-1OH Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be returned to the site of the work until such time as the RPR has approved its use in the work. 60-08 Owner furnished materials. The Contractor shall furnish all materials required to complete the work, except those specified, if any, to be furnished by the Owner. Owner -furnished materials shall be made available to the Contractor at the location specified. All costs of handling, transportation from the specified location to the site of work, storage, and installing Owner -furnished materials shall be included in the unit price bid for the contract item in which such Owner - furnished material is used. After any Owner -furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies that may occur during the Contractor's handling, storage, or use of such Owner -furnished material. The Owner will deduct from any monies due or to become due the Contractor any cost incurred by the Owner in making good such loss due to the Contractor's handling, storage, or use of Owner -furnished materials. END OF SECTION 60 FAA General Provisions 27 of 48 12/21/2018 AC 150/5370-1OH Intentionally Left Blank FAA General Provisions 28 of 48 12/21/2018 AC 150/5370-1OH Section 70 Legal Regulations and Responsibility to Public 70-01 Laws to be observed. The Contractor shall keep fully informed of all federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. The Contractor shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all their officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by the Contractor or the Contractor's employees. 70-02 Permits, licenses, and taxes. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful execution of the work. 70-03 Patented devices, materials, and processes. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, the Contractor shall provide for such use by suitable legal agreement with the Patentee or Owner. The Contractor and the surety shall defend, indemnify and hold harmless the Owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the Owner for any costs, expenses (including attorney fees), and damages which it may be obliged to pay by reason of an infringement, at any time during the execution or after the completion of the work. 70-04 Restoration of surfaces disturbed by others. The Owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. To the extent that seh " nsti:aetie r-eeenstfuefion, maintena-nee has been eeer-dinated �A� the Ownef, sueh authorized wofk (by others) must be shown on the Emeept as listed above, the Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the RPR. Should the Owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such Owners by arranging and performing the work in this contract to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the RPR, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-05 Federal Participation. The United States Government has agreed to reimburse the Owner for some portion of the contract costs. The contract work is subject to the inspection and approval of duly authorized representatives of the FAA Administrator. No requirement of this contract shall be construed as making the United States a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. 70-06 Sanitary, health, and safety provisions. The Contractor's worksite and facilities shall comply with applicable federal, state, and local requirements for health, safety and sanitary provisions. FAA General Provisions 29 of 48 12/21/2018 AC 150/5370-1OH 70-07 Public convenience and safety. The Contractor shall control their operations and those of their subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to their own operations and those of their own subcontractors and all suppliers in accordance with Section 40, paragraph 40-05, Maintenance of Traffic, and shall limit such operations for the convenience and safety of the traveling public as specified in Section 80, paragraph 80-04, Limitation of Operations. The Contractor shall remove or control debris and rubbish resulting from its work operations at frequent intervals, and upon the order of the RPR. If the RPR determines the existence of Contractor debris in the work site represents a hazard to airport operations and the Contractor is unable to respond in a prompt and reasonable manner, the RPR reserves the right to assign the task of debris removal to a third party and recover the resulting costs as a liquidated damage against the Contractor. 70-08 Construction Safety and Phasing Plan (CSPP). The Contractor shall complete the work in accordance with the approved Construction Safety and Phasing Plan (CSPP) developed in accordance with AC 150/5370-2, Operational Safety on Airports During Construction. The rcnn ;s oft sheet(s) r_, of the The CSPP is included as an appendix to the Technical Documents. 70-09 Use of explosives. The use of explosives is not permitted on this project. 70-10 Protection and restoration of property and landscape. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Eogiffeef R"R has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the execution of the work, resulting from any act, omission, neglect, or misconduct in manner or method of executing the work, or at any time due to defective work or materials, and said responsibility shall not be released until the project has been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non - execution thereof by the Contractor, the Contractor shall restore, at their expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or the Contractor shall make good such damage or injury in an acceptable manner. 70-11 Responsibility for damage claims. The Contractor shall defend, indemnify and hold harmless the Enginee/RPR and the Owner and their officers, agents, and employees from all suits, actions, or claims, of any character, brought because of any injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright; or from any claims or amounts arising or recovered under the "Workmen's Compensation Act," or any other law, ordinance, order, or decree. Money due the Contractor under and by virtue of their own contract considered necessary by the Owner for such purpose may be retained for the use of the Owner or, in case no money is due, their own surety may be held until such suits, actions, or claims for injuries or damages shall have been settled and suitable evidence to that effect furnished to the Owner, except that money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that he or she is adequately protected by public liability and property damage insurance. 70-12 Third party beneficiary clause. It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create for the public or any FAA General Provisions 30 of 48 12/21/2018 AC 150/5370-1OH member thereof, a third -party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. 70-13 Opening sections of the work to traffic. If it is necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the Owner prior to completion of the entire contract, such "phasing" of the work must be specified below and indicated on the approved Construction Safety and Phasing Plan (CSPP) and the project plans. When so specified, the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. _Upon completion of any portion of work listed above, such portion shall be accepted by the Owner in accordance with Section 50, paragraph 50-14, Partial Acceptance. No portion of the work may be opened by the Contractor until directed by the Owner in writing. Should it become necessary to open a portion of the work to traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the RPR, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the Owner shall be repaired by the Contractor at their expense. The Contractor shall make their own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work. The Contractor must conform to safety standards contained AC 150/5370-2 and the approved CSPP. Contractor shall refer to the plans, specifications, and the approved CSPP to identify barricade requirements, temporary and/or permanent markings, airfield lighting, guidance signs and other safety requirements prior to opening up sections of work to traffic. 70-14 Contractor's responsibility for work. Until the RPR's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with Section 50, paragraph 50-14, Partial Acceptance, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the non -execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities. If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at their own expense. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seeding, and sodding furnished under the contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. 70-15 Contractor's responsibility for utility service and facilities of others. As provided in paragraph 70-04, Restoration of Surfaces Disturbed by Others, the Contractor shall cooperate with the owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the Owner to construct, reconstruct or maintain such utility services or facilities during the progress of the work. In addition, the Contractor shall control their operations to prevent the unscheduled interruption of such utility services and facilities. FAA General Provisions 31 of 48 12/21/2018 AC 150/5370-1OH To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans and/or in the contract documents. _It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of the responsibility to protect such existing features from damage or unscheduled interruption of service. It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the Owners of all utility services or other facilities of their plan of operations. Such notification shall be in writing addressed to "The Person to Contact" as provided in this paragraph and paragraph 70-04, Restoration of Surfaces Disturbed By Others. A copy of each notification shall be given to the RPR. In addition to the general written notification provided, it shall be the responsibility of the Contractor to keep such individual Owners advised of changes in their plan of operations that would affect such Owners. Prior to beginning the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such Owner of their plan of operation. If, in the Contractor's opinion, the Owner's assistance is needed to locate the utility service or facility or the presence of a representative of the Owner is desirable to observe the work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner's "Person to Contact" no later than two normal business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the RPR. The Contractor's failure to give the two days' notice shall be cause for the Owner to suspend the Contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use hand excavation methods within 3 feet (1 m) of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, the Contractor shall immediately notify the proper authority and the RPR and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the RPR continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to their operations whether due to negligence or accident. The Owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or their own surety. 70-16 Furnishing rights -of -way. The Owner will be responsible for furnishing all rights -of -way upon which the work is to be constructed in advance of the Contractor's operations. 70-17 Personal liability of public officials. In carrying out any of the contract provisions or in exercising any power or authority granted by this contract, there shall be no liability upon the Engineer/Architect, RPR, their authorized representatives, or any officials of the Owner either personally or as an official of the Owner. It is understood that in such matters they act solely as agents and representatives of the Owner. 70-18 No waiver of legal rights. Upon completion of the work, the Owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or stop the Owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the Owner be precluded or stopped from recovering from the Contractor or their surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill their obligations under the contract. A waiver on the part of the Owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. FAA General Provisions 32 of 48 12/21/2018 AC 150/5370-1OH The Contractor, without prejudice to the terms of the contract, shall be liable to the Owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the Owner's rights under any warranty or guaranty. 70-19 Environmental protection. The Contractor shall comply with all federal, state, and local laws and regulations controlling pollution of the environment. The Contractor shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, asphalts, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. 70-20 Archaeological and historical findings. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior. Should the Contractor encounter, during their operations, any building, part of a building, structure, or object that is incongruous with its surroundings, the Contractor shall immediately cease operations in that location and notify the RPR. The RPR will immediately investigate the Contractor's finding and the Owner will direct the Contractor to either resume operations or to suspend operations as directed. Should the Owner order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract change order or supplemental agreement as provided in Section 40, paragraph 40-04, Extra Work, and Section 90, paragraph 90-05, Payment for Extra Work. If appropriate, the contract change order or supplemental agreement shall include an extension of contract time in accordance with Section 80, paragraph 80-07, Determination and Extension of Contract Time. 70-21 Insurance Requirements. Contractor's Insurance must be in accordance with the Lubbock General Instructions to Bidders. END OF SECTION 70 FAA General Provisions 33 of 48 12/21/2018 AC 150/5370-1OH Intentionally Left Blank FAA General Provisions 34 of 48 12/21/2018 AC 150/5370-1OH Section 80 Execution and Progress 80-01 Subletting of contract. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Resident Project Representative (RPR). The Contractor shall perform, with his / her organization, an amount of work equal to at least 25 percent of the total contract cost. Should the Contractor elect to assign their contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the Owner, and shall be consummated only on the written approval of the Owner. The Contractor shall provide copies of all subcontracts to the RPR 14 days prior to being utilized on the project. As a minimum, the information shall include the following: • Subcontractor's legal company name. • Subcontractor's legal company address, including County name. • Principal contact person's name, telephone and fax number. • Complete narrative description, and dollar value of the work to be performed by the subcontractor. Copies of required insurance certificates in accordance with the specifications. • Minority/ non -minority status. 80-02 Notice to proceed (NTP). The Owners notice to proceed will state the date on which contract time commences. The Contractor is expected to commence project operations within seven (7) days of the NTP date. The Contractor shall notify the RPR at least 48 hours in advance of the time contract operations begins. The Contractor shall not commence any actual operations prior to the date on which the notice to proceed is issued by the Owner. 80-03 Execution and progress. Unless otherwise specified, the Contractor shall submit their coordinated construction schedule showing all work activities for the RPR's review and acceptance at least three (3) days prior to the staft of we pre -construction conference. The Contractor's progress schedule, once accepted by the RPR, will represent the Contractor's baseline plan to accomplish the project in accordance with the terms and conditions of the Contract. The RPR will compare actual Contractor progress against the baseline schedule to determine that status of the Contractor's performance. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the RPR's request, submit a revised schedule for completion of the work within the contract time and modify their operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the execution of the work be discontinued for any reason, the Contractor shall notify the RPR at least 48 hours in advance of resuming operations. FAA General Provisions 35 of 48 12/21/2018 AC 150/5370-1OH The Contractor shall not commence any actual construction prior to the date on which the NTP is issued by the Owner. The project schedule shall be prepared as a network diagram in Critical Path Method (CPM). It shall include information on the sequence of work activities, milestone dates, and activity duration. The schedule shall show all work items identified in the project proposal for each work area and shall include the project start date and end date. The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a monthly basis, or as otherwise specified in the contract. Submission of the work schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the contract. See additional requirements and conditions in the City of Lubbock General Conditions of the Agreement. 80-04 Limitation of operations. The Contractor shall control their operations and the operations of their subcontractors and all suppliers to provide for the free and unobstructed movement of aircraft in the air operations areas (AOA) of the airport. When the work requires the Contractor to conduct their operations within an AOA of the airport, the work shall be coordinated with airport operations (through the RPR) at least 48 hours prior to commencement of such work. The Contractor shall not close an AOA until so authorized by the RPR and until the necessary temporary marking, signage and associated lighting is in place as provided in Section 70, paragraph 70-08, Construction Safety and Phasing Plan (CSPP). When the contract work requires the Contractor to work within an AOA of the airport on an intermittent basis (intermittent opening and closing of the AOA), the Contractor shall maintain constant communications as specified; immediately obey all instructions to vacate the AOA; and immediately obey all instructions to resume work in such AOA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AOA until satisfactory conditions are provided. The areas of the AOA n identified i the .-,onst.-.,etio,, Safety Phasing Plan (CSPP) and as listed below, eannot be elesed to operating air-er-aft to peFmit the Gofftfaeter-'s operations on -a The Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational Safety on Airports During Construction and the approved CSPP. 80-04.1 Operational safety on airport during construction. All Contractors' operations shall be conducted in accordance with the approved project Construction Safety and Phasing Plan (CSPP) and the Safety Plan Compliance Document (SPCD) and the provisions set forth within the current version of AC 150/5370-2, Operational Safety on Airports During Construction. The CSPP included within the contract documents conveys minimum requirements for operational safety on the airport during construction activities. The Contractor shall prepare and submit a SPCD that details how it proposes to comply with the requirements presented within the CSPP. The Contractor shall implement all necessary safety plan measures prior to commencement of any work activity. The Contractor shall conduct routine checks to assure compliance with the safety plan measures. The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the project. The Contractor shall assure that all subcontractors are made aware of the requirements of the CSPP and SPCD and that they implement and maintain all necessary measures. No deviation or modifications may be made to the approved CSPP and SPCD unless approved in writing by the Owner. The necessary coordination actions to review Contractor proposed modifications to an approved CSPP or approved SPCD can require a significant amount of time. FAA General Provisions 36 of 48 12/21/2018 AC 150/5370-1OH 80-05 Character of workers, methods, and equipment. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. Any person employed by the Contractor or by any subcontractor who violates any operational regulations or operational safety requirements and, in the opinion of the RPR, does not perform his / her work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the RPR, be removed immediately by the Contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without approval of the RPR. Should the Contractor fail to remove such person or persons, or fail to furnish suitable and sufficient personnel for the proper execution of the work, the RPR may suspend the work by written notice until compliance with such orders. In addition, the following requirements will apply concerning all workers utilized on the project: a. The Contractor must provide and maintain, at all times on the project site of the work during its progress, adequate and competent superintendence of all operations for and in connection with the work. The Contractor must provide a capable superintendent acceptable to the Owner. Such representative must be able to read, write and speak English fluently and shall be authorized to receive instructions from the Engineer/Architect or his / her authorized representative. Said superintendent must have authority to see that the work is carried out in accordance with the Contract Documents and in a thorough and workmanlike manner in every respect. b. Incompetent, disorderly, intemperate or incorrigible employees of any authority level must be dismissed from the project by the Contractor or his / her representative when requested by the Engineer/Architect or the Owner, and such persons may not again be permitted to return to the work site without the written consent of the Owner. c. Any Contractor or subcontractor employee who violates the security and/or badging regulations of the Airport will be removed from the Airport and not allowed back on Airport property without the prior approval of the Owner. d. The Contractor must provide at the request of the Owner such reasonable information about his / her employees as may be necessary, including in part, name, address and eligibility to work on federally funded projects. All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall not cause injury to previously completed work, adjacent property, or existing airport facilities due to its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless otherwise authorized by the RPR. If the Contractor desires to use a method or type of equipment other than specified in the contract, the Contractor may request authority from the RPR to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the FAA General Provisions 37 of 48 12/21/2018 AC 150/5370-1OH Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the RPR determines that the work produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the RPR may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this paragraph. 80-06 Temporary suspension of the work. The Owner shall have the authority to suspend the work wholly, or in part, for such period or periods the Owner may deem necessary, due to unsuitable weather, or other conditions considered unfavorable for the execution of the work, or for such time necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Owner, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the written order to suspend work to the effective date of the written order to resume the work. Claims for such compensation shall be filed with the RPR within the time period stated in the RPR's order to resume work. The Contractor shall submit with their own claim information substantiating the amount shown on the claim. The RPR will forward the Contractor's claim to the Owner for consideration in accordance with state and local laws or ordinances. No „ n of this w4ie e shall be eenstfued as Time extensions due to inclement weather will be as described in the City of Lubbock General Instructions to Bidders. If it becomes necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. The Contractor shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. 80-07 Determination and extension of contract time. The number of calendar days shall be stated in the proposal and contract and shall be known as the Contract Time. If the contract time requires extension for reasons beyond the Contractor's control, it shall be adjusted as follows: 80-07.1 Contract time based on calendar days. Contract Time based on calendar days shall consist of the number of calendar days stated in the contract counting from the effective date of the Notice to Proceed and including all Saturdays, Sundays, holidays, and non -work days. All calendar days elapsing between the effective dates of the Owner's orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either cost of work or the extension of contract time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance. 80-08 Failure to complete on time. For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and adjustments as provided FAA General Provisions 38 of 48 12/21/2018 AC 150/5370-1OH in paragraph 80-07, Determination and Extension of Contract Time) the sum specified in the contract and proposal as liquidated damages (LD) will be deducted from any money due or to become due the Contractor or their own surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages including but not limited to additional engineering/Architectural services that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in their contract. Liquidated damages will be assesses as noted in the City of Lubbock Bid Submittal Form. The maximum construction time allowed for Se all phases to be substantially completed will be the sum of the time allowed for individual schedules but not more than 205 calendar days. Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a wavier on the part of the Owner of any of its rights under the contract. 80-09 Default and termination of contract. The Contractor shall be considered in default of their contract and such default will be considered as cause for the Owner to terminate the contract for any of the following, but not limited to, reasons, if the Contractor: a. Fails to begin the work under the contract within the time specified in the Notice to Proceed, or b. Fails to perform the work or fails to provide sufficient workers, equipment and/or materials to assure completion of work in accordance with the terms of the contract, or c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or d. Discontinues the execution of the work, or e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or g. Allows any final judgment to stand against the Contractor unsatisfied for a period of 10 days, or h. Makes an assignment for the benefit of creditors, or i. For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Owner consider the Contractor in default of the contract for any reason above, the Owner shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the Owner's intentions to terminate the contract. If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the Owner will, upon written notification from the RPR of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the execution of the work out of the hands of the Contractor. The Owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the RPR will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the Owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the Owner the amount of such excess. 80-10 Termination for national emergencies. The Owner shall terminate the contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction contract as a FAA General Provisions 39 of 48 12/21/2018 AC 150/5370-1OH direct result of an Executive Order of the President with respect to the execution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the RPR. Termination of the contract or a portion thereof shall neither relieve the Contractor of their responsibilities for the completed work nor shall it relieve their surety of its obligation for and concerning any just claim arising out of the work performed. 80-11 Work area, storage area and sequence of operations. The Contractor shall obtain approval from the RPR prior to beginning any work in all areas of the airport. No operating runway, taxiway, or air operations area (AOA) shall be crossed, entered, or obstructed while it is operational. The Contractor shall plan and coordinate work in accordance with the approved CSPP and SPCD. END OF SECTION 80 FAA General Provisions 40 of 48 12/21/2018 AC 150/5370-1OH Section 90 Measurement and Payment 90-01 Measurement of quantities. All work completed under the contract will be measured by the RPR, or their authorized representatives, using United States Customary Units of Measurement. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering/Architecture practice. Unless other -wise speeified, all eeatfaet items whieh afe fneasur-ed by the linear- feet stieh as eleetr-ieal "etsF een"its, pipe eulvefts, tmder-dr-aias, a*d similaf items shall be meastifed parallel to the base or- fo�dati The term "lump sum" when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. Measurement and Payment Terms Term Description Excavation and in the be eoffiptAifig v4umes of exeava4ion, aver -age end area method will use Embankment unless othef ise speeified. Volume Measurement and The term "ton" will mean the short ton consisting of 2,000 pounds (907 kin) Proportion by avoirdupois. All materials that are measured or proportioned by weights shall be Weight weighed on accurate, independently certified scales by competent, qualified personnel at locations designated by the RPR. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material is paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the RPR directs, and each truck shall bear a plainly legible identification mark. Measurement by Materials to be measured by volume in the hauling vehicle shall be hauled in Volume approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable for the materials hauled, provided FAA General Provisions 41 of 48 12/21/2018 AC 150/5370-1OH Term Description that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery. Asphalt Material by the ...,11,..E to Asphalt It be When materials will (liter) or measured (.kg) by be measured volume, such volumes measured at60'F (160' to the 0 0 eoffeeted volume a4 based in the eertified seale weights or weights on eertified volumes ease of r-ail . to ..will be basis shipments used a of measurement, subject correction when has been lost ffem the the distributor-, asphalt material ear or wasted -,-or ineo in the hen by otherwise not porflte work. asphalt materials are shipped truck transport, by to for loss or et eerti-fied weightvolume, subjeet eerreetion - or foaming, will be used for eomputing quantities. Gemen !' e e mot . will be measured by the to (kg) or hundredweight (k ) Structure Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Timbe 11 be by the thousand feet board .., ally T;,-.+ber w measured a (N4FBN4) aet in the Meastweraen� be based struettife. will on fiepainal widths thieknesses and the extreme length of eaek pieee. Plates and Sheets The thiekness in the of plates and galvanized sheet used manufaeWf pipe,ineerperated metal plate pipe eulverts and arehes, and metal Oribbing will be speeified and measured i deeirnal 4:- etio of � l Miscellaneous Items When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gauge, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. Scales Scales must be tested for accuracy and serviced before use. Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales shall be accurate within 0.5% of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the RPR before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed 0.1 % of the nominal rated capacity of the scale, but not less than one pound (454 grams). The use of spring balances will not be permitted. FAA General Provisions 42 of 48 12/21/2018 AC 150/5370-1OH Term Description In the event inspection reveals the scales have been "overweighing" (indicating more than correct weight) they will be immediately adjusted. All materials received subsequent to the last previous correct weighting -accuracy test will be reduced by the percentage of error in excess of 0.5%. In the event inspection reveals the scales have been under -weighing (indicating less than correct weight), they shall be immediately adjusted. No additional payment to the Contractor will be allowed for materials previously weighed and recorded. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the RPR can safely and conveniently view them. Scale installations shall have available ten standard 50-pound (2.3 km) weights for testing the weighing equipment or suitable weights and devices for other approved equipment. All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. Rental Equipment Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered in connection with extra work will be measured as agreed in the change order or supplemental agreement authorizing such work as provided in paragraph 90-05 Payment for Extra Work. Pay Quantities When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the RPR. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. 90-02 Scope of payment. The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the execution thereof, subject to the provisions of Section 70, paragraph 70-18, No Waiver of Legal Rights. When the "basis of payment" (or similar) subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. 90-03 Compensation for altered quantities. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in Section 40, paragraph 40-02, Alteration of Work and FAA General Provisions 43 of 48 12/21/2018 AC 150/5370-1OH Quantities, will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from their own unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 Payment for omitted items. As specified in Section 40, paragraph 40-03, Omitted Items, the RPR shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the Owner. Should the RPR omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the RPR's order to omit or non -perform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the RPR's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the Owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the RPR's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature the amount of such costs. 90-05 Payment for extra work. Extra work, performed in accordance with Section 40, paragraph 40-04, Extra Work, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work. 90-06 Partial payments. Partial payments will be made to the Contractor at least once each month as the work progresses. Said payments will be based upon estimates, prepared by the RPR, of the value of the work performed and materials complete and in place, in accordance with the contract, plans, and specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with paragraph 90-07, Payment for Materials on Hand. No partial payment will be made when the amount due to the Contractor since the last estimate amounts to less than five hundred dollars. a. From the total of the amount determined to be payable on a partial payment, a percentage of such total amount, as defined in the City of Lubbock General Conditions of the Agreement, will be deducted and retained by the Owner for protection of the Owner's interests. Unless otherwise instructed by the Owner, the amount retained by the Owner will be in effect until the final payment is made except as follows: (1) Contractor may request release of retainage on work that has been partially accepted by the Owner in accordance with Section 50-14. Contractor must provide a certified invoice to the RPR that supports the value of retainage held by the Owner for partially accepted work. b. The Contractor is required to pay all subcontractors for satisfactory performance of their contracts no later than 30 days after the Contractor has received a partial payment. Contractor must provide the Owner evidence of prompt and full payment of retainage held by the prime Contractor to the subcontractor within 30 days after the subcontractor's work is satisfactorily completed. A subcontractor's work is satisfactorily completed when all the tasks called for in the subcontract have been accomplished and documented as required by the Owner. When the Owner has made an incremental acceptance of a portion of a prime contract, the work of a subcontractor covered by that acceptance is deemed to be satisfactorily completed. It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the RPR to be a part of the final quantity for the item of work in question. FAA General Provisions 44 of 48 12/21/2018 AC 150/5370-1OH No partial payment shall bind the Owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in paragraph 90-09, Acceptance and Final Payment. The Contractor shall deliver to the Owner a complete release of all claims for labor and material arising out of this contract before the final payment is made. If any subcontractor or supplier fails to furnish such a release in full, the Contractor may furnish a bond or other collateral satisfactory to the Owner to indemnify the Owner against any potential lien or other such claim. The bond or collateral shall include all costs, expenses, and attorney fees the Owner may be compelled to pay in discharging any such lien or claim. 90-07 Payment for materials on hand. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the Owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: a. The material has been stored or stockpiled in a manner acceptable to the RPR at or on an approved site. b. The Contractor has furnished the RPR with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. The Contractor has furnished the RPR with satisfactory evidence that the material and transportation costs have been paid. d. The Contractor has furnished the Owner legal title (free of liens or encumbrances of any kind) to the material stored or stockpiled. e. The Contractor has furnished the Owner evidence that the material stored or stockpiled is insured against loss by damage to or disappearance of such materials at any time prior to use in the work. It is understood and agreed that the transfer of title and the Owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of their responsibility for furnishing and placing such materials in accordance with the requirements of the contract, plans, and specifications. In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract price for the contract item in which the material is intended to be used. No partial payment will be made for stored or stockpiled living or perishable plant materials. The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this paragraph. 90-08 Payment of withheld funds. At the Contractor's option, if an Owner withholds retainage in accordance with the methods described in paragraph 90-06 Partial Payments, the Contractor may, with written consent of the surety, request that the Owner deposit the retainage into an escrow account. The Owner's deposit of retainage into an escrow account is subject to the following conditions: a. The Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the Owner. b. The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the Owner and having a value not less than the retainage that would otherwise be withheld from partial payment. c. The Contractor shall enter into an escrow agreement satisfactory to the Owner. d. The Contractor shall obtain the written consent of the surety to such agreement. FAA General Provisions 45 of 48 12/21/2018 AC 150/5370-1OH 90-09 Acceptance and final payment. When the contract work has been accepted in accordance with the requirements of Section 50, paragraph 50-15, Final Acceptance, the RPR will prepare the final estimate of the items of work actually performed. The Contractor shall approve the RPR's final estimate or advise the RPR of the Contractor's objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. The Contractor and the RPR shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the RPR's final estimate. If, after such 30-day period, a dispute still exists, the Contractor may approve the RPR's estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the Owner as a claim in accordance with Section 50, paragraph 50-16, Claims for Adjustment and Disputes. After the Contractor has approved, or approved under protest, the RPR's final estimate, and after the RPR's receipt of the project closeout documentation required in paragraph 90-11, Contractor Final Project Documentation, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the Contractor has filed a claim for additional compensation under the provisions of Section 50, paragraph 50-16, Claims for Adjustments and Disputes, or under the provisions of this paragraph, such claims will be considered by the Owner in accordance with state and local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. 90-10 Construction warranty. a. In addition to any other warranties in this contract, the Contractor warrants that work performed under this contract conforms to the contract requirements and is free of any defect in equipment, material, workmanship, or design furnished, or performed by the Contractor or any subcontractor or supplier at any tier. b. This warranty shall continue for a period of one year from the date of final acceptance of the work, except as noted. If the Owner takes possession of any part of the work before final acceptance, this warranty shall continue for a period of one year from the date the Owner takes possession. However, this will not relieve the Contractor from corrective items required by the final acceptance of the project work. Light Emitting Diode emitting diode (LED) light fixtures with the exception of obstruction lighting, must be warranted by the manufacturer for a minimum of four (4) years after date of installation inclusive of all electronics. c. The Contractor shall remedy at the Contractor's expense any failure to conform, or any defect. In addition, the Contractor shall remedy at the Contractor's expense any damage to Owner real or personal property, when that damage is the result of the Contractor's failure to conform to contract requirements; or any defect of equipment, material, workmanship, or design furnished by the Contractor. d. The Contractor shall restore any work damaged in fulfilling the terms and conditions of this clause. The Contractor's warranty with respect to work repaired or replaced will run for one year from the date of repair or replacement. e. The Owner will notify the Contractor, in writing, within seven (7) days after the discovery of any failure, defect, or damage. f. If the Contractor fails to remedy any failure, defect, or damage within 14 days after receipt of notice, the Owner shall have the right to replace, repair, or otherwise remedy the failure, defect, or damage at the Contractor's expense. FAA General Provisions 46 of 48 12/21/2018 AC 150/5370-1OH g. With respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliers for work performed and materials furnished under this contract, the Contractor shall: (1) Obtain all warranties that would be given in normal commercial practice; (2) Require all warranties to be executed, in writing, for the benefit of the Owner, as directed by the Owner, and (3) Enforce all warranties for the benefit of the Owner. h. This warranty shall not limit the Owner's rights with respect to latent defects, gross mistakes, or fraud. 90-11 Contractor Final Project Documentation. Approval of final payment to the Contractor is contingent upon completion and submittal of the items listed below. The final payment will not be approved until the RPR approves the Contractor's final submittal. The Contractor shall: a. Provide two (2) copies of all manufacturers warranties specified for materials, equipment, and installations. b. Provide weekly payroll records (not previously received) from the general Contractor and all subcontractors. c. Complete final cleanup in accordance with Section 40, paragraph 40-08, Final Cleanup. d. Complete all punch list items identified during the Final Inspection. e. Provide complete release of all claims for labor and material arising out of the Contract. f. Provide a certified statement signed by the subcontractors, indicating actual amounts paid to the Disadvantaged Business Enterprise (DBE) subcontractors and/or suppliers associated with the project. g. When applicable per state requirements, return copies of sales tax completion forms. h. Manufacturer's certifications for all items incorporated in the work. i. All required record drawings, as -built drawings or as -constructed drawings. j. Project Operation and Maintenance (O&M) Manual(s). k. Security for Construction Warranty. 1. Equipment commissioning documentation submitted, if required. END OF SECTION 90 FAA General Provisions 47 of 48 12/21/2018 AC 150/5370-1OH Intentionally Left Blank FAA General Provisions 48 of 48 MISCELLANEOUS SPECIFICATIONS MISCELLANEOUS SPECIFICATIONS Lubbock Preston Smith International Airport — Glass Replacement MISCELLANEOUS SPECIFICATIONS INTENTIONALLY LEFT BLANK Lubbock Preston Smith International Airport — Glass Replacement 223-0003-012 LUBBOCK PRESTON SMITH INT'L AIRPORT SECTION 011000— SUMMARY GLASS REPLACEMENT LUBBOCK, TX PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Project information. 2. Work covered by Contract Documents. 3. Coordination with Occupants. 4. Work Restrictions. 5. Specifications and Drawing Conventions. 6. Miscellaneous Provisions. 1.2 PROJECT INFORMATION A. Project Identification: Glass Replacement. 1. Project Location: Lubbock Preston Smith International Airport. B. Owner: City of Lubbock. C. Architect: RS&H. 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. The Work of Project is defined by the Contract Documents and includes, but is not limited to, the following: 1. Replacement of damaged and mismatched glazing in existing building window systems. B. Type of Contract: 1. Project will be constructed under a single prime contract. 1.4 COORDINATION WITH OCCUPANTS A. Full Owner Occupancy: Owner will occupy Project site and existing building(s) during entire construction period. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with Owner's day-to-day operations. Maintain existing exits unless otherwise indicated. 1. Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities. Do not close or obstruct walkways, corridors, or other occupied or used facilities without written permission from Owner and approval of authorities having jurisdiction. 2. Notify Owner not less than 48 hours in advance of activities that will affect Owner's operations. SUMMARY 01 1000-1 223-0003-012 1.5 WORK RESTRICTIONS A. Comply with restrictions on construction operations. Comply with limitations on use of public streets, work on public streets, rights of way, and other requirements of authorities having jurisdiction. B. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging for temporary utility services according to requirements indicated: 1. Notify RPR not less than two days in advance of proposed utility interruptions. 2. Obtain RPR's written permission before proceeding with utility interruptions. C. Noise, Vibration, Dust, and Odors: Coordinate operations that may result in high levels of noise and vibration, dust, odors, or other disruption to Owner occupancy with Owner. 1. Notify RPR not less than two days in advance of proposed disruptive operations. 2. Obtain RPR's written permission before proceeding with disruptive operations. D. Employee Identification and Badging: Security and Badging — Elements of the work of the project will require construction within the secure are of the Airport. Badging restrictions and security requirements will be implemented for this work. Maintain list of approved screened personnel with Owner's representative. 1.6 SPECIFICATION AND DRAWING CONVENTIONS A. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Imperative mood and streamlined language are generally used in the Specifications. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase. 2. Text Color: Text used in the Specifications, including units of measure, manufacturer and product names, and other text may appear in multiple colors or underlined as part of a hyperlink; no emphasis is implied by text with these characteristics. 3. Hypertext: Text used in the Specifications may contain hyperlinks. Hyperlinks may allow for access to linked information that is not residing in the Specifications. Unless otherwise indicated, linked information is not part of the Contract Documents. 4. Specification requirements are to be performed by Contractor unless specifically stated otherwise. B. Division 00 Contracting Requirements: General provisions of the Contract, including General and Supplementary Conditions, apply to all Sections of the Specifications. C. Division 01 General Requirements: Requirements of Sections in Division 01 apply to the Work of all Sections in the Specifications. D. Drawing Coordination: Requirements for materials and products identified on Drawings are described in detail in the Specifications. One or more of the following are used on Drawings to identify materials and products: SUMMARY 01 1000-2 223-0003-012 1. Terminology: Materials and products are identified by the typical generic terms used in the individual Specifications Sections. 2. Abbreviations: Materials and products are identified by abbreviations scheduled on Drawings and published as part of the U.S. National CAD Standard. 1.7 MISCELLANEOUS PROVISIONS A. FAA General Provisions: 1. FAA Item 10 Definition of Terms 2. FAA Item 20 Proposal Requirements and Conditions 3. FAA Item 30 Award and Execution of Contract 4. FAA Item 40 Scope of Work 5. FAA Item 50 Control of Work 6. FAA Item 60 Control of Materials 7. FAA Item 70 Legal Regulations and Responsibility to Public 8. FAA Item 80 Execution and Progress 9. FAA Item 90 Measurement and Payment PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 011000 SUMMARY 01 1000-3 223-0003-012 INTENTIONALLY LEFT BLANK SUMMARY 01 1000-4 223-0003-012 LUBBOCK PRESTON SMITH INT'L AIRPORT SECTION 013300— SUBMITTAL PROCEDURES GLASS REPLACEMENT LUBBOCK, TX PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Submittal schedule requirements. 2. Administrative and procedural requirements for submittals. B. Related Requirements: 1. Section 012900 "Payment Procedures" for submitting Applications for Payment and the schedule of values. 2. Section 017700 "Closeout Procedures" for submitting closeout submittals and maintenance material submittals. 1.2 DEFINITIONS A. Action Submittals: Written and graphic information and physical samples that require Architect's responsive action. Action submittals are those submittals indicated in individual Specification Sections as "action submittals." B. Informational Submittals: Written and graphic information and physical samples that do not require Architect's responsive action. Submittals may be rejected for not complying with requirements. Informational submittals are those submittals indicated in individual Specification Sections as "informational submittals." 1.3 SUBMITTAL SCHEDULE A. Submittal Schedule: Submit, as an action submittal, a list of submittals, arranged in chronological order by dates required by construction schedule. Include time required for review, ordering, manufacturing, fabrication, and delivery when establishing dates. Include additional time required for making corrections or revisions to submittals noted by Architect and additional time for handling and reviewing submittals required by those corrections. 1. Coordinate submittal schedule with list of subcontracts, the schedule of values, and Contractor's construction schedule. 2. Final Submittal Schedule: Submit concurrently with the first complete submittal of Contractor's construction schedule. a. Submit revised submittal schedule as required to reflect changes in current status and timing for submittals. 3. Format: Arrange the following information in a tabular format: a. Scheduled date for first submittal. b. Specification Section number and title. SUBMITTAL PROCEDURES 013300 - 1 223-0003-012 C. Submittal Category: Action; informational. d. Name of subcontractor. e. Description of the Work covered. f. Scheduled date for Architect's final release or approval. 1.4 SUBMITTAL FORMATS A. Submittal Information: Include the following information in each submittal: 1. Project name. 2. Date. 3. Name of Architect. 4. Name of Contractor. 5. Name of firm or entity that prepared submittal. 6. Names of subcontractor, manufacturer, and supplier. 7. Unique submittal number, including revision identifier. Include Specification Section number with sequential alphanumeric identifier and alphanumeric suffix for resubmittals. 8. Category and type of submittal. 9. Submittal purpose and description. 10. Number and title of Specification Section, with paragraph number and generic name for each of multiple items. 11. Drawing number and detail references, as appropriate. 12. Indication of full or partial submittal. 13. Location(s) where product is to be installed, as appropriate. 14. Other necessary identification. 15. Remarks. 16. Signature of transmitter. B. Options: Identify options requiring selection by Architect. C. Deviations and Additional Information: On each submittal, clearly indicate deviations from requirements in the Contract Documents, including minor variations and limitations; include relevant additional information and revisions, other than those requested by Architect on previous submittals. Indicate by highlighting on each submittal or noting on attached separate sheet. D. Electronic Submittals: Prepare submittals as PDF package, incorporating complete information into each PDF file. Name PDF file with submittal number. 1.5 SUBMITTAL PROCEDURES A. Prepare and submit submittals required by individual Specification Sections. Types of submittals are indicated in individual Specification Sections. Email: Prepare submittals as PDF package and transmit to Architect by sending via email. Include PDF transmittal form. Include information in email subject line as requested by Architect. a. Architect will return annotated file. Annotate and retain one copy of file as a digital Project Record Document file. B. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. SUBMITTAL PROCEDURES 013300 - 2 223-0003-012 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Submit all submittal items required for each Specification Section concurrently unless partial submittals for portions of the Work are indicated on approved submittal schedule. 3. Submit action submittals and informational submittals required by the same Specification Section as separate packages under separate transmittals. C. Processing Time: Allow time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Architect's receipt of submittal. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing, including resubmittals. 1. Initial Review: Allow 15 days for initial review of each submittal. Allow additional time if coordination with subsequent submittals is required. Architect will advise Contractor when a submittal being processed must be delayed for coordination. 2. Intermediate Review: If intermediate submittal is necessary, process it in same manner as initial submittal. 3. Resubmittal Review: Allow 15 days for review of each resubmittal. D. Resubmittals: Make resubmittals in same form and number of copies as initial submittal. 1. Note date and content of previous submittal. 2. Note date and content of revision in label or title block, and clearly indicate extent of revision. 3. Resubmit submittals until they are marked with approval notation from Architect's action stamp. E. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms. Use for Construction: Retain complete copies of submittals on Project site. Use only final action submittals that are marked with approval notation from Architect's action stamp. 1.6 SUBMITTAL REQUIREMENTS A. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard published data are unsuitable for use, submit as Shop Drawings, not as Product Data. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's catalog cuts. b. Manufacturer's product specifications. C. Standard color charts. d. Statement of compliance with specified referenced standards. e. Testing by recognized testing agency. f. Application of testing agency labels and seals. g. Notation of coordination requirements. h. Availability and delivery time information. 4. For equipment, include the following in addition to the above, as applicable: SUBMITTAL PROCEDURES 013300 - 3 223-0003-012 a. Wiring diagrams that show factory -installed wiring. b. Printed performance curves. C. Operational range diagrams. d. Clearances required to other construction, if not indicated on accompanying Shop Drawings. 5. Submit Product Data before Shop Drawings, and before or concurrently with Samples. B. Shop Drawings: Prepare Project -specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. Preparation: Fully illustrate requirements in the Contract Documents. Include the following information, as applicable: a. Identification of products. b. Schedules. C. Compliance with specified standards. d. Notation of coordination requirements. e. Notation of dimensions established by field measurement. f. Relationship and attachment to adjoining construction clearly indicated. g. Seal and signature of professional engineer if specified. C. Samples: Submit Samples for review of type, color, pattern, and texture for a check of these characteristics with other materials. 1. Transmit Samples that contain multiple, related components, such as accessories together in one submittal package. 2. Identification: Permanently attach label on unexposed side of Samples that includes the following: a. Project name and submittal number. b. Generic description of Sample. C. Product name and name of manufacturer. d. Sample source. e. Number and title of applicable Specification Section. f. Specification paragraph number and generic name of each item. 3. Email Transmittal: Provide PDF transmittal. Include digital image file illustrating Sample characteristics and identification information for record. 4. Disposition: Maintain sets of approved Samples at Project site, available for quality - control comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set. a. Samples that may be incorporated into the Work are indicated in individual Specification Sections. Such Samples must be in an undamaged condition at time of use. 5. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units, showing the full range of colors, textures, and patterns available. a. Number of Samples: Submit one full set(s) of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer's product line. Architect will return submittal with options selected. SUBMITTAL PROCEDURES 013300 - 4 223-0003-012 6. Samples for Verification: Submit full-size units or Samples of size indicated, prepared from same material to be used for the Work, cured and finished in manner specified, and physically identical with material or product proposed for use, and that show full range of color and texture variations expected. Samples include, but are not limited to, the following: partial sections of manufactured or fabricated components; small cuts or containers of materials; complete units of repetitively used materials; swatches showing color, texture, and pattern; color range sets; and components used for independent testing and inspection. a. Number of Samples: Submit three sets of Samples. Architect will retain two Sample sets; remainder will be returned. 1) Submit a single Sample where assembly details, workmanship, fabrication techniques, connections, operation, and other similar characteristics are to be demonstrated. 2) If variation in color, pattern, texture, or other characteristic is inherent in material or product represented by a Sample, submit at least three sets of paired units that show approximate limits of variations. D. Product Schedule: As required in individual Specification Sections, prepare a written summary indicating types of products required for the Work and their intended location. Include the following information in tabular form: 1. Type of product. Include unique identifier for each product indicated in the Contract Documents or assigned by Contractor if none is indicated. 2. Manufacturer and product name, and model number if applicable. 3. Number and name of room or space. 4. Location within room or space. E. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, contact information of architects and owners, and other information specified. Design Data: Prepare and submit written and graphic information indicating compliance with indicated performance and design criteria in individual Specification Sections. Include list of assumptions and summary of loads. Include load diagrams if applicable. Provide name and version of software, if any, used for calculations. Number each page of submittal. G. Certificates: 1. Certificates and Certifications Submittals: Submit a statement that includes signature of entity responsible for preparing certification. Certificates and certifications shall be signed by an officer or other individual authorized to sign documents on behalf of that entity. Provide a notarized signature where indicated. 2. Installer Certificates: Submit written statements on manufacturer's letterhead, certifying that Installer complies with requirements in the Contract Documents and, where required, is authorized by manufacturer for this specific Project. 3. Manufacturer Certificates: Submit written statements on manufacturer's letterhead, certifying that manufacturer complies with requirements in the Contract Documents. Include evidence of manufacturing experience where required. 4. Material Certificates: Submit written statements on manufacturer's letterhead, certifying that material complies with requirements in the Contract Documents. 5. Product Certificates: Submit written statements on manufacturer's letterhead, certifying that product complies with requirements in the Contract Documents. SUBMITTAL PROCEDURES 013300 - 5 223-0003-012 6. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements in the Contract Documents. Submit record of AWS 132.1/132.1 M on AWS forms. Include names of firms and personnel certified. H. Test and Research Reports: 1. Compatibility Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of compatibility tests performed before installation of product. Include written recommendations for substrate preparation and primers required. 2. Field Test Reports: Submit written reports indicating and interpreting results of field tests performed either during installation of product or after product is installed in its final location, for compliance with requirements in the Contract Documents. 3. Material Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements in the Contract Documents. 4. Preconstruction Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of tests performed before installation of product, for compliance with performance requirements in the Contract Documents. 5. Product Test Reports: Submit written reports indicating that current product produced by manufacturer complies with requirements in the Contract Documents. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency. 6. Research Reports: Submit written evidence, from a model code organization acceptable to authorities having jurisdiction, that product complies with building code in effect for Project. Include the following information: a. Name of evaluation organization. b. Date of evaluation. C. Time period when report is in effect. d. Product and manufacturers' names. e. Description of product. f. Test procedures and results. g. Limitations of use. 1.7 CONTRACTOR'S REVIEW A. Action Submittals and Informational Submittals: Review each submittal and check for coordination with other Work of the Contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Architect. B. Contractor's Approval: Indicate Contractor's approval for each submittal with indication in web - based Project management software. Include name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. Architect will not review submittals received from Contractor that do not have Contractor's review and approval. SUBMITTAL PROCEDURES 013300 - 6 223-0003-012 1.8 ARCHITECT'S REVIEW A. Action Submittals: Architect will review each submittal, indicate corrections or revisions required, and return. 1. PDF Submittals: Architect will indicate, via markup on each submittal, the appropriate action. B. Informational Submittals: Architect will review each submittal and will not return it, or will return it if it does not comply with requirements. Architect will forward each submittal to appropriate party. C. Partial submittals prepared for a portion of the Work will be reviewed when use of partial submittals has received prior approval from Architect. D. Incomplete submittals are unacceptable, will be considered nonresponsive, and will be returned for resubmittal without review. E. Architect will return without review submittals received from sources other than Contractor. F. Submittals not required by the Contract Documents will be returned by Architect without action. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 013300 SUBMITTAL PROCEDURES 013300 - 7 223-0003-012 INTENTIONALLY LEFT BLANK SUBMITTAL PROCEDURES 013300 - 8 223-0003-012 LUBBOCK PRESTON SMITH INT'L AIRPORT GLASS REPLACEMENT LUBBOCK, TX PART 1 - GENERAL 1.1 SUMMARY SECTION 015000— TEMPORARY FACILITIES AND CONTROLS A. Section includes requirements for temporary utilities, support facilities, and security and protection facilities, as necessary. B. Related Requirements: Section 011000 "Summary" for work restrictions and limitations on utility interruptions. 1.2 USE CHARGES A. Installation, removal, and use charges for temporary facilities shall be included in the Contract Sum unless otherwise indicated. Allow other entities engaged in the Project to use temporary services and facilities without cost, including, but not limited to, Architect, testing agencies, and authorities having jurisdiction. B. Sewer Service: Pay sewer -service use charges for sewer usage by all entities for construction operations. C. Water Service: Pay water -service use charges for water used by all entities for construction operations. D. Electric Power Service: Pay electric -power -service use charges for electricity used by all entities for construction operations. E. Water and Sewer Service from Existing System: Water from Owner's existing water system is available for use. Provide connections and extensions of services and metering as required for construction operations. F. Electric Power Service from Existing System: Electric power from Owner's existing system is available for use. Provide connections and extensions of services and metering as required for construction operations. 1.3 INFORMATIONAL SUBMITTALS A. Site Utilization Plan: Show temporary facilities, temporary utility lines and connections, staging areas, construction site entrances, vehicle circulation, and parking areas for construction personnel. B. Implementation and Termination Schedule: Within 15 days of date established for commencement of the Work, submit schedule indicating implementation and termination dates of each temporary utility. C. Project Identification and Temporary Signs: Show fabrication and installation details, including plans, elevations, details, layouts, typestyles, graphic elements, and message content. TEMPORARY FACILITIES AND CONTROLS 015000 - 1 223-0003-012 1.4 D. Fire -Safety Program: Show compliance with requirements of NFPA 241 and authorities having jurisdiction. Indicate Contractor personnel responsible for management of fire -prevention program. E. Moisture- and Mold -Protection Plan: Describe procedures and controls for protecting materials and construction from water absorption and damage and mold. Describe delivery, handling, storage, installation, and protection provisions for materials subject to water absorption or water damage. G A 3 1. Indicate procedures for discarding water -damaged materials, protocols for mitigating water intrusion into completed Work, and requirements for replacing water -damaged Work. 2. Indicate sequencing of work that requires water, such as sprayed fire -resistive materials, plastering, and terrazzo grinding, and describe plans for dealing with water from these operations. Show procedures for verifying that wet construction has dried sufficiently to permit installation of finish materials. 3. Indicate methods to be used to avoid trapping water in finished work. Dust- and HVAC-Control Plan: Submit coordination drawing and narrative that indicates the dust- and HVAC-control measures proposed for use, proposed locations, and proposed time frame for their operation. Include the following: 1. Locations of dust -control partitions at each phase of work. 2. HVAC system isolation schematic drawing. 3. Location of proposed air -filtration system discharge. 4. Waste -handling procedures. 5. Other dust -control measures. Noise and Vibration Control Plan: Identify construction activities that may impact the occupancy and use of existing spaces within the building or adjacent existing buildings, whether occupied by others, or occupied by the Owner. Include the following: 1. Methods used to meet the goals and requirements of the Owner. 2. Concrete cutting method(s) to be used. 3. Location of construction devices on the site. 4. Show compliance with the use and maintenance of quieted construction devices for the duration of the Project. 5. Indicate activities that may disturb building occupants and that are planned to be performed during non-standard working hours as coordinated with the Owner. 6. Indicate locations of sensitive areas or other areas requiring special attention as identified by Owner. Indicate means for complying with Owner's requirements. QUALITY ASSURANCE Electric Service: Comply with NECA, NEMA, and UL standards and regulations for temporary electric service. Install service to comply with NFPA 70. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. TEMPORARY FACILITIES AND CONTROLS 015000 - 2 223-0003-012 1.5 PROJECT CONDITIONS A. Temporary Use of Permanent Facilities: Engage Installer of each permanent service to assume responsibility for operation, maintenance, and protection of each permanent service during its use as a construction facility before Owner's acceptance, regardless of previously assigned responsibilities. PART 2 - EXECUTION 2.1 TEMPORARY FACILITIES, GENERAL A. Conservation: Coordinate construction and use of temporary facilities with consideration given to conservation of energy, water, and materials. Coordinate use of temporary utilities to minimize waste. 2.2 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required by progress of the Work. Locate facilities to limit site disturbance as specified in Section 011000 "Summary." B. Provide each facility ready for use when needed to avoid delay. Do not remove until facilities are no longer needed or are replaced by authorized use of completed permanent facilities. C. Isolation of Work Areas in Occupied Facilities: Prevent dust, fumes, and odors from entering occupied areas. Prior to commencing work, isolate the HVAC system in area where work is to be performed. a. Disconnect supply and return ductwork in work area from HVAC systems servicing occupied areas. b. Maintain negative air pressure within work area, using HEPA-equipped air -filtration units, starting with commencement of temporary partition construction, and continuing until removal of temporary partitions is complete. 2. Maintain dust partitions during the Work. Use vacuum collection attachments on dust - producing equipment. Isolate limited work within occupied areas using portable dust - containment devices. 3. Perform daily construction cleanup and final cleanup using approved, HEPA-filter- equipped vacuum equipment. 2.3 TEMPORARY UTILITY INSTALLATION A. General: Install temporary service or connect to existing service. Arrange with utility company, Owner, and existing users for time when service can be interrupted, if necessary, to make connections for temporary services. TEMPORARY FACILITIES AND CONTROLS 015000 - 3 223-0003-012 B. Water Service: Connect to Owner's existing water service facilities. Clean and maintain water service facilities in a condition acceptable to Owner. At Substantial Completion, restore these facilities to condition existing before initial use. C. Sanitary Facilities: Provide temporary toilets, wash facilities, safety shower and eyewash facilities, and drinking water for use of construction personnel. Comply with requirements of authorities having jurisdiction for type, number, location, operation, and maintenance of fixtures and facilities. Use of Permanent Toilets: Use of Owner's existing or new toilet facilities is not permitted. D. Temporary Heating and Cooling: Provide temporary heating and cooling required by construction activities for curing or drying of completed installations or for protecting installed construction from adverse effects of low temperatures or high humidity. Select equipment that will not have a harmful effect on completed installations or elements being installed. 1. Provide temporary dehumidification systems when required to reduce ambient and substrate moisture levels to level required to allow installation or application of finishes and their proper curing or drying. E. Electric Power Service: Connect to Owner's existing electric power service. Maintain equipment in a condition acceptable to Owner. Lighting: Provide temporary lighting with local switching that provides adequate illumination for construction operations, observations, inspections, and traffic conditions. Install and operate temporary lighting that fulfills security and protection requirements without operating entire system. 2.4 SUPPORT FACILITIES INSTALLATION A. Parking: Provide temporary offsite parking areas for construction personnel. B. Storage and Staging: Use designated areas of Project site for storage and staging needs. C. Project Signs: Provide Project signs as indicated. Unauthorized signs are not permitted. 1. Identification Signs: Provide Project identification signs as indicated on Drawings. 2. Temporary Signs: Provide other signs as indicated and as required to inform public and individuals seeking entrance to Project. a. Provide temporary, directional signs for construction personnel and visitors. 3. Maintain and touch up signs, so they are legible at all times. D. Waste Disposal Facilities: Provide waste -collection containers in sizes adequate to handle waste from construction operations. Comply with requirements of authorities having jurisdiction. Comply with progress cleaning requirements in Section 017300 "Execution." E. Lifts and Hoists: Provide facilities necessary for hoisting materials and personnel. Truck cranes and similar devices used for hoisting materials are considered "tools and equipment" and not temporary facilities. TEMPORARY FACILITIES AND CONTROLS 015000 - 4 223-0003-012 Temporary Elevator Use: Use of elevators is not permitted. G. Existing Stair Usage: Use of Owner's existing stairs will be permitted, provided stairs are cleaned and maintained in a condition acceptable to Owner. At Substantial Completion, restore stairs to condition existing before initial use. Provide protective coverings, barriers, devices, signs, or other procedures to protect stairs and to maintain means of egress. If stairs become damaged, restore damaged areas, so no evidence remains of correction work. H. Temporary Use of Permanent Stairs: Use of new stairs for construction traffic will be permitted, provided stairs are protected and finishes restored to new condition at time of Substantial Completion. 2.5 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Protection of Existing Facilities: Protect existing vegetation, equipment, structures, utilities, and other improvements at Project site and on adjacent properties, except those indicated to be removed or altered. Repair damage to existing facilities. Where access to adjacent properties is required in order to affect protection of existing facilities, obtain written permission from adjacent property owner to access property for that purpose. B. Pest Control: Engage pest -control service to recommend practices to minimize attraction and harboring of rodents, roaches, and other pests and to perform extermination and control procedures at regular intervals, so Project will be free of pests and their residues at Substantial Completion. Perform control operations lawfully, using materials approved by authorities having jurisdiction. C. Security Enclosure and Lockup: Install temporary enclosure around partially completed areas of construction. Provide lockable entrances to prevent unauthorized entrance, vandalism, theft, and similar violations of security. Lock entrances at end of each workday. D. Barricades, Warning Signs, and Lights: Comply with requirements of authorities having jurisdiction for erecting structurally adequate barricades, including warning signs and lighting. E. Temporary Egress: Provide temporary egress from existing occupied facilities as indicated and as required by authorities having jurisdiction. Provide signage directing occupants to temporary egress. F. Temporary Enclosures: Provide temporary enclosures for protection of construction, in progress and completed, from exposure, foul weather, other construction operations, and similar activities. Provide temporary weathertight enclosure for building exterior. Where heating or cooling is needed and permanent enclosure is incomplete, insulate temporary enclosures. G. Temporary Partitions: Provide floor -to -ceiling dustproof partitions to limit dust and dirt migration and to separate areas occupied by Owner from fumes and noise. Construct dustproof partitions with gypsum wallboard, with joints taped on occupied side, and fire -retardant -treated plywood on construction operations side. TEMPORARY FACILITIES AND CONTROLS 015000 - 5 223-0003-012 NR 2. Where fire -resistance -rated temporary partitions are indicated or are required by authorities having jurisdiction, construct partitions according to the rated assemblies. 3. Insulate partitions to control noise transmission to occupied areas. 4. Seal joints and perimeter. Equip partitions with gasketed dustproof doors and security locks where openings are required. 5. Protect air -handling equipment. 6. Provide walk -off mats at each entrance through temporary partition. H. Temporary Fire Protection: Install and maintain temporary fire -protection facilities of types needed to protect against reasonably predictable and controllable fire losses. Comply with NFPA 241; manage fire -prevention program. 1. Prohibit smoking in construction areas. Comply with additional limits on smoking specified in other Sections. 2. Supervise welding operations, combustion -type temporary heating units, and similar sources of fire ignition in accordance with requirements of authorities having jurisdiction. 3. Develop and supervise an overall fire -prevention and -protection program for personnel at Project site. Review needs with local fire department and establish procedures to be followed. Instruct personnel in methods and procedures. Post warnings and information. 4. Provide temporary standpipes and hoses for fire protection. Hang hoses with a warning sign, stating that hoses are for fire -protection purposes only and are not to be removed. Match hose size with outlet size and equip with suitable nozzles. MOISTURE AND MOLD CONTROL A. Moisture and Mold Protection: Protect stored materials and installed Work in accordance with Moisture and Mold Protection Plan. B. Exposed Construction Period: Before installation of weather barriers, when materials are subject to wetting and exposure and to airborne mold spores, protect as follows: 1. Protect porous materials from water damage. 2. Protect stored and installed material from flowing or standing water. 3. Keep porous and organic materials from coming into prolonged contact with concrete. 4. Remove standing water from decks. 5. Keep deck openings covered or dammed. C. Partially Enclosed Construction Period: After installation of weather barriers but before full enclosure and conditioning of building, when installed materials are still subject to infiltration of moisture and ambient mold spores, protect as follows: 1. Do not load or install drywall or other porous materials or components, or items with high organic content, into partially enclosed building. 2. Keep interior spaces reasonably clean and protected from water damage. 3. Periodically collect and remove waste containing cellulose or other organic matter. 4. Discard or replace water -damaged material. 5. Do not install material that is wet. 6. Discard and replace stored or installed material that begins to grow mold. 7. Perform work in a sequence that allows wet materials adequate time to dry before enclosing the material in gypsum board or other interior finishes. D. Controlled Construction Period: After completing and sealing of the building enclosure but prior to the full operation of permanent HVAC systems, maintain as follows: TEMPORARY FACILITIES AND CONTROLS 015000 - 6 223-0003-012 1. Control moisture and humidity inside building by maintaining effective dry -in conditions. 2. Use temporary or permanent HVAC system to control humidity within ranges specified for installed and stored materials. 3. Comply with manufacturer's written instructions for temperature, relative humidity, and exposure to water limits. a. Hygroscopic materials that may support mold growth, including wood and gypsum - based products, that become wet during the course of construction and remain wet for 48 hours are considered defective and require replacing. b. Measure moisture content of materials that have been exposed to moisture during construction operations or after installation. Record readings beginning at time of exposure and continuing daily for 48 hours. Identify materials containing moisture levels higher than allowed. Report findings in writing to Architect. C. Remove and replace materials that cannot be completely restored to their manufactured moisture level within 48 hours. 2.7 OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. B. Maintenance: Maintain facilities in good operating condition until removal. Maintain operation of temporary enclosures, heating, cooling, humidity control, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage. C. Temporary Facility Changeover: Do not change over from using temporary security and protection facilities to permanent facilities until Substantial Completion. D. Termination and Removal: Remove each temporary facility when need for its service has ended, when it has been replaced by authorized use of a permanent facility, or no later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with temporary facility. Repair damaged Work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired. 1. Materials and facilities that constitute temporary facilities are property of Contractor. Owner reserves right to take possession of Project identification signs. 2. At Substantial Completion, repair, renovate, and clean permanent facilities used during construction period. Comply with final cleaning requirements specified in Section 017700 "Closeout Procedures." END OF SECTION 015000 TEMPORARY FACILITIES AND CONTROLS 015000 - 7 223-0003-012 INTENTIONALLY LEFT BLANK TEMPORARY FACILITIES AND CONTROLS 015000 - 8 223-0003-012 LUBBOCK PRESTON SMITH INT'L AIRPORT SECTION 017300— EXECUTION GLASS REPLACEMENT LUBBOCK, TX PART 1 - GENERAL 1.1 SUMMARY A. Section includes general administrative and procedural requirements governing execution of the Work, including, but not limited to, the following: 1. Installation of the Work. 2. Progress cleaning. 3. Starting and adjusting. 4. Protection of installed construction. 5. Correction of the Work. B. Related Requirements: 1. Section 011000 "Summary" for coordination of limits on use of Project site. 2. Section 013300 "Submittal Procedures" for submitting surveys. 3. Section 017700 "Closeout Procedures" for submitting final property survey with Project Record Documents, recording of Owner -accepted deviations from indicated lines and levels, replacing defective work, and final cleaning. 4. Section 024119 "Selective Demolition" for demolition and removal of selected portions of the building. 1.2 DEFINITIONS A. Cutting: Removal of in -place construction necessary to permit installation or performance of subsequent work. B. Patching: Fitting and repair work required to restore construction to original conditions after installation of subsequent work. 1.3 QUALITY ASSURANCE Other Construction Elements: Do not cut and patch other construction elements or components in a manner that could change their load -carrying capacity, that results in reducing their capacity to perform as intended, or that results in increased maintenance or decreased operational life or safety. Other construction elements include but are not limited to the following: a. Water, moisture, or vapor barriers. b. Membranes and flashings. C. Exterior curtain -wall construction. d. Sprayed fire -resistive material. e. Equipment supports. f. Piping, ductwork, vessels, and equipment. g. Noise- and vibration -control elements and systems. EXECUTION 017300 - 1 223-0003-012 2. Visual Elements: Do not cut and patch construction in a manner that results in visual evidence of cutting and patching. Do not cut and patch exposed construction in a manner that would, in Architect's opinion, reduce the building's aesthetic qualities. Remove and replace construction that has been cut and patched in a visually unsatisfactory manner. B. Manufacturer's Installation Instructions: Obtain and maintain on -site manufacturer's written recommendations and instructions for installation of specified products and equipment. PART 2 - PRODUCTS 2.1 MATERIALS A. Comply with requirements specified in other Sections. B. In -Place Materials: Use materials for patching identical to in -place materials. For exposed surfaces, use materials that visually match in -place adjacent surfaces to the fullest extent possible. If identical materials are unavailable or cannot be used, use materials that, when installed, will provide a match acceptable to Architect for the visual and functional performance of in -place materials. Use materials that are not considered hazardous. C. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. PART 3 - EXECUTION 3.1 EXAMINATION A. Examination and Acceptance of Conditions: Before proceeding with each component of the Work, examine substrates, areas, and conditions, with Installer or Applicator present where indicated, for compliance with requirements for installation tolerances and other conditions affecting performance. Record observations. 1. Examine roughing -in for mechanical and electrical systems to verify actual locations of connections before equipment and fixture installation. 2. Examine walls, floors, and roofs for suitable conditions where products and systems are to be installed. 3. Verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. B. Written Report: Where a written report listing conditions detrimental to performance of the Work is required by other Sections, include the following: 1. Description of the Work, including Specification Section number and paragraph, and Drawing sheet number and detail, where applicable. 2. List of detrimental conditions, including substrates. 3. List of unacceptable installation tolerances. 4. Recommended corrections. EXECUTION 017300 - 2 223-0003-012 C. Proceed with installation only after unsatisfactory conditions have been corrected. Proceeding with the Work indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Field Measurements: Take field measurements as required to fit the Work properly. Recheck measurements before installing each product. Where portions of the Work are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the Work. B. Space Requirements: Verify space requirements and dimensions of items shown diagrammatically on Drawings. C. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for clarification of the Contract Documents, submit a request for information to Architect in accordance with requirements in Section 013100 "Project Management and Coordination." 3.3 INSTALLATION A. Locate the Work and components of the Work accurately, in correct alignment and elevation, as indicated. 1. Make vertical work plumb, and make horizontal work level. 2. Where space is limited, install components to maximize space available for maintenance and ease of removal for replacement. 3. Conceal pipes, ducts, and wiring in finished areas unless otherwise indicated. 4. Maintain minimum headroom clearance of 96 inches in occupied spaces and 90 inches in unoccupied spaces, unless otherwise indicated on Drawings. B. Comply with manufacturer's written instructions and recommendations for installing products in applications indicated. C. Install products at the time and under conditions that will ensure satisfactory results as judged by Architect. Maintain conditions required for product performance until Substantial Completion. D. Conduct construction operations, so no part of the Work is subjected to damaging operations or loading in excess of that expected during normal conditions of occupancy of type expected for Project. E. Sequence the Work and allow adequate clearances to accommodate movement of construction items on -site and placement in permanent locations. F. Tools and Equipment: Select tools or equipment that minimize production of excessive noise levels. G. Templates: Obtain and distribute to the parties involved templates for Work specified to be factory prepared and field installed. Check Shop Drawings of other portions of the Work to confirm that adequate provisions are made for locating and installing products to comply with indicated requirements. H. Attachment: Provide blocking and attachment plates and anchors and fasteners of adequate size and number to securely anchor each component in place, accurately located and aligned EXECUTION 017300 - 3 223-0003-012 with other portions of the Work. Where size and type of attachments are not indicated, verify size and type required for load conditions with manufacturer. 1. Mounting Heights: Where mounting heights are not indicated, mount components at heights directed by Architect. 2. Allow for building movement, including thermal expansion and contraction. 3. Coordinate installation of anchorages. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. Joints: Make joints of uniform width. Where joint locations in exposed Work are not indicated, arrange joints for the best visual effect, as judged by Architect. Fit exposed connections together to form hairline joints. 3.4 PROGRESS CLEANING A. Clean Project site and work areas daily, including common areas. Enforce requirements strictly. Dispose of materials lawfully. 1. Comply with requirements in NFPA 241 for removal of combustible waste materials and debris. 2. Do not hold waste materials more than seven days during normal weather or three days if the temperature is expected to rise above 80 deg F. 3. Containerize hazardous and unsanitary waste materials separately from other waste. Mark containers appropriately and dispose of legally, according to regulations. a. Use containers intended for holding waste materials of type to be stored. B. Site: Maintain Project site free of waste materials and debris. C. Work Areas: Clean areas where Work is in progress to the level of cleanliness necessary for proper execution of the Work. 1. Remove liquid spills promptly. 2. Where dust would impair proper execution of the Work, broom -clean or vacuum the entire work area, as appropriate. D. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials specifically recommended. If specific cleaning materials are not recommended, use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces. E. Concealed Spaces: Remove debris from concealed spaces before enclosing the space. Exposed Surfaces: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. G. Waste Disposal: Do not bury or burn waste materials on -site. Do not wash waste materials down sewers or into waterways. EXECUTION 017300 - 4 223-0003-012 H. During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. J. Limiting Exposures: Supervise construction operations to ensure that no part of the construction, completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. 3.5 STARTING AND ADJUSTING A. Coordinate startup and adjusting of equipment and operating components with requirements in Section 019113 "General Commissioning Requirements." B. Start equipment and operating components to confirm proper operation. Remove malfunctioning units, replace with new units, and retest. C. Adjust equipment for proper operation. Adjust operating components for proper operation without binding. D. Test each piece of equipment to verify proper operation. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. E. Manufacturer's Field Service: Comply with qualification requirements in Section 014000 "Quality Requirements." 3.6 PROTECTION OF INSTALLED CONSTRUCTION A. Provide final protection and maintain conditions that ensure installed Work is without damage or deterioration at time of Substantial Completion. B. Protection of Existing Items: Provide protection and ensure that existing items to remain undisturbed by construction are maintained in condition that existed at commencement of the Work. C. Comply with manufacturer's written instructions for temperature and relative humidity. 3.7 CORRECTION OF THE WORK A. Repair or remove and replace damaged, defective, or nonconforming Work. Restore damaged substrates and finishes. Repairing includes replacing defective parts, refinishing damaged surfaces, touching up with matching materials, and properly adjusting operating equipment. B. Repair Work previously completed and subsequently damaged during construction period. Repair to like -new condition. C. Restore permanent facilities used during construction to their specified condition. EXECUTION 017300 - 5 223-0003-012 D. Remove and replace damaged surfaces that are exposed to view if surfaces cannot be repaired without visible evidence of repair. E. Repair components that do not operate properly. Remove and replace operating components that cannot be repaired. Remove and replace chipped, scratched, and broken glass or reflective surfaces. END OF SECTION 017300 EXECUTION 017300 - 6 223-0003-012 LUBBOCK PRESTON SMITH INT'L AIRPORT SECTION 017700— CLOSEOUT GLASS REPLACEMENT PROCEDURES LUBBOCK, TX PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for Contract closeout, including, but not limited to, the following: 1. Substantial Completion procedures. 2. Final completion procedures. 3. Warranties. 4. Final cleaning. B. Related Requirements: 1. Section 012900 "Payment Procedures" for requirements for Applications for Payment for Substantial Completion and Final Completion. 1.2 DEFINITIONS A. List of Incomplete Items: Contractor -prepared list of items to be completed or corrected, prepared for the Architect's use prior to Architect's inspection, to determine if the Work is substantially complete. 1.3 ACTION SUBMITTALS A. Product Data: For each type of cleaning agent. B. Contractor's List of Incomplete Items: Initial submittal at Substantial Completion. C. Certified List of Incomplete Items: Final submittal at Final Completion. 1.4 CLOSEOUT SUBMITTALS A. Certificates of Release: From authorities having jurisdiction. B. Certificate of Insurance: For continuing coverage. 1.5 MAINTENANCE MATERIAL SUBMITTALS A. Schedule of Maintenance Material Items: For maintenance material submittal items required by other Sections. CLOSEOUT PROCEDURES 017700 - 1 223-0003-012 1.6 SUBSTANTIAL COMPLETION PROCEDURES A. Contractor's List of Incomplete Items: Prepare and submit a list of items to be completed and corrected (Contractor's "punch list"), indicating the value of each item on the list and reasons why the Work is incomplete. B. Submittals Prior to Substantial Completion: Complete the following a minimum of 10 days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomplete at time of request. 1. Certificates of Release: Obtain and submit releases from authorities having jurisdiction, permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 2. Submit closeout submittals specified in other Division 01 Sections, including Project Record Documents, operation and maintenance manuals, damage or settlement surveys, property surveys, and similar final record information. 3. Submit closeout submittals specified in individual Sections, including specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. 4. Submit maintenance material submittals specified in individual Sections, including tools, spare parts, extra materials, and similar items, and deliver to location designated by Architect. Label with manufacturer's name and model number. a. Schedule of Maintenance Material Items: Prepare and submit schedule of maintenance material submittal items, including name and quantity of each item and name and number of related Specification Section. Obtain Architect's signature for receipt of submittals. 5. Submit testing, adjusting, and balancing records. 6. Submit changeover information related to Owner's occupancy, use, operation, and maintenance. C. Procedures Prior to Substantial Completion: Complete the following a minimum of 10 days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomplete at time of request. 1. Advise Owner of pending insurance changeover requirements. 2. Make final changeover of permanent locks and deliver keys to Owner. Advise Owner's personnel of changeover in security provisions. 3. Complete startup and testing of systems and equipment. 4. Perform preventive maintenance on equipment used prior to Substantial Completion. 5. Instruct Owner's personnel in operation, adjustment, and maintenance of products, equipment, and systems. Submit demonstration and training video recordings specified in Section 017900 "Demonstration and Training." 6. Advise Owner of changeover in utility services. 7. Participate with Owner in conducting inspection and walkthrough with local emergency responders. 8. Terminate and remove temporary facilities from Project site, along with mockups, construction tools, and similar elements. 9. Complete final cleaning requirements. 10. Touch up paint and otherwise repair and restore marred exposed finishes to eliminate visual defects. D. Inspection: Submit a written request for inspection to determine Substantial Completion a minimum of 10 days prior to date the Work will be completed and ready for final inspection and tests. On receipt of request, Architect will either proceed with inspection or notify Contractor of CLOSEOUT PROCEDURES 017700 - 2 223-0003-012 unfulfilled requirements. Architect will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Architect, that must be completed or corrected before certificate will be issued. 1. Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 2. Results of completed inspection will form the basis of requirements for Final Completion. 1.7 FINAL COMPLETION PROCEDURES A. Submittals Prior to Final Completion: Before requesting final inspection for determining Final Completion, complete the following: 1. Submit a final Application for Payment in accordance with Section 012900 "Payment Procedures." 2. Certified List of Incomplete Items: Submit certified copy of Architect's Substantial Completion inspection list of items to be completed or corrected (punch list), endorsed and dated by Architect. Certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. 3. Certificate of Insurance: Submit evidence of final, continuing insurance coverage complying with insurance requirements. 4. Submit pest -control final inspection report. B. Inspection: Submit a written request for final inspection to determine acceptance a minimum of 10 days prior to date the Work will be completed and ready for final inspection and tests. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 1.8 LIST OF INCOMPLETE ITEMS A. Organization of List: Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. 1. Organize list of spaces in sequential order, listed by room or space number. 2. Organize items applying to each space by major element, including categories for ceilings, individual walls, floors, equipment, and building systems. 3. Include the following information at the top of each page: a. Project name. b. Date. C. Name of Architect. d. Name of Contractor. e. Page number. 4. Submit list of incomplete items in the following format: a. MS Excel Electronic File: Architect will return annotated file. b. PDF Electronic File: Architect will return annotated file. CLOSEOUT PROCEDURES 017700 - 3 223-0003-012 C. Web -Based Project Software Upload: Utilize software feature for creating and updating list of incomplete items (punch list). 1.9 SUBMITTAL OF PROJECT WARRANTIES A. Time of Submittal: Submit written warranties on request of Architect for designated portions of the Work where warranties are indicated to commence on dates other than date of Substantial Completion, or when delay in submittal of warranties might limit Owner's rights under warranty. B. Organize warranty documents into an orderly sequence based on the table of contents of the Technical Documents. C. Warranty Electronic File: Provide warranties and bonds in PDF format. Assemble complete warranty and bond submittal package into a single electronic PDF file with bookmarks enabling navigation to each item. Provide bookmarked table of contents at beginning of document. Submit on digital media acceptable to Architect. D. Warranties in Paper Form: 1. Bind warranties and bonds in heavy-duty, three-ring, vinyl -covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-1 1 -inch (215-by-280-mm) paper. 2. Provide heavy paper dividers with plastic -covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of Installer. 3. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project name, and name of Contractor. PART 2 - PRODUCTS 2.1 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. PART 3 - EXECUTION 3.1 FINAL CLEANING A. General: Perform final cleaning. Conduct cleaning and waste -removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. CLOSEOUT PROCEDURES 017700 - 4 223-0003-012 Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a designated portion of Project: a. Clean Project site of rubbish, waste material, litter, and other foreign substances. b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. C. Remove tools, construction equipment, machinery, and surplus material from Project site. d. Clean exposed exterior and interior hard -surfaced finishes to a dirt -free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. e. Remove debris and surface dust from limited -access spaces, including roofs, plenums, shafts, trenches, equipment vaults, manholes, attics, and similar spaces. f. Clean flooring, removing debris, dirt, and staining; clean according to manufacturer's recommendations. g. Vacuum and mop concrete. h. Vacuum carpet and similar soft surfaces, removing debris and excess nap; clean according to manufacturer's recommendations if visible soil or stains remain. i. Clean transparent materials, including mirrors and glass in doors and windows. Remove glazing compounds and other noticeable, vision -obscuring materials. Polish mirrors and glass, taking care not to scratch surfaces. j. Remove labels that are not permanent. k. Clean strainers. I. Leave Project clean and ready for occupancy. 3.2 REPAIR OF THE WORK A. Complete repair and restoration operations required by Section 017300 "Execution" before requesting inspection for determination of Substantial Completion. END OF SECTION 017700 CLOSEOUT PROCEDURES 017700 - 5 223-0003-012 INTENTIONALLY LEFT BLANK CLOSEOUT PROCEDURES 017700 - 6 223-0003-012 LUBBOCK PRESTON SMITH INT'L AIRPORT GLASS REPLACEMENT LUBBOCK, TX PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: SECTION 024119— SELECTIVE DEMOLITION 1. Demolition and removal of selected portions of building or structure. B. Related Requirements: 1. Section 011000 "Summary" for restrictions on use of the premises, Owner -occupancy requirements, and phasing requirements. 2. Section 017300 "Execution" for cutting and patching procedures. 1.2 DEFINITIONS A. Remove: Detach items from existing construction and dispose of them off -site unless indicated to be salvaged or reinstalled. B. Remove and Salvage: Detach items from existing construction, in a manner to prevent damage, and deliver to Owner ready for reuse. C. Remove and Reinstall: Detach items from existing construction, in a manner to prevent damage, prepare for reuse, and reinstall where indicated. D. Existing to Remain: Leave existing items that are not to be removed and that are not otherwise indicated to be salvaged or reinstalled. E. Dismantle: To remove by disassembling or detaching an item from a surface, using gentle methods and equipment to prevent damage to the item and surfaces; disposing of items unless indicated to be salvaged or reinstalled. 1.3 MATERIALS OWNERSHIP A. Unless otherwise indicated, demolition waste becomes property of Contractor. B. Historic items, relics, antiques, and similar objects including, but not limited to, cornerstones and their contents, commemorative plaques and tablets, and other items of interest or value to Owner that may be uncovered during demolition remain the property of Owner. 1. Carefully salvage in a manner to prevent damage and promptly return to Owner. 1.4 PREINSTALLATION MEETINGS A. Predemolition Conference: Conduct conference at Project site. SELECTIVE DEMOLITION 024119 - 1 223-0003-012 1. Inspect and discuss condition of construction to be selectively demolished. 2. Review and finalize selective demolition schedule and verify availability of materials, demolition personnel, equipment, and facilities needed to make progress and avoid delays. 3. Review areas where existing construction is to remain and requires protection. 1.5 INFORMATIONAL SUBMITTALS A. Proposed Protection Measures: Submit report, including Drawings, that indicates the measures proposed for protecting individuals and property, for environmental protection, for dust control and, for noise control. Indicate proposed locations and construction of barriers. B. Schedule of Selective Demolition Activities: Indicate the following: 1. Detailed sequence of selective demolition and removal work, with starting and ending dates for each activity. Ensure Owner's on -site operations are uninterrupted. 2. Interruption of utility services. Indicate how long utility services will be interrupted. 3. Coordination for shutoff, capping, and continuation of utility services. 4. Use of elevator and stairs. 5. Coordination of Owner's continuing occupancy of portions of existing building and of Owner's partial occupancy of completed Work. C. Predemolition Photographs or Video: Show existing conditions of adjoining construction, including finish surfaces, that might be misconstrued as damage caused by salvage and demolition operations. Comply with Section 013233 "Photographic Documentation." Submit before Work begins. D. Statement of Refrigerant Recovery: Signed by refrigerant recovery technician responsible for recovering refrigerant, stating that all refrigerant that was present was recovered and that recovery was performed according to EPA regulations. Include name and address of technician and date refrigerant was recovered. E. Warranties: Documentation indicating that existing warranties are still in effect after completion of selective demolition. 1.6 CLOSEOUT SUBMITTALS A. Inventory: Submit a list of items that have been removed and salvaged. 1.7 QUALITY ASSURANCE A. Refrigerant Recovery Technician Qualifications: Certified by an EPA -approved certification program. 1.8 FIELD CONDITIONS A. Owner will occupy portions of building immediately adjacent to selective demolition area. Conduct selective demolition so Owner's operations will not be disrupted. B. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. SELECTIVE DEMOLITION 024119 - 2 223-0003-012 C. Notify Architect of discrepancies between existing conditions and Drawings before proceeding with selective demolition. D. Storage or sale of removed items or materials on -site is not permitted. E. Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. Maintain fire -protection facilities in service during selective demolition operations. 1.9 COORDINATION A. Arrange selective demolition schedule so as not to interfere with Owner's operations. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. B. Standards: Comply with ANSI/ASSP A10.6 and NFPA 241. PART 3 - EXECUTION 3.1 EXAMINATION A. Review Project Record Documents of existing construction or other existing condition and hazardous material information provided by Owner. Owner does not guarantee that existing conditions are same as those indicated in Project Record Documents. B. Perform an engineering survey of condition of building to determine whether removing any element might result in structural deficiency or unplanned collapse of any portion of structure or adjacent structures during selective building demolition operations. Perform surveys as the Work progresses to detect hazards resulting from selective demolition activities. C. Survey of Existing Conditions: Record existing conditions by use of measured drawings and preconstruction photographs. Inventory and record the condition of items to be removed and salvaged. 3.2 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS A. Existing Services/Systems to Remain: Maintain services/systems indicated to remain and protect them against damage. SELECTIVE DEMOLITION 024119 - 3 223-0003-012 3.3 PROTECTION A. Temporary Protection: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. 1. Provide protection to ensure safe passage of people around selective demolition area and to and from occupied portions of building. 2. Provide temporary weather protection, during interval between selective demolition of existing construction on exterior surfaces and new construction, to prevent water leakage and damage to structure and interior areas. 3. Protect walls, ceilings, floors, and other existing finish work that are to remain or that are exposed during selective demolition operations. 4. Cover and protect furniture, furnishings, and equipment that have not been removed. 5. Comply with requirements for temporary enclosures, dust control, heating, and cooling specified in Section 015000 "Temporary Facilities and Controls." B. Remove temporary barricades and protections where hazards no longer exist. 3.4 SELECTIVE DEMOLITION, GENERAL A. General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and as follows: 1. Proceed with selective demolition systematically, from higher to lower level. Complete selective demolition operations above each floor or tier before disturbing supporting members on the next lower level. 2. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding, not hammering and chopping. Temporarily cover openings to remain. 3. Remove decayed, vermin -infested, or otherwise dangerous or unsuitable materials and promptly dispose of off -site. 4. Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. B. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Architect, items may be removed to a suitable, protected storage location during selective demolition and cleaned and reinstalled in their original locations after selective demolition operations are complete. 3.5 DISPOSAL OF DEMOLISHED MATERIALS A. Remove demolition waste materials from Project site and dispose of them in an EPA -approved construction and demolition waste landfill acceptable to authorities having jurisdiction. 1. Do not allow demolished materials to accumulate on -site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. 3. Remove debris from elevated portions of building by chute, hoist, or other device that will convey debris to grade level in a controlled descent. SELECTIVE DEMOLITION 024119 - 4 223-0003-012 3.6 CLEANING A. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began. 3.7 SELECTIVE DEMOLITION SCHEDULE A. Remove: Glazing panels indicated on construction drawings. B. Existing to Remain: Glazing panels adjacent to panels to be removed, existing aluminum and metal frames. END OF SECTION 024119 SELECTIVE DEMOLITION 024119 - 5 223-0003-012 INTENTIONALLY LEFT BLANK SELECTIVE DEMOLITION 024119 - 6 223-0003-012 LUBBOCK PRESTON SMITH INT'L AIRPORT SECTION 088000— GLAZING GLASS REPLACEMENT LUBBOCK, TX PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Glass products. 2. Insulating glass. 3. Glazing sealants. 4. Miscellaneous glazing materials. 1.2 DEFINITIONS A. Glass Manufacturers: Firms that produce primary glass, fabricated glass, or both, as defined in referenced glazing publications. B. Glass Thicknesses: Indicated by thickness designations in millimeters in accordance with ASTM C1036. C. IBC: International Building Code. D. Interspace: Space between lites of an insulating -glass unit. 1.3 COORDINATION A. Coordinate glazing channel dimensions to provide necessary bite on glass, minimum edge and face clearances, and adequate sealant thicknesses, with reasonable tolerances to achieve proper safety margins for glazing retention under each design load case, load case combination, and service condition. 1.4 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1.5 ACTION SUBMITTALS A. Product Data: For each type of product. B. Glass Samples: For each type of glass product other than clear monolithic vision glass; 12 inches square. 1. Tinted glass. 2. Insulating glass. GLAZING 088000 - 1 223-0003-012 C. Glazing Accessory Samples: For sealants and colored spacers, in 12-inch (300-mm) lengths. Install sealant Samples between two strips of material representative in color of adjoining framing system. D. Glazing Schedule: List glass types and thicknesses for each size opening and location. Use same designations indicated on Drawings. E. Delegated Design Submittal: For glass indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by qualified professional engineer responsible for their preparation. 1.6 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer. B. Product Certificates: For glass. C. Product Test Reports: For fabricated glass and glazing sealants, for tests performed by a qualified testing agency. For glazing sealants, provide test reports based on testing current sealant formulations within previous 36-month period. D. Preconstruction adhesion and compatibility test report. E. Sample Warranties: For special warranties. 1.7 QUALITY ASSURANCE A. Fabricated -Glass Manufacturer Qualifications: A qualified manufacturer of fabricated glass units who is approved by primary glass manufacturer. B. Installer Qualifications: A qualified glazing contractor for this Project who is certified under the North American Contractor Certification Program (NACC) for Architectural Glass & Metal (AG&M) contractors. C. Sealant Testing Agency Qualifications: An independent testing agency qualified according to ASTM C1021 to conduct the testing indicated. 1.8 PRECONSTRUCTION TESTING A. Preconstruction Adhesion and Compatibility Testing: If existing glazing is installed with glazing sealants, test each glass product, tape sealant, gasket, glazing accessory, and glass -framing member for adhesion to and compatibility with elastomeric glazing sealants. 1. Testing is not required if data are submitted based on previous testing of current sealant products and glazing materials matching those submitted. 2. Use ASTM C1087 to determine whether priming and other specific joint -preparation techniques are required to obtain rapid, optimum adhesion of glazing sealants to glass, tape sealants, gaskets, and glazing channel substrates. 3. Test no fewer than eight Samples of each type of material, including joint substrates, shims, sealant backings, secondary seals, and miscellaneous materials. GLAZING 088000 - 2 223-0003-012 4. Schedule enough time for testing and analyzing results to prevent delaying the Work. 5. For materials failing tests, submit sealant manufacturer's written instructions for corrective measures including use of specially formulated primers. 1.9 DELIVERY, STORAGE, AND HANDLING A. Protect glazing materials in accordance with manufacturer's written instructions. Prevent damage to glass and glazing materials from condensation, temperature changes, direct exposure to sun, or other causes. B. Comply with insulating -glass manufacturer's written instructions for venting and sealing units to avoid hermetic seal ruptures due to altitude change. 1.10 FIELD CONDITIONS A. Environmental Limitations: Do not proceed with glazing when ambient and substrate temperature conditions are outside limits permitted by glazing material manufacturers and when glazing channel substrates are wet from rain, frost, condensation, or other causes. If sealants are required, do not install glazing sealants when ambient and substrate temperature conditions are outside limits permitted by sealant manufacturer or are below 40deg F. 1.11 WARRANTY A. Manufacturer's Special Warranty for Insulating Glass: Manufacturer agrees to replace insulating -glass units that deteriorate within specified warranty period. Deterioration of insulating glass is defined as failure of hermetic seal under normal use that is not attributed to glass breakage or to maintaining and cleaning insulating glass contrary to manufacturer's written instructions. Evidence of failure is obstruction of vision by dust, moisture, or film on interior surfaces of glass. Warranty Period: 10 years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Source Limitations for Glass: Obtain tinted glass from single source from single manufacturer. B. Source Limitations for Glazing Accessories: For each product and installation method, obtain from single source from single manufacturer. 2.2 PERFORMANCE REQUIREMENTS A. General: Installed glazing systems shall withstand normal thermal movement and wind and impact loads (where applicable) without failure, including loss or glass breakage attributable to defective manufacture, fabrication, or installation; failure of sealants or gaskets to remain watertight and airtight; deterioration of glazing materials; or other defects in construction. GLAZING 088000 - 3 223-0003-012 B. Delegated Design: Engage a qualified professional engineer to design glazing. C. Structural Performance: Glazing shall withstand the following design loads within limits and under conditions indicated determined in accordance with the IBC and ASTM E1300: 2.3 GLASS PRODUCTS, GENERAL A. Glazing Publications: Comply with published recommendations of glass product manufacturers and organizations below unless more stringent requirements are indicated. See these publications for glazing terms not otherwise defined in this Section or in referenced standards. 1. NGA Publications:"Glazing Manual." 2. IGMA Publication for Insulating Glass: SIGMA TM-3000, "North American Glazing Guidelines for Sealed Insulating Glass Units for Commercial and Residential Use." B. Thickness: Where glass thickness is indicated, it is a minimum. Provide glass that complies with performance requirements and is not less than thickness indicated. 2.4 GLASS PRODUCTS A. Clear Annealed Float Glass: ASTM C1036, Type I, Class 1 (clear), Quality-Q3. B. Heat -Strengthened Float Glass: ASTM C1048, Kind HS (heat strengthened), Type I, Condition A (uncoated) unless otherwise indicated, Type I, Class 1 (clear) or Class 2 (tinted) as indicated, Quality-Q3. Fabrication Process: By horizontal (roller -hearth) process with roll -wave distortion parallel to bottom edge of glass as installed unless otherwise indicated. 2.5 INSULATING GLASS A. Insulating -Glass Units: Factory -assembled units consisting of sealed lites of glass separated by a dehydrated interspace, qualified in accordance with ASTM E2190. 1. Sealing System: Dual seal, with manufacturer's standard primary and secondary sealants. 2. Perimeter Spacer: Manufacturer's standard spacer material and construction. 3. Desiccant: Molecular sieve or silica gel, or a blend of both. 2.6 GLAZING SEALANTS A. General: 1. Compatibility: Compatible with one another and with other materials they contact, including glass products, seals of insulating -glass units, and glazing channel substrates, under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. 2. Suitability: Comply with sealant and glass manufacturers' written instructions for selecting glazing sealants suitable for applications indicated and for conditions existing at time of installation. 3. Colors of Exposed Glazing Sealants: Match Existing. GLAZING 088000 - 4 223-0003-012 2.7 GLAZING TAPES A. Back -Bedding Mastic Glazing Tapes: Preformed, butyl -based, 100 percent solids elastomeric tape; nonstaining and nonmigrating in contact with nonporous surfaces; with or without spacer rod as recommended in writing by tape and glass manufacturers for application indicated; and complying with ASTM C1281 and AAMA 800 for products indicated below: 1. AAMA 806.3 tape, for glazing applications in which tape is subject to continuous pressure. 2. AAMA 807.3 tape, for glazing applications in which tape is not subject to continuous pressure. B. Expanded Cellular Glazing Tapes: Closed -cell, PVC foam tapes; factory coated with adhesive on both surfaces; and complying with AAMA 800 for the following types: 1. AAMA 810.1, Type 1, for glazing applications in which tape acts as primary sealant. 2. AAMA 810.1, Type 2, for glazing applications in which tape is used in combination with a full bead of liquid sealant. 2.8 MISCELLANEOUS GLAZING MATERIALS A. General: Provide products of material, size, and shape complying with referenced glazing standard, recommended in writing by manufacturers of glass and other glazing materials for application indicated, and with a proven record of compatibility with surfaces contacted in installation. B. Cleaners, Primers, and Sealers: Types recommended by sealant or gasket manufacturer C. Setting Blocks: 1. Type recommended in writing by sealant or glass manufacturer. D. Spacers: 1. Type recommended in writing by sealant or glass manufacturer. E. Edge Blocks: 1. Type recommended in writing by sealant or glass manufacturer. 2.9 FABRICATION OF GLAZING UNITS A. Fabricate glazing units in sizes required to fit openings indicated for Project, with edge and face clearances, edge and surface conditions, and bite complying with written instructions of product manufacturer and referenced glazing publications, to comply with system performance requirements. Allow for thermal movements from ambient and surface temperature changes acting on glass framing members and glazing components. a. Temperature Change: 120 deg F , ambient; 180 deg F, material surfaces. GLAZING 088000 - 5 223-0003-012 PART 3 - EXECUTION 3.1 EXAMINATION A. Examine framing, glazing channels, and stops, with Installer present, for compliance with the following: 1. Manufacturing and installation tolerances, including those for size, squareness, and offsets at corners. 2. Presence and functioning of weep systems. 3. Minimum required face and edge clearances. 4. Effective sealing between joints of glass -framing members. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Clean glazing channels and other framing members receiving glass immediately before glazing. Remove coatings not firmly bonded to substrates. B. Examine glazing units to locate exterior and interior surfaces. Label or mark units as needed so that exterior and interior surfaces are readily identifiable. Do not use materials that leave visible marks in the completed Work. 3.3 GLAZING, GENERAL A. Comply with combined written instructions of manufacturers of glass, sealants, gaskets, and other glazing materials, unless more stringent requirements are indicated, including those in referenced glazing publications. B. Protect glass edges from damage during handling and installation. Remove damaged glass from Project site and legally dispose of off Project site. Damaged glass includes glass with edge damage or other imperfections that, when installed, could weaken glass, impair performance, or impair appearance. C. Apply primers to joint surfaces where required for adhesion of sealants, as determined by preconstruction testing. D. Install setting blocks in sill rabbets, sized and located to comply with referenced glazing publications, unless otherwise required by glass manufacturer. Set blocks in thin course of compatible sealant suitable for heel bead. E. Do not exceed edge pressures stipulated by glass manufacturers for installing glass lites. F. Provide spacers for glass lites where length plus width is larger than 50 inches. Locate spacers directly opposite each other on both inside and outside faces of glass. Install correct size and spacing to preserve required face clearances, unless gaskets and glazing tapes are used that have demonstrated ability to maintain required face clearances and to comply with system performance requirements. GLAZING 088000 - 6 223-0003-012 2. Provide 1/8-inch- minimum bite of spacers on glass and use thickness equal to sealant width. With glazing tape, use thickness slightly less than final compressed thickness of tape. G. Provide edge blocking where indicated or needed to prevent glass lites from moving sideways in glazing channel, as recommended in writing by glass manufacturer and in accordance with requirements in referenced glazing publications. H. Set glass lites in each series with uniform pattern, draw, bow, and similar characteristics. I. Set glass lites with proper orientation so that coatings face exterior or interior as specified. 3.4 TAPE GLAZING A. Position tapes on fixed stops so that, when compressed by glass, their exposed edges are flush with or protrude slightly above sightline of stops. B. Install tapes continuously, but not necessarily in one continuous length. Do not stretch tapes to make them fit opening. C. Cover vertical framing joints by applying tapes to heads and sills first, then to jambs. Cover horizontal framing joints by applying tapes to jambs, then to heads and sills. D. Place joints in tapes at corners of opening with adjoining lengths butted together, not lapped. Seal joints in tapes with compatible sealant approved by tape manufacturer. E. Do not remove release paper from tape until right before each glazing unit is installed. F. Apply heel bead of elastomeric sealant. G. Center glass lites in openings on setting blocks, and press firmly against tape by inserting dense compression gaskets formed and installed to lock in place against faces of removable stops. Start gasket applications at corners and work toward centers of openings. H. Apply cap bead of elastomeric sealant over exposed edge of tape if applicable. 3.5 GASKET GLAZING (DRY) A. Cut compression gaskets to lengths recommended by gasket manufacturer to fit openings exactly, with allowance for stretch during installation. B. Insert soft compression gasket between glass and frame or fixed stop so it is securely in place with joints miter cut and bonded together at corners. C. Installation with Drive-in Wedge Gaskets: Center glass lites in openings on setting blocks, and press firmly against soft compression gasket by inserting dense compression gaskets formed and installed to lock in place against faces of removable stops. Start gasket applications at corners and work toward centers of openings. Compress gaskets to produce a weathertight seal without developing bending stresses in glass. Seal gasket joints with sealant recommended in writing by gasket manufacturer. D. Installation with Pressure -Glazing Stops: Center glass lites in openings on setting blocks, and press firmly against soft compression gasket. Install dense compression gaskets and pressure - GLAZING 088000 - 7 223-0003-012 glazing stops, applying pressure uniformly to compression gaskets. Compress gaskets to produce a weathertight seal without developing bending stresses in glass. Seal gasket joints with sealant recommended in writing by gasket manufacturer. E. Install gaskets so they protrude past face of glazing stops. 3.6 SEALANT GLAZING (WET) A. Install continuous spacers, or spacers combined with cylindrical sealant backing, between glass lites and glazing stops to maintain glass face clearances and to prevent sealant from extruding into glass channel and blocking weep systems until sealants cure. Secure spacers or spacers and backings in place and in position to control depth of installed sealant relative to edge clearance for optimum sealant performance. B. Force sealants into glazing channels to eliminate voids and to ensure complete wetting or bond of sealant to glass and channel surfaces. C. Tool exposed surfaces of sealants to provide a substantial wash away from glass. 3.7 CLEANING AND PROTECTION A. Immediately after installation, remove nonpermanent labels and clean surfaces. B. Protect glass from contact with contaminating substances resulting from construction operations. Examine glass surfaces adjacent to or below exterior concrete and other masonry surfaces at frequent intervals during construction, but not less than once a month, for buildup of dirt, scum, alkaline deposits, or stains. If, despite such protection, contaminating substances do contact with glass, remove substances immediately as recommended in writing by glass manufacturer. Remove and replace glass that cannot be cleaned without damage to coatings. C. Remove and replace glass that is damaged during construction period. 3.8 MONOLITHIC GLASS SCHEDULE A. Tinted Glass Type E: Heat -strengthened float glass. 1. Basis -of -Design Product: VS-20#2. 2. Tint Color: Bronze to match existing. 3. Minimum Thickness: 1/4". 3.9 INSULATING GLASS SCHEDULE A. Tinted Insulating Glass Type A-D: 1. Basis -of -Design Product: VS4-20. 2. Overall Unit Thickness: 1 inch. 3. Minimum Thickness of Each Glass Lite: 1/4". 4. Outdoor Lite: Tinted heat -strengthened float glass. 5. Tint Color: Bronze to match existing. GLAZING 088000 - 8 223-0003-012 6. Interspace Content: Argon. 7. Indoor Lite: Clear annealed float glass. END OF SECTION 088000 GLAZING 088000 - 9 223-0003-012 INTENTIONALLY LEFT BLANK GLAZING 088000 - 10 APPENDIX A APPENDIX A - CONSTRUCTION SAFETY AND PHASING PLAN (CSPP) Lubbock Preston Smith International Airport — Glass Replacement AP PEN D I X A INTENTIONALLY LEFT BLANK Lubbock Preston Smith International Airport — Glass Replacement Lubbock �� Preston Smith �/ INTERNATIONAL AIRPORT LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT LUBBOCK, TEXAS CONSTRUCTION SAFETY AND PHASING PLAN (CSPP) GLASS REPLACEMENT Client Project No.: ITB 21-16053-TF FAA CARES Grant No.: 3-48-0138-045-2020 RS&H Project No.: 2230003012 Prepared by: RS&H, Inc. RS&H Project Manager: Mark Wilcer, AIA J U LY 27, 2021 Lubbock Preston Smith INTERNATIONAL AIRPORT LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT GLASS REPLACEMENT INTENTIONALLY LEFT BLANK JULY 27, 2021 CONSTRUCTION SAFETY AND PHASING PLAN Lubbock Preston Smith LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT INTERNATIONAL AIRPORT GLASS REPLACEMENT TABLE OF CONTENTS A. PURPOSE........................................................................................................................................3 B. SCOPE .............................................................................................................................................3 C. PLAN REQUIREMENTS.................................................................................................................4 1. Project Coordination.........................................................................................................4 A. Design Review Meetings.......................................................................................4 B. Pre -Bid Conference...............................................................................................4 C. Pre -Construction Conference................................................................................ 5 D. Weekly Contractor Progress Meetings..................................................................6 E. Weekly Safety Meetings........................................................................................6 F. Scope or Schedule Changes................................................................................. 6 G. FAA ATO Coordination.......................................................................................... 6 2. Phasing.............................................................................................................................. 6 A. Phase Elements..................................................................................................... 7 3. Areas and Operations Affected by the Construction Activity....................................13 A. Identification of Affected Areas............................................................................13 B. Mitigation of Effects..............................................................................................14 4. Navigation Aid (NAVAID) Protection.............................................................................15 5. Contractor Access..........................................................................................................15 A. Location of Stockpiled Construction Materials.....................................................15 B. Contractor Escorts...............................................................................................16 C. Airport Operations Security Badging....................................................................16 D. Vehicle and Pedestrian Operations.....................................................................17 6. Wildlife Management......................................................................................................20 A. Trash.................................................................................................................... 20 B. Standing Water....................................................................................................20 C. Tall Grass and Seeds..........................................................................................20 D. Poorly Maintained Fencing and Gates.................................................................20 E. Disruption of Existing Wildlife Habitat..................................................................20 7. Foreign Object Debris (FOD) Management..................................................................20 8. Hazardous Materials (HAZMAT) Management............................................................. 21 9. Notification of Construction Activities.........................................................................21 A. Points of Contact / List of Responsible Representatives.....................................21 B. Notices to Airmen (NOTAM)................................................................................21 C. Emergency Notification Procedures.....................................................................22 D. Coordination with ARFF.......................................................................................22 E. Notification to the FAA......................................................................................... 22 10. Inspection Requirements: .............................................................................................. 22 A. Daily (or more frequent) Inspections....................................................................22 B. Lighting and Signage Inspections........................................................................23 C. Final inspections..................................................................................................23 11. Underground Utilities.....................................................................................................23 JULY 27, 2021 i CONSTRUCTION SAFETY AND PHASING PLAN Lubbock Preston Smith INTERNATIONAL AIRPORT LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT GLASS REPLACEMENT 12. Penalties..........................................................................................................................23 13. Special Conditions..........................................................................................................23 14. Runway, Taxiway, and Taxilane Visual Aids................................................................24 A. General................................................................................................................24 B. Markings...............................................................................................................24 C. Lighting and Visual NAVAIDs..............................................................................24 D. Signs....................................................................................................................24 15. Marking and Signs for Access Routes.........................................................................24 16. Hazard Marking, Lighting and Signage.........................................................................25 A. Purpose................................................................................................................25 B. Equipment............................................................................................................25 17. Protection of Runway and Taxiway Safety Areas........................................................25 C. Taxiway / Taxilane Safety Area(TSA).................................................................26 D. Taxiway Object Free Area (TOFA)......................................................................27 18. Other Limitations on Construction...............................................................................27 A. Prohibitions..........................................................................................................27 B. Restrictions..........................................................................................................28 LIST OF ATTACHMENTS ATTACHMENT A — PROJECT SAFETY AND SECURITY EXHIBITS JULY 27, 2021 ii CONSTRUCTION SAFETY AND PHASING PLAN Lubbock Preston Smith INTERNATIONAL AIRPORT LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT GLASS REPLACEMENT A. PURPOSE This Construction Safety and Phasing Plan (CSPP) has been prepared by RS&H, Inc. ("RS&W) on behalf of the Lubbock Preston Smith International Airport ("Owner" or "Airport") in the City of Lubbock, Texas (City) for the Glass Replacement (Project). Aviation safety is the primary consideration at airports, especially during construction. The Airport's Construction Safety and Phasing Plan (CSPP) and the Contractor's related 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. The CSPP sets forth benchmarks and requirements for the project to help ensure the highest levels of safety, security, and efficiency at the airport during construction. Guideline requirements for the CSPP are developed from Federal Aviation Administration (FAA) Advisory Circular (AC) 15015370-2, Operational Safety on Airports During Construction. Reference website: https://www.faa.gov/documentLibrary/media/Advisory Circular/150-5370-2G.pdf The CSPP is a standalone document, written to correspond with the safety and security requirements set forth in FAA AC 15015370-2, the Airport's safety and security requirements, and local codes and requirements. The CSPP is to be used by all personnel involved in the project. The CSPP covers the actions of not only the construction personnel and equipment, but also the action of inspection personnel and Airport staff. The Contractor is required to submit a Safety Plan Compliance Document ("SPCD") to the Owner and RPR (Resident Project Representative) describing how the Contractor will comply with the requirements set forth in this CSPP. The SPCD must also be prepared in accordance with the requirements of FAA AC 15015370-2. The SPCD must be submitted to the Owner and RPR at or prior to the pre -construction conference. The SPCD must also include a certification statement by the Contractor stating that it understands the operational safety requirements detailed in this CSPP and SPCD. The Contractor's certification statement will also assert that there will be no deviation from the approved construction practices contained within either of these documents. In the event the Contractor's activities are found in non-compliance with the provisions of the CSPP or the SPCD, the RPR will direct the Contractor, in writing, to immediately cease those operations in violation. In addition, a safety meeting will be conducted for the purpose of reviewing those provisions in the CSPP / SPCD that were violated. The Contractor will not be allowed to resume construction operations until conclusion of the safety meeting and all corrective actions required by the Contractor have been implemented. This will not affect the overall or phase durations of the contract. B. SCOPE The intent of this project is to replace the terminal building window glass panes that have been identified as being broken, fogged, or mismatched with new panes of glass that will match the existing panes to remain. The replacement of the apronside glass will require distinct barricaded work areas separated within four phases. JULY 27, 2021 3 CONSTRUCTION SAFETY AND PHASING PLAN Lubbock Preston Smith INTERNATIONAL AIRPORT LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT GLASS REPLACEMENT Most of the work areas may be completed during daytime or nighttime hours unless otherwise noted by the RPR and/or Airport Operations. Phase 2 must be completed during nighttime hours due to the impact of the baggage operations. Necessary construction locations, activities, and associated costs have been identified and their impact to airport operations has been assessed. The impact of work to Airport Operations Areas (AOA) is discussed in detail below in Section C, Plan Requirements, and graphically depicted in the Phasing exhibits provided in Attachment A. These exhibits will be provided to the Contractor for bidding and construction. C. PLAN REQUIREMENTS Many of the requirements herein are not expected to apply to this project. The appropriate requirements have been noted as not applicable but have been included in this report to provide direction should any of these items unexpectedly arise during construction. 1. Project Coordination Pre -design, pre -bid, and pre -construction conferences are used to introduce the subject of airport operational safety during construction. In addition, construction progress meetings, scope of schedule changes, and meetings with the Air Traffic Control Tower (ATCT) will be coordinated as required through the performance of the project. A. Design Review Meetings A pre -design meeting was conducted between the Airport and RS&H. This meeting was used to discuss various items relating to design parameters, airport safety, routing of aircraft and equipment, sequencing of construction operations, environmental considerations, and other requirements pertinent to the project. This pre -design conference was essential in identifying and outlining potential effects and / or conflicts to Airport Operations during the acquisition of data for design and the subsequent project construction. Additionally, design review meetings were held, attended by members of the Airport, FAA, ATCT, and RS&H, as appropriate to review the Technical Documents prepared by RS&H for the various milestone design submittals. B. Pre -Bid Conference The RPR will conduct a pre -bid conference to help clarify and explain construction intent, procedures, and safety measures required by the contract. The meeting will be held approximately two (2) weeks prior to the bid opening date. Typical agenda items included for this meeting are construction intent, construction procedures, operational safety requirements, Disadvantaged Business Enterprise (DBE), and other civil rights and labor requirements. One of the primary focuses of the Pre -bid Conference will be to cover relevant information concerning the Contractor's requirements for developing and submitting an SPCD for review and approval. This will include both general and specific elements required in the SPCD. Changes or modifications recommended to the bid documents during the conference will be included in an addendum to the bid documents. A copy will be furnished to each prospective bidder. JULY 27, 2021 4 CONSTRUCTION SAFETY AND PHASING PLAN Lubbock Preston Smith INTERNATIONAL AIRPORT LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT GLASS REPLACEMENT C. Pre -Construction Conference A pre -construction conference, convened and conducted by the RPR, will be used to discuss operational safety and security, quality control testing, quality acceptance testing, labor requirements, environmental factors, and other issues. This meeting, among all parties affected by the construction, should assist in a better understanding of potential problems and possible solutions for the course of the performance of this project. The pre -construction conference will be conducted as soon as practicable after the contract has been awarded and before issuance of the Notice to Proceed. The expected participants for this meeting include the following parties: • Owner; • RPR; • Airport management; • Construction materials testing laboratory representative (if applicable); • Contractor and subcontractor(s); • Contractor's project superintendent; • Airport users impacted by the proposed construction; • Utility companies affected by the proposed construction (if applicable); • Federal, state, or local agencies affected by the proposed construction; • Representative of the ATCT; and + Representative of FAA Airports regional or field office. The FAA Airports regional or field office should ensure that all appropriate FAA offices (Air Traffic, Flight Standards, etc.), military installations, and Federal agencies that may have an interest in the project are notified. The RPR will prepare an agenda prior to the pre -construction conference. This will include but is not limited to: • The scope of the project and the sequence and timing of all operations; • Relationship between the Airport, RPR, and the Contractor; • Relationship between the FAA and the Owner; • Identification of the Contractor's superintendent and a discussion of his / her authority and responsibilities; • Designation of Owner's representative responsible for notifying the FAA Flight Service Station serving the Airport of the proposed start and completion dates of construction or of any circumstances requiring a NOTAM — planned coordination (Airport Management), control and communications needed for those closures and crossings identified for this project are discussed in detail in Section C.9, Notification of Construction Activities, of this document; • Scheduling of work and the need to perform certain items at various stages of the project, including operational safety problems that might arise because of the proposed work; JULY 27, 2021 5 CONSTRUCTION SAFETY AND PHASING PLAN Lubbock Preston Smith INTERNATIONAL AIRPORT LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT GLASS REPLACEMENT + Notice to Proceed date; + Safety during construction, including the responsibility for marking and lighting of closed and hazardous areas. Reference AC 15015370-2, and AC 15015340-1, Standards for Airport Markings, for detailed information. + Security requirements in secure airfield areas; and + The need for continuing vigilance for potential or existing hazards relative to any of the items associated with construction operations on an active or closed airfield surface. D. Weekly Contractor Progress Meetings Weekly construction meetings will be held to discuss work progress and to address current or potential security and safety concerns. These meetings may be adjusted to a day-to-day basis as necessary for specific work items. Operational safety and security will be a standing agenda item for discussion during these weekly / daily construction progress meetings. These meetings will be conducted by the RPR. These meetings must be attended by the Contractor's senior field staff, including but not limited to superintendents and team leaders. E. Weekly Safety Meetings In addition to the Weekly Contractor Progress Meetings, the Contractor must conduct a weekly Safety Meeting for all Contractor personnel. These meetings must be open to the RPR, Owner, and any other governing authority that would like to attend. These meetings must be conducted bilingually in English and Spanish if any Spanish- speaking employees are working on the project. F. Scope or Schedule Changes Changes in the scope and / or duration of the project may necessitate revisions to the CSPP. The FAA Airports Regional or District office will be promptly notified of any proposed changes to this CSPP. Changes to this document will require review and approval by the Owner and the FAA prior to implementation. In addition, it may be necessary to coordinate proposed changes with any and all appropriate local or federal government agencies (i.e. EPA, OSHA, TSA, state environmental agencies, etc.). G. FAA ATO Coordination Early coordination with FAA Air Traffic Organization (ATO) is required to schedule airway facility shutdowns and restarts. The Contractor must be aware and cognizant of all activities on the airfield and to follow those procedures referenced above for work required in, around, or near airfield Navigational Aids (NAVAIDs). 2. Phasing Construction phasing for this project has been coordinated with the Owner. The construction phases established in this CSPP have been incorporated into the project design. The specific project phase areas associated with the performance of this project are represented graphically in exhibits located in Attachment A of this document. All the phases identified have been evaluated and planned in order to reduce impact on Airport users for the duration of construction associated with this work. The performance of work for each JULY 27, 2021 6 CONSTRUCTION SAFETY AND PHASING PLAN Lubbock Preston Smith INTERNATIONAL AIRPORT LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT GLASS REPLACEMENT of these phases may require the reduction of aircraft access, re-routing of aircraft around the project work area, closures, and / or restrictions of various airfield surfaces. Exhibits showing the safety plan and the safety and security elements associated with the project have been provided in Attachment A of this document. A. Phase Elements Construction safety for this project has been designed in order to maintain aircraft operations at an acceptable level of efficiency at the Airport for the duration of this contract. General elements of sequencing and phasing are as follows: + Contractor's Staging Area — The construction staging area has been coordinated with the Airport and is located in an area with very low potential for impact to operations. Reference Attachment A of this document for general safety and security notes as well as Contractor staging area locations. These areas are outside of all Object Free and Safety Areas for all active airfield surfaces. + Construction Access and Haul Routes — Applicable control along Contractor haul routes for both safety and security must be maintained at all times. This is especially critical at those locations that require the Contractor to cross or move through active airfield surfaces. + Aircraft Rescue and Fire Fighting (ARFF) access routes — Emergency ARFF access in and around the site will be maintained by the Contractor, as required, for the duration of this project. The Contractor must prominently mark open trenches (if applicable) and excavations within the construction site with red lights during hours of restricted visibility or darkness and obtain approval from the RPR. + Ground Service Equipment (GSE) vehicle routes — GSE vehicle access in and around the site will be maintained by the Contractor as required for the duration of this project. The Contractor must prominently mark open trenches (if applicable) and excavations within the construction site with red lights during hours of restricted visibility or darkness and obtain approval from the RPR. Phase specific elements addressed and taken into consideration during the development of the construction phasing for this project are as follows: General Operation / Safety Notes + The Contractor will be allowed 205 calendar days to substantially complete the project beginning on the date of Notice to Proceed. + The construction phasing detailed in the plans will be completed in four (4) phases of work. The work is within the AOA. Due to the importance of maintaining airfield operations, safety, and security during construction within these areas, the work areas have been barricaded as detailed in the exhibits of Attachment A. + The intent of the phasing plan is to maximize Contractor production, minimize interference to aircraft movements, the amount of time each work area is closed, and disruptions to Airport operations. The Contractor is expected to work in a manner to help meet these intended goals, including extended production hours when possible / practical. + The Contractor is expected to coordinate work efforts with the Owner and RPR. JULY 27, 2021 7 CONSTRUCTION SAFETY AND PHASING PLAN Lubbock Preston Smith INTERNATIONAL AIRPORT LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT GLASS REPLACEMENT + The Contractor is hereby made aware that there may be multiple construction projects occurring simultaneously at the Airport. The Contractor is expected to work cooperatively with other contractors to minimize interference to aircraft movements, impact to each work area, and disruptions to Airport Operations. The Contractor is hereby advised that all work must be coordinated between any construction projects and is subject to approval by the RPR. + The Contractor is hereby made aware that aircraft operations adjacent to work areas may cause jet blast through the work areas. The Contractor is expected to move Contractor personnel and equipment as necessary in order to protect personnel, equipment, and materials from the effects of jet blast. + The Contractor must install barricades along the perimeter of the project work areas, to provide a visual barrier to Contractor personnel. The Contractor must generally place low -profile barricades approximately five (5) feet outside of the TLOFA offset (where applicable) across pavements temporarily closed as part of a work area, unless otherwise shown in the plans. Barricades must be removed at the completion of the project, unless otherwise noted. + Nighttime construction hours are typically between the hours of 9:00 p.m. (2100 hours) local time to 5:00 a.m. (0500 hours) local time, to be coordinated daily with Airport Operations as Airline flight schedules are adjusted. There will be no adjustments to contract price or time should the nighttime construction schedule vary from typical hours provided herein. + For those phases of work to be closed during nighttime hours then opened to aircraft during daytime hours, barricades must be furnished, installed, and maintained by the Contractor at the locations shown in the plans. The barricades must be installed at the beginning of each nighttime work period with the type and locations indicated in the plans. At the end of the nighttime work period, after equipment and materials have been removed from the work area, after all cleanup has been completed, after the RPR and Airport Operations has verified the AOA is in acceptable condition, and prior to 5:00 a.m. (0500 hours) local time, the barricades must be removed from the AOA. + During the time any pavement or portion thereof is closed, its associated lights and signs must be de -energized, jumpered out, or an alternative owner -approved light blackout method employed. + Prior to beginning each phase, the Contractor is expected to meet onsite with the Owner's representative to finalize and identify the work limits and tasks that must be performed in each phase. Pre -construction Phase — 90 calendar days A 90-day "pre -construction" phase is included in the project schedule as part of the overall 205 calendar days allowed. Recommended activities during the pre -construction phase are as follows: JULY 27, 2021 8 CONSTRUCTION SAFETY AND PHASING PLAN Lubbock Preston Smith INTERNATIONAL AIRPORT LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT GLASS REPLACEMENT + Complete Movement Area Driver's Training course, as administered by Airport Operations, for Contractor personnel in order to have a sufficient work force trained to operate vehicles and equipment within the AOA. • Initiate the badging and safety training processes for Contractor personnel in order to have a sufficient work force properly badged prior to beginning work. • Field verify measurements of existing glass panes designated for replacement. • Complete material submittals, shop drawings, and RFIs and submit for review. Particular attention should be paid to critical submittals. • Begin mobilization, including set up of the Contractor's staging area, procurement and stockpiling of project materials, and furnishment and set up of temporary facilities. + Procure barricades and other safety items and verify sufficient quantity to close the required areas of each phase once work is authorized to begin. + The Contractor may request to begin additional construction items during the pre - construction phase. Allowance of such requests will be at the direction of Airport Operations. Phase 1 — 30 calendar days Phase 1 is the work required to replace 39 panes of the terminal building's window glass. The panes of glass will need to be replaced accessing the apronside of the terminal between Gate 8 and Gate 9 and the glass is located on both the main level and lower roof of the terminal building. Phase 1 may be completed during daytime or nighttime hours unless instructed otherwise by the RPR. • There will be no airfield aircraft traffic operations modified during this Phase. • The Contractor must complete Phase 1 within thirty (30) days of phase commencement. • Reference the exhibits of Attachment A of this document for barricade locations and additional safety measures. • Construction is not anticipated to obstruct existing ARFF access routes. The Contractor must make provisions in the SPCD for ARFF truck access to the construction site. + Flagmen — Flagmen are not required within the boundaries of the proposed work limits. Should the Contractor need to perform any work beyond the proposed work limits, the Contractor must coordinate access to the necessary areas with Airport Operations and provide flagmen at locations determined by Airport Operations. + The Contractor must provide an adequate number of sweepers, vacuum trucks, and additional cleaning equipment, to be always kept on site, to keep the haul route and surrounding active airfield pavements clean and free of FOD. The Contractor must sweep and / or vacuum, as necessary, or as directed by the Airport, immediately after each active airfield pavement crossing by the Contractor's vehicles or equipment. JULY 27, 2021 9 CONSTRUCTION SAFETY AND PHASING PLAN Lubbock Preston Smith INTERNATIONAL AIRPORT LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT GLASS REPLACEMENT + Impacts to NAVAIDs — No impact to airport NAVAIDs are anticipated in this phase. + Impacts to Gates — There are no anticipated impacts to Terminal Gates related to the scope of work. Contractor must ensure that the work area and barricade locations are out of the aircraft safety envelope and bridge zone markings. Contractor must submit closure plan 14 days prior to commencement of phase for approval by RPR and Airport Operations. + Taxiway Designator changes — None. + Reference the exhibits of Attachment A of this document for detailed project scope notes. Phase 2 —15 calendar days (night work only) Phase 2 is the work required to replace 16 panes of the terminal building's window glass. The panes of glass will need to be replaced accessing the apronside of the terminal between Gate 3 and the baggage makeup device and the glass is located on both the main level and lower roof of the terminal building. Phase 2 must be completed during nighttime hours due to the obstruction that the work area causes with baggage operations. • There will be no airfield aircraft traffic operations modified during this Phase. • The Contractor must complete Phase 2 within ten (10) days of phase commencement. • Reference the exhibits of Attachment A of this document for barricade locations and additional safety measures. • Construction is not anticipated to obstruct existing ARFF access routes. The Contractor must make provisions in the SPCD for ARFF truck access to the construction site. + Flagmen — Flagmen are not required within the boundaries of the proposed work limits. Should the Contractor need to perform any work beyond the proposed work limits, the Contractor must coordinate access to the necessary areas with Airport Operations and provide flagmen at locations determined by Airport Operations. + The Contractor must keep the haul route and surrounding active airfield pavements clean and free of FOD. The Contractor must sweep and / or vacuum, as necessary, or as directed by the Airport, immediately after each active airfield pavement crossing by the Contractor's vehicles or equipment. + Impacts to NAVAIDs — No impact to airport NAVAIDs are anticipated in this phase. + Impacts to Gates — There are no anticipated impacts to Terminal Gates related to the scope of work. Contractor must ensure that the work area and barricade locations are out of the aircraft safety envelope and bridge zone markings. Contractor must submit closure plan 14 days prior to commencement of phase for approval by RPR and Airport Operations. + Reference the exhibits of Attachment A of this document for detailed project scope notes. JULY 27, 2021 10 CONSTRUCTION SAFETY AND PHASING PLAN Lubbock Preston Smith INTERNATIONAL AIRPORT LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT GLASS REPLACEMENT Phase 2A — 5 calendar days Phase 2A is the work required to replace five (5) panes of the terminal building's window glass. The panes of glass will need to be replaced accessing the apronside of the terminal and will require two distinct work areas to complete: 1.) between Gate 1 and Gate 2 and 2.) between Gate 2 and the baggage makeup device. The glass to be replaced in this phase is located on the main level, lower roof, and roof level of the terminal building. Phase 2A may be completed during daytime or nighttime hours unless instructed otherwise by the RPR. • There will be no airfield aircraft traffic operations modified during this Phase. • The Contractor must complete Phase 2A within five (5) days of phase commencement. • Reference the exhibits of Attachment A of this document for barricade locations and additional safety measures. • Construction is not anticipated to obstruct existing ARFF access routes. The Contractor must make provisions in the SPCD for ARFF truck access to the construction site. + Flagmen — Flagmen are not required within the boundaries of the proposed work limits. Should the Contractor need to perform any work beyond the proposed work limits, the Contractor must coordinate access to the necessary areas with Airport Operations and provide flagmen at locations determined by Airport Operations. + The Contractor must keep the haul route and surrounding active airfield pavements clean and free of FOD. The Contractor must sweep and / or vacuum, as necessary, or as directed by the Airport, immediately after each active airfield pavement crossing by the Contractor's vehicles or equipment. + Impacts to NAVAIDs — No impact to airport NAVAIDs are anticipated in this phase. + Impacts to Gates — There are no anticipated impacts to Terminal Gates related to the scope of work. Contractor must ensure that the work area and barricade locations are out of the aircraft safety envelope and bridge zone markings. Contractor must submit closure plan 14 days prior to commencement of phase for approval by RPR and Airport Operations. + Reference the exhibits of Attachment A of this document for detailed project scope notes. Phase 3 — 2 calendar days Phase 3 is the work required to replace 2 panes of the terminal building's window glass. The panes of glass will need to be replaced accessing the apronside of the terminal between Gate 5 and Gate 6 and the glass to be replaced in this phase is located on the main level of the terminal building. Phase 3 may be completed during daytime or nighttime hours unless instructed otherwise by the RPR. + There will be no airfield aircraft traffic operations modified during this Phase. + The Contractor must complete Phase 3 within two (2) days of phase commencement. + Reference the exhibits of Attachment A of this document for barricade locations and additional safety measures. JULY 27, 2021 11 CONSTRUCTION SAFETY AND PHASING PLAN Lubbock Preston Smith INTERNATIONAL AIRPORT LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT GLASS REPLACEMENT + Construction is not anticipated to obstruct existing ARFF access routes. The Contractor must make provisions in the SPCD for ARFF truck access to the construction site. + Flagmen — Flagmen are not required within the boundaries of the proposed work limits. Should the Contractor need to perform any work beyond the proposed work limits, the Contractor must coordinate access to the necessary areas with Airport Operations and provide flagmen at locations determined by Airport Operations. + The Contractor must keep the haul route and surrounding active airfield pavements clean and free of FOD. The Contractor must sweep and / or vacuum, as necessary, or as directed by the Airport, immediately after each active airfield pavement crossing by the Contractor's vehicles or equipment. + Impacts to NAVAIDs — No impact to airport NAVAIDs are anticipated in this phase. + Impacts to Gates — There are no anticipated impacts to Terminal Gates related to the scope of work. Contractor must ensure that the work area and barricade locations are out of the aircraft safety envelope and bridge zone markings. Contractor must submit closure plan 14 days prior to commencement of phase for approval by RPR and Airport Operations. + Reference the exhibits of Attachment A of this document for detailed project scope notes. Phase 4 — 63 calendar days Phase 4 is the work required to replace 139 panes of the terminal building's window glass on the landside of the terminal. The glass to be replaced in this phase is located on the main level of the terminal building. Phase 4 may be completed during daytime or nighttime hours unless instructed otherwise by the RPR. No work area plan sheet is depicted for Phase 4 as all work will be completed on the landside of the terminal. + There will be no airfield aircraft traffic operations modified during this Phase. + The Contractor must complete Phase 4 within 63 days of phase commencement. + The Contractor is responsible for developing area closure plans and barricade locations for this phase of work to maintain a safe working space and to keep pedestrian traffic from accessing the work areas. + Construction is not anticipated to obstruct existing ARFF access routes. The Contractor must make provisions in the SPCD for ARFF truck access to the construction site. + Flagmen — Flagmen are not required within the boundaries of the proposed work limits. Should the Contractor need to perform any work beyond the proposed work limits, the Contractor must coordinate access to the necessary areas with Airport Operations and provide flagmen at locations determined by Airport Operations. + The Contractor must keep the haul route and surrounding pavements clean and free of FOD. The Contractor must sweep and / or vacuum, as necessary, or as directed by the Airport, immediately after each active airfield pavement crossing by the Contractor's vehicles or equipment. + Impacts to NAVAIDs — No impact to airport NAVAIDs are anticipated in this phase. JULY 27, 2021 12 CONSTRUCTION SAFETY AND PHASING PLAN Lubbock Preston Smith INTERNATIONAL AIRPORT LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT GLASS REPLACEMENT + Impacts to Gates — There are no anticipated impacts to Terminal Gates related to the scope of work. Contractor must ensure that the work area and barricade locations are out of the aircraft safety envelope and bridge zone markings. Contractor must submit closure plan 14 days prior to commencement of phase for approval by RPR and Airport Operations. + Reference the exhibits of Attachment A of this document for detailed project scope notes. Construction Safety Drawings Graphical exhibits specifically indicating operational safety procedures and methods in areas effected by construction activities associated with this project (by phase) have been provided with this CSPP. Reference Attachment A of this document. 3. Areas and Operations Affected by the Construction Activity Runways, taxiways and other airfield surfaces must remain in use by aircraft to the maximum extent possible without compromising safety. The performance of this contract will require the partial closures and / or restrictions of several airfield surfaces on a scheduled and phased basis. These areas are graphically illustrated in the exhibits of Attachment A of this document. In addition, reference Section C.2, Phasing, of this document. A. Identification of Affected Areas Reference the exhibits of Attachment A of this document for graphical identification of areas affected by construction operations. Of particular concern are the following: • Closing, or partial closing, of runways, taxiways, and aprons — Phases associated pavement closures are graphically illustrated in the exhibits provided in Attachment A of this document. The term `partial closure' means a portion of the pavement is unavailable for aircraft operations. Elements of the project work areas have been found to be in proximity of Taxiway / Taxilane Object Free Areas (TOFA and TLOFA) of the surrounding airfield surfaces necessitating actions to maintain safety and separation during construction. Areas of the terminal apron will be closed while work is being complete for each phase. These areas have been identified in the exhibits provided in Attachment A of this document. • Closing of Aircraft Rescue and Fire Fighting (ARFF) access routes (not anticipated as applicable to the scope of this project) — Access into, through, and / or around the project work area by ARFF vehicles may be reduced during construction. It is the Contractor's responsibility to maintain access for these emergency response vehicles for the duration of each phase of work. • Closing of access routes used by airport and airline support vehicles (not anticipated as applicable to the scope of this project) — Airport and airline support vehicles will be routed around closed portions of the runway and taxiways. • Interruption of utilities (not anticipated as applicable to the scope of this project)— It is not anticipated that unknown municipal utilities will be encountered in this project. Interruptions to drainage infrastructure and electrical cabling serving the airfield lighting and signage will be coordinated with Airport Operations, the FAA, and / or ATCT, as appropriate. JULY 27, 2021 13 CONSTRUCTION SAFETY AND PHASING PLAN Lubbock Preston Smith INTERNATIONAL AIRPORT LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT GLASS REPLACEMENT + Approach / Departure surfaces affected by heights of objects (not anticipated as applicable to the scope of this project) — Contractor equipment conflicts, heights of objects, or staging area heights of objects are not anticipated to impact approach/departure surfaces. Contractor equipment must not exceed heights shown in the exhibits of Attachment A of this document. + Construction areas — These areas include the project work area, staging areas, and Contractor haul routes near or through active airfield surfaces. These areas are identified graphically in the exhibits of Attachment A of this document. B. Mitigation of Effects This CSPP has established specific requirements and operational procedures necessary to maintain the safety and efficiency of airport operations during the construction of this project. All coordination pertaining to airport operations during construction will go through the RPR and Airport Operations. Any required NOTAM's to be issued will be sent through the RPR and issued by Airport Operations. + Temporary Changes to Runway and/or Taxiway Operations (not anticipated as applicable to the scope of this project) — The affected airfield surfaces identified in Section C.3, Areas and Operations Affected by the Construction Activity, of this document as being temporarily closed to aircraft traffic, will be barricaded as shown in the exhibits provided in Attachment A of this document. In addition, required NOTAMs must be issued on the various temporary changes to aircraft access through the affected areas. + Detours for ARFF and Other Airport Vehicles (not anticipated as applicable to the scope of this project) — The project work site must remain open to all ARFF vehicles in emergency situations. The Contractor is required to maintain access in and around the project work area for all ARFF vehicles. Proper routing of this traffic will be effectively communicated to all supervisory Contractor personnel involved in the construction project. • Maintenance of Essential Utilities (not anticipated as applicable to the scope of this project) — Special attention must be given to preventing unscheduled interruption of utility services and facilities. Where required due to construction purposes, the FAA will locate all of their underground utilities. The Contractor must locate and / or arrange for the location of all other underground utilities. When an underground cable or utility is damaged due to the Contractor's negligence, the Contractor must immediately repair the affected cable or utility. Full coordination between Airport staff, field inspectors, and Contractor personnel will be exercised to ensure that all Airport power and control cables are fully protected prior to excavation activities. • Temporary Changes to Air Traffic Control Procedures — Any changes to air traffic control procedures will be coordinated with the RPR, Airport Operations, the FAA ATO, and / or ATCT, as appropriate. • Required NAVAID Shutdowns (not anticipated as applicable to the scope of this project) — The Contractor must coordinate all NAVAID shutdowns with the RPR, Airport Operations, the FAA ATO, and / or ATCT, as appropriate. JULY 27, 2021 14 CONSTRUCTION SAFETY AND PHASING PLAN Lubbock Preston Smith INTERNATIONAL AIRPORT LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT GLASS REPLACEMENT + Required Hazard Marking and Lighting — Barricades, lighting, and / or safety flag details and usage requirements are provided in the exhibits of Attachment A of this document. Reference Section 16, Hazard Marking, Lighting and Signage, and Section 18, Other Limitations on Construction, of this document for additional information. + Lead Times for Required Notifications — The Contractor is required to coordinate with the RPR and Airport Operations. Lead times for required notifications will be established at the pre -construction meeting. 4. Navigation Aid (NAVAID) Protection Not anticipated as applicable to the scope of this project. Before commencing construction activities, parking vehicles, or storing construction equipment and materials near a NAVAID, coordination with the appropriate FAA ATO to evaluate the effects of construction activity and the required distances and direction from the NAVAID is required. 5. Contractor Access This CSPP details those areas to which the Contractor must have access, and how Contractor personnel will access those project work areas. A. Location of Stockpiled Construction Materials Stockpiled materials and equipment storage are not permitted within an active RSA, TSA, Obstacle Free Zone (OFZ), and if possible, should not be placed within an active OFA or TOFA. Stockpiling material within an active OFA or TOFA requires submittal of an FAA Form 7460-1, Notice of Proposed Construction or Alteration to the FAA for approval. The FAA must provide approval prior to stockpiling within an active OFA or TOFA. Stockpiled material must be constrained in a manner to prevent movement resulting from either aircraft jet blast or wind conditions in excess of ten miles per hour. Stockpiles must comply with obstruction height requirements for protected airspace (transitional surface or primary surface) as provided in the Code of Federal Regulations (CFR) Part 77, Safe, Efficient Use, and Preservation of the Navigable Airspace. Additional controls must be installed to prevent siltation of water ways using sediment control fence or other such approved device used in the mitigation of storm water pollutants. Reference those controls and requirements detailed in the project Construction Documents for additional details and requirements (not anticipated as applicable to the scope of this project). Open trenches (not anticipated as applicable to the scope of this project) exceeding three (3) inches in depth and five (5) inches in width and stockpiled materials are not permitted within the limits of safety areas of operational airfield surfaces unless first approved. In addition, all materials removed that are not designated for re -use or re -installation within the scope of the project, or designated as a salvageable material, must be legally disposed of off the Airport property in a licensed landfill in accordance with local laws and regulations, unless otherwise noted. No material may be wasted on the Airport site unless approved by the Owner. This is subsidiary to the various bid items of the project. JULY 27, 2021 15 CONSTRUCTION SAFETY AND PHASING PLAN Lubbock Preston Smith INTERNATIONAL AIRPORT LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT GLASS REPLACEMENT Reference Section C.7, Foreign Object Debris (FOD) Management, and Section C.17, Protection of Runway and Taxiway Safety Areas, of this document for additional information regarding stockpile management. B. Contractor Escorts 1. Contractor escort vehicle drivers must receive Airport Movement Area (AMA) driver training. 2. All vehicles responsible to the Contractor, including Contractor personnel, subcontractors, suppliers, or other vehicles under Contractor control, entering the AOA must be escorted by an approved Contractor escort vehicle from the point of AOA entry to the construction site. The Contractor escort vehicle must be clearly identified with required vehicle markings and lighting, as described in Section 5.D, Vehicle and Pedestrian Operations. 3. The Contractor escort vehicle will be responsible for leading supply, delivery or other vehicles across the active airfield. To facilitate safe movement of the Contractor escort vehicle and the escorted vehicles, the driver of the Contractor escort vehicle must be approved for, issued, display an Airport Operations security badge. Further, the Contractor escort vehicle driver must be familiar with Airport security and safety procedures. C. Airport Operations Security Badging 1. The Contractor is responsible for obtaining photo -identification security badges issued by Airport Operations for each supervisor or foreman of each work crew working within the AOA. The Contractor must obtain Airport Operations security badges for at least one (1) member of each work crew working in separate areas of the AOA. All Contractor personnel, subcontractors, suppliers, or any other person under Contractor control, must either obtain and display an Airport Operations security badge, or obtain and display a Contractor -issued identification badge AND be escorted or directly supervised by an individual displaying a current Airport Operations security badge. 2. The Contractor is responsible for completing the required Airport Operations security badge application forms, and for submitting the forms to Airport Operations for their review as early in the project as possible to avoid construction delays. Forms must be submitted at least three (3) weeks in advance of issuance of a badge. Forms will be available through Airport Operations after award of the project. The Contractor must designate an Authorized Signature Holder (ASH) responsible for all Contractor badge applications. The ASH designee must complete training to become the authorized ASH, after which all Airport Operations security badge applications must be reviewed and approved via signature by the ASH. 3. The Contractor must conduct a background check of each applicant for an Airport Operations security badge utilizing standard background check forms provided by Airport Operations. Forms for completing the required background check will be available through Airport Operations after award of the project. The background check must show proof of a minimum five (5) year employment record and will be reviewed by Airport Operations. Any gap in excess of 30 days must be documented or explained. Airport Operations is responsible for reviewing the background checks. Only persons with an JULY 27, 2021 16 CONSTRUCTION SAFETY AND PHASING PLAN Lubbock Preston Smith INTERNATIONAL AIRPORT LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT GLASS REPLACEMENT application approved by Airport Operations will be issued security badges. Airport Operations reserves the right to bar from the AOA any individuals found by the background check as, in the opinion of Airport Operations, a risk to AOA security or safety. 4. The Contractor may obtain Airport Operations security badges from the Operations Department at the Airport. Airport Operations reserves the right to limit the number of security badges issued to the Contractor. Airport Operations will charge the Contractor a fee for each Airport Operations security badge issued. An additional fee will be charged for lost or destroyed badges. 5. Airport Operations security badges must be worn in an easily visible location on the person issued the badge at all times while working within the AOA. The badge holder must be familiar with and must obey all security and safety rules and regulations. Airport Operations security badge may be confiscated and all security rights revoked by Airport Operations upon the breach of any security or safety regulations at the discretion of Airport Operations. The holder of an Airport Operations security badge must surrender the badge at the completion of this project, upon transfer or termination of employment, or at any other time at the request of Airport Operations. 6. Any expired or altered badge, or any badge bearing a photograph not matching the bearer, must be brought to the attention of Airport Operations and will be immediately confiscated by Airport Operations or the Airport Police. At the completion of this project, the Contractor must return all Airport Operations -issued security badges to Airport Operations. Airport Operations will charge an additional fee for each lost or destroyed Airport Operations -issued security badge. All Airport Operations - issued security badges must be accounted for and surrendered at the completion of this project. Failure to account for and surrender all Airport Operations -issued security badges will constitute grounds for withholding retainage from the final pay estimate amount. D. Vehicle and Pedestrian Operations 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 will coordinate requirements for vehicle operations with the affected airport tenants, Contractors, and the ATCT. Specific vehicle and pedestrian requirements for this project are as discussed herein. All Contractor vehicles and personnel are restricted to the immediate work areas specified by the contract for this project. These areas include the haul routes into the work area, the designated Contractor staging area, and the specific airfield areas under construction. Use of alternate haul routes or staging areas by the Contractor will not be permitted without prior notification and approval by the RPR. Access or haul routes used by Contractor vehicles must be clearly marked to prevent inadvertent entry to areas open to the Airport. Construction traffic must remain on the haul road, never straying from the approved paths. Maintenance and upkeep of the haul roads are the responsibility of the Contractor. Dust must be removed from the haul roads by mechanical sweeping and vacuum trucks. Application of water on dirt or gravel haul routes must be provided as often as necessary. JULY 27, 2021 17 CONSTRUCTION SAFETY AND PHASING PLAN Lubbock Preston Smith INTERNATIONAL AIRPORT LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT GLASS REPLACEMENT Haul roads in airport traffic areas must be especially monitored for dust and debris to prevent development of FOD. The Contractor must also perform a vehicle and equipment FOD and fluid leak inspection prior to entering the AOA. The Contractor must also ensure that no gravel or other debris will shake loose from tires, beds, bumpers or any other area of the Contractor's vehicles or equipment, thereby becoming a hazard to aircraft utilizing the airfield surfaces. The Contractor is responsible for damage caused by construction traffic on the haul roads, regardless of whether such traffic is in an approved or unapproved traffic area. Following construction completion, the Contractor must grade, reseed, clean or otherwise restore the haul route areas to their original conditions prior to construction activities. Special attention must be given to ensure that if construction traffic is to share or cross ARFF routes that ARFF right of way is not impeded at any time, and that construction traffic on haul roads do not interfere with NAVAIDs or approach surfaces of operational runways. Contractor parking and equipment staging areas have been identified as the Contractor staging area and are graphically identified in the plans and the exhibits of Attachment A of this document. The Contractor must service all construction vehicles within the limits of the Contractor staging area. Parked construction vehicles must be outside the OFA and never in the safety area of active airfield surfaces. Inactive equipment must not be parked on closed taxiways or runways. In some cases, a complex setup procedure makes movement of specialized equipment infeasible (i.e. slip form paving machines and concrete hard forms). If it is necessary to leave specialized equipment on a closed taxiway or runway at night, the equipment must be well lighted. Employees must also park construction vehicles outside the OFA when not in use by Contractor 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 taxiways or runways under air traffic control nor obstruct runway visual aids, signs, or NAVAIDs. The FAA must also study those areas to determine effects on airport design criteria, surfaces established by CFR Part 77 and on NAVAIDs and Instrument Approach Procedures (IAP). Reference Section C.9.c, Emergency Notification Procedures, of this document for further information. The project area(s) must be bounded by barricades identifying Contractor personnel and vehicle area operation limits. These barricaded project limits, haul routes, Contractor staging area, and associated safety and security details are also provided graphically in the exhibits of Attachment A of this document. All construction -related activity taking place within active areas of the AOA requires the presence of an Airport -approved, Contractor escort having the ability to communicate and receive commands from the Airport. At no time will Contractor vehicles or personnel enter portions of the secure AOA outside the contract area unless permitted and accompanied by an Airport -approved, Contractor escort. Pedestrian walkthroughs are not allowed through the vehicular gate. Contractor gate guards must not allow any person through AOA security gates except Contractor personnel. The Contractor gate guard must notify any other person that he / she is attempting to enter a restricted area and inform the person of an appropriate exit route. JULY 27, 2021 18 CONSTRUCTION SAFETY AND PHASING PLAN Lubbock Preston Smith INTERNATIONAL AIRPORT LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT GLASS REPLACEMENT Should the person refuse to exit the restricted area, the Airport must be immediately notified for further action, and the person must be kept under surveillance until Airport staff arrives. The Contractor superintendent responsible for construction operations, Contractor supervisory personnel, Contractor gate guards, and Contractor flagmen must be provided an aviation -band radio by the Contractor. All Contractor personnel monitoring radios must attend "Airport Radio Training" with Airport Operations. Radios must be used to monitor air traffic control frequencies; Contractor personnel may not communicate on the aviation -band radios. Contractor radios and / or mobile phones must only be used for the Contractor's internal communications, to communicate clearance for movement of equipment, Contractor personnel, etc., on or across active AOA areas. Use of radios must not interfere with frequencies used by the ATCT or the Airport. Use of mobile phones is restricted to work - related calls within the AOA; no personal calls are allowed. In the rare occasion that emergency operations must occur due to an aircraft in distress or any other incident, personnel monitoring Contractor radios and / or phones must have the means to communicate with the superintendent or foreman of the project to stop truck traffic and perform the requests of Airport personnel in regards to routing traffic or vacating the site. Any command or instruction given by the ATCT or Airport must be immediately obeyed by the equipment operator. All Contractor vehicles and equipment that are authorized to operate routinely on the Airport in the active AOA must meet the following requirements: + Be equipped with an automatic signaling device to sound an alarm when moving in reverse. + Display a company logo / placard identifying the vehicle with block -type characters of contrasting color that are easily legible at 150 feet. + Display either: A yellow, flashing, dome -type light on the uppermost part of the vehicle structure. The light must be visible from any direction, day and night, including from the air. Lights must have peak intensity within the range of 40 to 400 candelas (effective) from zero (0) degrees (horizontal) up to 10 degrees above the horizontal and for 360 degrees horizontally. From 10 degrees to 15 degrees above the horizontal plane, the light output must be one -tenth of peak intensity or between four (4) and 40 candelas (effective). Lights must flash at 75 ± 15 flashes per minute. A three (3) feet x three (3) feet or larger, international orange and white checkerboard construction safety flag, each checkerboard color being one (1) foot x one (1) foot, fixed on a staff, may be attached to the vehicle so that the flag is readily visible to supplement the flashing light or for transient vehicles or those specifically onsite for the day to complete a specific task during daytime operations only. Vehicles and equipment operating in the AOA during the hours of darkness must be equipped with a yellow, flashing, dome -type light. + Be an Airport -approved, Contractor escort vehicle or be escorted under the control of an Airport -approved, Contractor escort vehicle. JULY 27, 2021 19 CONSTRUCTION SAFETY AND PHASING PLAN Lubbock Preston Smith INTERNATIONAL AIRPORT LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT GLASS REPLACEMENT At no time will active taxiways or runways be crossed by construction vehicles or equipment without notification and proper approval/clearance from the Airport and ATCT. Aircraft traffic will continue to use existing runways, taxiways, and aprons of the Airport during the time that work under the project is being performed. The Contractor must always conduct the work in such a manner that no hindrance, hazard, or obstacle to aircraft using the Airport is created. The Airport and the Contractor must maintain a high level of security during construction when existing gates are utilized to permit access by construction vehicles to the project work site. 6. Wildlife Management The Contractor 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. A. Trash Food scraps from Contractor personnel activity must be collected. B. Standing Water Water will not be allowed to collect and pool for more than a single 24-hour period. C. Tall Grass and Seeds Not applicable to this project. D. Poorly Maintained Fencing and Gates Not applicable to this project. E. Disruption of Existing Wildlife Habitat Not applicable to this project. 7. Foreign Object Debris (FOD) Management Special care and measures must be taken to prevent Foreign Object Debris / Damage (FOD) when working in an airport environment. The Contractor will be held responsible for implementing an approved FOD Management Plan as a part of the SPCD. The FOD Management Plan must have procedures for prevention, regular cleanup, and containment of construction material and debris. The Contractor will ensure all vehicles related to the construction project using paved surfaces in the AOA are free of any debris that could create a FOD hazard. Special attention must be given to the cleaning of cracks and pavement joints. All taxiways, aprons, and runways must remain clean. Waste containers with attached lids will be required on construction sites. Special attention should be given to securing lightweight construction material (concrete insulating blankets, tarps, insulation, etc.). Specific securing procedures and/or chain -link enclosures may be required. The Contractor must provide his/her own equipment for vehicle and equipment washing and clean up. The cost of all cleaning equipment, operation of said equipment, and labor and incidentals required for cleaning operations must be included for payment under the item(s) of this specification. JULY 27, 2021 20 CONSTRUCTION SAFETY AND PHASING PLAN Lubbock Preston Smith INTERNATIONAL AIRPORT LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT GLASS REPLACEMENT The Contractor must provide an adequate number of sweepers, vacuum trucks, and additional cleaning equipment to keep all haul routes, active airfield pavements within the limits of work, and other pavement areas traversed by the Contractor's vehicles and equipment clean and free of mud, dirt, debris and other FOD. The Contractor must sweep and / or vacuum, as necessary, or as directed by the Airport, immediately after each active airfield pavement crossing by the Contractor's vehicles or equipment. The Contractor must additionally ensure that all active airfield pavements affected by construction operations are kept free of FOD. 8. Hazardous Materials (HAZMAT) Management All Contractor personnel operating construction vehicles and equipment on the Airport must be prepared to notify the Airport immediately and contain and clean-up spills resulting from fuel, hydraulic fluid, or other chemical fluid leaks within one hour of the spill occurring. All spills must be cleaned immediately upon occurrence. Transport and handling of other hazardous materials on an airport also requires special procedures. To that end, the Contractor is required to develop and implement spill prevention and response procedures for vehicle and equipment operations. The Contractor must incorporate these procedures into the SPCD. This includes maintenance of appropriate MSDS data and appropriate prevention and response equipment on -site. 9. Notification of Construction Activities Following is information and procedures for immediate notification of Airport users and the FAA of conditions adversely affecting the operational safety of the airport. In the event of a life - threatening emergency, the call to 911 should not be delayed. The Airport should be contacted after 911. Non -life -threatening emergencies may be reported to the Airport. A. Points of Contact / List of Responsible Representatives. Emergency Telephone Number (Police / Fire / Rescue): National Emergency Number 911 Additional Information, Contacts: On Call Airport Operations: (806) 775-2044 B. Notices to Airmen (NOTAM) Only the Airport may initiate or cancel NOTAMs on airport conditions, and the Airport is the only entity that can close or open a runway or taxiway surface. The Airport must coordinate the issuance, maintenance, and cancellation of NOTAMs about airport conditions resulting from construction activities with tenants and the local air traffic facility (ATCT, approach control, or air traffic control center), and must 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 must file and maintain a list of authorized representatives with the FSS. 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. Any NOTAMs for planned airfield closures for this project must be coordinated through the RPR and Airport Operations. Reference Section 2, Phasing, for planned closures for this project, which require issuance of a NOTAM. JULY 27, 2021 21 CONSTRUCTION SAFETY AND PHASING PLAN Lubbock Preston Smith INTERNATIONAL AIRPORT LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT GLASS REPLACEMENT C. Emergency Notification Procedures In the event of an emergency, the Contractor will be required to contact Airport Dispatch by calling (806) 775-2044. In the event of an aircraft emergency, severe weather conditions, or any issue that may affect aircraft operations as determined by the Airport, Contractor personnel and / or equipment may be required to immediately vacate the area(s) affected. Points of contact for the various parties involved with the project will be identified and shared at the pre -construction conference among the various parties (reference Section C.1.c, Pre -construction Conference, of this document). Specific emergency notification procedures must be incorporated into the Contractor's SPCD. D. Coordination with ARFF The Contractor must coordinate, through the RPR, with ARFF personnel, mutual aid providers, and other emergency services if construction requires the following: + The deactivation and subsequent reactivation of water lines or fire hydrants, or + The re-routing, blocking and restoration of emergency access routes, or + The use of hazardous materials on the airfield. Procedures and methods for addressing any planned or emergency response actions on the airfield concerning this project will be established and implemented prior to the start of construction. E. Notification to the FAA 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. ii. Part 157. With some exceptions, Title 14CFR Part 157, Notice of Construction, Alteration, Activation, and Deactivation of Airports, requires that the Airport 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. It is not anticipated that Part 157 notifications will be required for this project. NAVAIDS. Not anticipated as applicable to the scope of this project. 10. Inspection Requirements: A. Daily (or more frequent) Inspections Inspections must be conducted by the Contractor at least daily, but more frequently if necessary, to ensure conformance with the CSPP. A sample checklist is provided in FAA AC 15015370-2, Operational Safety on Airports During Construction, of this document of this JULY 27, 2021 22 CONSTRUCTION SAFETY AND PHASING PLAN Lubbock Preston Smith INTERNATIONAL AIRPORT LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT GLASS REPLACEMENT document. In addition to the Contractor's required inspections, the RPR will inspect the construction site to ensure compliance with the CSPP and the SPCD. B. Lighting and Signage Inspections. Not applicable to this project. C. Final inspections Pavement closures require safety inspections prior to allowing aircraft traffic back in the construction areas. A final inspection with the RPR, Airport, and FAA will take place prior to allowing airport operations to resume. 11. Underground Utilities Not anticipated as applicable to the scope of this project. Special attention must be given to preventing unscheduled interruption of utility services and facilities. Where required due to construction purposes, the FAA will locate all of their underground cables. The Contractor must locate and / or arrange for the location of all the underground cables. When an underground cable is damaged due to the Contractor's negligence the Contractor must immediately repair the cable affected at his / her own expense. Full coordination between Airport staff, the RPR, and construction personnel will be exercised to ensure that all Airport power and control cables are fully protected prior to any excavation. Locations of cabling will be marked prior to beginning excavation. 12. Penalties Failure on the part of the Contractor to adhere to prescribed requirements may have consequences that jeopardize the health, safety or lives of customers and employees at the Airport. The Airport may issue warnings on the first offense based upon the circumstances of the incident. Individuals involved in non-compliance violations may be required to surrender their Airport ID badges and / or be prohibited from working at the Airport, pending an investigation of the matter. Anyone found in violation of Airport rules, regulations, or safety directives may be promptly and permanently removed from the project site and may be subject to arrest for all punishable state and / or federal offenses. Penalties for violations related to airport safety and security procedures will be established by the Airport and / or may be assessed by the FAA, TSA, or a court of competent jurisdiction. The Contractor is responsible for all court costs and imposed fines. Project shutdown or misdemeanor citations may be issued on a first offense. When construction operations are suspended, activity may not resume until all deficiencies are rectified. 13. Special Conditions In the event of an aircraft emergency, Contractor personnel and / or equipment may be required to immediately vacate the area. The Contractor will receive notification from the RPR when special conditions require the construction site to be vacated. Extreme care must be exercised should Contractor personnel identify an ARFF vehicle with emergency lights displayed. This will generally mean that an emergency situation is imminent (reference Section C.9.c, Emergency Notification Procedures, of this document). JULY 27, 2021 23 CONSTRUCTION SAFETY AND PHASING PLAN Lubbock Preston Smith INTERNATIONAL AIRPORT LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT GLASS REPLACEMENT 14. Runway, Taxiway, and Taxilane Visual Aids Not anticipated as applicable to the scope of this project. Runway, taxiway, and taxilane visual aids include marking, lighting, signs, and other visual NAVAIDs on the airfield. Those areas where aircraft will be operating must be clearly and visibly separated from construction areas, including closed runways. Throughout the duration of the construction project, the Contractor must inspect and verify that these areas remain clearly marked and visible at all times and that marking, lighting, signs and visual NAVAIDs remain in place and operational A. 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, or other wind currents and constructed of materials that would minimize damage to an aircraft in the event of inadvertent contact. B. Markings Proposed markings must be in compliance with the standards of FAA 15015340-1, Standards for Airport Markings, and the drawings and technical specifications of this project. Low profile barricades with flashing red lights will be used to delineate closed portions of airfield pavement. Barricades must be placed outside of taxiway object free areas and runway safety areas. C. Lighting and Visual NAVAIDs Lighting must conform to FAA AC 15015340-30, Design and Installation Details for Airport Visual Aids, AC 150/5345-50, Specification for Portable Runway and Taxiway Lights, and FAA AC 15015345-53, Airport Lighting Certification Program. Taxiway lights on closed portions of taxiways or runways must be covered or de -energized. D. Signs Signs are required to conform to FAA AC 150-5345-44, Specification for Runway and Taxiway Signs, FAA AC 15015340-18, Standards for Airport Sign Systems, and FAA AC 15015345-53, Airport Lighting and Certification Program. Airfield signage directing aircraft into the closed airfield surfaces for this project will be blacked out. 15. Marking and Signs for Access Routes Location of haul routes on the airport site are as specified in the project drawing set and as provided graphically in the exhibits of Attachment A of this document. It is the Contractor's responsibility to coordinate off -site haul routes with the appropriate owner who has jurisdiction over the affected route. The haul routes, to the extent possible, must be marked and signed in accordance with FAA airfield signage requirements, the Federal Highway Administration Manual on Uniform Traffic Control Devices (MUTCD) and / or state highway specifications. Signs adjacent to areas used by aircraft must meet the airfield general frangibility requirements as required by the airport and subsequent approval by the Owner. Meeting airfield frangibility requirements may require modification to size and height guidance in the MUTCD. JULY 27, 2021 24 CONSTRUCTION SAFETY AND PHASING PLAN Lubbock Preston Smith INTERNATIONAL AIRPORT LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT GLASS REPLACEMENT 16. Hazard Marking, Lighting and Signage A. Purpose Hazard marking and lighting prevents pilots from entering areas closed to aircraft and prevents construction personnel from entering areas open to aircraft. To that end, comprehensible warning indicators for any area affected by construction that is normally accessible to aircraft, personnel, or vehicles must be installed and maintained by the Contractor for the duration of construction operations. Hazard marking and lighting must also be used for the identification of open manholes, small areas under repair, stockpiled material, waste areas, and open excavations. B. Equipment Low profile barricades must be placed to delineate the limits of areas on the airfield pavement that are under construction and closed to aircraft. The barricades must have omnidirectional flashing red lights and alternating orange and white reflective stripes as detailed in the project drawings. Layout locations for the barricades are shown in the project drawing set and attached Exhibits, reference Attachment A. Barricade spacing must be such that a breach is physically prevented barring a deliberate act. The Contractor must 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. Lighting should be checked for proper operation at least once per day, preferably at dusk. C. Work Zone Lighting for Nighttime Construction Portable lighting units must be provided for construction that must occur during nighttime operations. Temporary work zone lighting will utilize mobile light plants. When lights are required, they must be erected such that the masts are as low as possible to ensure a safely lit site. The Contractor must provide sufficient units so that all work areas are illuminated to a level of five (5) horizontal foot-candles. The lighting levels must be calculated and measured in accordance with the current standards of the Illumination Engineering Society. Portable lighting units must be positioned in such a way that they do not impact air traffic control operations and must be approved by the Airport prior to use. 17. Protection of Runway and Taxiway Safety Areas Not anticipated as applicable to the scope of this project. Safety area encroachments, improper ground vehicle operations and unmarked or uncovered holes and trenches in the vicinity of aircraft operation surfaces and construction areas are the three most recurring threats to safety during construction. Protection of runway and taxiway safety areas, object free areas, obstacle free zones, and approach/departure surfaces is a standing requirement for the duration of the project. Reference Section C.9, Notification of Construction Activities, and Section C.14, Runway, Taxiway, and Taxilane Visual Aids, of this document for taxiway closure requirements. Reference Section C.16, Hazard Marking, Lighting and Signage, of this document for hazard marking. Reference Section C.18, Other Limitations on Construction, of this document for height restrictions (as required). A. Runway Safety 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 by aircraft. JULY 27, 2021 25 CONSTRUCTION SAFETY AND PHASING PLAN Lubbock Preston Smith LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT INTERNATIONAL AIRPORT GLASS REPLACEMENT No construction may occur within the existing RSA while the runway is open. Construction between the RSA and hold line must be approved with the Airport prior to starting work. The Airport must coordinate adjustments of RSA dimensions, to meet the above requirement, with the appropriate FAA Airports Regional or District Office and the local FAA air traffic manager and issue a NOTAM. Open trenches or excavations are not permitted within the RSA while the runway is open. The Contractor must backfill trenches before the runway is opened. Coverings are not allowed in runway safety areas. After the runway has been closed, the Contractor must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the Airport, and light them with red lights during hours of restricted visibility or darkness. 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 firefighting equipment, and the occasional passage of aircraft without causing structural damage to the aircraft. B. 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 cannot be stockpiled in the ROFA if not necessary. Stockpiling material in the OFA requires submittal of a FAA Form 7460-1 and justification provided to the appropriate FAA Airports Regional or District Office for approval. C. Taxiway / Taxilane Safety Area (TSA) The 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. No construction may occur within the TSA while the taxiway is open for aircraft operations. Adjustment of TSA dimensions will be coordinated with the ATCT and the appropriate FAA Airports Regional or District Office; issuing a NOTAM will be required. Taxiway/Taxilane TSA Distance from Centerline (ft) TSA Width (ft) ADG IV - TDG 5 85.5 171 Open trenches or excavations are not permitted within the TSA while the taxiway is open. The Contractor must backfill trenches before the taxiway is opened. Coverings are not allowed in taxiway safety areas. After a taxiway has been closed, Contractors must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the Airport, and light them with red lights during hours of restricted visibility or darkness. 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. JULY 27, 2021 26 CONSTRUCTION SAFETY AND PHASING PLAN Lubbock Preston Smith INTERNATIONAL AIRPORT LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT GLASS REPLACEMENT D. Taxiway Object Free Area (TOFA) Unlike the Runway Object Free Area, aircraft wings regularly penetrate the taxiway / taxilane object free area during normal operations. Thus, the restrictions are more stringent than for Runway Object Free Areas. No construction may occur within the TOFA while the taxiway or taxilane is open for aircraft operations. Taxiway TOFA Distance from Centerline (ft) TOFA Width (ft) ADG IV - TDG 5 129.5 259 Taxilane TLOFA Distance from Centerline (ft) TLOFA Width (ft) ADG IV - TDG 5 112.5 225 E. Obstacle Free Zone (OFZ) Contractor personnel, material, and / or equipment may not penetrate the OFZ while the runway is open for aircraft operations (not anticipated as applicable to the scope of this project). The OFZ is a defined volume of airspace centered about and above the runway centerline. It is not anticipated that construction activities will take place within or otherwise penetrate the OFZ for this project. F. Runway Approach / Departure Surfaces (Not anticipated as applicable to the scope of this project) All Contractor personnel, materials, and / or equipment must remain clear of the applicable threshold siting surfaces. 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. Construction activity in a runway approach / departure area may result in the need to partially close a runway or temporarily relocate the existing runway threshold. Partial runway closure, the temporary relocation of the runway threshold, or the closure of the runway and other portions of the movement area also require coordination through the Airport with the ATCT, FAA ATO / Technical Operations (for affected NAVAIDS), and / or airport users. It is not anticipated that there will be impacts to the approach departure surfaces by construction activity. 18. Other Limitations on Construction A. Prohibitions The following prohibitions are in effect for the duration of this project: + No work or use of equipment in the construction area unless a FAA Form 7460-1 determination letter is issued approving work in the specific construction area to a height exceeding that of proposed equipment. + No use of open flame welding, flare pots, or torches unless fire safety precautions are provided and the Airport has approved their use. JULY 27, 2021 27 CONSTRUCTION SAFETY AND PHASING PLAN Lubbock Preston Smith INTERNATIONAL AIRPORT LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT GLASS REPLACEMENT + No electrical blasting caps or explosives on or within 1,000 ft. of the Airport property. + There will be NO SMOKING within the project work area and AOA area. The NO SMOKING restriction applies for personnel within vehicles, structures, or equipment. Violators may be subject to expulsion. B. Restrictions • Construction suspension required during specific airport operations — Construction must not occur within a TSA while aircraft are using the existing taxiway. Construction may occur inside a TOFA or TLOFA if approved by the Owner and appropriate precautions are implemented. • Areas that cannot be worked on simultaneously — Contractor must follow phasing notes as shown in the plans. • Day or night construction simultaneously — Contractor must follow phasing notes as shown in the plans. Construction designated as night -work only must be performed typically between the hours of 9:00 p.m. (2100 hours) local time to 5:00 a.m. (0500 hours) local time, to be coordinated daily with Airport Operations. There will be no adjustments to contract price or time should the nighttime construction schedule vary from typical hours provided herein • Seasonal construction restrictions — Work schedules are restricted during the periods noted below. No runway closures or removal of any NAVAIDS from service will be allowed during these periods. No new airfield pavement closures will be allowed during these periods, though work may continue on pavements that have already been closed prior to the periods noted below. No shifts of phasing will be permitted during these periods, though work may continue on phases that have already commenced prior to the periods noted below. The Contractor should anticipate increased aircraft traffic during these periods that may impact access routes and active pavement crossing points. The Contractor must coordinate requirements with the Airport. This includes the following: • Thanksgiving Week. • Christmas Week. ■ Any dates identified in the City of Lubbock General Conditions. • The Airport reserves the right to suspend construction operations for short periods of time (i.e. while an aircraft passes), daily, or between construction phases, and / or change the order of construction phasing during the project if it is determined as in the best interest of airport operations or safety. The Contractor may be directed to move Contractor personnel, equipment, and materials to a safe location and / or evacuate the site in order to enable aircraft operations. Necessary extensions in contract time will be granted or a stop work order will be issued due to these delays. However, there will be no adjustments in contract price due to these delays, unless otherwise noted in the Construction Documents. JULY 27, 2021 28 CONSTRUCTION SAFETY AND PHASING PLAN Lubbock Preston Smith INTERNATIONAL AIRPORT LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT GLASS REPLACEMENT ATTACHMENT A- PROJECT SAFETY AND SECURITY EXHIBITS JULY 27, 2021 APPENDIX A CONSTRUCTION SAFETY AND PHASING PLAN ISSUED FOR BID Lubbock Preston Smith INTERNATIONAL AIRPORT LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT GLASS REPLACEMENT INTENTIONALLY LEFT BLANK JULY 27, 2021 APPENDIX A CONSTRUCTION SAFETY AND PHASING PLAN ISSUED FOR BID GENERAL NOTES: 1. THE CONTRACTOR IS HEREBY MADE AWARE THAT THE NOTES WITHIN THE PLANS AND TECHNICAL DOCUMENTS ARE WRITTEN FOR THE CONTRACTOR'S ACTION. IT IS UNDERSTOOD THAT THE REQUIREMENTS OF THE PLANS AND TECHNICAL DOCUMENTS ARE MEANT AS REQUIRED ACTIONS OF THE CONTRACTOR UNLESS EXPLICITLY NOTED AS THE REQUIRED ACTION OF ANOTHER INDIVIDUAL. 2. MAINTAIN RESPONSIBILITY FOR CONSTANT COORDINATION BETWEEN CONTRACTOR PERSONNEL. SUBMIT PLANNED CONSTRUCTION ACTIVITIES TO THE OWNER'S REPRESENTATIVE FOR REVIEW. 3. IT IS THE SOLE RESPONSIBILITY OF THE CONTRACTOR TO OBTAIN APPLICABLE PERMITS FOR CONSTRUCTION AND EQUIPMENT. PROVIDE COPIES OF PERMITS AS SUBMITTALS TO THE OWNER'S REPRESENTATIVE. PERMITS ARE PART OF THE EQUIPMENT PROVIDED BY THE CONTRACTOR AND ARE SUBSIDIARY TO THE VARIOUS BID ITEMS OF THE PROJECT. 4. THE CONTRACTOR'S PROJECT SUPERINTENDENT OR HIS / HER DESIGNATED ASSISTANT MUST BE ON SITE DURING ALL WORK ACTIVITIES. THE CONTRACTOR'S PROJECT SUPERINTENDENT IS THE DESIGNATED RESPONSIBLE CONTRACTOR REPRESENTATIVE AND MUST BE AVAILABLE IN CASE OF EMERGENCIES ON A 24-HOUR BASIS. 5. PARK PERSONAL VEHICLES IN THE STAGING AREA, OR AS DESIGNATED BY THE OWNER. SHUTTLE CONTRACTOR PERSONNEL TO THE PROJECT SITE. 6. THE EXISTING CONDITIONS SHOWN IN THE PLANS WERE DEVELOPED FROM INFORMATION PROVIDED BY THE OWNER, SUPPLEMENTED BY CASUAL VISUAL OBSERVATIONS, AND TOPOGRAPHIC SURVEY. THE EXISTING CONDITIONS ARE NOT WARRANTED AS ALL INCLUSIVE OR EXACT, BUT RATHER AS THE BEST AVAILABLE KNOWLEDGE AT THE TIME OF PROJECT DESIGN. VERIFY EXISTING CONDITIONS AND NOTIFY THE OWNER'S REPRESENTATIVE OF DISCREPANCIES IMMEDIATELY IF FOUND, PRIOR TO PERFORMING CONSTRUCTION ACTIVITIES. 7. KEEP ONSITE A COPY OF THE PLANS,TECHNICAL DOCUMENTS, AND ALL REFERENCED STANDARDS CITED AND, AT ALL TIMES, GIVE THE OWNER ACCESS THERETO. 8. CONSTRUCTION CANNOT COMMENCE UNTIL: A. A NOTICE TO PROCEED HAS BEEN ISSUED. B. BARRICADES ARE IN PLACE AND APPROVED BY THE OWNER TO CONFINE THE WORK AREA AND CREATE A BARRIER BETWEEN AIRCRAFT AND VEHICLE MOVEMENT AREAS AND THE CONSTRUCTION AREA. C. SAFETY EQUIPMENT FOR CONTRACTOR PERSONNEL AND CONSTRUCTION EQUIPMENT IS IN PLACE AND OPERABLE. D. REQUIRED PERMITS ARE IN PLACE. 10. FOLLOW GOOD HOUSE KEEPING PRACTICES. CLEAN UP DIRT AND LOOSE MATERIAL AS CONSTRUCTION PROGRESSES. MONITOR THE SITE REGULARLY TO KEEP SITE FREE OF TRASH, FOD, AND OTHER CONSTRUCTION DEBRIS. 11. THROUGHOUT THE COURSE OF CONSTRUCTION, SHAPE EACH CONSTRUCTION AREA TO MAINTAIN POSITIVE (CONTINUOUS AND FLOWING) DRAINAGE OF SURFACE WATER DURING EACH CONSTRUCTION OPERATION AND NOT RESTRICT EXISTING DRAINAGE FLOW PATTERNS. A. IF NECESSARY, FURNISH AND INSTALL DRAINAGE PROVISIONS (I.E. STRUCTURES) TO MEET THESE REQUIREMENTS. B. PUMP LOCALIZED PONDING SURFACE WATER IMMEDIATELY AFTER A RAIN EVENT FROM EACH CONSTRUCTION AREA. C. AT THE END OF THE PROJECT, RESTORE ALL GRADES, PER DESIGN PLANS, AND REMOVE AND DISPOSE OF ALL TEMPORARY DRAINAGE PROVISIONS. D. THE COST OF TEMPORARY DRAINAGE AND DEWATERING IS SUBSIDIARY TO THE VARIOUS BID ITEMS OF THE PROJECT. 12. PROTECT SURVEY MONUMENTS IN PLACE. UTILIZE THE SERVICES OF A TEXAS REGISTERED PROFESSIONAL LAND SURVEYOR TO RESTORE DISTURBED OR COVERED MONUMENTS. HAUL ROUTE GENERAL NOTES: 1. THE LOCATION OF CONTRACTOR ACCESS AND ONSITE HAUL ROUTES MUST BE AS SHOWN ON THESE SHEETS. SPECIAL REQUESTS FOR ALL OTHER ACCESS ARE SUBJECT TO APPROVAL BY THE OWNER. MAINTAIN CONTROL AND PASSAGE THROUGH ANY ADA ENTRY POINT UTILIZED FOR CONTRACTOR ACCESS AND NOT STAFFED BY THE AIRPORT. 2. IT IS THE SOLE RESPONSIBILITY OF THE CONTRACTOR TO COORDINATE OFFSITE HAUL ROUTES (STATE HIGHWAYS, COUNTY ROADS, AND / OR CITY STREETS) WITH THE APPROPRIATE OWNER WHO HAS JURISDICTION OVER THE AFFECTED ROUTE AND OBTAIN HAUL PERMITS AS REQUIRED. COMPLY WITH ALL FEDERAL, STATE, AND LOCAL LAWS REGARDING OFFSITE HAUL ROUTES AND ASSUME SOLE RESPONSIBILITY FOR DAMAGE CAUSED BY CONTRACTOR OPERATIONS. 3. IT IS THE SOLE RESPONSIBILITY OF THE CONTRACTOR TO ASSESS THE VIABILITY OF EXISTING HAUL ROADS, INCLUDING WIDTH AND LOADING REQUIREMENTS, NECESSARY FOR THE CONTRACTOR'S PROPOSED OPERATIONS. THE CONTRACTOR MAY FURNISH AND INSTALL TEMPORARY AND / OR WIDEN / STRENGTHEN EXISTING HAUL ROADS AS DEEMED APPROPRIATE FOR THE CONTRACTOR'S PROPOSED OPERATIONS. 4. INSPECT ALL CONTRACTOR VEHICLES AND EQUIPMENT UPON ENTERING AND EXITING ANY AOA SECURITY GATE TO ENSURE THAT VEHICLES AND EQUIPMENT ARE CLEAN AND FREE OF MUD, DIRT, DEBRIS, WASTE, LOOSE MATERIAL, AND / OR ANY OTHER MATERIAL CAPABLE OF CREATING FOD ON ANY HAUL ROADS (ONSITE OR OFFSITE). ANY VEHICLE OR EQUIPMENT IN THREAT OF CREATING A FOD ISSUE MUST BE IMMEDIATELY DISPATCHED TO THE STAGING AREA FOR CLEANING. 5. THE PRE- AND POST -CONSTRUCTION CONDITION OF HAUL ROUTES MUST BE JOINTLY INSPECTED AND DETERMINED BY THE CONTRACTOR AND THE OWNER AND / OR OWNER'S REPRESENTATIVE. MAINTAIN EXISTING ONSITE HAUL ROADS THROUGHOUT CONSTRUCTION AS A PASSABLE ROADWAY FOR OWNER VEHICLES. RESTORE EXISTING HAUL ROADS (INSIDE AND OUTSIDE THE AOA) TO THEIR PRE -CONSTRUCTION CONDITION, OR BETTER, WHEN NO LONGER NEEDED AS A HAUL ROAD. THE CONTRACTOR IS RESPONSIBLE FOR THE REPAIR OF ANY DAMAGE CAUSED BY THE CONTRACTOR'S EQUIPMENT AND PERSONNEL. REMOVE AND DISPOSE OF AND REPLACE ANY PAVEMENTS DAMAGED TO AT LEAST TEN (10) FEET ON EACH SIDE OF THE VISIBLE DAMAGE TO ENSURE ALL PAVEMENT TRAVERSED BY THE CONSTRUCTION EQUIPMENT IS REMOVED AND REPLACED. CONTRACTOR'S STAGING AREA NOTES: 1. THE STAGING AREA WILL BE AS SHOWN IN THE PLANS, OR AS ADJUSTED IN THE FIELD AND COORDINATED WITH THE OWNER. 2. DO NOT PLACE THE STAGING AREA WITHIN WATERS OF THE UNITED STATES, INCLUDING WETLANDS, WATERBODIES, AND STREAM BEDS. CONSTRUCT THE STAGING / STOCKPILE / STORAGE AREA TO PROHIBIT THE RUNOFF OF POLLUTANTS AND CONTROL SILT / SEDIMENT MOVEMENT. 3. DO NOT CREATE PONDING OF WATER OR ALTER DRAINAGE PATTERNS OF THE STAGING / STOCKPILE / STORAGE AREA DURING OR AFTER CONSTRUCTION. 4. MAINTAIN THE STAGING AREA IN A CLEAN AND ENVIRONMENTALLY SAFE CONDITION. 5. LIMIT STOCKPILED / STORAGE EQUIPMENT AND MATERIALS TO THE SMALLEST POSSIBLE FOOTPRINT. PLACE MATERIALS STORED OR STOCKPILED ON THE AIRPORT AND CONDUCT WORK TO CAUSE NO GREATER OBSTRUCTION TO THE AIR AND GROUND TRAFFIC THAN IS ALLOWED IN THE PLANS. EQUIPMENT / STOCKPILES MUST COMPLY WITH OBSTRUCTION HEIGHT REQUIREMENTS FOR PROTECTED AIRSPACE (PRIMARY SURFACE, TRANSITIONAL SURFACE, AND APPROACH / DEPARTURE SURFACE OF AN ACTIVE RUNWAY) AS PROVIDED IN THE CODE OF FEDERAL REGULATIONS, PART 77, SAFE, EFFICIENT USE, AND PRESERVATION OF THE NAVIGABLE AIRSPACE. 6. STOCKPILED MATERIALS AND EQUIPMENT STORAGE ARE NOT PERMITTED WITHIN AN ACTIVE RSA, TSA, OR OFZ, AND IF POSSIBLE SHOULD NOT BE PLACED WITHIN ANY ACTIVE OFA OR TOFA. STOCKPILING MATERIAL WITHIN AN ACTIVE OFA OR TOFA REQUIRES SUBMITTAL OF AN FAA FORM 7460-1 TO THE FAA FOR APPROVAL. THE FAA MUST PROVIDE APPROVAL PRIOR TO STOCKPILING WITHIN AN ACTIVE OFA OR TOFA. 7. STOCKPILE GEOMETRIES MUST COMPLY WITH ALL APPLICABLE OSHA REGULATIONS. 8. PRIOR TO THE COMMENCEMENT OF WORK, RECORD EXISTING CONDITIONS OF THE STAGING / STOCKPILE / STORAGE AREA VIA PHOTOGRAPH OR VIDEO DOCUMENTATION. SUBMIT ALL DOCUMENTATION TO THE OWNER'S REPRESENTATIVE PRIOR TO DISTURBING THE AREA. 9. THE STAGING AREA MAY OR MAY NOT HAVE UTILITIES PRESENT. COORDINATE UTILITIES REQUIRED WITH THE RESPECTIVE UTILITY OWNERS AT NO ADDITIONAL COST TO THE OWNER. 10. NO VEHICLES, EQUIPMENT, OR MATERIAL STORAGE MAY OCCUR WITHIN 10, OF THE SECURITY FENCE. 11. THE MAXIMUM EQUIPMENT / STOCKPILE HEIGHT FOR STAGING AREA IS PROVIDED ON EACH WORK AREA'S RESPECTIVE COORDINATE TABLES ON THE CONTRACT LAYOUT PLANS. 12, TREAT STOCKPILED MATERIAL AND OPEN EXCAVATIONS TO PREVENT MOVEMENT RESULTING FROM AIRCRAFT BLAST OR WIND CONDITIONS IN EXCESS OF TEN (10) MPH. 13. THE CONTRACTOR IS RESPONSIBLE FOR THE SECURITY OF EQUIPMENT AND MATERIALS, AND ASSOCIATED SECURITY APPURTENANCES. SECURITY MEASURES DEEMED NECESSARY BY THE CONTRACTOR IN THE PROTECTION OF EQUIPMENT AND MATERIALS IS INCIDENTAL TO THE OVERALL PERFORMANCE OF THE WORK ASSOCIATED WITH THE PROJECT. 14. PARK CONTRACTOR EQUIPMENT OUTSIDE THE ROFA/TOFA WHEN WORK IS NOT BEING PERFORMED. 15. MAKE MODIFICATIONS WITHIN THE STAGING AREA WHEN DEEMED NECESSARY BY THE OWNER. 16. HANDLE AND STORE MATERIALS STOCKPILED ONSITE SUCH THAT SEGREGATION AND CONTAMINATION BY FOREIGN SUBSTANCES IS PREVENTED. IF STOCKPILED MATERIALS DO SEGREGATE, REMIX THE MATERIALS TO THE REQUIRED GRADATIONS PRIOR TO PLACEMENT. DISPOSE OF MATERIALS THAT ARE CONTAMINATED BY FOREIGN SUBSTANCES. 17. RESTORE THE STAGING AREA UPON COMPLETION OF THE PROJECT INCLUDING, AT MINIMUM, REPAIR OF EXISTING FACILITIES, REGRADING, AND TOPSOILING AND ESTABLISHING VEGETATION, AS APPLICABLE. DEMOBILIZATION NOTES: 1. UPON COMPLETION OF THE PROJECT: A. CONDITIONS OF THE WORK AREAS AND SURROUNDING AREAS MUST BE AS GOOD AS OR BETTER THAN THE CONDITION PRIOR TO STARTING WORK, IN ADDITION TO THE WORK ITEMS LISTED. B. REMOVE ALL EQUIPMENT, TEMPORARY FACILITIES, AND MATERIALS, UNLESS OTHERWISE DIRECTED BY THE OWNER. C. CLEAN ALL HAUL ROUTES TO PREVENT OBSTRUCTION AND / OR CAUSE INCONVENIENCE TO NORMAL REGULAR TRAFFIC. ALL TEMPORARY HAUL ROUTES MUST BE REMOVED AND DISPOSED OF. D. RETURN PROPERTIES BELONGING TO THE OWNER. 2. DEMOBILIZATION WILL NOT BE COMPLETE UNTIL APPROVED BY THE OWNER AND / OR THE OWNER'S REPRESENTATIVE. COMPLETE DEMOBILIZATION IN A MANNER TO MINIMIZE INCONVENIENCE TO AIRPORT OPERATIONS. REPAIR DAMAGE TO THE AIRPORT FACILITIES DURING DEMOBILIZATION AT THE CONTRACTOR'S EXPENSE. GENERAL WORK AREA NOTES: 1. THE CONSTRUCTION PHASING DETAILED IN THE PLANS IS BROKEN INTO MULTIPLE AREAS OF WORK. ALL AREAS OF WORK ARE WITHIN THE ADA. DUE TO THE IMPORTANCE OF MAINTAINING AIRFIELD OPERATIONS, SAFETY, AND SECURITY DURING CONSTRUCTION, THE PROPOSED ITEMS OF WORK HAVE BEEN DIVIDED INTO MULTIPLE AREAS OF WORK, AS DETAILED ON PROJECT LAYOUT PLAN SHEETS C004 THROUGH C006. THE WORK AREAS CAN GENERALLY BE DESCRIBED AS: A. WORK AREA 1 - APRONSIDE GLASS REPLACEMENT BETWEEN GATE 8 AND GATE 9 B. WORK AREA 2 - APRONSIDE GLASS REPLACEMENT BETWEEN GATE 3 AND BAGGAGE MAKEUP DEVICE C. WORK AREA 2A - APRONSIDE GLASS REPLACEMENTS BETWEEN: GATE 1 AND GATE 2, GATE 2 AND BAGGAGE MAKEUP DEVICE D. WORK AREA 3 - APRONSIDE GLASS REPLACEMENT BETWEEN GATE 5 AND GATE 6 2. THE INTENT OF THE PROJECT LAYOUT PLAN IS TO MINIMIZE INTERFERENCE TO AIRCRAFT MOVEMENTS, THE AMOUNT OF TIME EACH WORK AREA IS CLOSED, AND DISRUPTIONS TO AIRPORT OPERATIONS. WORK IN A MANNER TO HELP MEET THESE INTENDED GOALS, INCLUDING EXTENDED PRODUCTION HOURS WHEN POSSIBLE / PRACTICAL. 3. COORDINATE WORK EFFORTS WITH THE OWNER'S REPRESENTATIVE AND OWNER. IF PROBLEMS OR CHANGES ARISE DURING CONSTRUCTION SEQUENCING, IMMEDIATELY NOTIFY THE OWNER'S REPRESENTATIVE REQUESTING ACTIONS TO RESOLVE SAID PROBLEMS PRIOR TO CONTINUING THE WORK. 4. PRIOR TO BEGINNING ITEMS OF WORK IN EACH AREA, MEET ONSITE WITH THE OWNER'S REPRESENTATIVE AND OWNER TO FINALIZE AND IDENTIFY THE WORK LIMITS AND TASKS THAT WILL BE PERFORMED. AT THIS MEETING, PROVIDE A DETAILED WORK PLAN. THIS OPERATION MUST TAKE PLACE NOT LESS THAN ONE (1) WEEK IN ADVANCE OF WORK COMMENCEMENT. RSaf RS&H, Inc. 11011 Richmond Ave., Suite 900 Houston, TX 77042 713-914-4455, FAX 713-914-0155 www.rsandh.com Texas Registration Nos. BR 751 *F-3401 tW City of Lubbock TEXAS ► Lubbock Preston Smith GLASS REPLACEMENT CONSULTANT: SEAL: ARC �.rgoyfr Lu tz ST+1TE O��ry July 27, 202 IG REVISIONS NO. DESCRIPTION DATE DATE ISSUED: 07/2712021 REVIEWED BY: MM DRAWN BY: DJC PROJECT NUMBER 223-0003-012 SHEET TITLE GENERAL NOTES SHEET NUMBER C001 AIRPORT SECURITY REQUIREMENTS: 1. COMPLY WITH ALL SECURITY REQUIREMENTS SPECIFIED HEREIN AND AS REQUIRED BY THE OWNER OR AIRPORT OPERATIONS. 2. DRIVERS OF ALL CONTRACTOR VEHICLES AUTHORIZED TO ENTER THE ADA MUST BE EXPERIENCED IN THE ROUTE OR GUIDED BY AN AIRPORT OPERATIONS -APPROVED, SECURITY BADGED ESCORT VEHICLE. THE CONTRACTOR IS RESPONSIBLE FOR TRAFFIC CONTROL TO AND FROM THE VARIOUS CONSTRUCTION AREAS ON THE SITE AND FOR THE OPERATION AND SECURITY OF THE AOA SECURITY GATES TO THE SITE. THE CONTRACTOR MUST MONITOR AND COORDINATE ALL CONTRACTOR TRAFFIC AT THE AOA SECURITY GATES WITH SECURITY. 3. DO NOT PERMIT UNAUTHORIZED CONTRACTOR PERSONNEL OR TRAFFIC ON THE SITE. PROHIBIT "PIGGYBACKING" OF MULTIPLE VEHICLES BEHIND AN AUTHORIZED VEHICLE. LOCK AND SECURE ALL AOA SECURITY GATES TO THE SITE AT ALL TIMES WHEN NOT ATTENDED BY THE CONTRACTOR. IF THE CONTRACTOR CHOOSES TO LEAVE AN AOA SECURITY GATE OPEN, IT MUST BE ATTENDED BY CONTRACTOR PERSONNEL WHO ARE FAMILIAR WITH THE REQUIREMENTS OF THE AIRPORT OPERATIONS SECURITY PROGRAM. 4. FURNISH TO THE GATE GUARD A LIST OF AUTHORIZED DELIVERY VEHICLES TO ENTER THE AOA SECURITY GATE AND RECORD THE VEHICLE LICENSE PLATE, TIME IN, AND TIME OUT FOR EACH VEHICLE USING THE GATE. 5. PEDESTRIAN WALKTHROUGHS ARE NOT ALLOWED THROUGH THE VEHICULAR GATE. 6. THE CONTRACTOR IS RESPONSIBLE FOR AIRPORT OPERATIONS SECURITY BADGING AS FOLLOWS A. THE CONTRACTOR IS RESPONSIBLE FOR OBTAINING PHOTO -IDENTIFICATION SECURITY BADGES ISSUED BY AIRPORT OPERATIONS FOR EACH SUPERINTENDENT OF EACH WORK CREW WORKING WITHIN THE ADA. THE CONTRACTOR MUST OBTAIN AIRPORT OPERATIONS SECURITY BADGES FOR AT LEAST ONE (1) MEMBER OF EACH WORK CREW WORKING IN SEPARATE AREAS OF THE AOA. ALL CONTRACTOR PERSONNEL MUST EITHER OBTAIN AND DISPLAY AN AIRPORT OPERATIONS SECURITY BADGE, OR OBTAIN AND DISPLAY A CONTRACTOR -ISSUED IDENTIFICATION BADGE AND BE ESCORTED OR DIRECTLY SUPERVISED BY AN INDIVIDUAL DISPLAYING A CURRENT AIRPORT OPERATIONS SECURITY BADGE. B. THE CONTRACTOR IS RESPONSIBLE FOR COMPLETING THE REQUIRED AIRPORT OPERATIONS SECURITY BADGE APPLICATION FORMS, AND FOR SUBMITTING THE FORMS TO AIRPORT OPERATIONS FOR THEIR REVIEW AS EARLY IN THE PROJECT AS POSSIBLE TO AVOID CONSTRUCTION DELAYS. FORMS MUST BE SUBMITTED AT LEAST THREE (3) WEEKS IN ADVANCE OF ISSUANCE OF A BADGE. FORMS WILL BE AVAILABLE THROUGH AIRPORT OPERATIONS AFTER AWARD OF THE PROJECT. THE CONTRACTOR MUST DESIGNATE AN AUTHORIZED SIGNATURE HOLDER (ASH) RESPONSIBLE FOR ALL CONTRACTOR BADGE APPLICATIONS. THE ASH DESIGNEE MUST COMPLETE TRAINING TO BECOME THE AUTHORIZED ASH, AFTER WHICH ALL AIRPORT OPERATIONS SECURITY BADGE APPLICATIONS MUST BE REVIEWED AND APPROVED VIA SIGNATURE BY THE ASH. C. THE CONTRACTOR MUST CONDUCT A BACKGROUND CHECK OF EACH APPLICANT FOR AN AIRPORT OPERATIONS SECURITY BADGE UTILIZING STANDARD BACKGROUND CHECK FORMS PROVIDED BY AIRPORT OPERATIONS. FORMS FOR COMPLETING THE REQUIRED BACKGROUND CHECK WILL BE AVAILABLE THROUGH AIRPORT OPERATIONS AFTER AWARD OF THE PROJECT. THE BACKGROUND CHECK MUST SHOW PROOF OF A MINIMUM FIVE (5) YEAR EMPLOYMENT RECORD AND WILL BE REVIEWED BY AIRPORT OPERATIONS. ANY GAP IN EXCESS OF 30 DAYS MUST BE DOCUMENTED OR EXPLAINED. AIRPORT OPERATIONS IS RESPONSIBLE FOR REVIEWING THE BACKGROUND CHECKS. ONLY PERSONS WITH AN APPLICATION APPROVED BY AIRPORT OPERATIONS MUST BE ISSUED SECURITY BADGES. AIRPORT OPERATIONS RESERVES THE RIGHT TO BAR FROM THE AOA ANY INDIVIDUALS FOUND BY THE BACKGROUND CHECK TO BE, IN THE OPINION OF AIRPORT OPERATIONS, A RISK TO AOA SECURITY OR SAFETY. D. THE CONTRACTOR MAY OBTAIN AIRPORT OPERATIONS SECURITY BADGES FROM THE OPERATIONS DEPARTMENT AT THE AIRPORT. AIRPORT OPERATIONS RESERVES THE RIGHT TO LIMIT THE NUMBER OF SECURITY BADGES ISSUED TO THE CONTRACTOR. AIRPORT OPERATIONS WILL CHARGE THE CONTRACTOR A FIFTEEN DOLLAR ($15.00) FEE FOR EACH AIRPORT OPERATIONS SECURITY BADGE ISSUED. THE COST FOR A FINGERPRINT VERIFICATION WILL BE AN ADDITIONAL $30.00, FOR A TOTAL NON-REFUNDABLE COST OF $45.00. AN ADDITIONAL FEE WILL BE CHARGED, AS NOTED HEREIN, FOR LOST OR DESTROYED BADGES. E. AIRPORT OPERATIONS SECURITY BADGES MUST BE WORN IN AN EASILY VISIBLE LOCATION ON THE PERSON ISSUED THE BADGE AT ALL TIMES WHILE WORKING WITHIN THE AOA. THE BADGE HOLDER MUST BE FAMILIAR WITH AND MUST OBEY ALL SECURITY AND SAFETY RULES AND REGULATIONS. AIRPORT OPERATIONS SECURITY BADGES MAY BE CONFISCATED AND ALL SECURITY RIGHTS REVOKED BY AIRPORT OPERATIONS UPON THE BREACH OF ANY SECURITY OR SAFETY REGULATIONS AT THE DISCRETION OF AIRPORT OPERATIONS. THE HOLDER OF AN AIRPORT OPERATIONS SECURITY BADGE MUST SURRENDER THE BADGE AT THE COMPLETION OF THIS PROJECT, UPON TRANSFER OR TERMINATION OF EMPLOYMENT, OR AT ANY OTHER TIME AT THE REQUEST OF AIRPORT OPERATIONS. F. ANY EXPIRED OR ALTERED BADGE, OR ANY BADGE BEARING A PHOTOGRAPH NOT MATCHING THE BEARER, MUST BE BROUGHT TO THE ATTENTION OF AIRPORT OPERATIONS AND WILL BE IMMEDIATELY CONFISCATED BY AIRPORT OPERATIONS OR THE AIRPORT POLICE. G. AT THE COMPLETION OF THIS PROJECT, THE CONTRACTOR MUST RETURN ALL AIRPORT OPERATIONS -ISSUED SECURITY BADGES TO AIRPORT OPERATIONS. AIRPORT OPERATIONS WILL CHARGE AN ADDITIONAL ONE HUNDRED DOLLAR ($100.00) FEE FOR EACH LOST OR DESTROYED AIRPORT OPERATIONS -ISSUED SECURITY BADGE. ALL AIRPORT OPERATIONS -ISSUED SECURITY BADGES MUST BE ACCOUNTED FOR AND SURRENDERED AT THE COMPLETION OF THIS PROJECT. FAILURE TO ACCOUNT FOR AND SURRENDER ALL AIRPORT OPERATIONS -ISSUED SECURITY BADGES WILL CONSTITUTE GROUNDS FOR WITHHOLDING RETAINAGE FROM THE FINAL PAY ESTIMATE AMOUNT. 7. CONTRACTOR PERSONNEL THAT HAVE BEEN ISSUED AN AIRPORT OPERATIONS SECURITY BADGE ARE RESPONSIBLE FOR CHALLENGING ANY PERSON OR VEHICLE FOUND ON THE ADA OR OTHER NON-PUBLIC AREA WHO IS NOT DISPLAYING A VALID AIRPORT OPERATIONS SECURITY BADGE, OR WHO CANNOT PRODUCE A VALID AIRPORT OPERATIONS SECURITY BADGE, OR WHO IS NOT UNDER ESCORT OR UNDER THE DIRECT SUPERVISION OF A PERSON POSSESSING A VALID AIRPORT OPERATIONS SECURITY BADGE. THE CHALLENGE MUST CONSIST OF NOTIFYING THE PERSON THAT HE IS WITHIN A RESTRICTED AREA, AND INFORMING THE PERSON OF AN APPROPRIATE EXIT ROUTE. SHOULD THE UNAUTHORIZED PERSON REFUSE TO EXIT THE RESTRICTED AREA, AIRPORT OPERATIONS MUST BE IMMEDIATELY NOTIFIED FOR FURTHER ACTION, AND THE UNAUTHORIZED PERSON MUST BE KEPT UNDER SURVEILLANCE UNTIL AIRPORT OPERATIONS ARRIVES. 8. ANYONE FOUND IN VIOLATION OF AIRPORT RULES, REGULATIONS, AND SAFETY PLAN MAY BE PROMPTLY AND PERMANENTLY REMOVED FROM THE JOB SITE AND MAY BE SUBJECT TO ARREST FOR ALL PUNISHABLE STATE AND FEDERAL OFFENSES. 9. IF AN ADA SECURITY GATES IS FOUND OPEN OR UNLOCKED AND UNATTENDED, AIRPORT SECURITY POLICE AND / OR TRANSPORTATION SECURITY ADMINISTRATION MAY ISSUE THE CONTRACTOR A CITATION. THE CONTRACTOR IS RESPONSIBLE FOR ALL COURT COSTS AND IMPOSED FINES. IN ADDITION, A CHARGE OF UP TO $11,000.00 MAY BE LEVIED BY THE OWNER AND / OR TRANSPORTATION SECURITY ADMINISTRATION FOR EACH VIOLATION SO DOCUMENTED. 10. PAYMENT OF ALL FINES ASSESSED TO THE OWNER, DUE TO VIOLATIONS BY THE CONTRACTOR OF FAA / TRANSPORTATION SECURITY ADMINISTRATION SECURITY OR SAFETY REQUIREMENTS, IS THE SOLE RESPONSIBILITY OF THE CONTRACTOR AND WILL BE DEDUCTED FROM MONIES DUE THE CONTRACTOR. AIRFIELD SAFETY REQUIREMENTS: 1. THE OWNER, AT ALL TIMES, HAS COMPLETE JURISDICTION OVER THE SAFETY OF AIRCRAFT OPERATIONS DURING THE WORK. WHEREVER THE SAFETY OF AIR TRAFFIC IS CONCERNED, THE DECISIONS OF THE OWNER WILL BE FINAL AS TO METHODS, PROCEDURES AND MEASURES USED. 2. FAMILIARIZE CONTRACTOR PERSONNEL OF THE AIRPORT ACTIVITY AND OPERATIONS THAT ARE INHERENT TO THIS ACTIVE AIR CARRIER AIRPORT. CONDUCT ALL CONSTRUCTION ACTIVITIES TO CONFORM TO ALL ROUTINE AND EMERGENCY AIR TRAFFIC REQUIREMENTS AND GUIDELINES ON SAFETY AS SPECIFIED HEREIN OR AS DIRECTED BY THE OWNER. COMPLY WITH AND ACQUAINT CONTRACTOR PERSONNEL WITH CURRENT EDITION, LATEST CHANGE, OF THE FOLLOWING SAFETY FAA ADVISORY CIRCULARS / SAFETY DOCUMENTS (THESE DOCUMENTS AND RELATED REQUIREMENTS ARE DESCRIBED IN MORE DETAIL IN THE TECHNICAL DOCUMENTS). A. 15015370-2, OPERATIONAL SAFETY ON AIRPORTS DURING CONSTRUCTION; B. 15015210-5, PAINTING, MARKING AND LIGHTING OF VEHICLES USED ON AIRPORTS. C. CSPP. 3. PREPARE AND SUBMIT FOR APPROVAL A SPCD IN ACCORDANCE WITH FAA AC 150 / 5370-2, CURRENT EDITION, LATEST CHANGE. SUBMIT THE SPCD PRIOR TO A NOTICE TO PROCEED BEING ISSUED. REFER TO THE CSPP FOR ADDITIONAL SPCD REQUIREMENTS. FURNISH AND INSTALL THE COMPONENTS OF THE SPCD AT THE APPROPRIATE TIMES AS SPECIFIED IN THE CONTRACT DOCUMENTS. INSPECT EVERY ASPECT OF THE SPCD ON AT LEAST A DAILY BASIS AND ENSURE ALL COMPONENTS ARE FUNCTIONING PROPERLY. IMMEDIATELY CORRECT DEFICIENCIES NOTED BY THE OWNER AND / OR OWNER'S REPRESENTATIVE (OR THE OWNER'S REPRESENTATIVE'S REPRESENTATIVE). VISUALLY CHECK BARRICADE FLASHING LIGHTS ON A DAILY BASIS, 30 MINUTES BEFORE SUNSET FOR PROPER OPERATIONS. THE SYSTEM ELEMENTS THAT MUST BE INSPECTED ARE AS FOLLOWS: A. BARRICADES SET PROPERLY AND ALL FLASHING WARNING LIGHTS OPERATING PROPERLY. B. ALL CONTRACTOR PERSONNEL AND ADA SECURITY GATES MANNED AND SECURITY PROCEDURES IN PLACE. C. ALL VEHICLES AND EQUIPMENT LIGHTED / MARKED IN ACCORDANCE WITH THE REQUIREMENTS OF THE CONTRACT DOCUMENTS. D. CONTRACTOR USE OF UNAUTHORIZED ADA SECURITY GATES CHECKED. THE OWNER AND / OR OWNER'S REPRESENTATIVE WILL NOTIFY THE CONTRACTOR IN WRITING OF THE ABOVE SAFETY AND SECURITY ITEMS IDENTIFIED AS DEFICIENT. MAKE A CONCERTED EFFORT TO ENSURE ALL SAFETY AND SECURITY ITEMS ARE IN PROPER WORKING ORDER EACH DAY DUE TO THE SECURITY STATUS OF THE AIRPORT. 4. SUBMIT A DESTRUCTIVE / INCLEMENT WEATHER PLAN TO SET FORTH GENERAL GUIDANCE AND INFORMATION FOR THE CONTRACTOR TO COORDINATE PREPAREDNESS PLANS WHEN DESTRUCTIVE WEATHER THREATENS THE AIRPORT ENVIRONMENT. 5. CONDUCT A WEEKLY SAFETY BRIEFING FOR ALL CONTRACTOR PERSONNEL. CONDUCT THESE MEETINGS BILINGUALLY IN ENGLISH AND SPANISH. THESE MEETINGS MUST BE OPEN TO THE OWNER'S REPRESENTATIVE, OWNER, AND ANY OTHER GOVERNING AUTHORITY THAT WOULD LIKE TO ATTEND. THERE WILL ALSO BE A MANDATORY WEEKLY CONSTRUCTION MEETING, THE DATE AND TIME OF WHICH WILL BE ESTABLISHED PRIOR TO THE START OF CONSTRUCTION, WITH THE OWNER THAT MUST BE ATTENDED BY THE CONTRACTOR'S SENIOR FIELD STAFF, INCLUDING BUT NOT LIMITED TO SUPERINTENDENTS AND TEAM LEADERS. 6. CONTRACTOR PERSONNEL AND EQUIPMENT ARE NOT ALLOWED WITHIN PROJECT WORK AREAS UNTIL THE AREA HAS BEEN CLOSED TO AIRCRAFT AND NOTAMS HAVE BEEN ISSUED. 7. CONTRACTOR ESCORTS MUST MEET THE FOLLOWING REQUIREMENTS: A. CONTRACTOR ESCORT VEHICLE DRIVER MUST RECEIVE AIRPORT MOVEMENT AREA (AMA) DRIVER TRAINING. B. ALL VEHICLES RESPONSIBLE TO THE CONTRACTOR ENTERING THE ADA MUST BE ESCORTED BY AN AIRPORT OPERATIONS -APPROVED CONTRACTOR ESCORT VEHICLE FROM THE POINT OF AOA ENTRY TO THE CONSTRUCTION SITE. C. TO FACILITATE SAFE MOVEMENT OF CONTRACTOR ESCORT VEHICLES AND ESCORTED VEHICLES DRIVERS OF CONTRACTOR ESCORT VEHICLES MUST BE APPROVED FOR, ISSUED, AND DISPLAY AN AIRPORT OPERATIONS SECURITY BADGE. FURTHER CONTRACTOR ESCORT VEHICLE DRIVERS MUST BE FAMILIAR WITH AIRPORT SECURITY AND SAFETY PROCEDURES. 8. CONTRACTOR VEHICLES AND EQUIPMENT THAT ARE AUTHORIZED TO OPERATE ROUTINELY ON THE AIRPORT IN THE ADA MUST MEET THE FOLLOWING REQUIREMENTS: A. DISPLAY A COMPANY LOGO / PLACARD IDENTIFYING THE VEHICLE WITH BLOCK -TYPE CHARACTERS OF CONTRASTING COLOR THAT ARE EASILY LEGIBLE AT 150 FEET. B. DISPLAY EITHER: i. A YELLOW, FLASHING, DOME -TYPE LIGHT ON THE UPPERMOST PART OF THE VEHICLE STRUCTURE. THE LIGHT MUST BE VISIBLE FROM ANY DIRECTION, DAY AND NIGHT, INCLUDING FROM THE AIR. LIGHTS MUST HAVE PEAK INTENSITY WITHIN THE RANGE OF 40 TO 400 CANDELAS (EFFECTIVE) FROM ZERO (0) DEGREES (HORIZONTAL) UP TO 10 DEGREES ABOVE. THE HORIZONTAL AND FOR 360 DEGREES HORIZONTALLY. FROM 10 DEGREES TO 15 DEGREES ABOVE THE HORIZONTAL PLANE, THE LIGHT OUTPUT MUST BE ONE -TENTH OF PEAK INTENSITY OR BETWEEN FOUR (4) AND 40 CANDELAS (EFFECTIVE). LIGHTS MUST FLASH AT 75 t 15 FLASHES PER MINUTE. ii. A THREE (3) FEET X THREE (3) FEET OR LARGER, INTERNATIONAL ORANGE AND WHITE CHECKERBOARD CONSTRUCTION SAFETY FLAG, EACH CHECKERBOARD COLOR BEING ONE (1) FOOT X ONE (1) FOOT, FIXED ON A STAFF, MAY BE ATTACHED TO THE VEHICLE SO THAT THE FLAG IS READILY VISIBLE TO SUPPLEMENT THE FLASHING LIGHT OR FOR TRANSIENT VEHICLES OR THOSE SPECIFICALLY ONSITE FOR THE DAY TO COMPLETE A SPECIFIC TASK DURING DAYTIME OPERATIONS ONLY. VEHICLES AND EQUIPMENT OPERATING IN THE AOA DURING THE HOURS OF DARKNESS MUST BE EQUIPPED WITH A YELLOW, FLASHING, DOME -TYPE LIGHT. III. BE ESCORTED UNDER THE CONTROL OF A CONTRACTOR ESCORT VEHICLE. 9. CONTRACTOR VEHICLES AND EQUIPMENT BROUGHT INTO THE AOA SHOULD BE SERVICED AND MAINTAINED PRIOR TO ENTERING THE AOA TO PREVENT FUEL, HYDRAULIC FLUID, OR OTHER CHEMICAL FLUID LEAKS AND EXCESSIVE EXHAUST THAT MAY CAUSE ENVIRONMENTAL ISSUES. VEHICLES AND EQUIPMENT THAT MAY CAUSE ENVIRONMENTALLY DETRIMENTAL CONDITIONS WILL BE PROHIBITED FROM ENTERING THE AOA. HOWEVER, CONTRACTOR PERSONNEL OPERATING CONSTRUCTION VEHICLES AND EQUIPMENT ON THE AIRPORT MUST NOTIFY THE OWNER'S REPRESENTATIVE IMMEDIATELY AND EXPEDITIOUSLY CONTAIN AND CLEAN-UP SPILLS RESULTING FROM FUEL, HYDRAULIC FLUID, OR OTHER CHEMICAL FLUID LEAKS WITHIN ONE (1) HOUR OF THE SPILL OCCURRING. TRANSPORT AND HANDLING OF OTHER HAZARDOUS MATERIALS ON AN AIRPORT ALSO REQUIRES SPECIAL PROCEDURES. TO THAT END, DEVELOP AND IMPLEMENT SPILL PREVENTION AND RESPONSE PROCEDURES FOR VEHICLE OPERATIONS. INCORPORATE THESE PROCEDURES INTO THE SPCD. THIS INCLUDES MAINTENANCE OF APPROPRIATE MSDS DATA AND APPROPRIATE PREVENTION AND RESPONSE EQUIPMENT ON -SITE. 10. CONTRACTOR RADIOS AND / OR MOBILE PHONES MUST ONLY BE USED FOR THE CONTRACTOR'S INTERNAL COMMUNICATIONS, TO COMMUNICATE CLEARANCE FOR MOVEMENT OF EQUIPMENT, PERSONNEL, ETC., ON OR ACROSS ACTIVE AOA AREAS. USE OF RADIOS MUST NOT INTERFERE WITH FREQUENCIES USED BY THE ATCT OR THE AIRPORT. USE OF MOBILE PHONES IS RESTRICTED TO WORK -RELATED CALLS WITHIN THE AOA; NO PERSONAL CALLS WILL BE ALLOWED. THE CONTRACTOR MUST MAINTAIN AN UP-TO-DATE CONTACT LIST WITH THE AIRPORT FOR THE DURATION OF ALL PHASES OF WORK. 11. CONSTRUCTION MAY OCCUR ADJACENT TO ACTIVE AIRFIELD PAVEMENTS. CONSTRUCTION TRAFFIC MUST YIELD TO AIRCRAFT AT ALL TIMES. 12. CONFINE CONTRACTOR PERSONNEL, EQUIPMENT, OPERATIONS AND TRAVEL TO THE AREA WITHIN THE DEFINED WORK LIMITS SHOWN IN THE PLANS. DO NOT ALLOW CONTRACTOR PERSONNEL TO ENTER OR REMAIN IN PART OF THE AOA WHICH WOULD BE HAZARDOUS TO PERSONS OR TO AIRCRAFT OPERATIONS. INFORM CONTRACTOR PERSONNEL OF THE ROUTES, SPEEDS, AND PROCEDURES FOR TRANSPORTING EQUIPMENT AND MATERIALS TO THE CONSTRUCTION SITE AND RESTRICTIONS TO MOVEMENT OF EQUIPMENT OR CONTRACTOR PERSONNEL WITHIN THE AOA. 13. THE OWNER RESERVES THE RIGHT TO SUSPEND CONSTRUCTION OPERATIONS FOR SHORT PERIODS OF TIME (I.E. WHILE AN AIRCRAFT PASSES), DAILY, OR BETWEEN CONSTRUCTION PHASES, AND / OR CHANGE THE ORDER OF CONSTRUCTION PHASING DURING THE PROJECT IF IT IS DETERMINED AS IN THE BEST INTEREST OF AIRPORT OPERATIONS OR SAFETY. THE CONTRACTOR MAY BE DIRECTED TO MOVE CONTRACTOR PERSONNEL, EQUIPMENT, AND MATERIALS TO A SAFE LOCATION AND / OR EVACUATE THE SITE IN ORDER TO ENABLE AIRCRAFT OPERATIONS. NECESSARY EXTENSIONS IN CONTRACT TIME WILL BE GRANTED OR A STOP WORK ORDER WILL BE ISSUED DUE TO THESE DELAYS. HOWEVER, THERE WILL BE NO ADJUSTMENTS IN CONTRACT PRICE DUE TO THESE DELAYS, UNLESS OTHERWISE NOTED IN THE CONTRACT DOCUMENTS. 14. DO NOT EXCEED 15 MPH WITHIN THE AOA. 15. FURNISH AND INSTALL BARRICADES AT THE LOCATIONS SHOWN IN THE PLANS. FURNISH AND INSTALL BARRICADES AT THE BEGINNING OF EACH PHASE TO REMAIN IN PLACE THROUGHOUT THE PHASE, EXCEPT WHERE NOTED. IN THE EVENT BARRICADES ARE ADJUSTED OR REMOVED TO ALLOW VEHICLE TRAFFIC THROUGH OR FOR CONSTRUCTION WORK, SUPPLY FLAGMEN TO PREVENT AIRCRAFT FROM INADVERTENTLY ENTERING THE WORK AREA. FLAGMEN MUST REMAIN UNTIL THE BARRICADE IS REPLACED IN THE ORIGINAL POSITION. PROVIDE 24 HOURS PER DAY ON CALL CONTRACTOR PERSONNEL FOR EMERGENCY MAINTENANCE OF AIRPORT HAZARD LIGHTING AND BARRICADES. INTEGRATE BARRICADES AS A PART OF THE SPCD. 16. PROVIDE AN ADEQUATE NUMBER OF SWEEPERS AND VACUUM TRUCKS TO KEEP HAUL ROUTES, AIRFIELD PAVEMENTS WITHIN THE LIMITS OF WORK, AND OTHER PAVEMENT AREAS WITHIN 250 FEET OF CONSTRUCTION AREAS TRAVERSED BY VEHICLES AND EQUIPMENT CLEAN AND FREE OF MUD, DIRT, DEBRIS, WASTE, LOOSE MATERIAL, AND OTHER FOD CAPABLE OF CAUSING DAMAGE TO AIRCRAFT LANDING GEARS OR PROPELLERS AND / OR BEING INGESTED IN JET ENGINES. PROVIDE ENOUGH EQUIPMENT AND OPERATORS TO ENSURE AN IMMEDIATE RESPONSE TO PROPERLY KEEP ALL ACTIVE AIRFIELD PAVEMENTS AFFECTED BY CONSTRUCTION OPERATIONS ARE KEPT FREE OF FOD. 17. WEAR HIGH -VISIBILITY WARNING GARMENTS AND IDENTIFIABLE HARD HATS IN ACCORDANCE WITH APPLICABLE OSHA, ANSI, ISEA, LOCAL, STATE, AND / OR FEDERAL REGULATIONS WHEN ONSITE. 18. PREVENT SPILLAGE OF DEBRIS FROM CONSTRUCTION VEHICLES AND EQUIPMENT OUTSIDE THE IMMEDIATE WORK AREA. 19. CONSTRUCTION ACTIVITIES ARE PROHIBITED IN THE RSA, OFZ, AND TOFA. WHEN CONSTRUCTION, MEN, OR EQUIPMENT ARE WITHIN THE RSA, OFZ, OR TOFA, THOSE AREAS WILL BE CLOSED TO ALL AIRCRAFT OPERATIONS OR RESTRICTED, UNLESS OTHERWISE INDICATED IN THE PHASING PLAN SHEETS OR AS APPROVED BY THE OWNER. 20. IT IS THE SOLE RESPONSIBILITY OF THE CONTRACTOR TO SEE THAT ALL SHEETING, SHORING AND BRACING IS DONE IN ACCORDANCE WITH CURRENT OSHA REGULATIONS AND REQUIREMENTS. SHEETING, SHORING AND BRACING IS AN INCIDENTAL PART OF THE WORK AND IS SUBSIDIARY TO THE VARIOUS BID ITEMS OF THE PROJECT, EXCEPT AS PROVIDED IN THE TECHNICAL DOCUMENTS. 21. USE, MANAGE, HANDLE, AND DISPOSE OF ALL "HAZARDOUS MATERIALS" IN STRICT ACCORDANCE WITH ALL APPLICABLE ENVIRONMENTAL LAWS. FOR THE PURPOSES OF THIS PROJECT, THE TERM "HAZARDOUS MATERIALS" IS DEFINED IN THE BROADEST SENSE TO ENCOMPASS SUBSTANCES MATERIALS WASTES POLLUTANTS, OR OILS REFERRED TO IN ANY ENVIRONMENTAL LAW AS TOXIC, RADIOACTIVE, DANGEROUS, OR SIMILAR TERM. ENVIRONMENTAL LAWS ARE DEFINED TO MEAN ALL APPLICABLE FEDERAL, STATE, AND LOCAL STATUTES, ORDINANCES, REGULATIONS, RULES, POLICIES, CODES, AND GUIDELINES IN EFFECT DURING THE TERM OF THE PROJECT. 22. INSTITUTE DUST CONTROL MEASURES TO MITIGATE CURRENT OR POTENTIAL DUST ISSUES. SPECIAL ATTENTION TO DUST CONTROL IS REQUIRED WHEN EARTHWORK OR HAULING OPERATIONS ARE IN PROGRESS OR WHEN WIND AND WEATHER CONDITIONS CAUSE EXCESSIVE BLOWING OF DUST. REGULARLY APPLY WATER TO KEEP DUST DOWN. PROVIDE 24 HOURS PER DAY ON CALL CONTRACTOR PERSONNEL FOR EMERGENCY DUST CONTROL OPERATIONS. RESPOND WITHIN 20 MINUTES DURING TIMES WHEN THE CONTRACTOR IS ON SITE AND WITHIN TWO (2) HOURS WHEN NO WORK IS BEING PERFORMED. 23. AT THE COMPLETION OF EACH WORK PERIOD, CLEAN THE PROJECT WORK AREA AND REMOVE EQUIPMENT, MATERIALS, AND CONTRACTOR PERSONNEL FROM THE PROJECT WORK AREA. SWEEP AND / OR VACUUM PAVEMENTS PRIOR TO VACATING THE WORK AREA. ENSURE THAT ACTIVE AIRFIELD SURFACES AFFECTED BY CONSTRUCTION OPERATIONS ARE KEPT FREE OF FOD DEPOSITED BY EITHER CONSTRUCTION TRAFFIC, CONSTRUCTION OPERATIONS, WINDBLOWN DEBRIS, OR DEBRIS DEPOSITED AS THE RESULT OF OTHER SOURCES. 24. BLASTING WILL NOT BE PERMITTED 25. OPEN -FLAME WELDING AND TORCH CUTTING WILL NOT BE PERMITTED 26. PRIOR TO OPENING FOR AIRCRAFT USE AND THE DEPARTURE OF THE CONTRACTOR'S WORK CREWS, THE OWNER'S REPRESENTATIVE WILL ARRANGE FOR THE INSPECTION OF ANY AIRFIELD PAVEMENT THAT HAS BEEN CLOSED FOR WORK, OR THAT HAS BEEN USED FOR A CROSSING POINT OR HAUL ROUTE BY THE CONTRACTOR. THESE AREAS MUST COMPLY WITH THE SAFETY REQUIREMENTS, DEFINED BY FEDERAL AVIATION REGULATIONS PART 139, AS INTERPRETED BY THE OWNER, BEFORE PERMISSION FOR THE CONTRACTOR'S WORK CREWS TO DEPART WILL BE GRANTED. RSaf RS&H, Inc. 11011 Richmond Ave., Suite 900 Houston, TX 77042 713-914-4455, FAX 713-914-0155 www.rsandh.com Texas Registration Nos. BR 751 *F-3401 City of fLubbo6k ■ Lubbock Preston Smith GLASS REPLACEMENT CONSULTANT: SEAL: �.r��'yy�C. . :a r�F rCF.p�[1 LU :z tz •ST��50�i�}ry July 27, 202 IG REVISIONS NO. DESCRIPTION DATE DATE ISSUED: 07/2712021 REVIEWED BY: MM DRAWN BY: DJC PROJECT NUMBER 223-0003-012 SHEET TITLE SAFETY AND SECURITY NOTES SHEET NUMBER C002 CHEVRON CW1-8, DRIVEWAY SIGN D70A, " MIN. TO 4" MAX DRUM FLASHING WARNING LIGHT DIRECTIONAL CHEVRON TOP SHOULD NOT ALLOW COLLECTION O i Fr 18" MIN. OF WATER OR DEBRIS i 9116" DIA. (TYP) FOR HANDLES DIRECTIONAL CHEVRON AND FLASHING WARNING LIGHTS o (SEE DETAIL ON THIS SHEET) EACH DRUM SHALL HAVE A MINIMUM OF 2 ORANGE AND 2 a WHITE STRIPES USING TYPE C RETROREFLECTIVE SHEETING WITH THE TOP STRIPE BEING ORANGE. TAPER TO ALLOW FOR STACKING A MINIMUM OF DRUMS DRUM 3" TO 4" 6" 2" 28" T J— TRAF ICCONE DOUBLE REFLECTIVE BAND REQUIRED NOTES: 1. DRUMS, TRAFFIC CONES, AND ALL RELATED ITEMS SHALL COMPLY WITH THE REQUIREMENTS OF THE CURRENT VERSION OF THE "TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES" (TMUTCD) AND THE "COMPLIANT WORK ZONE TRAFFIC CONTROL DEVICES LIST' (CWZTCD). 2. DRUMS, CONES, BASES, AND RELATED MATERIALS SHALL EXHIBIT GOOD WORKMANSHIP AND SHALL BE FREE FROM OBJECTIONABLE MARKS OR DEFECTS THAT WOULD ADVERSELY AFFECT THEIR APPEARANCE OR SERVICEABILITY. 3. CONTINUOUSLY MAINTAIN THE PLACEMENT, LOCATION AND OPERATION OF ALL BARRICADES FOR THE DURATION OF THE PROJECT. BARRICADES SHALL BE INSPECTED DAILY BY THE CONTRACTOR AND THE OWNER AND ANY DEFICIENCIES FOUND SHALL BE CORRECTED IMMEDIATELY. 4. WARNING LIGHTS OR DIRECTIONAL CHEVRONS MAY BE INSTALLED ON A DRUM. 5. WARNING LIGHTS SHALL NOT BE INSTALLED ON A TRAFFIC CONE OR ON A DRUM THAT HAS A SIGN, CHEVRON, OR VERTICAL PANEL. 6. TRAFFIC CONES MAY BE USED FOR APPROVED TEMPORARY (LESS THAN 12 HOURS), AIRFIELD PAVEMENT CLOSURES. A MINIMUM OF FOUR TRAFFIC CONES OR ONE FOR EVERY 20 FEET OF PAVEMENT TO BE CLOSED (WHICHEVER IS GREATER) IS REQUIRED TO PROPERLY BARRICADE A SECTION OF PAVEMENT. 7. CONSTRUCTION BARREL AND TRAFFIC CONE BARRICADES ARE NOT SHOWN ON PLANS. HOWEVER, IN THE EVENT THIS STYLE IS NEEDED, THE BARRICADES INSTALLED SHALL MEET THE REQUIREMENTS OF THIS DETAIL. CONSTRUCTION BARREL AND TRAFFIC CONE BARRICADES 1 N.T.S. SELF -POWERED RED LENS STANDARD 3-WAY, 6-VOLT OMNIDIRECTIONAL, BARRICADE LIGHT SEE FAA AC 15015370-2, LATEST EDITION ORANGENVHITE HIGH REFLECTIVE STRIPE 0" 96" ELEVATION NOTES: 1. FURNISH AND PLACE LOW -PROFILE BARRICADES WHERE NOTED IN THE PROJECT LAYOUT PLAN. 2. WEIGH DOWN EACH BARRICADE BY FILLING WITH WATER. 3. PLACE BARRICADES A MAXIMUM OF 4 FEET APART. AT CONSTRUCTION VEHICLE ENTRY POINTS INTO THE WORK AREA, PLACE BARRCADES A MAX MUM OF 12 FEET APART. ADJUST BARRICADES SUCH THAT NO GAPS BETWEEN BARRICADES EXCEED 4 FEET WHEN THERE IS NO CONSTRUCTION ACTIVITY. 4. CONTINUOUSLY MAINTAIN THE PLACEMENT, LOCATION AND OPERATION OF THE LIGHTS FOR THE DURATION OF THE PROJECT. INSPECT BARRICADES DAILY AND CORRECT ANY DEFICIENCIES FOUND IMMEDIATELY. CORRECT ANY DEFICIENCIES REPORTED TO THE CONTRACTOR BY AIRPORT OPERATIONS AND/OR THE RPR. 5. MAINTAIN SPARE BARRICADES, INCLUDING SPARE LIGHTS AND BATTERIES. REPLACE DAMAGED BARRICADES, INCLUDING BATTERIES, IMMEDIATELY AT NO ADDITIONAL EXPENSE TO THE OWNER. LOW PROFILE BARRICADE AVIATION ORANGE AVIATION WHITE y T MIN. NOTE: SAFETY FLAG SHALL BE PROMINENTLY DISPLAYED ON CONSTRUCTION EQUIPMENT UNLESS MARKED WITH A FLASHING BEACON. CONSTRUCTION SAFETY FLAG 2 N.T.S. F S. PROFILE RS&H RS&H, Inc. 11011 Richmond Ave., Suite 900 Houston, TX 77042 713-914-4455,FAX 713-914-0155 www.rsandh.com Texas Registration Nos. BR 751*F-3401 � ►Lubblo& TEYA$ ■ Lubbock �`f Preston Smith .T=-, .r, . GLASS REPLACEMENT CONSULTANT: SEAL: ��ARC �r'y..... tCFp�[7 � 'ST+1TE O�i�ry July 27, 202 REVISIONS NO. DESCRIPTION DATE DATE ISSUED: 07/27/2021 REVIEWED BY: MM DRAWN BY: DJC PROJECT NUMBER 223-0003-012 SHEET TITLE SAFETY AND SECURITY DETAILS SHEET NUMBER C003 EXISTING GATE 8AL •� !r¢u '!s EXISTING GATE 9 J G� : ii.l,e.,l� .: r� 4 i:� q�pyy aCll1111,,'.II CONTRACTOR HAUL ROUTE ` aR a EXISTING GATE 8 1 � k �Q �.._ dr or EXISTING SECURITY FENCE r fi r. CONTRACTOR STAGING AREA (NO EQUIPMENT OR MATERIAL SHALL f I BE STAGED CLOSER THAN 1U FROM- g, EXISTING SECURITY FENCE)r+: x O0 x.;¢ A .F C EXISTING AOA CONTRACTOR HAUL ROUTE ACCESS GATE CONTRACTOR HAUL ROUTE (WORK AREA 1) N _ 1 0' 75' 150, 300' CONTRACTOR STAGING AREA (WORK AREA 1) - COORDINATE TABLE POINT NO. LATITUDE LONGITUDE SITE ELEVATION PART 77 ELEVATION TEMP. EQUIP. HEIGHT OA N33* 39' 05.47" W101' 49' 30.14" 3249' 3269' 20 FT OB N33° 39' 05.52" W101* 49' 28.53" 3251' 3271' 20 FT < N33° 39' 04.80" W101* 49' 30.11" 3249' 3269' 20 FT < N33° 39' 04.84" W101' 49' 28.50" 3251' 3271' 20 FT CONSTRUCTION LIMITS AREA (WORK AREA 1) - COORDINATE TABLE POINT NO. LATITUDE LONGITUDE SITE ELEVATION PART 77 ELEVATION EQUIP. HEIGHT O1 N33° 39' 19.76" W101' 49' 22.93" 3260' 3335' 75 FT O2 N33* 39' 19.76" W101' 49' 23.31" 3260' 3336' 75 FT O3 N33° 39' 20.09" W101' 49' 23.61" 3260' 3335' 75 FT O4 N33* 39' 20.51" W101' 49' 22.94" 3261' 3335' 75 FT O5 N33° 39' 20.49" W101' 49' 23.63" 3260' 3335' 75 FT 3 PANES THIS BAY 34 PANES THIS BAY • O 1 4 PANES THIS BAY 1 4� { �T 1 EXISTING GATE 9 1 " CONTRACTOR SHALL YIELD TO ALL AIRCRAFT WHEN TRAVELING ACROSS THE TERMINAL APRON CONTRACTOR HAUL ROUTE 2 CONTRACT LAYOUT PLAN (WORK AREA 1) N PROPOSED CONSTRUCTION LIMITS CONTRACTOR STAGING AREA O 0' 30' 60' 120' WINDOWS TO BE REPLACED HAUL ROUTE o- • • LOW PROFILE BARRICADES, SEE DETAIL 3, SHEET C003 AO CONTRACTOR STAGING AREA - SEE COORDINATE TABLE, THIS SHEET 1O CONSTRUCTION LIMITS - SEE COORDINATE TABLE, THIS SHEET RSaf RS&H, Inc. 11011 Richmond Ave., Suite 900 Houston, TX 77042 713-914-4455, FAX 713-914-0155 www.rsandh.com Texas Registration Nos. BR 751 *F-3401 Lubbock TEXAS ■ Lubbock Preston Smith GLASS REPLACEMENT CONSULTANT: SEAL: ARC �.rgoyfr � ST+1TE O��ry July 27, 202 IG REVISIONS NO. DESCRIPTION DATE DATE ISSUED: 07/2712021 REVIEWED BY: MM DRAWN BY: DJC PROJECT NUMBER 223-0003-012 SHEET TITLE PROJECT LAYOUT PLAN (WORK AREA 1) SHEET NUMBER C004 II XISTING GATE 3 EXISTING TERMINAL APRON - -1,_, r XISTING GATE 3 EXISTING GATE 2 aaFn � , L EXISTING GATE 1 + CONTRACTOR SHALL BE ESCORTED BY 1 / AIRPORT OPERATIONS TO WORK AREA 3. Mi FF THE TERMINAL APRON PAVEMENT MUST i BE CONTINUALLY SWEPT OF ALL FOD. . J _ AREA 2A -J � O O CONTRACTOR STAGING AREA (NO EQUIPMENT OR MATERIAL - EXISTING AOA O SHALL BE STAGED CLOSER ACCESS GATE O THAN 10' FROM EXISTING SECURITY FENCE) MARTIN LUTHER KING JR. BLVD �Cq 1 � II�L .7' �'}I is 71�.�� - •�yr.'�I ��� "• r R I. ! 1 11 5 ,!i• [ 7' " 'r ,�'• 'f IN I fil ■ �� 77 \ 7 �U LOT r j �I PARKING a� CONTRACTOR HAUL ROUTE II r 'MjjF'41 F'•`ILI �It T rpNk - IR Mk? r1411am * 71 A 31k:4 1rF TM 5 1 I� W < o CONTRACTOR HAUL ROUTE (WORK AREA 2) N _ 1 0' 50' 200' CONTRACTOR STAGING AREA (WORK AREA 2 & 2A) - COORDINATE TABLE POINT NO. LATITUDE LONGITUDE SITE ELEVATION PART 77 ELEVATION TEMP. EQUIP. HEIGHT OA N33° 39' 24.71" W101° 49' 09.52" 3259' 3279' 20 FT OB N33° 39' 24.74" W101° 49' 08.45" 3259' 3279' 20 FT < N33° 39' 24.26" W101° 49' 09.51" 3260' 3280' 20 FT < N33° 39' 24.29" W101° 49' 08.43" 3259' 3279' 20 FT CONSTRUCTION LIMITS AREA (WORK AREA 2) - COORDINATE TABLE POINT NO. LATITUDE LONGITUDE SITE ELEVATION PART 77 ELEVATION EQUIP. HEIGHT O1 N33° 39' 25.60" W101° 49' 16.30" 3261' 3336' 75 FT O2 N33° 39' 25.60" W101° 49' 16.95" 3262' 3336' 75 FT O3 N33° 39' 25.94" W101° 49' 16.30" 3261' 3337' 75 FT O4 N33° 39' 25.92" W101° 49' 16.95" 3261' 3336' 75 FT EXISTING GATE 2 1; BAGGAGE CONTRACTOR SHALL BE ESCORTED BY MAKEUP DEVICE AIRPORT OPERATIONS TO WORK AREA 2. THE TERMINAL APRON PAVEMENT MUST BE CONTINUALLY SWEPT OF ALL FOD. 14 PANES THIS BAY �. 5 PANE HIS BAY i 'AL 1 PANE THIS BAY 11'a 5 2 2)iM01_i2 _ _■ _ _-����A.��� 2 2) 1 ��2A 1zw l A 2% 3 \4 1 �asass mA.- it . V EXISTING GATE 1 1 2 CONTRACT LAYOUT PLAN (WORK AREA 2) N 1 _ 0' 20' 40' 80, CONSTRUCTION LIMITS AREA (WORK AREA 2A) - COORDINATE TABLE POINT NO. LATITUDE LONGITUDE SITE ELEVATION PART 77 ELEVATION EQUIP. HEIGHT < N33° 39' 25.80" W101° 49' 12.52" 3259' 3335' 75 FT O2 N33° 39' 25.79" W101° 49' 14.05" 3259' 3335' 75 FT O3 N33° 39' 26.00" W101° 49' 12.52" 3259' 3335' 75 FT O4 N33° 39' 25.99" W101° 49' 14.05" 3259' 3335' 75 FT < N33° 39' 25.57" W101° 49' 15.11" 3260' 3334' 75 FT O6 N33° 39' 25.57" W101° 49' 15.35" 3260' 3334' 75 FT < N33° 39' 25.77" W101° 49' 15.11" 3260' 3334' 75 FT O8 N33° 39' 25.77" W101° 49' 15.35" 3260' 3334' 75 FT ■ CAC\1!% PROPOSED CONSTRUCTION LIMITS -► HAUL ROUTE LOW PROFILE BARRICADES, SEE DETAIL 3, SHEET C003 CONTRACTOR STAGING AREA O CONTRACTOR STAGING AREA - SEE COORDINATE TABLE, THIS SHEET WINDOWS TO BE REPLACED O CONSTRUCTION LIMITS - SEE COORDINATE TABLE, THIS SHEET RSaf RS&H, Inc. 11011 Richmond Ave., Suite 900 Houston, TX 77042 713-914-4455, FAX 713-914-0155 www.rsandh.com Texas Registration Nos. BR 751 *F-3401 'lty Qf Lubbock TEXAS ► Lubbock Preston Smith GLASS REPLACEMENT CONSULTANT: SEAL: �.rC-0 ARCyfr :a rI F rCFp�[7 � ST+1TE O��ry July 27, 2021:G REVISIONS NO. DESCRIPTION DATE DATE ISSUED: 07/2712021 REVIEWED BY: MM DRAWN BY: DJC PROJECT NUMBER 223-0003-012 SHEET TITLE PROJECT LAYOUT PLAN (WORK AREA 2) SHEET NUMBER coos 9 EXISTING TERMINAL APR EXISTING G 1 ''r J CONTRACTOR SHALL BE ESCORTED BY IIIIW AIRPORT OPERATIONS TO WORK AREA 3. THE TERMINAL APRON PAVEMENT MUST BE CONTINUALLY SWEPT OF ALL FOD. EXISTING GATE 2 EXISTING GATE 1 �r .. 1 _ B ' o-� O CONTRACTOR STAGING AREA (NO EQUIPMENT •' AREA 3 � EXISTING AOA SOR MATERIAL TAGED CLOSER SHA HANE ACCESS GATE - 10' FROM EXISTING SECURITY FENCE) •_� MARTIN LUTHER KING JR. BLVD �a EXIS ING GATE 6 . awqw 1 1114l b••,• r_4 -,�: y �i.: ,� r - k' ` -L{; :{ y!':1'ti':� rSrl M 1 r' •� :417jiIA�4T0R HAUL ROUTE R\\ L- 1 7 7 - I I 111,.ir 1.' S� ■ J_ 7 1 1p SURFACE LOT PARKING li EL T. 1 4 1! CONTRACTOR HAUL ROUTE (WORK AREA 3) N _ 1 0' 50' 200' CONTRACTOR STAGING AREA (WORK AREA 3) - COORDINATE TABLE POINT NO. LATITUDE LONGITUDE SITE ELEVATION PART 77 ELEVATION TEMP. EQUIP. HEIGHT OA N33* 39' 24.71" W101' 49' 09.52" 3259' 3279' 20 FT OB N33° 39' 24.74" W101* 49' 08.45" 3259' 3279' 20 FT < N33° 39' 24.26" W101* 49' 09.51" 3260' 3280' 20 FT < N33° 39' 24.29" W101* 49' 08.43" 3259' 3279' 20 FT CONSTRUCTION LIMITS AREA (WORK AREA 3) - COORDINATE TABLE POINT NO. LATITUDE LONGITUDE SITE ELEVATION PART 77 ELEVATION EQUIP. HEIGHT O N33° 39' 24.56" W101' 49' 21.41" 3261' 3336' 75 FT O2 N33° 39' 24.65" W101' 49' 21.27" 3261' 3336' 75 FT O3 N33° 39' 24.48" W101' 49' 21.32" 3261' 3336' 75 FT O4 N33° 39' 24.54" W101' 49' 21.25" 3261' 3336' 75 FT O5 N33° 39' 24.49" W101' 49' 21.19" 3261' 3336' 75 FT O6 N33° 39' 24.53" W101' 49' 21.14" 3261' 3336' 75 FT t'N,- f jo -� � T 1 2 PANES THIS BAY 43 CONTRACTOR SHALL BE ESCORTED BY 4 AIRPORT OPERATIONS TO WORK AREA 3. THE TERMINAL APRON PAVEMENT MUST BE CONTINUALLY SWEPT OF ALL FOD. V GATE O O GATE 5 2 CONTRACT LAYOUT PLAN (WORK AREA 3) N I _ 0' 5' 10, 20' 1 Fnipmn PROPOSED CONSTRUCTION LIMITS CONTRACTOR STAGING AREA WINDOWS TO BE REPLACED HAUL ROUTE o- • • o(j) LOW PROFILE BARRICADES, SEE DETAIL 3, SHEET C003 AO CONTRACTOR STAGING AREA - SEE COORDINATE TABLE, THIS SHEET O1 CONSTRUCTION LIMITS - SEE COORDINATE TABLE, THIS SHEET RSal RS&H, Inc. 11011 Richmond Ave., Suite 900 Houston, TX 77042 713-914-4455, FAX 713-914-0155 www.rsandh.com Texas Registration Nos. BR 751 *F-3401 City of Lubbock ■ Lubbock Preston Smith GLASS REPLACEMENT CONSULTANT: SEAL: ARC +r July 27, 2021 REVISIONS NO. DESCRIPTION DATE DATE ISSUED: 07/2712021 REVIEWED BY: MM DRAWN BY: DJC PROJECT NUMBER 223-0003-012 SHEET TITLE PROJECT LAYOUT PLAN (WORK AREA 3) SHEET NUMBER C006 APPENDIX B APPENDIX B - FAA ADVISORY CIRCULAR 750/5370-2G, OPERATIONAL SAFETY ON AIRPORTS DURING CONSTRUCTION Lubbock Preston Smith International Airport — Glass Replacement APPENDIX B INTENTIONALLY LEFT BLANK Lubbock Preston Smith International Airport — Glass Replacement �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. R. Dermo y 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 41. 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: APPENDIX C APPENDIX C - FAA ADVISORY CIRCULAR 750/5270-5D, PAINTING, MARKING, AND LIGHTING OF VEHICLES USED ON AN AIRPORT Lubbock Preston Smith International Airport — Glass Replacement A P P E N D I X C INTENTIONALLY LEFT BLANK Lubbock Preston Smith International Airport — Glass Replacement gm U.S. Department of Transportation Federal Aviation Administration Subject: Painting, Marking, and Lighting of Vehicles Used on an Airport Advisory Circular Date: April 1, 2010 Initiated by: AAS-100 AC No: AC 150/5210-51) Change: 1. PURPOSE. This advisory circular (AC) provides guidance, specifications, and standards for painting, marking, and lighting of vehicles operating in the airport air operations area (AOA). The approved lights, colors, and markings herein assure the conspicuity of vehicles operating in the AOA from both the ground and the air. 2. CANCELLATION. This AC cancels AC 150/5210-5C, Painting, Marking, and Lighting of Vehicles Used on an Airport, dated August 31, 2007. 3. APPLICATION. The Federal Aviation Administration (FAA) recommends the guidelines and standards in this Advisory Circular for vehicles operating in the airport AOA. In general, use of this AC is not mandatory. However, use of this AC is mandatory for vehicles funded with federal grant monies through the Airport Improvement Program (AIP) and/or with revenue from the Passenger Facility Charges (PFC) Program. See Grant Assurance No. 34, "Policies, Standards, and Specifications," and PFC Assurance No. 9, "Standard and Specifications." Vehicles covered by this AC that do not meet this standard may be used until the vehicle is repainted or replaced, but no later than December 31, 2010. 4. PRINCIPAL CHANGES. This AC contains new specifications and recommendations for the painting, marking, and lighting of Towbarless Tow Vehicles (TLTVs). 5. METRIC UNITS. To promote an orderly transition to metric units, this AC includes both English and metric dimensions. The metric conversions may not be exact equivalents, and until there is an official changeover to the metric system, the English dimensions will govern. 6. COMMENTS OR SUGGESTIONS for improvements to this AC should be sent to: Manager, Airport Engineering Division Federal Aviation Administration IFIN0104 ,V- a[III 800 Independence Avenue, S.W. pn,1 Michael J. Director of Airport Safety and Standards 4/1/2010 AC 150/5210-5D Intentionally left blank. 4/1/2010 AC 150/5210-5D PAINTING, MARKING, AND LIGHTING OF VEHICLES USED ON AN AIRPORT 1. SOURCES OF APPLICABLE DOCUMENTS. a. American National Standards Institute, Inc. (ANSI), 25 West 43rd St. 4th Floor, New York, NY 10036. Website: www.ansi.org b. American Society for Testing & Materials (ASTM), ASTM International, 100 Barr Harbor Drive, P.O. Box C700, West Conshohocken, PA 19428-2959. Website: www.astm.org C. The National Fire Protection Association (NFPA), 1 Batterymarch Park, Quincy, Massachusetts 02169-7471. Website: www.nfpa.org d. The U. S. General Services Administration (GSA), Centralized Mailing List Services, 501 West Felix Street, Whse 9, South End P.O. Box 6477, Fort Worth, Texas 76115-6477. Website: www.gsa.gov e. The Superintendent of Documents, U.S. Government Printing Office, 732 North Capitol St. NW, Washington, DC 20401. f. Society of Automotive Engineers, Inc. (SAE), 400 Commonwealth Drive, Warrendale, PA 15096-0001. Website: www.sae.org g. FAA Advisory Circulars: U.S. Department of Transportation, Subsequent Distribution Office, Ardmore East Business Center, 3341 Q 75th Ave., Landover, MD 20785. Website: www.faa.gov h. FAA Engineering Briefs: www.faa.gov/airports/engineering/engineering_briefs/ 2. DEFINITIONS. The following definitions apply in this AC: a. Vehicle — All conveyances, except aircraft, used on the ground to transport persons, cargo, equipment or those required to perform maintenance, construction, service, and security duties. b. Air Operations Area (AOA) — The portion of airport that encompasses the landing, take off, taxiing, and parking areas for aircraft. C. Airport Emergency Vehicles — Vehicles that are authorized in the AOA for emergency purposes (e.g., ambulances, aircraft rescue and fire fighting (ARFF) vehicles and emergency response vehicles) as authorized by the airport traffic control tower (ATCT) or an authorized on - site accident/incident commander. d. Airport Operations Vehicles — Vehicles routinely used by airport operations personnel for airport inspection and duties associated with airfield operations (such as airfield condition reporting and Incident Command) on the AOA and Movement Area. e. Airport Security Vehicles — Vehicles that are authorized in the AOA for security purposes, as needed (e.g. police cars). 1 AC 150/5210-5D 4/1/2010 f. Airfield Service Vehicles — Vehicles that are routinely used in the AOA for airfield service, maintenance, or construction (e.g. snow blowers, snowplows, maintenance trucks, and tractors). g. Aircraft Support Vehicles — Vehicles that are routinely used in the AOA to support aircraft operations (e.g. aircraft pushback tractors, baggage/cargo tractors or trucks, air conditioning and aviation fuel trucks). These vehicles are typically owned by airlines, vendors, or contractors and are not eligible for Federal funding. h. Reduced Visibility — Prevailing visibility is less than one statute mile (1609 meters) and/or the runway visual range (RVR) is less than 6,000 feet (1830 meters). i. Movement Area — The runways, taxiways, and other areas of an airport/heliport that are used for taxiing/hover taxiing, air taxiing, takeoff, and landing of aircraft, exclusive of loading ramps and parking areas. At those airports/heliports with an operating airport traffic control tower (ATCT), specific approval for entry onto the movement area must be obtained from air traffic control (ATC). j. Other Vehicles — Vehicles that are not routinely authorized in the AOA (e.g. construction vehicles). These vehicles are typically owned by airlines, vendors, or contractors and are not eligible for Federal funding. k. Peak Intensity — Peak intensity, for purposes of this document, means the maximum magnitude of luminescence as measured in candela. 1. Towbarless Tow Vehicle (TLTV) — a type of aircraft support vehicle whose main purpose is to tow aircraft in the AOA by way of nose gear capture. 3. VEHICLE PAINTING. NOTE: Airport vehicle paint and markings are a safety of flight requirement. The approved colors/markings herein assure conspicuity of vehicles operating in the AOA from both the ground and air. a. Airport Emergency Vehicles. (1) Ambulances. Ambulance vehicles are painted per the most current version of Federal Specification KKK-A-1822, Federal Specification for the Star -of -Life Ambulance. Ambulances are not considered vehicles routinely operating on the AOA. (2) Aircraft Rescue and Fire Fighting (ARFF) Vehicles. Yellowish -green is the vehicle color standard. Color specifications are per Appendix A. NOTE: A yellowish -green color provides optimum visibility during all light levels encountered during a 24-hour day and under variations of light that result from weather and seasonal changes. b. Airport Operations Vehicles. Airport operations vehicles may be painted in colors designated by the airport operator. The characteristics must be coordinated with the respective ATCT and identified in the tower letter of agreement. C. Airport Security Vehicles. Comply with specific state or local requirements. 4/1/2010 AC 150/5210-5D d. Airfield Service Vehicles. Chrome yellow is the vehicle color standard. Color specifications are per Appendix A. When vehicles are equipped with bumper bars 8 inches (200 mm) or more in depth, the bars must be painted in alternate stripes 4 inches (100 mm) in width of chrome yellow and black inclined 45' to the vertical. e. Aircraft Support Vehicles. (1) Any color or combination of colors other than yellowish -green or chrome yellow. The bumper bar paint scheme in paragraph 3.d (of alternating chrome yellow and black stripe) is recommended. (2) TLTVs. International orange is the vehicle color standard. Retroreflective tape covering more than 25 percent of the vehicle's vertical surfaces may be used as a temporary measure to meet this standard prior to scheduled vehicle painting. f. Other Vehicles. Any color or combination of colors other than solid black or white. 4. VEHICLE MARKING. a. Airport Emergency Vehicles. (1) Ambulances. Ambulances are marked per the most current version of Federal Specification KKK-A-1822. (2) ARFF Vehicles. Emergency rescue and fire fighting vehicles are marked with the letters "ARFF, "Fire," or "Rescue" and in accordance with 4.c.(1)-(5) of this AC. b. Airport Operations Vehicles. Airport operations vehicles may be marked as designated by the airport operator. Marking must be coordinated with the respective ATCT and identified in the tower letter of agreement. C. Airfield Service Vehicles and Aircraft Support Vehicles. (1) Airport operator owned vehicles must display an identification number on each side and on the roof (the hood should be used if the vehicle has no roof). (2) Side numbers will be a minimum of 16 inches (410 mm) in height and conspicuously located. (3) Roof numbers will be a minimum of 24 inches (610 mm) in height and affixed with their bases toward the front of the vehicle. The identification numbers should provide sharp color contrast to the vehicle color. (4) In addition to the identification numbers, airport operator -owned vehicles must display either the name of the airport and/or the airport insignia. (5) To further improve night-time recognition of vehicles, a minimum 8 inch (200 mm) wide horizontal band of high gloss white paint or white reflective tape (Retroreflective, ASTM-D 4956-09, Standard Specification for Retroreflective Sheeting for Traffic Control, Type III & above) must be used around the vehicle's surface. Figures 1, 2, and 3 show suggested locations for the horizontal reflective band. AC 150/5210-5D 4/1/2010 Figure 1: Suggested location for the horizontal reflective band, Option 1 Figure 2: Suggested location for the horizontal reflective band, Option 2 Figure 3: Suggested location for the horizontal reflective band, Option 3 (6) TLTVs. Retroreflective tape is used to outline the shape of a TLTV. If the vertical edge of the vehicle is rounded, the tape should be placed on the rounded portion to reflect light in both the horizontal and vertical planes. Where the placement of the tape may interfere with, or may be worn down by, maintenance or operational activities, tape is not required. Suggested locations for the retroreflective bands are shown in Figure 4. Figure 4: Suggested placement of retroreflective tape on a TLTV 4/1/2010 AC 150/5210-5D d. Airport Security and Other Vehicles. (1) Vehicles other than those that routinely traverse any portion of the AOA under the control of ATC, which are not escorted by a vehicle in constant two-way radio communication with ATC and properly equipped and authorized to operate in the AOA, must be provided with a flag on a staff attached to the vehicle so that the flag will be readily visible. (2) At airports without air traffic control facilities, flags must be provided on all vehicles. (3) The flag must be at least a 3-foot by 3-foot (0.9 meter by 0.9 meter) square having a checkered pattern of international orange and white squares at least 1 foot (300 min) on each side (see Appendix A for the fabric color specification). 5. VEHICLE LIGHTING. a. Airfield Service, Aircraft Support, and Airport Operations Vehicles. (1) The standard for identification lighting is a yellow flashing light that is mounted on the uppermost part of the vehicle structure. A steady yellow light designates vehicles limited to non -movement areas. (2) The light must be visible from any direction, day and night, including from the air. (3) Color specifications for vehicle identification lights are per Appendix B. (4) TLTVs. An LED light bar placed above the operator's cab may be used in place of the rotating yellow flashing light. In addition, a yellow flashing light (of any type) must be installed on the upper left -rear and right -rear corners of the TLTV, and must be activated when an aircraft is in tow. The size of the rear flashing lights must be large enough to meet the requirements of Section 5.c, but not so large as to interfere with the normal or towing operations of the TLTV. b. Airport Emergency, Security, and Other Vehicles, which are not escorted by a properly lighted vehicle, must be identified during periods of low visibility by a light. C. Characteristics of Flashing Lights: (1) Ambulance lights must meet the specifications in the most current version of Federal Specification KKK-A-1822, and ARFF vehicles must meet NFPA, state, and local requirements. (2) Lights must have peak intensity within the range of 40 to 400 candelas (effective) from 0° (horizontal) up to 10' above the horizontal and for 360' horizontally. The upper limit of 400 candelas (effective) is necessary to avoid damage to night vision. (3) From 10' to 15' above the horizontal plane, the light output must be 1/10`" of peak intensity or between 4 and 40 candelas (effective). AC 150/5210-5D 4/1/2010 (4) Lights must flash at 75 f 15 flashes per minute. NOTES: 1. The effective intensity of a flashing light is equal to the intensity of a steady -burning (fixed) light of the same color that produces the same visual range under identical conditions of observation. 2. If xenon flashtubes are used, refer to AC 15015345-43, Specification for Obstruction Lighting Equipment, for guidance concerning methods of calculating effective intensity. d. Light Colors. (1) Airport Emergency Vehicles. (a) Ambulances. Per the most current version of Federal Specification KKK-A-1822. (b) ARFF Vehicles. Red or a combination of red -and -white flashing lights per the chromaticity requirements in Appendix B. (2) Airport Security Vehicles. Signal blue or a combination of red and signal blue flashing light per the chromaticity requirements in Appendix B. (3) Airfield Service, Aircraft Support, Airport Operations, and Other Vehicles. Yellow flashing light per the chromaticity requirements in Appendix B. 2 4/1/2010 AC 150/5210-5D Appendix A APPENDIX A. COLOR SPECIFICATIONS A-1. SPECIFICATIONS. Colors specified in Table A-1 are per the Commission Internationale de 1'Eclairage (CIE) L*a*b* system of color specification. For a description of this system, refer to American Society for Testing & Materials (ASTM) D 2244, Standard Practice for Calculation of Color Tolerances and Color Differences from Instrumentally Measured Color Coordinates. Table A-1. Specification for vehicle and flag colors Standard Illuminant D65 Usage Chrome Yellow Yellowish -Green International Orange Vehicle Paint Vehicle Paint Vehicle Paint / Flag Fabric CIELAB DATA L* a* b* L* a* b* L* a* b* Centroid Color 72.8 24.4 77.6 78.3 -10.2 80.4 45.0 53.5 52.0 Point 1 72.8 31.8 82.9 78.3 -9.0 92.0 45.0 61.4 47.8 Point 2 72.8 25.5 66.7 78.3 -7.6 73.2 45.0 53.9 41.4 Point 3 72.8 18.0 69.3 78.3 -11.0 69.3 45.0 53.5 53.4 Point 4 72.8 22.4 86.0 78.3 -13.4 86.2 45.0 49.7 60.4 Light Limit 77.8 83.3 49.9 Dark Limit 67.8 73.3 41.6 Max AE 11.1 11.7 10.7 A-2. COLOR TESTS. Acceptable colors are those that meet the gloss rating test and either a visual or an instrumental color test as follows: NOTE: Flag fabric colors must meet either the instrumental tests in Table A-1 or the visual method described in paragraph A-2b(1). a. Gloss Rating Test. This test is performed per ASTM D 523, Standard Test Method for Specular Gloss, on a paint sample of the color to be applied on the vehicle. An acceptable color sample is high gloss with a minimum gloss rating of 70 units, for 60' geometry. b. Color Test Methods: (1) Visual. Prepare a master specimen of the color (per Table A-1) and gloss (per paragraph A-2a). This specimen will be the master color and be used as the basis of comparison per ASTM D 5531-05, Standard Guide for the Preparation, Maintenance, and Distribution of Physical Product Standards for Color and Geometric Appearance of Coatings. To verify the paint color of a vehicle visually, vehicle paint samples must be AC 150/5210-5D 4/1/2010 Appendix A prepared and viewed per ASTM D 1729-96 (Reapproved 2009), Standard Practice for Visual Appraisal of Colors and Color Differences of Diffusely -Illuminated Opaque Materials. (2) Instrumental. This test requires a test specimen sample and reference to Table A-1. All test specimen measurements should be conducted per ASTM E 1164-09a Standard Practice for Obtaining Spectrometric Data for Object -Color Evaluation. Test specimen tolerances must be per Table A-1 per the following: (a) Plot the centroid color using the a* and b* CIELAB coordinate data from Table A-1 on graph paper or by entry of the coordinate data into a computer program. Plot and connect points 1 through 4 from the same table to form a quadrilateral; noting that the centroid color is within this figure. See Figure A-1 for plots of all three color specifications in Table A-1. (b) Perform color sample measurements per ASTM E 1164-09a. If necessary, convert measurements to CIELAB L*, a*, and b* color space. See ASTM E 308-08, Standard Practice for Computing the Colors of Objects by Using the CIE System, for color space conversion formulae. (c) An acceptable color is one that meets: (i) the chromaticity requirements of the color samples a* and b* CIELAB coordinate data by falling within the quadrilateral; (ii) the L* data lightness requirement by falling within the range defined by the light and dark data of Table A-1; (iii) the total color difference (AE) by not exceeding the limits in Table A-1 when the CIELAB data are computed in the following formula: i DE _ (OL*2 + Da *2 + Ob *2 ) 2 where AL*, Aa*, and Ab* values are the differences between those values for the centroid color in Table A-1 and those of the color sample measurements. 8 ......................... ......................... ......................... ......................... ......................... ......................... ......................... ......................... ..... ................ HiN ::EIII::::::S ...........■■■.. ..... ■■■■■■■■r\■■■■■I■■■■■■■■■ nnr,4 rnn ■■■■MMw 'm■■■n■ • ■■■■ uomm0000I ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■1M®■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ mmmmmmmm iiiiiiiiiiiiiiiiiiiiiiiiiiiiii■■■■■iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiii ...................................................................... iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiii ■■■■■■■■■■■■■ MENNEN ■■■■■■■■■■1■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■ MEMEMMEMEMEME ■■■■■■■■■■ .......... HMO ■■■■■ .......... ..■■■........■■■■■■■ ■■■■■■■■■■ .......... ■■■■■■■■■■ .......... :::::MH .......... .......... ■■■..■.■.■■■■■... ... HiNi:::: :::::MH ■■■■■■■■■■ ■■■■■■■■■■ ■■■■■■■■■■ iiiiiiiiii ■■■■■■■■■■ ■■■■■■■■■■ ■■■■■■■■■■ ■■■■■■■■■■ ■■■■■■■■■■ ■■■■■■■■■■ iiiiiiiiii iiiiiiiiii ■■■■■■■■■■ ■■■■■■■■■■ ■■■■■■■■■■ ■■■■■■■■■■ ■■■■■■■■■■ ■■■■■■■■■■ ■■■■■■■■■■ AC 150/5210-5D Appendix A Intentionally left blank. 4/1/2010 4/1/2010 AC 150/5210-5D Appendix B APPENDIX B. COLOR SPECIFICATIONS FOR VEHICLE IDENTIFICATION LIGHTS B-1. SPECIFICATIONS. The Society of Automotive Engineers (SAE) Standard J578 Revised December 2006, Color Specification, defines the acceptable color boundary limits and measurement of emitted red, white, signal blue, and yellow light for vehicle lights. This standard applies to the overall emitted color of light from the device in lieu of emitted light from any small area of the lens. The color of emitted light must fall within the color boundaries per SAE J578 Revised December 2006 (color boundary equations are in the standard) using color measurement methods detailed in the standard. See FAA Engineering Brief #67, Light Sources Other Than Incandescent and Xenon for Airport and Obstruction Lighting Fixtures, for additional information and Alternative Lighting Devices. AC 150/5210-5D Appendix B Intentionally left blank. 4/1/2010 12